,q(qlrt) Say no to corruption

GOVERNMENT OF MINISTRY OF COMMUNICATION

NationalHighway Authority 28-MauveArea, G-911, Islamabad Phone:051 -9032727 - Fax 05| -9260419

tRifno,-vriSr.a.AYs

BIDDING DOCUMENT (Volume- I)

for

CONSTRUCTIONOF LAHOREEASTERN BYPASS

PACKAGE-I

From to Kala Khatai Road including Bridge over River Ravi and Lakhudher

(SingleStage Two EnvelopeBidding Procedure)

September,2016 Say no to corruption

TABLE OF CONTENTS Description

INSTRUCTIONS TO BIDDERS

General

IB.l Scopeof Bid IB.2 Sourceof Funds IB.3 EligibleBidders (and Qualification Criteria) IB.4 OneBid perBidder IB.5 Costof Bidding IB.6 SiteVisit

B. BiddingDocuments

IB.7 Contentsof BiddingDocuments IB.8 Clarificationof BiddingDocuments IB.9 Amendmentof BiddinsDocuments

c. Preparationof Bids

IB.l0. Languageof Bid I8.11 DocumentsComprising the Bid IB.l2 Bid Prices IB.l3 Currenciesof Bid andPavment IB.l4 Bid Validity IB.l5 Bid Security IB.l6 AlternateProposals by Bidder IB.l7 Pre-BidMeeting IB.18 Formatand Signing of Bid

D. Submissionof Bids

IB.19 Sealingand Marking of Bids I8.20 Deadlinefor Submissionof Bids IB.2l LateBids I8.22 Modification,Substitution and Withdrawalof Bids

E" Bid Openingand Evaluation

18.23 Bid Opening 18.24 Processto be Confidential IB.25 Clarificationof Bids I8.26 Examinationof Bids andDetermination of Responsiveness 18"27 Correctionof Enors IB.28 Evaluationand Comparison of Bids

PACKAGE-I - From LahoreRing Roadto Kala Khatai Road incl. Briege over River Ravi and . PageI of2 r Say no to corruption F. Award of Contract

18.29 Award 18.30 Employer'sRight to Acceptany Bid andto Rejectany or all Bids IB.3l Notificationof Award 1832 PerformanceSecurity I8.33 Signingof ContractAgreement IB.34 GeneralPerformance of the Bidders IB.35 IntegrityPact 18.36 InstructionsNot Partof Contract

BIDDING DATA

LETTERS OF BID AND APPENDICESTO BID

Letterof TechnicalBid Letterof PriceBid Appendix-Ato Bid SpecialStipulations Appendix-Bto Bid Foreign CurrencyRequirements Appendix-Cto Bid PriceAdjustment (Under Clause 70 of COC) Appendix-Dto Bid Bill of Quantities Appendix-Eto Bid ProposedConstruction Schedule Appendix-Fto Bid Methodof Performingthe Work Appendix-Gto Bid List of Major Equipment- Related Items Appendix-Flto Bid ConstructionCamp and Housing Facilities Appendix-Ito Bid List of Subcontractors Appendix-Jto Bid EstimatedProgress Payments Appendix-Kto Bid OrganizationChart for the Supervisory StaffandLabour Appendix-Lto Bid IntegrifyPact Appendix-Mto Bid Financial Competenceand Access to FinancialResources Appendix-Nto Bid PastPerformance I Experience Appendix-Oto Bid Qualificationof Key Staff Appendix-Pto Bid CurrentCommitments / Projects in Hand

FORMS BID SECURITY CREDIT LINE FACILITY PERFORMANCESECURITY CONTRACT AGREEMENT MOBILIZATION ADVANCE GUARANTEE

PART-I: GENERAL CONDITIONS OF CONTRACT PART-II: PARTICULAR CONDITIONS OF CONTRACT SPECIAL PROVISIONS (CONTRACTUAL) SPECTALPROVTSIONS (SPECIFICATTONS) GENERAT SPECIFICATIONS DRAWINGS *t

CONSTRUCTIONOF LAHORE EASTERNBYPASS PACKAGE-I - From LahoreRing Road to Kala Khatai Road incl, Briege over River Ravi and LakhudherInterchnge .loul e8u?qcrelq leqpnele.l pue l^uu te^ru lo^o r8pug puou lelsq) elu) ol p€ou BulU rxorC_ ttCV)JVd ssvd^S Nuarsva adofHv'l do No[cnursNoc

zil tsj-{ ,ffi }$ ii 7l

suscGtsor sNotr)nursNil lnstructionsTo Bidders Sayno to corruption

INSTRUCTIONSTO BIDDERS

Q.{ote:These Instructions to Biddersalong with Bidding Data Sheetwill not be part of the Contractand will ceaseto haveeffect once the contractis signed.)

A. GENERAL

IB.I Scopeof Bid

1.1 The Employer as defined in the Bidding Data Sheethereinafter called "the Employer"wishes to receivebids for the constructionand completion of works as describedin these Bidding Documents,and summarizedin the Bidding Data Sheethereinafter referred to asthe "'Works".

t.2 The successfulbidder will be expectedto completethe Works within the time specifiedin Appendix-Ato Bid.

IB.2 Sourceof Funds

2.1 The Project is being financedby the Governmentof Pakistanthrough PSDP. PSDPallocation for the year2016-17 is Rs 1050million.

IB.3 EligibleBidders (and QualificationCriteria)

3.1 This Invitation for Bids is open to the bidders meeting the following requirements:

a. Duly licensedby the PakistanEngineering Council (PEC)in the category relevantto the valueof the Works:and

b. Qualified for the Works by the Employerand meetingthe Qualification Criteriadescribed in the BiddingData Sheet.

lB.4 OneBid per Bidder

4.1 Eachbidder shall submitonly onebid eitherby himself,or as a partnerin a joint venture.A bidder who participatesin more than one bid (otherthan alternatives pursuantto ClauseIB.16) will be disqualified.

IB.5 Costof Bidding

5.1 The biddersshall bearall costsassociated with the preparationand submissionof their respectivebids andthe Employerwill in no casebe responsibleor liable for thosecosts, regardless of the conductor outcomeof the biddingprocess.

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGEJ- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River RaviandLakhudher PaeeI oflT InstructionsTo Bidders Sayno to corruption

18.6 SiteVisit

6.1 The bidders are advised to visit and examine the Site of Works and its surroundingsand obtain for themselveson their own responsibilityall information that may be necessaryfor preparingthe bid and enteringinto a contract for constructionof the Works.All costin this respectshall be at the bidder'sown expense.

6.2 The biddersand any of their personnelor agentswill be grantedpermission by the Employerto enterupon his premisesand lands for the purposeof suchinspection, but only upon the expresscondition that the bidders,their personneland agents, will releaseand indemnifu the Employer,his personneland agentsfrom and againstall liability in respectthereof and will be responsiblefor deathor personal injury, loss of or damageto propertyand any other loss, damage,costs and expensesincurred as a resultof suchinspection.

B. BIDDING DOCUMENTS

TB.7 Contentsof BiddingDocuments

7.1 The Bidding Documents,in additionto invitationfor bids, arethose stated below and shouldbe read in conjunctionwith any Addendaissued in accordancewith ClauseIB.9.

l. Instructionsto Bidders. 2. BiddingData Sheet. 3. GeneralConditions of Contract,Part-I (GCC). 4. ParticularConditions of Contract,Part-II (PCC). 5. SpecialProvisions (Contractual). 6. SpecialProvisions (Specifications). 7. NHA GeneralSpecifications-l998 and its addenda. 8. Lettersof Bid & Appendicesto Bid. 9. Bill of Quantities(Appendix-D to Bid). 10. Formof Bid Security. 11. Formof ContractAgreement. 12. Formsof PerformanceSecurity and Mobilization Advance Guarantee. 13. Drawings.

7.2 The bidders are expectedto examinecarefully the contentsof all the above documents.Failure to complywith the requirementsof bid submissionwill be at the Bidder'sown risk. Pursuantto Clause18.26, bids which arenot substantially responsiveto therequirements of theBidding Documents will berejected. lnstructionsTo Bidders Sayno to corruption

IB"8 Clarificationof BiddingDocuments

8.1 Any prospectivebidder requiring any clarification(s) in respectof the Bidding Documentsmay notify the Employer in writing at the Employer's address indicatedin the Invitationfor Bids. The Employerwill respondto any requestfor clarification which he receivesearlier than 28 days prior to the deadlinefor submissionof bids.

Copiesof the Employer'sresponse will be forwardedto all purchasersof the Bidding Documents,including a descriptionof the enquiry but without identifuingits source.

IB.9 Amendmentof Bidding Documents

9.1 At any time prior to the deadlinefor submissionof bids,the Employermay, for any reason,whether at his own initiativeor in responseto a clarificationrequested by a prospectivebidder, modify the Bidding Documents by issuingaddendum.

9.2 Any addendumthus issued shall be part of the Bidding Documentspursuant to IB 7.1 hereofand shall be communicatedin writing to all purchasersof the Bidding Documents.Prospective bidders shall acknowledge receipt of eachaddendum in writing to the Employer.

9.3 To afford prospectivebidders reasonabletime in which to take an addenduminto account in preparing their bids, the Employer may extend the deadline for submissionof bids in accordancewith ClauseIB.20

C. PREPARATION OF BIDS

IB.10 Languageof Bid

10.1 The bid and all correspondenceand documentsrelated to the bid exchangedby a bidder and the Employer shall be in the bid language stipulated in the Bidding Data Sheet and Particular Conditions of Contract. Supporting documents and printed literature fumished by the bidders may be in any other languageprovided the same are accompaniedby an accuratetranslation of the relevant parts in the bid language,in which case,for pu{posesof evaluationof the bid, the translation in bid languageshall prevail.

IB.1l DocumentsComprising the Bid

I 1.1 The Bid shall comprisetwo envelopessubmitted simultaneously, one called the Technical Bid and the other the Price Bid, containing the documents listed in Bidding Data Sheet under the heading of IB ll.1 A&B respectively. Both envelopesto be enclosedtogether in an outer single envelopecalled the Bid. Each bidder shall furnish all the documentsas specified in Bidding Data Sheet 11" I A &8,

CONSTRUCTIONOF LAHOREEASTERN BYPASS lnstructionsTo Bidders Sayno to corruption ll.2 Bids submittedby a JV shall include a copy of the Joint Venture Agreement enteredinto by all partners. Alternatively,a Letter of Intent to executea Joint VentureAgreement in the eventof a successfulbid shallbe signedby all partners and submittedwith the bid, togetherwith a copy of the proposedagreement. The roleto be playedby eachpartner to be specifiedtherein. Bids submittedby a joint veniureof two (2) or morefirms shallcomply with thefollowing requirements:

' (a) The bid and in caseof a successfulbid, the ContractAgreement shall be signedso asto be legallybinding on all partners;

(b) One of the joint venturepartners shall be nominatedas being in charge; and this authorizationshall be evidencedby submitting a power of attomeysigned by legally authorizedsignatories of all the joint venture ' partners;

(c) The partner-in-chargeshall always be duly authorizedto deal with the Employer regarding all matters related with and/or incidental to the executionof Works asper the termsand Conditionsof JV Agreementand in this regardto incur any and all liabilities, receiveinstructions, give bindingundertakings and receive payments on behalfof thejoint venture;

(d) All partners of the joint venture shall at all times and under all circumstancesbe liable jointly and severallyfor the executionof the Contract in accordancewith the Contract terms and a statement to this effect shall be included in the authorization mentioned under Sub-Para(b) above as well as in the Letters of Bid and in the JV Agreement (in caseof a successfulbid); and

(e) A copy of JV agreementshall be submitted before signing of the Contract, stating the conditions under which JV will function, its period of duration, the personsauthorized to representand obligate it and which personswill be directly responsible for due performance of the Contract and can give valid receipts on behalf of the joint venture, the proportionateparticipation of the several firms forming the joint venture, and any other information necessaryto permit a full appraisal of its functioning. The JV Agreement shall be made part of the contract. No amendments / modifications whatsoeverin the joint venture agreementshall be agreed to between the joint venture partnerswithout prior written consentof the Employer.

11.3 The Bidder shall furnish, as part of the Technical Bid, a Technical Proposal including a statementof work methods, equipment, personnel, scheduleand any other information as stipulated Bidding Forms, in sufficient detail to demonstrate the adequacy of the Bidders' proposal to meet the work requirements and the completiontime referredto in Sub-Clause1.2 hereof. lnstructionsTo Bidders Sayno to corruption

IB.l2 Bid Prices

12.1 Unlessstated otherwise in the Bidding Documents,the Contractshall be for the ' whole of the Works as describedin IB 1.1 hereof.based on the unit ratesand / or pricessubmitted by the bidder.

12.2 Thebidders shall fill in ratesand prices for all itemsof the Works describedin the Bill of Quantities.Items against which no rateor priceis enteredby a bidderwill not be paid for by the Employerwhen executedand shall be deemedcovered by ratesand prices for otheritems in theBill of Quantities.

12.3 All duties,taxes and other levies payable by the Contractorunder the Contract,or for any othercause, as on the date28 daysprior to the deadlinefor submissionof bidsshall be includedin therates and prices and the total Bid Pricesubmitted by a bidder.

Additional / reducedduties, taxes and levies due to subsequentadditions or changesin legislationshall be reimbursed/ deductedas per Sub-Clause70.2 of the GeneralConditions of ContractPart-I.

12.4 The ratesand prices quoted by the biddersare subjectto adjustmentduring the performanceof the Contractin accordancewith the provisionsof Clause70 of the Conditionsof Contract.The biddersshall furnish the prescribedinformation for the price adjustmentformulae in Appendix C to Bid and shall submit with the bids suchother supporting information as required under the saidclause.

18.13 Currenciesof Bid and Payment

13.1 Theunit ratesand the pricesshall be quotedby the bidderentirely in Pakrupees. A bidderexpecting to incur expendituresin other currenciesfor inputsto the Workssupplied from outsidethe Employer'scountry (refened to asthe "Foreign CurrencyRequirements") shall indicatethe samein Appendix-Bto Bid. The proportionof the Bid Price (excludingProvisional Sums) needed by him for the payment of such Foreign Currency Requirementseither (i) entirely in the cuffencyof the Bidder's homecountry or, (ii) at the bidder'soption, entirelyin Pak rupeesprovided always that a bidder expectingto incur expendituresin a cutrencyor currenciesother than those stated in (i) and(ii) abovefor a portion of the foreign currenayrequirements, and wishing to be paid accordingly,shall indicatethe respective portions in his bid.

13.2 The ratesof exchangeto be usedby the bidderfor currencyconversion shall be the TT & OD SellingRates published or authorizedby the StateBank of Pakistan prevailingon the date28 daysprior to the deadlinefor submissionof bids.For the pu{poseof payments,the exchangerates used in bid preparationshall apply for the durationof the Contract.

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher InterchaTr#\+N Page 5 of 17 InstructionsTo Bidders Sayno to corruption

IB.14 Bid Validity

T4,l Bids shall remainvalid for the period stipulatedin the Bidding Data Sheetafter theDate of Bid Openingspecified in Clause18.23. 14.2 In exceptionalcircumstances, prior to expiryof the originalbid validity period, the Employermay requestthat the biddersextend the period of validity for a specifiedadditional period which shallin no casebe morethan the originalbid validity period.The requestand the responsesthereto shall be madein writing. A bidder may refuse the requestwithout forfeiting his Bid Security. A bidder . agreeingto the requestwill not be requiredor permittedto modiff his bid, but will be requiredto extendthe validity of his Bid Securityfor the period of the extension,and in compliancewith ClauseIB.15 in all respects.

18.15 Bid Security

15.1 Each bidder shall furnish, as part of his bid, a Bid Securityin the amount stipulatedin the Bidding Data Sheetin Pak Rupeesor an equivalentamount in a . freelyconvertible currency.

15.2. The Bid Securityshall be, at the option of the bidder,in the form of Depositat Call or a Bank Guaranteeissued by a ScheduledBank in Pakistanor from a foreignbank duly counterguaranteed by a ScheduledBank in Pakistanin favor of the Employervalid for a period28 daysbeyond the Bid Validity date.

15.3 Any bid not accompaniedby an acceptableBid Securityshall be rejectedby the . Employeras non-responsive.

15.4 The bid securitiesof unsuccessfulbidders will be returned as promptly as possible,but not later than 28 days after the expiration of the period of Bid Validity.

15.5 The Bid Securityof the successfulbidder will be returnedwhen the bidderhas furnishedthe requiredPerformance Security and signed the ContractAgreement.

15.6 TheBid Securitvmav be forfeited:

(a) If thebidder withdraws his bid exceptas provided inIB 22.1;

(b) If the bidderdoes not acceptthe correctionof his Bid Pricepursuant to IB 27.2hereof;or

(c) In the caseof successfulbidder, if he fails within the specifiedtime limit to:

(i) Fumish the required PerformanceSecurity;

CONSTRUCTIONOF LAHOREEASTERN BYPASS

at. * lnstructionsTo Bidders Say no to corruption

(ii) Sign the ContractAgreement, or

(iii) Furnish the required JV agreementwithin 7 days of the receipt of letter ofacceptance.

18.16 Alternate Proposalsby Bidder

16.1 Should any bidder considerthat he can offer any advantagesto the Employer by a modification to the designs,specifications or other conditions, he may, in addition to his bid to be submitted in strict compliance with the Bidding Documents, submit any Alternate Proposal(s) containing (a) relevant design calculations; (b) technical specifications;(c) proposed construction methodology; and (d) any other relevant details / conditions, provided always that the total sum entered on the Letter of Price Bid shall be that which representscomplete compliance with the Bidding Documents. The technical details and financial implication involved are to be submitted in two separatesealed envelopes as to be followed in main bid proposals. t6.2 AlternateProposal(s), if any, of the lowest evaluatedresponsive bidder only may be consideredby the Employer as the basis for the award of Contract to such bidder.

IB.l7 Pre-BidMeeting

17.l The Employermay, on his own motion or at the requestof any prospective bidder(s),hold a pre-bidmeeting to clarify issuesand to answerany questionson mattersrelated to the Bidding Documents.The date,time and venueof pre-bid prospective ' meeting,if convened,is as stipulatedin the Bidding Data Sheet.All biddersor their authorizedrepresentatives shall be invitedto attendsuch a pre-bid meeting.

17.2 Thebidders are requested to submitquestions, if any,in writing so asto reachthe Employernot laterthan seven (7) daysbefore the proposedpre-bid meeting.

17.3 Minutesof the pre-bidmeeting, including the text of the questionsraised and the repliesgiven, will be transmittedwithout delayto all purchasersof the Bidding Documents.Anymodification of the BiddingDocuments listed in IB 7.1 hereof, which may becomenecessary as a resultof the pre-bidmeeting shall be madeby the Employerexclusively through the issueof an Addendumpursuant to Clause IB.9 andnot through the minutes of thepre-bid meeting.

17.4 Absenceat thepre-bid meeting will not bea causefor disqualificationof a bidder.

CONSTRUCTIONOF LAHORE EASTERNBYPASS InstructionsTo Bidders Sayno to corruption

18.18 Format and Signingof Bid

18.1 Bidders are particularly directedthat the amount enteredon the Letter of Price Bid shall be for performing the Contract strictly in accordancewith the Bidding Documents.

18.2 All appendicesto Bid areto be properly completedand signed.

18.3 No alterationis to be made in the Letters of Price and TechnicalBids nor in the Appendices thereto except in filling up the blanks '. as directed. If any such alterations be made or if these instructions be not fully complied with, the bid may be rejected.

18.4 The Bidder shall prepareone original of the TechnicalBid and one original of the Price Bid comprisingthe Bid as describedin BiddingData Sheetagainst IB l1 and clearly mark it "ORIGINAL - TECHNICAL BID" and "ORIGINAL - PRICE BID". In addition,the Bidder shall submit two (2) copiesof the Bid and clearly ' mark each of them "COPY." In the event of any discrepancybetween the original and the copies,the original shall prevail.

18.5 The original and all copiesof the Bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder. This authorization shall consist of a written confirmation as specified in the Bidding Data Sheetand shall be attachedto the bid. The name and position held by each personsigning the authorizationmust be typed or printed below the signature.All pages of the Bid, except for un-amendedprinted literature, shall be signed or initialed by the personsigning the bid.

18.6 Any amendmentssuch as interlineations,erasures, or overwriting shall be valid only if they are signedor initialed by the personsigning the bid.

18.7 Bidders shall indicate in the spaceprovided in the Letters of Technical and Price Bids, their full and proper addressesat which notices may be legally served on them and to which all correspondencein connection with their bids and the Contract is to be sent.

18.8 Biddersshould retain a copy of the Bidding Documentsas their file copy.

D. SUBMISSION OF BIDS (FOR SINGLE STAGE TWO ENVELOPE BIDDING PROCEDURE)

18"19 Sealing and Marking of Bids

I9"1 Eachbidder shall submithis bid as under:

(a) ORIGINAL and eachcopy of the Bid shall be separatelysealed and put in separateenvelopes and markedas such. InstructionsTo Bldders Sayno to corruption

(b) The envelopescontaining the ORIGINAL and copieswill be put in one sealed envelopeand addressed / identified as given in IB 19.2hereof.

(c) The technicalbid shouldcomprise of documentslisted in IBll.l (A) & the price bid shouldcomprise of documentslisted in IB 11.1(B) which shallbe placedin separateenvelopes in accordancewith IB 11 .1.

19.2 The inner and outer envelopesshall:

(a) Be addressedto the Employer at the addressprovided in the Bidding Data Sheet;

(b) Bear the name and identification number of the contract as defined in the Bidding Data Sheet;and

(c) Provide a warning not to open before the time and date for bid opening, as specifredin the Bidding Data Sheet.

19.3 In addition to the identification required in IB 19.2 hereof, the inner envelope shall indicate the name and addressof the bidder to enable the bid to be returned unopenedin caseit is declared"late" pursuantto ClauseIB.2l l9.4 If the outer envelope is not sealed and marked as above, the Employer will assumeno responsibility for the misplacementor prematureopening of the Bid.

18.20 Deadline for Submission of Bids

20.r (a) Bids must be received by the Employer at the addressspecified no later than the time and date stipulatedin the Bidding Data Sheet.

(b) Bids with chargespayable will not be accepted,nor will arrangementsbe undertaken to collect the bids from any delivery point other than that specifiedabove. Bidders shall bearall expensesincurred in the preparation and delivery of bids. No claims will be entertainedfor refund of such expenses.

(c) Where delivery of a bid is by mail and the bidder wishes to receive an acknowledgment of receipt of such bid, he shall make a request for such acknowledgment in a separateletter attached to but not included in the sealedbid package.

(d) Upon request,acknowledgment of receiptof bids will be providedto those making delivery in personor by messenger.

20.2 The Employer may, at his discretion,extend the deadlinefor submissionof Bids by issuingan amendmentin accordancewith ClauseIB.9, in which caseall rights and obligationsof the Employerand the bidderspreviously subject to the originaldeadline will thereafterbe subjectto the deadlineas extended.

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Rine Roadto Kala KhataiRoad incl. Brideeover River Ravi andLakhudher Interchanse Page9 of 17 lnstructlonsTo Bidders Say no to corruption

I8.21 Late Bids

21. (a) Any bid receivedby the Employerafter the deadlinefor submissionof bids prescribedin Clause18.20 will be returnedunopened to suchbidder. (b) Delaysin the mail, delaysof personin transit,or delivery of a bid to the . wrong office shall not be acceptedas an excusefor failure to delivera bid at the proper place and time. It shall be the bidder's responsibilityto determinethe manner in which timely delivery of his bid will be accomplishedeither in person,by messengeror by mail.

1B..22Modification, Substitution and Withdrawal of Bids

22.1 Any bidder may modify, substituteor withdraw his bid after bid submission provided that the modification,substitution or written notice of withdrawal is receivedby theEmployer prior to thedeadline for submissionof bids.

22.2 The modification,substitution, or notice for withdrawalof any bid shall be prepared,sealed, marked and deliveredin accordancewith the provisionsof Clause I8.19 with the outer and inner envelopesadditionally marked "MODIFICATION","SUBSTITUTION" or "WITHDRAWAL" asappropriate.

223 No bid maybe modifiedby a bidderafter the deadline for submissionof bids exceptin accordancewith IB 22.1and27.2.

22.4 Withdrawalof a bid during the intervalbetween the deadlinefor submissionof bids andthe expirationof the periodof bid validity specifiedin the Form of Bid mayresult in forfeitureof theBid Securityin pursuanceto ClauseI8.15.

E BID OPENING AND EVALUATION (FOR SINGLE STAGE TWO ENVELOPE BIDDING PROCEDUR) IB.Z3 Bid Opening

23.1 TheEmployer will openthe Technical Bids in publicat theaddress, date and time specifiedin the Bidding Data Sheetin the presenceof Bidders' designated representativesand anyonewho chooseto attend.The Price Bids will remain unopenedand will be held in custodyof the Employeruntil the specifiedtime of theiropening.

23.2 First,envelopes marked "WITHDRAWAL" shallbe openedand read out andthe envelopewith the correspondingbid shall not be opened,but returnedto the Bidder. No bid withdrawal shall be permitted unless the corresponding WithdrawalNotice containsa valid authorizationto requestthe withdrawaland is readout at bid opening.

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange Pagel0of17 lnstructionsTo Bidders Say no to corruption

23.3 Second,outer envelopesmarked "SUBSTITUTION" shall be opened.The inner envelopescontaining the Substitution Technical Bid andlor Substitution Price Bid shall be exchangedfor the correspondingenvelopes being substituted,which are tir be returnedt-o the Bidder unopened.bnly thl Substiiution Technical Bid, if any, shall be opened,read out, and recorded.Substitution Price Bid will remain unopenedin accordancewith IB 23.1. No envelopeshall be substitutedunless the corresponding Substitution Notice contains a valid authorization to request the substitution and is read out and recordedat bid opening.

23.4 Next, outer envelopesmaTked "MODIFICATION" shall be opened.No Technical Bid and/or Price Bid shall be modified unless the conespondingModification Notice contains a valid authorization to request the modification and is read out ' and recorded at the opening of Technical Bids. Only the Technical Bids, both Original as well as Modification, are to be opened, read out, and recorded at the opening. Price Bids, both Original and Modification, will remain unopenedin accordancewith IB 23.1. The Bidders' representativeswho are presentshall be requestedto sign the record. The omission of a Bidder's signatureon the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributedto all Bidders.

23.5 Other envelopesholding the TechnicalBids shall be openedone at a time, and the followins readout and recorded:

(a) the nameof the Bidder; (b) whetherthere is a modificationor substitution; (c) thepresence of a Bid Security,if required;and (d) Any otherdetails as the Employermay considerappropriate.

No Bid shall be rejected at the opening of Technical Bids except for late bids,in accordancewith IB 21.1. Only Technical Bids read out and recordedat bid opening,shall be consideredfor evaluation.

PreliminarvExamination of TechnicalBids

23.6 a) The Employershall first examinequalification and experienceData as per AppendicesM and N submittedby the Bidder. The technical proposal examinationof thosebidders only shall be taken in hand who meet the minimum requirementas mentionedin AppendicesM and N. Only substantiallyresponsive qualification shall be consideredfor further evaluation. b) The Employer shall examine the Technical Bid to confirm that all the documentshave been provided,and to determine the completenessof each documentsubmitted..

CONSTRUCTIONOF LAHORE EASTERNBYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange Pagell oflT

i6" z lnstructionsTo Bidders Sayno to corruption

23.7 The Employershall confirm that all the documentsand informationhave been provided for evaluation of Technical Bid as required under these Bidding Documents.

23.8. At the endof the evaluationof the TechnicalBids, the Employerwill invite only thosebidders who have submittedsubstantially responsive Technical Bids and who havebeen determined as being qualifiedfor awardto attendthe openingof thePrice Bids. The date,time, and locationof the openingof Price Bids will be advisedin writingby the Employer.Bidders shall be givenreasonable notice for theopening of PriceBids.

23.9' The Employerwill notify Biddersin writing who have been rejectedon the grounds of their Technical Bids being substantiallynon-responsive to the requirementsof the Bidding Documentsand return their Price Bids unopened before inviting others, who are determinedas being qualified, to attend the openingof PriceBids.

23.10 The Employershall conductthe openingof Price Bids of all Bidderswho submittedsubstantially responsive Technical Bids, publicallyin the presenceof Bidders' representativeswho chooseto attend at the address,date and time specifiedby the Employer.The Bidder'srepresentatives who arepresent shall be requestedto sign a registerevidencing their attendance.

23.11 All envelopescontaining Price Bids shall be openedone at a time and the following readout andrecorded: (a) Thename of theBidder; (b) Whetherthere is a modificationor substitution; (c) TheBid Prices,including any discounts and alternative offers; and (d) Any otherdetails as the Employer may consider appropriate.

Only PriceBids anddiscounts, read out andrecorded during the openingof Price Bids shallbe consideredfor evaluation.No Bid shallbe rejectedat the openingof PriceBids.

23.12 If theseBidding Documents allow Biddersto quoteseparate prices for different contracts,and the awardto a singleBidder of multiple contracts,the methodology to determinethe lowestevaluated price of the contractcombinations is that which is mosteconomical to theEmployer.

18.24 Processto be Confidential

24.1 Informationrelating to the examination,clarification, evaluation and comparison . of bid and recommendationsfor the awardof a contractshall not be disclosedto biddersor any otherperson not officially concernedwith suchprocess before the

CONSTRUCTIONOF LAHORE EASTERNBYPASS PACKAGE-I- FromLahore Ring Road to KalaKhatai Road incl. Bridge over River Ravi and Lakhudher Interchange Paee12 of l7 lnstructionsTo Bidders Sayno to corruption

announcementof bid evaluationreport which shall be doneat leastten 10 days prior to issue of Letter of Acceptance.The announcementto all Bidders will includetable(s) comprising read out prices,discounted prices, price adjustments made,final evaluatedprices and recommendations against all the bids evaluated. Any effort by a bidderto influencethe Employer'sprocessing of bids or award decisionsmay resultin the rejectionof suchbidder's bid. Whereasany bidder feeling aggrievedmay lodge a written complaintnot later than fifteen (15) days after the announcementof the bid evaluationreport. However mere fact of , lodginga complaintshall not warrantsuspension of the procurementprocess.

18.25 Clarificationof Bids

25.t To assistin the examination,evaluation and comparisonof bids, the Employer may, at his discretion,ask any bidder for clarificationof his bid, including breakdownsof unit rates.The request for clarificationand the response shall be in writing but no changein the price or substanceof the bid shall be sought,offered or permittedexcept as requiredto confirm the correctionof arithmeticerrors discoveredby the Employer in the evaluationof the bids in accordancewith ClauseI8.28.

25.2 If a Bidderdoes not provideclarifications of its Bid by the dateand time setin the Employer'srequest for clarification,its bid may be rejected.

tB..26Examinationof Bids and Determinationof Responsiveness

26.r Prior to the detailedevaluation of bids,the Employerwill determinewhether each bid is substantiallyresponsive to the requirementsof the Bidding Documents.

26.2 A substantiallyresponsive bid is one which (i) meetsthe eligibility criteria; (ii) hasbeen properly signed; (iii) is accompaniedby the requiredBid Security;(iv) includessigned Integrity Pact where requiredas per clauseIB.35 and (v) conforms to all the terms, conditions and specificationsof the Bidding Documents,without materialdeviation or reservation.A materialdeviation or reservationis one (i) which affect in any substantialway the scope,quality or performanceof the Works; (ii) which limits in any substantialway, inconsistent with the Bidding Documents,the Employer'srights or the bidder'sobligations underthe Contract;(iii) adoption/rectificationwhereof would affect unfairly the competitiveposition of other bidderspresenting substantially responsive bids. Only substantiallyresponsive bid shallbe consideredfor furtherevaluation.

26.3 If a bid is not substantiallyresponsive, it may not subsequentlybe made responsiveby correctionor withdrawalof the non-conformingmaterial deviation or reservation.The Employermay, however,seek confirmation/ clarification in writingwhich shall be responded in writing"

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- From LahoreRing Roadto KalaKhatai Road incl. Bridgeover River Ravi andLakhudher Interchange Page13 of 17 InstructionsTo Bidders Sayno to corruption

18.27 Correctionof Errors

27.L Bids determinedto be substantiallyresponsive will be checkedby the Employer for any arithmeticeffors. Errors will be correctedby the Employeras follows:

(a) Where there is a discrepancybetween the amountsin figures and in words, the amount in words will govern; and

(b) Where there is a discrepancybetween the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern, unless in the opinion of the Employer there is an obviously gross misplacement of the decimal point in the unit rate, in which case the line item total as quoted will govern and the unit rate will be corrected.

27.2 The amount statedin the Letter of Price Bid will be adjustedby the Employer in accordancewith the above procedure for the correction of errors and with the concurrenceof the bidder, shall be consideredas binding upon the bidder. If the bidder does not acceptthe correctedBid Price, his Bid will be rejected,and the Bid Securityshall be forfeited in accordancewith IB.15.6 (b) hereof.

IB.28 Evaluation and Comparisonof Bids

28.1 The Employer will evaluate and compare only the Bids determinedto be substantiallyresponsive in accordancewith Clause18.26.

28.2 In evaluatingthe Bids, the Employerwill determinefor eachBid the evaluated Bid Priceby adjustingthe Bid Priceas follows:

(a) Makingany correction for enorspursuant to Clause18.27:

(b) ExcludingProvisional Sums and the provision,if any,for contingenciesin the SummaryBill of Quantities,but including competitivelypriced Day work; and

(c) Making an appropriateadjustment for any other acceptablevariation or deviation.

28.3 The estimatedeffect of the price adjustmentprovisions of the Conditionsof Contract,applied over the periodof executionof the Contract,shall not be taken into accountin Bid evaluation.

28.4 If the Bid of the successfulbidder is seriouslyunbalanced in relation to the Employer'sestimate of the cost of work to be performedunder the Contract,the Employermay requirethe bidderto producedetailed price analysesfor any or all

CONSTRUCTIONOF LAHORE EASTERN BYPASS PACKACE-I- FromLahore Ring Roadto KalaKhatai Road incl. Bridgeover River Ravi andLakhudher Interchange Pase14ofl7 W InstructionsTo Bidders Sayno to corruption

items of the Bill of Quantitiesto demonstratethe internal consistencyof those priceswith the constructionmethods and scheduleproposed. After evaluationof the price analyses,the Employermay requirethat the amountof the Performance Securityset forth in Clause1832 be increasedat the expenseof the successful bidder to a level suffrcientto protectthe Employeragainst financial loss in the eventofdefault ofthe successfulbidder under the Contract.

F. AWARD OF CONTRACT

18.29 Award

29.1 Subjectto Clauses18.30 and IB.34, the Employerwill awardthe Contractto the bidder whose bid has been determinedto be substantiallyresponsive to the BiddingDocuments and who hasoffered the lowest evaluated Bid Price,provided that such bidder has been determinedto be eligible in accordancewith the provisionsof ClauseIB.3 andqualify pursuant to IB 23.6(a)and29.2.

29.2 The Employer,at any stageof the bid evaluation,having credible reasons for or prima facieevidence of any defectin bidder'scapacities, may requirethe bidders to provideinformation concerning their professional,technical, financial, legal or managerialcompetence whether already pre-qualified or not:

' Providedthat such qualification shall only be laid downafter recording reasons in writing. They shallform partof the recordsof that bid evaluationreport.

IB.30 Employer'sRight to Acceptany Bid and to Rejectany or all Bids

30.1 NotwithstandingClauselB.29, the Employerreseryes the right to acceptor reject any Bid, andto annulthe biddingprocess and reject all bids, at anytime prior to awardof Contract,without therebyincuring any liability to the affectedbidders or any obligation exceptthat the groundsfor rejection of all bids shall upon requestbe communicatedto any bidderwho submitteda bid, withoutjustification . of grounds.Rejection of all bids shallbe notifiedto all bidderspromptly. 18.31 Notificationof Award

31.1 Prior to expirationof the periodof bid validity prescribedby the Employer,the Employerwill notify the successfulbidder in writing ("Letter of Acceptance") thathis Bid hasbeen accepted. This lettershall name th" sumwhich the Employer will pay the Contractorin considerationof the executionand completionof the Works by the Contractoras prescribedby the Contract(hereinafter and in the Conditionsof Contractcalled the o'Contract Price").

31.2 No Negotiationwith the bidderhaving evaluatedas lowestresponsive or any otherbidder shall be permitted.

CONSTRUCTIONOF LAHORE EASTERNBYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange Pagel5oflT InstructionsTo Bidders Sayno to corruption

3l.3 The notification of award and its acceptanceby the bidder will constitutethe formationof the Contract,binding the Employerand the biddertill signingof the formal ContractAgreement.

31.4 . Upon furnishing by the successfulbidder of a PerfonnanceSecurity, the Employer will promptly notify the other bidders that their Bids have been .. unsuccessfuland return their bid securities.

18.32 PerformanceSecurity

32.1 Thesuccessful bidder shall furnish to the Employera PerformanceSecurity in the form and the amountstipulated in the Bidding Data Sheetand the Conditionsof . Contractwithin a periodof 28 daysafter the receiptof Letterof Acceptance. 32.2 Failureof the successfulbidder to complywith the requirementsof IB.32.1or . 18.33or IB.35 shall constitutesufficient grounds for the annulmentof the award andforfeiture of the Bid Security.

18.33 Signingof ContractAgreement

33.1 Within 14 daysfrom the dateof furnishingof acceptablePerformance Security underthe Conditionsof Contract,the Employerwill sendthe successfulbidder the Contract Agreement in the form provided in the Bidding Documents, incorporatingall agreementsbetween the parties.

33.2 The formal Agreementbetween the Employerand the successfulbidder shall be executedwithin 14 days of the receipt of the Contract Agreementby the successfulbidder from theEmployer.

IB. 34 GeneralPerformance of theBidders

The Employerreserves the right to obtaininformation regarding performance of the bidderson their previouslyawarded contracts/works. The Employermay in caseof consistentpoor performanceof any Bidder as reportedby the employers of the previouslyawarded contracts, interalia, reject his bid and/orrefer the case to the Pakistan EngineeringCouncil (PEC). Upon such reference,PEC in accordancewith its rules, proceduresand relevantlaws of the land take such action as may be deemedappropriate under the circumstancesof the case including black listing of such Bidder and debaring him from participationin futurebidding for similarworks.

18"35 Integrify Pact

The Biddershall sign and stampthe IntegrityPact provided at Appendix-Lto Bid in the Bidding Documentsfor all FederalGovernment procurement contracts . exceedingRupees ten million. Failureto provide such Integrity Pactshall make thebidder non-responsive.

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto KalaKhatai Road incl. Bridgeover River Ravi andLakhudher Page16 of 17 lnstructionsTo Bidders Sayno to corruption

I8.36 Instructionsnot Part of Contract

Bids shall be preparedand submittedin accordancewith theseInstructions which areprovided to assistbidders in preparingtheir bids, anddo not constitutepart of the Bid or the ContractDocuments.

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange Page17 of 17 B]DDINGDATA

CONSTRUCTIONOF LAHJOREEASTERN BYPASS PACKAGE-l- FromRing Road to KalaKhatai Road incl. Bridge over River Ravi and Lakhudher Interchange Bidding Data Sayno to corruption BiddingData

The following specific data for the Works to be bided shall complement, amend or supplementthe provisionsin the Instructionsto Bidders.Wherever there is a conflict, the provisionsherein shall prevail over thosein the Instructionsto Bidders.

Instructionsto Bidders

ClauseReference

1.1 Name and Addressof the Employer: National Highway Authority 28-MauveArea, G-9/1,Islamabad Islamic Republicof Pakistan Tel:.+92 519032727 Fax: +92 51 9260419 Email : [email protected]

1.1 Name of the Project and Summary of the Works

Construction of Lahore Eastern Bypass - Package-I From Lahore Ring Road to Kala Khatai Road including Bridge over River Ravi and Lakhudher Interchange.

2.1 Name of the Borrower/Source of Financing/Tunding Agency

A fund of Rs 1050million is allocatedfor this projectthrough PSDP 2016-17.

3. Eligible Bidders (and Qualification Criteria)

a. Each individual bidder and all membersof JV must have valid registration bv PEC.

b. An individualbidder or JV will be qualifiedif it meetsthe following Criteria: i) An individual bidder having PEC registration in Category C-A with specialization in CE 01 and CE 02. All partners of JV must have PEC registration in Categoriesaccording to their sharein the JV Agreement;

ii) Has started and completed at least one (01) Contract (limit not more than one Contract summed up for their values in this regard) of similar size and complexity as a Contractor or Management Contractor (but not as Sub-Contractor)with a value of minimum Rs.6 billion during last ten (10) years.If one of the partnersin a JV alonefulfills this Criterion,others need not be assessedto fulfill it otherwise each partner shall be assessedto fulfill as per its share in the JV;

CONSTRUCTIONOF LAHOREEASTERN B\?ASS PACKAGE-I- FromRing Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange PageI ofll BiddingData Sayno to corruption

iiD Has an Average Annual ConstructionTurnover of minimum Rs. 6,850 Million; in case of JV each partner must fulfill the Criteriawith respectto its sharein the JV Agreement;

iv) Has a minimum CashFlow of Rs. 21300Million; in caseof JV eachpartner must fulfill the Criteriawith respectto its sharein the JV Agreement;

v) Pastor presentperformance of the bidder as contractor(individual or all partnersof a JV) is satisfactorywith NHA or any other executing agency and the contractorhas not been blacklisted earlierby any governmentagency / authorityI organization.

4.1 OneBid per Bidder

Out of a parent organizationand / or sisterorganizations, only one entity shall submita Bid. If morethan one Bid is submittedby the entitiesbelonging to same parent organizationand / or being sister organizations,all such Bids shall be rejectedto avoidConflict of Interest.

7.1 Contentsof BiddingDocuments

The Bidding Documents,in additionto invitationfor bids, arethose stated below and shouldbe read in conjunctionwith any Addendaissued in accordancewith ClauseIB.9.

l. Instructionsto Bidders. 2. BiddingData Sheet. a J. Letterof TechnicalBid. 4. Letterof PriceBid. 5. Appendicesto Bid (A throughP to Bid). 6. Formsof Bid Securityand Credit Line Facility. 7. Form of PerformanceSecurity. 8. Formsof ContractAgreement, and MobilizationAdvance Guarantee. 9. GeneralConditions of Contract,Part-l(GCC). 10. ParticularConditions of Contract,Part-II (PCC) and SpecialProvisions (Contractual). 11. NHA GeneralSpecifications-l998 and its addenda. t2. ParticularSpecifications I SpecialProvisions (Specifications). 13. Drawinss.

8.1 Time Limit for Clarification

Minimum numberof daysto seekclarification by the prospectivebidder is seven (7) daysbefore the latestdeadline for submissionof Bids.

CONSTRUCTIONOF LAHORE EASTERNBYPASS PACKAGE-I- FromRing Roadto Kala KhataiRoad incl. Bridgeover River Ravi and Page2ofll BiddingData Sayno to corruption

10.1 Bid Language

The same language in which the Bidding Documents are written i.e English, should be used for preparation of Bid, however if a bidder provides any supporting documentsin language(s)other than English, in such casethe accurate and authenticated translation of the documents in English language shall be submitted in the following manner:

. a. notary certificates (original) as per the law of their country have been provided for each such translateddocument and

b. the translateddocuments have been duly verified [signed and stamped(in original) and with the written statementof the attester(the authorized officer in the Embassy) that this is a true copy of the documents translated in English duly notarized and is authentic"] from the Embassyof the Bidder's country of constitution in Pakistan - or - the translated and duly notarized document shall be attestedby the Ministry of Foreign Affairs of the country of the Bidder duly endorsedby Counselor of the Embassyof Pakistan in that country.

Note: The contents of any supnorting Document in non-English language submitted without regard to the procedurestipulated as above (a & b) shall not be considered.

11.1 (A) The Bidder shall submit with its Technical Bid (Envelope A) the following documentsdetailed inl 1.1 (C) hereunder:

(a) Written confirmation(Power of Attorney) authorizinga personto submitthe Bid. (b) Written confirmation(Power of Attorney)authorizing the signatoryof the Bid to committhe Bid on behalfof theBidder. (c) Letterof TechnicalBid. (d) Bid Security. (e) Copy of Articles of Incorporationor Constitutionof the Bidder as a legal entity (JV memberis requiredto submitonly). (0 Valid Certifrcateof Registration(Constructor's License) from EngineeringCouncil. (g) Certifiedaudit reports for lastthree (3) years. (h) Joint Venture Agreement or the Letter of Intent to executethe JV Agreement (if applicable). (i) Pendinglitigation andNo Blacklistinginformation.

CONSTRUCTIONOF LAHORE EASTERNB\?ASS PACKAGE-I- FromRing Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Page3ofll sayno,tJ::Iflr?il';

0) SpecialStipulations (as filled by the Employer). (Appendix- A) (k) FroposedConstruction Schedule. (Appendix- E) 0) Methodof Performingthe Work. (Appendix- F) (m) List of Major Equipment- RelatedItems. (Appendix- G) (n) ConstructionCamp and Housing Facilities. (Appendix- H) (o) List of Sub-contractors(as required). (Appendix- I) (p) OrganizationChart for SupervisoryStaff andLabour. (Appendix- K) (q) IntegrityPact. (Appendix- L) (r) FinancialCompetence and Access to FinancialResources. (Appendix- M) (s) PastPerformance/ Experience. (Appendix- N) (t) Qualificationof Key Staff. (Appendix- O) (u) CurrentCommitments i Projectsin Hand. (Appendix- p) (v) FormIT.1

11.1(B)The Bidder shall submit with its PriceBid (EnvelopB) thefollowing documents:

(a) Letterof PriceBid (b) Bill of Quantities (Appendix-D) (c) EstimatedProgress Payments (Appendix-J)

11.1(c)

i. Written confirmation (Power of Attorney) authorizing a person to submit the Bid

The Bid must accompanya Power of Attomey issuedby Owner(s)/ Director(s) i Partner(s)/ SecretaryI Legal Representativeof the Firm / Company / (for all partners of a JV) which will bear the name and country identification number / Passportnumber (CNIC No. in case of local Firm) of the person to whom Power of Attorney has been issuedto submiV present the Bidding Documents to the Employer on behalf of the Firm / Company i JV etc.

ll. Written confirmation (Power of Attorney) authorizins the signatory of the Bid to commit the Bidder

A Power of Attorney to the signatory of the on following format must accompanythe Bid:

Principal (issuing authority of Power of Attorney) shall provide the legal documentsestablishing his authority of issuing the Power of Attorney on behalf of Firm / Companyi (for all partnersof JV);

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromRing Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Page4ofll !: .t,;

..r::,J' i.:'-:/ BiddingData Say no to corruption

identification number of the person issuing the Power of Attorney must be mentioned on the Power of Attorney;

duly registeredwith l't Class Magistrate;whereas, for foreign Firms n Firm's / Company'sletterhead;

, (scannedand electronic signaturesshall not be acceptable);

initial of the signatoryof the Bid as well as his designationi title in the Firm / Company& countryidentification number/CNlC No. iii. Cop)' of Articles of Incorporationor Constitution of the Bidder as a legal entitlz(JV member(s)is requiredto submit only)

a) A copy of Articles of Incorporation or Constitution of the Bidder as a legal entity shall be submitted. The document shall indicate the Bidder's n€Ime,address and its representativePersonnel.

b) In caseof Joint Venture, the copies of such document of all the partners firms shall be submitted.

c) If the certificatein English is not available,the Bidder shall attacha copyof theaccurate translation in English(as per BDS 10.1). lv. Valid Certificateof Registrationfrom PakistanEneineering Council

Valid Certificateof Registration(Constructor's License) from Pakistan EngineeringCouncil. CertifiedAudit Reports

IndividualBidder/Lead Firm of JV andJV membersof the JointVenture has to submit along with his bid Certified Audit Reportsof last three yearsto demonstratethe currentsoundness of the bidder's financial position and its prospectivelong termprofitability to evaluate:

a) CashFlow

Capacityto have cashflow reasonablyenough to meet the cash flow requirementsof the said work which is:

R.s.2,300Million

ASS PACKAGE-I- FromRing Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Page5ofll BiddingData Sayno to corruption

In caseof JV, eachpartner must also meet as per its JV share.

Following formula will be used for valuation:

CashFlow : WorkingCapital - Onemonth's average invoicing of CurrentCommitments + Creditlimit (as per latest Credit Limit certificateissued by Bank,for this Contract,within last six months) b) AverageAnnual Construction Turnover

Minimum AverageAnnual ConstructionTumover as mentionedbelow, calculatedas total certifiedpayments received from contractsin progress or completed,within thelast three (03) years:

Rs.6,850 Million

In caseof JV, eachpartner must also meet as per its JV share. vi. JointVenture Agreement / Letterof Intentto Executethe JV Agreement

a) Attachedto Bid shall be a Power of Attorney from each of the Joint Venturepartners, appointing and authorizingthe namedperson to act as their representative.

b) This part is applicableonly to Biddersthat arein JointVenture. In the case of SingleBidder no submissionis requiredby theBidder. vii.ProposedConstruction Schedule

Summaryof ProposedConstruction Schedule as per Appendix - E to Bid mustbe enclosedto Bid. TheBidder shall provide as Appendix-E to Bid, the constructionschedule in MS Project/Primavera format. viii.Methodof Performingthe Work

Bidders participating in this Bid are not required to submit this Appendix-F.However, it will be submittedonly by the successfulbidder to "The Engineer" after the Contract Agreement is signed and letter of commencementis issued as per Appendix - F to Bid. ix. List of Major Equipment- RelatedItems

Biddersshall submit,List of Major Equipmentand related items owned, to be purchasedor to be leasedby the Bidder in carrying out the Work in accordanceto the attachedformat (Appendix G to Bid).

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromRing Roadto Kala KhataiRoad incl. Bridgeover RiverRavi andLakhudher Interchange Page6ofll

BiddingData Sayno to corruption

Letters of acceptanceand Completion certificatesof completedprojects in this regardmust be accompaniedwith Appendix - N to Bid. xiv.Qualification of Key Staff

Bidders shall submit CV's of Candidatesfor Project Manager, Planning Engineer, Material Engineer, Structural Engineer, Chief Surveyor and Chief Quantity Surveyor, on the attachedformat (Appendix-O to Bid).

The minimum qualificationis as follows:

a) ProjectManager

B.Sc.(Civil Engg.)having minimum 15 yearsgeneral experience with l0 yearsspecific experience in road constructionprojects of similarsize.

OR

M.Sc.(Civil Engg.)having minimum 13 yearsgeneral experience with 08 yearsspecific experience in road constructionprojects of similarsize.

b) MaterialEngineer

B.Sc.(Civil Engg.)or M.Sc. (Geology)having minimum general experienceof 20 yearsin thefield of engineeringand minimum 15 yearsspecific working experienceas MaterialEngineer on road constructionprojects of similarnature.

c) Quantit]'Surve)'or

B.Sc.(Civil Engg.)having minimum 10 yearsworking experience as Quantity Surveyorinvolved in field survey,quantity analysis, drawingroad crosssections, and preparationof Bill of Quantities etc.on roadconstruction projects of similarnature.

OR DAE (Civil) having minimum 15 years working experienceas Quantity Surveyor involved in field survey, quantity analysis, drawingroad crosssections, and preparationof Bill of Quantities etc.on roadconstruction projects of similarnature. BiddingData Sayno to corruption

d) SeniorSurveyor

B.Sc. (Civil Engg.)having minimum 10 yearsspecific working experienceas Surveyor/ChiefSurveyor involved in field surveys, layouts,setting out alignmentas per drawings,drawing of cross sectionsetc. on roadconstruction projects of similarnature.

OR

DAE. (Civil) having minimum 15 years specific working experienceas Surveyor/ChiefSurveyor involved in field surveys, layouts,setting out alignmentas per drawings,drawing of cross sectionsetc. on roadconstruction projects of similarnature.

o CurrentCommitments / Projectsin Hand

The Bidder shall enclosedetails of Projectsin handwhether of similar nature or not. The detailsmust be submittedin line with the formatof Appendix - P to Bid.

12.3 Bid Prices

Increasein rateof incometax is not coveredunder Clause 70.2 of Conditionsof Contract,and the cost of risk of increasein rate of incometax is to be built-in in the quoted bid amount. However, the contract amount shall be adjustedif exemptionin incometax or decreasein rateof incometax is grantedafter the date "twenty eight(28) daysprior to the latestdate for submissionof bid".

13.1 Currenciesof Bid and Pavment

Theunit ratesand prices shall be quotedby the bidderentirely in PakRupees and be paid in Pak Rupeesonly. l4.l Period of Bid Validity

Bid shall remain valid and open for acceptancefor a period of one hundred and twenty (120) calendardays after the latest dead line for submissionof bid.

15.1 Amount of Bid Security

The amountof Bid Securityshall be Rs. 170 Mitlion.

15.2 Form and Validity of Bid Securify

The Bid Securityshall be, at the option of the bidder, in the form of Deposit at Call or a Bank Guarantee issuedby a ScheduledBank in Pakistanor from a

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromRing Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Paee9ofll BiddingData Say no to corruption

foreign bank duly counter guaranteedby a Scheduled Bank in Pakistan or an insurance company having atleastAA rating from PACRA/JCR in favour of the Employer valid for a period 28 days beyond the Bid Validity date i.e the Bid Securityshall remainvalid for 148 (One hundred and forty eight) calendardays beyondthe latestdeadline for submissionof Bids.

17.l Venue, Time, and Date of the Pre-Bid Meeting

Venue: NHA Auditorium,28 MauveArea, G-9lI Islamabad, Time: I 100hours. .L Date: 30"'September 2016

17.4 Presenceat the Pre-BidMeeting

Absenceat thepre-bid meeting will not be a causefor disqualificationof a bidder, howeverthe biddersare askedto attendthe meetingwhere they will be guided regardingpreparation of the bids in the light of Instructionsto Bidders.

18.4 Number of Copiesof the Bid to be Completedand Returned

Each bidder shall prepareby filling out the forms completely and without alterationsone (1) original and one (1) copy of the bid and clearly mark them "ORIGINAL" and ooCOPY"as appropriate.In the eventof discrepancybetween them,the originalshall prevail. The detailof the Envelopesis givenas under:

(i) Envelope-A - Original TechnicalBid (Sealed) (iD Envelope-A - Copy of the TechnicalBid (Sealed) (iii) Envelope-B - Original FinancialBid (Sealed) (iv) Envelope-B - Copy of the FinancialBid (Sealed) (v) Bid - Envelope-A + Envelope-B (Sealed)

18.5 Signingof Bid

As prescribedunder item I 1.1(C) (ii) of theBidding Data Sheet herein above.

19.2(a)Employer'sAddress for the Purposeof Bid Submission

Venue:NHA Auditorium,28-Mauve Area, G-9/ I Islamabad

19.2(b)Name and theNumber of the Contract Constructionof LahoreEastern Bypass - PACKAGE-I- From LahoreRing Road to Kala Khatai Road including Bridge over River Ravi and Lakhudher Interchange.

No: 2(474-01)

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromRing Roadto Kala KhataiRoad inel. Bridge over River Ravi andLakhudher Interchange Pagel0ofll Bidding Data Say no to corruption

20.1(a)Deadline for Submissionof Bids

. Not later than 1100hours on I lth October2016.

23.1. Venue,Time, and Date of Bid Opening ("Envelop A'o)

Venue: NHA Auditorium,28 MauveArea, G-gll Islamabad, Time: 1I 30 hours Date: 1lth October 2016.

28 Evaluationand Comparisonof Bids

28.4 The amountof PerformanceSecurity shall be increasedto two (02) times of that which is set forth in Clause18.32 where the detailedprice analysisproduced by the bidderare not consideredby the Employeras reasonable / justified.

32.1 Standard form and amount of Performance Security acceptableto the Employer:

The performance security shall be of an amount equal to l0% of the Contract Price stated in the Letter of Acceptance. Such security shall, at the option of the bidder, be in the form of either (a) bank guaranteefrom any ScheduledBank in Pakistanor (b) bank guaranteefrom a bank located outside Pakistanduly counter- guaranteedby a ScheduledBank in Pakistan or (c) an insurancecompany having atleastAA rating from PACRAIJCR.

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromRing Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange Pagell ofll FORMOF BID ANDAPPENDICES

CONSTRUCTION OF LAHJORE EASTERN BYPASS PACKAGE-I - From Ring Roadto Kala Khatai Road incl. Bridge over River Ravi and Lakhudherlnterchange Sayno to corruption

Letters of Bid (Technicaland Price)o And Appendicesto Bid

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto KalaKhatai Road incl. Bridge over River Ravi andLakhudher Interchange. PaseI Say no to corruption LTB.1 Letter of Technical Bid

Date:...... Bid ReferenceNo: (l.iame of Contract/Works)

To:

We, the undersigned,declare that:

(a) We have examinedand have no reservationsto the Bidding Documents,including Addendaissued in accordancewith Instructionsto Bidders(IB) 9;

(b) We offer to execute and complete in conformity with the Bidding Documents the following Works:

(c) Our Bid consistingof the TechnicalBid and the Price Bid shall be valid for a period of .. days from the date fixed for the bid submissiondeadline in accordancewith the Bidding Documents, and it shall remain binding upon us and may be accepted at any time beforethe expirationof that period;

(d) As security for due performanceof the undertakingsand obligations of our Bid, we submit herewith a Bid security,in the amountspecified in Bidding Data Sheet,which is valid (at least)28 daysbeyond validity of Bid itself;

(e) We are not participating, as a Bidder or as a Subcontractor,in more than one Bid in this bidding process, other than alternative offers submitted in accordancewith 1816 (as applicable);

'k

.-}!-:.::,:-, CONSTRUCTIONOF LAHOREEASTERN BYPASS :]''- PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange. Page2 Sayno to corruption LTB.2

(f) We agreeto permit Employeror its representativeto inspectour accountsand records and other documentsrelating to the bid submissionand to have them audited by auditors.This permissionis extendedfor verificationof any informationprovided in our TechnicalBid which comprisesall documentsenclosed herewith in accordancewith IB.1l.1of theBidding Data Sheet.

[In caseof JV, anotherparagraph (g) shall be added,in complianceof GCC 11.2(d),to read as follows: All partners of our JV shall at all times and under all circumstancesbe liable jointly and severallyfor the executionof the Contractin accordancewith the Contractterms,J

Name In the capacityof Signed

Dulyauthorizedto sign the Bid for and on behalf of Date Address

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange. Say no to corruption LPB.l Letter of PriceBid

Date: ...... Bid ReferenceNo: (Name of Contract/Works)

We,the undersigned, declare that:

(a) We have examinedand have no reservationsto the Bidding Documents,including Addendaissued in accordancewith Instructionsto BiddersIB 9;

(b) Thetotal price of our Bid, excludingany discounts offered in item(c) belowis:

(c) The discountsoffered and the methodology for their application are:

(d) Our Bid shall be valid for a period of ...... days from the date fixed for the bid submission deadline in accordancewith the Bidding Documents, and it shall remain binding upon us and may be acceptedat any time before the expiration of that period;

(e) If our Bid is accepted,we commit to obtain a performance security in accordancewith the Bidding Documents;

(0 We understandthat this Bid, together with your written acceptancethereof included in your notification of award, shall constitute a binding Contract betweenus, until a formal Contract is prepared and executed and we do hereby declare that the Bid is made without any collusion, comparison of figures or arrangementwith any other Bidder for the Works;

CONSTRUCTIONOF LAHOREEASTERN BYPASS

Page4 Sayno to corruption LPB-a

(g) We understandthat you arenot boundto acceptthe lowestevaluated Bid or any other Bid thatyou mayreceive;

(h) We agreeto permit Employeror its representativeto inspectour accountsand records and other documentsrelating to the Bid submissionand to have them audited by auditors.This permissionis extendedfor verificationof any informationprovided in our TechnicalBid which comprisesall documentsenclosed herewith in accordancewith I8.11.1of theBidding Data Sheet. fin caseof JV, anotherparagraph (i) shall be added,in complianceof GCC 11.2(d),to read as.follows: All partners of our JV shall at all timesand under all circumstancesbe liable jointly and severallyforthe executionof the Contractin accordancewith the Contractterms.J

Name

In thecapacity of ......

Signed

Duly authorizedto sign the Bid for and on behalf of

Date

Address.

! ;-., ''fa;lr1, ': a " "ii, ',1 I '..' {'-"i ':.:+.\ !

-,\'i- r.:;,i'11;4

CONSTRUCTIONOF LAHOREEASTERN B\?ASS PACKAGE-I- FromLahore Ring Roadto KalaKhatai Road incl. Bridgeover River Ravi andLakhudher Interchange. Page 5 Sayno to corruption Appendix-Ato Bid SPECIAL STIPULATIONS CIause Conditionsof Contract I Engineer's Authority to issue 2.1 ZYo of the Contract Price stated in the Letter of Variationin emergencv Acceptance. 2. Amountof PerformanceSecuriw l0.l l0% of Contract Price stated in the Letter of Acceptanceexcludins PS. a Time for FurnishingProgramme t4.1 Within 42 daysfrom the dateof receiptof Letter of Acceptance. /1 a. Minimum amount of Third Partv 23.2 Pak. Rs.500,000 (Pak. Rupees five hundred Insurance thousand)in caseof bodily injury to a person,Pak. Rs.1,000,000(Pak. Rupees one Million) in caseof death of a personand 1o/o(one percent)of the AcceptedContract Amount in caseof damageto a properfy,(per occurrence in eachcase). 5. Time for Commencement 4t.l Within fourteen(14) days from the dateof receiptof Engineer'sNotice to Commencewhich shall be issuedwithin fourteen(14) days after signing of ContractAgreement. 6. Timefor Completion 43.1 450 days from the date of receiptof Engineer's 48.2 Noticeto Commence. 7. a) Amount of LiquidatedDamages 47.1 0. I percent of Contract Price for each day of delay in completion of the Works subjectto a maximum of 10Yo of Contract Price stated in the Letter of Acceptance. b) Amountof Bonus 47.3 0.05 percent of Contract Price for each day the Works are completed before the specified completion date of the Works subject to a maximum of 5o/o of Contract Price stated in the Letter of Acceptance(Bonus is not admissibleif the work is completedin extendedtime for completion). 8, DefectsLiabi lity Period 49.1 365 days from the effective date of Taking Over Certificate. 9. Percentageof RetentionMonev 60.2 l0% of the amountof Interim PavmentCertificate. 10. Limit of Retention Monev 60.2 5% of Contract Price stated in the Letter of Acceptance. lt Minimum amount of Interim 60.2 06% of Contract Price (or Rs. 500 Millions, PaymentCertificates (Running Bills) whicheveris greater)for eachIPC as well as Final Bin. I2 Time of Paymentfrom delivery of 60.10 42 days(subject to appearanceof Contractor'sname .F,ngineer's Interim Payment on Active Tax Payers list as per S.R.O. Certificateto the Employer. 1093(I)/20I 5-Public Procurement Regulation-20 I 5). l3 MobilizationAdvance (Interest Free) 60"11 l5Yo of Contract Price stated in the Letter of Acceptance excluding Provisional Sums against Bank Guarantee.

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto KalaKhatai Road incl. Bridgeover River Ravi and page6

\-r '^",1/:,1u.- i.- ,,i- )-( r:! ';J:V' \>: Jiiit' Sayno to corruption Appendix-Bto Bid

FOREIGN CURRENCYREQUIREMENTS l. The Bidder may indicatehere in below his requirementsof foreign cwrency (if any), with referenceto variousinputs to the Works. (a o. \(4 NotAppticable .pP>/S 2. ForeignCurrency Requirement as percegret.S\UlPpri.. excludingProvisional Sums -% .e\\)\> a t' J. rableTable of Exchange Rates ^^(o) GX Unit of Currency \ \N Equivalent in Pak. Rupees Austrarian"$ \t" fffN

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange. PageT Sayno to corruption BC.1 Appendix-CTo Bid

PRICE ADJUSTMENT UNDER CLAUSE 70 OF CONDITIONSOF CONTRACT

The sourceof indicesand the weightagesor coefficientsfor use in the adjustmentformula under Clause70 shallbe asfollows:

licable index

Fuel(High Speed Diesel)

Cement(OPC) in Bulk

size100x100

Notes: i) The baseprices of SpecifiedMaterials shall be as of actuallyprevailing on the datefalling on 28 days prior to latestdate of submissionof Bids and shall be obtainedfrom the respective . sourcesand to be verified and notified by the Engineer after consentof the Employer. ii) The base/currentprice are meant to be ex-factory prices and inclusive of all kinds of taxes and duties that can be levied at source. iiD Adjustment of increase/decreaseshall only be admissible for the material listed above. iv) Value of work done for price adjustment pu{pose shall be value of permanent works (excludingBill for GeneralItems and ProvisionalSums). v) All amountsin Pak Rupeesonly.

*a, '.'r.- .ii;

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange. Page 8 Sayno to corruption Appendix-Dto Bid BILL OF QUANTITIES

A. Preamble

1 'The Bill of Quantitiesshall be read in conjunctionwith the Conditions of Contract, Specificationsand Drawings.

2. The quantitiesgiven in the Bill of Quantitiesare estimatedand provisional,and are givento provide a commonbasis for bidding. The basisof paymentwill be the actualquantities of work executedand measuredby the Contractorand verified by the Engineerand valuedat the ratesand prices entered in the pricedBill of Quantities,where applicable, and otherwise at suchrates and prices as the Engineermay fix asper the Contract. a J. The ratesand pricesentered in the pricedBill of Quantitiesshall, except insofar as it is otherwiseprovided under the Contractinclude all costsof Contractor'splant, labour , supervision,materials, execution, insurance, profit, taxesand duties, together with all general risks,liabilities and obligationsset out or impliedin the Contract.Furthermore all duties, taxesand otherlevies payable by the Contractorunder the Contract,or for any othercause, ason thedate 28 daysprior to deadlinefor submissionof Bids,shall be includedin therates andprices and the total Bid Pricesubmitted by the Bidder.

4. A rate or price shall be enteredagainst each item in the priced Bill of Quantities,whether quantitiesare stated or not. The costof itemsagainst which the Contractorwill havefailed to entera rate or price shall be deemedto be coveredby other ratesand pricesentered in the Bill of Quantities. 5. The whole cost of complyingwith the provisionsof the Contractshall be includedin the items providedin the priced Bill of Quantities,and whereno items are provided,the cost shall be deemedto be distributedamong the ratesand prices entered for the relateditems of theWorks. 6. Generaldirections and descriptionof work and materialsare not necessarilyrepeated nor summarisedin the Bill of Quantities.References to the relevantsections of the Bidding Documentsshall be madebefore entering rate and price against each item in the pricedBill of Quantities. Provisionalsums included and so designatedin the Bill of Quantitiesshall be expendedin whole or in part at the direction and discretionof the Engineerin accordancewith Sub- ..Clause 58.2 of PartI, GeneralConditions of Contract. 8. Ratesof eachitem mustbe quotedin figuresas well as in words,non compliantbids in this regardmay become non-responsive.

/ :- -.,::a'/' <,.sl:-. CONSTRUCTIoNoF LAHoRE EASTERNBYPASS PACKACE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange. Page 9 Sayno to corruption Appendix-Dto Bid

BILL OF OUANTITIES

B. Work ltems

L TheBill of Quantitiescontains the Bills attached.

2. Biddersshall price the Bill of Quantitiesin PakistaniRupees only.

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Rine Roadto Kala KhataiRoad incl. Brideeover River Ravi andLakhudher Interchanse Pagel0

Sayno to corruption Appendix-Eto Bid

PROPOSED CONSTRUCTION SCHEDULE

Pursuantto Sub-Clause43.1 of the GeneralConditions of Contract,the Works shall be completedon or before the date stated in Appendix-A to Bid. The Bidder shall provide as Appendix-E to Bid, the' Construction Schedule as specified herein showing the sequenceof work items and the period of time during which he proposes to complete each work item in such a manner that his proposed programme for completion of the whole of the Works (and parts of the Works) may meet Employer's completion targets in days noted below and counted from the date of receipt of Engineer'sNotice to Commence.

The bidders are required to submit the Summary of ProposedConstruction Scheduleas specified in Bidding Data Sheet. However, the other details of schedule mentioned in sub-paras(a), (b) & (c) below, will be submitted by the successfulbidder to the Employer after the Contract Agreement is signedand letter of Commencementis issued.

a) Manpower, Equipment, and other resourcesmust be allocated to each activity according to their capacity.

b) Critical Pathbe identified in differentcolour.

c) CD containing the soft copy of schedule in MS ProjecVPrimaveraformat must be provided, in which the linkage between manpower, equipment and activities must be provided. (Attach sheetsas required for the specified form of Construction Schedule):

Description Time for Completion

..WholeWorks 450 Davs

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- From LahoreRins Roadto Kala KhataiRoad incl. Bridseover River Ravi andLakhudher Interchanse, PageI I Say no to corruption Appendix-F to Bid

METHOD OF PERFORMING THE WORK

Biddersparticipating in this Bid are not required to submit this Appendix-F.However, it will be submittedonly by the successfulbidder to 'oTheEngineer" after the ContractAgreement is signed andletter of commencementis issued, in thefollowing manner:

(a) MethodologyRegarding Safety of Environment/Environmental Management Plan (EMP), as perEPA rules.

(b) QualityControl method of bridgeconcrete including w/c ratio, air content,slump, etc. (c) Safety/Security Management System.

The narrativedescriptions shall be preparedin sequencementioned above. Any importantkey words shallbe incorporatedin theabove descriptions.

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange. Page12 '?;:iH:[:lg:;

LIST OF MAJOR EQUIPMENT _ RELATED ITEMS

[The Bidderwill provideon Sheet2 of this Appendixa list of all major equipmentand related items, underseparate heading for itemsowned, to be purchasedor to be arrangedon leaseby him to carry out the Works. The information shall include make, type, capacity,and anticipatedperiod of utilization for all equipmentwhich shall be in sufficient detail to demonstratefully that the equipmentwill meetall requirementsof theSpecifications.]

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto KalaKhatai Road incl. Bridgeover River Ravi andLakhudher Interchange. Page13 Say no to corruption Appendix-G to Bid

LIST OF MAJOR EQUIPMENT

Owned Descriptionof Capacity Condi- Present Date of Periodof Purchased or Unit (Make, IIP Rating tion Locationor Delivery at Work on Leased Model"Year) Source Site Proiect I ). 4 J 6 7 a. Owned

b. To be Purchased

c. To be arranged on Lease

CONSTRUCTIONOF LAHORE EASTERNBYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange. Page14 Sayno to corruption Appendix-Hto Bid

CONSTRUCTIONCAMP AND HOUSING FACILITIES

The Contractorin pursuanceof Clause34 of the Conditionsof Contractshall provide description of his constructioncamp's facilities and staff housing requirementsto "The Engineer" after the ContractAgreement is signedand letter of commencementis issued.

The Contractorshall be responsiblefor pumps,electrical power, water and electricaldistribution systems,and sewerage system including all fittings,pipes and other items necessary for servicingthe Contractor'sconstruction camp.

The Contractorshall list or explainhis plansfor providingthese facilities for the serviceof the Contractas follows:

1 Site Preparation(clearing, land preparation,etc.).

2. Provisionof Services.

a) Power(expected power load, etc.). b) Water (requiredamount and systemproposed). c) Sanitation(sewage disposal system, etc.).

3. Constructionof Facilities

..a) Contractor'sOffice. Workshop and Work Areas (areasrequired and proposedlayout, type of constructionof buildings,etc.). b) Warehousesand StorageAreas (arearequired, type of constructionand layout). c) Housing and Staff Facilities (Plans for housing for proposed staff, layout, type of construction"etc.).

4. ConstructionEquipment Assembly and Preparation(detailed plans for carryingout this activity).

5. OtherItems Proposed (Security services, etc.). The Contractormust mention the measutesto be takenunder EMP for wastewater disposalto preventthe contaminationof groundand surfacewater in the campingand adjoining area.

6. Detail of testinglaboratory and equipment for quality controlof the Works.-;''j'.,';"-r:+,'.

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl, Bridgeover River Ravi andLakhudher PageI 5 Say no to corruption Appendix-I to Bid

LIST OF'SUBCONTRACTORS

I/We intendto subcontractthe following partsof the Work to Subcontractors.In my/ouropinion, the Subcontractorsnamed hereunder are reliable and competentto perform that part of the work for whicheach is listed.

Enclosed are documentation outlining experience of Subcontractors, the curriculum vitae and experienceof their key personnelwho will be assignedto the Contract,equipment to be suppliedby them, size, location and type of contractscarried out in the past.

Part of Works Subcontractor (GiveDetails) fWith Complete Address) 1 2

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Rine Road to KalaKhatai Road incl. Bridee over River Ravi and Lakhudher Interchanse. Page16 Sayno to corruption Appendix-Jto Bid

ESTIMATED PROGRESS PAYMENTS

Bidder's estimate of the value of work whic,h would be executedby him during each of the periods statedbelow, basedon his Programmeof the Works and the Ratesin the Bill of Quantities.

Amounts Period in Months (Rs.) I )

l't Month

2ndMonth

3'dMonth

4thMonth

5thMonth

6th Month

l5th Month

Bid Price

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- From LahoreRine Roadto Kala KhataiRoad incl. Bridseover River Ravi andLakhudher Interchanse Sayno to corruption Appendix-Kto Bid

ORGANIZATIONCHART FOR THE SUPERVISORYSTAFF AND LABOUR

[It shall be restrictedto the staff and labor to be allocatedto the Contract in case of award; brochureof theFirm listingthe entire staff of theFirm shouldnot beattached.J

CONSTRUCTIONOF LAHORE EASTERNBYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange. PageI I CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- From LahoreRing Roadto KalaKhatai Road incl. Bridgeover River Ravi andLakhudher Interchange Page19 Say no to corruption Appendix-L to Bid

(INTEGRITY PACT)

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC. . PAYABLE BY THE SUPPLIERSOF GOODS,SERVICES & WORKS IN CONTRACTSWORTH RS. IO.OOMILLION OR MORE

ContractNo.2G72\ ContractValue: (to be filled onlyby the successfulbidder. on awardof Contract) Dated: ContractTitle: ',"p,o.u,",";"; Pakistan(GoP) or";;;;;;;;;";;,;ig;,:T[:":,i;:,TH:::TiJ"ffi'[::,KX*:ffi!:if'ffi1;;il*:1 any administrativesubdivision or agencythereof or any other entity owned or controlledby GoP throughany corrupt businesspractice.

Without limiting the generalityof the foregoing, [name of Supplier] representsand warrantsthat it has fully declaredthe brokerage,commission, fees etc. paid or payableto anyoneand not given or agreedto give and shall not give or agree to give to anyonewithin or outside Pakistaneither directly or indirectly through any natural or juridical person, including its affiliate, agent, associate,broker, consultant, director, promoter, shareholder,sponsor or subsidiary, any commission, gratification, bribe, finder's fee or kickback, whether describedas consultationfee or otherwise,with the object of obtainingor inducing the procurement of a contract,right, interest,privilege or other obligationor benefit in whatsoeverform from GoP, exceptthat which hasbeen expressly declared pursuant hereto.

fname of Supplier] certifies that it has made and will make full disclosureof all agreementsand arrangementswith all personsin respectof or relatedto the transactionwith GoP and has not taken any action or will not take any action to circumvent the above declaration,representation or warrant5r.

[nameof Supplier]accepts full responsibilityand strict liability for making any false declaration,not making full disclosure,misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranf. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaidshall, without prejudice to any other rights and remediesavailable to GoP underany law, contractor other instrument,be voidableat the option of GoP.

Nofwithstandingany rights and remediesexercised by GoP in this regard,fname of Supplier]agrees to indemniff GoP for any loss or damage incurred by it on account of its corrupt businesspractices and further pay compensationto GoP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder's fee or kickback given by [name of Supplier] as aforesaidfor the purposeof obtainingor inducingthe procurementof any contract,right, interest,privilege or other obligation or benefit in whatsoeverform from GoP.

Name of Buyer: Name of Seller/Supplier:

Signarure: Signature: ii""u ISeal]

Note: The term "Buyer" means "Employer" and the term "Seller / Supplier" means "Bidder / Contractor". The bidder must fill in its name,wherever required, while filling other blanks and submit it with its 'Technical Bid after signing by the authorizedperson and affixing its sealto make the bid responsive (refer ITB 26.2)"

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Road to KalaKhatai Road incl. Bridge over River Ravi Pase20

l "i' ii it: / r":i/ :tt Sayno to corruption Appendix-Mto Bid

FINANCIAL COMPETENCEAND ACCESSTO FINANCIAL RESOURCES

Thefinancial position of thebidder shall be checkedas per following details:

1. SOUNDNESSAND ACCESSTO FINANCIAL RESOURCES(CASH FLOW)

The Biddermust demonstrateaccess to, or availabilityof, financialresources such as liquid assets,unencumbered real assets,lines of credits*,and other financial means, other than any contractualadvance payments, to meet the financial requirementsof the contractin the amountto satisfythe CashFlow requirement.As a minimumthe Bidder must showthat his resources,in term of at leasthis latestyear's working capital and line of credits,will be adequateto coveran amountequivalent to his bid priceand current work commitmentsi.e.

[WorkingCapital + Projectspecific Credit line u Rs.2,300 Million Facility- Onemonth's average invoicing of currentcontract commitments]

Working capital is the difference between current assetsand current liabilities and measures the firm's ability to generatecash in the short term.

*Any Credit Line Facility indicated for this Contract needs to have been certified by the Bankfor the Contract and the said certfficate(s) be enclosedwith this Appendix.

)

Bidders' to list their certified yearly Criteria Construction Turnover for last 3 vears

Minimum Average Annual Construction Turnover of Pak. Rupees 6,850 Million calculated as total certifiedpayments received for contracts in progress or completed,within the last 3 years.

CONSTRUCTIONOF LAHORE EASTERNBYPASS PACKAGE-I- FromLahore Rine Road to KalaKhatai Road incl. Bridge over River Ravi and l-akhudher Interchanse. Page2l Sayno to corruption Appendix-Nto Bid

PAST PERFORMANCE/EXPERIENCE l) GeneralConstruction Experience

Requirement Bidder to Role Provide details

Ixperience under construction contracts in Certificateof Contractor, the role of Contractor, Subcontractor, or registrationof Subcontractoroor Management Contractor for at least the last Firm/ PEC Management 10 years prior to the bid submissiondeadline. registrationalong Contractor with experience record

2) Contracts of Similar Size and Nature

Requirement Bidderto Role providespecific details Participation as Contractor or Management Letter of Contractoror Contractor, in at least I Contract within the acceptance Management last 10 years, with a value of at least Contractor Rs 6 Billion that has started and is (but not as Sub- successfully or substantially completed and Contractor) that is similar to the proposed Works. The Completion similarity shall be based on the physical size, certificate complexity, methods, technology or other characteristicsas indicated in these Biddine Documents. fln case of JV each partner of the JV must fulfrll the Criterion with respectto its share in the JY Agreement" However, f any one partner alone fuWls the criteria, then the other partner(s) are not required to fuuill it.J

CONSTRUCTIONOF LAHORE EASTERNBYPASS PACKAGE-I- FromLahore Rine Roadto Kala KhataiRoad incl. Bridgeover River Ravi and Page22 Sayno to corruption Appendix-Oto Bid

QUALIFICATION OF KEY STAFF

PEC Sr. Name of CNIC Designation Registration Experience No. Staff No. Qualification .Key No. t 2 a 4 5 6

Note: o The above mentioned staffs are the minimum required key staff for this project that must be available at construction site all the time during the currency of the Contract. In case' any of these staffs abandonsthe project site for any reason whatsoever the Contractor must immediately arrange his equivalent replacement with prior approval of the Employer.

. The staff other than above mentionedkey staff e.g. supervisors,assistants, operators and laborersetc. must also be available in accordanceto the ContractorsWork Program.

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- Froml,ahore Ring Road to KalaKhatai Road incl, Bridge over River Ravi and Lakhudher Interchange. Page23 z (! Contract Identlfication

I

l-l l- Eg sDo ox Total Value of Work i o. 5' (in case of J\/) LZ 5'5 o ?1 N)5 E 6iJ AF --(D Total Value -> a) rz of work (/)Xx' =P {as per JV share} z Fl ':.>"F YX Rs in million =a o 0c rl - Sp Lz tlw o = n'E !L> Fl p c/) o *Date 3 5 a of Completion Et p + z Fl NA (D O ?ta + Total value ofProject F-t . - U) Completed (as

f. per 6 IPC C-l 0!l o w. r. t JV share| ct) o @ U) (Rs in million) Fl a o

Fi) z N Average monthly invoicing over last six .. months z F) {Rs. in Millton} o

p Balance Work 0a I (as per Jl/ sharef (Rs in million)

a P< Leftover time Ho in month xo

Average monthly EEP" invoicing of current commitment (to complete the balance work in time {Rs tn million) FORMS

BID SECURI.TY

CREDITLINE FACILTTY

PER FO RAIIAN CE S ECUR ITY

CONTRACTAGREEMENIT

lT.1- CERTIFICATE

MOBILIZATI ON ADVANCEGUARANTEE

CONSTRUCTIONOF LAHJOREEASTERN BYPASS PACKAGE-I- FromRing Road to KalaKhatai Road incl. Bridge over River Ravi and Lakhudher Interchange Forms

Say no to corruption BS-T BID SECURITY (BankGuarantee)

Security Executed on (Date) Name cif Surety(Bank) with Address: (ScheduledBank in Pakistan) Nameof Principal(Bidder) with Address

PenalSum of SecurityRupees

KNOW ALL MEN BY THESEPRESENTS, that in pursuanceof the termsof the Bid andat the requestof the saidPrincipal (Bidder) we, the Suretyabove named, are held and firmly boundunto (hereinaftercalled the 'Employer')in the sum statedabove for the paymentof which sum well and truly to be made,we bind ourselves,our heirs, executors,administrators and successors,jointly andseverally, firmly by thesepresents.

THE CONDITION OF THIS OBLIGATION IS SUCH. that whereasthe Bidder has submittedthe accompanyingBid dated for Bid No. for (Particularsof Bid) to the said Employer;and

WHEREAS, the Employerhas requiredas a condition for consideringsaid Bid that the Bidder furnishesa Bid Securityin the abovesaid sumfrom a ScheduledBank in Pakistanor from a foreign bank duly counter-guaranteedby a Scheduled Bank in Pakistan,to the Employer,conditioned as under:

(l) that the Bid Securityshall remainin force up to and includingthe date28 daysafter the deadlinefor validity of bids as statedin the Instructionsto Biddersor as it may be " extendedby the Employer,notice of which extension(s)to the Surety is hereby waived;

(2) that the Bid Securityof unsuccessfulBidders will be retumedby the Employerafter expiryof its validityor uponsigning of theContract Agreement; and

(3) that in the eventof failureof the successfulBidder to executethe proposedContract Agreementfor suchwork and furnish the requiredPerformance Security, the entire said sumbe paid immediatelyto the saidEmployer pursuant to Clause15.6 of the Instructionto Biddersfor the successfulBidder's failure to perform.

NOW THER.EFORE,if the successfulBidder shall, within the periodspecified therefore,

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Road to Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange Pagel ofl0 Forms

Sayno to corruption BS-2 on the prescribedform presentedto him for signatureenter into a formal Contractwith the saidEmployer in accordancewith his Bid as acceptedand furnish within twentyeight (28) daysof his beingrequested to do so,a PerformanceSecurity with goodand sufficient surety, as may be required, upon the form prescribedby the said Employer for the faithful performanceand proper fulfilment of the said Contractor in the eventof non-withdrawalof the saidBid within the time specifiedfor its validity thenthis obligationshall be void andof no effect,but otherwiseto remainin full foroeand effect.

PROVIDED THAT the Surety shall forthwith pay the Employerthe said sum upon first written demandof the Employer (without cavil or argument)and without requiring the Employerto proveor to showgrounds or reasonsfor suchdemand, notice of which shall be sent by the Employerby registeredpost duly addressedto the Suretyat its addressgiven above.

PROVIDEDALSO THAT the Employershall be the sole and final judge for deciding whether the Principal (Bidder) has duly performedhis obligationsto sign the Contract Agreementand to furnishthe requisitePerformance Security within the time statedabove, or has defaultedin fulfilling said requirementsand the Suretyshall pay without objectionthe said sum upon demandfrom the Employer forthwith and without any referenceto the Principal(Bidder) or anyother person.

IN WITNESSWHEREOF, the abovebounden Suretyhas executed the instrumentunder its sealon the dateindicated above, the nameand sealof the Suretybeing heretoaffixed and thesepresents duly signedby its undersignedrepresentativepursuant to authority of its governingbody. SURETY(Bank)

WITNESS: Signature

1. Name

Title

CorporateSecretary (Seal) CorporateGuarantor (Seal)

2.

Name, Title & Address

CONSTRUCTIONOF LAHORE EASTERNBYPASS PACKAGE-I- FromLahore Rine Roadto Kala KhataiRoad incl. Brideeover River Ravi andLakhudher Interchanse Forms

Say no to corruption cL-1 CREDIT LINE FACILITY (Bank's Undentaking)

To,

GeneralManager (P&CA) NationalHighway Authority 28-Mauve,Area, G-9ll ISLAMABAD

This is to certify that Mis (Name& addressof the Bidder)is maintaining their AccountNo. slnce with our Bank / Branch.

We also certifVthat our Bank (Bankname& address)has committeda credit line facility uptoPak. Rs. to M/s (Nameof the Bidder) for the project (ProjectName) from to on the basis of their financial strength, market reputationand securitieswith us.

1. Name l. Name 2. Designation 2. Designation 1 Official Seal a OfficialSeal of AuthorizedSignatory of AuthorizedSignatory

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange Page3 of l0 Forms

Say no to corruption PS-1

PERFORMANCESECURITY (Bank Guarantee)

GuaranteeNo. Executedon Expiry date fl-etterby the Guarantorto the Employer]

Name of Guarantor(Bank) with address: (ScheduledBank in Pakistan) Name of Principal (Contractor)with address:

PenalSum of Security(express in words and figures)

Letter of AcceptanceNo. Dated KNOW ALL MEN BY THESE PRESENTS,that in pursuanceof the terms of the Bidding Documentsand abovesaid Letter of Acceptance(hereinafter called the Documents)and at the requestof the saidPrincipal we, the Guarantorabove named, are held and firmly bound unto the (hereinafter called the Employer) in the penal sum of the amount stated above for the payment of which sum well and truly to be made to the said Employer, we bind ourselves,our heirs, executors, administratorsand successors,jointly and severally,firmly by thesepresents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has acceptedthe Employer's above said Letter of Acceptancefor (Name of Contract) for the (Name of Project).

NOW THEREFORE, if the Principal (Contractor) shall well and truly perform and fulfill all the undertakings,covenants, terms and conditionsof the said Documentsduring the original terms of the said Documents and any extensions thereof that may be granted by the Employer,with or without notice to the Guarantor,which notice is, hereby,waived and shall also well and truly perform and fulfill all the undertakings,covenants terms and conditions of the Contract and of any and all modifications of said Documentsthat may hereafterbe made, notice of which modifications to the Guarantor being hereby waived, then, this obligation to be void; otherwise to remain in full force and virtue till all requirements of Clause 49, DefectsLiability, of Conditionsof Contractarefulfilled.

Our total liability under this Guaranteeis limited to the sum statedabove and it is a condition of any liability attachingto us under this Guaranteethat the claim for payment in writing

CoNSTRUCTIONOF LAHOREEASTERN BYPASS _._-.,::.:__.. PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchang_q:.r: iei - 1,-,r,'iii,., :.1,:; .j Page4 of l0 ,,.;,:',11_-_ iii'^.,:. Forms

Sayno to corruption PS.2 shallbe receivedby us within the validity periodof this Guarantee,failing which we shallbe dischargedof our liabiliff, if any,under this Guarantee.

We, (the Guarantor), waiving all objections and defencesunder the Contract, do hereby irrevocably and independently guaranteeto pay to the Employer without delay upon the Employer's first written demand without cavil or arguments and without requiring the Employer to prove or to show grounds or reasonsfor such demandany sum or sums up to the amount statedabove, againstthe Employer's written declaration that the Principal has refused or failed to perform the obligations under the Contract which payment will be effected by the Guarantorto Employer's designatedBank & AccountNumber.

PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whether the Principal (Contractor) has duly performed his obligations under the Contract or has defaulted in fulfilling said obligations and the Guarantor shall pay without objection any sum or sums up to the amount stated above upon first written demand from the Employer forthwith and without any referenceto the Principalor any otherperson. IN WITNESS WHEREOF, the above-boundenGuarantor has executedthis Instrument under its seal on the date indicated above, the name and corporate seal of the Guarantor being hereto affixed and these presentsduly signed by its undersignedrepresentative, pursuant to authority of its governing body.

Guarantor(Bank) Witness: 1. Signature

Name CorporateSecretary (Seal) Title

2.

Name,Title & Address CorporateGuarantor (Seal)

...'.-i. CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- From LahoreRing Roadto KalaKhatai Road incl. Bridgeover River Ravi andLakhudher Inrerchange Paee5 of l0

Forms

Say no to corruption CA-2

4. The Employer hereby covenants to pay the Contractor, in consideration of the execution and completion of the Works as per provisions of the Contract, the Contract .-Priceor such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribedby the Contract.

IN WITNESS WHEREOF the parties hereto have causedthis Agreement to be executedon the day, month and year first before written in accordancewith their respectivelaws.

Sisnatureof the Contactor Signatureof Employer

(Seal) (Seal)

Signed,Sealed and Deliveredin the presenceof:

Witness: Witness:

(Name,Title and Address) (Name, Title and Address)

.,I i;u

-.t-'

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange Paee7 of l0 Forms

Sayno to corruption FORM IT.1

CERTIFICATE (on company'sLetterhead Pad)

In accordance with Clause IB I2.3 "Bid Prices". we. M/s

do hereby certify that the cost of risk of increasein rateof incometax hasbeen inbuilt in our quoteditem rates.Our firm is exempted/ not exemptedfrom thepayment of IncomeTax.

2. It is confirmed that an amount equivalent to _ % of bid price is incorporated in the bid which will be deducted as Withholding Tax from our quoted bid price and depositedwith Govemment of Pakistanas per Income Tax Act. We undertakethat in caseof exemption or decreasein rate of income tax is grantedafter the date 28 days prior to bid submission,the contract price shall be reducedaccordingly.

Signature

Sealof the company

Note:(l) Pleaseattach NTN Certificate or Exemption Certificate as the casemay be. (2) Para2 is not required for the bidders who are exemptedfrom Income Tax. (3) This Certificate is mandatory to be included in Technical Bid, failing which the bid will be declaredas non-responsive.

CONSTRUCTIONOF LAHORE EASTERNBYPASS PACKAGE-I- FromLahore Ring Roadto KalaKhatai Road incl. Bridgeover River Ravi and Paee8 of l0 Forms

Say no to corruption MG.1

MOBILIZATION ADVANCE GUARANTEE

GuaranteeNo. Date

'Employer') WHEREAS (hereinafter called the has entered into a Contract for (Particularsof Contract) with (hereinaftercalled the "Contractor').

AND WHEREAS,the Employerhas agreedto advanceto the Contractor, at the Contractor's request,an amount of Rupees (Rs ) which amountshall be advancedto the Contractoras per provisionsof the Contract.

AND WHEREAS,the Employerhas asked the Contractorto furnishGuarantee to securethe mobilizationadvance for the performanceof his obligationsunder the saidContract.

AND WHEREAS, (ScheduledBank in Pakistanacceptable to the Employer) (hereinafter called the "Guarantor") at the request of the Contractor and in considerationof the Employer agreeing to make the above advanceto the Contractor, has agreedto furnish the said Guarantee.

NOW,'THEREFORE, the Guarantor hereby guaranteesthat the Contractor shall use the advancefor the purpose of above mentioned Contract and if he fails and commits default in fulfilm'bnt of any of his obligations for which the advancepayment is made, the Guarantor shall be liable to the Employer for payment not exceedingthe aforementionedamount.

Notice in writing of any default,of which the Employer shall be the sole and final judge, on the part of the Contractor, shall be given by the Employer to the Guarantor, and on such first written.demand, payment shall be made by the Guarantor of all sums then due under this Guaranteewithout any referenceto the Contractor and without any objection.

This Guaranteeshall remain in force until the advance fully adjustedagainst payments from the Interim Payment Certificates of the Contractor or until whichever is earlier. (Date) The Guarantor'sliability under this Guaranteeshall not in any caseexceed the sumof Rupees (Rs Sayno to corruption MG.2

This Guaranteeshall remain valid up to the aforesaiddate and shall be null andvoid afterthe aforesaiddate or earlier if the advancemade to the Contractoris fully adjustedagainst paymentsfrom Interim PaymentCertificates of the Contractorprovided that the Guarantor agreesthat the aforesaidperiod of validity shallbe deemedto be extendedif on the above mentioneddate the advance payment is not fully adjusted.

GUARANTOR

1. Signature 2. Name 3. Title

WITNESS

1. CorporateSecretary (Seal)

2. (NameTitle & Address) CorporateGuarantor (Seal)

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Rine Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange Pagel0 of l0 PARTI - GENERALCONDIT]ONS

CONSTRUCTIONOF LAHJOREEASTERN BYPASS PACKAGE-I - FromRing Roadto Kala KhataiRoad incl. Bridge over River Ravi andLakhudher Interehange Sayno to corruption GeneralConditions of GontractPart-l FEDERATION INTERNATIONAL DES INGENIEURS,CONSEILS

i,):r:ii ..rlii{

PART I GENERAL CONDITIONS WITH FORMS OF TENDER AND AGREEMENT

FOURTHEDITION 1987 Reprintedin 1988with editorialamendments Reprintedin 1992with furtheramendments

Copies of the FIDIC Conditions of Contract can be obtained from: FIDIC Secretariat P.O.Box 86 1000Lausanne 12 Switzerland e-mail:[email protected] - FIDIC.org/bookshop

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Rins Roadto KalaKhatai Road incl. Bridse over River Ravi and Lakhudher PageI of I PARTI,l - PARTICULARCONiDIHONS

CONSTRUCTIONOF LAHJORE EASTERN BYPASS PACKAGE-I- FromRing Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange Sayno to corruption ParticularConditions of GontractPart-ll

TABLE OF CONTENTS

PART II . PARTICULAR CONDITIONS OF CONTRACT

Clause Title

Ll . Definitions 2.1 Engineer'sDuties and Authority 2.2 Engineer'sRepresentative 2.7 EngineerNot Liable 2.8 Replacementof theEngineer 5.1 Language(s)and Law 5.2 Priorityof ContractDocuments 6.6 ShopDrawings 6.7 As-BuiltDrawings 9.1 ContractAgreement 10.1 PerformanceSecurity 10.4 PerformanceSecurity Binding on Variationsand Changes 14.1 Programmeto be Submitted 14.3 CashFlow Estimateto be Submitted 14.5 DetailedProgramme and Monthly ProgressReport 15.2 LanguageAbility of Contractor'sRepresentative 15.3 Contractor'sRepresentative 16.3 LanguageAbility of SuperintendingStaff of Contractor 16.4 Employmentof LocalPersonnel 19.3 SafetyPrecautions 19.4 LightingWorks at Night 20.4 Employer'sRisks 21.4 Exclusions 25.5 InsuranceCompany 31.3 Co-operationwith OtherContractors 34.2 Ratesof Wagesand Conditions of Labour 34.3 Employmentof Personsin theService of Others 34.4 Housingfor Labour 34.5 Healthand Safety 34,6 Epidemics 34.7 Supplyof Water 34.8 AlcoholicLiquor or Drugs 34.9 Arms andAmmunition 34.10 Festivalsand Religious Customs 34.11 DisorderlyConduct 34.12 CompliancebySubcontractors 35.2 Recordsof Safetyand Health 35.3 Reportingof Accidents 36.6 Useof PakistaniMaterials and Services

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Road to KalaKhatai Road incl. Bridge over River Ravi and Lakhudher Inerchange PageI of 24 ..:tl Say no to corruption ParticularGonditions of GontractPart-ll

4l.l Commencementof Works 47.3 Bonus for Early Completionof Works 48.2 Taking Over of Sectionsor Parts 51.2 Instructions for Variations 52.1 Valuationof Variations 52.2. Power of Engineer to Fix Rates 53.4 Failureto Comply 54.5 Conditionsof Hire of Contractor'sEquipment 59.4 Paymentsto Nominated Subcontractors s9.5 Certification of Paymentsto Nominated Subcontractors 60.1 Monthly Statements 60.2 Monthly Payments 60.10 Time for Payment 60.1I FinancialAssistance to Contractor 63.1 Default of Contractor 65.2 SpecialRisks 67.3 Arbitration 68.1 Notice to Contractor 68.2 Notice to Employer and Engineer 10.1 Increaseor Decreaseof Cost 72.2 Currency Proportions 72.3 Currenciesof Payment for Provisional Sums 73.1 Payment of Income Tax 73.2 CustomsDuty & Taxes 74.r Integrity Pact 75.1 Terminationof Contractfor Employer'sConvenience 76.1 Liability of Contractor 77.1 Joint and SeveralLiability 78.1 Detailsto be Confidential

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Rine Road to KalaKhatai Road incl. Bridse over River Ravi and Lakhudher lnerchanse Sayno to corruption ParticularConditions of GontractPart-ll

PART II. PARTICULAR CONDITIONS OF'CONTRACT

1.1 Definitions

(a) (i) The Employer is Chairman NHA, 28-Mauve Areao G-911,National Highway Authorityo Islamabad.

(a) (iv) The Engineeris ...... (insertname of the Firm/CompanyiPerson nominated as Engineer alongwith his full address), or any other competentperson appointedby the Employer, and notified to the Contractor,to act in replacement of the Engineer. Provided always that except in cases of professional misconduct, the outgoing Engineer is to formulate his certifications/recommendationsin relation to all outstanding matters, disputes and claimsrelating to the executionof the Works during his tenure.

The following paragraphis added:

(aXvi) "Bidder or Tenderer" means any person or persons,company, corporation, firm or joint venture submitting a Bid or Tender.

(bXv) The following is addedat the end of the paragraph:

. The word "Tender" is synonymous with "Bid" and the word "Tender Documents" with "Bidding Documents".

The following paragraphis added:

(b)(ix) "Programme" means the programme to be submitted by the Contractor in accordancewith Sub-Clause14.1 and any approvedrevisions thereto.

(eXi) The text is deletedand substitutedwith the following:

, "Contract Price" meansthe sum stated in the Letter of Acceptanceas payable to the Contractorfor the executionand completionof the Works, subjectto such additions thereto or deductions there from as may be made, and remedying of any defects therein in accordancewith the provisions of the Contract.

2.1 Engineer's Duties and Authority

With referenceto Sub-Clause2.1(b), the following provisionsshall also apply;

The Engineer shall obtain the specific approval of the Employer before carrying out

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto KalaKhatai Road incl. Bridgeover River Ravi and Page3 of24 Say no to corruption ParticularConditions of ContractPart-ll

his duties in accordancewith the following Clauses:

(i) Consentingto the sub-lettingof any part of the Works under Sub-Clause4.1 "Subcontracting". (ii) Certifying additional cost determined under Sub-Clause 12.2 "Not ForeseeablePhysical Obstructions or Conditions".

(iii) Any actionunder Clause l0 "PerformanceSecurity" and Clauses 2I,23,24 & 25 "trnsurance"of sorts"

(iv) Any actionunder Clause 40 "Suspension".

(v) Any actionunder Clause 44 'oExtensionof Timefor Completion".

(vi) Any actionunder Clause 47 "LiquidatedDamages for Delay" or Paymentof Bonusfor EarlyCompletion of Works(PCC Sub-Clause 47.3).

(vii) Issuanceof "TakingOver Certificate" under Clause 48.

(viii) Issuinga VariationOrder under Clause 51,except:

a) in an emergency*situation, as statedhere below, or

b) if suchvariation would increasethe ContractPrice by lessthan the amountstated in theAppendix-A to Bid.

(ix) Fixingrates or pricesunder Clause 52.

(x) Extrapayment as a resultof Contractor'sclaims under Clause 53.

(xi) Releaseof Retention Money to the Contractorunder Sub-Clause60.3 "Paymentof RetentionMoney".

(xii) Issuanceof "FinalPayment Certificate" under Sub-Clause 60.8.

(xiii) Issuanceof "DefectLiability Certificate"under Sub-Clause 62.1.

(xiv) Any changein the ratios of Contractcurrency proportions and payments thereofunder Clause T2*Currency and Rate of Exchange".

(xv) Certifyadditional cost under Clauses 6, 20,27 , 42, 65,69 and70.

. (xvi) Issuinginstructions under Clause 58.

* (If in the opinionof the Engineeran emergencyoccurs affecting the safeff of life or of the Worksor of adjoiningproperty, the Engineermay, without relieving the Contractorof any of his dutiesand

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Pase4 of24

i.ll,. patl:';-.t ^- ';: r Say no to corruption ParticularConditions of Contract Part-ll

responsibilitiesunder the Contract,instruct the Contractorto executeall suchwork or to do all such . things as may, in the opinion of the Engineer,be necessaryto abateor reducethe risk. The Contractorshall forthwith comply with any such instructionof the Engineer. The Engineershall determinean additionto the ContractPrice, in respectof suchinstruction, in accordancewith Clause 52 andshall notify the Contractoraccordingly, with a copyto the Employer.)

2.2 Engineer'sRepresentative ' Thefollowing paragraph is added:

The Employer shall ensure that the Engineer's Representativeis a professional engineeras definedin the PakistanEngineering Council Act 1975(V of 1976).

The following Sub-Clauses2.7 and 2.8 are added:

2.7 Engineer Not Liable

Approval, reviews and inspection by the Engineer of any part of the Works doesnot relieve the Contractor from his sole responsibility and liability for the supply of materials, plant and equipment for construction of the Works and their parts in accordancewith the Contract and neither the Engineer's authority to act nor any decision made by him in good faith as provided for under the Contract whether to exerciseor not to exercisesuch authority shall give rise to any duty or responsibility of the Engineer to the Contractor, any Subcontractor,any of their representativesor employeesor any other personperforming any portion of the Works.

2.8 Replacementof the Engineer

If the Employer intendsto replacethe Engineer,the Employer shall, not lessthan 14 days before the intended date of replacement,give notice to the Contractor, of the name, addressand relevant experienceof the intendedreplacement Engineer. The Employer shall not replace the Engineer with a person against whom the Contractor raisesreasonable objection by noticeto the Employer,with supportingparticulars.

5.1 Language(s)and Law

(a) The Contract Documentsshall be drawn up in the English language. (b) The Contract shall be subjectto the Laws of Islamic Republic of Pakistan.

5.2 Priority of Contract Documents

The documentslisted at (1) to (6) of the Sub-Clauseare deleted and substitutedwith the following:

(i) The Contract Agreement; (ii) The Letter of Acceptance;

CONSTRUCTIONOF LAHORE EASTERNBYPASS PACKAGE-I- FromLahore Ring Roadto KalaKhatai Road incl. Bridgeover River Ravi andLakhudher Page5 of24 Sayno to corruption ParticularConditions of GontractPart-ll

(iii) The completedForm of Bid (Letter of TechnicalBid and Letter of Price Bid); (iv) Addendum/ Conigendum,if any,pertaining to Contractdocuments; (v) SpecialStipulations (Appendix-A to Bid); (vi) SpecialProvisions (Contractual); (vii) The ParticularConditions of Contract- Part-II; (viii) The GeneralConditions - Part-I; (ix) The PricedBill of Quantities(Appendix-D to Bid); (x) The completedAppendices to Bid (C, E to P); (xD ParticularSpecifications/SpecialProvisions(Specifications); (xii) NHA GeneralSpecifications-l998 and its Addenda; (xiii) The Drawings.

In caseof discrepanciesbetween drawings, those of largerscale shall governunless they are supersededby a drawingof later dateregardless of scale.All Drawingsand Specificationsshall be interpretedin conformity with the Contract and these Conditions.Addendum, if any, shall be deemedto have been incorporatedat the appropriateplaces in the documentsforming the Contract.

Thefollowing Sub-Clauses 6"6 and 6.7 are added:

6.6 ShopDrawings

The Contractorshall submit to the Engineerfor review 3 copiesof all shop and erectiondrawings applicable to this Contractas per provisionof relevantSub-Clause of the Contract.

Reviewand approval by the Engineershall not be construedas a completecheck but will indicate only that the general method of constructionand detailing is satisfactoryand that the Engineer's review or approval shall not relieve the Contractorof any of his responsibilitiesunder the Contract.

6.7 As-Built Drawings

At the completionof the Works underthe Contract,the Contractorshall furnishto the Engineer6 copiesand one reproducibleof all drawingsamended to conform with the Works asbuilt. The price of suchDrawings shall be deemedto be included in the ContractPrice.

9.1 ContractAgreement

The words "cost of the Employer"are deletedand substitutedwith the words "cost of the Contractor including Stamp Papers required to execute the Contract Agreement".

CONSTRUCTIONOF LAI{ORE EASTERNBYPASS ;From LahoreRing Roadto KalaKhatai Road incl. Bridgeover River Ravi andLakhudher Inerchange Page6 of24 Say no to corruption ParticularConditions of GontractPart-ll

10.1 PerformanceSecurity

The text is deletedand substitutedwith the following:

" The Contractor shall provide PerformanceSecurity to the Employer in the prescribed form. The said Security shall be furnished or caused to be fumished by the .. Contractor within 28 days after the receipt of the Letter of Acceptance. The Performance Security shall be of an amount equal to ten per cent (10%) of the ContractPrice statedin the Letter of Acceptance.Such Security shall, at the option of the bidder, be in the form of either (a) bank guaranteefrom any ScheduledBank in Pakistanor (b) bank guaranteefrom a bank located outside Pakistan duly counter- guaranteedby a Scheduled Bank in Pakistan or (c) an insurance company having . atleastAA rating from PACRA/JCR acceptableto the Employer.

. The cost of complying with requirementsof this Sub-Clauseshall be borne by the Contractor.

The following Sub-Clause10.4 is added:

10.4 PerformanceSecurity Binding on Variations and Changes

The PerformanceSecurity shall be binding irrespective of changesin the quantities or variationsin the Works or extensionsin Time for Completionof the Works which are grantedor agreedupon under the provisions of the Contract. l4.l Programme to be Submitted

The programme shall be submitted within 42 days from the date of receipt of Letter of Acceptance,which shall be in the form of MS Project / Primavera

14.3. Cash Flow Estimate to be Submitted

The detailed Cash Flow Estimate shall be submitted within 2l days from the date of receipt of Letter of Acceptance.

The following Sub-Clause14.5 is added:

14.5 Detailed Programme and Monthly ProgressReport a) For purposes of Sub-Clause 14.1, the Contractor shall submit to the Engineer detailedprogramme for the following:

(1)Executionof Works; (2) LabourEmployment; (3) Local MaterialProcurement:

CONSTRUCTIONOF LAHORE EASTERNBYPASS PACKAGE-I- FromLahore Ring Roadto KalaKhatai Road incl. Bridgeover River Ravi andLakhudher PageTof24 Say no to corruption ParticularConditions of GontractPart-ll

(4) Material Imports, if any; and (s)Other details as required by the Engineer including Environmental Management Plan"

(b) During the peri.odof the Contract,the Contractorshall submit to the Engineernot laterthan the 8thday of the followingmonth, 10 copieseach of Monthl/Progress Reportscovering:

(1) A ConstructionSchedule indicating the monthlyprogress in percentage; (2) Descriptionof all work carriedout sincethe lastreport; (3) Descriptionof the work plannedfor the next 56 dayssufficiently detailed to enablethe Engineerto determinehis programmeof inspectionand testing; (4) Monthlysummary of dailyjob record; (5) Photographsto illustrateprogress; and (6) Informationand video aboutproblems and difficulties encountered, if any, andproposals to overcomethe same.

(c) During the period of the Contract,the Contractorshall keep a daily record of the work progress,which shall be made available to the Engineer as and when requested.The daily recordshall include particulars of weatherconditions, number of men working, deliveriesof materials,quantity, location and assignmentof Contractor's equipment.

Thefollowing Sub-Clauses 15"2 and 15.3 are added:

15.2 LanguageAbility of Contractor'sRepresentative . The Contractor'sauthorized representative shall be fluent in the English langvage. Alternatelyan interpreterwith ability of Englishlanguage shall be providedby the Contractoron full time basis. f 5.3 Contractor'sRepresentative

The Contractor'sauthorised representative and his other professionalengineers workingat Siteshall register themselves with the PakistanEngineering Council.

The Contractor'sauthorised representative at Site shall be authorisedto exercise adequateadministrative and financial powerson behalf of the Contractorso as to achievecompletion of the Worksas per the Contract.

Thefollowing Sub-Clauses 16.3 and 16.4 are added:

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher PageI of24 Say no to corruption ParticularConditions of ContractPartJl

16"3 Language Ability of Superintending Staff of Contractor

A reasonable proportion of the Contractor's superintending staff shall have a working knowledge of the English language.If the Contractor's superintendingstaff ' are not fluent in English language,the Contractor shall make competent interpreters available during all working hours in a number deemedsufficient by the Engineer.

16.4 Employment of Local Personnel

The Contractor is encouraged,to the extent practicable and reasonable,to employ staff and labour from sourceswithin Pakistan.

' The following Sub-Clauses19.3 and 19.4are added:

19.3 SafetyPrecautions

In order to provide for the safety, health and welfare of persons,and for prevention of damageof any kind, all operationsfor the purposesof or in connection with the Contract shall be carried out in compliance with the Safety Requirements of the Government of Pakistan with such modifications thereto as the Engineer may authorise or direct and the Contractor shall take or cause to be taken such further measures and comply with such further requirements as the Engineer may determineto be reasonablynecessary for such purpose.

The Contractor shall make, maintain and submit reports to the Engineer concerning safety, health and welfare of persons and damageto property, as the Engineer may from time to time prescribe.

19.4 Lighting Work at Night

In the event of work being carried out at night, the Contractor shall at his own cost, provide and maintain such good and sufficient light as will enable the work to proceed satisfactorily and without danger.The approachesto the Site and the Works where the night-work is being carried out shall be sufficiently lighted. All alrangement adopted for such lighting shall be to the satisfaction of the Engineer's Representative.

20.4 Employer's Risks

The Employer'srisks are:

Delete the text and substitutewith the following:

(a) insofar as they directly affect the execution of the Works in Pakistan:

CONSTRUCTIONOF LAHORE EASTERNBYPASS PACKAGE-I- FromLahore Ring Road to KalaKhatai Road incl. Bridge over River Ravi and Lakhudher Page9 of 24 sayno to corruption ParticularGonditions of GontractPart-ll

(D war and hostilities (whether war be declared or not), act of foreign enemies,

(iD rebellion,revolution, insurrection, or military or usurpedpower, or civil war,

(iii) ionizing radiations,or contaminationby radioactivityfrom any nuclearfuel, or from any nuclearwaste from the combustionof nuclearfuel, radioactive toxic explosive or other hazardousproperties of any explosive nuclear assemblyor nuclearcomponent thereof,

(iv) pressurewaves caused by aircraftor otheraerial devices travelling at sonicor supersonicspeeds,

(v) riot, commotionor disorder,unless solely restricted to the employeesof the Contractoror of his Subcontractorsand arising from the conduct of the Works;

(b) loss or damagedue to the use or occupation by the Employer of any Section or part of the PermanentWorks, except as may be provided for in the Contract;

(c) loss or damageto the extent that it is due to the design of the Works, other than any part of the design provided by the Contractor or for which the Contractor is responsible;and

(d) any operation of the forces of nature (insofar as it occurs on the Site) which an .. experiencedcontractor:

(i) could not have reasonablyforeseen, or

(ii) could reasonablyhave foreseen,but against which he could not reasonably havetaken at leastone of the following measures:

(a) preventloss or damageto physicalproperty from occurringby taking appropriatemeasures, or

(b) insure against.

21,4 Exclusions

Thetext is deletedand substituted with the following: Thereshall be no obligationfor the insurancesin Sub-Clause2l.I to includeloss or damagecaused by the risks listedunder Sub-Clause 20.4 parus (a) (i) to (iv).

Thefollowing Sub-Clause 25.5 is added:

CONSTRUCTIONOF LAHORE EASTERNBYPASS PACKACE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Inerchan;jgi Pagel0 of24 Say no to corruption ParticularGonditions of ContractPad-ll

25.5 InsuranceCompany

The Contractorshall be obligedto place all insurancesrelating to the Contract (including,but not limited to, the insurancesreferred to in Clauses21, 23 and24) with eitherNational Insurance Company of Pakistanor any otherinsurance company operatingin Pakistanand acceptable to the Employer. . Costsof suchinsurances shall be borneby the Contractor.

Thefollowing Sub-Clause 31.3 is added:

31.3 Co-operationwith other Contractors

During the executionof the Works,the Contractorshall co-operatefully with other contractorsworking for the Employerat andin the vicinity of the Site andalso shall provide adequateprecautionary facilities not to make himself a nuisanceto local residentsand other contractors.

The following Sub-Clauses34.2 to 34.12 areadded:

34.2 Ratesof Wagesand Conditionsof Labour

The Contractorshall pay rates of wages and observeconditions of labour not less . favourable than those establishedfor the trade or industry where the work is canied out. In the absenceof any rates of wages or conditions of labour so established,the Contractor shall pay rates of wages and observe conditions of labour which are not less favourable than the general level of wages and conditions observed by other employers whose general circumstancesin the trade or in industry in which the Contractor is engagedare similar.

34.3 Employment of Personsin the Service of Others

The Contractor shall not recruit his staff and labour from amongstthe personsin the services of the Employer or the Engineer; except with the prior written consent of the Employer or the Engineer,as the casemay be.

34.4 Housing for Labour

Save insofar as the Contract otherwiseprovides, the Contractorshall provide and maintain such housingaccommodation and amenitiesas he may considernecessary for all his supervisory staff and labour, employed for the purposes of or in connection with the Contract including all fencing, electricity supply, sanitation, cookhouses,fire prevention, water supply and other requirementsin connection with such housing accommodation or amenities. On completion of the Contract, these f'acilities shall be handed over to the Employer or if the Employer so desires, the temporary camps or housing provided by the Contractor shall be removed and the

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Rins ing Roadto Kala KhataiKhataiRoadRoad incl. BridseBridgeover River F Ravi andLakhudher tnuctranegl,i.',r; :,,1r Pagell of24 Sayno to corruption ParticularGonditions of ContractPart-ll

Sitereinstated to its originalcondition, all to the approvalof theEngineer.

34.5 Health and Safety

Due precautionsshall be takenby the Contractor,and at his own cost,to ensurethe safetyof his staff and labourat all timesthroughout the periodof the Contract. The Contractor shall fuither ensure that suitable arrangementsare made for the preventionof epidemicsand for all necessarywelfare and hygiene requirements.

34.6 Epidemics

In the eventof any outbreakof illness of an epidemicnature, the Contractorshall comply with and carry out such regulations,orders and requirementsas may be madeby the Govemment,or the local medicalor sanitaryauthorities, for purposeof dealingwith andovercoming the same.

34.7 Supplyof Water

The Contractorshall, so far as is reasonablypracticable, having regard to local conditions, provide on the Site, to the satisfactionof the Engineer or his representative,adequate supply of drinking and otherwater for the use of his staff andlabour.

34.8 AlcoholicLiquor or Drugs

The Contractorshall not, otherwisethan in accordancewith the Statutes,Ordinances andGovernment Regulations or Ordersfor thetime being in force,import, sell, give, barteror otherwisedispose of any alcoholicliquor or drugs,or permitor sufferany suchimportation, sale, gift, barteror disposalby his Subcontractors,agents, staff or labour,

34.9 Arms and Ammunition

The Contractorshall not give, or otherwisedispose of to any personor persons,any armsor ammunitionof any kind or permit or sufferthe sameas aforesaid.

34.10 Festivalsand ReligiousCustoms

The Contractorshall in all dealingswith his staff and labourhave due regardto all . recognisedfestivals, days of restand religious and other customs.

34.11 DisorderlyConduct

The Contractor shall at all times take all reasonable precautions to prevent any unlawful, riotous or disorderly conduct by or amongst staff and labour and for the Sayno to corruption ParticularConditions of ContractPartll

preservation of peace and protection of persons and property in the neighbourhood of the Works againstthe same.

34.12 Compliance by Subcontractors

"' The Contractor shall be responsible for compliance by his Subcontractorsof the provisionsof this Clause. The following Sub-Clauses35,2 and35.3 are added:

35.2 Records of Safety and Health ' The Contractor shall maintain such records and make such reports concerning safety, health and welfare of personsand damageto property as the Engineer may from time to time prescribe.

35.3 Reporting of Accidents

The Contractor shall report to the Engineer details of any accident as soon as possible after its occurrence. In the case of any fatality or serious accident, the Contractor shall, in addition, notiS the Engineer immediately by the quickest availablemeans.

The following Sub-Clause36.6 is added:

36.6 Use of Pakistani Materials and Services

The Contractor shall , so far as may be consistent with the Contract, make the maximum use of materials,supplies, plant and equipmentindigenous to or produced or fabricated in Pakistan and services,available in Pakistan provided such materials, ' supplies,plant, equipmentand servicesshall be of requiredstandard.

4l"l Commencementof Works

The text is deletedand substitutedwith the following:

The Contractor shall commence the Works on Site within the period named in Appendix-A to Bid from the date of receipt by him from the Engineer of a witten Notice to Commence.Thereafter, the Contractor shall proceed with the Works with due expedition and without delay.

The following Sub-Clause47.3 is added:

45,1 Restriction on Working Hours

After the first paragraphadd the following paragraph:

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- From LahoreRing Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Pase13 of24 Say no to corruption ParticularGonditions of GontractPart-ll

If asa resultof canyingout theWorks on holidaysor locallyrecognized days of rest or at night or after the normal working hours, the assistantsto the Engineer's Representativeperform supervisionof the Works, the additionalsupervision cost basedon hourly ratesshall be determinedby the Engineerafter due consultation with the Employerand the Contractorwhich shall be paid by the Contractorto the assistantsthrough the Engineer'sRepresentative; this modeof compensationshall be applicablealso under Sub-Clause 46.1.

47.3 Bonusfor Early Completionof Works ' The Contractorshall in caseof earliercompletion for eitherwhole or part(s)of the Works pursuantto Sub-Clauses48.1 and 48.2(a) respectivelyof the General Conditionsof Contract,be paid bonusup-to a limit andat a rateequivalent to 50Yo of therelevant limit andrate of liquidateddamages prescribed in Appendix-Ato Bid "SpecialStipulations". The Bonus shall be paid providedthe project is completed within originalTime for Completionand not in theextended Time for Completion.

48,2 Taking Over of Sectionsor Parts*

For thepurposes of para(a) of this Sub-Clause,separate Times for Completionshall beprovided in theAppendix-A to Bid "specialStipulations".

51.2 Instructionsfor Variations

ooEngineer", At the end of the first sentence,after the word the words "in writing" are added.

52,1 Valuation of Variations

o'Engineer In the tenth line, after the words shall" the following is added:

within a period not exceeding one-eighth of the cornpletion time subject to a minimum of 56 days from the date of disagreementwhichever is later.

52.2 Power of Engineer to Fix Rates

At the end of the first paragraphadd:

Provided further that no change in the rate or price for any item contained in the Contract shall be consideredunless such item (varied quantity only) accountsfor an amount more than 2 percent of the Contract Price, and the actual quantity of work executed under the item exceeds or falls short of the quantity set out in Bill of Quantities by more than 30%oand applicable to the varied qu*iity only i.e. starting from 130 percent to onward (In casethe quantity of an item exceeds)provided the

CONSTRUCTIONOF LAHOREEASTERN BYPASS Sayno to corruption ParticularConditions of ContractPart-ll

conditionsset aboveare fulfilled andif the quantityof a BOQ item is reducedmore than 30 (thirty) percent the change in rate will be applicableto all the leftover /remaining quantity,

53.4 Failure to Comply

This Sub-Clauseis deletedin its entiretv.

54.5 Conditions of Hire of Contractor's Equipment

The following paragraphis added:

The Contractor shall, upon request by the Engineer at any time in relation to any item of hired Contractor's Equipment, forthwith notify the Engineer in writing the name and addressof the Owner of the equipment and shall certify that the agreement for the hire thereof contains a provision in accordancewith the requirements set forth above.

The Sub-Clauses59.4 & 59.5 are deletedand substitutedwith the following:

59.4 Paymentsto Nominated Subcontractors

The Contractor shall pay to the nominated Subcontractorthe amounts which the Engineer certifies to be due in accordancewith the subcontract.These amounts plus other chargesshall be included in the ContractPrice in accordancewith Clause58 [Provisional Sums], except as statedin Sub-Clause59.5 [Certification of Payments].

59.5 Certification of Pavments to Nominated Subcontractors

Before issuing a Payment Certificate which includes an amount payable to a nominated Subcontractor,the Engineer may request the Contractor to supply reasonableevidence that the nominatedSubcontractor has received all amountsdue in accordancewith previousPayment Certificates, less applicabledeductions for retentionor otherwise.Unless the Contractor:

a) submits reasonableevidence to the Engineer, or

b) i) satisfies the Engineer in writing that the Contractor is reasonablyentitled to withhold or refuse to pay theseamounts, and

ii) submits to the Engineer reasonable evidence that the nominated Subcontractorhas been notified of the Contractor's entitlement,then the Employer may (at his sole discretion) pay direct to the nominated Subcontractor,part or all of such amounts previously certified (less applicable deductions) as are due to the nominated Subcontractor and for

CoNSTRUCTIONOF LAHORE EASTERNBYPASS .-L::-1,.1', PACKAGE-I- FromLahore Ring Road to Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher [email protected] ;.:)[--, Page15 of 24 ,ii ti{ , i:.::; i iil": Sayno to conuption ParticularGonditions of GontractPart-ll

which the Contractorhas failed to submit the evidencedescribed in sub- paragraphs(a) or (b) above. The Contractor shall then repay, to the Employer,the amountwhich the nominatedSubcontractor was directly paid by the Employer.

60.1 MonthlyStatements

In the first line afterthe word "shall", the following is added:

"on thebasis of thejoint measurementof work doneunder Clause 56.1,"

Under Para (c), SecuredAdvance on Materials is not applicable(because MobilizationAdvance is includedat serialnumber l3 in Appendix-Ato Bid).

60.2 Monthly Payments

In the first line.o'28" is substitutedby "14".

60.10 Time for Payment

The text is deletedand substituted with the following:

The amount due to the Contractorunder any Interim PaymentCertificate issuedby the Engineerpursuant to this Clause,or to any other terms of the Contract,shall , subject to Clause47,be paid by the Employer to the Contractorwithin 30 days after such Interim PaymentCertificate has beenjointly verified by Employerand . Contractor,or, in the caseof the Final Certificatereferred to in Sub Clause60.8, within 60 daysafter such Final PaymentCertificate has beenjointly verified by Employerand Contractor;Provided that the Interim Paymentshall be causedin 42 daysand Final Payment in 60 daysin caseof foreignfunded project. In the eventof the failure of the Employerto makepayment within the times stated,the Employer shall pay to the Contractorcompensation at the 28 days rate of KIBOR+2o/oper annum for local currencyand LIBOR+I% for foreign currency,upon all sums unpaidfrom the dateby which the sameshould have been paid. The provisionsof . this Sub-Clauseare without prejudiceto the Contractor'sentitlement under Clause 69"

Thefollowins Sub-Clause 60.1 I is added:

60.11 FinancialAssistance to Contractor

Financial assistanceshall be made available to the Contractor by the Employer by adopting following Mobilization A.dvanceClause:

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Road to KalaKhatai Road incl. Bridge over River Ravi and Lakhudher Page16 of24 Sayno to corruption ParticularConditions of ContractPart-ll

Mobilization Advance

(a) An interest-freeMobilization Advance up to 15%of the ContractPrice stated in the Letter of Acceptanceshall be paid by the Employerto the Contractor in two equal parts upon submissionby the Contractorof a Mobilization AdvanceGuarantee for the full amountof the Advancein the specifiedform from a ScheduledBank in Pakistanacceptable to the Employer:

(1) First part within 14 daysafter signingof the ContractAgreement or date of receiptof Engineer'sNotice to Commence,whichever is earlier;and

(2) Secondpart within 42 daysfrom the date of payment of the first part, subject to the satisfaction of the Engineer as to the state of mobilization of the Contractor.

(b) This Advance shall be recovered in equal instalments; first instalment at the expiry of third month after the date of payment of first part of Advance and the last instalment two months before the date of completion of the Works as per Clause43 hereof.

63.1 Defaultof Contractor

The following para is addedat the end of the Sub-Clause:

Provided fuither that in addition to the action taken by the Employer against the Contractor under this Clause,the Employer may also refer the caseof default of the Contractor to Pakistan Engineering Council for punitive action under the Construction and Operation of Engineering Works Bye-Laws 1987, as amended from time to time.

65.2 SpecialRisks

Thetext is deletedand substituted with the following:

The SpecialRisks are the risks definedunder Sub-Clause20.4 sub paragraphs(a) to (e).

67.3 Arbitration

In the sixth to eight lines, the words "shall be finally settled appointed under such Rules" are deletedand substitutedwith the following:

shall be finally settledunder the provisionsof the Arbitration Act, 1940as amended or any statutory modification or re-enactmentthereof for the time being in foroe.

CONSTRUCTIONOF LAHOREEASTERN BYPASS

r,; il .- ii Say no to corruption ParticularGonditions of ContractPartjl

The following paragraphis added:

The placeof arbitrationshall be Islamabad,Pakistan.

68.1 Notice to Contractor

The following paragraphis added: For the purposesof this Sub-Clause,the Contractor shall, immediately after receipt of Letter of Acceptance,intimate in writing to the Employer and the Engineerby registeredpost, the addressof his principal place of businessor any changein such addressduring the period of the Contract.

68.2 Notice to Employer and Engineer

For the purposesof this Sub-Clause,the respectiveaddresses are:

a) The Employer : Chairman, National Highway Authority 28-MauveArea, G-911,Islamabad

b) The Engineer: (to be.filled in by the Emplolter as appropriqte.l

70.1 Increaseor Decreaseof Cost

Sub-Clause70.1 is deletedin its entirety,and substituted with thefollowing:

The amountspayable to the Contractor,pursuant to Sub-Clause60.1, shall be adjustedin respectof the rise or fall in the cost of labor,materials, and otherinputs to the Works,by applyingto suchamount the formulaprescribed in this Sub-Clause. (a) Other Changesin Cost

To the extentthat full compensationfor any rise or fall in coststo the Contractor is not coveredby the provisionsof this or otherClauses in the Contract,the unit ratesand pricesincluded in the Contractshall be deemedto includeamounts to coverthe contingency ofsuch other rise or fall ofcosts.

(b) AdjustmentFormula

The adjustmentto the monthly statementsin respectof changesin cost shall be determinedfrom the following formula:-

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Road to KalaKhatai Road incl. Bridge over River Ravi and Page18 of24

I b Say no to corruption ParticularGonditions of ContractPart-ll

.Ln Mn .En Pn = A+ b-t c-+d-+ Lo Mo Eo Where:

Pn is a price adjustmentfactor to be applied to the amount for the payment of the work carried out in the subject month, determinedin accordancewith Paragraph 60.1 (a), and with Paragraphs60.1 (b) and (e), where any variationsand daywork are not otherwisesubject to adjustment;but excludingProvisional Sums and Bill No.07;

A is a constant,specified in Appendix-C to Bid, representingthe nonadjustable portion in contractualpayments;

b, c, d, etc., are weightagesor coefficients representingthe estimatedproportion of each cost element(labour, cementand reinforcing steel etc.) in the Works or Sectionsthereof, net of ProvisionalSums and Bill No. 07; the sum of A, b, c, d, etc.,shall be one;

Ln, Mn, En, etc., are the current cost indices or referenceprices of the cost elementsfor month o'n", determinedpursuant to Sub-Clause70.1(d), applicable to eachcost element;and

Lo, Mo, Eo, etc., are the basecost indices or referenceprices conespondingto the abovecost elements at the datespecified in Sub-Clause70.1(d).

(c) Sourcesof Indices and Weightages

The sourcesof indicesshall be thoselisted in Appendix-C to Bid, as approvedby the Engineer. As the proposed basis for price adjustment, the Contractor shall have submitted with his bid the tabulation of Weightagesand Sourceof Indices if different than those given in Appendix-C to Bid, which shall be subject to approval by the Engineer.

(d) Base,Current, and Provisional Indices

The basecost indicesor prices shall be thoseprevailing on the day 28 days prior to the latest date for submission of bids. Current indices or prices shall be those prevailing on the day 28 days prior to the last day of the period to which a particular monthly statementis related. If at any time the current indices are not available, provisional indices as determinedby the Engineer will be used, subject to subsequentcorrection of the amounts paid to the Contractor when the current indicesbecome available"

CONSTRUCTIONOF LAI{ORE EASTERNBYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi and Page19 of24 Say no to corruption ParticularConditions of ContractPart-ll

(e) Adjustment after Completion

If the Contractor fails to complete the Works within the Time for Completion prescribed under Clause 43, adjustment of prices thereafter until the date of ' completion of the Works shall be made using either the indices or prices relating to the prescribedtime for completion, or the current indices or prices, whichever is more favorable to the Employer, provided that if an extensionof time is granted pursuant to Clause 44, the above provision shall apply only to adjustmentsmade after the expiry of such extensionof time.

(l) Weightages

The weightagesfor eachof the factors of cost given in Appendix-C to Bid shall be adjusted if, in the opinion of the Engineer, they have been rendered unreasonable,unbalanced, or inapplicable as a result of varied or additional work executed or instructed under Clause 51. Such adjustment(s) shall have to be agreedin the variation order"

72.2 CurrencyProportions

All paymentsshall be in local currencyonly.

72.3 Currencies of Payment for Provisional Sums

All paymentsshall be in local currency only.

Thefollowing Sub-Clauses 73.1, 73.2,14.1,75.I,76.1,77.1 and78.7 are added:

73.1 Payment of Income Tax

The Contractor, Subcontractorsand their employees shall be responsible for payment of all their income tax, super tax and other taxes on income arising out of the Contract and the rates and prices statedin the Contract shall be deemedto cover all suchtaxes.

73.2 CustomsDuty & Taxes

The prices tenderedby the Contractorshall include all import licensefees, custom duties,excise duties,sale taxes,surcharges, business taxes, income and other taxes that are levied accordingto the laws and regulationsof Pakistanon the Contractor's Equipment, materials, and supplies (both permanent, temporary and consumable) acquired for the purpose of the Contract and on the services performed under the Contract. Nothing in the Contract shall relieve the Contractor from his responsibility to pay any tax that may be levied in the country on profits made by him in respectof the Contract whatsoever is the rate of the tax during execution of the Works and payment for the sameto the Contractor"

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Road to KalaKhatai Road incl. Bridge over River Ravi and Lakhudher Page20of24 Say no to corruption ParticularGonditions of ContractPartJl

74.1 Integrity Pact

- If the Contractor or any of his Subcontractors,agents or servants is found to have violated or involved in violation of the Integrity Pact signed by the Contractor as Appendix-L to his Bid, then the Employershall be entitledto:

(a) recover from the Contractor an amount equivalent to ten times the sum of any commission, gratification, bribe, finder's fee or kickback given by the , Contractoror any ofhis Subcontractors,agents or servants;

, (b) terminate the Contract; and

(c) recover from the Contractor any loss or damageto the Employer as a result of such termination or of any other comrpt business practices of the Contractor or any ofhis Subcontractors,agents or servants.

The terminationunder Sub-Para(b) of this Sub-Clauseshall proceedin the manner prescribedunder Sub-Clauses63.1 to 63.4 and the paymentunder Sub-Clause63.3 shall be made after having deducted the amounts due to the Employer under Sub- Para(a) and (c) of this Sub-Clause.

75.1 Termination of Contract for Employer's Convenience

The Employer shall be entitled to terminate the Contract at any time for the Employer'sconvenience after giving 56 days prior notice to the Contractor,with a copy to the Engineer. In the event of such termination, the Contractor:

(a) shall proceedas provided in Sub-Clause65.7 hereof; and

(b) shall be paid by the Employer asprovided in Sub-Clause65.8 hereof.

76.1 Liability of Contractor

The Contractor or his Subcontractorsor assignsshall follow strictly, all relevant labour laws including the Workmen's CompensationAct and the Employer shall be fully indemnifiedfor all claims, damagesetc. arising out of any disputebetween the Contractor,his Subcontractorsor assignsand the labour employed by them.

77.1 Joint and Several Liability

If the Contractor is a joint venture of two or more persons,all such personsshall be jointly and severally bound to the Employer for the fulfilment of the terms of the Contract and shall designateone of such personsto act as leader wittr authority to bind the joint venture.The compositionor the constitutionof the joint ventureshall not be alteredwithout the prior consentof the Employer.

1.11'r'le1,v . CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi and Page2lof24 Say no to corruption ParticularGonditions of ContractPart-ll

78.1 Details to be Confidential

The Contractor shall treat the details of the Contract as private and confidential, save in so far as may be necessaryfor the purposes thereof, and shall not publish or disclose the same or any particulars thereof in any trade or technical paper or elsewherewithout the prior consent in writing of the Employer or the Engineer. If any dispute arisesas to the necessityofany publication or disclosurefor the purpose of the Contract, the same shall be referred to the decision of the Engineer whose award shall be final.

CONSTRUCTIONOF LAHORE EASTERN BYPASS PACKAGE-I- FromLahore Ring Road to Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Inerchange Page22 of24 Say no to corruption ParticularConditions of GontractPart-ll

PART II -PARTICULAR CONDITIONS OF CONTRACT

Index Clause

Alcoholic Liquor or Drugs 34.8 Arbitration 67.3 Arms.andAmmunition 34.9 As-Built Drawings 6.7 Bonusfor Early Completionof Works 47.3 CashFlow Estimateto be Submitted 14.3 Certification of Payment & Nominated Subcontractors 59.5 Commencementof Works 4t.l Compliance by Sub-Contractors 34.12 Conditionsof Hire of Contractor'sEquipment 54.5 ContractAgreement 9.1 Contractor's Representative 15.3 Co-operationwith Other Contractors 31.3 Currenciesof Payment for Provisional Sums 72.3 Currency Proportions 72.2 CustomsDuty and Taxes 73.2 Default of Contractor 63.1 Definitions 1.1 DetailedProgramme and Monthly ProgressReport 14.5 Detailsto be Confidential 78.1 Disolderly Conduct 34.11 Employer's Risks 24.4 Employmentof Local Personnel 16.4 Employmentof Personsin the Serviceof Others 34.3 EngineerNot Liable 2.7 Engineer'sDuties and Authority 2.1 Engineer's Representative 2.2 Epidemics 34.6 Exclusions 21.4 Failureto Comply 53.4 Festivalsand ReligiousCustoms 34.10 FinancialAssistance to Contractor 60.11 Health and Safety 34.5 Housingfor Labour 34.4 Increaseor Decreaseof Cost 70.r Instructions for Variations 51"2 lnsuranceCompany 25.5 Integrity Pact 74.1 Joint and SeveralLiability 77"l LanguageAbility of Contractor's Representative 15.2 LanguageAbility of SuperintendingStaff of Contractor t6.3

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKACE-I- FromLahore Ring Road to KalaKhatai Road incl. Bridge over River Ravi and Lakhudher Page23of24 Sayno to corruption ParticularGondltions of ContractPart-ll

Index Clause Language(s)and Law 5.1 Liability of Contractor 76.r Lighting Work atNight 19.4 Monthly Payments 60.2 Monthly Statements 60.1 Notice to Contractor 68.1 Notice to Employer and Engineer 68.2 Paymentof Income Tax 73.r Paymentsto Nominated Subcontractors 59.4 PerformanceSecurity l0.l PerformanceSecurity Binding on Variation and Changes 10.4 Powerof Engineerto Fix Rates 52.2 Priority of ContractDocuments 5.2 Programmeto be Submitted t4.r Ratesof Wages and Conditions of Labour 34.2 Recordsof Safety and Health 35.2 Replacementof the Engineer 2.8 Reportingof Accidents 35.3 Restrictionon Working Hours 45.1 Safety Precautions 19.3 ShopDrawings 6.6 SpeoialRisks 65,2 Supplyof Water 34.7 Taking Over of Sectionsor Parts 48.2 Termination of Contract for Employer's Convenience 75.1 Time for Payment 50.10 Use of PakistaniMaterials and Services 36.6 Valuationof Variations 52,r

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto KalaKhatai Road incl. Bridgeover River Ravi andLakhudher Inerchange Page24of24 SPECIALPROVISIONS (coNrRAcruAL)

CONSTRUCTION OF LAHJORE EASTERN BYPASS PACKAGE I - From Ring Roadto Kala Khatai Road incl. Bridge over River Ravi and LakhudherInterchange Say no to corruption SpecialProvisions (Contractual)

TABLE OF CONTENTS

SPECTALPROVTSTONS (CONTRACTUAL) sP(c)- 6.6 Shop Drawings sP(c)- r4.s Detailed Programmeand Monthly ProgressReport sP(c)- le.3 Safety Precautions sP(c)- 19.4 Lighting Work at Night sP(c)-22.r Damageto Personsand Property sP(c)-3r.4 Railway Traffic sP(c)-34.4 Housingfor Labor sP(c)-34.s Health and Safety sP(c)-36.6 Use of PakistaniMaterials and Services sP(c)- 60.1 Monthly Statements sP(c)- 62.1 Defect Liability Certifi cate sP(c)-70.2 SubsequentLegislation sP(c)-73.2 CustomsDuty and Taxes

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto Kala KhataiRoad incl. Bridgeover River Ravi andLakhudher Interchange PaeeI ofS Sayno to corruption SpecialProvisions (Contractual)

SPECIAL PROVISIONS(CONTRACTUAL)

These Special Provisions (Contractual)shall supplementthe Particular Conditions of Contract" sP(c)6.6 Shop Drawings

All the shop drawings / fabrication drawings shall be prepared by the Contractor and submitted to the Engineer at least fifteen (15) days before the start of the work. The Engineer shall check and approve or retum the sameto the Contractor for correction / modification within the period of fifteen (15) days from the day of receipt of the drawings. All work is to be executedby the Contractor in accordance with the drawings approved before the commencementof the works. sP(c)14.s Detailed Programme and Monthly ProgressReport

(d) The Contractor shall attend and shall cause his Sub-Contractors to attendany or all meetingswhen called by the Employer or the Engineer to discussprogress of the Works and other matters related to the Works and the Contract, without any compensationfrom the Employer.

(e) The Contractor shall bear all expenses of the Employer and representativesand the Engineer, and representativesfor any meetings requestedby the Contractor for instructions and approvals away from the site within or outsidePakistan.

The submission of the progress reports shall be condition precedent to the payment of ContractorsBills by the Employer.

Format of the Monthly ProgressReport will be subject to the modification by the Employer,if deemedappropriate. sP(c)re.3 Safety Precautions

The Contractor shall adequately provide for the prevention of damage to works, material, and equipment for the purpose of or in connection with the Contract.

The Contractor and his Subcontractorshall transport, store and make use of all explosives, dangerouspetroleum, acetylene,carbide of calcium and other similar material provided by them for use in or on the works in strict accordancewith the provision of all laws, orders and regulations that are in force at the Site or may be issuedfrom time to time bv the Government.

CONSTRUCTIONOF LAHOREEASTERN BYPASS PACKAGE-I- FromLahore Ring Roadto KalaKhatai Road incl. Bridgeover River Ravi and Page2 of 5 Sayno to corruption SpecialProvisions (Gontractual)

SP(C) 19"4 Lighting Work at Night

The Contractor shall make arrangement for the electric power supply and distribution of the sameat the site of Works for the completion of the Works at his own expense.

SP(C)22.1 Damageto Personsand Property

The Contractor shall make good, at his own cost, all damagesto telephone, ' telegraph and electric cables or wires, sewers,water or other pipes which are disturbed by the Works, except where the authority, Employer or other Party ' owing or responsiblefor the sameelects to make good the damage,cost of which shall be borneby the Contractor.

All injury to the surface of the land, to the beds of water courses,protecting banks, riverbeds etc., where disturbed by the Works, shall be repaired by the Contractor or the authorities concerned,at the Contractor's expense.All such ' making good shall be to the approval of the Engineer.

SP(C) 31.4 Railway Traffic

Where construction work or operations of the Contractor are performed within the limits of the right-of-way of the Pakistan Railways, the Contractor shall cooperatewith the railway administration in order to expedite the work and to avoid interference with the operation of the railway. Before performing any work on his sidings yards or on other transportationfacilities adjacent to existing railways, the Contractor shall enter into an agreement with and shall meet all requirementsof the railway administration within the area of the Contractor's operation for the protection of its lines against damage,interference with traffic or service thereon by the operations of the Contractor under this Contract. The Contractor shall not store or place any materialsor equipmenton the right-of-way of the existing railway in such a manner as to interfere with the operationsof trains or the maintenanceof the rail bed and track. In advance of any operation which may unavoidably interfere with the operation of the railway, the Contractor shall notify the . superintendentof the corresponding Railway division in order that proper flagging or other protection may be provided. The cost of providing and maintaining all necessarysafety measures, watchman guards, signals and temporary structures or making any necessary repairs, replacements or similar operations or furnishing indemnity or other required by this article shall be borne by the Contractor and the Contractor shall save harmless and indemnify the Employer in respect of all claims, demands,proceedings, damagescosts, charges and expenseswhatsoever arising out of or in relation to any such operationsor interference.

CONSTRUCTIONOF LAHORE EASTERNBYPASS - PACKAGE-I FromLahore Ring Road to KalaKhatai Road incl. Bridgeover River Ravi andj"gl(htt-dh-er.,lnlerchange_ j': ':-' :-' ' PageD^-^ 3a of^r 5< ' "'*Jli -

e8uuquelq raqpnpp-I pus .1cur l^eU lolr1 JeAoe8p!:g puod tuluq) els) ot pso1 BurUulolC _ I-aCVrCVd SSVdAB NUAISVA !IdOfHV'I dO NOIIJNUISNOC

(smotrvluDrds) sNoN1V)ilCt33ds Uvln)ilruvd TABLEOF CONTENTSFOR PARTICU LAR SPECI FICATIONS

GENERA!.

ITEMOOO GENERAL .J

EARTHWORK

ITEM1OO GENERAL ITEM101 CLEARING& GRUBBING ITEM103 STRIPPING ITEM104 COMPACTIONOF NATURAL GROUND ITEM105 ROADWAY& BORROWEXCAVATION FOR EMBANKMENT ITEM106 EXCAVATIONOF UNSUITABLE OR SURPLUS MATERIAL ITEM107 STRUCTURALEXCAVATION & B,ACKFILL ITEM108 FORMATIONOF EMBANKMENT

SUBBASEAND BASE

ITEM2OO GENERAL ITEM201 GRANULARSUBBASE ITEM202 AGGREGATEBASE COURSE ITEM203 ASPHALTICBASE COURSE PLANT MIX Item209 SCARIFICATIONOFEXISTING ROAD / BREAKINGOF ROAD STRUCTURE

SURFACECOURSES AND PAVEMENT

ITEM3OO GENERAL ITEM302 BITUMINOUSPRIME COAT ITEM305 ASPHALTCONCRETE WEARING COURSE PLANT MIX

STRUCTURES

ITEM4OO BRIDGES & CULVERTS ITEM401 CONCRETE ITEM403 FORMWORK ITEM404 STEELREINFORCEMENT ITEM405 PRESTRESSEDCONCRETE STRUCTURET

DRAINAGEAND EROSIONWORKS

ITEM507 GABIONS

ANCILLARYWORKS

ITEM607 TRAFFICROAD SIGNS AND SAFETY DEVICES ITEM608 PAVEMENTMARKING

MISCELLANEOUS

ITEM701 PROVISIONOF SURVEY TEAMS AND INSTRUMENTS ITEM702 PROVIDE,EQUIP AND MAINTAIN OF'FICE FACILITY AND RESIDENCE FOR THEENGINEER (BASECAMP FACILITY) AND CLIENT'S REPRESENTATIVE. ITEM703 PROVIDE,EQUIP AND MAINTAIN LABORATORY FOR THE PROJECT. ITEM704 MAINTENANCEOF WORKS FOR ONE YEAR AFTER COMPLETION, DEFECT LTABtL|TYPERTOD (pERrOD OF MATNTENANCE). ITEM705 TEMPORARYROADWORKS FOR TRAFFIC DIVERSION ITEM706 CONTROLAND PROTECTIONOF TRAFFIC FOREWORD FOR PARTICULAR SPECI FICATIONS

Thefollowing Particular Specifications are amendments, corrigenda, deletions and additions to the GeneralSpecifications, issued by the NationalHighway Authority in December1998, which arepart of theContract Documents as Volume ll.

Itemsof ParticularSpecifications are representedby the correspondingitem numberof the GeneralSpecifications to whichan amendment,a corrigendum,a deletionor an addition relates.

Whenevera referenceis made in the Specificationsto a Specificationmanual or a test designationeither of the AmericanSociety for Testingand Materials(ASTM), the American Associationof State Highwayand TransportationOfficials (AASHTO), Asphalt lnstitution, FederalHighway Specifications or anyother recognized national organization and the number on otheridentification representing the yearof adoptionor latestrevision is omitted,it shall meanthe specification,manual or testdesignation in effecton the daythe Noticeto Proceed withthe Works is issuedto the Contractor. o

No separateitems are providedfor haulor transportationand theseare deemedto be partof therelevant pay item of theContract Bill of Quantities. ITEMOOO GENERAL

1.11 Testinq

In para4, at endof firstsentence in line3, addthe following:

", exceptas providedin ltem1.2'1, Certificate of Compliance."

1.20 TrialSection

At theend, add new items as below:

1.21 Certificateof Gompliance

A Certificateof Complianceshall be furnishedprior to the use of any material wherethese Specifications warrant such certificate to be furnished.In addition, wherepermissible under these Specifications, the Engineermay permit the use of certainmaterials or assembliesprior to samplingand testing, if accompanied by a Certificateof Compliance.The Certificateof Complianceshall be furnished witheach lot, clearly identified in the certificate.

All materialused on thebasis of Certificateof Compliancemay be sampledand testedat any time.A Certificateof Compliancehowever shall not relievethe Contractorof hisother obligations under the Contractfor incorporatingmaterials in the Work.Such materials shall conform to the requirementsof the relevant ContractDrawings and Specifications.

The Employerreserves the rightto refusethe permissionfor the useof materials on thebasis of a Certificateof Compliance.

Theform of the Certificateof Complianceand its disposition shall be as directed bythe Engineer.

1.22 lrriqationCanals. Ghannels. Water-courses. Drains and Sewersetc.

The Contractorshall conducthis operationsso as to offer the least possible obstructionfor maintainingflow in irrigationcanals, channels, watercourses, drainsand sewers.The Contractorshall observe all rulesand regulationsof appropriateauthorities regarding the interruptionand maintenanceof flow in irrigationcanals, channels, watercourses, drains and sewersand shallsave harmlessand indemnifythe Employerin respectof all claims,demands, proceedings,damages, costs and expenseswhatsoever arising out of or in relationto anysuch construction, operations or interferenceswith irrigation flows

The Contractorshall maintain alternate channels wherever temporary relocation of irrigationchannels, water-courses, drains and sewers, is requiredor wherehis operationsdisrupt the irrigationflow, withoutany compensationfrom the Employer. 1.23 Accessand GanalRoads

lf the Contractorfinds it necessaryor electsto use existingcanal roads, the Contractorshall make all necessaryarrangements and obtainall permitsfrom the provinciallrrigation Department for travelover and useof suchcanal roads. The Contractorshall observeall rules and regulationsof the lrrigation Departmentregarding the use of saidcanal roads. The costof maintainingall necessarysafety measures and temporary structures and makingany necessary repairs,replacements or similaroperations and all or anyother costs required by reasonof his use of suchcanal roads shall be borneby the Contractorand the Contractorshall save harmlessand indemnifythe Employerin respectof all claims, demands,proceedings, damages, costs, charges and expenses whatsoeverarising out or in relationto anysuch operation or interference.

The Contractorshall submit a planfor approvalof the Engineer,indicating the roadnetwork to be usedfor haulageand other works.

1.24 MakinqGood Damaqe to Services.Earthworks etc.

The Contractorshall make good, at his own cost,all damagesto telephone, telegraphand electriccables includingunderground installations or wires, sewers,water, or otherpipes except where Authority, Employer or PrivateParty owningor responsiblefor the same elects to makegood such damages.

All injuryto the surfaceof the land,to the beds of water-courses,protection banks, riverbeds,etc. where disturbedby the works (other than where specificallyordered by the Employer)shall be repairedby the Contractoror the Authoritiesconcerned at theContractor's expense. All suchmaking good shall be to theapproval of theEmployer.

1.25 SafeWPrecautions

The Contractorshall adequatelyprovide for the safety,health and welfareof personsand for the preventionof damageto works,material, equipment for the purposeof or in connectionwith the Contract.

EARTHWORK

ITEM1OO GENERAL

100.1 DESCRTPTTON

In line2, delete"earth" and insert"soil".

100.2 SOIL INFORMATION

In para2, line2, delete"earth" and insert"soil".

In para2, line 3, after"requirements", add "in particularthe borrowpits". g

100.4 REMOVALOF EXISTINGOBSTRUCTIONS

i) In line5, after"bridges", add "walls,buildings and roads".

ii) fn line 7, after "item", delete "exists"and add "appears in the Bill of Quantities".

ITEM101 CLEARING& GRUBBING

101.3.1 Measurement

Deletepara2.

101.3.2 Pavment

In line4, after"original" insert "level and"

ITEM103 STRIPPING

103.3.{ Measurement

Addfollowing sentence at theend:

"Thestripping and replacementof the resultingtop soil in the areacleared and grubbedshall not be measuredfor directpayment under this item for the embankment".

103.3.2 Pavment

Replacetable of Payltem by thefollowing sentence:

"Thecost of strippingand replacement of theresulting top soil in thearea cleared andgrubbed in theembankment areas shall not be paidseparately, and its price shallbe deemedto be includedin theprice of clearingand grubbing".

ITEM104 GOMPAGTIONOF NATURALGROUND

104.1 DESCRIPTION

Deletecomplete paragraph and replace with:

The work shallcohsist of the compactionof the natural/originalground, the clearedand grubbedsurface (i.e. the surfaceafter clearingand grubbing), strippedsurface after stripping and the excavatedsurface after excavation, prior to commencementof embankmentconstruction in accordancewith these specifications,as shownon the Drawingsor as directedby the Engineer.The compactionshall be carriedout through a writtenorder by the Engineer.

104.2 CONSTRUCTIONREQUIREMENTS

Deletetop paragraph and replace with: The natural ground/clearedand grubbedsurface/stripped surface/excavated surfaceshall be brokenup, ploughed,scarified, all sods and vegetablematter removedand compactedto a depthof 200 mm and to the specifieddensity as givenbelow:

104.2.1 Gompactionof oriqinal qround surface in areas of hiqh water levels & salinitv

Deletecomplete paragraph and replace with:

"Referto specialprovision SP 117for materialsand constructionrequirements underthese conditions".

104.3.1 Measurement

Deletecomplete paragraph and replace with:

The quantityto be paidfor shallbe the numberof squaremetres directed to be compactedand accepted by the Engineer for payment.The restoration of original groundlevels with fill materialafter execution of ltem 104 shall not be paid separatelyand shall be deemedto be includedin this pay item.

The areadetermined as providedabove shall be paidfor at the contractunit pricefor the payitem listed below and shown in the Billof Quantitieswhich price andpayment shall constitute full compensation for all the costs necessary for the propercompletion of thework prescribed in thisSection.

ITEM105 ROADWAY& BORROWEXCAVATION FOR EMBANKMENT

105.1 DESCRTPTTON

ln line4, after"all excavation" add "after stripping of topsoil (if required)".

Inline 8, add at the end:

"lt shallinclude only material suitable for fill,backfill or in the embankment.All unsuitableor surplus materialis providedfor in item 106. Excavationfor structuresis coveredunder item 107. Excavationfor diverting/wideningwater- coursesis included."

105.2.1 RoadWav Excavation

i) Delete"Road Way" fromthe titleand insert"Roadway."

ii) Deletepara2 and replacewith :

"RoadwayExcavation shall further be classifiedas "Common Excavation" and "Rock Excavation"as hereinafterdesoibed, which classificationshall includeall the materialsof whatevernature encountered except where theseare unsuitableor surplusto requirementsas in item 106".

iii) a) Gommon Excavation

In line7, insert"silts" before "sands." 105.2.2 BorrowExcavation

Inpara 3, line4, addat the end:

"ln particularthey will be leftin a safe,free draining condition. In all areasany topsoilpreviously removed shall be reinstatedunless otherwise instructed by the Engineef'.

105.3 CONSTRUCTTONREQUTREIVTENTS

i) ln para4, addat theend:. o "Whereappropriate drainage shall be reinstated".

ii) ln paraB, deletefirst sentence and insert"Borrow material shall not be obtainedless than 2 kilometersdownstream of anyhydraulic structure."

iii) Afterlast para insert the following:

a) The excavatedmaterial approved for fill underany item of the Quantitiesshall be usedin the manneras describedunder the itemof work. b) lf it is unsuitablematerial, it shallbe disposedof at thedesignated locationin themanner as directedby the Engineer. c) lf the materialis surplusto the fill requirementsof the Project,it shallbe disposedof at the locationin a mannerapproved by the Engineer. d) In rockexcavation any areaover-excavated in the subgradeshall be reinstatedas directedby the Engineerat the cost of the Contractor.For disposal of excavated rock material same procedureshall be followedas describedabove for "Common Excavation".

ITEM106 EXGAVATIONOF UNSUITABLEOR SURPLUSMATERIAL

106.1 DESCRIPTION

At the end,add following para:

Thisalso includes the materialof existinqstructures and obstructions which are requiredto be removedas shownin drawir$sor as directedby the Engineer.

106.3.1 Measurement

ln para3, line1, delete "Nos. 106a, 106b, 106c and 106d".

106.3.2 Pavment

Deletetable of pay itemsand replacewith:

Payltem Description Unitof No. Measurement 106 ExcavateUnsuitable or SurplusCommon Material CM ITEM107 STRUCTURALEXCAVATION & BAGKFILL

107.1 DESCRIPTION

ln line12, add at theend:

Onlyexcavation below original ground and fillingwith granular fill shallbe paid underthis item. Common filling and backfilling shall be paidunder item 108 for all commonfilling and backfilling above the level of theoriginal ground fine". 107.2.3 CommonBackfill

In line 2, between"allowed" and "subject"insert "on conditionthat the material requirementsin item 108.2 are followed and".

"107.3.1 Preparationof Foundationsof Footinqso

i) In para(ii), line 2, delete"special, care" and replace with ", specialcare".

ii) At theend, add para (iii) as follows :

iii) Foundationmaterial on whichstructure is to be placedshall be compactedto 95% modifiedAASHTO T-180, unless otherwise directed by the Engineer.In case unsuitablematerial is encounteredat foundationlevel, it shallbe removedto the depth and extentas directedand replacedwith suitablematerial of the typeas determinedby the Engineer.

107.3.2 Excavatlonin Enlbankments

fn para3, line2, after"payment", add "excSptwhere granular backfill is specified bythe Engineer".

107.3.3 Backfill

i) Deletepara (h) and substitute as under:

"No backfillshall be placedagainst any concreteor masonrystructure untilpermission has beengiven by the Engineerand preferablynot until the concreteor masonrystructure has been in placefourteen (14) days, or untiltest cylinders show the strength to be B0%of the28 dayscylinder strengthof concreteas pertable 401-1. The backfillingshatl be carried out on bothsides of the structuresimultaneously. All buriedconcrete surfacesshall be bitumencoated, cost of whichshall be includedin backfilling".

ii) At theend, add para (i)as follows:

(i) Any temporarybackfill or platformconstructed by the Contractor for piling purposesor for any other work item shall be subsequentlyremoved by the Contractorwithout any payment as directedby the Engineer. 1A7"4,1 Measurement

a) StructuralExcavation

i) In line2, between"position" and "computed" insert "below top soil".

ii) Insub-para (1), line 4, addat the end:

"Neatlines of footingsor foundations,shall meanthe outerfaces of footingsor foundationsexcluding lean concrete."

iii) At theend, add the following para:

No separatepayment shall be made for compactionof excavated foundationunder structures.

ITEM108 FORMATIONOF EMBANKMENT

108.1 DESCRIPTION

ln line 6, add at the end "Thework shallalso include the compaction,trimming andshaping of theside slopes as shownon theplans and removal of anyexcess fill as directedby the Engineerprior to placementof top soil on slopesof the embankmentwhere required".

108.2 MATERIALREQUIREMENTS

Deletethis entire item and replace with:

Materialfor embankmentshall consist of suitablematerial excavated under the foregoingltems 105 and 107 and approvedby the Engineer.Borrow material however,shall only be usedwhen there is no suitablematerial available from the roadwayor fromstructural excavation.

Wet excavatedmaterial which will be suitablewhen dry and if approvedby the Engineershall first be allowed to drybefore being placed in theembankment.

Thematerial under this Section shall conform to thefollowing specification:

a) Contractorshall use AASHTO Class A-1, A-2, A-3, A-4, soil as specified inAASHTO M-145 or othermaterial approved by the Engineer.

b) The materialfor embankment,except the top 30cm, shall have a minimumsoaked C.B.R. value of 5.0per cent unless otherwise stated on the Drawings.The C.B.R.shall be determinedin accordancewith AASHTOT-193 at a max.dry density, AASHTO T - 180corresponding to the requiredcompaction zone of the embankment.For top 30cm, however,the CBR shallnot be less than 8.0 per cent determinedas aboveat 95 percent laboratory max. dry density.

c) ln case sandymaterial (P.1. < 4) be usedfor embankmentformation, it shallbe properlyconfined with a materialhaving plasticity index value from4 to 10as approvedby the Engineer. d) In areassubject to floodand prolongedinundation of the embankment, such as at bridgesites, the materialused in embankment,unless rock, shallbe AASHTOClass 41(a), 41(b) andA-2-4 soils. Other soils may be used with the written consent of the Engineer and provisionof suitable protectionto the embankmentslopes as direcied by the Engineer.

e) Forthe purposeof embankmentand subgrade construction the following shallbe consideredas unsuitablematerials:

1) Materialfrom soil AASHTO classification group of A6 andA7; 2) Materialfromswamps, marshes and bogs; 3) Peat,logs, stumps and perishable materials: 4) Materialsusceptible to spontaneouscombustion, 5) Materials having a moisture content greater than the maximumpermitted for such materialsin the contractor as directedby the Engineer; 6) OrganicSoits. e 0 The moisturecontent of the soil at the time of compactionshall be uniformand shall be suchthat the soil can be compactedto thespecified densityand approved by the Engineer.The moisturecontent shalt be as directedby the Engineeras determinedfrom a testsection and moisture densitytest (AASHTOT-180 Method D) doneon eachtype of soitto be usedin the constructionof the workto determinethe maximumdensity, theoptimum moisture content and the moisture range required for the soil to achievethe desiredcompaction and approvedby the Engineer.The soilshall be compactedat optimumcontent with t 1olotolerance.

108.3.1 Formationof Embankmentswith Borrowcommon Material

i) In para 1, last line,after "approved" add "for each materialsource or borrowarea."

ii) Deletepara 5 "Thecompaction of the embankment..... equipment" and replacewith :

"The compactionof the emban$mentshall be carriedout at the designatedoptimum moisture content with + 1%tolerance consistent with the availablecompacting equipment. In formingthe embankment,the Contractorshall take steps to ensurethat the woik can be drainedfree of rainwater, and he shallmake due allowancein the heightand width of thework for swelling or shrinkage."

iii) In para6, line6, afterthe word "disking,' add ,,andscarifying,'. iv) In lastpara, add at theend: 'ln orderto preventerosion of theslopes the Contractor shall compact the trimmedslopes to the requireddensity prior to layingtop soil or as directedby theEngineer."

108.3.2 Formation of Embankments with Rock Material

i) ln para1, line4, deiete"than". a ii) ln para2, line2, delete"clean smallspells," 'qlp!/v\ luauluequa aLlllo ued Jaqlo fiue ueql lernolre(e1 euo ueql aloul lJal aq {errna6eureceuo lapun q}ptln 'la^al lueulueqruo eLlllo yed Iue lleLlseultl ou lV apelb-qnsoql qll/v\ lalleled s:eIel ur uorleledoeuo ut Ieane6eulecauo Jo lueuluequla oLltJo r.llpl/r^llnJ eLll Je^o pelceduoc pue dn lqonorq aq lleLls6ur1;g 'qder6eledlueuuluequJf : 6urrurol1o1oLllppe lsel aql leUV 0r 'satltluenO jo aLllur sreedde ulelr Ied eleledase ssalun 'teaur6u3 lllg aql Iq pelcaJtpse qldap e ol burlsrxa Ourryoarrel 'uoqecrlrrecs lellaleul ;o .to Outceldelpue lenouro.r aLll lol loloetluoC ol opeLu eq '601 'oN lleqslueur(ed eleledes oN ua]t ut palelsse uorle:edaldapelg -qns lo lueurelrnbalJad se pa.redaldaq or.ll do1aq1 ';ene; lleLlsluaurluequo to eper6pelrnbe: aq1 ol dn 116uuq ol ssau)9tqlut rlcge oldn 'luauialllas leualeur lo uourppeeq1 selrnbel luatrlueqrua ue lo llnseJ e se uaqg

:q1mnece;dal pue eled puZaJllue oleleo

@ 9'g'80t '/ Lt dS u, pale;ndr1sse poulolod eq l1eqsilonn srrll

:q1nnaceldel pue eted oJquaalele6

9'g'801, 'selllluenp to lllg ul sleeddeurelr Ied eleredase ssolun'gOLruoll lapun poJnseaulaq lltl^,alqpltnsunpalelcap leql pue uJalrlue^eleJ Jopun paJnseeul aq llh olqeltnspaJeleep leueleu eql,

:qlmnpeceldeJ pue ,,Jaeutbu3,,orll lage g autlelala6

t'8'801 'uo[e^ecxe Llcuel]]o aptsaLf] apnlcut ]ou saop]nq ]uotulueque papnlsuoc Illeryed e sapnlcutesnelc slLltJo Xoluoc aqt ul ado;s 6ut1srx3 'edols leur6rJoaLll lsurebe .esodrnd peceldllg lo ounlon eql uo polelncleceq lllMadols eql lsutebe6ur11t1 ,ado;s 6u;qcueq Jol eJeLl/v\asla pasnol lo eceld aues aql 1e pelceduuocal Ouqsxeeql uoJJ lnc leueleu Jo orltnlonaql Jo oper! oq lleLlsluaulalnseoru oN 'suorlecgrcedg leieuae eql lo L't'901, osnelC led se oq lleLlssaqcuaq ;o uorlceduroceql 'pocnpal eq Ieul uotsueutpleluoztJor.{ aql asec qctqh ut sutcog ueql aJoruJo r/euaq oql ,o )ceq oLll le uotsueutp p lectue^ ut llnsat plno A slt.ll ojaq^ ldacxa osn ut luaurdrnbe burlcedu.roc eql Jo r]lp!/v\eql Jleq ueLlllaleelo eq lleL{sseqcuaq uotsuotutp eLll 'peqcuaq 'autl lo leluozuoLl eq lleqsedo;s Ourlsrxe aql e le qlpn erll JleLlauo 6uolelltnq eq ol sr lueuluequa eJaLl/rAlo luaue^ed burlsxe lsureoepalceduoc pue paceld eq o1 'sepls 'redeels sr llq rvrauelaqm lo sloplnoqs Ourlsrxe llul Jo leluozrJoLlg ol lecryen ; 1o edols burlsxe ue lsuleOe palcrulsuoe aq ol st luoulluequre ue aJaqM,,

:q1mnaceldat pue esed,,L elala6

t't'80' ',,ruoll,,r{lh aceldajpue 'Z 'eggl 'suJalt .uroJ, olelep aull LueltIed 1o uotlducsap AedJo elqel ul (ll

',,r.!oJJ,,qlnrr ace;dal pue 'Z 'uolle 'c ,,trJlol,, elelep eu1 pcx3 Iempeog uloJ1uotlptuJol asnelc-qns ul (t tf'€Tre;i z.v.so, 'aq {eu asecaq} se 'cB6 qgg 'egot 'soN L lo I uey fe6 JepunJope4uoC aqllo uorlebrlqofuerprsqns e se palrnbe.r 'IJon .11es1r eq lleqs q3tqn slrll Jol epeu aq ;;nnluau{ed ele.redasoy edr{1 lros eql Jo uouec,Jue aLllJoJ pup lelll Jopun sadlg lros aql roJ peutelqo {lrsuap pue lueudrnbe ourgcedurocJo sassed1o raqr.unueLll uaa^loq drqsuorle;ereq1 pue lualuoceJnlslou unulrldo aql autruJolapol aq lleLlssleul osaql jo lceho eq1 'acJnos leuoleu/ltos1o edfi le;ncged leql JoJepeu uotlces leul orll lege leaurouS aLll ;o lenoldde uautj^ o1 lcehns eq lleils ocJnosleueleu/ltos 10 edrl fue q1mluorrJluequo Jo uot]cn4suoceqr

"IJOAAuteu eLll JOJesn llh JolceJluocoLll leLll lueudrnbe srues aq lleqsluaudrnba ounceduoc eql puelueuluequo Jo uotleuJol orll JoJ pasn oq ol papualulasoql se oues eql 'leualeu.l eq lleqsslptj] ot.ll ut pesnsllos aql llu sBesn lo; pesodo"rdec.rnosTedr{1 llos qceelol qldaps:arte1 7 urlaeurbul oL{lIq palcaltpse Jo ru 0OgJo suo[ces lerJllcnlsuoc lleLlsJoloeJluoC aLll luaurluequ.ta oLll 1o 6ur1gg aql buryelsololeg

fi6'n-ile.stpllt- Z.0.gOl 'g'e'90! :s Aollolse ,,uotlcoslepl,, /'e'g0L u.lalt ppe ruoltloUV (ttt

'(C)Oe redse Ilrsuep 'xeu tI OIHSW {lp lo truacledgg; ftrsuapaql ol ssaulclr.Uul ruo(02) ,!ue4 burpeacxe 'pelceduoc-lle//\ lou uaIel ul pelrsodapaq sponlnc leluozrJoLl'sa6puq lleL.ls xoqpue qels edrd llelo slle^ 6uranpue sluaulnqe pult.leq ll[ eLll 'uelpoul eql spJemolsplel ul op sedolsaper6qns eq1lo adols esle suejl aql toleuoql uot]enl1suoclueulaned aq1 qlran Ilsnoeuel;nurs 'uotlcnJlsuoc dn 1q6no:qeq lleLlsuotlcnJlsuoc uetpeu pue JoplnoLls 6uunpsrer(e1 lueuuaned erll olur uorlellauedJale^A lueneld o1 lep:o uJ ' uotlcnrlsuocluaurened oLll Lllll flsnoeuellnursdn lqDnoJqoq lleqs uotlcnl]suoclaplnoqS SUBBASEAND BASE

ITEM2OO GENERAL

200"1 DESCRIPTION

In para1, line2, delete", base,"and insert", crushedaggregate base course,". o 200.2.1 Samplinqand Testins

In para3, line5, after"...... Testing and Material(ASTM)', insert the words "or, for particularmaterials or procedures,the British Standards Institution,".

ITEM201 GRANULARSUBBASE

201.2 MaterialRequirements

In para(a):

i) In secondline, delete " A, B andC" and replace with "8".

ii) ln thetable of GradingRequirements for Subbase Material, delete "gradingA "

ITEM202 AGGREGATEBASE COURSE

202.1 DESCRIPTION

Addat theend :

Theword " AggregateBase" wherever appearing in ltem202 should be readas "CrushedAggregate Base Course".

202.2 MaterialRequirements e

i) In para(a):

(1) Inline 2, delete " or B".

(2) Inthe table of GradingRequirements for Aggregate Base Material, delete"grading 8".

ii) In para (e), line 2, delete"the materialshall ...... asdetermined by AASHTOT-Bg & 90."and replace by the following:

" theportion of filler,including any blended material, passing No. 40 mesh sieveshall have a liquidlimit not more than 25 anda plasticityindex not morethan 4 whentested in accordancewith AASHTO T-89 & T-90.'

)-: ?i4 202.4.2 Pavment

Replacethe pay itemtable as follows:-

Payltem Description Unitof No. Measurement

202 CrushedAggregate Base Course CM

ITEM203 ASPHALTICBASE COURSEPLANT MIX

203.2.2 AsphalticMaterial

ln line2, delete.40-50,60-70 or 80-100"and replace with "60-70".

203.2.3 AsphaltGoncrete Base Course Mixture

i) In line2, delete"Class A and/or".

ii) ln the tableof CombinedAggregate Grading Requirements (Table 203- 1),delete "grading for Class A".

203.2.4 Job-MixFormula

Afterpara 3, addthe following:

The combinedgradation should producea smooth curve approximately parallelinggrading band limitsfor designatedmix. The job-mixformula with allowabletolerances for a singletest then becomes the job controlgrading band. lf applicationof job-mixtolerances results in a job controlgrading band outside themaster grading band, the full tolerances shall still apply.

Priorto final approval,the proposedjob mix,with a bitumencontent at the permissibleupper percentage limit determinedin JMF, shall be compactedto refusal(750 to 900blows) and the resultingair voids in the mixshall not be less than3%.

203.3.7 Spreadinqand Finishinq

Deletepara2 and replacewith the following:

Careshall be takento ensurethat materialis properlycompacted up to joint positions.lf this is not doneor resultsin mis-shapensurface on a layer,the Engineermay instructunacceptable material to be cut back beforelaying the adjacentmaterial. Joints in superimposedlayer of asphalticmaterial must be . offset longitudinallyby at least 2m and transverselyby at least 30 cms. Longitudinaljoints in wearingcourse shall, after cuttingback, be of good alignmentand preferablycoincident with the positionof carriagewaymarkings. Exceptwhere laying in echelon,joints in wearingcourse shall be cut backto a verticalface and Tackcoated. Kerb faces, ironwork and the like in contactwith wearingcourse shall be tack coated prior to layingwearing course. The outer edges of wearingcourse shall be cut back to a good alignment, parallelwith the road alignment.This will requirea smalladditional width of wearingcourse to be laid.

TheContractor should allow, within his bid rates, for this additional width and for all cuttingback of wearingcourse which will not be measuredfor payment.Tack coatingof verticalfaces will not be measuredfor payment.

203.3.10 SurfaceTolerances

At theend, add the following:

The surfaceirregularities will alsobe testedby a rollingstraight edge of the type designedby TransportResearch Laboratory of UK, along any line or lines parallelto the edgeof pavementon sectionsof 300mselected by the Engineer, whetheror not it is constructedin shorterlengths. Sections shorter than 300m formingpart of a longerpavement shall be assessedusing the numberof irregularitiesfor a 300mlength prorata to the nearestwhole number. Where the totallength of pavementis lessthan 300m the measurementsshall be takenon 75mlength. No irregutarity exceeding 1Omm shallbe permitted.

MaximumPermitted Number of Surfacelrregularities using a Rolling Straight Edge

Surfaceunder test lrregularity 4mm 7mm Length 300m 75m 300m 75m Basecourse 40 18 4 2

203.4.2 Pavment

Deletethe ltem and replace with:

Thequantities for Asphaltic levellingibase course will be measuredby volumein Cu.m.compacted in place.Measurements shall be basedon the dimensionas shownon plans or as othenrrrisedirected or authorizedby the Engineer.No measurementshall be madeof unauthorizedareas or for extrathickness. These itemsshall include the furnishingof all materialsincluding asphalt additive or antistrippingagent, if allowedby the Engineerto meetrequirements of JMF;the dryingand screeningof aggregates;the mixingof bituminousmaterial with the aggregatesand the placing, furnishing and compaction of themixed material.

Quantitiesof asphaltconcrete mixed, wasted or disposedof in a mannernot calledfor underthe specificationsor remainingon handafter completion of the workwill not be paidfor. The quantitiesdetermined as measuredabove shall be paidfor at the Contractunit pricefor the particularpay itemslisted below and shownin the Bill of Quantities,which prices and paymentshall constitute full compensationfor all costs necessaryfor proper completionof the work prescribedin the item:

Payltem Description Unitof No. Measurement

203 a AsphalticBase Course Plant Mix (Class B) CM

203b AsphalticLevelling Course Plant Mix (Class B) CM ITEM209 SCARIFICATIONOF EXISTINGROAD'BREAKING OF ROAD PAVEMENTSTRUCTURE

209.1 DESCRTPTION

i) ln line4, delete"aggregate base" and replace with "pavement structure".

ii) ln line4, delete"base material" and replacewith "embankmenU pavement structure".

iii) ln line 6, delete"crushed stone base aggregate"and replacewith "embankmenVpavementstructu re",

.209.2 CONSTRUCTIONREQUIREMENTS

ln para2, line2, delete"off' and replace with "of'.

209.3.2 Pavment

tn line4, after"equipment,", add "disposalas directedby the Engineer,".

SURFACECOURSES AND PAVEMENT

ITEM3OO GENERAL

In para1, line5, after"...... Testing and Material(ASTM)", insert the words"or, forparticular materials or procedures,the British Standards Institution,".

ITEM302 BITUMINOUSPRIME COAT

302.3 CONSTRUCTIONREQUIREMENTS

In para1, delete sentences 1 to 3 andreplace with:

Priorto the applicationof primecoat, loose material shall be removedfrom the surfaceand the surfaceshall be cleanedby mechanicalsweepers, blowers and handbrooms. The application is prohibitedwhen the weather is foggyor rainyor when the atmospherictemperature is below fifteen(15) degreeC unless othenrvisedirected by the Engineer.On a soil surfaceor sub-baseor base course,the cleanedsurface shall be given a lightapplication of waterand allowedto dry to a surface-drycondition before prime coat is applied. ITEM305 ASPHALTCONCRETE WEARING COURSE-PLANT MIX

305"2.2 AsphalticMaterial

Deleteentire para and replacewith:

shallbe asphaltcement penetration grade 60-70 or a gradeapproved by the Engineer.Generally it will meet the requirements of AASHTO M-20,.

305.2.3 AsphaltConcrete Wearinq Gourse Mixture

i) In line2, delete" andlorClass B".

ii) In the tableof AsphaltConcrete Wearing Course Requirements (Table 305-1),delete "grading of Class8".

iii) ln Marshalrest criteria,percent air voids in mix, delete"4 - 7" and replacewith "3.5 - 5.5". 305"2"4 Job-MixFormula

Afterpara 4, addthe following para:

Priorto finalapproval, the proposedjob mix,with a bitumencontent at the . permissibleupper percentage limit determined in JMF,shall be compactedto refusal(400 to 600blows) and the resulting air voids in the mixshall not be less than2oh.

305.3.2 PavementThickness and Tolerances

At theend, add the following:

Thesurface irregularities will also be testedby a rollingstraight edge of thetype designedby TransportResearch Laboratory of UK, alongany-line or lines parallelto the edgeof pavementon sectionsof 300mselected by the Engineer, whetheror not it is constructedin shorterlengths. Sections shorter than 300m formingpart of a longerpavement shall be assessedusing the numberof irregularitiesfor a 300mlength prorata to the nearestwhole number. Where the totallength of pavementis lessthan 300m the measurementsshall be takenon 75mlength. No irregularity exceeding.lOmm shall be permitted.

MaximumPermitted Number of Surfacelrregutarities using a Rolling Straight Edge

Surfaceunder lrregularity Test 4mm 7mm l-ength 300m 75m 30011 7Sm course20921

305.4.2 Pavment

Para2of PriceAdjustment

Delete3'd line from "or the contractormay opt to placean additionallayer of wearingcourse asphalt, grading with a minimumthickness of 35mm". STRUCTURES

ITEM4OO BRIDGESAND CULVERTS

On page400A - 2, firstpara 4th line, change the word 'shoW to'shown'

ITEM401 CONCRETE

401.1 DESCRIPTION In line 3 betweenthe word "aggregates"and "all in accordance",insert "and chemicaladmixturesas may be required".

401"1"1 Classesof Goncrete In 4throw (B) under column No. 3 ("Max.Size of CoarseAggregate"), replace '51'by'38'.

401.2.2 FineAqgreqate Addat theend :- " TheSand Equivalent (AASHTO T-176) determined for fine aggregates shall not be lessthan 75o/o."

401.2.3 GoarseAqqreqate Add after Table 401.2 "Coarseaggregate gradation should conform to the requirementsof ASTM-C-33".

401.2.8 Admixtures Addat the endof the paragraph"or as directedby the Engineer." \, 401.3 CONSTRUCTIONREQUIREMENTS Addat the end of para2:- , "Sulfateresisting cement will be used at least in foundationsunder saline conditions".

401.3.3 MixinqGoncrete Addat theend:-

"@ No mixingor pouringof concretewill be allowedat ambienttemperatures higher than 35o Celsius,without prior approvalof the Engineer for satisfactory measuresmade by the Contractorfor keepingthe concretemix coolat the time of placing.The temperatureof mixedconcrete immediately before placing shall notbe morethan 30o Celsius. The Contractorshall take all specificprecautions accordingto AASHTO-SS-Divisionll 8.6.3. to achievethis target for whichno extrapayment shall be made".

401.3.5 Handlinqand placinq concrete

a) General

Addat the end of paraT:- "Beforeconcreting in any section,reinforcement shall have to be completely cleanedand free fromall contaminations,including concrete which may have been depositedon it from previousoperations. Concreting will take placeonly afterthe Engineerhas inspectedthe placingof the reinforcementand givenhis approval.

The Contractorwill allow the Engineereight (8) workinghours after the reinforcementis in placeto conductthe inspection.

The Contractorshall makeavailable all the recordsof concreteplacing to the Engineer.

These records,in a form as agreedto by the Engineer,shall be kept by the Contractorcontaining all detailsof everypour of concreteplaced. These records shallinclude Class of concrete,locatlon of pour,weather conditions, date of pour, ambienttemperature and concretetemperature at time of placing,moisture contentof aggregates,details of mixes,batch numbers, cement batch number, resultsof all testsundertaken, location of testcylinder sample points and details of anycores taken.

The Contractorshall supply to the Engineertwo copiesof theserecords each weekcovering work carried out the precedingweek. ln addition,he shallsupply to the Engineermonthly histograms of all 28 days cylinderstrengths together with accumulativeand monthlystandard deviations and any otherinformation which the Engineermay requireconcerning the concreteplacement in the Works".

401.3.6 GastinqSections and Construction Joints

e) GonstructionJoints

Addat theend para 3 :-

"TheContractor may requirea differentlocation of constructionjoints which are not shownin the drawings.lf so, this requirementshall be subjectedto the Engineer'sagreement. lf the stressesdistribution in the structureare changedby the new constructionjoints, new calculationscan be askedfrom the Contractor for checkingthe reinforcement.lf the quantitiesof steel and formworkare increased,no extra paymentsshall be made. Elsewhere,on visiblefaces, aestheticaltreatment of constructionjoint will be providedwithout any extra payment.

i) Provisionalopeninqs for removal of formwork The Contractormay require provisional openings for removalof formwork, in locationand sizes. This requirement shall be subjectedto theapproval of theEngineer.

Thequantity of additionalsteel due to theseopenings will not be paid. Elsewhere,on visiblefaces, aesthetical treatment of constructionjoint willbe providedby the Contractor without any extra payment".

401.3.7 GoncreteSurface Finishinq/Renderinq

401"3.7 d) Ordinarv Surface Form Finish.

Deleteand substitutewith: "Ordinarysurface form finish will follow AASHTO-SS-8.12.2.Non- shrinkablemortar will be used.

Ordinarysurface form finishshall be appliedto all concretesurfaces, exceptthose of Class1 formfinish which are defined hereafte/'.

401.3.7 e) Class1 SurfaceForm Finish

Deleteand substitute with :

"Class1 surfaceform finish will follow the MSHTO-SS-8.12.3. Metal,fiber or plywoodforms in goodconditions will be usedexclusively.

"Class1 surfacefinish shall systematically be requiredto be appliedas the finalfinish for the followingsurfaces, unless otherwise directed by the Engineer:

i) All form finish surfacesof bridgesuper-structures, except the undersurfaces between girders. ii) All surfacesof bridgepiers, columns and abutments, and retaining wallsabove finished ground and to at leastthree tenth (0.3) metre belowfinished ground.

iii) All surfacesof railing/barrier".

401.3.10Testinqof GompressiveStrenqth Addat theend :- "Equipmentused for trialbatches will have to be the onethat would be usedon thatspecific job".

401"4 MEASUREMENTAND PAYMENT

401.4.1 Measurement Addthe following at theend of para6 :- "Anylost formwork not retrievedshall not be paidfor".

ITEM403 FORMWORK

403.1 DESCRIPTION

Add the followingat the end :-

" A!!qg!!ve, The Contractormay requirefor formworkof "insitu"concreted slabs, the use of the alternative(not shown on drawings)solution "lost formwork" such as precast reinforcedconcrete slabs or fiber-cementplanks. ln that case,the Contractor shallhave to submitthe materialsand his method statement to the Engineerfor approval.This requirementwill be accompaniedby a calculationnote. Any extra steelor extra-foundationto be addeddue to this proposalshould be carriedout withoutany extra payment to the Contractor". ITEM404 STEEI.REINFORCEMENT

404.3"1 Fabricationof BentBars

a) OrderLists

Addat theend :-

"Projectshop drawingsfor bar lists and bendingdiagrams will be providedto the Engineerfor approval,according to AASHTO-SSSection ll -9.3. Thesedocuments shall be givento the Engineerat leastone ' monthbefore placing the steel.All grade60 barsshall be broughtto the sitein straightbars". . c) Fabrication

Deletethe table and substitute with:

"- Stirrupsand column tie bars : D=4d ford s 16mm - Otherbars having d < 32 mm Grade60 : D=Bx d Grade40 : D=5x d Fordeformed bars grade 60, bending will be madeonly mechanically". 404.3.2 Placinqand Fasteninq

b) Placinqand Fasteninq

Addat theend :-

rr- Tolerances Toleranceson barsplacing will be +20mmin anydirection parallel to a concreteface, and +1Omm at rightangle to a face. Controlof formworkbefore placing the steel: No reinforcementshall be placed before the Engineerhas inspectedthe formworkand given his approval.The contractor shallallow the Engineerat leastfour (4) workinghours after the formis finished to conductthe inspection". c) Spticinq

At theend of l.tpara, add :-

"TheContractor may require the useof mechanicalcouplers splices. This requirementwill have to be met accordingto AASHTO-SS-9.7.4.lf approvedby the Engineer,the cost of couplersshall be borneby the Contractor,but quantitiesof steelfor paymentin item404a will incluOe splicesby overlapping".

404.4.1 Measurement

At theend of 1"tpara, add :-

"Steelreinforcement of pilesis includedin the ltem407 Pilingand shall not be measuredseparately under this item',.

At the endof 2ndpara, add the following table :- ASTMDesignation WeiqhtKq/m 2 0.249 3 0.560 4 0.994 6 1.552 6 2.235 7 3.042 R 3.973 I 5.059 10 6.403 11 7.906 12 8.941

ITEM405 PRESTRESSEDCONCRETE STRUCTURES

405.2.1 PrestressinqReinforcementSteel

Secondpara. Makethe following changes:

Itemi) Change "Minimum Ultimate tensile strength" from "16,570Kg/sq.cm" to "18,900Kg/sq.cm".

Itemiii) Change "Minimummodulus of elasticity"from "1.75 x10 Kg/sq.cm"to "1,75x 106Kg/sq.cm".

DRAINA,GEAND EROSIONWORKS

ITEM 507 GABIONS

507.3 CONSTRUCTIONREQUIREMENTS

Addat theend:

"Workingdrawings" according to AASHTO-SS-Divisionll-22,2 will be submitted to theEngineer for approval,before fabrication and installation. ITEM607 TRAFFICROAD SIGNS AND SAFETYDEVICES

607.{ DESCRTPTTON

Addat theend of para:

Unlessothenruise shown on the Drawings,all signsshall be letteredin bothUrdu andEnglish. In caseof anydiscrepancy between NTRC requirements and these GeneralSpecifications, the requirements of NTRC shall govern.

607.2 MATERIALREQUIREMENTS

Addthe following:

Materialsshall be of new stockunless otherwise shown on the Drawingsor orderedby theEngineer and shall conform to thefollowing requirements:

607.2.1 Siqn Panels

In line1, delete "regulator" and replace with "regulatory".

607.2.9 ConcreteFoundationBlocks

i) In line1, delete "Class A" andreplace with "Class Ar". ii) In line3, after"mm", add "or as shownon the drawingsor as directed bythe Engineer.". o 607.2.10Road Posts and HazardMarkers

In line6, delete"with standing" and replace with "withstanding".

607.3.1 ExcavationandBackfillinq

Addat the endof para3:

Concreteshall be placedagainst the undisturbedexcavated faces, except that the top fifteen(15) centimeters of eachfooting shall be formed.Forming of the entirefooting will not be permittedunless approved by the Engineer.Concrete shallbe thoroughlyrodded and spadedso as to eliminateall voids.Tops of footingsshall be finishedwith a wood float and all exposededges shall be roundedwith an edger.

Backfillshall be thoroughly compacted by mechanicaltampers, and care taken to preventdamage to the finishedconcrete. Backfill shall be broughtup levelwith the finishedground line. Pipe post bases and/or posts set in concreteshall be firmlysupported, plumb, vertical and at the properelevation. In case precastconcrete foundations are used,these shall be of the concrete class'Ar' and of thesizes as shownon thedrawings.

607.3.2 Erectionof Posts

Inline 3, delete"the" written in between"to" and "prevent".

24 607.3.5 lnstallationsof SafetvDevices

ln line11, delete "a" written in between"for" and "prohibiting". 607.3.6 SiqnFaces

a) Design

i) In serialNo. 3, line1, delete "italics" and replace with "Smalls". ii) ln serialNo. 5, delete"italics" and replace with "Small". '13, iii) In serialNo. delete"size of letterfor km. Height"and replacewith "Heightof letterfor km".

607.3.7 Storaqeof Siqns

At theend, add the following:

607.3.8 Paintinq

The rearsign face of all signsshall be paintedwith two (2) coatspriming paint pigmentedwith chromatesof chromes(excluding lead chromes) plus two (2) coats of weather-resistingdull silver gray paint.Where connectionof large aluminiumsheet signs to a steelstiffening frame is required,the studs or screws, boltsand washers shall be paintedto properlymatch the colorof the surrounding material.

All paintingshall conformto the requirementsof Section413 of General Specifications.

607.3.9 Placementand Orientation

TheEngineer will approve and mark the longitudinallocation of eachsign on the workingdrawings submitted by the Contractor.

Thesign shall be laterallypositioned from the shoulderor curbas shownon the approveddrawings or directedby the Engjneer.

The contractorshall stakethe locationof each sign supportand shall get its approvalfrom the Engineerprior to carryingout excavationfor foundationi.The Engineermay order changein locationdue to site constraints.No separate paymentshall be madeto the contractoron accountof such changeif the changeis madebefore fixing of thesign support in concreteblock.

The contractorshall be responsiblefor the properelevation, off-set, level and orientationof all signshe erects.He shallexercise due careon the preservation of stakesfor his and the Engineer'suse. lf any stakesare losi, damaged, displaced,or removed,the contractorshall have them reset at hisown expense.

Unlessothenvise shown on the Drawingsall signsshall be erectedso thatthe edgeand faceof the signare trulyvertical and face is at an angleof ninetythree (93)degrees to the centerline;that is, facingslighily away from the centeilineof the lanewhich the signserves. where lanesdivide or are on sharpcurves, the contractorshall orient sign faces as indicatedon the Drawingsor by the Engineerso thatthey will be mosteffective both day and nightand io as to avoid specularreflection and glare. All sign supports shall be plumbed. 607.3.'10Siqn Posts

Lengthsof postsshown on the Drawingsfor signs are for biddingpurposes only. When progressof the Work permits,the Engineerwill authorizethe locationof eachsign, with the stationand offsetdistance from the edgeof pavement.The Contractorshall be responsiblefor determinationof post lengthsto providethe verticalclearance shown on the Drawings.Field cutting of posts shall be performedby sawing.

"SignPost Support Assemblies" shall be fabricatedas detailedon the drawings. ' Testspecimens for pipeshall be takenat leastfifteen (15) centimeters from one (1) endof the pipe,instead of at the endsas specifiedin ASTMA 53, GradeB. When Galvanizingis specifiedassemblies shall be hot-dipgalvanized after fabrication.All welds shall be mechanicallycleaned before Galvanizing. Galvanizedmaterials on which the Galvanizinghas been damaged in transporting,handling, or erectionwill be rejectedor may,with the approvalof the Engineer,be repairedin the fieldby the zincalloy stick method. Required field welds and adjacentareas on whichthe Galvanizinghas been damaged shallbe galvanizedby thissame method. The zinc alloy stick shall be castfrom zinc,tin, and leadin combinationwith fluning ingredients. The compoundshall be completelyliquid at a temperaturenot lowerthan two hundredand forty six (246) degreesC. The areato be re-galvanizedshall be thoroughlycleaned, including the removalof slagon welds.The surfaceshall be heatedwith an oxyacetylene torchto approximatelythree hundred and fifteen (315) degrees C, andthe alloy stickrubbed over the surfaceto fix a deposit.While the alloyis stillliquid, a clean wirebrush shall be usedto smooththe deposit evenly over the entire area being re-galvanized.lf a heavydeposit or build-upis requiredto matchthe original coating,more alloy shall be addedimmediately to the initialbond deposit and spreadwith a paddleor brushuntil the requiredthickness is obtained.Edges of drilledholes shall be coatedwith commerciallyavailable zinc-rich paint. Shop drawingswill not be requiredfor pipe posts.

The Contractorshall furnish to the Engineer,fabricators' certifications in triplicate certifyingthat the materialsupplied conforms to all of the requirementsspecified.

607.3.11 Fasteninq$qns to SiqnPosts Signsshall be fastenedto signsupports in accordancewith the requirementsof the Drawings,the recommendationsof the sign manufacturerand to the satisfactionof the Engineer.

After installationof signson theirsupports all bolt heads,screw heads, and washerswhich are exposedon the faceof the signshall be painted.The colorof the paintused shallbe as nearlyas practicalthe sameas the colorof the backgroundor messagearea at the pointwhere the bolt, screw,or washeris exposed.

Wheresteel signs are mountedwith aluminiumhardware or on steelposts. approvedasphalt, nylon, or neopreneinsulation shall be installedat all points wheredissimilar metals might come in contact.

607.3.12 Erectionof Delineatorsand Markerposts

Delineatorsshall be erectedat locationsshown on the Drawingsand set at elevationssuch that the Delineatorreflectors will be at the indicatedheight above the groundsurfaces. unless otheruvise noted in the Drawingsor auth-orizedby the Engineer,holes for postsshall be of the depthand iize shownon thb Drawings.Posts shall be setplumb and to the establishedlines and grades and shallbe encasedin concreteclass "B" unlessothenrvise shown on the Drawings. The costof all excavationand concretewill be consideredsubsidiary to the bid item(s) for Delineators.

Whennoted on the Drawingsor authorizedby the Engineer,the postsshall be erectedby driving,either by hand or with approvedmechanical devices. The methodof drivingshall not substantiallyalter the cross-sectional dimensions of the postsor materiallydamage the coating.Battered tops will not be permitted. Postswhich, in the opinionof the Engineer,are bentor otherwisedamaged duringor after erectionshall be removedfrom the site and replacedat the Contractor'sexpense, After driving, the portionof the postsabove ground shall be plumband the posts shall be firmin the ground.

Reflectorsshall be attachedto the posts as detailedon the Drawingsor accordingto themanufacturer's specifications.

607"4.2 Pavment

At theend of paraadd:

For category3 road signswhere the numberof post assembliesmay be more thanone, additional post assemblies shall not be measuredseparately and their costis deemedto be includedin the costof trafficsigns.

Deletethe table of payitems and replace with:

Payltem Description Unitof No. Measurement 607a TrafficSigns, Triangular, sides 1050 mm, Category 1 Each 607 b TrafficSigns, Circular, diameter 1050 mm, Category 2 Each 607c TrafficSigns, Rectangular, Category 3 SM 607f AdditionalPanel Size 60 x 30 cms Each 607g AdditionalPanel Size 90 x 30 cms Each 607h Delineators Each

ITEM608 PAVEMENTMARKING

608.3.3.2 Testinq

Deleteitem No. "608.3.3.2'and replacewith "608.3.2.2":

608.3.3.2 Packinq

Add at the end:

o Packingshall be not lessthan 25 Kg or morethan 100 Kg.

608.3.5 Application of Materialto the Road

b) Preparationof materialon site

ln line 2, delete"heather" and replacewith "heater".

27 c) Lavinq

Deletethe para and replace with:

i) Carriagewaycentre lines, lane lines and edge lines shall be laidto a regularalignment by self propelledmachine. Other markings may be laid by hand,hand propelledmachine or self propelled machineas approvedby the Engineer.

ii) The road surfaceshall be dry and free from loosedetritus, mud and other extraneousmatter. Where old paint or thermoplastic materialare present,the Contractorshall be responsible,if required,for removalof thatpaint to makethe surfacesuitable.

iii) The dryingtime shall be not more than 10 minutes,in the laboratorytest, (AASHTO designation M 249).

iv) The sprayplastic shall be used at temperaturesbetween 211 - 2250C.

v) In addition,the glassbeads included in the materiala further quantityof glassbeads shall be sprayedonto the hot sprayplastic lineat thetime of applicationand shall be approximately400-500 gramsper square metre. The application should be pressurized.

vi) The finishedlines shall be free from ruggednesson sides and ends and be in true planewith the generalalignment of the carriageway.The upper surface of the linesshall be level,uniform andfree from streaks and cracks.

608.5.1 Measurement

Deletepara l andreplace with :

The quantityto be paidfor pavementmarking shall be the numberof square metresof paintedtraffic lines of specifiedwidth and shapeshown in the drawing measuredin place,completed and accepted.

608.5.2 Pavment

Deletethe table of payitems and replace with:

Payltem Description Unitof No. Measurement 608a PavementMarking with Thermoplastic Reflective Paintfor linesof SpecifiedWidth SM 608b PavementMarking with Thermoplastic Reflective Paintfor Arrows, Stops, Pedestrian Crossings, HatchArea etc. as Specified. SM

28 MISCELLANEOUS

ITEM701 PROVISIONOF SURVEYTEAMS AND INSTRUMENTS

701.1 DESCRIPTION

Deletethe entirepara and replace with the following: The Contractorshall provide and maintainsurvey equipment for the sole use of the Engineer.All surveyingequipment shall be new and shallbe maintained throughoutthe Contractperiod and replacedby the Contractorfree of chargein caseof damageor loss.The survey equipment shall be suppliedto the Engineer withinthirty calendar days from the Engineer's order to Commencethe Works. Uponcompletion of theContract, the surveyinginstruments and equipment shall becomethe propertyof the Employerand shall be handedover to himcomplete, andin a stateof goodrepair, taking into account fair wear and tear. The Contractorshall provide Twelve (12) helpers, along with the equipment,to the Engineer/Engineer'srepresentative to assisthim for carryingout the field works.

701.2 EXTENTOF PROVISIONAND GENERAL REQUIREMENT

Deletethe entirepara and replace with the following:

The Contractorshall provide and maintainat his own cost at leastthe following surveyingequipment and any othersurveying equipment deemed essential for the Work by the Engineer'sRepresentative for the sole use of the Engineer's Representative:

2 No. Electronicdisfance measuring device complete wifh accessoneg3600 UniversalTheodolite aiming head and standardequipment supplied by the manufacturer,including tripod, control units and bafteries,charging unit, pole reflector, single prism reflector, three pism reflector completewith tipods and traverseequipment for Theodolite. 3 No. Theodolite360" (one second precision) with tripod 6 Nos. PreciseLevels (Automatic type), with tripod, magnificailon 34X 12 Nos. LevellingStaff with graduations in metric units 6 Nos. Steelmeasuring tapes 100 m long 4 Alos. Steelmeasuring tapes 20 m long 4 Nos. Handtapes 3 m. (lockablein pocket) 12 Nos. Measuingrods (4 m) 12 Nos. Rangingrods with tripods 4 Nos. Clubhammer 2 kg. 4 Nos. S/edgehammer 4 kg. 40 Nos. TrafficCones 6 Nos. SurveyUmbrellas 2 Nos. AluminiumStraight Edges, 3.0m long 2 Nos. AluminiumStraight Edges, 5.0m long 4 Nos. SpiritLevels, 30cm long All miscellaneousfools, equipment. and mateials requiredin surueyingin numbersas determinedby the EngineefsRepresentative.

29 All surveyingequipment shall be new.The quantity of all surveyequipment shall be maintainedthroughout the ContractPeriod and replacedat his own cost by theContractor in caseof damageor loss.

The Contractorshall make available three (03) qualified surveyors and transport for checkingand incorporationas and when requiredby the Engineer's Representative.

The surveyequipment shall be placedat the disposalof the Engineer's Representativeduring the Contractperiod and shall be returnedto the Employer, completeand in a good state, taking into accountfair wear and tear on completionof theContract.

The Contractorshall provide adequate supplies of expendablematerials i.e. level books,pencils, erasers and inks, drawing papers, pegs, nails, flags, brushes and paintsetc. as requiredby the Engineer's Representative.

701"3.2 Pavment

Deletethe entire para and replace with the following:

Paymentshall constitutefull compensationfor all costs of provisionand maintenanceof equipment,furnishing survey teams, supplies of expendable materialsand necessary labour/helpers, materials and maintenance and all other incidentalsfor the propercompletion of the workas statedherein above and as directedby the Engineer'sRepresentative.

Pay Description Unitof ItemNo. Measurement 701(a) ProvideSurvey and allied lnstruments P.S 701(b) MaintainSurvey lnstruments and provide Month survevteams.

ITEM702 PROVIDE,EQUIP AND MAINTAIN OFFICE FACILITY AND RESTDENCEFOR THE ENGTNEER (BASE CAMP FAC|LTTY) AND CLIENTSREPRESENTATIVE

Inthe title:

i) ln line 2, delete .ENGINEER"and replace with .ENGINEER'S REPRESENTATIVE'.

ii) In line3, delete'CLIENTS'and replace with "EMPLOYER'S". Deleteentire item and replace with :

702.1 DESCRIPTION

The Contractorshall provide,furnish and properlymaintain and serviceduring the whole contract period, air conditionedfacilities for the Engineer's

30 # / ,"t ?:{ te

'uotlcnJlsuoc Jolsleualeu burseqclnd o1.ror.rd pepnold 'slsoc ,suoqelncleo sueld_plepuets eql uo flle.lauebpeseq lle Jo aa4 u61sep pue sounnelp'cle Jo Aespue ourqr,unld'1ecu1ca1a 'lelnlcaltqcJe 'leJnlcnJls '1no{e| polteleplenoldde JoJ a^tlBluase.ldag s,laaurbu3 aql ol pueeledeld '6urp;rnq lluqns ;;eqs Jope4uoCeq1 acqJoluaueulad 1o uotlcnJlsuocburcueuuoc aJolag

t'z0L 'enqelueseldeg s,leaurDu11or.ll ro socuJo eql u,roJlocuelstp olqeuoseeJ e le palenltseq llm^sacuJo elts s,JolceJluocor.ll

'reeutOu3eq1 'lceJluoc Iq pe1cru1sutse alep I;ree qcnslo or{lJo uorloldr"uocor.{l lage sqluoul (lO)rnol urqlrrnlafo;dur3 eq1ol Je^o papueLlaq lleqs sac4Jolueueuled eq1 'sue1t r(edJaLllo loJ setltlueno lo lllg aql ut paleluasolel eLll ut papnlcutaq ol peueepaq lleqslsoc slt puesotltltce1 leuouppe eseql 6urureluteu pue 6urpnold JOJApeU eq lleL{sluetlried lo luoueJnseeuraleledas oN lels 1eur6r.roorll Jose pJepuelseues aqlJo se entlelueseldegs;eaurbu3 aLll Iq polcaltpse yodsuell '6urqsruln;'ftoleloqe; pue guauldrnbe 'ectgo 'uotlepoutuocceJoJ seultcel 'palrnbel leuouppeuleluteu pue eprnoldllpl{s JolcelluoC or.ll aJeanqelueselday s;eeur6u3lo gels leuotltppeleql qonsaJe rolceJluoC orll 1o suorleledoeql 1 'slloM aql uoneldulocuo lo ,lueurdrnbe re[oJdur3aql Jo r{pedordoql aulocoqllerJs salnytJ pua arnltuln; ltV 'lsocuMo stq JolceJluoc .enrlelueselde.rle eql Iq lno parJJeceq lleqsseJnXU oseLll Jo ;ueutacelda:predag s;eeurbu3lo uotlcelstlesaql o1pouad loeJluoC eq1 lnoq6noJLll JopeJluo3 eql [q peurelureurpue pelcaJe eq paprnoldsalnyq pueoJn]tuJnl ,lueurdrnba 'esod:nd lleqs ;;y slrlllol uauqclel pueJJels r{:essacau Ioldure lleL{s pue soutl lle le sluelumJteql pue saultceJeseql sseutlueolcpue Aluncesaql aJnsue 'JoJJo ol seJnseaurrtesseceu lle elel pue e;qrsuodselaq lleqsJolceJluoc erll 'enrlelueseldeg s;aau;6u3 eql ol alqeldecce eJe setltltcel Llcns papnold ,e1el pelonb eql le Jolce4uoCe$ ol pled aq A1rlrcelfte:odurel qcns acueuelutetr 'JenoaAoq lleqs Jo iebleqc r{ue lnoqlmndtrleg eseg orll Jo uot}on4suooeql 6uunp eraLlioslo Jolce4uoC or{l Iq pepnoldeq prepuelspue eele ecrgo 'JolcerluoollBrls ;enba;o dureceseq rol r$rlrcel&eroduuel orll ol puello rgrlrqelreneoql rage s,{eprepuelec (gt) erytrfuo1 ulqlrv\ esn lo; [peel pue palalduuocaq lleLlsdure3 mlr-mi5 z'z0t 'pellnber se sulellJeLlloqcns pue fuauoqels apnlcut suell 'sledeaans lleLls elqeurnsuooeq1 pue sleptlntollg's{oq ea1 'sla6uasseulse Llcns '#els 'lcefoid utelureupue epnold oslelleqs JolceJluoC eq1 oql JoJsafltltce; aql lo uo[ezrlrlnJoJ lsoc enneladopue lelrdeclelol slt r(edlgeqs puB alts oql Jlo pue u;q1;m(euoqd elrqour) uolleclunuuoo sueau raLlloro/pue xeJ pue euoqdelel 'serlddns 'se6 'Je Jo OIS Jalel Aodapnlcut LlctrJn satltltln lle lol (slqlZ) {1ddns snonu[uocepnold pue slsoc buruunrJo lelueptoutJor]lo pue saorues/setltpn lle roJ Ied pue suol! alqeunsuoc lle epnold lleLls JolceJluog eLll 'enrlelueseldels,Jaou |6u3peau r6u3 aql Iq 6ugunrr ut penorddese uorpcoleql le #els s!r.lpue entlelueseldags;eeurbu3 aql lo osn ontsnloxeeLll rol JoyeureJeqpagrcads se suotlepoululocce6ursnoq Joleqceq 702.3"1 OfficeFacilities

i) For Engineer'sRepresentative

The overallcovered area of the officeof Engineer'sRepresentative shall not be less than approximately500 squaremeters and partitionedinto rooms,a conferenceroom, store, toilets with washingfacilities, kitchen etc. The layoutof the buildingshall be as approvedby the Engineer. Parkingsheds in the Engineer'spremises shall also be providedfor the requirednumber of vehiclesas approvedby the Engineer.

.702"3"2 ResidentialFacilities

i) For Engineer'sRepresentative

The residentialfacilities for the Engineer'sRepresentative shall be erectedby the Contractoras approvedby the Engineer.The Contractor shallprovide facility for 28 personsas describedbelow or as approvedby theEngineer's Representative:

a) At least approx.500 squaremeters floor area consistingof 16 rooms,with six (06)rooms with attached bathrooms and adequate bathrooms& toiletsfacilities for the remainingstaff as approved bythe Engineer.

b) Recreationand DiningCentre of approx.150 square meters with net floorarea consisting of a kitchenwith store,communal dining room,lounge, toilet and roomfor tea boy/cookwith toiletand a laundryroom.

702.g.3 Lavoutand Gonstruction

The generallayout and constructionof the Engineer'sfacilities, offices and residencesshall at leastconform to thefollowing:

Layout

The layoutof all sites,which have to be approvedby the Engineer's Representative,should take into accountat leastthe followinggeneral requirements:

a) Convenientaccess from the publicroad to all necessarypoints.

b) Paved areas and covered areas for vehicle movementand convenientparking.

c) Dustsuppression in unpavedareas.

d) Gradingof thesite to providedrainage.

e) Standbygenerating capacity located and protectedto avoidnoise nuisancein theoccupied buildings.

f) A suitableand convenient covered area for samplestorage.

g) Ducts,cables, pipes and sewers for servicesand drainage.

32 h) A carwashing area with water source.

i) Somearea of visualamenity, flower beds, shrubs etc., with water source. i) Securitycomprising perimeter fencing/walls, gates, guard houses approximateto the agreedsite. ii) Construction

The CampFacility for permanentstructure shall be constructedof such materialsand fixtures which shall be newand approved by the Engineer's Representative.The clear height of the buildingfrom floor to ceilingshall not be lessthan 3.70 meters. The finished floor level shall be at least60 cms.above natural ground level. The walls shall be of firstclass bricks or concrete blocks of standardsize with water proof cement mortar plastering.One layerof damp proofcourse shall be provided.The floor shall have a 15 cm. thick concrete(Class B) flooring,or equivalentas approvedby the Engineer'sRepresentative. Sun shades shall be providedon doorsand windowsand a 4m x 7m porch roof of similar constructionto the car port,at the mainentrance. The roofsshall have parapetrailings all around.The buildingis to containrequired expansion joints,outlets etc.

The building shall be constructedto avoid severe summer/winter seasons.Special measures shall be taken in selectionof construction materialand orientation of thebuildings.

Detailsof elementsof constructionshould be as follows:

a) Floorsshall be of concretetiled with tilingto suit the purposeof the room.

b) Wallsshall be plasteron masonryor filled.Finish to the painting of color(s)to be agreedwith the Engineer'sRepresentative. Splashareas of bath-roomsand kitchenwalls are to be ceramic- tiled

c) Ceilingsshall be plasteredconcrete, finished in whitedistemper.

d) Roof constructionshall be reinforced concrete, suitably waterproofedand insulatedand be constructedto drain to collectionpoints provided with full-height discharge pipes to gullies at groundlevel.

e) Doorsand windows will be of solid,tight-fitting construction. Their locationswill dependupon the actualroom layoutagreed, the intendedplacement of furniturewithin rooms and any openings to be provided for air conditioners.ln case the Engineer's Representativedoes not providelocations, the Contractorshould make reasonable written proposals to the Engineer's Representativewho if he wishesto makeany changes,will reply withintwo weeks.

Windowsizes shall generallybe 1.3 m x 1,2m withopenable plain glass in frames,except for specialpurpose rooms. Frames may

33 'r,rt& be aluminumor timber.Timber frames shall be painted.All windows shall be lockableand providedwith fly screens on openingpanels. s) Internaldoors shall be of plywoodin timberframes. Good quality door furniturewith leverhandles will be providedand fixed.Two keys for each lock will be handed over to the Engineer's Representative.

h) Externaldoors may be glazedaluminum or exteriorquality timber with framesto suit.Good quality door furniturewill be provided includingsecurity locks and two keysfor eachlock. Additional fly- screendoors shall be fittedon the outsideof externaldoors.

i) Wooden doors and frames shall be finishedand paintedor varnishedto suittheir location. i) Lighting, heating, air-conditioning,fans, ventilation,waste disposal,electric heater, water, gas and electricityinstallations and supplyshall be providedas appropriateto the roomsof the officeand residences.

k) Lightingshall be providedto office standardsby fluorescent fittings,placed as agreedwith the Engineer'sRepresentative.

Back-uppower supply by dieselgenerator shall be provided.The back-upgenerator shall have automatic cut-in in caseof failureof the mainsupply. The powercircuit shall be equippedwith voltage regulationto protectelectrical equipment from overloadand to ensureproper operation of computersand the like.

The generatorshall be housedin a separateroom for noise reductionand it shallbe usedsolely for the facilities for Engineer's Representative.

m) A continuouswater supply shall be availablefor normaluse as indicatedon theplans.

An approveddouble walled, insulated RCC elevated storage tank, havinga minimumcapacity of ten thousand(10,000) liters, shall be constructed.

The Contractorshall provide test results and appropriate certificationto show the water supplyis potable.Tests shall be repeatedperiodically. In casethe watersupply is not potablethe Contractorshall provide a separatesource of drinkingwater and shalllabel all non-potable water taps as "notfor drinking.

n) A septictank is to be providedwhich shall be a dual chamber structurewith an internalwall forminga high levelweir overflow separatingthe two chambers.Access to each chambershall be providedby airtightinspection covers. Inlet pipes shall be intothe first chamberlevel with the overflowweir wall and the outletshall be at the samelevel at theopposite end of the secondchamber.

The outlet shall be a 200 mm diameterpipe, leadinginto an excavatedsoakage pit of a sizedepending on soilporosity, which

34 shallbe backfilledwith rock containing less than 10%of 20 mm sizeor smallermaterial, topped with 150 mm claysoil and 150 mmtopsoil. The septic tanks shall be emptiedas required.

o) Continuoussupplies of water, gas, electricityand fuel for generatorsshall be providedby the Contractorwho shall be responsiblefor, and pay all costsof, installation,connection and maintenance.

p) The Contractor shall arrange to provide and install communicationsfacilities. Four operational STD telephonelines as requiredwith all appurtenancesshall be providedto the office of Engineer'sRepresentative. An appropriateUHFA/HF wireless systemshall be arrangedand installedwith base stationat the vehiclesof Engineer'sRepresentative. ln case telephone lines are not avaitable,the wirelesssystem (mobilephone) may be expanded to provide necessary communicationsfor the Engineer'sRepresentative and the Employer.

q) Intercomfacility shall be providedbetween the roomsof the office andthe laboratory.

r) The Contractorshall take appropriate measures to discouragethe presenceor entryto the buildingsof termites,cockroaches and the like. such measuresmay include chemicaltreatment of foundationsand sealing of joints in construction.

s) The contractorshall provide free of cost sufficientpower supply for Engineer'sCamp power requirements. The powersupply shail be 220 volts, 50 cycles. power ouflets as requiredshall be providedin theoffice and houses. Gas supply shall be providedas appropriateto theequipment.

0 TemporaryField Offices at locationsdepending upon any major field activityand/or as approvedand directedby the Engineei's Representativeare alsoto be providedwithout any extra cost. 702.3.4 Furnitureand Equipmentfor the Offices

The contractorshall provide for the office,furnishings and equipment complying at leastto the followinglist and as perthe directionand approvai of the engin-eer. All furnishingsand equipment are for the exclusive use of the Engineer/Engineer's representative.

The Contractorshall maintain the officesin goodcondition to the satisfactionof the Engineer'sRepresentative and as longas it is requiredfor the purposeof the contract.The contractorshall providefull suppliesof stationery.andother consumableitems to officesduring the completecurrency of the iontract. The Contractor.shallalso provide not lessthan four numbermessengers/tea Boys for the officeduring the contractperiod"

All equipment,furniture and fixturesand staffshall be providedand maintained throughoutthe contractperiod and repaired/replacedby the Contractorat his owncost in caseof damageor loss.

35 i) For Officeof Engineer'sRepresentative

All furnishingsand equipment are for the exclusiveuse of the Engineer's Representative.The following list shall at leastbe provided.

/Vo. Item

a) Office

4 - Lockablefiling drawings cabinets (1.0x0.80x0.75)m with 4 drawers. 20 - Wastebaskefs 15 - Sfandardoffice desks with lockable drawers I - Executivedesk with lockable drawers & g/assfop 1 - Executivetype upholstered desk chair 2 - Computeroperator desk with chair and matchingcomputer tabte 35 - Standardoffice chairs 6 - Book caseswith two shelves I - Desklamp executive type 15 - Desk lamp, fluorescent,20 wafts 3 - Displayboards 10 - Standards2e sfap/ers 2 - Heavyduty stapler 12 - Papercufters (Kn,ife type) As Required - PencilShapeners I - PencilSharpener, desk mounted I - Setof drawingtiangles, 600& 450 (Large) 1 - Setof drawingtiangles, 600& 450 (Smal| 4 - Electic watercooler 1 - Electricdesk calculatorwith pinter 6 - Calculators,Casio FX-880P (SUPER FX) orsimitar 1 - Webstercollegiate English dictionary ', - English- Urdudictionary 4 - Filecabinets 2 - Lockablemetal cabinets 4 - Fire extinguishers(Clz) wallhung 1 - Xeroxphotocopier including enlargement/reduction etc. As Required - Reqd.Continuous supply of bluepint, bafteriesfor clocks,calculators, and otheroffice supp/les as required. As Required - Curtainson all windows 14 - Air conditioner(cooling & heating)1 8,000 BTIJ or as required 10 - Electic heaters 11 - Waltctock 1 - Conferencetable with standard office Chairsfor Twetve(12) persons. 3 - Plastictrash containers, 500 mm diameterminimum by TSAmm high 1 - Bindingmachine, Model No.212 pB by GeneratBinding Corp. or equiv 1 - Sefof AASHTOSpecifications, Asphatt Institute manuals, ASTM Standards(Latest editions as required) 12 - Zea 2500w Voltageregulator 6 - Computer,Model IBM or compatable(P4) including 17 inch color monitor,key boardand other accessoriesincluding vottage stabilizer 4 - LaserPrinter of HewlettPackard or equivalent,with connecting cables. 2 - Software(Licensed Latest Versions) i) Micro SoftExcel i0 MicrosoftWord iii) Time Line,Project Management software iv) MS Dos Ver.6.2 or latest v) Windows vi) Lotus 123 vii) AutoCadRel 14 and the latestversion. viii) M/S Project - Roomcooler - Exheusffans in corridor

36 n

oreMllo sr u e w Ai,1o"fjfr, ti, "azw?,r;f";:No/lAltosuclw 0t locxS lJos orctw (! (suolstel posuaal uenyog - 'selqec 'luepAlnba Js€le1 L 6u4cauuoctllt n pte4ce4UalM€H p JaluudJasel - L laz!ilqelsedeyorr dwpnpu sauossocoeJoL,po pue 'roJtuow pteoqIe>1 loloc tlcultL dupnpul bd WAtppoyy lepdwo3 - z pe4nbetse Jo mg O0O'gL@ugeeq g 6utlooc)Jauorypuoo rtv - 'pbeyf slfiopuy ile uo suleunc- sy 'petnbu se sellddns 'sJopnolec's4colc 'pbey ecryoJstllo pue Jot soueqJeqlo rt1ddnssnonuquoC - sy tueuogclpnptJl - qsa6u3- L fueuoqctpt1s116u1 e1eba11oc rc1sqe11,4 - , 3lJrtuorosJolepclec - 'Jsuod.teqs z palunowYsop ilcuod - 'pbeyL sJaueileqsilcuod - sy (edfi e11uy)stelqnc rcde4 - b valde;s azls pJepuels- , sJorsegeJseM - , pteoqrtepsq - L edfi aaqncexedwel yseg - L sg^/aqsoMl tllu sasBc)/oog- L srleqcocuJo pJepuels - OL e1qe1rc1ndwocduqqew pueJreqc qyw JoJeradonlndwoS - 'Jonerp'oN Usep L htll4t w (9/'0 x Og'0x 0'D sleuqec6uug ppw €pe4co1- t sJa/AeJpelqqcol qly sYsapecalo pJepues- z JrcqcIsop petalqoqdnadfi en4ncexl- L do1sse16 g sJo/AeJpanertcot qylA Usep o^Ancax1 - L

uol1dltcsaq utey 'oN 'enrleguaseldeu s,Ja^oldulfaqt asnantsnlcxo oLll JoJ e:e 'peprnold Jo lueurdrnbe pue s6urqsluJnlllv aq lleqs snleleddelle qlnn pelrnbe.r se eurl auoqdelelO1S leuotleledoeuo ebuele llerlsJolcerluoC eql ocgJganlleluosordag s;e[o;dw3 rol

sepowuoC t1s16q - 'pal:unouJ 'Jo:eaq , suolyeOOZ ilel )op/L^lotl cptcotj - L roploLllo/^ot- 'dH 'uaaJcs 'ue! t woot 6u17u1tdJo! osp ltoA0ZZ Z/L tl1lt lsneLtxf- , sleupnclweJoc - 'sJoJJrw t wc 0g x wc 0b - , s;asuedsrppmo1rcde4 - t - staplotlrcded lollol pols ssa/u/ets B JalelAploc pue loq qlrA sutseqqseM - , ,attol (c 'uel - I 'c;a 'setlul 'sued lsnerlxS suoods bu1>1ooccstw pue \ceJ lal oJt4yn'qeao1 ee1 patnbeg sy suos;ed Jo! Jauulgeleldwog - '(suosted ,Z las L ,Z Jol) sle4 dutles pue suoodssessey6 'sJocnes 'sdn3 - pembey sy tpoJunow 'JoJeeq suolle0g L ileM Jelewlotl cplc€lf - L sill€y e€l - 'aceds l€gutco! 'sJouqec , buoltonnl doyecluol tllyt uallglttJo l€S- L pattnbetse vepulfc sebqltn sJeuJnqe r.lltAo^ols se6 do; elqel - L JezeoJ!elercdes q4rnlycedec 'to4uebulay - eu 0g'0 cltlcotS L Neoq uleJoLlly^ \u!s /aars ssa/u/ers€lqnoo - t

uaqclly (q 8€

ZL sdwel oqet ZL srleqc8 satqel6un!J/1A 0t sJteqcwooJpaa 0z saqorpJe/A 9L slooJspue Joatw qllM solqelaulssoJo 0z salqeloplspaa zz sl^ottld8 @tbuls)sosso4eu snq spo7 o4ua3 6u1u1gpue uoUepouwoccv uolreotcea Ienuap!saa uail 'aAtleluosoJdeU s,reeur6ufaql Joasn entsnlcxeeLl) JoJ ale lueurdrnbapue s6urqsru.rn;;;y ongeluasaJdegs;eeu16u11o acuaplsog Jol (t 'JOpelluoc Aq pepnordeq ol st pue aJnltulnl6urmo11o1 aLll .ola 'e't lueudrnbe lseal lV sredleq pue rooc uaLlcltr10 ouruunlourpnlcur suoqepouulocce Jo acueualuteu pue sseutlueelcr{1rep eql JoJgels Lressaceueprnold lleL{s toleet1uoC aql 'ecueldecce JoJagal aq1lo ldrecel oLll lo r1luoule utqlu\,\soctllos fipunel pue leuorleorcar6ururecuoc suorilsodsrp 1o 1es eleldtroc e leno.rdde:o; pueelrlelueseldeg s;eeur6u3 aql ol lueseldpue acnpold lleqs JolcelluoC eqf 'ssolroaOeuep JO ASm Ul lsos U/v\OStrJ le JolceJluocoql {q peceldelTpe:redalpue poued ,lueurdrnbe lcerluoCaql lnoqOnolqlpeuteluteu eq lleqssalnUU pue ornltuJnl ;1y 'lcerluoCeq1lo esodrnd eql JoJpalrnbel se 6uo1sp e [pluaselday s;eeur6u3aLg lo uoucelsueseq] o] uollrpuocpoob ur suo[epoutuocce leuuaptseJ eql uteluleuJlleqs JolceJluoC eql 'frep ,se6 qoeaJo sJnoq-tz poq6norql olqelte e euoqdelelOjS pue rfrculcale ,JelenA e1qe10duo[e]tues pue eoeurelp q]t^ popt^oldeq suot]epoutuocce 'JoloeJluoc ]uolclgo 11eqs eql otll rtq peplnold eq lleLls luaudrnb3 pue elnllurnJoLll

socuoplsad aql roJ luoruolno:l puB aJnlluJnJ g.e.zol

suollebOL palunow ileltJelesq Jalel lot-lclrlcotf , JaploH ol t 'dH l€t llo^ 0zz % uaoJcstllyl^ uet lsneqxS L EeuynelweJac 7 wc 0g x ac 0h Jailrw Z vesuedslppnolnde4 t rcppq rcded le1otto€ls sso/u/ejsi L JoJetAploc pue loLlLllA^ u,seq qseA Z weil 'orv stollol

Joleoqculc€|1 - 'rtcotc e ileAA- t pafa4 'uorsJo^ S/W 0!t^ lsorelaqt puebL |aa pecolnv ftr tZL snpl 0a s/Aopu!/\ (n 7 90 sueJ 6u4efiuoA L sJauJnqJnoJ Llyl^ ueAo se6 Jo ct49ol3 L ua$Is JaJeMlotl qtr rtuts I sJ€looC JoleltA L (gw 69'$ rczee4 deeq , Gw 09'd sto1erc6u1ey ,es, sllunpelly ro solqelpue spteoqdncuaqcyy t 90 JoleaHwoou 'soN 90 sJ/eq,clsou stos7 suosrederyJo!lo9 elos Jes, (sr/osrodg0 pes ol sJrcqcpue a1qe16u1uu1g 90 sdwel epel 90 srleqcg sa1qe16unpp1 9L sJleqcwooJpog 90 soqalpJelA f0 slooJspue JoJJnu ..llr^ sa1qe1 dulssatg 90 solqelap,speg 90 snopd g @16u1s)sossarr;eu snyd speg eJruec 6u1u1gpue uolrepouwoctv uoaeanaa Ie!ruap!saa uau 'enrlelueseldeg s;aloldruf aql lo esn entsnloxeaql JoJel? lueudtnbapue s6utrlstuJnlllv

allleluosardeg s,lefo;dru31o ocuoplsou Jol

, L sJoleJeuog , 9L srauo!]lpuocJtv ,, e1qe16uo46ur4 t L- tlcu!rz uols!^opl p€nnba\ sV pornboasv 'jla sle/Aol'ueury 0b EqUEE Z puels Outuotl tlllA uorl z ouqcew 6u1qse14

pembey sy s/rsuarnue qclDl' fu aslcotc'Lt a 11n n^rri,lll "'", pue 'I€Lls EreJle^ol patnbeg sy pe4nbegsy leulqecaulctpow loilrw ilel urooJqleg z sJoyooj oJnssgJd h SL sueJ aurle\yaA L sJaung JnoJqilM uo^o seb rc culcelg z utoJslsJ€JSM lotl tllu 4uts 9L sJolooSJoleAA z (gw 69'9)nzee4 deeg 7 I Gw OS'd sto7erc6u1e4 ,os, sllunpollA Jo solqelpue spteoqdncueqolly 7 9L JeleaHwooa 'soN zl sJJeqcrsou srast suosrado^tl JoJ JeSi elos ,es, (suosJod0Z leasol) sJleLlcpue otqet6u1uu1q PressureCookers 2 Bathroomwall mirror, shelf,medicine cabinet As Required As Required and towel rails Glassware,cutlery, crockety, kitchen ufensils As Required etc. Washinsmachine 1 lron with lroninq stand 1 Blankets 15 Linen,towels etc. As Reouired As Required Television24 inch -1 1 Ping Pong Table 1 Air Conditioners 06 2 Generators 4 I

702.4 MAINTENANCEREQUIREMENTS

702.4.1 MaintenanceRepairs, Replacement & Supply

The Contractorshall maintainthese facilitiesthroughout the contractperiod, includingthe repairand/or replacement of any item containedtherein and in additionshall supply all materialsas stipulatedherein, including toilet paper, light bulb,fluorescent tubes, supply of waterand electrical power, gas, fuel, telephone andother services as hereinafterspecified.

Workby the Contractorunder this Section shall be performedand provided for by the Contractorfrom the date of takingover of the premisesby the Engineer's Representativeto the completionof theWorks or suchdate as instructedby the Engineer'sRepresentative.

702.4.2 Security

The Contractorshall provide guard services for thesefacilities on a twenty-four (24) hour per day basis.The total numberand scheduleof all guardpersonnel shallbe approvedby the Engineer'sRepresentative.

702.4.3 JanitorialServices

The Contractorshall provide all necessaryjanitorial services and suppliesfor all the facilitiesfor the EngineeriEngineer's representative. The servicesshall includefloor cleaning,servicing and cleaningtoilets, windows washing etc. Janitorialservices shall be performedon a daily basis with personneland programmingof the work as approvedand directedby the Engineer's Representative.

702.4.4 Garbageand TrashCollection and Disposal

The Contractorshall maintain these facilities in a neatand attractivemanner and providedaily garbage and trash collection and disposal.

Air Gonditioners& FireExtinguisher Maintenance

The Contractorshall maintainall fire extinguishersand air conditionersas recommendedby the manufacturerand shall cleanior replace all filtersat regular intervalsas prescribedby the manufacturer. 702.4"6 Services

The Contractorshall provide cook, helpers and messengerin the premisesof eachresidential accommodation. The Contractorshall keep supplied the services of water,power and gas and payfor all the billsfor connectionand consumption. One telephone connection in premises/portionsof each residential accommodationshall be installed.All the calls in connectionwith the Works shall be paidby the Contractor.

702.5 MEASUREMENTAND PAYMENT

The cost of providing,office and residentialaccommodations for Engineer's Representative,including recreational and diningcentre quantified in bill of quantitiesand as hereinspecified, shall be measuredand paid for at the Contract unit pricefor the respectivePay ltem listedbelow and includedin the Bill of Quantities,which price and paymentshall be full compensationfor all costsof constructing,painting, provision of fixtures,furniture and necessaryequipment and providingall services,equipment, utilities, installations and access/service roadsand for all materials,labour, equipment and all otherincidentals for the propercompletion of thework prescribed in theseSpecifications.

The maintenanceand servicingof the facilitiesfor Engineer'sRepresentative as prescribedherein will be paid for monthlyat the Contractunit price for the respectivePay ltem listed below and included in the Bill of Quantities, commencingfrom the date of occupancyof the premisesby the Engineer's Representative.

In caseof a Contractextension, maintenance and servicing will be paidfor on the same monthlybasis, providedthat it has been approvedby the Engineer's Representativeor Employerin accordancewith the Conditionsof Contract.

Pay Description Unitof Item No. Measurement 702a ProvideClient and Engineer's Representative's LumpSum Office& Residence 702b Furnishand Equip ClienVEmployer and Engineer's Provisional RepresentativeOffice and Residence Sum

702c MaintainEngineer's Representative and Employer Month Office& Residence

ITEM703 PROVIDE.EQUIP AND MAINTAIN LABORATORY FOR THE PROJECT

Deletethe complete ltem and replace with:

703.1 GENERAL

As partof the Engineer'sfacilities, the Contractorshall provide, erect, furnish, run and maintainlaboratory for the sole use on the Projectin accordancewith provisionsof thesespecifications and as directedand approved by the Engineer. On completionof the contractperiod, Laboratory building, laboratory equipment, fixturesand furnitureshall be handedover to the Employerin a clean and acceptablecondition, keeping in view the normalwear and tear during the contractperiod. 'oArleluoseJdou sJeeur6uf eql ^q palcaJtp/pe^oJddessalun ^JoleJoqelaql uoJl pa^oruaJ eq lou lleLlsfuoleJoqel aql ol pauotsseecuo sredlaqpue suetcturlceloql

lo l1g eql ur s.uollred eleudorddeerll ol tuerprsqnso"r"o,.ro"":lttiilt? pue Jolce4uoCoql;o r{lrlrqrsuodsal11n1 eql oq esaql dealdn 'lJoM lleqslauuoslad ;o pueuotst^oJd eq1lol ^lesseceu slsos llv uel6o.rdpasodold s,JolceJluoc ,onqeluasardeylo eql ^q pellnbelse &ole.roqpleqt eleledool s.l€eur6u3aW ltA &essecaupeureop se sreJoqelpalllls se se sredleqTsuercrur.lcal,{rogeroqej 'sreeurbu3 lle^ perllenb leueley\lpetlrlenb umo srrl epnold lleLlsJopeJluoC eql 'enrleluese:deg 'lcelluoC s;eeurbu3oql ^q papaltp sB autl rlcnslltl Jo oLlljo uotleJnpaql Jol lep:o 6ur>1lor'apooo ur luer,udrnb3fuo1eloqel aLll uteluteLLr lleqs lolceJluoc oLll 'JolcerluoCaql Iq euloqeq 'uJlr.t lleqs lsoc 6ur1se1eLtl pue uorleyodsue:l€r{l llv ,tq peleuOrsepfuo1e.roqe1 .raqlo '[eur ,{ueur pauropedaq ol slsel uleuecerrnbar enrlelueserdags,raaur6u3 eq1 '1ce1s edrduotleltlual pue edrd ftelrues .etp uo e 'rlrcedecOZ q1r'n{lrcedec elenbape Jo sruel crldesol palcouuocaq lleLlsslaltol aq1 alenbepeJo sruel elnsseldJo pelenalarq paurelureuaq lleqsr{1ddns Jalel or.{f 'eIll eql puespreoqdnc aulnJ leno 'sueJ r{;lelncqled pelecol lsneqxeqln papno:deq lleLlssloltol eq1 6urpnlcut suotlces llv 'r{ep qceaJo sJnoq 77 lnoqDno.rql alqelree setlrl[ngo flddns alqepuedep pue leln6el e a^eq .pouotltpuoo 'acu;o lleqsll -rte I1;n1aq lleqspue s;eeur6u3arll qlf\Arg;;;ce1 uocJolut pue auoqdelel 'Jelel 'seb '{1;cr.rlcelo Jaqulnueuo qltl pepno.rdoq lleLlsfto1eroqe1 eq1 'sueurrceds ggg 6uryeos.rolpaledald eq osle sIuel .anrleluaseldeg lleqs,seldues s;eeur6u3eql Iq penorddeuotlecol pue azts 1o plou aloJcuoc ;o 6uunc.ro1 uels{s pallolluocelnleledurel e qll/v\popnJlsuoc pue paJonoceq 'antleluaserdeg lleqssluel esaql s,laeurbuleLll {q peurulalapeq sluel 'saldues lleqs Jo uoBecolpue aztsaq1 alaJcuoslo 6uuncJoJ o lleluasardags.reeur6u3 'sburpllnq orll lo uo[cels[es et{l ol palcnrlsuocaq lleqs s1ue1 eLll eplslng 'laeurOu3eLll ^q peno.rdde 'bS se eq lleqspoIel oql pue sralau aq fuo1eroqe1 eele peleAoo 'onnelueseldeg OOZ leqs lo unurulll eql s;eeurbu3 ocl#o ar.{lleau polecoleq 'snllelueseldag Jo lleqs &o1eloqeleql s;aaurbu3eql ol elqelleleepeu eJeLroleloqel eL{lul no peueo slsa} lle lo s}lnserlsal leql pepnold pue ontleluesaldeg ,gce[o.r6 s,reeurbu31o 6ur1sa1;ouelOord eql qln aJa1telutlou seop11 paprnord sr.ll uo 1.rorrbuusel uiro sJopeJluoCeql JoJ{.ro1e.roqe; eql Jo asn eql llur.rad fieu erulelueseldegs;eeu;6u3 eLlI'suo[ectlcadg eLl] r.lll/v\ aouepJoece ut slJoM oqlJo loJluoc r{1|enb lo; 6unse1lurof lno fuleco1 enrleluaseldag s,leeurbuS aw lo uorsruednseql Jopunleuuosled s,JolceJluoC aql Iq unl oq 1leqsftoleroqel oLll_ 'lce4uoc aqllo uorleJnpoql JoJseolrues asaql uteluteu pue sOurplrnq arll ol uolleltuespue Jelei\A 'se6 'Joanod culcolese qcns sa11llgnoctruas appord osle lleqstolceJluoC orll 703.2 MAINTENANCE

The Contractorshall maintainthe laboratoryand testingequipment for field controlin a satisfactoryworking condition at all timesto enablethe Engineer's Representativeto test the materialsand workmanshipof the Works during construction.Whenever required, damaged testing equipment shall be repaired/replacedby the Contractorat his owncost and consumablegoods shall be supplied in sufficientquantities, when ordered by the Engineer's Representativefor the soleuse of testingthe Works.All operatingexpenses shall be met by the Contractor.Janitorial and other services as specifiedshall also be providedfor the maintenanceof the laboratoryfacilities.

703.3 SAMPLING

It shall be the responsibilityof the Contractorto take samplesas and where requiredby the Engineer'sRepresentative and to provideall necessarylabour, tools, containers,wrappings, for upliftingand dispatchingof samplesto the projectlaboratory and any other designated laboratory.

703.4 LA,BORATORYFURNISHINGS

Thefollowing laboratory equipment and furniture shall at leastbe providedby the contractor.

703"4.1 For the Laboratory

Sr.No ltem Descrintion Auantifu Reouired

1. OfficeTable and Chairfor MaterialEngineer I Set 2. OfficeTables and Chairsfor Technicians 4 Sefs 3. WorkingTables large size 6 +. LaboratoryBench 2 5. Slde Racks 3 6. MetalFiling Cabinet I 7. Air Conditioners18000 BTU 4 8. ButlerSink with Hot & ColdWater 4 9. Fire Extinguishers 4 10. WaterCooler (Elednc) I 11. Calculators 6 12. OfficeStationery As Required 13. StandardOffice Chairs 10 14. Generator 1

Manuals

1. AASHTOStandard Testing & Specifications PartI & Il (Latesteditions) 1 2. ASTM StandardsParts 4 and 14 (Latestedition) I 3. Asphaltlnstitute Test Manuals 1 4. PrintedBlank Data Sheefs (as directedby the EngineelsRepresentative) As Required 5. Pinted BlankLaboratory Testing Proforma (as directedby the EngineelsRepresentative) As Required

703.5 LABORATORYEQUIPMENT REQUIREMENTS

703.5"1"1Laboratory Tests

The laboratoryshall be fullyequipped to performat leastthe following tests: Sr. Iesf AASHTOorother No. Designation Natural Moisture Content testby ovendrying method. Classification T-89,T-90 and M-145 Moi stu re-d e n sityre I atio n sh ip of soil s T-99 Moistu re-d e n sityrel atio n shi p T-180 of so/s (Modifiedmethod) MethodB&D SpecificGravity of sol/s T-100 C.B.R.Iesf & Swelling T-193 SieveAnalysls of soi/sand T-gg,T-27 aggregatesand mineralfiller 711,T-37 and M-6 SpecificGravity and water absorptionof fine aggregates T-84 SpecificGravity and water absorption of coarseaggregates T-85

10. Unitweight of aggregates T-19 11. LosAngeles Abrasion test for Aggregates T-96 12. Amountof materialpassing No. 200 sieve T-11 13. Soundnessof aggregates T-104 14. Flatand Elongatedparticles BS 812Part 105 (1985 15. Cuing concretecompressive fesf speclmens T-23 16. Compressivestrength of cyli nde r conc rete specime n s T-22 17. Qualityof waterto be usedin concrete T-26 18. Makingand cuing concretetest specimensin the laboratory T-126 19. Plasticfines in graded aggregatesand sor/sby use of sandequivalent test T-176 20. Samplingbituminous mateials T-40 21. Marshalltest and Lossrn Stability T-24,T-245 22. Speciftcgravtty of compacted T-166 bituminousmixtures MethodB 23. Quantitativeextraction of bituminouspaving mixtures T-130,7-164 24. Viscosdyof Bitumen T-201,7-202 25. Penetrationof Bitumen T-49 26. Flash& Fire Points T-48 27. Coatingand strippingof Bitume n-Agg re g ate Mixtu re T-182 28. Max. Speciftcgravity of Bituminouspaving mixture 7228,T-209 29. Slump test T-119

703.5.1.2Field Testinq

The followingtests will be carriedout for fieldcontrol/spot checking purposes as theWorks proceed:

Sr. Iesf MSHTO orother No. Designation L In-placedensity by SandCone Method (with 15.25cm and 30.5cm Cone) T-191 t ln-placeDensity of compacted basecourses containing large sizesof coarseAggregates T-181 3" Samplingfresh concrete T-141 4" Slumpof Poftlandcement concrete T-119 5. Sampli ng bitumi no u s materi als T-40 6. Determiningthe temperatureof bituminou s paving mixtures 7. Coringand determinationof Bulk SpecificGravity of compacted bituminousmixtures T-116

703.5.1.3 Equipment

The followingLaboratory Equipment shall be at leastprovided and maintainedby the contractoras perapproval of the Engineer'sRepresentative.

EquipmentDesciption Soi/fesf Unit Quantity ModelNo. Required

a) GeneralEquipment

LaboratoryOven, Capacity,240 Lit. L-158 Each 1 LaboratoryOven, Capacity 115 Lit. L-6 Each 1 Hot Plate(max. Temp. 350oC) L-236 Each 1 Burner(Gas) Two Flames Each 3 BunsenBurner with Tripod Each 2 HeavyDu$ Balance(20 Kg) L-500 Each 2 TripleBeam Balance (2610 gm.) L-410 Each 2 CentogramBalance (311 gm.) L-817 Each 2 PlatformBalance (115 Kg) L-855M Each I WallClock Each 2 StopWatch L-475 Each 2 VernierCalipers Each 2 ThermometerGeneral 0-20@ C Each 4 Max.& Min. Thermometer Each 2 SamplingTools Complete Each I Tongs G-l20 Each 2 Dessicator G-61 Each 1 Beaker(Pyrex)250 ml G-5 Each 3 Beaker(Pyrex) 500 ml G-8 Each 4 Beaker(Pyrex) 1000 ml G-9 Each 6 Funnel250 ml Each 2 Funnel500 ml Each 2 VolumeticFlask Stoppered, 100m1 G-40 Each 2 VolumeticF/ask Sfoppered, 250m1 G-26 Each 2 VolumeticFlask Stoppered, 500m1 G-27 Each 2 VolumetricBoftle Flask,250ml G-41 Each 2 VolumeticBoftle Flask,500 ml G-42 Each 2 WashBoftle, 100 ml G-l0 Each 2 WashBoftle, 250 ml G-l4 Each 2 WashBottle, 500 ml G-l0 Each 2 GraduatedCylinder, 100 ml G-l8 Each 2 GraduatedCylinder, 250 ml G-l9 Each 2 GraduatedCylinder, 1000 ml G-21 Each 4 ReagentBoftle Stoppered, 2lit. Each 2 AluminiumCans with Cover,2" Dia. LT-30 Each As Reqd. AluminiumCans with Cover.4" Dia. LT-30 Each As Reqd Scoop cN-502 Each 4 Brush (Fine) Each 4 Wire Brush (Coarse) cL-375 Each 4 Wire Brush (Fine) cL-sl6 Each 4 Bucket,12 lit. Each 3 Trolley Each 2 Shovel(Large) DR.26 Each 2 Pickax Each 4 SampleSplifter (Coarse) cL-287 Each 2 SampleSplifter (Fine) cL-280 Each 2 Sr'eveShaker for 8" Dia. cL-300A Each 1 Sieve(Motoized) SieveShakerfor 12"/18" Dia Sieve(Motoized) cL-343 Eaeh I TinPanftray 12"xl2'N2" LocalMade Each 10 Tin Panftray 16'\12'x3" LocalMade Each 1 Tin Panftray 20'x16'x3" LocalMade Each I Tin Panftray 20"x16'x4" LocalMade Each 6 MortarPorcelain 200 mm cL-281 Each I Rubbercovered pestle cL-282 Each 1

D) Sieve Analysisfor Coarse& Fine Aggregates

SieveSet'l2"/78" Dia

3 inch (75 mm) cAW-|8300 Each 2 2-1/2inch (63 mm) cAW-l8250 Each 2 2 inch (50 mm) cAW-18200 Each 2 1-1/2inch (38 mm) cAw-I8150 Each 2 1 inch (25 mm) cAW-l8100 Each 2 3/4 inch (19 mm) cAW-18075 Each 2 1/2inch (12.5 mm) cAW-l8050 Each 2 3/8 inch(9.5 mm) cAW-l8037 Each 2 No.4(4.75 mm) cAW-184 Each 2

SreveSet 8" Dia.

3/4 inch cBC-1875 Each 3 1/2 inch cBc-8050 Each J 3/8 inch cBc-8037 Each 3 No.4(4.75 mm) cB-84 Each 3 No.8(2.36 mm) CB-88 Each e No.10(2.0A mm) cB-810 Each 4 No.16(1.18 mm) cBc-816 Each 3 No.30(0.60 mm) cB-830 Each 3 No.40(0.425 mm) cB-830 Each 3 No. 50 (0.300mm) cB-850 Each 3 No.80(0.180 mm) cB-880 Each 3 No.100 (0.150 mm) cB-8100 Each 3 No.200(0.075 mm) cB-8200 Each 4 WetWashingNo.200 cL-385 Each 3 Pan cB-8500 Each 3 Cover cB-?506 Each 3 c) Atterberg Limits

Liquid Limit lesf Sef cL-209 Each 1 (with allaccessones)

PlasticLimit Test Set cL-257 Each 1 (withallaccessones)

ShinkageLimit Test Set cL-256 Each 1 (with allaccessones/ d) SandEquivalentTest

SandEquivalenf lest Sef cLna Sef 1 StockSolution As Reqd. e) UnitWeight & Specific Gravity lests for Coarseand Fine Aggregate

DensityBasket (Brass) G-340 Each I SandAbsorption Cone & Tamper G-325 Each I Pycnometer25 ml G-341 Each 1 Pyenometer50 ml G-342 Each 1 Pycnometer100 ml G-343 Each 1 t) Abrasion Test for CoarseAggregate

LosAngeles Abrasion Machine withAbrasion Cha4ges Sef M-502 Each g) SoundnessleslforCoarse & FineAggregate

Distilled Water I As Reqd. SodiumSulphate Solution Kg As Reqd. h) Modified Compaction Test

Straightedge cN-838 Each 2 Scoop cN-505 Each 4 Scoop cN-5024 Each 4 MixingSpoons cN-995 Each 2 SampleEjector P-l03 Each 1 ModifiedCompaction Hammers 1 0 lbs. cN-416 Each 2 ModifiedCompaction Mold 6'Dia cN-403 Each 2 ModifiedCompaction Mold 4" Dia cN-406 Each 2 PreparationKnife Each 2 RubberMallet :-un jacn 2 MixingTrays 24"x24"x3" As Reqd.

CBRLaboratory Test

Soaking Tank 60"x1 20"x24 " Each I AdditionalCBRMold 6" Dia. withcollars, plate, screwsetc. N-450 Each 10 Filter Screens cN-556 Packet As Reqd. SwellPlates cN-400 Each 10 Su rc h a rge Weights (Circ u I a r) cN-557 Each 10 Surcharge Weights (Slofted) crv-558 Each 10 TripodAftachment cN-401 Each 10 Dial lndicator LC-8 Each 6 Space4Disc cN-393 Each 2 CBRLoading Press (Hydraulic) cN-472 Each 1 ProvingRing 2,000|bs. PR-60 Each ProvingRing 6,000\bs. Each 1 ProvingRing 10,000 lbs. Each 1

Field Density Test

SandCone Boftle cN-992 Each 4 DensityPlate cN-994 Each 4 ReplacementJug cN-993 Each 4 Spoon cA/-995 Each 4 PlasticBags Each As Reqd. Chisel12" cIV-g98 Each 4 Hammer2.5 lbs Each 4 FieldBalance t-zioa Each 4 SpeedyMoisture Tester MG-320 Each 4 SieveNo. 30 (0.60mm) cB-830 Each 4 SieveNo. 16(1.18 mm) cBC-816 Each 4 DensitySand Bag Bags As Regd.

f*qgg 'pbayt Jas 69-tC snpteddy 7se1dun6 sV 6y 99-tC punodwoX6wdde3 alaJcuoC L qceS ,-99-tC leg snle;eddg6urdde3 npug4S 'ep 8L qoeS 9e-tc ,,gl4nq lteeg p1o111rcpunlg pbau sV qce] 89-tC letl eptcuog L qceS 90,-tc )oleJq!A L qceJ 0t-tc Jonw aJeJcuoc'qe1 L LIceS 99t-tc fttooo'ogz) lp g threap1 oult4cery q6u e4S e atsset dw o5 pelercdo-I1lec4lce E

1,sal1uewal? eralcuoc @ Jos Jolcedwocpolueqcow 6upnpul 96-LS99Ouogeu5sag TA11SVrcd se pnow ,,96u1sn ,,9'tr e7e6u66e p e4s wnwxew 6uneq osJnoceseq cgeqdse 'clo lo pe1 fi11geppue y.16pnyun p uoqeuruaolopto1 peutdmbe alapwog L qcea lsel ileqsleryrc1qqepl do1g , qceS oil]oAle 'dg >1crute1pJeLlqeH L 14ce3 : eceuJnJounw I q3e3 C o09t c!ileleftJalowowJotll L qceS ,tL-dv sJryJEdoA JolceJlxS L qceS 029-dv )oJceJlxlunnceA pbeu sy wnJo su.-dv_ oplJolqce4ol uoqJec pbau sV qcel ouu1cewJo! stapuufrc 6u41ncoroc puolltppv L qceS ,$L-AA oJoceQ ,,, tlll €urqceuiluQ oJocJuswo^ed t qcel ztL-dv plsapsd uogcedwoS , qceS plow ty1qeysrol)eiloC SL qceS 69I-dV p1o14{y11qe1g L qceS s9L-dv p1o1111{ylpelg Jo!ropnrlxl z qceS 062-dv 01Stt) uangqettrdsy L qceS L6L-O6L-dV jeald ptlo1 6u1x1yy pbeu sy qceS ttL-dv cst?JslllJ L qcel 0lL-dv e1a1dwo3 'snpteddy tolceJlx1 uew nilg pbeu sV qcezl wc g'jxgLxgl,soleH ssele I qeez 09l-dv 3 o09 o] Fallo4uoC (c4e 7s o w at1 1) t11e g rc1e111 L 14ce3 OLL-C snpteddy 6urxtyypcrueqcory z qceS LIL-dV. Jalew tfiolt ileqsJew L qceS nlawoweufi,g 6ut4pqste111 L qcel 69t-dv peag duqeag pqsrery z qoez t9L-dv rappH ploryuowpedg pt1ste61 z qcel 99|-dV J€wweHuogceduoS IIeqsJeW t qcel 99I-dV ppry a^pserdwoSto1aleld oseg L qceS 99|-dV Ilqwassy ployyuewpedg ileqsrery L LlceJ VO/L.dV euqceryenrsse;duro3 fitqels ileqsreW

lsal nW atanuoC UeqdsV 0 tos trz-dv JOJSWOqAUOduounJq tos zzL-dv Ja1awocst1goqleg

,sel rual'l,laCyeqdsy (4 n) Soillnvestigation and Sampling Post-holdAuger,4 in DR-34 Each 1

703.5.1.4WeatherRecordinq Equipment

The contractorshall furnish and maintain in goodworking conditions throughout the durationof the contractinstruments and theirsnecessary appurtenances to the use of the Engineerfor recordingthe dailyweather data. Location and model shallbe approvedby the Engineer'srepresentative. a) Qne(1) rain gauge b) One(1) thermometer c) One(1) recording barometer d) One(1) Maximum - minimum thermometer

703.5.2.3 Equipment

All LaboratoryEquipment shall be maintainedthroughout the Contract period and repaired/replacedby the Contractorat his own cost in case of damageor loss. As and when requiredby the Engineer'sRepresentative, the Contractorshall performany specified test, at no additionalcost to the Employer:

Uponcompletion of the contractthe laboratoryequipment and furnitureshall be handedover to the employercomplete and in goodstate, taking into account fair wearand tear.

703.6 MEASUREMENTAND PAYMENT

The cost of providingshall be lumpsumand furnishingthese facilitiesfor Engineer'sRepresentative as hereinabove specified shall be measuredand paid from provisionalsum and maintenanceof these shall be paid in monthly paymentsat the Contractunit price for the Payltem listed below and included in the Billof Quantities,which price and payment shall be fullcompensation for all costsof providing,furnishing and maintaining,of buildings,equipment, utilities, erectionand maintenanceof equipment,installations, access/service roads and for all materials,labour and incidentalsfor the propercompletion of the work prescribedin theseSpecifications.

In case the Contractordoes not maintainthe specifiedequipment and testing facilities,cost of testingplus 100 per cent overheads shall be recoveredfrom his bills.

The Contractorshall provide all consumableitems and Pay for all servicesand otherincidentals on runningcosts and provide and payall utilitieswhich include power,gas, watersupplies, telephone and/or other means of communication withinand off the site.The Contractorshall also providemaintenance staff such as messengers,tea boy,Chowkidars and sweepers. The consumableitems shall includestationery and such other items as required.

Pay Description Unitof ItemNo. Measurement Lump 703a ProvideMaterial Testing Project Laboratory Sum 703b Equip& FurnishmaterialTesting Project P.S Laboratory 703c MaintainMaterial Testing project Laboratory Month ITEM704 MATNTENANCEOF WORKS FOR ONE YEAR AFTER COMPLETION, DEFECTLtABtL|TY PERIOD (PERIOD OF MAINTENANCE)

Intitle, delete', DEFECT LIABILITY PERIOD'

io+.al Measurement

DeletePara2 andreplace with:

Howeverany specialwork which is not in approvedscope of work, if carriedout at thewritten instruction of the Engineer,during the defectliability period, shall be measuredseparately under applicable item of Worksof the B.O.Q.

ITEM706 CONTROLAND PROTECTIONOF TRAFFIC

706.1.1 General

Afterpara 2 , addthe followingpara: lf requiredat locations,for the control of traffic during construction,the Contractorshall furnish, install and maintainsuch signs, delineators, barricades, flashersand flagmenas are necessaryand/or as directedby the Engineerfor properexecution, free of cost.The Contractorshall prepare and submitto the Engineerfor approvala diagramor sketchoutlining in detailthe area or areas affectedand the location,type and numberof signs,delineators, barricades, flashersand flagmen he proposesto use.

706.1.2 TemporarvTraffic Control

At theend, add the following:

Sincethe trafficflow patternsmay vary from hourto houror locationto location, thefollowing guidelines are established:

706"1.2.1Construction Sisns

Normalsize 1.2 m x 1.2m diamondof squareshaped of steelsheet with black letterspainted on a yellowbackground. Letter size shall be minimum12 cm in . height.Signs shall be placedat 100 metersintervals commencing 500 meters from the work site.The signsshall be placedapproximately 2 metersright and 1.5 metersabove the edge of pavementfacing oncoming traffic. Typical sign wordingsto be usedare: DETOURAHEAD, FLAGMEN AHEAD, ONE LANE ROADAHEAD, ROAD CONSTRUCTION AHEAD, ROAD CLOSED AHEAD, MENWORKING, SLOWAND STOP"

ln additionother warning or regulatorysigns shall be developedand located, as the Engineermay direct to facilitatethe flow of traffic.

50 706.1.2.2Barricades

Steelsheetcross bars, nominally 25by 2 cmsand 1.2 m wideshall be paintedin 15 cms - 45 diagonalblack and white alternating strips and mountedon 15 cms posts,1.2 meter high,fastened to a suitablebase platform.lf necessaryfor stability,the base shall be weightedwith sand bags,rocks or other materials. _ Barricadesshall be locatedon the roadwayno morethan 100 metersfrom each endof the restriction.

706.'!"2.3Delineators

Delineatorsshall be reflectivered or yellowplastic cones or plasticpipe with a minimumheight of 45 cmsand mountedon a suitablebase. Delineators shall be spacedat 20 metersintervals along the trafficside of the restrictedwork area.

706.1.2.4Warninq Liqhts

Warninglights shall be electricflashers with a bi-directionaltwo lens head assembly.The lensesshall be a minimum15 cms in diameter.The intensityof the warninglights shall be at least4 candlepower and the flashrate shall be between50 - 75 flashesper minutes. Normally, warning lights shall be placedon all barricadesand the adjacentconstruction signs. The Engineermay directthe placementof additionalwarning lights at otherlocations. 706.1.2.5Flaqmen

Flagmenshall be providedwith a vestof reflectivered materialand construction typehard hat and havetwo handsigns at all times,The handsigns shall be of the paddle-type,30 cms in diameter;one paintedSTOP/GO and the other paintedSLOW. Flagmenshall be postedat the beginningand end of the restrictedsection and at intervalsof 500meters within the zone.

The Contractorshall installsigns, lights, delineators, barricades and furnish flagmenas specifiedabove or as directedby the Engineerand shall maintain all suchdevices in goodcondition. Should the Contractorappear to be neglectfulor negligentin furnishingwarning and protectivemeasures as statedherein, the Engineermay direct attentionto the existenceof a hazardand necessary warning measuresand devices shall be furnishedand/or installedby the Contractorwithout hesitation. from his responsibilityfor publicsafety throughout the Contractduration.

The contractorshall not be relievedfrom his responsibilityfor public safety throughoutthe contractperiod.

706.4 MEASUREMENTAND PAYMENT

706.4.1 Measurement

Replacethe parawith the following: No measurementshall be madefor ltem706'CONTROL AND PROTECTION OFTRAFFIC'"

'q. ,i. 51 !_\

,.1;-i ! In casethe Contractorfails to controland protectthe trafficto the satisfactionof the Engineer,the Engineermay so certifyin writingto the Employerand the Employermay thereuponemploy any otherpersons to carryout the sameand recoverall expensesplus 30% consequentthereon and incidentalthereto from the Contractorwithout avoiding the Contractor releasingthe Contractorfrom any of his obligationsor liabilitiesunder the Contractoror atfectingthe rightsand powerconferred on the Employeror the Engineerby the Contract.

706.4"2 Pavment

Replacethe parawith the following: No paymentshall be madefor ltem706 "CONTROL AND PROTECTION OF TRAFFIC'asthe costs involved shall be deemedto be includedin therates enteredfor otheritems of B.O.Q.

52 SPECIALPROVISIONS (seecFtcArxoNs)

CONSTRUCTION OF LAHJORE EASTERN BYPASS PACKAGE-I - From Ring Roadto Kala Khatai Road incl. Bridge over River Ravi and LakhudherInterchange SpecialProvisions TABLEOF CONTENTS

SPECIALPROVISIONS

SP406c(ii) BRIDGEDECK EXPANSION JOINT sP407(i) PILE LOADTEST: MAX LOAD4000 TONS (BY HIGH STRATIC DYNAMTCLOAD TEST METHOD) sP-416 BITUMENCOATING TO CONCRETESURFACE IN CONTACTWITH EARTH sP-423 PVCSRVTCE PIPES (150 MM DrA) sP-423(i) PVCOVERFLOW P|PES (150 MM DrA) rN LONG P|ERS sP-425 POLYSryRENEJOINT FILLER (14k9/cu.m)AT EXPANSION JOINTSAND UNDER DIAPHRAGM AT TRANSOMS sP-490 sOMMTHICK G.I PIPE IN PILESINCLUDING CROSS HOLE SONIC LOGGINGAND VELOCITYTOMOGRAPHIC IMAGING OF PILE FOUNDATION sP-614 GALVANIZEDIRON DRAINAGE PIPE lOOMM DIA IN DECK SLAB sP-620 GANTRYSIGN TYPE A sP-620 GANTRYSIGN TYPE IV (CANTILEVERTYPE) sP-650 STEELGRATING ITEM701 PROVISIONSOF SURVEY TEAM AND INSTRUMENTS ITEM702 PROVIDEEQUIP & FURNISHENGINEER'S OFFICE ITEM703 PROVIDE.EQUIP AND MAINTAIN LABORTARYFOR THE PROJECT SP 708 PROVIDE,RUN AND MAINTAIN TRANSPORT FOR ENGINEER sP-715 PROVISIONOF TRAINEE ENGINEER SP-BOO ELECTRTICALWORKS sP-1001 GRASSINGOF EMBANKMENT SLOPES

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern Bypass) SpecialProvisions SP406c(ii)BRIDGE DECK EXPANSION JOINT

406.1 Description Thework covered in thisitem shall consist of furnishingall plant,equipment, materials and labourin performingall operationsin this connectionin furnishingand placingall deck expansionjoints and seals,complete and in accordancewith the Specifications,the Drawingsand as requiredby the Engineer. The ExpansionJoint providedwill conformto the Bridgedeck expansionjoint Freyssinet WoSdor approvedequivalent. All expansionjoints shall be installedby the speciallytrained personnelfrom the manufacturer/Supplierwho shallguarantee for correctinstallation of the joint.The expansion joints shall be installedin accordancewith manufacturer recommended instruction.All relevantinstallation descriptions, drawings and other details are to be providedby the Manufacturer/Supplier. TheExpansion Joint so approvedand installed shall have working life of minimum15 years.

406.2MEASUREMENT AND PAYMENT

." Themeasurement for payment shall be the number of linearmeters accepted in place. The quantumof acceptedwork by the Engineeras measuredabove shall be paidat the contractunit price as givenin Billof Quantitiesfor relevantpay item.This rate shall be full compensationfor preparationof steel grating,labor, utilizing plant & equipment,tools, transportationat siteand other items necessary for entiresatisfaction of the Engineer.

Pay item No. Description Unitof Measurement BridgeExpansion Joint SP406c(ii) FreyssinetWoSd or M approvedequivalent

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern Bypass) SpecialProvisions sp-407(i)P|LE LOADTEST: MAX LOAD4000 TONS(BY HIGHSTRATIC, DYNAMTCLOAD TEST METHOD)

407.1 Description Thetest shall be performedaccording to ASTMD4945.

407.2MEASUREMENT AND PAYMENT

407.3 Measurement Themeasurement for payment shall be the number of testscarried out.

407.4 Payment Thepayment shall be madeat theContract unit price given in the Billof Quantities.

Pay item No. Description Unitof Measurement PileLoad Test: Max Load4000 Tons (by sP-407(r) Each high stratic& Dynamic Load Test Method)

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern Bypass) SpecialProvisions SP.416 BITUMENCOATING TO CONCRETESURFACE IN CONTACT WITH EARTH

416.1 Description

Thiswork shall consistof furnishingand installingmaterials for bitumencoating to concrete surfacein contactwith earth.

This consistsof applyingtwo (2) coatsof cut-backbitumen complying with BS 3690of viscositygrade within the range of twentyfive (25) to fifty (50) seconds(standard tar viscometer)at follydegrees Celsius with a coverageof one and eight-tenths(1.8) square metersper liter or anymaterial approved by the Engineer.

The manufacturer'slimitations on heatingshall be compiledwith. High temperatures shall not be maintainedfor periodslarger than neededfor installationsand in no casefor more thanthree hours. Bitumen shall not be heatedto a temperaturehigher than fourteen degrees Celsiusbelow flash point.

416.2 Construction Requirement

All concretesurfaces which are to be coatedshall be free of foreignmaterial that would preventbond. The surfaceshall be dry and beforethe applicationof the primer,the surface shallbe thoroughlycleaned of dustand loose materials.

No coatingshall be donein wetweather, or whenthe surface temperature in below40 C, or that recommendedby the manufacturewithout special authorization of the Employer's Representative.lf the surfaceof the concretebecome temporarily damp, it shallbe covered witha 50 mm layerof hotsand, which shall be allowedto remainin placefrom 1 to 2 hours, to producea warm and surface-driedcondition, after which the sandshall be sweptback, uncoveringsufficient surface for beginningwork, and the operationrepeated as the work progresses.

416.3MEASUREMENT AND PAYMENT

Themeasurement for paymentshall be the number of squaremeters. Thepayment shall be madeat theContract unit price given in the Billof Quantities.

Pay item No. Description Unitof Measurement BitumenCoating to sP-416 ConcreteSurface in SM contactwith Earth 6nY

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eas SpecialProvisions

SP.423PVC SERVIGEPIPES

423.1 Description Thework shall consist of providingand fixing in positionPVC pipes for the servicesin deck slabas persizes & spacingas shownon thedrawings including alljoining bends and fixing in concreteproperly as directedby the Engineer.

423.2Material Requirements PVCpipe and its fixtureshall conform to BSSand ASTM standards.

423.3Gonstruction Requirements PVCpipe and itsfixture shallconform to BSSand ASTM standards.

423.4MEASUREMENTAND PAYMENT

Themeasurement for payment shall be the number of linearmeters. Thepayment shall be madeat theContract unit price given in theBill of Quantities.

Pay item No. Description Unitof Measurement PVCservice pipes sP-423 (150mm diameter,2mm M thick)

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore SpecialProvisions

sP-423(i)pVC OVERFLOW ptpEs tN LoNG ptERS

423.1Description Thework shall consist of providingand fixing in positionPVC overflow pipes in longpiers as persizes & spacingas shownon thedrawings including all joining bends and fixing in .. concreteproperly as directedby the Engineer.

423.2Material Requirements PVCpipe and its fixture shall conform to BSSand ASTM standards.

423.3Construction Requirements PVCpipe and its fixture shall conform to BSSand ASTM standards.

423.4MEASUREMENT AND PAYMENT

Themeasurement forpayment shall be the number of pipesaccepted in place. Thepayment shall be made at the Contract unit price given in the Bill of Quantities.

Pay item No. Description Unitof Measurement PVC pipes sP-423(i) overflow (150mm diameter) Each Inlong piers

constructionof 6-LaneHighway from Kala shah Kaku to LahoreRing Road (t_anore SpecialProvisions SP.425POLYSTYRENE JOINT FILLER

425.1 Description Thiswork shall consist of providing& layingpolystyrene joint filler. Polystyreneof 14 kg/cu.m.density shall be used at expansionjoints and under the diaphragmsas shownon thedrawings and as directedby the Engineer.

425.2MEASUREMENT AND PAYMENT

425.3 Measurement The quantityto be paidfor shallbe in cubicmeters of polystyrenewith a densityof 14 kg/cu.m.laid in placeas shownon thedrawings and as directedby the Engineer.

425.4 Payment Thepayment shall be madeat theContract unit price given in theBill of Quantities.

Pay item No. Description Unitof Measurement PolystyrenceJoint filler (14kglcu.m) at sP-425 expansionjoints and CM underdiaphragm at transoms

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions SP.49OSOOMM THICK G.I PIPEIN PILESINCLUDINGCROSS HOLE SONICLOGGING AND VELOCITYTOMOGRAPHICIMAGING OF PILELOAD FOUNDATION

490.1 Description The NDTfor QualityControl/ Assurance of 2.00meter diameter reinforced Concrete bored pilesshall be carriedusing "Cross Hole Sonic Logging and Velocity Tomography lmaging of DrilledPiles foundations as perdetails and methodology required for this test complete in all respectsas persatisfaction of the Engineer.

490.2 MEASUREMENTAND PAYMENT

Themeasurement for payment shall be the number of pipesaccepted in place. Thepayment shall be madeat theContract unit price given in theBill of Quantities.

Pay item No. Description Unit of Measurement 500MMThick G.t pipein pilesincluding cross hole sP-490 soniclogging and velocitytomographic imagingof pile foundation

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eas SpecialProvisions SP-614GALVANIZED IRON DRAIN PIPE

614.1DESCRIPTION The Contractorshall furnish and placegalvanized iron drainpipe (AASHTOStandards M 1118-801986) in accordancewith the planof Bridgedeck, specifications andlor as ordered bythe Engineer.

614.2MATERIALS TheGalvanized iron pipe shall conform to therequirements of ASTM Designation A 120.

6l4.3CONSTRUCTION Wherethe pipeis usedfor bridgedrains, it shallbe castin the deckand shall be flushwith the decksurface,

614.4MEASUREMENT Thequantity to be paidfor underthis item will be in linearmeter of pipeincorporated in the workin accordancewith the plans and specifications and as directedby the Engineer.

614.5PAYMENT The unit pricebid per linearmeter shall includethe cost of furnishingand placement includingall labor,materials and equipment necessary to completethe Work.

Unitof itemNo. Description Pay Measurement SP614 Galvanizediron drain pipe 100 mm dia. M

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions

SP-620GANTRY SIGNS

620.1 DESCRIPTTON Gantrysigns at suitablelocations along the carriagewayand near road intersections shall be requiredto be installedto providethe road usersinformation about the importantplaces restrictionenforced for typeof passingvehicles and the intersectingroads.

620.2 Material Requirement The materialshall conform to the GeneralSpecification under item 413. The gantrysigns shallbe manufacturedand installed in accordancewith the details shown in theGantry Sign Drawingand as directedby the Engineer.The signpanel shall be designedsuiting the site situationand approved by the Engineerbefore its manufacture.

620.3 Measurementand Payment The manufactureand installation of gantrysigns shall fully conform with the requirementsas laiddown in the latestpublication of NTRCon the subject.The steelsections shall conform to the AASHTOspecifications for StructuralSteel and the StandardSpecifications. The quantitiesshall be measuredin numbers.The itemshall be paidfor as under,which price and paymentshall be full compensationfor all the costs necessaryfor the proper manufacture,installation and completion of workprescribed in the item/drawing.

item No. Description Unitof Measurement sP-620 GentrySign Type A No GentrySign Type lV sP-620 No (CantileverType)

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern Bypass) SpecialProvisions SP.65OSTEEL GRATING

650.1 Description Tlriswork shallconsist of preparationof heavysteel grating for the drainof waterfrom the underpass.This is constructedwith heavy steel bar of one inchsquare size at the regular intervalof 150mmcenter to centerand edging with angle iron steel of 2&%inch,lcm thick properlywelded duly enamel painting and fixed-at the designated location as directedby the Engineer.In this regard, contractor shall prepare the shop drawing and get the approval from theEngineer prior to installat thelocation.

650.2 MEASUREMENTAND PAYMENT

650.3 Measurement TheCompleted and accepted work shall be measuredin squaremeter.

650.4 Payment The quantumof acceptedwork by the Engineeras measuredabove shall be paid at the contractunit priceas givenin Billof Quantitiesfor relevantpay item.This rateshall be full compensationfor preparationof steel grating,labor, utilizingplant & equipment,tools, transportationat siteand other items necessary for entiresatisfaction of the Engineer.

Pay item No. Description Unit of Measurement sP-650 Steelgrating SM

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions

ITEM701 PROVISIONS OF SURVEY TEAMS AND INSTRUMENTS

701.1DESCRIPTION

Deletethe entirepara and replace with the following:

The Contractorshall provideand maintainsurvey equipmentfor the sole use of the Engineer,All surveyingequipment shall be new and shallbe maintainedthroughout the Contractperiod and replacedby the Contractorfree of chargein case of damageor loss. Thesurvey equipment shall be suppliedto the Engineerwithin thirty (30) calendar days from the Engineer'sOrder to Commencethe Works.

Uponcompletion of theContract, the surveying instruments and equipment shall become the propertyof the Employerand shallbe handedover completely,and in a stateof good conditionand working order taking into account fair wear and tear,

The Contractorshall provide adequate number of helpers,along with the equipment,to the Engineer/Engineer'sRepresentative to assist in carryingout the field works.

701.2EXTENT OF PROVISIONAND GENERALREQUIREMENT

Deletethe entirepara and replace with the following:

The Contractorshall provide and maintainat his own costat leastthe followingsurveying equipmentand any other surveying equipment deemed essential for the Work by Engineer forthe sole use of theEngineer:

Sr No. Description Quantity ElectronicTotal Station 1" reading,6" Accuracy,memory 10,000points or more,Built in SDCard Slot USB Port, programstopographic survey, setting out, curve Guide Light,Keyboard, I AutomaticDual. Axis Compensator workingrange t 6" distancerange reflector less 400 2 Nos. meterwith single prism 5000 meter, with Triple Prism 6000meters are more with one Bailey & QuickCharger in StandardAccessories (Made in Japan). 2 Softwarefor Data Downloading. 1 No. 3 SinglePrism Target Set includes: Prism, range pole graduated2.6m. Tilting mount with Coaxial Target Plate. 4 Nos. 4 AutomaticLevel, magnification 32. 2 Nos. 5 LevellingStaves with graduations in metricunits 12 Nos, 6 Steelmeasuring tape 30 m long 4 Nos. 7 LockablePocket tapes 5m. 4 Nos. I TRIPOD(Aluminum) 5 Nos. I TRIPODfor PrismPole 4 Nos. 10 ClubHammers 2 Kg. 4 Nos.

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions

11 Sledgehammers 4 Kg. 4 Nos. 12 TrafficCones 40 Nos. 13 SurveyUmbrellas 6 Nos. 14 AluminumStraight Edges, 4m long 2 Nos. 15 AluminumStraight Edges, 5m long 2 Nos. 16 SpiritLevels, 30 cm long 4 Nos. All miscellaneoustools, equipment and materials required in surueying in numbers asdeterminedby the Engineer.

All surveyingequipment shall be newand shall be providedand maintained throughout the Contractperiod. In caseof damageor loss,those shall be replacedby the Contractorat his owncost.

The Contractorshall make availablethree (03) qualifiedsurveyors and transportfor checkingand incorporation as andwhen required by the Engineer.

The surveyequipment shall be placedat the disposalof the Engineerduring the Contract periodand shall be returnedto the Employeron completionof the Contract,complete and in a goodstate, taking into account fair Wear and tear.

The Contractorshall provide adequate supplies of expendablematerials i.e. level books, pencils,erasers inks, drawingpapers, pegs, nails, flees, brushesand paintsetc, as requiredby the Engineer.

701.3PAYMENT

The costof supplyingthe equipmentshall be paidas re-imbursementagainst Provisional Sumsubstantiated by vouchersfrom the ownerplus twelve (12) percent surcharge to the contractorfor administrativeand overheadexpenses including income tax (06%)related to thepurchase and delivery of saiditems.

For runningand maintenance,supporting staff, transport, stationery, utilities etc. shall be paidunder maintenance of Surveyorlnstrument.

Paymentshall constitutefull compensationfor all costsof provisionand maintenanceof equipment,furnishing survey teams, suppliesof expendablematerials, necessary labour/helpersand all otherincidental item(s) for the propercompletion of Work as stated hereinabove and as directedby the Engineer.

Payitem No. Description Unitof Measurement Providesurvey Teams 701(a) andAllied instruments P.S Maintain Instruments 701(b) Survey and provideSurvey Teams Month

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions ITEM702 PROVIDE EQUIP & FURNISHENGINEER'S OFFICE

7O2.l General

The contractorshall provide a SiteOffice on hiringbasis against provisional sum providedin the Billof Quantities.The SiteOffice includes the following:

i) Officeaccommodation ii) Officefurnishing and equipment iii) Officerunning and maintenance iv) Officesupporting staff

702.2 E n gineer's RepresentativeOffice Accommodation

The officeaccommodation as approvedand acceptedby the Engineershall be providedon rentalbasis. The overallsize of the Engineeroffice shall be approximately800 Sq. meters havingall kindof facilities.

702.3 Furnishing& Equipment

The furnitureand equipmentas approvedand accepted by the Engineershall be provided by the Contractoron the instructionsof the Engineeror Representativeof Engineer as per therequirement.

702.4Running & Maintenance

The Contractorshall be responsiblefor the running and maintenanceof office accommodation,furnishing and equipment etc. Bills for allservices/utilities to be paidby the Contractor.

Officeand DrawingStationery and necessaryequipment shall be providedby the Contractor on monthlyrequirement basis as perthe requirement or as orderedby the Engineer:

702.5 Supporting Staff

The contractorshall provide to the Engineerfollowing supporting staff.

i) NaibQasid Four ii) Chowkidar Four iii) Cook two iv) Helpers two ' The appointmentof the supportingstaff shall be subjectto the approvalof the Engineerand onceassigned shall not be transferred or laidoff without prior approval of theEngineer.

In case of powerfailure and non-availabilityof power,electric power through generators shallalso be providedby the Contractor.All roomsshall be providedwith standardoffice lighteningof the fluorescenttype. All roomsshall have doors with locks and keys and suppliedAir-conditioning and heating system as perthe approvalof the Engineer.

The watersupply shall be maintainedthrough water supply system of the town or locality boring/installingwell with pump or by an elevatedor pressurestorage tank with a capacityof 2500gallons.

Constructionof 6-LaneHighway from KalaShah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions A telephoneshall be installedin Engineer'sOffice or cell phonemay also be providedto facilitatethe Engineer.Engineer office will be equippedwith air-conditioningunit as per requirement.

702.6Measurement and Payment

For the hiringof accommodationfor site Officeif approved& allowedby the Engineer,the cost of rentand supplyingoffice furniture and equipmentshall be paidas re-imbruement againstProvisional Sum substantiatedby vouchersfrom the ownerplus ten (12) percent surchargeto the contractorfor administrativeand overheadexpenses including income tax (06%)related to thepurchase and delivery of saiditems.

For runningand maintenance,office supporting staff, drawings, stationery utilities bills etc. shallbe paidunder maintain of Engineer'soffice.

lf the Contractordoes not provide necessary facility, Engineer shall hire the accommodation and arrangenecessary supplies of furniture& equipmentand employstaff etc. as specified andmaintain the office.Expenditures shall be recoveredfrom the IPC's'/running bills of the Contractorby adding hundred (100) percent overheads.

Unit of Pay Description item No. Measurement ProvideOffice & Residencefor the Employer and Provisional 702(a) Engineer'sRepresentative on rentalbasis Sum Furnishand Equip. Office & Residencefor the Provisional 702(b) Employerand the Engineer'sRepresentative Sum MaintainOffice & Residencefor the Employerand 7^ot w'' /^\ Month \w) the Engineer'sRepresentative

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern Bypass) SpecialProvisions ITEM703 PROVIDE,EQUIP AND MAINTAINLABORATORY FOR THE PROJECT

703.1Description

The buildingfor the baselaboratory shall be hired(minimum 500 sq. m coveredarea) and shallbe fullyequipped, with all necessaryfurnishing & equipment;utilities installations and othersitems as directedby the Engineer.

703.2 General Req uirements

The furnishingof equipmentshall ensure conducting all testsrelated to constructionas per the listprovided by the Engineer. In caseif anytest required for testing of materialcannot be performedin the projectlaboratory, the Engineermay authorize such test to be carriedout at the costof Contractor,at any otherlaboratory. The Contractorshall provide at no costto the Engineer,technicians, helpers and vehicles deemed necessary by the Engineer,to assistin the operationof the laboratoriesas requiredby the Contracto/sproposed program of work. Techniciansand helpersonce assignedto the laboratoriesmay be removedby the Contactoronly with the approvalof the Engineerand salariesshall be paid by the Contractor.The equipmentshall be procuredwithin 15 days on the instructionsof the Engineer.

The Contractorshall maintain the laboratoryequipment, apparatus and suppliesnecessary to permitexecution of all standardtest requiredby the specifications.Lists of specific laboratoryequipment shall be providedas per the requirementand recommendationto purchasefrom a specificmanufacturer. The Contractorshall submit to the Engineerfor his approvalat the earliest.The list shallinclude the manufacturer'sname and descriptive literature.Lab Equipment,fixtures and furnitureshall remain the propertyof the Employer aftercompletion of the project.

703.3Facility of the MaterialTesting

Materialtesting equipment as describedabove shall be providedwithin minimum period. ln case of delayin providingsuch facility,as an interimarrangement, temporary facilities of testingmaterial shall be providedas agreedby the Engineer.Contractor may be paidfor maintenanceof temporarylaboratory, provided such facilitiesare acceptableto the Engineer.Contractor shalt also be responsiblefor extra expensesof the Engineerfor conductionof testin temporaryarrangement.

703.3.1Supporting Staff

The Contractorshall provide to the Engineerfollowing supporting staff:

i) NaibQasid Two ii) Chowkidar Two iii) Cook One iv) Helpers Eight

703.3.2Running and Maintenance

The Contractorshall be responsiblefor the runningand maintenanceof Laboratory, furnishingand equipment etc. Bitls for all services/utilitiesare to be paidby the contractor.

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern gr; \.iE i

_,'r SpecialProvisions Officeand DrawingStationery and necessaryequipment & materialshall be providedby the contractoron monthlyrequirement basis as directedby the Engineer.

703.5MEASURMENT AND PAYMENT

703.5.1Measurement Workunder this item shall be measuredin twoportions.

Hiringthe buildingfor MaterialTesting Laboratory and purchaselaboratory equipment shallbe paidas reimbursementagainst Provisional Sum substantiated by vouchersfrom the ownerplus twelve (12) percent surcharge to the Contractorfor administrativeoverhead expensesand includingincome tax (06%)related to the purchaseand deliveryof said items.

For runningand maintenanceof lab, office supportingstaff, drawingstationery, Lab. Material/equipment(minor), utilities bills, helpers (08 no.) etc. shall be paidunder maintain baseLaboratory. Maintain Laboratory, to be measuredfor the durationof the contractand paidas perthe rate/month.

703.6Payment Thequantities under this item of workshall be paidat thecontract price indicated in the Bill of Quantitieswhich price and paymentshall constitute full compensationfor all costsof furnishinglabor, materials, equipment and incidentals for the propercompletion of thework indicatedin thesespecifications and specified on thedrawings and Special Provision.

Pay Unitof Description item No. Measurement Provisional 703(a) ProvideMaterialTesting Laboratory (on rental Sum basis) Provisional 703(b) Equipand Furnish Material Testing Laboratory Sum

703(c) MaintainMaterialTesting Laboratory Month

Constructionof 6-LaneHighway from KalaShah Kaku to LahoreRing Road (Lahore Eastern BypasS) SpecialProvisions SP708 PROVIDE, RUN AND MAINTAINTRANSPORT FOR ENGINEER'S REPRESENTATIVE

708.1 General The transportfor the Engineer'sRepresentative and site staff is to be providedunder this Contractfor whichprovisional sum has been providedin the B.O.Q.Contractor shallprocure these vehicles under the Instructionsof the Engineer.

Procurement of Vehicles

The Contractorshall procure the vehiclesfrom the localmarket, get theseregistered in the nameof the Employerand hand over to the Engineer'sRepresentative.

The numberof vehicles(05 no.)covered under BOQ ltem SP-708(a)shall be new/ latestmodel at the time of deliverywhen instructionsto procurethese vehicles is givenas per approvalof the Engineer.The Contractorshall be responsiblefor the cost of running& maintenance.These vehiclesshall remainthe propertyof the Employerand shallbe handedover to the Employerafter the completionof the work. Thecost of vehicleshall be inclusiveall likepurchase, transportation, registration and otherdues incurredin this regard.In case new vehiclesshall be hiredand its rent cost shallbe paidthrough pay itemSP 708a,rental cost shallbe approvedby the Engineer.

ln case of delay,failure or defaulton the part of the Contractorin providingthe facilitiesunder these provisions,the Engineer'sRepresentative may arrangethe sameat the riskand cost of the Contractoror hiredthe vehiclessuch period.

708.2 Running& Maintenance The Contractorshall be responsiblefor the runningand maintenanceof these vehicleswhich includepetrol, diesel, repair works, regular tuning, replacement of tires, registration,comprehensive insurance, annual renewal, lubricants, servicing includingproviding drivers, etc.

708.3 Method of Payment On the instructionsand determinationby the Engineer,Contractor shall be paidfor the Servicesunder this Clause as follows:-

For the procurementof vehicleContractor shall providethe originalsupporting vouchers/receiptsfor his billingwhich shall be paid from the ProvisionalSum with 10% extracost as handlingcharges and incometax. In additionto that contractor shallalso be paidapplicable levies & othertaxes (if applicable).

For runningand maintenanceof abovevehicles including salaries of drivers,the Contractorshall be paidon monthlybasis.

On failureof the contractorto provideand of the servicesunder this clauseor even otherwisenotwithstanding anything contained in any other clausesof the Contract Documents,the "Engineer"shall have the authorityto nominate/subletto any other contractingagency on recommendationof the ResidentEngineer for the supplyof

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern i'p $/ ,iq :r?_ SpecialProvisions servicesunder this clause, the paymentfor whichshall be madethrough this contract directto the nominatedagency out of Provisionalsum providedin the Contractor hiredthe good roadworthy Vehicles and recoverthe cost with 100%charges from contractor'sIPC's

Unit of Pay ltem No. Description Measurement

SP-708a )rovideTransportation for Employer Each

sP-708b )rovideTransportation for Engineer'sRepresentative Each

lunning& Maintenanceof of Transport SP-708c Month imployer's/Engineer's Representative

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern Bypa SpecialProvisions SP.715PROVISION OF TRAINEE ENGINEER

The Contractorwill employTrainee Engineers after the approvalof the Employer,throughout the durationas perthe contractand BOQ.Each Trainee Engineer will be givena monthlystipend Rs. 35,000(minimum) by the Contractor.The periodof trainingof eachtrainee will be as per the contract.The Contractorwill preparea comprehensivetraining program and get it approvedfrom Employer.lt will be the Contractor'sresponsibility for the Provisionof boarding& lodgingof each TraineeEngineer or paidseparately its cost.

Measurementand Payment

The numberof TraineeEngineers shall be countedand paid to the Contractoras perthe Contract unitprice which includes full compensationfor all costsnecessary like monthly stipend, boarding, lodgingand transport facility.

Pay item Unitof Description No. Measurement EmployingTrainee Engineer (Graduate Civil sP-715 Engineer)including boarding, lodging and Month food

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions SP-8OOELECTRICAL WORKS

800.1DESCRIPTION The work underthis Contractconsists of supplying,storage at site installing,testing and - commissioningof all materialsand servicescomprising poles, lighting fixtures, distribution boards,lighting control panels, motor control centers, generators, manual change-over switches,distribution transformers, cables, earthing, conduits and pipesetc., as specified herein,shown on TheDrawings and given in the Billof Quantities.Small items which are not expresslyspecified but which are necessaryfor completionof workshall be suppliedby the Contractorwithout extra cost. The supply connection for lightsetc. shall be obtainedfrom the nearbyWAPDA source.The work shall be completein every respectfor satisfactory operationas perspecifications and standards given hereinafter.

The Contractorshall co-ordinate with the Engineerat sitewith respectto otherservices for exactlocation and positionof all electricalequipment.

800.2GENERAL The locationof the lightingfittings, poles, distribution boards, lighting control panels, motor controlcenters, distribution transformers and cables etc. are tentativelyshown on the drawings.The Contractorshall ensure the exactposition and locationof polesand cable routesetc. in coordinationwith other services as persite requirement. The Contractorshall be responsiblefor properlight distribution on the road/underpasssurface from the proposed luminairesand otherequipment after installationand commissioning.He shall be fully responsibleduring maintenance period of theworks.

Theroad/underpass lighting work shall be installedas perrequirements of BS-5489or other similarinternational standards. The Contractorshall also complywith the regulationsof PakistanElectricity Act and requirementsof Water and Power DevelopmentAuthority (WAPDA),wherever applicable.

Thequality of equipmentshall be of the bestgrade for eachtype, even though such quality may not be statedspecifically in the specifications.All materialsand productsshall be new and manufacturedby well-knownfirms. Furthermore, these shall be soundand uniformin quality,size shape, colour and texture and free from cracks, wrapage or otherdefects.

Componentparts of eachelectrical system or pieceof equipmentshall be the lateststandard productof a singlemanufacturer unless othenruise specified and providedsub-components, manufacturedby differentmanufacturers are of specifiedstandards design and dimensions and interchangeabilityis possible and shall normally have been satisfactory in servicefor at leasttwo years.

The designcriteria for roadlighting are basedon thefollowing parameters;

Luminance(L) cd/m2 2 cdlmz

Overall Uniformity(Uo) (Uo=Lmin./Lavg.) 0.4

constructionof 6-LaneHighwayfrom Kala shah Kakuto Lahore Ring Road (Lahore Eas SpecialProvisions Uniformityof Eachlane(Ul) (Ul=Lmin./Lmax.) 0.5- 0.7

Thresholdincrement not exceeding s10

Roadsurface characteristics as per IECclassification is typeR2 with qo = 0.07.

TheContractor shall be responsibleand confirm in writingthat his selection of equipmentwill ensureon the road surfacesluminance level and uniformitiesequal or betterthan those definedin thelighting design criteria.

Withinsix (6) weeksafter awardof the contract,the Contractorshall submit the technical detailsof the luminariesand otherequipment and havingobtained conditional approval thereofsubmit in duplicate,full detailof the calculatedresults for the leveland uniformityof luminanceand illuminationon all roadsurface .These detail should be submittedin the formatas describedin therelevant IEC publication and after initial approval by the engineer.

800.3APPLICABLE REGULATIONS AND STANDARDS/CODES

The latestedition of the followingstandards & codesshall be applicablefor the materials withinthe scope of thiswork.

IEC - lnternationalElectro-technicalCommission

IEEE Instituteof Electricaland Electronics Engineers U.S.A. (tEEEWiring Regulation UK).

BSS BritishStandard Specifications

VDE VerbandDeutscher Electrotechnical (Association of German

ElectricalEngineers)

NEMA - NationalElectrical Manufacturers Association. U.S.A.

PSI PakistanStandards lnstitution ctE CommissionElectro-technique International

800.4TESTING 800"4.1Factory Tests a. General All typeand routinetests on switchgearand all otherequipment shall be performedat the manufacturer'sworks in the presenceof the Engineeror his representative.Type, testsmay be waivedoff in casetest certificatesas certifiedby an approvedStandard laboratoryof internationalrepute providedby the Contractorand approvedby the Engineer.Submission merely producing the typetest certificates shall not relievethe Contractorto carryout the requiredstandard/routine tests.

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore

-t- SpecialProvisions The Contractor shall arrange at his own cost factory visit(s) for shipment inspectionitestingfor all majorelectrical equipment, offer Airfare to andfrom inspector's home town (two persons),boarding lodging and transportshall be Contractor's, responsibilityand all costsin this respectshall also be borneby the contractor.

In addition,for all pre-shipmentinspections carried abroad, the Contractorshall provide (fortwo persons)daily allowance in US$for out of pocketexpenses, at per diem rate per personcurrently recommended by Chamberof Commerceand Industryfor foreign travelerson businessvisa. The numberof daysshall be actualdays spent in travelfrom and to the hometown of the concernedinspector but not lessthan five (5) days.The US$in cashshall be providedbefore start of travelfrom hometown.

Forall pre-shipmentinspections carried out within Pakistan, the Contractorshall provide (fortwo persons)daily allowance of Rs. 2,000for out of pocketexpenses, at per diem rate per person.The amountshall be providedin cash beforestart of travelfrom hometownfor the entireduration of the visit.

The Contractorshall informthe Engineerabout the date and time of testingeach equipmentat leasttwo weeksin advance.The witnessingof teststhe Engineeror his representativeshall not absolvethe Contractorfrom his responsibilityfor the proper functioningof the equipment,and furnishingthe guarantees.All test resultsshall be suppliedin triplicate.

b. InsulationResistance Test Insulationresistance test shall be madeon all Electricalequipment using a meggarof 500volts for circuitsupto 250 volts and 1000volts circuits between 2SO and 500 volts.

The insulationresistance values of cables,switchgear etc., shall be as per BSS,IEC andPakistan Electricity Rules.

800.4.2Field Tests

a. General

Uponcompletion of the installation,the Contractorshall performfield tests on all equipment,materials and systems. All testsshall be conductedin the presenceof the Engineerfor the purposeof demonstratingequipment or systemcompliance with Specifications.The Contractorshall submit for Engineer'sapproval complete details of tests to be performeddescribing the procedure,test observationssand expected results.

The Contractorshall furnish all toofs,instruments, test equipment, materials etc. and all qualifiedpersonnel required for the testing,setting and adjustmentof all Electrical equipmentand material including putting the same into operation.

All tests shall be made with properregard for the protectionof the personneland equipmentand the Contractorshall be responsiblefor adequateprotection of all personneland equipment during such tests.

The Contractorshall record all testvalues of the testsmade by himon all equipment. Three(3) copiesof all test dataand resultscertified by the Engineershall be givento the Engineerfor recordpurposes. These shall also include details of testingmethod, testingequipment, diagrams etc.

Conshuctionof6-LaneHighwayfromKa|aShahKakuto|@ fft H{ SpecialProvisions b. insulationResistance Test Beforemaking connections at the endsof eachcable run or joint betweencables, the insulationresistance test of each cablesection shall be made.Each Conductorof a multicorecable shall be tested individually with each of theother conductor of thegroup and alsowith earth.lf insulationresistance test readingsare foundto be lessthan the specifiedminimum in any conductor,the entirecable shall be replacedand tests repeatedon newcable. lf cablejoint is provided,then each cable section shall be tested andjoint made only after the tests have been made satisfactorily. Finally the completed cablelength including the joints shall be tested.

All switchgearshall be givenan insulationresistance test afterinstallation, but before anywiring is connected.lnsulation tests shall be madebetween open contacts of circuit breakers,switches and betweeneach phase and earth.

lf the resistanceof the circuitunder test is lessthan the specifiedvalue, the causeof the low readingshall be determinedand removed.Corrective measures shall include dry- out procedureby meansof heaters,if equipmentis foundto containmoisture. Where correctivemeasures are carriedout, the insulationresistance readings shall be taken after the correctionhas been made and repeatedtwice at 12 hours interval.The maximumrange for eachreading in the threesuccessive tests shall not exceed20% ot the averagevalue. After all testshave been made, the equipmentshall be reconnected as required. c. EarthResistance Test Earth resistancetest shall be made by the Contractoron the earthingsystem, separatingand reconnecting each earth connection.

lf it is indicatedthat soil treatment or othercorrective measures are requiredto lowerthe groundresistance values, the Engineerwill determinethe extentof such corrective measures.

The Electricalresistance of the -ECGtogether with the resistanceof the earthingleads measuredfrom the connectionwith earthelectrode to anotherposition in the complete installation,shall not exceed one ohm.

Earth resistancetest shall be performedas per ElectricalInspector's requirements. Wheremore than one earthelectrodes are installed,the earthresistance test of each electrodeshall be measuredby meansof resistancebridge instrument. d. SwitchgearTest Eachcircuit breaker shall be operatedelectrically and mechanically.All interlocksand controlcircuits shall be checkedfor properconnections in accordancewith the wiring diagramsfurnished by the manufacturer.

The Contractorshall properlyidentify the phasesof all switchgearand cablesfor connectionsto giveproper phase sequence.

Tripcircuits shall be checkedfor correctoperation and ratingof equipmentserved. The correctsize and functionof fusesdisconnect switches, number of interlocks,indicating lights, alarms and remote control devicesshall be in accordancewith approved manufacturerdrawings. Name plates shall be checkedfor proper designationof equipmentserved.

Constructionof 6-LaneHighwayfrom Kala Shah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions 801.ROAD LIGHTING COLUMNS, FOUNDATION AND LUMINAIRES

801.1DESCRTPTTON The galvanizedsteel poles shall be of mildsteel as shownon drawingfrom base plate to lanternconnection, well-proportioned and neatlyfinished. The heightof the polefrom the centerline of the spigotfor lanternconnection to the groundline and out-reachof eacharm fromthe verticalcenter line of the poleto the tip of the spigotfor lanternattachment shall be as shownon Drawing.Approval of the Engineershall be obtainedbefore ordering the poles for manufacturing.

801.2MATERIAL REQUIREMENTS The pole (verticalportion) along with base plateshall preferablybe in one piece.But if manufacturingin one lengthis not possible,it can be in two or threepieces with force fit lap joint.

Thesteel poles after fabrication shall be galvanizedby hotdip processboth in andoutside as perBS-729'Hot Dip Galvanized Coatings on lronand Steel Articles'. The polesshall be preparedbefore gatvanizing by removinggrease, burs and slag etc. so that zinc coatingis adherent,dense, smooth, continuous and uniform.The Contractorshall ensurebefore placingof orderthat the firm has adequatefacility for hot dip galvanizingprocess as per standardpractice.

Thesteel used in themanufacture of polesshall be madeby openhearth or electricfurnace process.

Thesteelfor poles shall have the following requirements:

TensileStrength

- Minimum 39.9 kg/mm2

- Maximum 56.3 kg/mm2

YieldPoint

- Minimum 24.7kglmm2

Elongation

- Fora 200 mm sample: 20%min.

Thestraight portion of the poleshall be trulyvertical and no deviationmore than 100 mm in theentire length shall be accepted.

Othertolerances shall be as follows:

Outsidediameter = + 1o/o Wallthickness = +10o/o Overalllength of pole= r 0.5% Weight = -4.3% + notlimited

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions The poleand the bracketshall be so designedthat when subjected to windat a velocityof 160km/hour on the full projectedarea of pole,bracket and the lanterna factorof safetyof 3 on minimumtensile strength of the materialshall be obtained.In addition,the temporary horizontaldeflections at the lanternposition shall not exceed1140 of the lengthof the pole aboveground at aforementionedwind velocity.

The polesshall have a basecompartment, designed to accommodatea loop-inservices cutoutfor 4 cores PVC/SWA/PVCcables of given sizes.An 8 mm stainlesssteel stud completewith nut and washersshall be providedin the basecompartment of the polefor earthingpurpose.

The edgesof the dooropening on the poleshall be reinforcedwith a 10 mm thickM S. squarebar to reinstatethe strengthof poleat thislocation. The openingcover shall consist of weatherproofhinged door with outer gaskit. The doorshall be providedwith a heavyduty non-rustinglock.

Flagbrackets shall be fittedto polesif shownon the drawingand shallbe as approvedby theEngineer.

801.3CONSTRUCTION REQUIREMENTS Lightingpoles shall be handled/transported and erected in sucha wayso as to avoidany damages.Any damageto poleor galvanizingshall be madegood to the satisfactionof the Engineer.

The lightingpoles shall be storedclear of soil, groundwater or other rust producing materials.The fixing of poles shall be carriedout in accordancewith manufacturer's instructionsand good engineering practice.

The polesshall be erectedin a truevertical position. The Contractorshall be responsible untilcompletion of the maintenanceperiod for correctingthe alignmentof any pole/bracket fromits originalposition except where is dueto vehicleimpact.

Wherelighting poles are to be installedin thevicinity of overheadpower lines, the Contractor shallinform the Engineerand act as directed.He shallmaintain clearances as perWAPDA requirementsfrom the power lines.

TheContractor shall number all the poles with high quality paint using stencil for 50 mmhigh lettering.The numbering shall be at 1200mm from the bottomof poletowards the road. The numberingshall be in a manneras directedby the Engineer.

. Earthbackfill around pole foundation shall be donein 150mm thick layers and shall be well rammedand compacted to providefull lateral support.

801.3.1Data to be Submitted Beforemanufacturing the Contractorshall provide the following data;

1" HighMasVLighting Poles . Manufacturers . Countryof origin o Typewith manufacturer's catalogue and descriptive leaflet . Detailsof constructionwith detailed specification of materialsused for . Columnand holding down bolts

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern ,/* 'J, :1 t .!|''l --- t SpecialProvisions o Calculationshowing details of stressesunder maximum wind loading and . Gusting . Calculationsand sizes of necessaryconcrete support bases . Designcalculation sheets for the polesfrom manufacturer shall also be submitted by the Contractorto showthat poles/foundations are safe for all specifiedstresses. 801.3.2Tests

801.3.2.1General The polesshall be testedand the resultsrecorded for eachtest by the manufacturerin the presenceof an authorizedrepresentative of the Owneror Engineeras statedbelow: 801,3.2.2Inspection The material,weight and dimensionsof polesas specifiedshall be certifiedby the manufacturer.The polesshall be inspectedand in casebeing found below the limitsof toleranceas aforementioned,shall be rejected. 801.3.2.3Loading Test The pole shallbe cantileveredhorizontally, rigidly supported at baseplate and loads appliedat rightangle to the axisof the poleat the requiredpoint, i.e. at somedistance fromtop. The testitems shall be as follows:

- Deflectiontest - Permanentset test - Breakingload test

Samplecomprising four polesshall be selectedat randomout of each lot of 1000and subjectedto deflectiontest. One pole per thousand shall be testedfor permanentset test andbreaking load test. When the poles in Tenderare limited in number,the manufacturer may avoiddeflection permanent set and breakingload test and supplyresults of tests alreadydone for prototypetesting on suchpoles or supplycalculation based results. 801.32.4 Galvanizinq Weight, uniformityof coatingand other requirementsshall be strictlyinspected in accordancewith BS-729 or otherrelevant international standards. 801.32.5 Service Cutouts Each pole shall be providedwith a waterproofand dust tight loop-inservice cutout accommodatedin the basecompartment of the pole.

Thejunction box shall comprise one (1) 6 A MCBfor singlearm polesand two (2)6 A MCBsfor doublearm poles(all MCBsshall be capableof operatingat 55'C),a solid neutrallink and an earthingterminal. lt shallincorporate arrangements for looping"lN" and "OUT"for 4 coreupto 35 mm2PVC/SWA/PVC cable having copper conductor. The earthterminals nuts and washersshall be adequatelysized to takethe earthcontinuity conductorswith tight connections.Dimensional drawings and detailsof the junction cutoutbox of poleshall be submitted for approval to the Engineer.

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions 802.LED LUMINARIES

802.1DESCRIPTION The luminaries'type is givenon the drawingsand is specifiedin the itemsof the Billof Quantities.Where a definitemanufacture/s type and catalogue number is specified,it shall serveas an illustrationof type and if the particulartype of fittingspecified is not available, approvedequivalence fitting may be accepted.The luminaireshall be ableto givelight over a widearea along the length of road.

The determinationof equalitywill be basedon certifiedphoto-electric data coveringthe coefficientof utilization,average brightness data as well as equivalenceof construction material,shape, finishes, operation etc. For any substitution,the Engineer'sapproval is necessary.The Contractor shall submit sample of luminairespecified and obtain approval of the Engineerbefore commencing the installation.

Thegroup of luminariesshall be controlledautomatically through photo electric switches as wellas manuallywhenever so is requiredor for testingpurposes. The lightingcontrol device shallbe similarto as givenin WAPDA specification P-102:76 with upto-date revision.

TheContractor shallsubmit samples of eachand every type and mode number of luminaries specifiedfor approvalof the Engineer.

802.2MATERIAL REQUIREMENTS FOR ENCLOSEDROAD LIGHTING LUMINARIES Enclosedroad lightingluminaries for use on poles shall be manufacturedaccording to InternationalStandardsuch as IEC60598 (part 1, 2 & 3) Luminaries.These shall be suitable in all respectsfor HighPressure Sodium (SON) lamps of givenwattage and mountedat a heightabove finished road level as shownon the drawing.

The luminairesshall be of pleasingaesthetic appearance with high qualityfinish. The luminarieswill be designatedto accommodateand be completewith 230 Volt, High Pressure SodiumVapour Lamp with GES cap as givenin the BOQor shownon the drawings.The Contractorshall provide luminaire classification in accordancewith CIE recommendations basedon threebasic properties of luminairei.e. throw, speed and controlto defineymax, ygo andSLl. The values of thesethree parameters shall be:

. yr"x'700 r lso> b5" . SLI>2

Thecontrol gear shall be mountedinside the lantern body on removablegear tray.

The lightflux to be providedby the luminairein the lowerhemisphere shall not be lessthan 72%of thelumens output of thelamp.

The lampcompartment of luminairesshall be totallyenclosed with protectionclass lP-66. The refractorbowls of glassor equivalentmaterial shall be suitablein all respectsfor site serviceconditions, and which shall stand up to the heatfrom the lampin the temperature conditionsprevailing at site.

The luminairesshall have bodyof corrosionresistant high pressuredie-cast aluminum or similarlight alloy material suitable in all respectsfor site service conditions.

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions The opticalsystem shall be so attachedto the luminairebody as to alloweasy access withoutdanger of the refractorfalling to the ground.The lampswill operatein the horizontal positionand the lightdirecting equipment should be suchthat it can be fittedin the correct orientationto thelight source.

All nuts,bolts, hinges and otherfixings shall be of aluminum,stainless steel or galvanized steel.

The reflectorsof polishedaluminum sheet, electro-processed treated inside the fittingshall be usedto givemaximum light output towards the road.

Gasketsshall be capableof withstandingthe temperature radiation, moisture, rain and other conditionsto whichthey will be exposed.The gasketsshall be attachedto the lanternsuch thatthey will be retainedin positionwhen the lantern is openedfor maintenance.

Terminalsshall be of tinnedbrass or othernon-corrodible material and each terminal shall haveat leasttwo pinching screws for the incoming cable which shall be suitablyanchored to the lanternso thatthe terminal connections are notin anyway strained by theweight of the cable.All terminalsshall be indeliblyidentified and suitablecable terminalsshall be provided.

All internalwiring of the lightfittings shall be carriedout with cable having a non-hygroscopic heatresistant cross-linked polyethylene or similarprimary insulation which shall withstand withoutdeterioration the temperatureto whichit may be subjectedduring service, and shall havesufficient flexibility for the purpose required.

Lampcontrol gear shall be providedpreferably in a separatecompartment of the lantern body with protectionclass lP-43.A wiringdiagram with Wattage,operating Voltage and currentratings shall be clearlyprinted at the bodyof the ballast.The control gear shall be of low powerloss and fully tropicalized and with 'H' insulation.Control gear shall operate the lamp withoutadversely affecting the lamp life and performance.Compatibility between igniter,lamp and ballast shall be established.

The powerfactor correction capacitors shall be containedin leak-proofmetal containers. The valueof the capacitorcontained shall be suchthat power factor of lightfitting is 0.9 or better. Capacitorsshall be fittedwith internaldischarge resistances. Terminals of the capacitors shallbe coveredby PVCshrouds,

The wiringconnections between ballast and capacitorsetc. are associatedtails for lamp connectionsshall be with insulatedcopper wire of size 2.5 mm2 in high temperature resistantinsulation such as crosslinked polyethylene. A terminal block of porcelainor high qualitythermoplastic material for screwsshall be provided;also a clampfor anchoringthe supplyleads (or three core cable) from the cut-outat the polebottom.

802.4 MARTERIAL REQUIREMENTSFOR ENCLOSED UNDERPASS LIGHTING LUMINARIES Enclosedunderpass lighting luminaries shall be manufacturedaccording to latest internationalstandards such as IEC 60598(Part 1,2 & 3) Luminaries.These shall be suitablein all respectsfor High PressureSodium Vapour lamps of givenwattage. The luminariesshall be mountedthrough stainless steel mounting brackets on oppositeverges of theunderpass.

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions The luminariesshall be of pleasingaesthetic appearance with high qualityfinish. The luminariesshall be suitablefor 230 V, HighPressure Sodium Vapour Lamp with gaskets fittedbetween housing, end cap and from class.

The lP Classof the luminaireshall be lP 65.The luminaireshall have high impact resistant (20Joules Minimum) clear polycarbonate from glass vandal proof. The luminaireshall have a one piececompact body extruded aluminum without bonded or weldedjoints and fitted withdie-cast aluminum end caps.

Theoptical system of theluminaire shall be of pre-anodizedhigh gloss aluminum reflectors.

All nuts,bolts,hinges and otherfixes shall be of aluminum,stainless steel or galvanized steel.

Terminalsshall be of tinnedbrass or othernon-corrodible material and eachterminal shall haveat leasttwo pinchingscrews for the incomingcable which shall be suitablyanchored to the lanternso thatthe terminalconnections are not in anyway strainedby the weightof the cable.All terminalsshall be indeliblyidentified and suitablecable terminalsshall be provided.

All internalwiring of the lightfittings shall be carriedout withcable having a non-hygroscopic heatresistant cross-linked polyethylene or similarprimary insulation which shall withstand withoutdeterioration the temperatureto whichit may be subjectedduring service, and shall havesufficient flexibility for the purpose required.

A wiringdiagram with Wattage, operating Voltage and current ratings shall be clearlyprinted on the bodyof the ballast.Control gear shalloperate the lampwithout adversely affecting the lamp life and performance.Compatibility between igniter, lamp and ballastshall be established.

The powerfactor correction capacitors shall be containedin leak-proofmetal containers. The valueof the capacitorcontained shall be suchthat power factor of lightfitting is 0.9 or better.

8O2.5MATERIALREQUIREMENTS FOR FLUORESCENTLIGHT FIXTURES The fluorescentlight fixtures shall have lamps, ballasts,starters and power factor improvementcapacitors of properrating. Each lamp shall be providedwith independent ballast.

Thefluorescent lamps shall be tubularin shape.The fluorescent lamps shall have following minimumtechnical specifications:

Sr" Type Ratin Length Dia Lamp Lamp Color uolor Luminous q Voltaae Current Temo Flux watts mm mm Volts Amps Deq.k Lumens(*) 1 Fluorescent 18 600 zo 57 .37 54 6200 1050 2 Fluorescent 20 600 38 EA .31 54 6200 1050 3 Fluorescent 36 1200 26 103 44 54 6200 2600 4 Fluorescent 40 1200 38 IUJ .44 54 6200 2600 Fluorescent 18 604 26 57 37 84 4000 1350 o Fluorescent ?A 1213 26 103 .44 84 4000 3350 (.) After100 burning Hours The ballastshall be impregnatedcopper/iron type totallyenclosed and suitableto operate upto250 Volt AC at 50 HZ.The powerloss shall not be morethan 10 watts for ballastsof all

Constructionof 6-LaneHighwayfrom Kala Shah Kaku to LahoreRing Road (Lahore Eastern Bypass)

*' /--<- v'O I {r}j' SpecialProvisions ratings.A wiringdiagram, wattage, voltage and current figures shall be printedon the body of the ballast.

Theballast shall be equippedwith energy savings components, which will guarantee savings of not lessthe percent(30%) of the lampwattage, Electronics ballasts are also acceptable if submittedand approved with the luminaire.

Thelamp wiring of thefluorescent shall be rotarylock-in type. The starters shalt be gtowtype withradio interference suppresser/by-pass capacitor.

The internalwiring of thefluorescent light fixtures shall be donewith heat resistant wires and providedwith appropriate connectors for wiring.

The bodyof the fluorescentlight fixtures shall be minimum22 SWGsheet steel, de-rusted, degreased,finished in heatresistant paint, stove and enameled.Appropriate size bushed wireentry holes, fixing holes, and earth terminal shall be provided.

Thedesign of lightfixture for recessmounting shall be coordinatedwith the designof false ceilingprior to commencementof manufacture.Shop drawingsshall be submittedfor approvalof Engineer.

802.6DATA TO BE SUBMITTED The Contractorshall submit the followingfor the lightingfittings to the Engineerfor his approvalbefore execution: Luminaries

LuminariesDetailed

Manufacturer Countryof origin Typewith manufacture/s catalogue and description leaflet Detailsof constructionwith detailed specifications of materialsused Totalelectrical load of luminaire Lightingcharacteristics of the luminaire Totalluminous output in percentof lampsoutput lsocandeladiagrams in allazimuths lsoluxcurves on a horizontalsurface Coefficientof utilization Weightof completefitting Luminairedirt depreciation curves

LampControl Gear

t. Ballast

. Manufacturer . Countryof Origin . Typewith manufacturer's catalogue and descriptive leaflet r Operatingdesign characteristics of lamp (starting and normal) o Lossesm normaloperation o Minimumstarting voltage

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions o Variationof lamplumen output with voltage . Startingcurrent (with cold and hot lamp) e Minimumvoltage for lampcorrection . Powerfactor before and after correction . Conductortemperature when the ballast is operatinginside the luminaire o Luminaireplaced in an ambienttemperature of fiftydegrees Celsius (50 ' C) . Wiringdiagram and characteristics of eachcomponent. . Totalelectrical consumption of ballast. il. Gondenserfor Power Factor Correction

. Manufacture . Countryof Origin . Typewith manufacturer's catalog . Characteristics:capacity, voltage and temperature rating o Maximumoperating temperature when installed inside the luminaire,operating in an ambienttemperature of fiftydegrees Celsius (50 "C)

ill Lamps

. Manufacture . Countryof Origin . Typewith manufacturer's catalog o Lampoperating characteristics (starting and normal) o Minimumvoltage for lampextinction o Startingtime and starting current in coldand hot conditions . Spectraldistribution of thelight emitted r Lumenoutput after 100 and 200 hours operation . Variationin Lumenoutput with ambient temperature variation . Variationin Lumenoutput with voltage variation r Variationin Lumenoutput with lamp life . Averagelamp life under defined conditions . Lamptemperature, while operating in theproposed fixtures in an ambient . Temperatureof fifty degreesCelsius (50 'C). The criticalspot locationof lamp temperatureshall be identified . Totalelectrical consumption of lamp . Totallight output of lampused

Calculationsfor road/underpasslighting design giving details of averageluminance on road surface,Uniformities (Longitudinal and overall) and glare etc.

802.7 CONSTRUCTION REQUIREMENTS FOR ROAD/UNDERPASSLIGHTING LUMINARIE Luminaries(lighting fittings) shall be installed,connected and properlyaligned to ensure properlight distribution on the roadsurface without non uniform distribution of light.

The erectionof roadlight fittings shall include preferably one threecore 2.5 mm2PVC/PVC cablefrom porcelain/thermoplastic connectors in thejunction boxup to lampholder through the hollowof pole in casethe supplyis fed from the undergroundcable. The road lighting

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern &; i/ Sssed(a urelseiaroqel) peog 6u1garoqel ol n)teyqeqs eley uo4 r{errnqQgeue-.1-9 lo uo$cnrlsuoc

'r4ldop eleudo:ddeue le qelsut patJnqeq lleqsedrd eq16ur1q6r1 'peJlo;atd ,OCS31 ssedrepunJol eq lleqs lualenrnbepanordde lo eJoqe-.1 lo aroqel ,(Vt=g 'laeurouf eueu puerq) suoS [eqs Jo slrnpuocTsedldcnd eq1 Iq pe]celtp pue bumelp uo u/v\oqsse Jo ecegns peoj n olaq ujul 009 le plel aq lleqs pue punole aletcuo3 lo l€Ao3 p o^eq lleqs adrd eq1oursso.rc peoJ le pa Aolleaq lou ller.{sseal lo spueq dleqs 1o esn eql 'leeut6u3 1o ;enolddeoLll r.lll/\Auotlsnlrs ;etceds 1e r{1uo poinolle aq lleqs ashnleqlo.roburleeq 'uotlooJtp ,{q lrnpuoc1o Ourpueg sabueqclrnpuocTadrd eJotll pesn oq lleqs pueq Lllooqls peJnl3ejnuey\llulo[le laloLuetpleuJalut aq] ut uo[cnper {ue lnoqlm }tnpuocontaool ol spue pebrelue e^erl lleqs spuoq cnd aq|spJepuBls pelndel Jeqlo luole^rnbalo polels o^oqe qlnn ourrlduroe(cnd) aprrolr.lclIurn,tlod lo eq lleqs sorrossacceraLll pue sedrd 316 eq1 -lVlU=lIVt sadld CAduol slN3ltu3ulnDSuNo[cnulsNog oNV t c'eog seuosseccepue sltnpuoc 3nd :6609S8 souosseccepue sadrd 3n6 :909esE (s1runculeu) sauosseccp pue sltnpuoc Cnd :L-Ued /09tsd 'A olaqplepuels eq1o1 outplocce peJnlceJnueur eq lleqs seuossecceTedrd eq1 sStuoss3ccv/fdtdc^d uoj souvoNVls2.008 'leualeu 'peztutulnltq 1ue;enrnbeto uotsal lo sueouIq lq6ryalean 'ezrs ueLll eleu o1 pa66n1deq lleqsselqec uo|lellelsut laue spuaedrd eq1 pelrnbal1o sadtdenncelo.td ut plelaq lleqsr(eq1 secrues JaLllo Jo eerepaned 'peoJ ssoJc solqec uor.lM NO|ldtucsfo t'808

S=ldldCnd 808

'6urlrec esleJor1l ol paJJeJsueJlOureq uorJ ernlx4 eq11o lqOrean eq1luenatd ol uelel aq lleLlsele3 reeutbu31o lenordda ro1 pellrtuqns pue ubrsep $urlrac qlnn paleutpJooceq lleqsltelap/poqleu uotlellelsu; aq1 ourlrec oslel uo uotlellelsutaJnxu 'Gurilec 1r;611lo1 eLllol aJnu[ lr.16ller]] Ourxg.ro1pasn eq lleLlssnnar3s Jo slloqlaels pazrue^1e6 pue 'Ouurvr s6n;duogrl elellllceJol se os Jeuueue ur pue 'ace;rns6ur;rec oql qly\Aqsng {poq eql lo )ceq aqt qltiv\pallelsut eq lleqs6ur;rec lo eceJJnseql uo satnlxtl1q6r1 luecsalonll eqf 'uotltsod '.reeur6u31o ut butxtleJoJeq peu6rle {11n1arec aq lleqssolny!} 11y lero.rdde 'eele aql qllMepeu eq {eut suotltpuooelts ol enp suo[ecrJrpour^uy eql Jo suotsuautp eql ol lcadselqlmn r(lu.rolrun pallelsut ere soJnxtllrl6ll eLll leLll ernsue lsnu Jolserluocoql- 'ele3s peuorlueuleqt o1burprocce sr saJnurl;ouorlrsod pue soumneJp eql uo-pelectputeje soJnxtflL,l6llJoslqoraq ourlunour eq1 sfunrKl rHel'llN3csSuonlj uol srN]ru3utno3uNo[cnulsNocs'Zo8 'uoDpllelsut 6uunpsburpr; eql ol ebeurepplo e ol pelcalaele 'redord selodeql ragepallelsut aq llerlss6urgg 1q6r1 peor eq1 pue1q611 oJe suotlcauuoc raLllo 'J'd lle pue slolrcedecuotlceJJoc aL{lol suotlceuuocaql leLlloJnsuo lleLls Jolcejluoc eL{I 'pe^ouer eq lleqss6uqr; eql uo lsnplle puepeueolc ^lqonoroql eq lleLlss6urprl 6unq611 eq1 'elreurunl eq1lolurod qpee aql uoll parlileaaq lleLlssaueutulnl 'xoq OurlqorlssedrepunTpooB oqJ. uoqcunplo lurodqueo aLll tllorJ paquee eq lleLlsseueurunl suols!AoJd1e;cedg uralsBseJoqel) peou 6ulu eJoqp'lol n)teyqeqs pley uorl ,{earrq6rgeup-l-g lo uo[cnrlsuo3 dut+u7

'suorlect;tcads eq1Jo sluotuaJtnbaJ 'posn eLlllle 1191n1[eq1 papnold eq ller.lssturu petrndel er.{l fq arnpeJnuet!salqec o6Bllo leululouaql Jo %g peecxalou saopelqec eql Jopuo Jel elg J1edo.rp e6e11on os uole 'sbutnrreJp leLll ! aq lleqseleg arfl uo u/v\otlsse aq lleqssalqec Jolcnpuoc.reddoc 1-l Josazts er.,ll sazls olqBc l.z.t08

selqecpelelnsulJo stolcnpuoc - igzzjg c3l sploc pue solqecpolelnsul ut slolcnpuocJoddoc - :ogtg sg selqecclrlcala lo qlrcqs pue uollBlnsulcnd - rgtlg sg 'rolcnpuoc aseLldel,ll Jo o/.Og uerll ssol 1ou rQrnllcnpuoc epnold ;;eqs puezvil sg r{l!^ 6urr;durocselh^ leols pezruen;eOlo lstsuoc 1;eqs lrpalrnbel sr Ouunule;; 'pJepuels 1ue;erunbelo gg 6unnolloleql lo luaure:rnbeJaql ol ruJoluoclleqs pue selnn leddos peleauue crptlo4ce;a ^lund q6rq Jo eq lleqssJolcnpuoc 'suotltpuoc leulJouJapun C .O/ oldnalnleledulel Jolcnpuoo 1e uorleledo Jol elqeltns eq llerlselqec eLlf srNf IISUtnofu'tvtuslvtfl z't08 'leaurbu3eq1 ;o ;enorddeoLll rllli\A pue lnor(e1 ocrues Jaqlo Llltl uotlelelut epeu aq lleqssuolltpuoc elts ol '6uurne.rp enp peltnbeJelnoJ ut abueqcIuy erll uo u/v\otlsse oq ller.,lssolqec aLll Jo olnoJ or.ll 'plepuels qsllu8ro c3l utpolstl sseulcltllaql lo uollelnsutluelslsel alnlsloul pue leaq apuolLlclrtunr(|od pue $olcnpuoc leddocpopue4s qyrr perrnbel se eroo4lnu;o e;6ursaq llellssalqm eq1uelsrs 6urtq6rl.rog 'spJepuels leuotleuJelurluelenrnba leqlo Jo 20909-C:llrlllm ecuepJocce ut pelselpue pornlcelnueur,peuOrsep ,epel6 'peqleaqs llon OOOt/OOg 3nd pue palelnsul3nd eq l1eqsDurtqQl peoJ Jol salqeoaq1 'teaur6u3oqt rq penorddeeq lleqspue z0o6-osl lo Jeplorluorlmurilec aq llerlsraJnlcelnueur elqec oLlr NOtrdtucsSot'r08 s3-l8vc r08

'laaurBu3 aLllJo uopelstles eql ol 6ur11l;1ceqpue pelrnbelaJeqM oursso.rc peoJ le sadrd;o spuo aLllle saloLlpuer.l '6uuenoc 'uoqenecxe 'Ourlceuuoc aleJguoc qyee '6ur;1e;sur'6urI;ddns lo1 uorlesuaduroc 'e^oqe llnl elnlnsuoclleLls pue oztsqcea ,o lelaur outuunlled acudltun lcelluoc elll le pepnoldse peJnseauedrd 1o sa4otu ouruunl Jo lequrnu erll loJ apeu eq lleqsluarl{e4 lueufe6 Z'?'tOg 'lolcsrluoo aLll^q pellelsutpue petlddns flqeldecce s€uosses3e paJrnbel lle q]$ elelduroc eztsqcea 1o edrdJoJ seJlotu 6uruun: Jo Jeqrunuoql Jol apeuleq lleqslueualnseoul luoruolnsEoll l'?'g0g

lN3ht^Vd oNV lN3mSUnSVSht?'e08 suotsrnoJd1e;cadg uralsel aroqe-l)peog 6ulg oroqBlol nIeX qeqseley Luorl{emq61g euel-g lo uotlcnJlsuoC

'filesseceu 'luecuqnl leue pue eJeqM {ue 1o esn eql lnoqlt^ {lqe.ralard'elec qlh sodtd 'cla 'saxoq cnd ul pe1lndoq lleLlselqec or.l|uonrsod ul paxlJoJe saxoquor;cunl lallno lle pue pellelsut{le1elduroc sr ualsfs (cna) ilnpuoce$ laue {uo palrelsaq lleqssedrd 'sqels qonorqlsalqec 1o 6ur11nd aql ssedrapunur sedrdcnd peunqTprel{pearle q6no.rq1 'perlleeqs 'polelnsul pallnd aq lleqs olqec vMs cnd cnd saueutulnfssed:epun lo3 'qcueJl alqecJo luouJolilas ol 'soxoq .(salqec enpslurof alqec Jo 6ururells luene:d ol uelaq lleqsIoels eldur.re uorlcunf1y 1OSq16Ua1 eq1 IlUen ;;;ivr:eeur6u3) suorleururJal ueamlaq q16ue1 poJnseeul or{l ut eJoul %glnoqe A ollE lleLls selqec 1o sq16ue1 lnc eql esodlndLlctLl/v\ roJsolqm ul ualaq lleqs)cels 'LloueJl alqeceql Josopts qloq uo Janoolo ur6leur;enba epnold o1 Aene qcnsur pleloq llel,lsslcuq aq|elqec lo elnol erlue aql 6uo;epues JeAo srcuq epr^ ';ane1 uJuloez ;o ralel e pue olqpcpunole uotqsm pues qiln (;-sselc)peo.r A olaq ulu ogL 'sourvrelp pue punol6;elaua6l^olaq ulul o0g lseelle aq ller.,lsr.lcuorl ul plBlil elqm aLll aLlluo ul orJsse Joolqeltns se adtdcnd ulu oof Joseqcuell lo lstsuoclleLls selnoJ alqeS 'seseqd aoJqleLll Jo tlcee o1 fleleurale pelcouuoc oq lleLlse;od qcee soueutulnl 'xeu aLll aLll ol padool r(;le;rutrsuar.ll pue lceluoc ec|ruesleJlneu pue eseqd ae:ql 'salod sltle ltun6ur1qbrl lsru raluo lleqs xoq lolluoc 6u;1q6r1 ulorj elqec aq1 ueeMleq6urdool 's6urvrelp elqecflddns lar'aod Jo sueouJ er.,ll ^q eq llerlssuotlcouuoc alod lenprnrpu; oLlluo ulAotlsse pue petltcadsse adtdqbnolql Outssed elqec paJnotuJe elh loelspue paLlleoqs cnd peulcadspelelnsul cnd qll/\^aq lleqsoursso.rc peoJ eql le selodoLll ol {lddnsJaMod sINSn3UtnOSU NOIICnUISNOC 8'108 sbunnelp uotlcnJlsuoC. uorlecr;tcadgpoltele6. pesodordlueurdrnbe lo uonectpurq1r,a an6o1e1e3 . ur6ug;o fu1uno3 . JoJnlcelnuefi .

:uollncaxoeJojaq leeutbu3 eq11o Jenoldde rol 6urvrolloJeql ltulqns lleLls JolceJluoC aLlI oSllilf|gns 3g ot vIVo t'z't08 'c1e 'sbel spue16? saqsnq suorlecglluaplsJeplos ,sede1 's6n;'sdt1c '(leaut6u3 aql Iq penorddese pue lresseceueraqrvr) slurof elqec 'sJolcauuoo 'slauueqc 'ue1s,ts ourxrlsduelo se qcnssujelt ol pollullleq lou lnq apnloullleqs eseql 6ultrvrpue 6ut;qecelaldutoc arll Jol lsoc leuorlrppelnoLlll/v\ papnold aq lleLlssalJossooce llv sauossaccvolqBc tz.tog 'leeurbu3 'cle 1olenoldde JoJ saruncesu e:nleladuol pue luoJlnc 'selectjtuec 'cle ,apel6 1se1Iq peuoddnseq lleLlselep qcnsosle pue sraleu 00l, JoJ1q61em '{ltcedec 'leueleu e6e11o1 Out,fuleclualnc ? leuo}euuo[elnsur JolonpuocOurpnlcur 'e1ep 'pellelsur 'selqes leelur.leoleleldu.roc llujqns lleqs JolceJluocsr{} pueperlddns eg ol lle JoJ '(CC=) JolcnpuocIlrnurluoc qpea se pesnaq lleqseJn^ palelnsul Ond 'Jolcnpuoo pedplsanolleI pue ueel6 lo ueel6uraluel oldn xoq uorlcunfelod urolS leJlneuJoJ 'pal xcelqpue sJolcnpuosaseqd Jol enlq pue ruro11eI sq llELlssltneJtc eseqd oaJql opoe 'eJoc Jo Jnolocaql r.lceeJo uotlelnsut aLll uo lnolocuo[ecutluopr eseqd e^eq lleqs salqe3 llv uollmulluoptosBrld z'z'tgg suolsl^ojd lepedg SpecialProvisions approvalof Engineer,the cable manufacturers recommended lubricant shall be used.Use of anykind of oilor soapwill not be permitted.

The wiringshall be continuousbetween terminations and looping-insystem shall be followedthroughout any joint in cablesshall not be allowed.Slack shall be lefiin cablesfor whichpurpose the cut lengths of cablesshall allow about 3% morein the measuredlength betweenterminations (Engineer will verify the lengthsof cables)at junctionboxes, ample slackshall be providedto facilitaterepairs in future.

Cables,whether installed in bareground or in pipesshall not be bentto a radiusless than ' thatrecommended by thecable manufacturers.

Uponcompletion of cableinstallation, the Contractorwill be requiredto undertake testing as approvedby the Engineeror the concerneddepartment and shallcomply with IEE wiringregulations. The copies of testresults shall be suppliedto theEngineer.

805 LIGHTINGCONTROL PANEL

805.1DESCRIPTION The lightingcontrol/distribution panel shall be of 14 SWG sheetsteel fabricated,cubical type,totally enclosed, dust light and vermin proof. These shall be completein all respects with materialand accessoriesfactory assembled, tested and finishedall accordingto the specificationsand to the normalrequirements. The panel with all componentsand accessoriesshall be suitablefor front operation and shall;

be providedwith adequateclearance from live partsso that flashoverscannot be causedby switching, vermins, pests etc. haveall components rated for insulationclass of 600Volt minimum . - havethe components,mounted so as to facilitateease of maintenancefrom the front be suitablefor mountingon concretefoundation.

Thelighting control panel shall be completewith detachable steel base frame for embedding in concretefoundation on site.

805.2MATERIAL REQUIREMENTS Theroad lighting control box shall be of 14SWG, G.l. sheet and equipped with the following'

a) for 25 kVAtransformer . One-setof threephase, neutral and earthbusbars of highconductivity copper rated at 100amps (site rating). . One in comingmoulded-case circuit breaker, 36kA breakingcapacity as per rating specified. . Outgoingcircuit breakers, 30kA breaking capacity as perrating specified . Magneticcontactors as perrating specified. o Photo-electriccell switchesdust and waterproof type and as per BS 5972or WAPDA SpecificationsP-102 with upto date amendments.

One photoelectric cell unitshall be providedswitch ON/OFF every contactor for controlof lights.Photo-electric unit shallinclude a delaydevice to preventthe switchingof lamps duringtransient changes in voltage.Each lighting circuit shall be equippedwith Auto/Manual selectall switchand ON/OFFPush buttons for maintenancepurpose with interferencewith

Constructionof 6-LaneHighway from KalaShah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions the photocell and the wholeto be enclosedin the dustand verminproof case. Since the lightingcontrol panel is installedon roadside, therefore its outer cover shall be plain,without electricalcomponents. A brassbatten holder with ON/OFFswitch and 60-wattincandescent lampshall be providedat suitablelocation in the panelto facilitatemaintenance during night timeDoors with hingesshall be so as to givemaximum access for cablingand maintenance and shallbe fittedwith lock. Three sets of keysshall be suppliedalong with roadlighting controlbox.

All necessaryinterconnecting wiring within the controlpanel shall be carriedout in the factory.

Cableglands and lugsshall be provided.Three sets for incomingoutgoing 4-core upto 35 mmzCopper conductor PVC/SWF/PVC cables.

A suitableearthling terminal shall be providedinside the box.

Crimpingtype lugs for incomingand outgoing copper cables shall be provided.

805.2.1Moulded Case Circuit Breakers MouldedCase CircuitBreakers shall be providedfor each distributionfeed circuit.The circuitbreakers shall be in accordancewith IEC 60947-2. The three phasefault level shallbe in accordancewith the circuit requirements. The l"u of all MCCBsshall be equalto 100o/ool l.u.All MCCBsshall be capableof operatingat 50 "C. Eachcircuit breaker shall have integral thermal overload and magnetictype short-circuit trip devices.The thermalrelease shall provide inverse time overloadtripping and the magneticrelease shall provide instantaneous tripping or shorttime delay tripping where necessaryto achievediscrimination with downstreamprotective devices during short circuitconditions.

805.2.2Mag netic Contractors Thecontactors shall be triplepole, 400 V continuousduty type. The main contacts shall be silvertipped, but type with double break per pole.Each contactor shall be providedwith 230V AC singlephase operating coil, and minimum two normallyopen and two normally closedauxiliary contacts wired upto terminals. But if morenumber of workingauxiliary contactsis requiredthen, these shall be providedaccording to the systemrequirements. 805.2.3lndicatingLamps Indicatinglamps shall be suitablefor flushmounting, complete with base and shallhave rosettesof suitablecolour.

805.2.4Line-up Terminals Line-upterminals wherever provided for control& powercircuits shall be suitablefor voltageand size of conductorsas Indicatedon drawing.

The line-upterminals for controlsshall be suitablefor channelmounting. All necessary accessoriessuch as end-plates,fixing clips, transparentlabel holder caps and label sheetswith marking shall be provided.

805.2.5Data to be Subrnitted The Contractorshall submit the following for approvalof the Engineerbefore execution;

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern Q.i if-^ ,,",tr= ia(l

.iti'a i (x! SpecialProvisions . Manufacturer . Countryof Origin . Catalogue with indicationof equipmentproposed . DetailedSpecification . . Constructiondrawings . Generalarrangement and proposedfoundation details Detailsof materialsused for weatherand dust proofing 805.3CONSTRUCTION REOUIREMENTS

Theroad lighting control panel box shall be installednear transformer location shown on the drawing.The Contractorshall ensure coordinationwith the civil contractorto' avoid damageto the completedworks. The Contractorshall provide foundation bolts and grout themin cementconcrete with the approvalof the Engineer.All installationmaterial required for the satisfactoryerection, such as bolts,nuts, washers supporting steel etc. shall be providedand installed by theContractor. The panel shall be installedupright and in leveland shallbe firmlyand rigidlyfixed on the concretesupports. Panel shall be erectedas per manufacturer'sinstructions and as approvedby the Engineer.

Loose parts dispatchedby the manufacturershall be installedand connectedas per assemblydrawing. Any safetylocking of metersrelays etc. provided by the manufacturer,for safetransport shall be releasedonly after the panelis installedin position.The Lighting ControlPanel shall be tested and commissioned in the presence of the Engineer.

806 EARTHING

806.1DESCRIPTION Earthingsystem as shownon the drawingshall be installedby the Contractor.The earthing systemshall give earth resistance,including the resistanceof soil, earthleads and ECC, equaltoor lessthan one ohm.

806.2MATERIAL REQUIREMENTS

806.2.1Earthing by Earth Rods The exteriorrod shallbe of steeland shallbe protectedagainst rusting by a thickexterior layerof copper(not less than 0.33 millimeter),permanently molted or electrolytically depositedon a highstrength steel core which shall provide rigidity for easydriving without bending.The earth rod shall have nominal dia of 16 mmwith chamfered head of 2x45mm. The overalllength of the rodshall be 3000f5 mm.

806.2.3Earthing Lead (chamfer) The copperconductor used for earthwire shallconform to the latestrevision of IEC 228, IEC 228A.The size and numberof individualconductor shall be as specifiedin the applicablestandards 806:2.3Earth Gontinuity Conductor Earthcontinuity conductor (ECC) shall be hard drawnbare copperwire, armourof the armouredconductor or singlecore PVC insulatedcopper conductor cable of givensize. The earthcontinuity conductor shall be, connectedat one end to the earthrod through

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions switch clamp/eyebolts as shown in the drawingsat the other end to the relevant equipmentto be protectedas mentionedin thespecification, BOQ and shown on drawing.

The specificationsfor singlecore PVC insulated cables used as ECCshag be sameas thosein relevantsections of technicalspecifications.

806.2.4Data to be Submitted TheContractor shall submit the following for approval of theEngineer before execution;

. Manufacturer . Countryof Origin o Cataloguewith indication of equipmentproposed . . DetailedSpecification . Constructiondrawings

806.3CONSTRUCTION REQUIREMENTS

806.3.1General For earthingof equipmentproper size copperor brassthimbles or lugsshall be usedto whichthe copper wire shall be connectedby copperbrazing. The soldering of copperwire at jointsor terminationsshall not be allowed.All tee-offconnections shall be by copper brazingusing suitable socket and clamps.After brazing,the jointedsurface shall be protectedby oxide inhibitingcompound of low electricalresistance. For connectionsto metallicbody, the surface shall be thoroughly cleaned before bolting the lug or socket.

The earthcontinuity conductor shall; in general,run in cabletrench or in conduits/pipes. Wherelaid along underground cables, these shall be laiddirectly underground in unpaved areasdirectly and in pipein underpaved areas.

806.3.2Earth Continuity Gonductor For polesand underpasslights the armourof the LT cableshall be used as the earth continuityconductor (ECC). This will be connectedto the earthingbarlterminals provided in the poleswhereas, for underpasslights it will be connectedto the body of the luminaries.The bodyof all lightcontrol panels, motor control centers, generators and manualchange-over, switches shall be connectedto earthby specifiedsize of ECC.All metal work shall also be connectedto earth by suitablesize of ECC so that earth resistanceis lessthan one ohm.

At Jointsor terminations,the ECC shallbe connectedusing proper accessories. No connectionshall be madeby twistingof earthconductors.

806.3"3Earth Resistance Test

Earth resistancetests shall be done on the earthingsystem by separatingand reconnectingconductor. The resistanceof earthingleads in the installationshall not exceedone ohm. Earthresistance test shall be performedas per ElectricalInspector's requirements.

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern Bypass) SpecialProvisions 811 MEASURMENTSAND PAYMENTS

811.1Measurement Measurementshall be made for the numberof poles includingall accessoriesand foundationblock acceptabtysupplied and installed by the Contractoras per the specificationsand shop drawing approved by the Engineer.

811.2Payment Paymentshall be madefor the numberof unitsmeasured, as provide;above, at the contract unitprice each, and shallconstitute full compensationfor supplying,installing, connecting, testingand commissioningof eachpole including all accessoriesrequired for the satisfactory commissioningof the ElectricWorks in allrespect.

PAY ITEMDESCRIPTION UNITOF ITEM MEASUREMENT

Supply,stroage, installation, testing and commissioningof the following items of work, includingall material, labour, tools and accessoriesetc. required for propercompletion of eachitem as perspecification and drawings and/oras directedby the Engineer.

801 ROADLIGHTING COLUMNS, FOUNDATION Each AND LUMINAIRES a) 10m highsingle arm conical octagonal (hot dip) Each galvanizedsteel pole with extension arm luminairearrangement, base plate, 2A (RC=10kA)circuit breaker, terminal blocks includingend caps, base connection plates & endstopper etc. as shownon drawinq. b) 12m highsingle arm conical octagonal (hot dip) Each galvanizedsteel pole with extension arm luminairearrangement, base plate, 24 (RC=1OkA)circuit breaker, terminal blocks includingend caps, base connection plates & endstopper etc. as shownon drawing.

c) 12m highdouble arm (hot dip) galvanized steel Each polewith extension arm luminaire arrangement, baseplate, 2A (RC=10kA)circuit breaker, terminalblocks including end caps, base connectionplates & endstopper etc. as shown on drawing.

d) RoadLighting Pole Foundation Each

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions 802 LED LUMMINARIES No. a) RoadLighting LED Luminaries 120 Watt, fully in No. compliancewith the specified requirements (onlythose models / makesare to be offered whichmeets specifications of the project) suitablefor M-2& M-3roads of wattagesuitable for the projectrequirements, fully lP 66 with corrosionresistant die cast aluminum housing, silicongas kit, thermally hardened glass completewith LED drivers, surge protection and allaccessories/ components required for the properoperation of the system.

b) RoadLighting LED Luminaries 140 Watt, fully in No. compliancewith the specified requirements (onlythose models / makesare to be offered whichmeets specifications of the project) suitablefor M-2& M-3roads of wattagesuitable for the projectrequirements, fully lP 66 with corrosionresistant die cast aluminum housing, silicongas kit, thermally hardened glass completewith LED drivers, surge protection and allaccessories/ components required for the properoperation of the system.

c) RoadLighting LED Luminaries 180 Watt, fully in No, compliancewith the specified requirements (onlythose models / makesare to be offered whichmeets specifications of the project) suitablefor M-2& M-3roads of wattagesuitable forthe projectrequirements, fully lP 6Gwith corrosionresistant die cast aluminum housing, silicongas kit, thermally hardened glass completewith LED drivers, surge protection and allaccessories/ components required for the properoperation of the system.

803 PVC PIPE No a) PVCpipe conduit Class-B 100 mm dia with all Rm accessoriessuitable for laying multi-core cables fromPole to pole.

constructionof 6-LaneHighway from Kala shah Kaku to LahoreRing Road llinore Eastem SpecialProvisions b) PVCpipe conduit Class-D 100 mm dia with Rm accessoriessuitable for layingmulti-core cables on roadcrossings,

804 CABLES Each a) 4-core16 mm2PVC insulated and PVC overall Rm sheathed600/1000 Volt grade unarmoured coppercable (Newage, Pioneer, Fast, Pakistan Cablesand/or approved equivalent) from Pole to pole.

b) Singlecore 16 mmzPVC insulatedand PVC Rm overallsheathed 4501750 Volt grade copper cable(Newage, Pioneer, Fast or Pakistan Cablesand/or approved equivalent) from pole to pole.

c) 4-core25 mmzPVC insulated and PVCoverall Rm sheathed600/1000 Volt grade unarmoured coppercable (Newage, Pioneer, Fast, Pakistan Cablesand/or approved equivalent) .

d) Singlecore25 mm2PVC insulatedand PVC Rm overallsheathed 450/750 Volt grade copper cable(Newage, Pioneer, Fast or Pakistan Cablesand/or approved equivalent). e) 4-core35 mmZPVC insulated and PVC overall Rm sheathed600/1000 Volt grade unarmoured coppercable (lmported copper shall be used. Verifieddocumentary evidence for sourceof copper& PVCshall be furnished prior to manufacturing)laid direct in groundor pulledin PVCpipe already laid.

0 3-core2.5 mmz(Red+Black+Green) PVC Rm insulatedand PVC overallsheathed 600/1000 Volt gradecopper cable (Newage, Pioneer, Fast,Pakistan Cables andlor approved equivalent)including connections at ends.The cablesshall be drawnfrom junction box to the lightfitting through hollow of the pole (forstreet lightpole).

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern Bypass) SpecialProvisions 805 LIGHTINGCONTROL PANEL a) Roadlighting control panelwith angle iron No, framecladed 14 SWG, sheet steelenclosure havinghigh quality powder coated paint, color RAL7032. The LCP shall be completewith incomingand outgoing MCCBs, Cu busbars, magneticcontactors, photo-electric switches, meters,indication lights, construction with lP 54 protectionclass, door, locking arrangement etc. andall other accessories as requiredfor quality work.

b) Roadlighting control panelwith angle iron No. framecladed 14 SWG, sheet steel enclosure havinghigh quality powder coated paint, color RAL7032. The LCP shall be completewith incomingand outgoing MCCBs, Cu busbars, magneticcontactors, photo-electric switches, meters,indication lights, construction with lP 54 protectionclass, door, locking arrangement etc. andall other accessories as requiredfor quality work.

806 EARTHINGCABLE & EARTHINGROD a) 25 mmzPVC insulated copper earth wires Rm includingallfixing accessories as requiredfor earthingof lightingcontrol panels. b) Earthpoint comprising of 10 ft. 5/8"dia. (16 mm Each dia) coppercoated M.S. rods driven in ground near each lightingcontrol panel. The earthing rodsshall be completedwith fixingclamps etc,

4 TRANSFORMER Supplyof polemounted transformer, earthing arrangementand all accessories, Installation andConnection Charges as peTWAPDA standardsand practice.

a) 25 KVA Each b) 50 KVA Each

Constructionof 6-LaneHighway from KalaShah Kaku to LahoreRing Road (LanoiJgastern SpecialProvisions SP.lOO1GRASSING OF EMBANKMENTSLOPES

1000.1 DESCRIPTION

This work shall consistof furnishingtop soil and plantingsprigs or laying grasssods in accordancewith the specifications,at the locationshown on the Drawingsor as requiredby the Engineer.

1001.2 MATERIALREQUIREMENTS

1001.2.1TopSoil

Top soil furnishedby the Contractorshall consist of a naturalfriable surface soilwithout admixture of undesirablesubsoil, refuse or foreignmaterials. lt shallbe reasonablyfree from roots,hard clay, coarse gravel, stones larger thanfive (5) cm in diameter,noxious woods, tall grass, bush sticks, stubble or otherlitter and shallhave been cultivated from a healthygrowth of crops, grasses,trees or othervegetation that is freedraining and non-toxic. 1001.2.2Spriss

Sprigsshall be healthyliving stems (stolons or rhizomes)with attached roots of perennialturf-forming grasses harvested with adheringsoil and obtained fromapproved sources in the localityof the workwhere the sod is denseand wellrooted. The presence of detrimentalmaterials will be causefor rejection. 1001.2.3GrassSod

The sod shallconsist of a healthy,dense and well rootedgrowth of living grass.The grass sod shallbe cut intouniform squares approximately 30 cm by 30 cm or in rollsof uniformwidth of approximatelythirty-nine (39) cm and shallhave a minimumthickness of five(s) cm (excludinggrass blades). 1001.3 CONSTRUCTIONREQUIREMENTS

1001.3.1TopSoil

a) Sourceof Material

The contractorshall notifythe Engineerat leastfive (5) days beforehe intendsto starttop soilstripping operations. After inspection and approval by the Engineerand priorto strippingany top soil,the contractorshall remove noxiousweeds and tall grass, bush roots and stones larger than five (5) cm in diameter.

b) PlacinsTop Soil

The top soilshall be evenlyspread on the designatedareas to the lineand slopeas shownon the Drawingsand compactedto a depthof not lessthan ten (10) cm. spreadingshall not be done when the groundtopsoil is excessivelywet or othenrvisein a conditiondetrimental to the work. The

Constructionof 6-LaneHighwayfrom Kala Shah Kaku to LahoreRing Road (Lanore Eastern SpecialProvisions roadwaysurfaces shall be kept clean during hauling and spreading operations.

After spreadinghas beencompleted, large clods, stones, roots, stumps and other loose lying materialshall be rakedup and removed.Any erosion, irregularitiesof gradeor otherincidental damage to the surfaceof top soil priorto the plantingof springsor layingof grasssods shall be requiredto the Engineer's satisfaction.

1001.3.2Spriqqinq

a) HarvestinqSpriqs

The Contractorshall obtain the Engineer'sapproval of his sourceof springs and shallnotify the Engineerat least5 days beforethe sprigsare to be harvested.

Sprigsthat havedried out or are otherwisedamaged during harvesting or deliveryshall be rejected.

b) PlantinsSpriqs

Spriggingsshall not be doneduring windy weather or whenthe ground is dry, excessivelywet or othenruiseun{illable. lf thesoil is notmoist when the sprigs are beingset, water shall be applieduntil the soilis moistand in a workable condition.one or moreof thefollowing methods shall be used:

i) Rowsprigging Furrows shall be openedalong the approximatecontour of slopesat thespacing and depth indicated on the Drawings.Sprigs shall be placedat intervalsnot exceeding15 cm in a continuousrow in the open furrow,& shallbecovered immediately.

ii) Spotsprigging spot sprigging shall be performedas specifiedunder row spriggingexcept that, instead of plantingin continuousrows, groups of foursprigs or moreshall be spacedfifty (50) cm apartin therows, c) Maintenanceof SpriqqedAreas

The contractorshall regularlywater and maintainsprigged areas Ina satisfactorycondition for the durationof the contract and until final acceptanceof thework by the Engineer.

1001.3.3Soddinq

a) Preparationof the Earth Bed

The Surfaceof the top soil on the area to be soddedshall be loosenedand broughtto a reasonablyfine textureto a depthof approximatelytwo and a half (2112)cm"

Constructionof 6-LaneHighway from Kala Shah Kaku to Lahorening ifoad(Lahore Eastern SpecialProvisions b) Placinqthe Sod

The earthbed upon which the sod is to be placedshall be moistenedto the looseneddepth, if not naturallysufficiently moist and the sodshall be placed thereonwithin twenty-four (24) hours after having been cut.

Unlessotherurrise required, the sod on slopesshall be laid horizontally, beginningat the bottomof the slopesand workingupwards. When placing sod scourchecks or similarconstruction, the lengthof the stripsshall be laid at rightangles to thedirection of flowof thewater.

As the sod is beinglaid, it shall be lightlytamped with suitablewooden tampers,sufficiently to setor pressthe sod into the underlying soil.

As the sod is beinglaid, it shall be lightlytamped with suitablewooden tampers,sufficiently to setor pressthe sod into the underlyingsoil.

At pointswhere it is anticipatedthat water may flow over a soddedarea, the upperedges of the sod strips(e.9. top of embankment)shall be turnedinto the soilto be belowthe adjacentarea and a layerof earthshall be placed overthis juncture and thoroughly compacted.

At the limitsof sodsareas, the end stripsshall be turnedin and treatedas describedabove.

c) Stakinqthe Sod

On all slopessteeper than one (1) m verticalto four(4) m horizontal,the sod shallbe peggedwith stakes, twenty (20) to thirty(30) cm in length,spaced as neededby the natureof the soil and steepnessof slope,Stakes shall be driveninto the sod at rightangles to the slopeuntil flush with bottomof the grassblades.

d) Top Dressinq

Afterthe stakinghas beencompleted, the surfaceshall be clearedof loose sod,excess soil or otherforeign material, whereupon a thinlayer of top soil shallbe scatteredover the sodas a top dressingand the areasshall then be thoroughlymoistened by sprinklingwith water.

e) Maintenanceof SoddedAreas

The Contractor shall regularly water and maintain sodded areas ina satisfactorycondition for the duration of the Contract and until final acceptanceof the work by the Engineer.

1001.4 MEASUREMENTAND PAYMENT

1001"4.1Measurement

The work of sprigging,sodding and top soilingshall each be measuredby the square meter,which has been plantedor placed in accordancewith these specificationsand acceptedby the Engineer "i-::-:;t:t a$\snwa/ Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern SpecialProvisions

Thetop soil to be measuredfor paymentshall be thatquantity which exceeds theamount in ltem103 for "Stripping".

1001.4.2Pavment

Theaccepted quantities measured as providedabove shall be paidfor at the Contractunit price respectively for the pay itemslisted below and shownin the Bill of Quantities,which price and paymentshall constitutefull compensationfor furnishingall materials,water, labor,equipment, tools, transportand all costs necessary to completethe work prescribed in thisitem:

Pay ltem Description Unitof No. Measurement

1001 Grassingof EmbankmentSlopes SM

Constructionof 6-LaneHighway from Kala Shah Kaku to LahoreRing Road (Lahore Eastern Bypass) GENERALSPEC]FICATIONS

NationalHighway Authorlty (NHA) Gener-alSpecifications (Dec 1998) and its Addenda

CONSTRUCTIONOF LAHJOREEASTERN BYPASS PACKAGE-l- FromRing Road to KalaKhatai Road incl. Bridge over River Ravi and Lakhudher TENDERDRAWINIGS

'i::: CONSTRUCTION OF LAHJORE EASTERN BYPASS,/r' PACKAGEI - From Ring Roadto Kala Khatai Road incl. Bridge over River Ravi and Lakhudher