+ All Categories
Home > Documents > Particular Specifications

Particular Specifications

Date post: 25-Mar-2023
Category:
Upload: khangminh22
View: 0 times
Download: 0 times
Share this document with a friend
267
Document III-2 - Particular Specifications Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712) Volume 1 NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Contract RA/217 Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road Document (III-2): Particular Specifications Volume 1 of 6 TABLE OF CONTENTS Volume 1 : Division 1 - General Descriptions and Requirements Division 2 - Description of the Works Division 3 - Modifications to the General Specifications Volume 2 - Appendices (1 & 2): Appendix 1 Particular Specifications for Sanitary and TSE Works Appendix 2 - Particular Specifications for Supply and Installation of Water Pipelines Volume 3: Appendix 3 Particular Specifications for Telephone Works Volume 4 - Appendices (4 to 7): Appendix 4 - Particular Specifications for Street Lighting Appendix 5 - Particular Specifications for Overhead and Underground High Tension Cables Supply and Installation of 132 KV and 33 KV Oil Filled Power Cables, Pilot Cables and Accessories Appendix 6 - Particular Specifications for Overhead and Underground 11 KV and Low Tension Cables Supply and Installation of 11 KV and Low Tension Power Cables Appendix 7 - Particular Specifications for Supply and Installation of Traffic Control Systems Volume 5: Appendix 8 - Design and Construction Requirements for Relocation and Protection of Existing Oil and Gas Pipelines Volume 6: Appendix 9 Lists of Approved Specialist Subcontractors and Suppliers
Transcript

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Volume 1

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14

Contract RA/217

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road

Document (III-2): Particular Specifications – Volume 1 of 6

TABLE OF CONTENTS

Volume 1:

Division 1 - General Descriptions and Requirements

Division 2 - Description of the Works

Division 3 - Modifications to the General Specifications

Volume 2 - Appendices (1 & 2): Appendix 1 – Particular Specifications for Sanitary and TSE Works

Appendix 2 - Particular Specifications for Supply and Installation of Water Pipelines Volume 3: Appendix 3 – Particular Specifications for Telephone Works Volume 4 - Appendices (4 to 7): Appendix 4 - Particular Specifications for Street Lighting Appendix 5 - Particular Specifications for Overhead and Underground High Tension Cables – Supply and Installation of 132 KV and 33 KV Oil Filled Power Cables, Pilot Cables and Accessories Appendix 6 - Particular Specifications for Overhead and Underground 11 KV and Low Tension Cables – Supply and Installation of 11 KV and Low Tension Power Cables Appendix 7 - Particular Specifications for Supply and Installation of Traffic Control Systems Volume 5: Appendix 8 - Design and Construction Requirements for Relocation and Protection of Existing Oil and Gas Pipelines Volume 6: Appendix 9 – Lists of Approved Specialist Subcontractors and Suppliers

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1

Contract RA/217

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road

Document (III-2): Particular Specifications

Division 1 General Descriptions and Requirements

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

TABLE OF CONTENTS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1

TABLE OF CONTENTS

GEN. 1 OVERALL OBJECTIVE OF THE PROJECT

GEN. 2 TENDER PRICE AND OVERALL SCOPE OF THE WORKS

GEN. 3 PURPOSE OF THIS DOCUMENT (THE PARTICULAR SPECIFICATIONS)

GEN. 4 REQUIREMENTS FOR CONTRACTOR’S DESIGN AND SHOP DRAWINGS

GEN. 5 SOIL INVESTIGATIONS REPORT

GEN. 6 PAYMENT

GEN. 7 CLAUSES/ITEMS NOT COVERED

GEN. 8 GENERAL REQUIREMENTS

1. Contractor‟s Design and Shop Drawings

2. Coordinates and Setting-out

3. Survey and Setting-out

4. Existing Utilities and Site Obstructions

5. Removal of Street Furniture

6. Construction, Material and Quality Assurance

7. Submittal Requirements

GEN. 9 PARTICULAR REQUIREMENTS

1. Earth Works

2. Concrete Works

3. Asphalt Works

4. Metal Works

GEN. 10 GENERAL WORK ITEM

Develop, Implement and Maintain Project Website

GEN. 11 NOTES ON THE PARTICULAR SPECIFICATIONS AND REQUIREMENTS OF AUTHORITIES LISTED IN THE APPENDICES TO THESE PARTICULAR SPECIFICATIONS

GEN. 12 ABBREVIATIONS

GEN. 13: PROGRAM OF WORK

GEN. 14: ADDITIONAL DECLARATION

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-1

GENERAL DESCRIPTIONS AND REQUIREMENTS

GEN. 1 OVERALL OBJECTIVE OF THE PROJECT

As part of the ongoing policy of improving the strategic road network of the State of Kuwait, the Ministry of Public Works (MPW) decided to upgrade the Nawaseeb Road to meet the future expected traffic demand and increase the traffic safety by introducing interchanges (elevated bridges and u-turns) in most critical locations.

The whole project shall be carried out in one Design-Build Contract RA/217. The Main Works under this Contract consist of approximately:

1. Thirty seven (37) Kilometres of at-grade 6-lane (3 in each direction) motorway;

2. Nine (9) Interchanges, which include 18 elevated 6-lane (3 in each direction) vehicular bridges along the mainline and 1 elevated 2-lane vehicular flyover with 13 Kilometres motorway on reinforced earth ramps. All bridges along mainline and associated ramps include 1 additional lane in each direction, separated by barriers, to allow for future widening of the motorway;

3. Four (4) elevated camel crossing bridges with 3 Kilometres of roadways on reinforced earth ramps;

4. Highway drainage and storm water diversions;

5. Relocation/reconstruction, diversion and protection of existing services and utilities, road and footpath surfacing, etc, including but is not limited: sanitary and water pipelines, telephone (PTT) services, street lighting, HT, 11 KV and LT underground and overhead electrical cables and oil and gas pipelines;

6. Road markings and signs, traffic signalling, area traffic control (ATC) devices and associated works;

7. Hard landscaping and soft landscaping and associated irrigation works; and

8. Other works related to associated local roads and junctions.

GEN. 2 TENDER PRICE AND OVERALL SCOPE OF THE WORKS

It must be clearly understood that the Fixed Lump Sum Tender Price - listed in the Bills of Quantities - includes all costs and everything necessary for successful design, construction and maintenance of the entire scheme as specified, described and shown on Document (III) - Technical Conditions (General and Particular Specifications, Conceptual Design Drawings, etc).

The Fixed Lump Sum Tender price is deemed to include the cost of interface between all the elements of the scheme such as at-grade roads, bridges, ramps, drainage structures, utilities diversions, lighting, sign structures, etc.

In addition to the requirements noted in this Division 1, Description of the Works and the Minimum Requirements for design and construction are shown in Division 2 of this Document.

Cost of items specified to be carried out by the Contractor in Document (II-1) – General Conditions, Document (II-2) – Particular Conditions and in Section 1 “General” of Document (III-1-a) - General Specifications for Motorways and other Contract Documents, which are not listed in the Bills of Quantities (BOQ) are deemed to be included in the Lump Sum BOQ rates for other works and no separate payment will be made for these items.

If the Contractor fails to carry out promptly any of/or part of these items to the satisfaction and approval of the Engineer, the Ministry shall take actions as necessary to remedy this failure, including but not limited to carrying out part of/or the item(s) by others and deduct the actual total cost(s), including any other expenses incurred due such failure from the Contractor‟s payments at the discretion of the Engineer.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-2

Schedule of Values included in Document (III-4) – Bills of Quantities for all BOQ Sections shall be filled and completed as appropriate by the Tenderer in order to provide an appropriate breakdown for each of the Lump Sum Amounts listed in the BOQ.

Price Analysis Schedules and Day Work Schedule included in Document (III-5) – Bills of Price Analysis shall also be filled by the Tenderer.

The Schedule of Values and Day Work Schedule shall be reviewed during the Tender Evaluation; if any or both or any part thereof deemed unreasonable, the Ministry has the right to request the Tenderer to adjust as appropriate prior to signing the Contract.

GEN. 3 PURPOSE OF THIS DOCUMENT (THE PARTICULAR SPECIFICATIONS)

The Contract Specifications (Specifications) mean Document (III-1) - General Specifications as modified by this Document (III-2) - Particular Specifications.

Document (III-1) - General Specifications comprises of:

1. Document (III-1-a): State of Kuwait, Ministry of Public Works – Roads Administration - General Specifications for Kuwait Motorway/Expressway System - August 2004 (referred to herein as General Specifications for Motorways).

2. Document (III-1-b): General Specifications for Building and Engineering Works of Ministry of Public Works - year 1990 and Amendments until Tender closing date.

This Document (III-2) - Particular Specifications shall be read in conjunction and coordinated with the rest of the Contract Documents and shall take precedence over Document (III-1) General Specifications where there is conflict between the two Documents.

This Document (III-2) - Particular Specifications comprises of the following volumes:

Volume 1:

1. Division 1 - General Descriptions and Requirements:

This part provides general descriptions and requirements related to the Contract Documents as well as particular requirements related to the particular specifications, which apply to work items.

2. Division 2 - Description of the Works:

This part provides description of the main work items, Design and shop drawings requirements, submittal requirements, construction requirements and method of payment for each of the sections listed in Document (III-4) - Bills of Quantities.

For ease of referencing, Division 2 is organised in sections corresponding to the sections listed in the Bills of Quantities to allow for appropriate method of payment. However, relevant sections and clauses of the General Specifications are referred to in order to set the requirements for the construction specifications only.

Division 2 shall take precedence over Division 3 where there is conflict between the two Divisions.

3. Division 3 - Modifications to the General Specifications:

This part provides modifications, alterations, amendments, deletions or additions for those articles in Document (III-1-a) - General Specifications for Motorways, which are specifically required for their application to this Contract.

With exception of payment clauses which are not applicable, where no modifications, alterations, amendments, deletions or additions appear in the Particular Specifications, the full text of the General Specifications for Motorways shall apply. The Contractor shall carefully co-ordinate both Documents, as no claim based on ignorance or error in this respect will be entertained.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-3

Volume 2 – Appendices (1 & 2):

1. Appendix 1 - Particular Specifications for Sanitary and TSE Works:

This Appendix represents MPW Sanitary Engineering Administration specifications referred to in Division 2, Sections I “Design” and VI “Complete Relocation of Existing Sanitary Sewers”.

2. Appendix 2 - Particular Specifications for Supply and Installation of Water Pipelines:

This Appendix represents MEW specifications referred to in Division 2, Sections I “Design” and VII “Complete Relocation of Existing Water Pipelines”.

Volume 3:

Appendix 3 - Particular Specifications for Telephone Works:

This Appendix represents MOC specifications referred to in Division 2, Sections I “Design” and VIII “Complete Relocation of Existing Telephone (PTT) Services”.

Volume 4 – Appendices (4 to 7):

1. Appendix 4 - Particular Specifications for Street Lighting:

This Appendix represents MEW specifications referred to in Division 2, Sections I “Design” and IX “Complete Relocation of Existing Street Lighting”.

2. Appendix 5 - Particular Specifications for Overhead (O/H) and Underground (U/G) High Tension

Cables - Supply and Installation of 132 KV and 33 KV Oil Filled Power Cables, Pilot Cables and Accessories:

This Appendix represents MEW specifications referred to in Division 2, Sections I “Design” and X “Complete Relocation of Existing High Tension Electrical Power Lines”.

3. Appendix 6 - Particular Specifications for Overhead (O/H) and Underground (U/G) Medium

Tension Cables and Low Tension Cables - Supply and Installation of 11 KV and Low Tension Power Cables:

This Appendix represents MEW specifications referred to in Division 2, Sections I “Design” and XI “Complete Relocation of Existing Medium and Low Tension Electrical Power Lines”.

4. Appendix 7 - Particular Specifications for Supply and Installation of Traffic Signal Systems:

This Appendix represents MOI specifications referred to in Division 2, Sections I “Design” and XII “Traffic Control System”.

Volume 5:

Appendix 8 - Design and Construction Requirements for Relocation and Protection of Existing Oil and Gas Pipelines:

1. Part (A) – Saudi Arabian Chevron (SAC) Pipelines:

This part represents Particular Requirements, SAC Standards and Specifications, Quantitative Risk Assessment and List of Approved Contractors referred to in Division 2, Sections I “Design” and XIII “Complete Relocation of Existing SAC Crude Oil Pipelines and Fibre Optic Cables”;

2. Part (B) – Kuwait Oil Company (KOC) Pipelines:

This part represents Particular Requirements, KOC Standards and Specifications and Quantitative Risk Assessment referred to in Division 2, Sections I “Design” and XIV “Complete Protection of Existing KOC Fuel Oil and Gas Pipelines”.

Volume 6:

Appendix 9 - Lists of Approved Specialist Subcontractors and Suppliers:

This Appendix represents the Specialist Subcontractors and Suppliers approved by the relevant Ministries and Authorities to carry out the specialized works referred to in various sections of Division I.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-4

GEN. 4 REQUIREMENTS FOR CONTRACTOR’S DESIGN AND SHOP DRAWINGS

The Contractor‟s Design and Shop Drawings shall be prepared and checked in accordance with clause I.1 “Design” of Division 2 of this Document - Particular Specifications and Document (II-1-a) - General Specifications for Motorways as modified by and in accordance with the requirements of this Document (Section GEN. 8 herein, Section 110.06 of Division 3, etc).

All submittals shall ultimately be issued to the Engineer for review and approval in accordance with the Contract Documents.

GEN. 5 SOIL INVESTIGATIONS REPORT

Soil Investigations Report is provided in Document (IV) for interest and information only. Opinions, advice, data and conclusions contained in this report shall not be relied on by the Contractor unless the Contractor verifies and accepts such opinions, advice, data and conclusions as his own. The Contractor shall assume full responsibility for the use of this Report; no claims by the Contractor shall arise from the use of this report.

The Contractor shall review this report and carry out Additional Soil Investigations as necessary under Section I “Design” of Division 2 of this Document.

GEN. 6 PAYMENT

Payment of all the Bills of Quantities (BOQ) Items listed in the BOQ shall be made on a fixed lump sum basis as per the Particular Specifications, Division 2 - Description of the Works of this Document and other Contract Documents.

Application for Interim Payments can be made with monthly invoicing based on percentage completion of the BOQ Item as determined by the Engineer, taking into consideration the Schedule of Values prepared by the Contractor and included in Document (III-4) - Bills of Quantities, which provide an appropriate breakdown for each of the Lump Sum rates listed in the BOQ.

Interim Payments for the pre-stressed concrete bridge deck portion may be based on the stages of completion as shown in the table below, provided that any completed stage is carried out to the satisfaction of the Engineer.

Stage of Completion % Partial Payment

% Total payment

Soffit shuttering erected and levelled 15 15

Concrete to bottom slabs and webs completed

25 40

Stressing, grouting and protection of anchorages completed

40 80

Dismantling of shuttering and completion of works in accordance with Specifications

20 100

In the event of different sequences of forming and/or pouring operations, the Engineer may consider altering the percentage completion listed above.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-5

GEN. 7 CLAUSES/ITEMS NOT COVERED

For any requirements, material, equipment, testing, plant, works or process not covered in the Contract Documents (General Specifications, Particular Specifications, etc), the Contractor shall use the latest AASHTO (including AASHTO LRFD), ASTM or BS Specifications in the respective order listed to the Engineer‟s approval.

GEN. 8 GENERAL REQUIREMENTS

Before submitting his tender, the Contractor shall review the Contract Documents and carry out necessary site visits, surveys, investigations and coordination with relevant authorities as appropriate to satisfy himself that he is fully aware of the conceptual information and minimum requirements noted on these documents, the nature of site, ground and subsoil, the design requirements, standards, specifications and criteria and the requirements and specifications of relevant authorities (KM, MEW, MOI, MOC, PAAAFR, SAC, KOC, etc) and the periods required by them and the Engineer for review/approval of the Design and the shop drawings in order to be included in his work program, as well as the nature of the works and resources and quantities necessary for the successful completion of works, which include the Design and Construction of all the Works.

It is to be noted that failure of the Contractor to comply with the above requirements means that he will not be entitled to any claim in connection with the above.

The Contractor shall coordinate between all work items and activities under the Contract as well as any work being or to be carried out by others on adjacent roadways, utilities, installations, structures, etc and shall allow in his work program for/and carry out all ancillary works necessary for interface with them to the Engineer‟s approval.

This Contract includes the requirements of the relevant authorities (such as MEW, MOC, MOI, SAC, KOC, etc), which are listed in the Appendices to this Document (III-2) and in Document (III-3) - Conceptual Design Drawings. The Contractor is responsible for obtaining from the relevant authorities the latest updates of each of these particular requirements, specifications and typical drawings and for compliance with them in both the design and construction works. In case of any conflict between the requirements listed in this Document (Particular Specifications) and the latest updates of these particular specifications and typical drawings, the requirements of the latter shall prevail.

The Contractor shall also fully comply with the following requirements, which shall apply to all work items as appropriate:

1. Contractor’s Design and Shop Drawings:

The Contractor‟s Design shall be carried out for temporary or permanent works related to any work item (including the Design specified in clause I.1 in Division 2 of this Document) as required by the Contract Documents or as instructed by the Engineer, if – in the Engineer‟s determination – it is necessary for the successful completion of the works.

The Contractor is responsible for preparation of detailed shop drawings for all aspects of the works, including bar bending schedules where reinforcement is required in accordance with the approved Design for the Engineer‟s approval.

Any design work for temporary or permanent works provided by the Contractor as well as shop drawings shall be prepared and checked in accordance with Section GEN. 4 “Requirements for Contractor‟s Design and Shop Drawings” herein.

2. Coordinates and Setting-out:

All coordinates given are based on a local grid. To adjust local coordinates grid to KTM coordinates, 3,000,000 (three million) metres shall be added to local grid northing.

All setting-out information provided is based on local coordinates. Details of local grid Permanent Ground Markers are provided with this Contract and shall be used.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-6

3. Survey and Setting-out:

Prior to excavation work or construction, the Contractor shall perform survey and setting-out of the work area and prepare detailed plans showing existing and proposed finished levels along Kerb (curb) lines, profile grade lines, outside limits/face for all structures (vehicular and camel crossing bridges, reinforced earth ramps/MSE retaining walls, etc) at a maximum of five (5) metre intervals.

The Engineer can instruct the Contractor to modify proposed finished levels and adjust the dimensions of any of the structures or roads or utilities, etc. accordingly at no additional cost to the Employer.

4. Existing Utilities and Site Obstructions:

Prior to commencement the works, the Contractor shall be responsible for carrying out site investigations and coordinating with all relevant authorities and digging trial holes as necessary to locate, expose and verify any obstructions and the existing utilities in order to accurately determine the exact proposed location, depth, type, size of the utilities and associated structures and road facilities and shall take necessary safety and construction measures for the protection of both new and existing utilities and structures to the approval of the relevant authorities and the Engineer.

After verification, the Contractor shall modify the design including the location, length, size, slope, inlet and outlet invert levels for each diversion and the location, type, size and level of proposed associated structures, if required, to the approval of relevant authorities and the Engineer.

The Contractor‟s design shall allow for avoiding conflicts with all site obstructions, whether shown on the Drawings or not, at no additional cost or time to the Employer. Any conflicts found shall be reported to the Engineer.

Works in the Vicinity of Existing SAC and KOC Pipelines

Any construction works carried out by the Contractor in the vicinity of existing underground and above ground SAC crude oil and KOC fuel oil and gas pipelines shall be coordinated with SAC or KOC as appropriate.

The Contractor shall fully comply with the requirements and recommendations noted in Parts (A) and (B) Appendix 8, including but not limited to the risk control and reduction measures listed in Section 6.4 – Recommendations of the Quantitative Risk Assessment (QRA) Study for SAC and Section 7.6 – Recommendations of the QRA Study for KOC, such as development and implementation of Major Accident Hazard (MAH) emergency plan, preparedness for toxic release, provision of physical protection (berms, safe corridor vehicular barriers around the location where the pipeline crosses the road, etc as required) of the pipelines from external physical loads (accidental excavation, heavy impact, external interference/diversion from the traffic route of vehicles, etc) and other requirements and measures as appropriate.

5. Removal of Street Furniture:

Unless the Contractor is approved by the relevant authorities for removal of street furniture, specialist Subcontractor(s) approved by the relevant authority/authorities shall carry out the work(s) as required by the Engineer.

If existing ground facilities and street furniture are temporarily removed by the Contractor to allow for completing the works as required by the Contract Documents or as instructed by the Engineer, the Contractor shall be responsible for refurbishing as required and reinstating the removed facilities to their original locations or as instructed by the Engineer in accordance with clause 207.07.12 “Removal of Street Furniture of the General Specifications for Motorways”.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-7

6. Construction, Material and Quality Assurance:

Construction, material and quality assurance requirements shall be in accordance with the relevant sections and clauses of the General Specifications for Motorways as modified in the Particular Specifications and as noted in Section GEN. 7 “Clauses/Items not Covered” herein.

7. Submittal Requirements:

In addition to submittal requirements listed in other parts of the Contract Documents, the following is required:

a. Pre-Construction

Design Calculations and Drawings, as required and Shop Drawings

The Contractor shall submit design calculations and drawings related to his design as required, addressing all of the specified design requirements including temporary works, as well as detailed shop drawings with all necessary additional details for every item of the Works for the Engineer‟s approval.

Method Statement

The Contractor shall submit detailed method statement for every item of the Works showing, as a minimum, the following:

i. Detailed program showing stages/interface between different elements and sequence of performing the works including the Design, construction, temporary traffic management measures, review/approval periods and any periods of disconnection of services with approval from relevant authorities.

ii. Locations of approved dumping areas, borrow pits and access/haul roads.

iii. Construction methods (as required) for:

- Earth works (excavation and backfilling, dewatering, sub-grade preparation, aggregate sub-base and base courses, protection of existing structures/buildings, roads and utilities, treatment of existing pipes and structures to be removed or relocated, etc);

- Asphalt works;

- Concrete works;

- Pre-stressed concrete works;

- Metal works, including overhead sign gantries, etc;

- Pipe line (including oil and gas pipelines) construction works, including treatment of existing services to be removed or relocated and associated structures, items and procedures (pipe laying, sleeves, encasement, gullies, manholes, valve chambers, hydrostatic testing including working and test pressure tests, proposals and procedures for connection to existing pipes/network including temporary connections as necessary, to maintain the system running prior to final connection, for maintaining flow in existing utilities and for disconnecting an existing pipe and connecting to a temporary or permanent pipe, etc);

- Electrical works, including reconstruction of existing street lighting services and HT, 11 KV and LT underground and overhead electrical cables to be removed or relocated and associated structures (duct laying, new manholes and hand holes, etc), cabling works and connection (including temporary connections) to existing cables and networks, etc;

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-8

- Traffic markings and signs (lane markings and studs, overhead sign gantries and post mounted signs and sign fascias, etc);

- Traffic Control, including traffic control systems at junctions, area traffic control (ATC) devices, etc;

- Landscaping and irrigation works, etc;

- Any other works.

iv. List of major plant, equipment, labour, materials (including properties, source, etc.) and testing procedures and process to be used.

b. Post-Construction

The Contractor shall submit As-Built Drawings in accordance with the General Specifications for Motorways as modified by the Particular Specifications.

The Contractor shall carry out all testing and inspections, as required.

The cost for the above noted general requirements is deemed to be included as incidental items to BOQ work items as appropriate and no separate payment shall be made for compliance with these requirements.

GEN. 9 PARTICULAR REQUIREMENTS

In addition to the General Requirements specified in Section GEN. 8 herein, the following particular requirements shall apply to the work items noted in the sections of Division 2 - Description of the Works of this Document as appropriate:

1. Earth Works:

a. General

The description and requirements shall be in accordance with the General Specifications for Motorways, Section 2 “Earth Works” as modified by the Particular Specifications.

Excavation work shall have no impact on any surrounding structures/buildings, properties and roads.

Earth works for the removal of existing pipelines/cables/culverts or laying of proposed pipelines/cables or construction of culverts works shall include cutting and reinstatement of existing roadway pavement (if any) as required; and accordingly shall include necessary traffic management to the Engineer‟s approval to allow traffic to continue during these works. Cost of these requirements is deemed to be included in the lump sum rates provided in the Bills of Quantities.

b. Excavation (including Structure and Trench Excavation) and Backfilling

Excavation shall be carried out mechanically or manually in any material at any depth and shall include dewatering, safety measures, support of excavation and protection of adjacent structures/buildings and roads (where necessary) and disposal of surplus excavated material and debris as instructed by the Engineer and shall have no impact on any surrounding structures/building or roads.

Unless in rock, the last 150mm of excavation for structures shall be carried out by hand and any final load-bearing material disturbed by mechanical excavation shall be re-compacted to at least 95% of maximum dry density.

The excavation shall be free of water and the sub-grade/foundation shall be prepared in accordance with the Specifications and Engineer‟s instructions.

Unless otherwise specified in the Contract Documents or directed by the Engineer, unapproved over-excavation shall be reinstated to the specified sub-grade/foundation

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-9

level and to the satisfaction of the Engineer using suitable material compacted at least 95% of maximum dry density or Class K140 concrete as instructed by the Engineer at no additional cost to the employer or extension of time.

Unless otherwise specified in the Contract Documents or directed by the Engineer, all debris, surplus material and unsuitable material are to be taken to a designated dumping site or stockpile approved by the Engineer.

Blinding concrete shall not commence before the inspection of the structure excavation and approval of the foundation by the Engineer.

Backfilling shall not be carried until the buried structure, including Waterproofing and protective painting (if any) and all related items are completed and approved by the Engineer.

Dewatering shall be carried out and temporary support of excavated earth shall be provided as necessary for all types of excavation until the completion of the backfilling.

All excavation and backfilling works shall also include:

i. Excavation in rock to any depth, removal and hauling to approved dumping areas as directed by the Engineer in accordance with clause 203.07 “Rock Excavation” of the General Specifications for Motorways;

ii. Excavation, removal and replacement of unsuitable material below sub-grade level of all excavations and in trench foundations of all pipe works and cable works to any depth where directed by the Engineer. The Contractor shall cart away and dispose and replace/restore to the original sub-grade or trench foundation levels with other approved suitable surplus material or imported material from approved borrow pits in layers not exceeding 150 mm compacted thickness to the density specified as provided for in clause 203.12 “Compaction” of the General Specifications for Motorways and as instructed by the Engineer.

iii. Excavation and removal of unsuitable material below structure excavation of all excavations to any depth, cart away and dispose and replace with Class K140 Concrete to the original foundation level.

Unsuitable material shall satisfy the requirements of the relevant Clauses in Section 2 “Earthworks” of the General Specifications for Motorways and as directed by the Engineer.

c. Trench Excavation for Pipe and Pipe Duct Laying and Cable Installation

In addition to the requirements in item b. above, the excavated trench shall accommodate the specific pipe outer diameter and bedding and the cable installations requirements as specified and shall be kept free of water until the backfilling and other related works are completed. The foundation for the pipe and cable bedding shall be prepared in accordance with the Specifications and the Engineer‟s instructions.

d. Trench Backfilling for Pipes, Pipe Ducts and Cables

Backfilling of the excavated trench shall not be carried until laying of pipes and pipe ducts and installation cables is completed and approved by the Engineer.

All backfilling operations (material, compaction, etc.) shall be appropriate for the material type of the installed pipes and cables.

Backfilling shall be carried out using selected uniformly graded sandy material having no stone or clay lumps or foreign material to the heights and limits shall be in accordance with the specifications and requirements and typical drawings of the relevant authorities.

Subsequent backfilling with natural soil above the imported selected sandy material shall be in accordance with the General Specifications for Motorways.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-10

e. Laying of Pipes, Pipe Ducts and Cables

Laying and bedding of pipes, pipe ducts and cables shall only commence after the inspection and approval by the Engineer of the trench excavation and foundation.

f. Dewatering

The Contractor shall design, supply, implement, operate and remove on completion of the Works dewatering systems as necessary to allow excavation and construction of the Works. The dewatering system and procedures shall be developed to ensure that adjacent structures/buildings and roads are not adversely affected. Due to lowering the groundwater levels and subsequent changes in pore water pressures, dewatering will change the stress conditions in the soils surrounding any of the excavations, therefore, adjacent foundations may be subject to settlements. When adjacent structures/buildings or roads fall within the dewatering zone, a settlement-monitoring and reporting regime shall be established by the Contractor to the approval of the Engineer.

Where - during the Design - Dewatering is deemed to adversely affect adjacent structures/buildings or roads, the extent of dewatering shall be minimized or other measures shall be taken to prevent adverse effects.

It will be the Contractor‟s responsibility to develop the details for safe dewatering. No damage to surrounding structures/buildings or roads is allowed. In case of any damage, it will be repaired to the Engineer‟s satisfaction at the expense of the Contractor. The Contractor shall carry out all protection and safety measures necessary to protect the surrounding structures.

The Contractor‟s proposed dewatering system, settlement-monitoring regime, measures, etc. that are necessary to successfully complete this Work as per Contract Documents shall be submitted to the Engineer for approval.

Prior to the commencement of any excavation or dewatering works, the Contractor shall facilitate and arrange a joint visual structural inspection of the adjacent existing structures/buildings, properties and roads, with an inspection team from the Kuwait Municipality (KM) or its representative. A report, including photographic records, shall be prepared by the Contractor for the condition of such adjacent structures/buildings, properties and roads. The report shall be distributed to the Engineer, owners of the buildings and properties and relevant authorities.

Any dewatering system proposed by the Contractor shall be compliant with all of the Environment Public Authority (EPA) requirements and the Contractor shall be responsible for obtaining all permissions, permits, licences etc. and for paying all fees and costs in connection with the treatment and or disposal of extracted groundwater.

g. Temporary Excavation Support Systems

Where the excavation is adjacent to existing structures/buildings or roads, it may be necessary to support these structures/buildings and roads from the excavation with the use of appropriate methods (sheet piles or other temporary methods) to the Engineer‟s approval.

The Contractor shall design, supply, install, maintain and remove on completion of the works of all temporary excavation support systems and he shall determine soil parameters necessary for this design.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-11

2. Concrete Works:

The description and requirements shall in accordance with Section 5 “Concrete Works” and other relevant sections and clauses of the General Specifications for Motorways as modified by the Particular Specifications.

a. Concrete Protection against Aggressive Environment

The groundwater and the soil are generally sulphate rich due to the presence of gypsum and other minerals within the soils, and will therefore be aggressive towards concrete. Thus it will be necessary to design buried concrete structures below and up to one (1) metre above finished ground line to withstand sulphate and other chemical attack. The Contractor is given an option to select the concrete mix design and protection measures that are most economical as long as it is in compliance with the below noted requirements.

In addition to concrete strength and other requirements listed in the General Specifications for Motorways, Concrete Mix has to be designed in accordance with the requirements of (UK) Building Research Establishment (BRE) Special Digest (Parts 1 to 4) „CONCRETE IN AGGRESSIVE GROUND‟. This guide is published in the UK by Construction Research Communications Limited.

The following minimum design parameters shall be used:

i. Structural Performance Level SPL = HIGH (Long Service Life)

ii. DS class for the soil DS-4

iii. Aggressive Chemical Environment for Concrete (ACEC) = AC-4

The above parameters are minimum requirements. The Contractor shall verify for himself that they meet site requirements.

The above requirements shall apply to all underground concrete structures except Tension Piles.

Concrete for Tension Piles shall comply with Design Chemical Class DC-4m** of Table 6 of the (UK) Building Research Establishment (BRE) Special Digest (Parts 1 to 4) „CONCRETE IN AGGRESSIVE GROUND‟ in which case no APM (Additional Protective Measures) will be required. This guide is published in the UK by Construction Research Communications Limited.

Notwithstanding the above noted requirements of this Item and other Clauses/Items regarding the Waterproofing and Protective Painting to External Concrete Surfaces, etc in the Contract Documents, the Contractor shall comply, as appropriate, with the MPW Decree regarding Protection of Structures against Underground Water attached at the end of this Division.

In this regard, in case of any conflict between the requirements of the above noted MPW Decree and the requirements listed in the Contract Documents, the most stringent requirements shall apply at the Engineer‟s discretion.

b. Blinding Concrete

Unless otherwise specifically specified, blinding concrete shall be provided under all structural concrete placed on top of ground and shall be smooth finish 100 mm thick to allow for applying the waterproofing membrane.

c. Finishing of Concrete Works

Unless otherwise specifically specified, concrete finishing shall be in accordance with Section 504.05 “Concrete Finishing Works” of the General Specifications for Motorways.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-12

No separate payment shall be made for all concrete finishing works (Classes 1 to 7 and Architectural Treatment, etc), and the cost of which is deemed to be included in the Lump Sum rates in the BOQ (refer to Section 504.05.3 of Division 3 of this Document).

d. Concrete Cover to Reinforcement

Where not shown on the Drawings, clear concrete cover to steel reinforcement shall be as per AASHTO with a minimum of 50 mm for underground structure.

e. Steel Bar Reinforcement

Steel Bar reinforcement shall be to ASTM A615 Grade 400 and shall be incorporated in the reinforced concrete elements in accordance with the Contract Documents and the approved shop drawings and bar bending schedules.

f. Waterproofing and Protective Painting to External Concrete Surfaces

Unless noted otherwise on the Drawings, the following shall apply:

i. Waterproofing: in accordance with the requirements of clause 516 “Protective Membrane” of the General Specifications for Motorways shall be applied to external surfaces below the ground water level.

ii. Protective Painting: in accordance with the requirements of clause 517 “Protective Painting of Concrete‟ of the General Specifications for Motorways shall be applied to external surfaces exposed to soil and above the ground water level as specified in the Contract Documents and the approved Design and where directed by the Engineer.

g. Epoxy Waterproofing to Internal Concrete Surfaces

This work shall consist of removing all debris, cleaning the concrete surfaces and application of epoxy waterproofing seal coat.

Epoxy waterproofing seal coat shall be a two-component, epoxy-resin, waterproofing system for application to Portland cement concrete. The coating shall conform to AASHTO M200. The system type, grade, and class shall depend on the condition of intended use. Colour shall be grey or as instructed by the Engineer.

The epoxy waterproofing seal coat shall be applied after properly preparing the concrete surface by water blasting or any other method approved by the Engineer. Before application of the epoxy waterproofing seal coat, any loose material shall be removed and the concrete surfaces shall be cleaned of dirt, grease, form oil, or other foreign material that may have accumulated.

3. Asphalt Works:

The description and requirements shall be in accordance with the General Specifications for Motorways, Section 4 “Asphalt Works” as modified by the Particular Specifications.

Recycled Asphalt Pavement

Asphalt concrete pavement courses (Types I, II, etc) shall be in accordance with the requirements of Clause 414 “Recycled Asphalt Pavement” of the General Specifications for Motorways as modified by Division 3 of this Document.

The uncrushed asphaltic pavement material used in the mixture shall be the salvaged material under clause II.1 “Complete Removal of Existing Asphalt Pavement” herein.

The work shall include necessary hauling, crushing, storing and processing of the salvaged material, addition of new materials and new asphalt cement to the mixture (as specified and as required to obtain an acceptable mix design to the Engineer‟s approval), heating, mixing, hauling

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-13

and placement of mixed material, etc and restoration of stockpile sites, disposal of waste and unusable material to locations approved by the Engineer.

4. Metal Works:

The description and requirements shall be in accordance with the General Specifications for Motorways, Section 12 “Metal Works” as modified by the Particular Specifications.

The cost for the above noted particular requirements is deemed to be included in the rates for the BOQ items under the relevant sections and no separate payment shall be made for compliance with these requirements.

GEN. 10 GENERAL WORK ITEM

The following item shall be carried out by the Contractor to the satisfaction and approval of the Engineer. The cost for this general work item is deemed to be included as incidental items to other works and no separate payment shall be made for this item.

Develop, Implement and Maintain Project Website

The Contractor shall do everything necessary to develop, implement and maintain an Internet Website in Arabic and English for the project. The Website shall be commissioned and made accessible to the public on the Internet.

a. The Contractor shall develop the required website to achieve the following objectives:

i. Build public awareness of the project and its objectives and provide up-to-date information about project's general and specific progress for a wide range of audience;

ii. Increase stakeholders and public awareness about the impact of construction phases on the adjacent areas including displaying information about traffic diversions and detours and providing contact details for general queries and emergency;

iii. Provide an efficient means of informal electronic communication between various stakeholders including electronic mail service; and

iv. Provide a medium for monitoring progress on construction sites through webcams as described elsewhere in the specifications.

b. The Contractor shall perform all necessary activities pertinent to developing the project's website and provide all required resources, computer software and hardware to achieve its objectives including but is not limited to:

i. Purchase, administer, operate and maintain a World Wide Web Internet Domain/Site. The title of the website shall be advised by the MPW.

ii. The Contractor shall review the objectives of the website and liaise with all stakeholders including as a minimum MPW, Kuwait Municipality, MOI, all utility authorities and others as directed by the Engineer. The Contractor shall consider the comments and requests by all stakeholders and subsequently re-define and agree with the Engineer the objectives of the website. Based on the agreed objectives, the Contractor shall determine the website content and the design.

iii. The website shall be developed, planned, designed, and implemented by qualified Information Technology (IT) specialists.

iv. The Contractor shall provide full-time staff of IT professionals and technicians for the entire Contract period and additional two (2) months after Substantial Completion date. The IT staff shall be responsible for maintaining the website, uploading current information about the project and its progress, accommodating queries, concerns and comments by all stakeholders to the satisfaction of the Engineer.

The minimum number of staff required to be based on site is two (2). They shall work under the supervision of the Engineer‟s Representative.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-14

v. The website's minimum storage area shall not be less than Two Hundred Gigabyte (200 Gb)

vi. The Contractor shall include electronic-mail service for not less than two hundred (200) users as directed by the Engineer. The data transfer through electronic mail shall not be less than five hundred Megabyte (500 Mb)

vii. The Contractor shall provide a broadband internet access with minimum speed of 500kb/second to the Site Office and provide a proxy server and wiring to serve forty (40) stations for the for the use of the Engineer and his Representative (Supervision Staff).

viii. The contractor shall liaise and cooperate with MPW and the Engineer to ensure effective and smooth conduct of supervising and monitoring the content and operation of the website by MPW staff.

ix. Within one (1) month from the date of Notice to Proceed, the website shall be made available for Internet public access twenty four (24) hours a day for the entire Contract period and shall be removed only when directed by the Engineer.

Requirements

Prior to commencement of work, the Contractor shall submit, to the Engineer detailed method statement and qualifications of his staff including IT professionals involved in performing the works.

Following contacting all stakeholders and the subsequent review and updating of the objectives, the Contractor shall submit a revised detailed method statement, for the Engineer‟s approval, detailing his approach to the planning, designing, implementing and maintaining the website.

GEN. 11 NOTES ON THE PARTICULAR SPECIFICATIONS AND REQUIREMENTS OF AUTHORITIES LISTED IN THE APPENDICES TO THESE PARTICULAR SPECIFICATIONS

Only specific technical requirements and technical specifications for the specialized parts of the following works shall be in accordance the relevant Appendices 1 to 8:

1. Sanitary and TSE works Appendix 1

2. Water supply works Appendix 2

3. Telephone works Appendix 3

4. Street lighting works Appendix 4

5. HT 132 and 33 KV power cable works Appendix 5

6. 11 KV and LT power cable works Appendix 6

7. Traffic control system works Appendix 7

8. Oil and gas pipeline works Appendix 8

All other matters connected with or impacting on the above works including specifications, contractual and non-technical matters relating to civil works (including but not limited to excavation, backfilling and plain and reinforced concrete, waterproofing, etc), provision of transport and communications, financial/payment, guarantees, maintenance periods, program/schedule of works, time for completion, delay and disruption, time extension, additional works, claims, etc. shall be in accordance with other appropriate Contract Documents.

In Appendices 4, 5 and 6, the term „Purchaser‟ shall mean the Ministry of Electricity and Water (MEW) of the State of Kuwait as a third party.

In all cases, any approval or recommendation or requirement given or requested by a third party will not be valid under this Contract unless submitted by the Contractor to the Engineer and approved by the Engineer.

Unless otherwise specifically noted, warranty, guarantee, maintenance and stocking of parts periods stated in the Appendices shall start from the Substantial Completion date of the Contract.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-15

The Tenderer/Contractor is responsible to coordinate with and obtain from the relevant Authority(s) any Standard Drawing(s) or information, etc noted in any Appendix and not provided with the Contract Documents. Failure of the Tenderer/Contractor to obtain such drawing(s) or information, etc will not entitle him for any delay or additional cost claim.

In case of any ambiguity or conflict between any of the clauses/items of contained in any Appendix, the Contractor shall refer this ambiguity or conflict to the Engineer for clarification and decision.

GEN. 12 ABBREVIATIONS

Reference to a technical society, institution, association or governmental authority is made in the Specifications in accordance with the following abbreviations:

AASHTO American Association of State Highway and Transportation Officials

ACI American Concrete Institute

ANSI American National Standards Institute

ASTM American Society for Testing and Materials

ATC Area Traffic Control

AWS American Welding Institute

AWWA American Water Works Association

BED Building Engineering Department

BOQ Bills of Quantities

BRE Building Research Establishment (UK)

BS British Standards

BSI British Standards Institution

CCTV Closed Circuit Television

CP British Standards Code of Practice

CRSI Concrete Reinforcing Steel Institute

CS Concrete Society

DIN “Deutsches Institute fur Normung”

EHT Extra High Tension Electrical Cables (300 & 400 Kv)

EIA Electronic Industries Association

EN Euro-Norm

EPA Environment Public Authority

FHWA Federal Highway Administration

F.O.C. Fibre Optic Cable

HT High Tension Cables Electrical Cables (132 & 33 Kv)

ICE Institution of Civil Engineers

lEE Institution of Electrical Engineers

IEEE Institute of Electrical and Electronic Engineering

ISO International Standard Organisation

ITS Intelligent Traffic Signal

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-16

KFSD Kuwait Fire Service Directorate

KGOC Kuwait Gulf Oil Company

KM Kuwait Municipality

KOC Kuwait Oil Company

KSS Kuwait Standard Specifications

KTSM Kuwait Traffic Signs Manual

KTM Kuwait Transverse Mercator

LoW Limit of Work

MEW Ministry of Electricity and Water

MOC Ministry of Communication

MOI Ministry of Interior

MPW Ministry of Public Works

NFPA National Fire Protection Agency

PAAAFR Public Authority for Agriculture Affairs & Fish Resources

PCI Pre-stressed Concrete Institute

PTT Post, Telegraph and Telephone

PTZ Camera (Pan, Tilt, Zoom) Camera

RoW Right of Way

SAC Saudi Arabian Chevron Inc.

SIS Swedish Standards Commission

UTM Universe Transverse Mercator

UK DOT United Kingdom Department of Transport

VDE “German Electrical Commission”

VMS Variable Message Sign

GEN. 13: PROGRAM OF WORK

For information, attached in Appendix (1) at the end of Division I (General Descriptions and Requirements) herein an Estimated Construction Schedule (Tentative), where the Contractor can serve as

a guide (if necessary) when preparing the Program of Work stipulated in Article 14-1 (Programs) of Documents II-1 (General Conditions) and II-2 (Particular Conditions) without prejudice to what is stated in

the Contract Documents.

GEN. 14: ADDITIONAL DECLARATION

Appendix (2) at the end of Division I (General Descriptions and Requirements) herein contains a Declaration, which shall be signed and stamped by the Tenderer and submitted with his Tender.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-17

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-18

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-19

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-20

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-21

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-22

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-23

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-24

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

Appendix (1) – Estimated Construction Schedule (Tentative)

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-25

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

Appendix (2) – Additional Declaration

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-26

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 1 - General Descriptions and Requirements

Appendix (2) – Additional Declaration

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 1: Gen-27

(End of Division 1)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2

Contract RA/217

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road

Document (III-2): Particular Specifications

Division 2 Description of the Works

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

INTRODUCTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2

INTRODUCTION

Division 2 - Description of the Works provides description of the main work items, the Contractor‟s Design and shop drawings, submittal requirements, construction requirements and method of payment for each of the Items listed in Document (III-4) - Bills of Quantities.

For ease of referencing, Division 2 is organised in sections and clauses corresponding to the sections and work items listed in the Bills of Quantities.

General Notes:

1. Should the Contractor be prevented from working on any part(s) of the Works at any time by the presence or occupation of a building or structure by a third party or by action(s) of a third party; then he shall immediately notify the Engineer in writing and shall continue to work on such areas of the Works as are available to him and, if requested by the Engineer, shall revise his Program and sequence of Works as appropriate to take into account the said presence or occupation or action(s). Failure of the Contractor to do so will not entitle him for any delay or additional cost claim.

2. The Contractor shall take particular note that overhead electricity cables of up to 400 KV are present within and adjacent to the Works area. In this regard, the Contractor is solely and ultimately responsible to liaise with Ministry of Electricity and Water (MEW), survey the heights of the cables and take all necessary precautions for working and moving persons, plant and equipment under and around these cables at no additional time or cost to the Employer.

3. The Contractor shall take into consideration/coordinate with the current projects for roads 278, 285 and 290.

4. Limit of Work (LoW)

All works under this Contract including temporary works for traffic detours, etc shall be within the Limit of Work (LoW) that is revised in some locations identified in the Conceptual Design Drawings, referred to in the Tender/Contract Documents as the „revised LoW‟ or the „Site‟ (refer to Clause 1.2.4 Review of the Concept Design/Conceptual Design Drawings herein). This revised LoW (all or part thereof) will be handed over to the Contractor by MPW in accordance with Article 42-1 of the General Conditions (Document II-1).

The Contractor is strictly not allowed under any circumstances to use land (for offices/stores or plant or material storage or equipment yard, etc) or carry out any temporary work or traffic detours beyond this revised LoW, unless specifically approved in advance in writing by the Engineer.

5. Reinstatement of Existing Parking Lots, Car Sheds, Gardens, Stairs and Fences, etc portions beyond the revised LoW, if damaged by the Contractor

Reinstatement shall be carried out by the Contractor as necessary and as instructed by the Engineer – to the satisfaction of the Owner of the property/Engineer, and cost of which is deemed to be incidental to the Works and included in the rates for the items listed in the Bills of Quantities.

(End of Introduction)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

TABLE OF CONTENTS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (i)

TABLE OF CONTENTS

SECTION I: DESIGN ............................................................................................................ I-1

I.1 OBJECTIVE ............................................................................................................................. I-1

I.2 MINIMUM WORK ITEMS ........................................................................................................ I-1

I.2.1 Additional Topographic Survey, including Additional Site Investigations to Confirm Location of Existing Utilities I-1

I.2.2 Additional Soil Investigations I-1 I.2.3 Quantitative Risk Assessment (QRA) Study for KOC New Pipelines I-2 I.2.4 Review of the Concept Design/Conceptual Design Drawings I-2 I.2.5 Detailed Design I-3

I.3 MINIMUM REQUIREMENTS .................................................................................................. I-4

I.3.1 General I-4 I.3.2 Detailed Design I-5 I.3.3 Design Program, Completion Period and Cost I-9 I.3.4 Submittal Requirements I-10

I.4 PAYMENT ............................................................................................................................. I-11

SECTION II: SITE CLEARANCE AND DISPOSAL OF DEBRIS ...........................................II-1

II.1 OBJECTIVE ............................................................................................................................ II-1

II.2 MINIMUM WORK ITEMS ....................................................................................................... II-1

II.2.1 Clearing and Grubbing II-1 II.2.2 Removal and Disposal or Stockpiling of Existing Obstructions II-1

II.3 MINIMUM REQUIREMENTS ................................................................................................. II-2

II.4 PAYMENT .............................................................................................................................. II-2

SECTION III: AT-GRADE ROADWAY WORKS ....................................................................III-1

III.1 OBJECTIVE ........................................................................................................................... III-1

III.2 MINIMUM WORK ITEMS ...................................................................................................... III-1

III.2.1 Complete Removal of All Existing Pavements III-1 III.2.2 Complete Construction of Recycled Asphalt Pavement for Proposed

Roadways III-2 III.2.3 Complete Construction of Reinforced Concrete Single Face Vehicular

Barriers Class K350 III-3 III.2.4 Complete Construction of Metal Beam Guard Rails III-3 III.2.5 Complete Construction of Permanent Energy Absorbing Terminal

(E.A.T.) Systems III-3 III.2.6 Complete Construction of At-Grade Chain Link Fencing III-4

III.3 MINIMUM REQUIREMENTS ................................................................................................ III-4

III.4 PAYMENT ............................................................................................................................. III-5

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

TABLE OF CONTENTS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (ii)

SECTION IV: BRIDGE AND RETAINING WALLS WORKS ................................................. IV-1

IV.1 OBJECTIVE ...........................................................................................................................IV-1

IV.2 MINIMUM WORK ITEMS ......................................................................................................IV-1

IV.2.1 Complete Construction of Elevated Vehicular Bridges and Associated Reinforced Earth (RE) Ramps IV-1

IV.2.2 Complete Construction of Elevated Camel Crossing Bridges and Associated Reinforced Earth (RE) Ramps IV-4

IV.3 MINIMUM REQUIREMENTS ................................................................................................IV-7

IV.4 PAYMENT .............................................................................................................................IV-9

SECTION V: HIGHWAY DRAINAGE AND STORM WATER DIVERSIONS ......................... V-1

V.1 OBJECTIVE ............................................................................................................................V-1

V.2 MINIMUM WORK ITEMS .......................................................................................................V-1

V.2.1 Complete Removal of All Existing 1400 mm Diameter Reinforced Concrete Storm Water Pipe Culverts V-1

V.2.2 Complete Construction of Proposed 1400 mm Diameter Reinforced Concrete Storm Water Pipe Culverts V-1

V.2.3 Complete Construction of Proposed Storm Water Drainage System V-2

V.3 MINIMUM REQUIREMENTS .................................................................................................V-3

V.4 PAYMENT ..............................................................................................................................V-4

SECTION VI: COMPLETE PROTECTION OF EXISTING SANITARY PIPELINES .............. VI-1

VI.1 OBJECTIVE ...........................................................................................................................VI-1

VI.2 MINIMUM WORK ITEMS ......................................................................................................VI-1

VI.2.1 Complete Construction of Reinforced Concrete Utility Box Culvert Class K350 to Protect Existing Sanitary Pipelines VI-1

VI.3 MINIMUM REQUIREMENTS ................................................................................................VI-2

VI.4 PAYMENT .............................................................................................................................VI-3

SECTION VII: COMPLETE RELOCATION OF EXISTING WATER PIPELINES .................. VII-1

VII.1 OBJECTIVE ...................................................................................................................VII-1

VII.2 MINIMUM WORK ITEMS ...............................................................................................VII-1

VII.2.1 Complete Removal of Existing Water Pipelines VII-1 VII.2.2 Complete Construction of Proposed Ductile Iron (D.I.) Water Pipelines VII-2 VII.2.3 Complete Construction of Proposed Ductile Iron (D.I.) Water Pipelines

inside Utility Box Culvert VII-3 VII.2.4 Complete Construction of Reinforced Concrete Utility Box Culverts Class

K350 to Protect Existing Water Pipelines VII-4 VII.2.5 Complete Construction of Reinforced Concrete Utility Box Culverts

Class K350 VII-5

VII.3 MINIMUM REQUIREMENTS .........................................................................................VII-6

VII.4 PAYMENT ......................................................................................................................VII-7

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

TABLE OF CONTENTS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (iii)

SECTION VIII: COMPLETE RELOCATION OF EXISTING TELEPHONE (PTT) SERVICES.................................................................................................... VIII-1

VIII.1 OBJECTIVE ..................................................................................................................VIII-1

VIII.2 MINIMUM WORK ITEMS ..............................................................................................VIII-1

VIII.2.1 Complete Removal of Existing PTT Cables, Ducts and Associated Structures VIII-1

VIII.2.2 Complete Construction of Proposed PTT Ducts and Associated Structures VIII-2

VIII.2.3 Complete Supply and Installation of Proposed PTT Cables and Cabinets VIII-2

VIII.3 MINIMUM REQUIREMENTS ........................................................................................VIII-3

VIII.4 PAYMENT .....................................................................................................................VIII-4

SECTION IX: COMPLETE RECONSTRUCTION OF EXISTING STREET LIGHTING ......... IX-1

IX.1 OBJECTIVE ...........................................................................................................................IX-1

IX.2 MINIMUM WORK ITEMS ......................................................................................................IX-1

IX.2.1 Complete Removal of Existing Street Lighting System IX-1 IX.2.2 Complete Construction of Proposed Street Lighting System IX-2 IX.2.3 Supply and Installation of Complete Under Crossing Lighting Systems IX-2 IX.2.4 Supply and Installation of Complete Overhead Sign Lighting Systems IX-3 IX.2.5 Supply of Spare Parts IX-3 IX.2.6 Maintenance of Permanent Lighting System and Final Acceptance

Inspection IX-4

IX.3 MINIMUM REQUIREMENTS ................................................................................................IX-4

IX.4 PAYMENT .............................................................................................................................IX-5

SECTION X: COMPLETE RELOCATION OF EXISTING UNDERGROUND (U/G) AND OVERHEAD (O/H) HIGH TENSION ELECTRICAL POWER LINES ............... X-1

X.1 OBJECTIVE ............................................................................................................................X-1

X.2 MINIMUM WORK ITEMS .......................................................................................................X-1

X.2.1 Complete Removal and Recovery of Existing Underground (U/G) High Tension (HT) 33 KV and 132 KV Electrical Power Lines X-1

X.2.2 Complete Construction of Proposed Underground (U/G) High Tension (HT) 33 KV Electrical Power Lines X-2

X.2.3 Complete Conversion of Existing Overhead (O/H) High Tension (HT) Electrical Power Lines to Underground (U/G) Power Lines X-2

X.3 MINIMUM REQUIREMENTS .................................................................................................X-4

X.4 PAYMENT ..............................................................................................................................X-5

SECTION XI: COMPLETE RELOCATION OF EXISTING 11 KV ELECTRICAL POWER LINES AND LOW TENSION CABLES ........................................................... XI-1

XI.1 OBJECTIVE ...........................................................................................................................XI-1

XI.2 MINIMUM WORK ITEMS ......................................................................................................XI-1

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

TABLE OF CONTENTS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (iv)

XI.2.1 Complete Removal and Recovery of Existing Underground (U/G) 11 KV Electrical Power Lines and Low Tension Cables, and 11 KV Overhead (O/H) Power Lines XI-1

XI.2.2 Complete Construction of Proposed Underground (U/G) 11 KV Electrical Power Lines and Low Tension Cables and for Existing, Future and Temporary Cables XI-2

XI.2.3 Complete Conversion of Existing Overhead (O/H) 11 KV Electrical Power Lines to Underground (U/G) Power Lines XI-2

XI.3 MINIMUM REQUIREMENTS ................................................................................................XI-3

XI.4 PAYMENT .............................................................................................................................XI-4

SECTION XII: COMPLETE RELOCATION OF EXISTING SAC CRUDE OIL PIPELINES AND FIBRE OPTIC CABLES ........................................................................ XII-1

XII.1 OBJECTIVE ...................................................................................................................XII-1

XII.2 MINIMUM WORK ITEMS ...............................................................................................XII-1

XII.2.1 Complete Removal of Existing Above Ground Steel Crude Oil Pipelines XII-1 XII.2.2 Complete Removal of Existing Underground Steel Crude Oil Pipelines XII-1 XII.2.3 Complete Removal of Existing Underground Fibre Optic Cable XII-2 XII.2.4 Complete Construction of Proposed (Relocated) Above Ground Steel

Crude Oil Pipelines XII-2 XII.2.5 Complete Construction of Proposed (Relocated) Steel Crude Oil

Pipelines inside Utility Box Culvert XII-3 XII.2.6 Complete Construction of Proposed (Relocated) Fibre Optic Cable XII-4 XII.2.7 Complete Construction of Proposed (Relocated) Fibre Optic Cable inside

Utility Box Culvert XII-5 XII.2.8 Complete Construction of Reinforced Concrete Underground Utility Box

Culverts Class K350 XII-5

XII.3 MINIMUM REQUIREMENTS .........................................................................................XII-6

XII.4 PAYMENT ......................................................................................................................XII-7

SECTION XIII: COMPLETE PROTECTION OF EXISTING KOC FUEL OIL AND GAS PIPELINES AND MITIGATION MEASURES FOR NEW PIPELINES ........... XIII-1

XIII.1 OBJECTIVE ..................................................................................................................XIII-1

XIII.2 MINIMUM WORK ITEMS ..............................................................................................XIII-1

XIII.2.1 Complete Construction of Reinforced Concrete Utility Main and Box Culverts Class K350 to Protect Existing KOC Fuel Oil and Gas Pipelines XIII-1

XIII.2.2 Mitigation Measures as Required by the QRA Study for New Pipelines XIII-2

XIII.3 MINIMUM REQUIREMENTS ........................................................................................XIII-3

XIII.4 PAYMENT .....................................................................................................................XIII-3

SECTION XIV: TRAFFIC MARKINGS AND SIGNS ........................................................ XIV-1

XIV.1 OBJECTIVE ................................................................................................................. XIV-1

XIV.2 MINIMUM WORK ITEMS ............................................................................................. XIV-1

XIV.2.1 Complete Construction of Road Markings XIV-1 XIV.2.2 Complete Construction of Overhead Sign Gantries XIV-1

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

TABLE OF CONTENTS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (v)

XIV.2.3 Complete Construction of Post mounted Signs XIV-2

XIV.3 MINIMUM REQUIREMENTS ....................................................................................... XIV-3

XIV.4 PAYMENT .................................................................................................................... XIV-5

SECTION XV: TRAFFIC CONTROL SYSTEM ..................................................................... XV-1

XV.1 OBJECTIVE .................................................................................................................. XV-1

XV.2 MINIMUM WORK ITEMS .............................................................................................. XV-1

XV.2.1 Complete Supply and Installation of Traffic Control System and Emergency Vehicle Gates along Nawaseeb Road XV-1

XV.2.2 Complete Construction of Spare Ducts and Associated Hand Holes for Future Cables XV-3

XV.3 MINIMUM REQUIREMENTS ........................................................................................ XV-4

XV.4 PAYMENT ................................................................................................................... XV-13

SECTION XVI: MAINTENANCE AND PROTECTION OF TRAFFIC (MPT) DURING CONSTRUCTION ......................................................................................... XVI-1

XVI.1 OBJECTIVE ................................................................................................................. XVI-1

XVI.2 MINIMUM WORK ITEMS ............................................................................................. XVI-1

XVI.2.1 Complete Construction of Detours and Diversions XVI-1

XVI.3 MINIMUM REQUIREMENTS ....................................................................................... XVI-3

XVI.4 PAYMENT .................................................................................................................... XVI-6

SECTION XVII: LANDSCAPING AND IRRIGATION WORKS ........................................ XVII-1

XVII.1 OBJECTIVE ................................................................................................................ XVII-1

XVII.2 MINIMUM WORK ITEMS ............................................................................................ XVII-1

XVII.2.1 Complete Construction of Soft Landscaping and Associated Irrigation Works XVII-1

XVII.2.2 Complete Construction of Hard Landscaping XVII-2

XVII.3 MINIMUM REQUIREMENTS ...................................................................................... XVII-2

XVII.4 PAYMENT ................................................................................................................... XVII-3

SECTION XVIII: ENVIRONMENTAL PROTECTION ..................................................... XVIII-1

XVIII.1 OBJECTIVE ............................................................................................................... XVIII-1

XVIII.2 MINIMUM WORK ITEMS ........................................................................................... XVIII-1

XVIII.2.1 Implementation of Necessary Environmental Protection Measures XVIII-1

XVIII.3 MINIMUM REQUIREMENTS ..................................................................................... XVIII-1

XVIII.4 PAYMENT ................................................................................................................ XVIII-63

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION I: DESIGN

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (I-1)

SECTION I: DESIGN

I.1 OBJECTIVE

The objective of the works under this Section is to provide complete safe Final Design of all disciplines and components of the project on the basis of the Conceptual Design Drawings and in accordance with the specified standards, specifications, criteria and the Contract Documents, checked and certified by an approved Independent International Consultant Checker to the satisfaction and approval of the Engineer and relevant authorities (referred to in the Tender/Contract Documents as the ‘Design’). Under this Section, the Contractor shall provide everything necessary, including material, labour, and equipment to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents.

I.2 MINIMUM WORK ITEMS

In addition to the review of the Contract Documents that shall be carried out by the Contractor; as a minimum, the works under this Section, the „Design‟ shall include the following items:

I.2.1 Additional Topographic Survey, including Additional Site Investigations to Confirm Location of Existing Utilities

All survey information including levels shown on the Conceptual Design Drawings is approximate. The Contractor shall review this information and levels and carry out additional topographic survey and additional site investigations to confirm location of existing utilities and features, as necessary, in order for the Contractor to be able to successfully carry out the Design.

These survey and additional site investigations works shall be carried out by a qualified survey firm/or senior surveyor approved by the Engineer.

All field works will be carried out using state of the art high precision surveying equipment and all office work will be performed using quality software that allows accurate and fast computations.

This additional topographic survey and additional site investigations shall be adequate and sufficiently comprehensive to establish the criteria and basis required for the Contractor to be able to successfully carry out the Design.

I.2.2 Additional Soil Investigations

The Contractor shall carry out additional soil investigations as necessary to the Engineer‟s satisfaction.

These soil investigations shall be carried out by a qualified soil investigation firm approved by the Engineer.

These additional soil investigations shall be adequate and sufficiently comprehensive to establish the criteria and basis (bearing capacity, compressibility, permeability, etc.) required for the design of all foundations, embankments, pavement structures, etc. in order for the Contractor to be able to successfully carry out the Design.

The requirements for Soil Borings and Undisturbed Soil Samples shall be in accordance with clause 203.14 “Borings” of Section 2 “Earth Works” of the General Specifications for Motorways as modified as follows:

1. The boreholes shall be carried out at several locations, with minimum depth of twenty (20) metres at locations of structural foundations or as approved by the Engineer.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION I: DESIGN

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (I-2)

2. The boreholes shall be drilled using rotary wash or similar method. This work includes sampling of Standard Penetration Tests (SPTs) at one (1) metre intervals and measurement of groundwater levels. SPTs must be carried out in strict accordance with either the ASTM standards or BS 1377.

3. All boreholes shall be logged by a competent engineering Geologist/Geotechnical Engineer with adequate experience in such works. The logging will be carried out to the latest edition of BS 5930.

4. The diameter of the borehole shall be adequate to allow taking undisturbed soil samples at any depth using Dames and More U Sampler (ASTM D3551).

5. Samples shall be taken - at any depth - during boring operation. The Contractor shall collect the samples, place them in proper containers labelled clearly, and deliver them for testing to the location(s) approved by the Engineer.

6. The Contractor shall backfill the boreholes with sand cement grout approved by the Engineer.

I.2.3 Quantitative Risk Assessment (QRA) Study for KOC New Pipelines

Under this Item, the Contractor shall carry out QRA Study, including recommendations for necessary mitigation measures (protection works, adjustment of the conceptual design, etc) for the KOC new pipelines of KOC new Projects EF/1760 and EF/1669, which are planned to be carried out by KOC contractor(s) under other contracts. Before submitting his tender, the Contractor shall obtain officially from KOC the design parameters, locations, requirements, etc for the new pipelines (which shall be considered part of the Tender/Contract Documents) to satisfy himself that he is fully aware of all information necessary for him to carry out successfully the required QRA Study as noted in Part (B) - KOC Pipelines, Kuwait Oil Company (KOC) Particular Specifications of Appendix 8 regarding these new pipelines, as well as the mitigation measures as required by this QRA Study. The QRA Study shall be carried out in accordance with KOC requirements by a specialist company to be approved by KOC. The QRA Study shall be approved by KOC before any construction works is commenced in the areas of interface with these new pipelines.

Coordination with KOC and their contractor(s)

In case construction of the above noted KOC new pipelines is carried out by others during the construction period of this Contract, the Contractor shall coordinate with KOC and their contractor(s). The Contractor shall also allow the KOC contractor(s) to carry out the construction of these new pipelines inside the limits (RoW) of this Contract and hand over to them the portion/portions necessary for to the construction of these works on temporary basis for a specific period to be approved by KOC and the Engineer.

In this regard, the Contractor shall update his work program as appropriate and submit to the Engineer for approval.

It is to be noted that failure of the Contractor to comply with the above requirements means that he will not be entitled to any claim in connection with the above.

I.2.4 Review of the Concept Design/Conceptual Design Drawings

Under this item, the Contractor shall review the Limit of Work (LoW) Plans that are revised in some locations included in the Conceptual Design Drawings, referred to in the Tender/Contract Documents as the „revised LoW‟ or the „Site‟ and carry out all revisions to other concept design/conceptual design drawings as necessary in order for all work disciplines (highway, utilities, utilities reservations, etc), as well as temporary works for traffic detours, etc to fall within the revised LoW to the approval of the relevant authorities and Engineer.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION I: DESIGN

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (I-3)

I.2.5 Detailed Design

Under this Item, the Contractor shall develop and modify the concept design/conceptual design drawings (revised and approved as noted in item 1.2.4 above) into a fully detailed design complying with the relevant Design Requirements, Specifications and Criteria and the Minimum Requirements listed in this Contract and shall be approved by relevant authorities as appropriate. Detailed Design shall include detailed drawings and calculations and shall be prepared for the following disciplines, as a minimum:

1. Highway.

2. Structural.

3. Storm Water Drainage.

4. Utilities, including but is not limited to:

a) Sanitary force main and treated sewage effluent;

b) Water;

c) Telephone (PTT);

d) Street lighting;

e) High tension cables (underground and over head lines) and civil works for terminal towers/gantries; and

f) Medium tension (underground and overhead 11 KV) and low tension cables and civil works for terminal towers/gantries.

5. Relocation of existing Saudi Arabic Chevron (SAC) crude oil pipelines and fibre optic cables; and protection of existing Kuwait Oil Company (KOC) fuel oil and gas pipelines and any adjustment of the conceptual design and additional necessary mitigation measures for the KOC new pipelines resulting from the approved QRA Study.

6. Traffic Markings and Signs.

7. Traffic Control.

8. Maintenance and Protection of Traffic (MPT) During Construction.

9. Landscaping and Irrigation.

The Contractor shall carry out, and be responsible for, the detailed design of the Works in accordance with Document (III) - Technical Conditions (General and Particular Specifications including the particular specifications of relevant authorities and their requirements and the Conceptual Design Drawings including the design specifications and criteria and typical details of relevant authorities, etc.) and as specified herein.

The level of the detailed design required shall be adequate to serve the purpose of successful construction and completion of the Works and provide detailed As-Built drawings in accordance with the Contract Documents to the satisfaction of the Engineer.

The Contractor shall coordinate all design disciplines (including utilities diversions) with other existing and proposed utilities and ensure that there will be no conflict between the utilities and adjacent structures.

The Contractor shall carryout detailed design based on the conceptual alignments maintaining the minimum vertical clearances at the interchanges as well as the utility crossings as shown in the Conceptual Design Drawings.

The conceptual information for all the above noted disciplines/components of the Works shown on the Conceptual Design Drawings (lengths, levels, dimensions, etc.), including the general

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION I: DESIGN

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (I-4)

arrangement and overall geometry, span lengths, typical cross sections (widths and minimum clearances), etc related to the at-grade roadways, ramps and bridges (vehicular and camel crossing) are approximate. Therefore, in the detailed design of all disciplines, these can vary and be adjusted as necessary based on actual setting-out information, soil condition, design specifications and criteria and typical details of relevant authorities, as long as the minimum requirements shown on the Conceptual Design Drawings and elsewhere in this Contract are met.

I.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design Works described in this Section:

I.3.1 General

a) Document (III-3) - Conceptual Design Drawings provides concept level design and minimum requirements to be met.

b) All dimensions, levels, elevations, locations of existing utilities and existing features shown on Conceptual Design Drawings are approximate. The Contractor shall verify this information before use.

c) The Contractor shall modify the Conceptual Design Drawings as necessary in accordance with the conditions/constraints noted herein for each discipline, coordinate and liaise with/and obtain the necessary permits and approvals from the Engineer and relevant authorities for the Design stages as appropriate.

d) Where Typical or Standard Details are provided in the Contract Documents, the Contractor shall verify that these details are applicable and correct and use them. Changes to these Typical and Standard Details shall be highlighted by the Contractor and justified by means of detailed report, including references to correct Standards and structural calculations where necessary. In any case, changes to these details can only be accepted if they produce a higher quality final product (strength, durability, life cycle, cost and aesthetics).

e) The Design shall be prepared by qualified designers, who shall be an International Consultant company proposed by the Contractor and approved by the Engineer before starting the works in accordance with Article 4 of Document (II-2) - Particular Conditions. The International Consultant shall have a valid license issued from a recognized international authority.

f) The Design shall be in accordance with the design standards, specifications and criteria noted on the Conceptual Design Drawings and/or herein and the requirements and specifications of the relevant authorities noted in the Appendices to this Document.

g) The Design shall be certified (checked, stamped and signed) by an independent International Consultant Checker (Third Party), proposed by the Contractor and approved by the Engineer in accordance with Section GEN. 4 “Requirements for Contractor‟s Design and Shop Drawings” of Division 1 of this Document.

h) The approved Design, including the QRA Study for KOC new pipelines and the Detailed Design (Detailed Drawings and calculations), etc shall constitute an integral part of the Contract Documents.

i) Completion of the Design/or any part of the Design means that it is completed by the Contractor and checked, stamped and signed by the independent International Consultant Checker as required.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION I: DESIGN

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (I-5)

I.3.2 Detailed Design

As a minimum, in addition to the revisions as appropriate due to revisions of the Limit of Work (LoW) in some locations noted in item 1, Clause 1.2.4 above, the detailed design and drawings shall include but is not limited to the following:

1. Highway:

a. Roadway and general layout plans (horizontal alignment) at a scale of 1:500 to show all relevant details, including alignments, topographic features, dimensioning details, kerbs, guardrails, concrete barriers, retaining walls, etc called out with the starting and ending stations;

b. Roadway profiles (vertical alignment) at scales of 1:500 horizontal and 1:50 vertical to show existing ground line, proposed vertical alignment along the profile grade line, cross slopes at normal crown and super-elevated sections, vertical curve data, etc;

c. Detailed cross sections at maximum 50 m intervals at scales of 1:200 horizontal and 1:100 vertical to show stations and profile elevations, the roadway centreline, utilities reservations, etc;

d. Removal Plans (Site Clearance) at a scale of 1:500 showing all items to be removed or relocated;

e. Setting out Plans at a scale of 1:500 showing all the horizontal setting out information;

f. Horizontal Curve and Alignment data;

g. Grading Plans at scales of 1:500 showing the levels at the profile grade line and the edge of carriageways with their cross falls at every 10 m intervals and at closer intervals in Collector Distributor roads, Interchange ramps tapers, transitions, super elevated carriageways and roundabout contours;

h. Typical Cross-sections;

i. RoW Plans;

j. Development of slope protection details for embankments in accordance with MPW requirements;

k. Finalization of the locations of the guard rails in accordance with the latest edition of AASHTO Roadside Design Guide and as per the latest industry standards;

l. Drainage channels as required and finalization of the locations of curb openings based on the storm water drainage design shall be based on the standard detail drawing no. USWD 032030; and

m. Asphalt pavement structure based on the pavement design.

n. The Contractor shall obtain from KOC/take into consideration the results of the Traffic Impact Assessment (TIA) conducted for the new refinery project and coordinate with KOC in this respect.

2. Structural:

a. Detailed structural drawings, calculations and details shall be prepared for bridges (vehicular and camel crossing), vision barriers and chain link fence and the supporting vehicular barriers and parapets, reinforced earth (RE) ramps/mechanically stabilised earth (MSE) retaining walls and major utility structures (pipe culverts, utility box culverts, utility crossings, etc), overhead sign gantries, etc., including steel bar reinforcement details and pre-stressing steel, etc.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION I: DESIGN

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (I-6)

b. The detailed structural design drawings shall show general plans, typical cross sections, detailed cross sections, elevations and bar bending schedules for all structural elements.

c. Calculations shall be done and submitted in a format acceptable to the Engineer to cover all structural elements.

3. Storm Water Drainage, Utilities and SAC & KOC Pipelines:

Drainage and utilities plans, schedules, calculations and details in accordance with the particular specifications and requirements and typical drawings of the relevant authorities (MPW, MEW, MOC, KOC, KGOC, SAC, etc) noted herein and in the Appendices to this Document (Volumes 2 to 6) shall be provided as follows:

a. Drainage, Sanitary, Treated Sewage Effluent and Water

Location, types and sizes of drainage channels, pipelines, kerb open, invert elevations and slopes and relevant details, including all fittings, valves and associated structures and items as required (encasement, manholes, valve chambers, thrust blocks, control cables and ducts, etc) and location and details of the drainage pipe culverts.

In conjunction with coordination of utilities, the detailed design shall include a longitudinal profile (long section) of pipes to be laid (storm water pipelines, water pipelines, oil pipelines, etc) showing slope, chainages (stations), invert levels, existing ground and finished ground levels and cross section details for any protection that may be required to be provided by him for existing utilities underneath the road. The Contractor shall determine the levels of the pipelines to avoid obstacles and meet Contract Specifications. Location plan and profile drawings shall be prepared using both co-ordinate systems; Kuwait Transverse Mercator (KTM) and Universe Transverse Mercator (UTM).

The detailed design shall also include preparation and submission of Plans & Profiles for the water pipelines in accordance with MEW requirements.

Bridge (vehicular and camel crossing) deck drainage as required and drainage of reinforced earth ramps, including deck drainage assemblies/drain gullies (at maximum spacing of 30.00 m), drainage pipes and pipes connecting to the storm water drainage system at-grade, etc. The details for bridge deck drainage shall also include interface between drainage pipes in deck/down pipes in piers and or abutments (including stainless steel grillage cover) to allow for deck joint movements as required and interface with the structural works associated with the construction of the bridge deck structure.

Reinforced earth ramp drainage shall be incorporated into the design of the MSE retaining walls as appropriate.

b. Telephone (PTT)

Location and type/size of cables, cabinets (if any), ducts, encasement as required and associated structures (manholes, hand holes, cabinet bases if any, etc) and relevant details, etc.

c. Street Lighting

Location and type of complete light poles and masts and associated unites, items and structures (foundations ducts, encasement, manholes, hand holes, crash barriers, control cabinets/feeder pillars, lanterns and lamps, under crossing lighting including flood lights for bridge piers, overhead sign lighting, earth bonding and grounding system, outdoor lighting control/management system, junction boxes and ducts in the structures, spare parts, etc) and relevant details.

Treatment of existing street lighting services, longitudinal profile for each new run of ducts and other existing and proposed utilities indicating their location and routing.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION I: DESIGN

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (I-7)

d. Electrical Underground (U/G) High Tension 132 KV and 33 KV Cables

Location and type of electrical cables, ducts, encasement and associated structures as required and relevant details, etc.

e. Electrical Overhead (O/H) High Tension 132 KV and 33 KV Cables

Location and type of towers (terminal towers with platform, gantry, 5 MVA transformer, etc), type of electrical cables, connection with either existing U/G or O/H high tension Cables and all associated structures as required and relevant details, etc.

f. Overhead (O/H) and Underground (U/G) 11 KV and Low Tension Cables

Location and type of towers/gantries, wooden poles and 5 MVA transformers as well as Location and type of ducts, encasement as required, protection of existing services and relevant details, etc.

g. SAC Crude Oil Pipelines and KOC Fuel Oil and Gas Pipelines

In case of protection and/or diversion of existing oil and gas pipelines, the Contractor shall provide complete details for the accurate location of the pipelines and relevant design and details of the culverts (utility, main and box culverts as appropriate) for protection, including pipe support plinths, etc.

Detailed Design shall fully comply with specifications, requirements and recommendations noted in Parts (A) and (B) Appendix 8, including but not limited to the risk control/reduction measures listed in Section 6.4 – Recommendations of the Quantitative Risk Assessment (QRA) Study for SAC and Section 7.6 – Recommendations of the QRA Study for KOC

Accordingly, the design of culverts shall also include the provision of vehicular barriers at both ends as required to protect the pipelines portions outside the culvert, which are adjacent to the road; and shall serve mainly for the following functions:

- Marker;

- Protection from external impact;

- Leak containment; and

- Maintenance and inspection.

In case of replacement of existing oil and/or gas pipelines, complete detailed design, including longitudinal profile, pipe materials, tie in points locations, fittings, valves types, testing shutdown timing, commissioning and asset approval are required.

Detailed design shall allow for avoiding conflicts with all other utilities and site obstructions, whether shown on the Conceptual Design Drawings or not, at no additional cost to the Employer. Any conflicts found shall be reported to the Engineer.

In addition to the above, detailed design shall also include the Necessary Mitigation Measures as required by the QRA Study for New Pipelines referred to in clause I.2.3 herein including but is not limited to:

- Review of the information provided by KOC and continuous coordination with KOC regarding any conflict of the new pipelines and the works in particular, as well as proposals to avoid/or reduce the impact of such conflict, etc;

- Any complete detailed design for the recommended mitigation measures; and

- Any adjustments or modifications of the conceptual design (Civil, Structural, Utilities, etc) and obtaining approvals from relevant authorities as required.

The Contractor is responsible for obtaining all necessary permits and approvals from SAC, KGOC, KOC and the Engineer as appropriate regarding the Design.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION I: DESIGN

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (I-8)

4. Traffic Markings and Signs:

Pavement traffic marking and signs and the design and mounting of overhead sign gantries and sign fascias shall be in accordance with the latest edition of the Kuwait Traffic Signs Manual (KTSM), AASTHO, the Manual of Uniform Traffic Control Devices (MUTCD) and the specifications and requirements of the relevant authorities (KM, MOI, etc) and to their approval.

5. Traffic Control:

The Conceptual Design Drawings show general layout of the signals at strategic locations including controllers, signal heads and supports, vehicle detectors, CCTV camera (PTZ), permanent counting station Infra red, Pre-emption Device, variable message sign, red enforced camera, advanced warning flasher, red light traffic signal, ramp metering, etc.

Before submitting his tender, the Contractor shall satisfy himself that he is fully aware of the specifications and requirements of MOI.

The Contractor shall coordinate and liaise with MOI and MEW in order to determine and satisfy himself of the design requirements, design data, environmental requirements and other factors that affect the design. The Contractor shall also be responsible for obtaining all necessary approvals from all relevant authorities.

Detailed Design shall conform to the Kuwait Traffic Signs Manual and the Manual of Uniform Traffic Control Devices (MUTCD) and MOI specifications and requirements. In this regard, the Contractor shall coordinate with the Head of Traffic Signal Department of the MOI to obtain approval.

Detailed Drawings shall show all necessary details including locations of existing and proposed items, ATC devices and related elements, signal supports, loop detectors, etc. and signal staging and phasing diagrams, loop/lead connection diagrams, signal head connection diagrams and connections to the existing ATC system.

6. Maintenance and Protection of Traffic (MPT) During Construction:

Construction phasing plan of major construction works and traffic management/Conceptual Maintenance and Protection of Traffic (MPT) Conceptual Design Drawings are provided for information.

All conceptual detours shown on the Conceptual Drawings are Type IV (Long term detours). Any other type proposed by the Contractor shall be of a type suitable for the use and duration as required and shall be approved by the Engineer.

These Conceptual Design Drawings are for major construction items only and do not include for any MPT or detours required for removal and reconstruction of existing roadways, therefore the detailed design and drawings shall also include these MPT or detours to the approval of the relevant authorities and the Engineer at no additional cost to the Employer and no extension of time.

The Contractor shall develop detailed drawings based on these Conceptual Design Drawings or on an acceptable approved alternative proposal and obtain approval from the relevant authorities for his detailed MPT plans. The Contractor should be aware that the relevant authorities may request modifications, additions or adjustments to the concepts at the time of construction and he shall make all necessary changes, changes and adjustments as required. The Contractor will not be eligible for any time extension or additional cost to the Contract because of such changes. Therefore, the Contractor shall familiarize himself with all relevant authorities‟ requirements and possible modifications during tendering and shall allow in his work program for such changes.

This work shall also include liaison with all relevant authorities and obtaining the necessary permits and approvals.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION I: DESIGN

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (I-9)

Detailed drawings and traffic management required for the construction phasing of all construction and roadways construction works shall be in accordance with the specifications and requirements/and to the approval of the relevant authorities (KM, MOI, etc).

These detailed drawings shall show detours and diversions and shall provide details of traffic management procedures during construction and all measures for the safe movement of traffic and pedestrians, including signing, lighting, barricades, etc.

The Contractor shall give full consideration in the detailed design of detours and diversions to ensure minimum disruptions to pedestrian and public properties.

The Contractor can propose alternatives to suit the Design and/or method and sequence of construction subject to the approval of the relevant authorities and the Engineer at no additional cost to the Employer and no extension of time.

7. Landscaping and Irrigation:

The information provided in the Landscape Conceptual Design Drawings is for guidance only.

The Contractor shall fully design and develop detailed drawings for a complete landscaping scheme. Detailed drawings required for a complete landscaping scheme, shall include:

a. Soft landscaping

Trees, plants, etc. and associated irrigation works (taking into consideration irrigation effects of this landscaping on various parts of the Project).

This work shall be carried out in accordance with the specifications and requirements and to the approval of PAAAFR and other relevant authorities as required and the Contract Documents.

Sleeves for future irrigation water lines shall be HDPE or UPVC at a depth not exceeding 2 m as required by PAAAFR. However, this requirement and details of sleeves to be installed (locations, configurations inside diameter, etc) shall be in accordance with the requirements of PAAAFR.

b. Hard landscaping

Footpaths (pre-cast concrete kerbs and interlocking paving blocks, etc).

This work shall be carried out in accordance with the typical details shown in the highway Conceptual Design Drawings and other Contract Documents to the Engineer‟s approval.

The level of the Design and details required shall be adequate to serve the purpose of successfully executing the complete landscaping scheme, to the satisfaction/approval of PAAAFR and the Engineer.

The Contractor is responsible for obtaining all necessary permits and approvals from PAAAFR and other relevant authorities regarding the Design.

I.3.3 Design Program, Completion Period and Cost

The Contractor shall submit a detailed program for the Design to include the Minimum Work Items noted in clause I.2 herein, including all design disciplines, their activities and relationships and shall allow in this program for the design check periods and adequate review/approval periods for the QRA Study for KOC New Pipelines by KOC and for each submission/stage as required by the relevant authorities and the Engineer.

The Contractor shall include this Design program in his overall Work Program, taking into account coordination/relationships with other construction works and activities.

The completion period for the design works under this section shall be no more than Three Hundred and Four (304) days starting from the Date of Enterprise of the Contract.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION I: DESIGN

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (I-10)

The Lump Sum amount listed in the in the Bills of Quantities for the completed and approved design works shall not exceed Two and half percent (2.5%) of the Tender Price.

I.3.4 Submittal Requirements

In addition to submittal requirements listed elsewhere in this Contract, the Contractor shall submit the following:

1. Additional Topographic Survey, including Additional Site Investigations to Confirm Location of Existing Utilities

Outlines of the proposed additional topographic survey and the survey plan and data shall be submitted to the Engineer for his information/review.

No approval will be given to this submittal, however the Engineer may comment as to its adequacy/format.

2. Additional Soil Investigations

The proposed additional geotechnical investigations shall be submitted for the Engineer‟s information/review prior to commencement of the work.

As any part(s) of the soil investigations is completed, the Consultant shall submit three (3) copies of the draft factual report for this part/these parts to the Engineer for his information/review.

Upon completion, six (6) copies of the factual and interpretive reports including all details of boreholes, tests and recommendations shall be submitted for the Engineer‟s approval.

3. Quantitative Risk Assessment (QRA) Study for KOC New Pipelines

Submittals shall be as required by KOC.

4. Detailed Design

As any part(s) of the detailed design is completed, the Consultant shall submit six (6) copies of the draft detailed drawings and calculations in addition to digital files to the Engineer and relevant authorities as required for review and comments.

Upon completion of every design discipline, the Contractor shall submit six (6) copies of the detailed drawings and calculations in addition to digital files to the Engineer and relevant authorities as required for final review and comments/approval.

The detailed drawings digital files shall be unlocked and properly layered AutoCAD files and the calculations digital files shall be in PDF format. AutoCAD files shall be GIS compatible and ready for use. GIS compatibility and specifications shall be acceptable by the Engineer.

The Contractor shall incorporate any comments that may result from the final review into his detailed drawings and re-submit for approval.

In addition, the Contractor is responsible for coordinating with/obtaining all necessary permits and approvals from relevant authorities as required for the design disciplines noted in clause I.1.4 herein.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION I: DESIGN

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (I-11)

I.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment, including cost of the Independent International Consultant Checker.

(End of Section I)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION II: SITE CLEARANCE AND DISPOSAL OF DEBRIS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (II-1)

SECTION II: SITE CLEARANCE AND DISPOSAL OF DEBRIS

II.1 OBJECTIVE

The objective of the works under this Section is to provide complete safe site clearance from all existing obstructions and stockpiling or disposal of all debris to the satisfaction and approval of the Engineer and relevant authorities.

Under this Section, the Contractor shall provide everything necessary, including material, labour, and equipment to achieve the objective stated above, while complying with the minimum requirements stated in the Contract Documents and the approved Design.

II.2 MINIMUM WORK ITEMS

As a minimum, the works under this Section shall include the following items:

II.2.1 Clearing and Grubbing

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the complete and successful clearing, grubbing and disposal of all small debris.

The minimum area to be cleared and grubbed shall be as shown on the Conceptual Design Drawings or as instructed by the Engineer.

This work shall include but is not limited to:

Earth Works: Clearing, grubbing and disposal of small debris.

II.2.2 Removal and Disposal or Stockpiling of Existing Obstructions

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the complete and successful removal of all existing obstructions and disposal or stockpiling of all debris as shown on the Conceptual Design Drawings as a minimum and as needed to achieve the objective of the works under this Section.

This work shall include but is not limited to:

Earth Works: Removal and disposal or stockpiling as instructed by the Engineer and/or the relevant authorities of the following items (if any):

a) Asphalt road pavement;

b) Precast block paving and kerbs;

c) Trees and associated irrigation pipelines;

d) Traffic signal equipment (signal poles, cabinets, etc including foundations);

e) Traffic signs, overhead sign gantries, etc including foundations;

f) Abandoned foundations of any type;

g) Redundant gas pipelines;

h) Bus shelters, car shades, flag poles, bollards, etc;

i) Fencing, crash barriers, metal guard rails, street furniture, etc; and

j) Any unforeseen items or any buried man-made items of any material discovered at any depth, which is not shown in the Contract Documents but need to be demolished and or removed in order to carry out the Works.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION II: SITE CLEARANCE AND DISPOSAL OF DEBRIS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (II-2)

II.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements shall apply:

1. The construction works shall be in accordance with the General Specifications for

Motorways, Section 2 “Earthworks” as modified by and in accordance with the

requirements of this Document “Particular Specifications”.

2. Removal of all existing plants (palm trees, trees and shrubs) and/or part(s) of the associated irrigation system within the RoW and outside, if conflicts with the Works:

The Contractor shall coordinate with PAAAFR and carry out the work in accordance with their requirements. Removed plants shall be relocated or stockpiled - to locations specified by PAAAFR and approved by the Engineer - or disposed in accordance with PAAAFR directions.

All vegetation growth not being palm trees and having a height less than two (2) metres at the highest point shall be classed as shrubs.

3. Removal of existing pipes, traffic signal equipment, traffic signs, overhead sign gantries, bus shelters, car shades, crash barriers, bollards, chain link fencing, flag poles, street furniture and the like:

The Contractor shall coordinate and work with the requirements of the relevant authorities including obtaining any necessary permits, licences and the like. Removed equipment and material shall be taken to and offloaded at stockpile or stores at the direction of the Engineer as required/directed by the relevant authority.

4. Removal of Existing Redundant Gas Pipelines:

The existing redundant gas pipes can be removed if the Contract Works are obstructed by any section of the pipes.

The Contractor shall notify and coordinate with the Network Operation and Maintenance Department of KOC and obtain necessary permits prior to the removal of any existing redundant gas pipe.

The Contractor shall ascertain the need for any special precaution needed in carrying out this work and the work shall be carried out in close coordination with the KOC.

II.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment.

(End of Section II)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION III: At-GRADE ROADWAY WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (III-1)

SECTION III: AT-GRADE ROADWAY WORKS

III.1 OBJECTIVE

The objective of the works under this Section is to remove all existing pavements and reconstruct/provide complete safe, functional and durable at-grade roadway scheme and associated roundabouts and junctions and animal fencing to provide safety for the road users during construction and after the completion of the project in accordance with the Contract Documents, including appropriate interfaces with the elevated vehicular and ramp crossing bridges and associated ramps and other facilities, which will be constructed under other sections, to the Engineer‟s satisfaction and approval.

Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design.

The entire Contract‟s roadway sections are divided into the following groups:

1. Group 1: At-grade roadways (to be completed under this Section).

2. Group 2: Roadways on bridge decks and roadways on stabilised earth ramps (to be completed under Section IV herein).

III.2 MINIMUM WORK ITEMS

As a minimum, the works under this section shall include the following Items:

III.2.1 Complete Removal of All Existing Pavements

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the complete and successful removal of all existing pavement structure of any thickness at any depth together with all associated items (curbs, curb base and backing, channels, etc).

The approximate area of pavement to be removed shall be as shown on the Conceptual Design Drawings (Typical Cross Sections and Removal Plans) or as instructed by the Engineer and shall include the areas outside the Plant Mixed Seal (PMS) layer limits (such as extended binder coarse, base coarse, aggregate base course, etc) which requires removal.

This work shall include but is not limited to:

Earth Works:

a) Removal and disposal or stockpiling, as instructed by the Engineer, of all existing non-asphaltic pavement, pre-cast block paving and curbs, drainage channels and curb openings, etc;

b) Removal and recovery of all uncrushed asphalt pavement, stockpiling and salvaging/recycling and stockpiling the salvaged asphaltic pavement material for the use in the recycled asphalt pavement required under other clauses herein as instructed by the Engineer; and stockpiling surplus uncrushed asphalt pavement (The Contractor should note that the stockpiles for surplus uncrushed asphalt pavement may be remote from the location of the Works as instructed by the Engineer); and

c) Clearing and disposal of all small debris.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION III: At-GRADE ROADWAY WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (III-2)

III.2.2 Complete Construction of Recycled Asphalt Pavement for Proposed Roadways

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the complete and successful construction of all proposed roadways using recycled asphalt pavement. This item shall also include all works in the areas outside the PMS layer limits (such as extended binder coarse, base coarse, aggregate base course, sub-grade preparation, etc) as required; and all required curb openings and related concrete drainage channels as shown approximately on the Conceptual Design Drawings and as needed to achieve the objective of the works under this Section as per the approved Design.

Thickness of the complete pavement structure shall be adequate to meet the design requirements and match the final roadway profile subject to the below noted minimum thicknesses.

This work shall include but is not limited to:

1. Earth Works:

a) Ground preparation, excavation and backfilling, dewatering as necessary, temporary support of excavated earth, stockpiling surplus excavated material as directed by the Engineer, etc;

b) Sub-grade preparation (minimum 300 mm deep) and supply and construction of aggregate base course (minimum 300 mm thick), etc;

c) Trench excavation, backfilling, preparation of trench foundation, disposal of surplus excavated material, etc for curb openings and related drainage channels; and

d) Disposal or spreading, levelling and compaction of the surplus excavated material in layers (not exceeding 300 mm thick) outside of roadway surface area as directed by the Engineer.

2. Asphalt Works: Prime and tack coats, recycled asphalt concrete base course type I (minimum 90 mm thick) and binder course type II (minimum 60 mm thick), plant mix seal (PMS) of 20 mm minimum thickness and rumble strips.

3. Concrete Works:

a) Concrete bedding and blinding concrete Class K140 and pre-cast concrete curbs and curb openings as required;

b) Reinforced concrete (including steel mesh reinforcement, forming, construction, contraction and expansion joints, joint filers and sealants, finishing, etc), blinding concrete, concrete bed and concrete blocks as specified for drainage channels;

c) Sand/cement mortar bed and well graded broken concrete related to drainage channels as specified; and

d) Slope protection for embankments, as required.

4. At Interchange 2, complete supply and installation of “Galvanized Steel Posts and Chain” barriers at the 4 entrances/exits to the asphalt pavement for MOD vehicles access only across the roundabout at locations shown on the approved Design to the Engineer‟s approval, including earth works, concrete works, metal works, painting, locks, etc.

5. Coordination and ancillary works necessary for interface with adjacent roadways (joints, signs as needed, etc.) and other items (curb openings, drainage channels, barriers, guard rails, etc).

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION III: At-GRADE ROADWAY WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (III-3)

III.2.3 Complete Construction of Reinforced Concrete Single Face Vehicular Barriers Class K350

Under this item, the Contractor shall provide everything necessary; including material, labour, and equipment for the complete and successful construction of all required reinforced concrete single face vehicular barriers at locations and lengths shown on the Conceptual Design Drawings and as needed to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited to:

1. Earth Works: Ground preparation, excavation and backfilling, dewatering as necessary, temporary support of excavated earth, disposal of surplus excavated material, etc.

2. Concrete Works: Cast-in-situ or pre-cast reinforced concrete Class K350 (including steel bar reinforcement, forming and end transitions, joints, joint filers and sealants, finishing, protective painting, etc).

3. Ancillary works necessary for interface with other items and adjacent roadways (joints as needed, etc).

III.2.4 Complete Construction of Metal Beam Guard Rails

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the complete and successful construction of all required metal beam guard rails at locations and lengths shown on the Conceptual Design Drawings and as needed to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited to:

1. Earth Works: Ground preparation, structure excavation/shaft drilling, backfilling, dewatering as necessary, temporary support of excavated earth, disposal of surplus excavated material, etc.

2. Metal Works: Supply and installation of complete guard rails with posts, breakaway cable terminal sections, end sections, galvanising, painting, etc.

3. Concrete Works: Concrete Class K140 to fill the holes for steel posts, including tamping in place, etc.

4. Ancillary works necessary for interface with other items and adjacent roadways and medians including reinstatement as needed, etc.

III.2.5 Complete Construction of Permanent Energy Absorbing Terminal (E.A.T.) Systems

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the complete and successful construction of all required permanent energy absorbing terminal (E.A.T.) systems at locations shown on the Conceptual Design Drawings and as needed to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited to:

1. Detailed design calculations, descriptions, specifications and drawings as well as installation and maintenance manuals, etc.

2. Earth Works: Ground preparation, excavation and backfilling, dewatering as necessary, temporary support of excavated earth, disposal of surplus excavated material, etc.

3. Concrete Works:

a) Blinding concrete Class K140;

b) Reinforced concrete Class K350 (including steel bar reinforcement, forming, etc) for the pad and backup wall; and

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION III: At-GRADE ROADWAY WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (III-4)

c) Protective painting as required.

4. Metal Works: Supply and installation of complete system and related spare parts in accordance with a spare parts list prepared by the Contractor and approved by the Engineer.

5. Ancillary works necessary for interface with adjacent other items and roadways and medians including reinstatement as needed, etc.

III.2.6 Complete Construction of At-Grade Chain Link Fencing

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the complete and successful construction of at-grade chain link fencing along the full proposed Right of Way (RoW) lines and the at-grade portions of the camel crossings, including Bollards at the at-grade entrance for each camel crossing bridge ramp at approximate locations and lengths shown on the Conceptual Design Drawings and as needed to achieve the objective of the works under this Section as per the approved Design.

Under this item, the Contractor shall remove and dispose existing animal fence portions, only when the permanent chain link fence replacement portions are installed, including interface during construction as appropriate.

The Contractor shall also carry out maintenance of existing animal fence installed on both sides of the Nawaseeb road at all times during the construction of the project including shifting ,if required by the construction activities and interface with portions of the permanent chain link fence to maintain an animal-proof fence at all times.

Cost of the above noted removal and maintenance works is deemed to be included in the Lump Sum rate inserted in the BOQ for this Section and no separate payment shall be made for compliance with these requirements.

This work shall include but is not limited to:

1. Earth Works: Ground preparation, structure excavation/shaft drilling for fence posts and Bollard foundations, backfilling, dewatering as necessary, temporary support of excavated earth, disposal of surplus excavated material, etc.

2. Concrete Works: Fence posts and Bollard foundations and filling the Bollard posts, Class K140.

3. Metal Works:

a) Supply and installation of complete fencing system (2.50 m high), including posts and braces, chain link fabric, warning signs, etc;

b) Supply and installation of complete stainless steel Bollard posts to ASTM A276 as shown on the approved Design.

III.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. The construction works shall be in accordance with the relevant sections and clauses of the General Specifications for Motorways as modified by and in accordance with the requirements of this Document “Particular Specifications”.

2. The length of roadways, the number and locations of Interchanges, vehicular bridges and camel crossings and the Physical Nose Points shall be maintained as shown on the Conceptual Design Drawings.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION III: At-GRADE ROADWAY WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (III-5)

3. Carriageways and number and width of lanes and shoulders shown on the Conceptual Design Drawings shall be maintained.

4. At Interchange 2, additional complete recycled asphalt pavement and associated mountable curbs as required, with a lane width of 4.0 m minimum should be provided for MOD vehicles access only across the roundabout in order to accommodate the 122 Tons military vehicles and their turning paths in two locations as shown on the Conceptual Design Drawings.

5. Design speed and posted speed of Nawaseeb Road is 120 kmph.

6. Nawaseeb Road mainline should be an Access Controlled Facility.

7. A Minimum Vertical clearance of 6.0 m shall be maintained at all Interchanges, vehicular bridges and camel crossings, except at Interchange 2, where a minimum Vertical clearance of 7.0 m shall be maintained.

8. The existing Nawaseeb road pavements shall be completely removed and replaced with recycled pavement structure in accordance with the minimum thicknesses specified herein and shown on the Conceptual Design Drawings.

9. All vehicular barriers shall be reinforced concrete (TL-5) as per AASHTO.

10. Vehicular barriers shall be provided at all the SAC and KOC pipeline crossings with the mainline, crossroads and roundabouts along the roadway side(s) at both on the pipelines upstream and downstream as shown on the Conceptual Design Drawings.

11. A chain link fence with a height of 2.50 m shall be provided along the ROW corridor or as directed by the Engineer.

12. Highway drainage requirements (curb openings and related concrete drainage channels) shall be provided as required in Section V herein.

III.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment.

(End of Section III)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION IV: BRIDGE AND RETAINING WALLS WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (IV-1)

SECTION IV: BRIDGE AND RETAINING WALLS WORKS

IV.1 OBJECTIVE

The objective of the works under this Section is to provide complete safe, functional, aesthetical and durable grade separated interchanges and camel crossings (elevated vehicular and camel crossing bridges and associated roadways on reinforced earth ramps) in accordance with the Contract Documents, including appropriate interface with the at-grade roadways and associated roundabouts and junctions and other facilities, which will be constructed under other sections, to the Engineer‟s satisfaction and approval.

The reinforced earth ramps are needed as a transition between the elevated vehicular and camel crossing bridges and the at-grade roadway sections.

Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design.

IV.2 MINIMUM WORK ITEMS

As a minimum, the works under this section shall include the following Items:

IV.2.1 Complete Construction of Elevated Vehicular Bridges and Associated Reinforced Earth (RE) Ramps

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the complete and successful construction of the following elevated vehicular bridges and associated reinforced earth ramps at the grade separated interchanges shown on the Conceptual Design Drawings and as needed to achieve the objective of the works under this Section as per the approved Design:

1. Bridge No. 1A & 1B at Interchange 1.

2. Bridge No. 2A & 2B at Interchange 2.

3. Bridge No. 3A & 3B at Interchange 3.

4. Bridge No. 4A & 4B at Interchange 4.

5. Bridge No. 5A & 5B at Interchange 5.

6. Bridge No. 5C (Flyover) at Interchange 5.

7. Bridge No. 6A & 6B at Interchange 6.

8. Bridge No. 7A & 7B at Interchange 7.

9. Bridge No. 8A & 8B at Interchange 8.

10. Bridge No. 9A & 9B at Interchange 9.

This work shall include but is not limited to:

A. Complete Bridges‟ Substructures:

1. Earth Works: Structure excavation and backfilling, dewatering, temporary support of excavation and support and protection of adjacent structures where necessary, disposal of surplus excavated material, etc.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION IV: BRIDGE AND RETAINING WALLS WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (IV-2)

2. Concrete Works:

a) Blinding concrete Class K140;

b) Reinforced concrete Class K350, for foundations, abutments, piers, vehicular barriers on wing walls and closure parapets along median on abutments (including steel bar reinforcement, drain pipes, forming, joints, joint filers, expansion joints, ducts, finishing concrete surfaces, architectural treatment as required, etc); and

c) Waterproofing and protective painting of below-ground concrete and epoxy waterproofing for bridge seat and inspection gallery.

3. Metal Works:

a) Steel access doors for the inspection galleries in the abutments (one door for each gallery) including locks, painting, etc; and

b) Fixed galvanized steel ladders for the access to the inspection galleries.

4. Drainage Works:

a) PVC or other approved down drainage pipes, gratings etc. embedded in concrete or surface-fixed in the abutments and piers as required for bridge-seat and deck drainage (including assembly, stainless steel grillage cover, etc and interface with drainage pipes in deck to maintain appropriate drainage while allowing deck joint movements); and

b) Drainage pipes connecting to the storm water drainage system at-grade, including all fittings, etc.

5. Hot dip galvanised steel junction boxes and other items embedded in abutments and piers stems as required for street lighting works.

6. Work (including earth works, etc.) necessary to construct at-grade standard reinforced concrete vehicular barriers (TL-5 as per AASHTO), Class K350 (including steel bar reinforcement, protective painting, etc) to protect the bridge abutments and piers.

7. Ancillary works necessary for interface with reinforced earth ramps/MSE retaining walls, other structures and adjacent roadways as required.

B. Complete Reinforced Earth (RE) Ramps, referred to in AASHTO as Mechanically Stabilized Earth:

1. Earth Works:

a) Ground preparation, structure excavation and backfilling, dewatering as necessary, temporary support of excavated earth, disposal of surplus excavated material, etc;

b) Compacted pervious backfill type I of 250 mm minimum thickness under bridges approach slabs and filling with approved imported granular backfill material and compaction for the full ramp width (as part of the construction of MSE retaining walls); and

c) Sub-grade preparation (minimum 300 mm deep) and supply and construction of aggregate base courses (minimum 300 mm thick), etc.

2. Construction of Mechanically Stabilized Earth (MSE) Retaining Walls - Concrete Works: Class K300 concrete for levelling pads and reinforced concrete Class K350 (including steel bar reinforcement, protective painting, joint filers and sealants, finishing concrete surfaces , etc.) for MSE face panels (including, tie strips, fasteners, etc).

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION IV: BRIDGE AND RETAINING WALLS WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (IV-3)

3. Concrete Works:

a) Blinding concrete Class K140; and

b) Reinforced concrete Class K415 for vehicular barriers on MSE retaining walls; and Class K350 for bridges‟ approach slabs, vehicular barriers along median all TL-5 as per AASHTO (including steel bar reinforcement, forming, joints, joint filers, expansion joints, ducts, finishing, architectural treatment, etc).

4. Asphalt Works:

a) Prime and tack coats, recycled asphalt concrete base course type I (minimum 90 mm thick) and binder course type II (minimum 60 mm thick) and plant mix seal (PMS) of 20 mm minimum thickness on ramps;

Note: Thickness of the complete pavement structure on ramps shall be adequate to meet the design requirements and match the final roadway profile subject to the above noted minimum thicknesses.

b) Minimum 80 mm surfacing on bridges‟ approach slabs and top of adjacent barrier/parapet basis (tack coats, recycled type II and PMS as noted above); and

c) Rumble strips, as required.

5. Drainage Works:

a) Complete drain gullies and drainage pipes, including all fittings, etc; and

b) Drainage pipes connecting to the storm water drainage system at-grade, including all fittings, etc.

6. Incidentals (Light pole foundations, Sign structure foundations, etc. if any, including necessary interface) and Ancillary works necessary for interface with bridges substructures, utility lines and adjacent roadways.

C. Complete Bridges‟ Superstructures:

1. Concrete Works: Reinforced concrete Class K415 for vehicular barriers (including steel bar reinforcement, forming, joints, joint filers, expansion joints, ducts, finishing, architectural treatment, etc).

2. Pre-stressed Concrete Works: Pre-stressed concrete Class K415, for bridge decks (including steel bar reinforcement, pre-stressing steel reinforcement, ducts, grouting, jacking, anchorage, finishing concrete surfaces, architectural treatment as required, etc).

3. Complete Bearings (including grout pads, anchors, etc).

4. Complete Deck Elastomeric Expansion Joints (movement and fixed).

5. Metal Works:

a) Access doors in the bottom slab for inspection (one door in each cell/between every two diaphragms), vents, etc. for deck box girders; and

b) Vision Barrier at Bridge No. 2A & 2B - Supply and installation of complete vision barrier system on vehicular barriers (3.00 m high above finished bridge deck level); including posts, panels, grills and associated attachments and fixtures, fixing provisions in concrete, etc.

6. Asphalt Works: (minimum 60 mm surfacing): Tack coats, recycled asphalt concrete binder course type II (minimum 40 mm thick) and plant mix seal (PMS) of 20 mm minimum thickness and rumble strips, as required.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION IV: BRIDGE AND RETAINING WALLS WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (IV-4)

7. Deck Drainage Works:

a) Complete drainage assemblies (drain gullies), drainage pipes and pipes connecting to the storm water drainage system at-grade, including all fittings, etc; and

b) Interface with the structural works associated with the construction of the bridge deck structure.

8. Work necessary to install traffic signs as required.

9. Hot dip galvanised steel junction boxes and other items embedded in the box girders as required for street lighting works.

10. Ancillary works necessary for interface with adjacent structures and roadways (joints, signs as needed, etc).

11. In case of reinforced concrete deck slab on I-Girders:

Complete supply and construction of spray applied or cementitious waterproofing and protection system approved by the Engineer to be applied on the entire deck slab below the wearing course (type II).

IV.2.2 Complete Construction of Elevated Camel Crossing Bridges and Associated Reinforced Earth (RE) Ramps

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the complete and successful construction of the following camel crossing bridges and associated reinforced earth ramps at locations shown approximately on the Conceptual Design Drawings and as needed to achieve the objective of the works under this Section as per the approved Design:

1. Camel Crossing Bridge No. 1.

2. Camel Crossing Bridge No. 2.

3. Camel Crossing Bridge No. 3.

4. Camel Crossing Bridge No. 4.

This work shall include but is not limited to:

A. Complete Bridges‟ Substructures:

1. Earth Works: Structure excavation and backfilling, dewatering, temporary support of excavation and support and protection of adjacent structures where necessary, disposal of surplus excavated material, etc.

2. Concrete Works:

a) Blinding concrete Class K140;

b) Reinforced concrete Class K300, for foundations (including steel bar reinforcement, forming, etc) and Class K350, for abutments, piers, parapets on wing walls and (including steel bar reinforcement, drain pipes, forming, joints, joint filers, expansion joints, ducts, finishing concrete surfaces, architectural treatment as required, etc);

c) Waterproofing and protective painting and epoxy waterproofing for bridge seat; and

3. Metal Works:

a) Steel access door for the inspection gallery in the abutment including locks, painting, etc;

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION IV: BRIDGE AND RETAINING WALLS WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (IV-5)

b) Fixed galvanized steel ladders for the access to the inspection gallery; and

c) Warning signs as necessary, etc.

4. Drainage Works:

a) PVC or other approved down drainage pipes, gratings etc. embedded or surface fixed in the abutments and piers as required for bridge-seat and deck drainage (including assembly, stainless steel grillage cover, etc and interface with drainage pipes in deck to maintain appropriate drainage while allowing deck joint movements); and

b) Drainage pipes connecting to the storm water drainage system at-grade, including all fittings, etc.

5. Hot dip galvanised steel junction boxes and other items embedded in abutments and piers stems as required for street lighting works.

6. Work (including earth works, etc.) necessary to construct at-grade standard reinforced concrete vehicular barriers (TL-5 as per AASHTO), Class K350 (including steel bar reinforcement, protective painting, etc) to protect the bridge abutments and piers.

7. Ancillary works necessary for interface with reinforced earth ramps/MSE retaining walls, other structures and adjacent roadways as required.

B. Complete Reinforced Earth (RE) Ramps, referred to in AASHTO as Mechanically Stabilized Earth:

1. Earth Works:

a) Ground preparation, structure excavation and backfilling, dewatering as necessary, temporary support of excavated earth, disposal of surplus excavated material, etc;

b) Filling with approved imported granular backfill material and compaction for the full ramp width (as part of the construction of MSE retaining walls); and

c) Sub-grade preparation (minimum 300 mm deep) and supply and construction of aggregate base courses (minimum 300 mm thick), etc.

2. Construction of Mechanically Stabilized Earth (MSE) Retaining Walls - Concrete Works: Class K300 concrete for levelling pads and reinforced concrete Class K350 (including steel bar reinforcement, protective painting, joint filers and sealants, finishing concrete surfaces, etc.) for MSE face panels (including, tie strips, fasteners, etc).

3. Concrete Works:

a) Blinding concrete Class K140; and

b) Reinforced concrete Class 350 for parapets on MSE retaining walls (including steel bar reinforcement forming, joints, joint filers, expansion joints, ducts, finishing, architectural treatment, etc).

4. Asphalt Works: Prime and tack coats, recycled asphalt concrete base course type I (minimum 90 mm thick) and binder course type II (minimum 60 mm thick) and plant mix seal (PMS) of 20 mm minimum thickness.

Note: Thickness of the complete pavement structure on ramps shall be adequate to meet the design requirements and match the final roadway profile subject to the above noted minimum thicknesses.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION IV: BRIDGE AND RETAINING WALLS WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (IV-6)

5. Metal Works:

a) Chain Link Fencing - Supply and installation of complete chain link fencing system on parapets of MSE retaining walls (height to match the fence for the at-grade portions of the camel crossings, Section III.2.6 herein), including posts and braces, chain link fabric and associated attachments and fixtures, fixing provisions in concrete, etc;

b) Warning signs as necessary, etc; and

c) Ancillary works necessary for interface with the fence for the at-grade portions of the camel crossings and the vision barriers on parapets of camel crossing bridge decks.

7. Drainage Works:

a) Complete drain gullies and drainage pipes, including all fittings, etc; and

b) Drainage pipes connecting to the storm water drainage system at-grade, including all fittings, etc.

6. Incidentals (Light pole foundations, Sign structure foundations, etc. if any, including necessary interface) and Ancillary works necessary for interface with bridges substructures, utility lines and adjacent roadways.

C. Complete Bridge Superstructures:

1. Concrete Works: Reinforced concrete Class K350 for parapets (including steel bar reinforcement, forming, joints, joint filers, expansion joints, ducts, finishing, architectural treatment, etc).

2. Pre-stressed Concrete Works: Pre-stressed concrete Class K415, for bridge decks (including steel bar reinforcement, pre-stressing steel reinforcement, ducts, grouting, jacking, anchorage, finishing concrete surfaces, architectural treatment as required, applied non-skid texture finish, etc).

3. Complete Bearings (including grout pads, anchors, etc).

4. Complete Deck Elastomeric Expansion Joints (movement and fixed).

5. Metal Works:

a) Access doors in the bottom slab for inspection (one door in each cell/between every two diaphragms), vents, etc. for deck box girders; and

b) Vision Barrier - Supply and installation of complete vision barrier system to Engineer‟s approval on parapets (3.00 m high above finished bridge deck level); including posts, panels, grills and associated attachments and fixtures, fixing provisions in concrete, etc.

6. Deck Drainage:

a) Complete drainage assemblies (drain gullies), drainage pipes and pipes connecting to the storm water drainage system at-grade, including all fittings, etc; and

b) Interface with the structural works associated with the construction of the bridge deck structure.

7. Work necessary to install traffic signs as required.

8. Hot dip galvanised steel junction boxes and other items embedded in the box girders as required for street lighting works.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION IV: BRIDGE AND RETAINING WALLS WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (IV-7)

9. Ancillary works necessary for interface with adjacent structures and roadways (joints, signs as needed, etc).

10. In case of reinforced concrete deck slab on I-Girders:

Complete supply and construction of 25 mm minimum thick layer of Polymer Modified Concrete (PMC) or High Density High Strength Micro Concrete, including non-skid texture finish approved by the Engineer to be applied on the entire deck slab (Parapet height shall be increased by 25 mm and Load shall be taken into consideration in the Design).

IV.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. The construction works shall be in accordance with the relevant sections and clauses of the General Specifications for Motorways as modified by and in accordance with the requirements of this Document “Particular Specifications”.

2. Form of Bridge Superstructure:

a) The superstructure shall be made of Pre-stressed Concrete, pre-tensioned or post tensioned, cast-in-situ or pre-cast concrete. It can be box shaped or I-Girders as long as the final product is aesthetically acceptable to the Engineer.

b) If I-Girders are used, the fascia girder shall have the outer surface flat and possibly inclined to match adjacent spans; and in addition a cheek wall shall be provided to hide the gap at the ends of the spans.

c) For bridges with multiple spans, the deck slab shall be continuous and transverse deck joints shall not be placed at every pier. As a minimum, transverse deck joints shall be spaced apart no less than 90 meters or to provide a minimum of three spans at a stretch without intermediate transverse deck joints.

d) Steel superstructure is not allowed.

3. Form of Bridge Substructure:

The substructure shall be made of Reinforced concrete. Pre-stressed concrete is also acceptable. Elements of the substructure can be pre-cast.

4. Dimensions and Clearances:

The Conceptual Design Drawings show some dimensions and clearances as minimum or maximum. These limitations shall be considered as requirements to be met. In addition to this, the following shall also be required:

a) Minimum bridge curb-to curb width shall be as shown on Conceptual Design Drawings; and

b) All vehicular barriers shall be TL-5 as per AASHTO, with minimum clear height above surfacing of 1,100 mm.

5. Surfacing (Wearing course) on Top of Vehicular Bridges‟ Deck Slab:

The vehicular bridges shall be provided with asphalt surfacing (wearing course) as specified above with total thickness no less than 60 mm and designed for an additional future wearing course of thickness no less than 50 mm and design dead loads for unexpected utilities of 5 KN/m.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION IV: BRIDGE AND RETAINING WALLS WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (IV-8)

6. Fire Resistance and Protection:

All elements of bridge structures in the vicinity of oil pipelines shall be capable of resisting a two (2) hour hydrocarbon fire without loss of serviceability.

7. Concrete Surface Finish:

All concrete work including Pre-stressed Concrete shall receive surface finish in accordance with Section 504.05 “Concrete Finishing Works” of the General Specifications for Motorways.

Surface Finish Class 4 (protective coating) is required for all exposed surfaces. The final colour shall be approved by the Engineer. No separate measurement or payment shall be made for all concrete finishing works (Classes 1 to 7 and Architectural Treatment, etc).

All abutments, piers and outer surfaces of vehicular barriers and parapets of camel crossings (on both bridge decks and MSE walls) shall receive an Architectural Treatment aesthetically approved by the Engineer.

8. Bridge Seats and PVC Drain Pipes in Abutment Stems:

Bridge seat at abutments shall be sloped 2% towards the back wall for drainage into a gutter to be formed in the concrete of the inspection gallery floor as shown on the approved Design.

This work shall also consist of supplying and installing 75 mm diameter PVC drain-pipes in the stems of bridge abutments at maximum spacing of 2.00 m and provision of stainless steel grillage cover for the drain pipes to be anchored to the inspection gallery floor.

9. Epoxy Waterproofing of Bridge Seats at Abutments and Piers:

Bridge seats shall be protected by Epoxy waterproofing. This work shall consist of removing all debris, cleaning the entire bridge seats, inspection gallery floors and up the back walls and cheek walls and 300 mm down the stems of the abutments and piers and application of epoxy waterproofing seal coat as shown on the approved Design.

Epoxy waterproofing seal coat shall be a two-component, epoxy-resin, waterproofing system for application to Portland cement concrete. The coating shall conform to AASHTO M200.

The system type, grade, and class shall depend on the condition of intended use. Colour shall be grey or as instructed by the Engineer.

The epoxy waterproofing seal coat shall be applied after properly preparing the bridge seat by water blasting or any other method approved by the Engineer. Before application of the epoxy waterproofing seal coat, any loose material shall be removed and the concrete surfaces shall be cleaned of dirt, grease, form oil, or other foreign material that may have accumulated.

10. Pre-stressing Steel:

Shall be uncoated seven wire high tensile cold drawn low relaxation strand to ASTM A416 grade 270 and shall be incorporated in the pre-stressed concrete elements in accordance with the Contract Documents and the approved shop drawings.

Approved High Density Polyethylene (HDPE) pipe shall be used for all ducts.

11. Bearings and Expansion and Fixed Joints Works:

Pot Bearings shall be used where possible. Unreinforced Elastomeric Bearing Pads are not allowed. Reinforced Elastomeric Bearing Pads are acceptable for bridges with small loads using Pre-cast I-Girders with spans less than 25 meters.

Deck Elastomeric Expansion Joints (movement and fixed) shall be used.

12. Type of Mechanically Stabilized Earth (MSE) Retaining Walls:

Typical Details for the MSE are provided in the Conceptual Design Drawings for information only; the Contractor is given the option to propose alternative as long as the final product has

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION IV: BRIDGE AND RETAINING WALLS WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (IV-9)

similar strength, finish, and appearance and is also maintenance free. The proposed alternative shall be compliant with the Design Specifications and Requirements noted in the Contract Documents and subject to the approval of the Engineer.

13. Waterproofing Membrane for Substructure Footings:

Protective waterproofing membrane shall be applied to all footings of the substructure. The protective waterproofing membrane shall extend on the substructure concrete up to 300 mm below the finished level. In addition, protective painting shall be applied to the concrete above the membrane and extended 100 above the finished level.

IV.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment.

(End of Section IV)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION V: HIGHWAY DRAINAGE AND STORM WATER DIVERSIONS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (V-1)

SECTION V: HIGHWAY DRAINAGE AND STORM WATER DIVERSIONS

V.1 OBJECTIVE

The objective of the works under this Section is to relocate the existing and provide complete adequate, functional and durable highway drainage and storm water scheme as required to serve all proposed roadways, bridges, associated roundabouts and junctions constructed under other sections in accordance with the Contract Documents, including coordination with existing utilities and appropriate connection to existing drainage network and interface with the at-grade roadways and associated roundabouts and junctions and other facilities to the Engineer‟s satisfaction and approval. Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design.

V.2 MINIMUM WORK ITEMS

As a minimum, the works under this section shall include the following Items:

V.2.1 Complete Removal of All Existing 1400 mm Diameter Reinforced Concrete Storm Water Pipe Culverts

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete removal of all existing 1400 mm diameter reinforced concrete storm water pipe culverts at all depths, including all associated structures (reinforced concrete headwalls, concrete/reinforced concrete channels/ditches connecting the pipes, etc)

The approximate location and length of the pipe culverts and associated structures to be removed are shown on the Conceptual Design Drawings.

The work shall be carried out in accordance with clause 207.07.2 “Total Removal of Culverts” of the General Specifications for Motorways and as instructed by the Engineer.

This work shall include but is not limited to:

Earth Works: Excavation, dewatering as necessary, temporary support of excavated earth, breaking out, removal, disposal of reinforced concrete pipes and any concrete bed, haunch, encasement and debris, backfilling, etc.

V.2.2 Complete Construction of Proposed 1400 mm Diameter Reinforced Concrete Storm Water Pipe Culverts

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of all proposed 1400 mm diameter reinforced concrete storm water pipe culverts at all depths, including all associated structures and items (reinforced concrete headwalls, aprons, drop inlets at the median, etc as required) as shown approximately on the Conceptual Design Drawings and as needed to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited to:

1. Earth Works: Trench excavation for pipes and structure excavation for associated structures, dewatering as necessary, temporary support of excavated earth, preparation

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION V: HIGHWAY DRAINAGE AND STORM WATER DIVERSIONS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (V-2)

of trench foundation for bedding prior to pipe laying, backfilling upon completion of pipe laying, disposal of surplus excavated material, etc.

2. Pipe Laying Works:

a) Supply, lay (including bedding) and joint reinforced concrete pipes 1400 mm diameter and related fittings at any depth and perform testing as required; and

The pipes shall be reinforced concrete pipes with rubber rings, and shall be complete with all fittings.

If no relevant specification for the proposed pipes is provided in the Contract‟s Specifications, the Contractor shall submit, for the Engineer‟s approval, an acceptable specification.

b) Protective painting to all external surfaces in contact with soil.

3. Concrete Works:

a) Concrete encasement (as specified in the MPW typical drawings for pipes with earth cover less than 1.20m) and blinding concrete Class K140;

b) Cast-in-situ or pre-cast reinforced concrete Class K300 (including steel bar reinforcement, forming, etc) for associated structures and items (headwalls, aprons, drop inlets at the median connected to pipe culverts to drain the run off of the road median, etc), reinforced concrete slab at both inlet and outlet for each pipe culvert as shown in MPW typical drawings and reinforced concrete ditch at the area between the location of the demolished pipe culvert and the relocated/proposed one (if needed) to facilitate the drainage water to drain towards the relocated/proposed one;

c) Plain concrete Class K300 for benching or invert; and

d) Waterproofing and/or protective painting to external surfaces and protection coating (Epoxy waterproofing) to internal surfaces of associated structures.

4. Special arrangement for pipe connection at the headwalls.

V.2.3 Complete Construction of Proposed Storm Water Drainage System

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of all proposed storm water drainage pipelines of any type and diameter at all depths, including all fittings and associated structures (manholes, gullies, etc) as needed to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited to:

1. Earth Works: Trench excavation for pipes and structure excavation for associated structures, dewatering as necessary, temporary support of excavated earth, preparation of trench foundation for bedding prior to pipe laying, backfilling upon completion of pipe laying, disposal of surplus excavated material, etc.

2. Pipe Laying Works: Supply, lay (including bedding) and joint pipes of various diameters (minimum to be 400 mm diameter) and related fittings at any depth and grade and perform testing as required.

The pipes shall be Concrete pipes with rubber rings, or Polymer Concrete (PC) pipes, or HDPE pipes, or any other type approved by the Engineer and shall be complete with all fittings.

The Particular Specifications for Polymer Concrete (PC) pipes shall be in accordance with SECTION 02634 - POLYMER CONCRETE PIPES of the

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION V: HIGHWAY DRAINAGE AND STORM WATER DIVERSIONS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (V-3)

Particular Specifications for Sanitary Works (to be obtained by the Contractor from MPW – Sanitary Engineering Sector).

If no relevant specification for the proposed pipes is provided in the Contract‟s Specifications, the Contractor shall submit, for the Engineer‟s approval, an acceptable specification.

The Contractor shall submit a proposal demonstrating his selection of pipe type and specification. The Contractor shall allow for a reasonable time, but not less than thirty (30) days, for the review and assessment of the proposal by the Engineer. If the proposal is incomplete or the Engineer requires further information or details considered necessary for the assessment of the proposal, the contractor shall provide the required details as requested by the Engineer. The Engineer may extend the review period by a reasonable time if he deems this period as insufficient to complete the review at no additional cost to the Employer and no extension of time.

3. Concrete Works:

a) Concrete encasement (as specified in the MPW typical drawings for pipes with earth cover less than 1.20m) and blinding concrete Class K140;

b) Cast-in-situ or pre-cast reinforced concrete Class K300 (including steel bar reinforcement, forming, etc) for associated structures (manholes, gullies, etc);

c) Plain concrete Class K300 for benching; and

d) Waterproofing and/or protective painting to external surfaces and protection coating (Epoxy waterproofing) to internal surfaces of associated structures.

4. Metal Works: Galvanized steel step irons, heavy duty ductile iron manhole hinged type covers - without ventilation holes - and frames with clear opening 610 mm diameter class-D400 as required for associated structures.

5. Special arrangement for pipe connection at the manhole walls.

V.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. Drainage Design Standards and Requirements:

The Design for the Highway Drainage System shall be in accordance with the latest edition of Part 3 – Kuwait Highway Drainage of The Design Manual for Roads and Bridges and the up to date MPW design requirements (both up to the Tender closing date).

2. The construction works shall be in accordance with Section 6 “Storm Water Drainage” and other relevant sections and clauses of the General Specifications for Motorways as modified by and in accordance with the requirements of this Document “Particular Specifications”.

In case of any conflict between the description of the work items under this section and these up to date MPW design requirements, the requirements of the latter shall prevail.

3. Curb openings and related concrete drainage channels shall be provided to drain the surface water from the low points in accordance with MPW typical details of curb openings and drainage channels drawing No. RA/D/TP-24, with maximum spacing of 10 m in the roundabouts.

4. The Contractor shall coordinate with MPW Roads Administration and obtain their approval on the Design before commencing any construction work.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION V: HIGHWAY DRAINAGE AND STORM WATER DIVERSIONS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (V-4)

5. Number, length and size of the pipe culverts shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

6. Number and dimensions of the curb openings shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

7. Accordingly, the location of the pipe culverts and curb openings may vary as may be required by the Design.

V.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment.

(End of Section V)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION VI: COMPLETE PROTECTION OF EXISTING SANITARY PIPELINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (VI-1)

SECTION VI: COMPLETE PROTECTION OF EXISTING SANITARY PIPELINES

VI.1 OBJECTIVE

The objective of the works under this Section is to provide complete functional and durable protection of existing sanitary pipelines (force mains and treated sewage effluent „TSE‟) including diversion, if necessary, as required for the successful construction of the proposed roadways and associated roundabouts and junctions and bridges, which will be constructed under other sections, including coordination with existing utilities and appropriate interface with the at-grade roadways and associated roundabouts and junctions and other facilities to the Engineer‟s satisfaction and approval.

Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design.

VI.2 MINIMUM WORK ITEMS

As a minimum, the works under this section shall include the following Item:

VI.2.1 Complete Construction of Reinforced Concrete Utility Box Culvert Class K350 to Protect Existing Sanitary Pipelines

Unless the Contractor is approved by the Sanitary Engineering Sector of the Ministry of Public Works (MPW), a specialist Subcontractor approved by MPW Sanitary Engineering Sector shall carry out the ancillary works related to the existing pipelines (temporary and permanent supports, hangers, coding, etc).

Under this item, the Contractor shall provide everything necessary, including material, labour, equipment and safety measures for the successful complete construction of utility box culvert at any depth, including sump pits as necessary and associated access shafts (access openings), etc in order to provide protection to the existing sanitary force mains and treated sewage effluent (TSE) pipelines as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

The Contractor shall be responsible for verifying site conditions and existing pipelines conditions and carry out necessary investigations including digging trial holes as necessary to expose and verify the existing pipelines in order to acquaint himself with their nature, type and condition.

This work shall include but is not limited to:

1. Accurate locating of existing pipelines.

2. Design and construction of temporary support system for existing pipelines and dismantling and removal of the support system upon completion of the works.

The system shall be adequate to safely maintain existing pipelines in place without any risk of leaking or damage until the complete construction of the box culvert and supporting the pipes on their final support plinths.

3. Earth Works: Structure excavation (including preparation of foundation) and backfilling, dewatering, temporary support of excavation and support and protection of adjacent structures where necessary, disposal of surplus excavated material, etc.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION VI: COMPLETE PROTECTION OF EXISTING SANITARY PIPELINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (VI-2)

4. Concrete Works (including Ducting):

a) Blinding concrete Class K140;

b) Cast-in-situ reinforced concrete Class K350 for box culvert, including closure/end walls and Class K300 for associated structures and pipe support plinths, etc. (all including steel bar reinforcement, forming, construction, contraction and expansion joints, joint filers, sealants, water stops, finishing, etc as required);

c) Pre-cast reinforced concrete panel covers Class K300 for access shafts (including steel bar reinforcement, forming, finishing, etc);

d) Ducts/holes and sleeves shall be provided in the closure walls as required in accordance with the MPW specifications and requirements with regard to dimensions, sealing to prevent water and soil ingress, etc;

e) Supply and installation of 100 mm diameter UPVC pipe duct along the full length of the utility box culvert (to be provided for each cell of the multi cell culverts, if any) as shown on the approved Design and as instructed by the Engineer;

f) Complete external waterproofing (complete tanking); and

g) Epoxy waterproofing to internal concrete surfaces.

5. Ancillary Works related to Existing Pipelines: Supporting and hanging up the existing pipelines (any diameter at any depth) during construction of the utility box culvert (temporary and permanent supports, hangers, straps, all associated fittings and accessories, coding, etc).

6. Metal Works: Galvanized cast iron step irons or galvanized steel ladders in accordance with MPW typical drawings and vent pipes as directed by the Engineer.

VI.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. Notwithstanding the requirements of Clause GEN. 11 in Division 1 – “General Descriptions and Requirements” of this Document, the construction works under this section shall be carried out in accordance with Appendix 1 - Particular Specifications for Sanitary Works and the latest updates of each of these particular specifications (referred to as specifications) and requirements and typical drawings of MPW Sanitary Engineering Sector. In case of any conflict between the description of the work items under this section and the latest updates of these particular specifications and typical drawings, the requirements of the latter shall prevail.

2. Accordingly, prior to commencing construction works, the Contractor shall obtain MPW Sanitary Engineering Sector‟s approval for the materials to be used in the specialized parts of the work under this section (pipe works, etc) and provide an evidence of such approval to the Engineer.

3. The Contractor shall coordinate with MPW Sanitary Engineering Sector and obtain their approval on the Design before commencing any construction work.

4. Number, length and dimensions of the utility box culverts shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

5. Accordingly, the location of the utility box culverts may vary as may be required by the

Design.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION VI: COMPLETE PROTECTION OF EXISTING SANITARY PIPELINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (VI-3)

6. Route and reserves shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum. The Contractor shall check and verify the existing conditions and obtain the approvals from the relevant authorities if any change of the route is required.

7. Utility box culverts concrete surfaces in contact with soil shall be protected against ground water by using a complete protective waterproofing membrane (complete tanking) approved by the Engineer.

8. Utility box culverts shall be watertight and shall allow for safe and easy future maintenance and replacement of existing pipelines as required in accordance with the requirements of MPW Sanitary Engineering Sector.

9. The Contractor is strictly not allowed under any circumstances to drain any sanitary sewage to the stormwater drainage network. Failure of the Contractor to fully comply with this requirement shall lead the Engineer to apply a penalty, as appropriate, similar to/on the basis the penalties listed in Article (24-3) Safety Systems, Secondly of the Particular Conditions (Document II-2).

VI.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment.

(End of Section VI)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION VII: COMPLETE RELOCATION OF EXISTING WATER PIPELINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (VII-1)

SECTION VII: COMPLETE RELOCATION OF EXISTING WATER PIPELINES

VII.1 OBJECTIVE

The objective of the works under this Section is to protect and relocate the existing pipelines and provide complete adequate, functional and durable water pipelines scheme as required to match the proposed roadways and associated roundabouts and junctions and bridges and allow their successful construction under other sections, including coordination with existing utilities and appropriate connection to existing network and interface with the at-grade roadways and associated roundabouts and junctions and other facilities to the Engineer‟s satisfaction and MEW‟s approval.

Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design.

VII.2 MINIMUM WORK ITEMS

The work comprises the installation, construction, testing, commissioning and maintenance of water pipelines complete with all branches and connections together with all other ancillary works, as well as the provision of new pipelines together with their connection to the existing mains.

As a minimum, the works under this section shall include the following Items:

VII.2.1 Complete Removal of Existing Water Pipelines

Unless the Contractor is approved by the Ministry of Electricity and Water (MEW), a specialist Subcontractor approved by MEW shall carry out the works related to removal of ductile iron pipes (recover all existing ductile iron pipes, fittings, valves and haul to MEW store).

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete removal of existing water Ductile Iron (DI) and Asbestos Cement (A/C) pipelines (if any) of various diameters at all depths, including all fittings, valves and associated structures and items (valve chambers, thrust blocks, control cables as well as sleeves and/or ducts if any, etc).

The approximate location and length of the pipelines and associated structures to be removed are shown on the Conceptual Design Drawings.

The work shall be carried out in accordance with clause 207.07.5 - Total Removal of Pipelines and Recovery of Pipes and Fittings of the General Specifications for Motorways and as instructed by the Engineer.

This work shall include but is not limited to:

1. Earth Works:

a) Excavation, dewatering as necessary, temporary support of excavated earth, breaking out, removal of pipelines as required, reinforced concrete and any concrete bed and encasement and debris, backfilling upon completing the removal of existing pipelines and associated structures, disposal of surplus excavated material, pipes and debris, etc; and

b) Removal and disposal of existing Asbestos Cement (A/C) pipes of any diameter and fittings, if any, shall be carried out in accordance with EPA requirements and specifications and as instructed by the Engineer.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION VII: COMPLETE RELOCATION OF EXISTING WATER PIPELINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (VII-2)

2. Pipe Works: Removal and recovery of existing Ductile Iron (DI) pipes of any diameter, fittings (connected to or associated with the removed pipes), chamber covers and frames, steel step irons and ladders and valves and haul to MEW stores at Sabhan as directed by the Engineer.

VII.2.2 Complete Construction of Proposed Ductile Iron (D.I.) Water Pipelines

Unless the Contractor is approved by the Ministry of Electricity and Water (MEW), a specialist Subcontractor approved by MEW shall carry out the pipe laying works, including maintenance of services and flushing and disinfection the waterline network.

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of all proposed D.I. water pipelines of any diameter at all depths, including all fittings, valves and associated structures and items (valve chambers, thrust blocks, control cables, fibre optic cables or telemetry cables and ducts, etc) as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited to:

1. Earth Works: Trench excavation for pipes and structure excavation for associated structures, dewatering as necessary, temporary support of excavated earth, preparation of trench foundation for bedding prior to pipe laying, backfilling upon completion of pipe laying, disposal of surplus excavated material, etc.

2. Pipe Laying Works:

a) Supply, lay (including bedding) and joint pipes of various diameters and related fittings and valves at any depth and grade and perform testing as required.

The pipelines shall be joint socket and spigot D.I. Pipes conforming to ISO2531 and shall be complete with all fittings, including rubber rings/gaskets, glands, nuts and bolts and double polyethylene sleeves, etc.

The valves shall include sluice valves, air valves, washouts and fittings with its accessories including pipe ends (if necessary) and all necessary materials including tools, plant, supports, hangers necessary to complete the installation and joining of all valves to the water pipelines. All valves shall be tested and commissioned within their chambers;

b) Supply and installation of sleeves (steel pipes) for pipe lengths of any diameter at any depth under roads at locations as shown on the approved Design or as required and specified by the Engineer. The sleeve size shall be such that a 250 mm gap is maintained around the pipe. This gap shall be fully filled with cement grout - approved by the Engineer – immediately after the pipes are completed. The work shall include additional excavation (as necessary) and the Contractor shall coordinate this work with the related pipe installation works;

c) Protective coating all around the valves and their fittings and the metal elements of thrust blocks shall be carried out with an approved bituminous compound and coating and wrapping all fittings under earth by bituminous felt wrap or by moulding using an approved bituminous compound;

d) Hydrostatic testing shall include Working and Testing Pressure tests. Cleaning, flushing and disinfecting the completed water pipelines shall be maintained throughout the maintenance period as specified and instructed by the Engineer. The Contractor shall provide all water required for completing the works; and

e) Appropriate connections to pipelines constructed inside utility box culverts and to existing network.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION VII: COMPLETE RELOCATION OF EXISTING WATER PIPELINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (VII-3)

3. Concrete Works (including Ducting):

a) Supply and installation of 100 mm diameter UPVC or HDPE pipe duct in accordance with MEW requirements for the control cables, fibre optic or telemetry cables along the full length of the pipelines as specified and as instructed by the Engineer;

b) Concrete encasement (as required) for pipes and ducts and blinding concrete Class K140;

c) Cast-in-situ or pre-cast reinforced concrete Class K300 (including steel bar reinforcement, forming, fair face internal and external finish, etc and rolled-steel sections for thrust blocks) for associated structures; and

d) Complete external waterproofing all around the walls and under the base slab of the valve chambers (in order to be made watertight) and protection coating (Epoxy waterproofing) to internal surfaces.

4. Metal Works: Heavy duty chamber covers and frames, step irons or ladders, surface boxes, etc for associated structures.

5. Special arrangement for pipes through the valve chamber walls.

6. Maintenance of Services:

The Contractor shall ensure that existing services will not be disturbed unduly. The Contractor shall coordinate with MEW to ascertain maximum permissible period of disconnection of supply to consumers.

Work shall be so programmed that whenever possible, this period is not exceeded. Where a supply line is to be disconnected for a longer period, the Contractor shall arrange for a satisfactory temporary supply to consumers affected by the works, all at no additional cost to the Employer.

In this regard, the Contractor is responsible to provide MEW with a copy of his program for the water works prior to starting the construction and to coordinate with MEW during construction.

7. Flushing and Disinfection of Waterline Network: The Contractor shall flush and disinfect Waterline Network, including supply of material and all work necessary and providing fresh water.

VII.2.3 Complete Construction of Proposed Ductile Iron (D.I.) Water Pipelines inside Utility Box Culvert

Unless the Contractor is approved by the Ministry of Electricity and Water (MEW), a specialist Subcontractor approved by MEW shall carry out this work.

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of D.I. water pipelines of any diameter at all depths inside the utility box culvert, including all fittings and associated items (control cables and ducts as required, etc) as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited to:

1. Pipe Supply, Laying and Installation Works:

a) Supply, lay/install, joint pipes of various diameters and related fittings at any depth and grade as required and instructed by the Engineer;

b) The pipelines shall be joint socket and spigot D.I. Pipes conforming to ISO2531 and shall be complete with all fittings, including rubber rings/gaskets, glands, nuts and bolts and double polyethylene sleeves, etc; and

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION VII: COMPLETE RELOCATION OF EXISTING WATER PIPELINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (VII-4)

c) Hydrostatic testing shall include Working and Testing Pressure tests. Cleaning, flushing and disinfecting the completed water pipelines shall be maintained throughout the maintenance period as specified and instructed by the Engineer. The Contractor shall provide all water required for completing the works.

2. Ducting Works: Supply and installation of 100 mm diameter UPVC or HDPE pipe duct in accordance with MEW requirements for the control cables along the full length of the pipelines as specified and as instructed by the Engineer;

3. Metal Works: Pipeline anchors, hangers, straps, markers, etc.

4. Maintenance of Services:

a) The Contractor shall ensure that existing services will not be disturbed unduly. The Contractor shall coordinate with MEW to ascertain maximum permissible period of disconnection of supply to consumers;

b) Work shall be so programmed that whenever possible, this period is not exceeded. Where a supply line is to be disconnected for a longer period, the Contractor shall arrange for a satisfactory temporary supply to consumers affected by the works, all at no additional cost to the Employer; and

c) In this regard, the Contractor is responsible to provide MEW with a copy of his program for the water works prior to starting the construction and to coordinate with MEW during construction.

5. Flushing and Disinfection of Waterline Network: The Contractor shall flush and disinfect Waterline Network, including supply of material and all work necessary and providing fresh water.

VII.2.4 Complete Construction of Reinforced Concrete Utility Box Culverts Class K350 to Protect Existing Water Pipelines

Unless the Contractor is approved by the Ministry of Electricity and Water (MEW), a specialist Subcontractor approved by MEW shall carry out the ancillary works related to the existing pipelines (temporary and permanent supports, hangers, coding, etc).

Under this item, the Contractor shall provide everything necessary, including material, labour, equipment and safety measures for the successful complete construction of utility box culverts of any type/size at any depth, including sump pits and drain pipes as necessary and associated access shafts (access openings), etc in order to provide protection to the existing water pipelines as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

The Contractor shall be responsible for verifying site conditions and existing pipelines conditions and carry out necessary investigations including digging trial holes as necessary to expose and verify the existing pipelines in order to acquaint himself with their nature, type and condition.

This work shall include but is not limited:

1. Accurate locating of existing pipelines.

2. Design and construction of temporary support system for existing pipelines and dismantling and removal of the support system upon completion of the works.

The system shall be adequate to safely maintain existing pipelines in place without any risk of leaking or damage until the complete construction of the box culvert and supporting the pipes on their final support plinths.

3. Earth Works: Structure excavation (including preparation of foundation) and backfilling, dewatering, temporary support of excavation and support and protection of adjacent structures where necessary, disposal of surplus excavated material, etc.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION VII: COMPLETE RELOCATION OF EXISTING WATER PIPELINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (VII-5)

4. Concrete Works (including Ducting):

a) Blinding concrete Class K140;

b) Cast-in-situ reinforced concrete Class K350 for box culvert, including closure/end walls and Class K300 for associated structures and pipe support plinths, etc. (all including steel bar reinforcement, forming, construction, contraction and expansion joints, joint filers, sealants, water stops, finishing, etc as required);

c) Pre-cast reinforced concrete panel covers Class K300 for access shafts (including steel bar reinforcement, forming, finishing, etc);

d) Ducts/holes and sleeves shall be provided in the closure walls as required in accordance with the MEW specifications and requirements with regard to dimensions, sealing to prevent water and soil ingress, etc;

e) Supply and installation of 100 mm diameter UPVC pipe duct along the full length of the utility box culvert (to be provided for each cell of the multi cell culverts, if any) as shown on the approved Design and as instructed by the Engineer;

f) Complete external waterproofing (complete tanking); and

g) Epoxy waterproofing to internal concrete surfaces.

5. Ancillary Works related to Existing Pipes: Supporting and hanging up the existing pipelines (any diameter at any depth) during construction of the utility box culvert (temporary and permanent supports, hangers, straps, all associated fittings and accessories, coding, etc).

6. Metal Works: Galvanized cast iron step irons or galvanized steel ladders, vent pipes, etc in accordance with MEW requirements and typical drawings.

VII.2.5 Complete Construction of Reinforced Concrete Utility Box Culverts Class K350

Under this item, the Contractor shall provide everything necessary, including material, labour and equipment for the successful complete construction of utility box culverts of any type/size at any depth (for the protection of proposed/relocated or future D.I. water pipelines, which will be laid/installed inside as required and instructed by the Engineer), including sump pits and drain pipes as necessary and associated access shafts (access openings), etc as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited:

1. Earth Works: Structure excavation (including preparation of foundation) and backfilling, dewatering, temporary support of excavation and support and protection of adjacent structures where necessary, disposal of surplus excavated material, etc.

2. Concrete Works (including Ducting):

a) Blinding concrete Class K140;

b) Cast-in-situ reinforced concrete Class K350 for box culvert, including closure/end walls and Class K300 for associated structures and pipe support plinths, etc. (all including steel bar reinforcement, forming, construction, contraction and expansion joints, joint filers, sealants, water stops, finishing, etc as required);

c) Pre-cast reinforced concrete panel covers Class K300 for access shafts (including steel bar reinforcement, forming, finishing, etc);

d) Ducts/holes and sleeves shall be provided in the closure walls as required in accordance with the MEW specifications and requirements with regard to dimensions, sealing to prevent water and soil ingress, etc;

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION VII: COMPLETE RELOCATION OF EXISTING WATER PIPELINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (VII-6)

e) Supply and installation of 100 mm diameter UPVC pipe duct along the full length of the utility box culvert (to be provided for each cell of the multi cell culverts, if any) as shown on the approved Design and as instructed by the Engineer;

f) Complete external waterproofing (complete tanking); and

g) Epoxy waterproofing to internal concrete surfaces.

3. Metal Works: Galvanized cast iron step irons or galvanized steel ladders, vent pipes, etc in accordance with MEW requirements and typical drawings.

4. Coordination with pipe works inside the utility box culvert under other items.

VII.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. The construction works shall be in accordance with the relevant sections and clauses of the General Specifications for Motorways as modified by and in accordance with the requirements of this Document “Particular Specifications”.

2. Notwithstanding the requirements of Clause GEN. 11 in Division 1 – “General Descriptions and Requirements” of this Document, the works under this section shall be carried out in accordance with Appendix 2 - Particular Specifications for Supply and Installation of Water Pipelines and the latest updates of each of these particular specifications (referred to as specifications) and requirements and typical drawings of MEW. In case of any conflict between the description of the works under this section and the latest updates of these particular specifications and typical drawings, the requirements of the latter shall prevail.

3. Accordingly, prior to commencing construction works, the Contractor shall obtain MEW‟s approval for the materials to be used in the specialized parts of the work under this section (pipe works, etc) and provide an evidence of such approval to the Engineer.

4. The Contractor shall obtain all D.I. pipes, fittings and valves from the approved suppliers of MEW.

5. The requirements and works shown on the Conceptual Drawings related to future MEW needs shall form part of the Minimum Requirements of this Contract even if these are not necessary to achieve the objective of the works under this Section.

6. The Contractor shall coordinate with MEW Water Projects and obtain their approval on the Design before commencing any construction work.

7. Existing pipelines to be relocated, length of diversions and connections with the existing network shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

8. Accordingly, the location of connections with the existing network may vary as may be

required by the Design.

9. Route and reserves shown on the Conceptual Design Drawings are approximate and

shall be taken as a minimum. The Contractor shall check and verify the existing

conditions and obtain the approvals from the relevant authorities if any change of the

route is required.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION VII: COMPLETE RELOCATION OF EXISTING WATER PIPELINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (VII-7)

10. Utility box culverts concrete surfaces in contact with soil shall be protected against

ground water by using a complete protective waterproofing membrane (complete

tanking) approved by the Engineer.

11. Utility box culverts shall be watertight and shall allow for safe and easy future

maintenance and replacement of existing pipelines as required in accordance with the

requirements of MEW.

VII.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment.

(End of Section VII)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION VIII: COMPLETE RELOCATION OF EXISTING TELEPHONE (PTT) SERVICES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (VIII-1)

SECTION VIII: COMPLETE RELOCATION OF EXISTING TELEPHONE (PTT) SERVICES

VIII.1 OBJECTIVE

The objective of the works under this Section is to protect and relocate the existing services and provide complete functional and durable telephone (PTT) services scheme for future MOC minimum requirements, including cable works, removal and relocation of existing cabinets and cabinet bases if any, removal and recovery of existing cables, etc as required to match the proposed roadways and associated roundabouts and junctions and bridges and allow their construction under other sections MOC requirements, including coordination with existing utilities and appropriate connection to existing network and interface with the at-grade roadways and associated roundabouts and junctions and other facilities to the Engineer‟s satisfaction and MOC‟s approval.

Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design.

VIII.2 MINIMUM WORK ITEMS

The work comprises of removal of existing PTT ducts and associated structures, supply and laying of ducts, concrete encasement, etc. and construction of manholes, hand holes and cabinet bases as well as all cable and cabinet works as required.

As a minimum, the works under this section shall include the following Items:

VIII.2.1 Complete Removal of Existing PTT Cables, Ducts and Associated Structures

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete removal of existing PTT cables and ducts of all sizes at all depths, including associated structures (manholes, hand holes, cabinet bases if any, etc).

The approximate location and length of the cables, ducts and associated structures to be removed are shown on the Conceptual Design Drawings.

The work shall be carried out in accordance with clause 207.07 “Demolitions and Removal of Box Culverts, Pipelines, Manholes, Inlets, Gullys and Similar Facilities” of the General Specifications for Motorways, the MOC specifications and requirements and as instructed by the Engineer.

This work shall include but is not limited:

1. Cable and Cabinet Works: Removal and recovery/salvage of existing cables and cabinets (if any), including all associated items and haul redundant cables, cabinets and associated items to MOC stores as directed by the Engineer.

2. Earth Works: Excavation, dewatering as necessary, temporary support of excavated earth, breaking out, removal of ducts, concrete encasement, plain and reinforced concrete and debris, backfilling upon completing the removal of existing ducts and associated structures, disposal of surplus excavated material, ducts and debris, etc.

3. Coordination and interface between the removal of ducts, cabinet bases (if any) and associated structures and the cutting and the removal of existing cables and cabinets as required by MOC.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION VIII: COMPLETE RELOCATION OF EXISTING TELEPHONE (PTT) SERVICES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (VIII-2)

VIII.2.2 Complete Construction of Proposed PTT Ducts and Associated Structures

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of all proposed PTT ducts of various sizes at all depths, including associated structures (manholes, hand holes, cabinet bases, etc) as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

The Contractor shall comply with all MOC specifications and requirements and shall coordinate the interfacing between the installation of ducts, manholes, hand hols and cabinets as required and the cabling works.

This work shall include but is not limited:

1. Earth Works: Trench excavation for ducts and structure excavation for associated structures, dewatering as necessary, temporary support of excavated earth, preparation of trench foundation for bedding prior to cable duct laying, backfilling upon completion of the installation of the cable ducts, disposal of surplus excavated material, etc.

2. Ducting Works:

a) Supply and lay UPVC cable ducts of various duct configurations and diameter (duct groups/types) as specified; and

b) Supply and lay Four (4) numbers of 32mm diameter HDPE sub-ducts of different colours with pulling rope (green, yellow, orange, black) to lay/relocate new/existing optical fibre cables, of which Two (2) numbers to be sub-ducted along all new or relocated routes irrespective of number of ducts ways.

All sub-ducts must be laid in top layer of pipe configuration in consultation with MOC.

The HDPE material must be as per MOC‟s Specifications No. G20, G10, G001 and G40.

3. Concrete Works:

a) Concrete encasement (at road crossings and where required as instructed by the Engineer) for ducts and blinding concrete Class K140 as required;

b) Cast-in-situ or pre-cast reinforced concrete Class K300 (including steel bar reinforcement, forming, etc) for associated structures; and

c) Waterproofing/or protective painting to external surfaces of associated structures.

4. Metal Works: Cover frames, cover rings, racks, etc for associated structures.

5. Special arrangement for pipe duct connection at the manholes, hand holes and cabinet bases as required.

6. Disconnection of Service: The Contractor shall ensure that no disconnection to existing services result from his works without the prior approval of the MOC and relevant authorities.

VIII.2.3 Complete Supply and Installation of Proposed PTT Cables and Cabinets

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete supply, installation and appropriate connection to existing network of all proposed PTT cables of various types (copper and fibre optic cables) and sizes and associated cabinets, as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION VIII: COMPLETE RELOCATION OF EXISTING TELEPHONE (PTT) SERVICES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (VIII-3)

The Contractor shall comply with all MOC specifications and requirements and shall coordinate the interfacing between the installation of cables and cabinets.

This work shall include but is not limited:

Cable and Cabinet Works:

a) Supply and installation of cables (copper and fibre optic) and associated cabinets;

b) Extending the cables through the ducts; and

c) Appropriate connection to existing cables and network.

VIII.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. The construction works shall be in accordance with the relevant sections and clauses of the General Specifications for Motorways as modified by and in accordance with the requirements of this Document “Particular Specifications”.

2. Notwithstanding the requirements of Clause GEN. 11 in Division 1 – “General Descriptions and Requirements” of this Document, the works under this Section shall be carried out in accordance with Appendix 3 - Particular Specifications for Telephone Works and the latest updates of each of these particular specifications (referred to as specifications) and requirements and typical drawings of MOC. In case of any conflict between the description of the works under this section and the latest updates of these particular specifications and typical drawings, the requirements of the latter shall prevail.

3. Accordingly, prior to commencing construction works, the Contractor shall obtain MOC‟s approval for the materials to be used in the specialized parts of the work under this section (cable works, etc) and provide an evidence of such approval to the Engineer.

4. It is to be noted that existing PTT cables shall be removed and recovered before removal of existing ducts and that cabinet bases shall be removed after removal of cables and removal of existing cabinets. Relocation of existing cabinets shall be carried out on the new constructed bases.

In this regard, the Contractor shall comply with all MOC specifications and requirements. The Contractor shall be responsible to obtain approvals and coordinate the interfacing between the different works under this section (civil, cable and cabinet works, etc) whilst maintaining service to consumers as required by MOC.

5. The requirements and works shown on the Conceptual Drawings related to future MOC needs shall form part of the Minimum Requirements of this Contract even if these are not necessary to achieve the objective of the works under this Section.

6. A specialist Subcontractor approved by the Ministry of Communications (MOC) shall carry out the cable and cabinet works (including removal and relocation of existing cabinets, removal and recovery of existing cables and installation of proposed cables and cabinets, etc) related to the items under this section.

7. The Contractor shall coordinate with MOC and obtain their approval on the Design before commencing any construction work.

8. Location, number and type of the proposed manholes and UPVC cable ducts shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION VIII: COMPLETE RELOCATION OF EXISTING TELEPHONE (PTT) SERVICES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (VIII-4)

9. Type and number of the proposed cables (copper and fibre optic cables) inside the telephone network shown on the Conceptual Design Drawings shall be taken as a minimum.

10. The location of manholes may vary as may be required by the Design.

11. Route and reserves shown on the Conceptual Design Drawings are approximate and shall be taken as minimum. The Contractor shall check and verify the existing conditions and obtain the approvals from the relevant authorities if any change of the route is required.

.

VIII.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment.

(End of Section VIII)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION IX: COMPLETE RECONSTRUCTION OF EXISTING STREET LIGHTING

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (IX-1)

SECTION IX: COMPLETE RECONSTRUCTION OF EXISTING STREET LIGHTING

IX.1 OBJECTIVE

The objective of the works under this Section is to remove the existing system and construct new complete safe, functional, aesthetical and durable street lighting scheme (complete civil works and electrical works) with adequate/correct light distribution/intensity as required to match and serve the proposed roadways and associated roundabouts and junctions and bridges and allow their successful construction under other sections MEW requirements, including appropriate connection with existing network and appropriate interface with the at-grade roadways and associated roundabouts and junctions and other facilities to the Engineer‟s satisfaction and MEW‟s approval.

Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design. The completed street lighting system shall cover all new roadwork included in this Contract and shall complement the existing lighting system.

IX.2 MINIMUM WORK ITEMS

The work comprises the installation, construction, testing, commissioning and maintenance of street lighting system complete with all connections to existing network.

As a minimum, the works under this section shall include the following Items:

IX.2.1 Complete Removal of Existing Street Lighting System

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete removal of existing street lighting system, including lighting units and all associated units and structures as instructed by the Engineer.

The approximate location, length and components of the street lighting system and associated structures to be removed are shown on the Conceptual Design Drawings.

This work shall include but is not limited:

1. Earth Works: Excavation, breaking out associated structures (foundations, manholes, hand holes, crash barriers, etc), removal of ducts and any concrete encasement, plain and reinforced concrete and debris, backfilling upon completing the removal of existing lighting units, including all associated units and structures, disposal of surplus excavated material, ducts and debris, etc.

2. Electrical Works:

a) Removal and recovery/salvage of existing lighting units, including all associated units and items (electrical cables, control cabinets/feeder pillars, etc) and haul redundant units and items to MEW stores as directed by the Engineer; and

Note: Other existing lighting units (poles, masts, control cabinets/feeder pillars, etc) shall be refurbished and relocated under clause IX.2.2 herein.

b) Maintaining existing street lighting installation and necessary coordination with MEW.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION IX: COMPLETE RECONSTRUCTION OF EXISTING STREET LIGHTING

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (IX-2)

IX.2.2 Complete Construction of Proposed Street Lighting System

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of the proposed/required complete street lighting system for roadways (main line, slip roads, access roads, etc) and roundabouts, including complete light poles and masts and all associated units, electrical cables, control cabinets/feeder pillars and structures (foundations of light poles and masts, control cabinet bases, manholes, hand holes, crash barriers, etc) as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited:

1. Earth Works: Trench excavation for cable ducts and structure excavation for associated structures (foundations of light poles and masts, control cabinet bases, manholes, hand holes, crash barriers, etc), dewatering as necessary, temporary support of excavated earth, preparation of trench foundation for bedding prior to cable duct laying, backfilling upon completion of the installation of the cable ducts, disposal of surplus excavated material, etc.

2. Concrete Works (including Ducting):

a) Supply and installation of UPVC cable ducts of various duct configurations and diameter as specified;

b) Supply and installation of pipe sleeves (UPVC or metal pipes) embedded in foundations and other associated structures at various locations and diameter as specified;

c) Concrete encasement (at road crossings, as specified and where required as instructed by the Engineer) for ducts and blinding concrete Class K140;

d) Cast-in-situ or pre-cast reinforced concrete Class K300 (including steel bar reinforcement, forming, etc) for associated structures; and

e) Waterproofing/or protective painting to external surfaces of associated structures.

3. Electrical Works:

a) Refurbishing and relocation of existing lighting units (other than the redundant units referred to in clause IX.2.1 herein), including light poles and masts of any height and control cabinets/feeder pillars;

b) Supply and installation of new lighting units and associated items and units as required for the complete street lighting system incorporating energy saving features, including light poles and masts, lanterns, control gears, cu-outs, control cabinets/feeder pillars and electric cables in the UPVC ducts and in lighting units;

c) Supply and installation of complete earth bonding and grounding system;

d) Supply and installation of complete outdoor lighting control/management system;

e) Coordination with concerned MEW department regarding reinstatement/obtaining of necessary power supply in order to commission the street lighting system on time; and

f) Appropriate connection to existing network.

IX.2.3 Supply and Installation of Complete Under Crossing Lighting Systems

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete supply and installation of the required complete under

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION IX: COMPLETE RECONSTRUCTION OF EXISTING STREET LIGHTING

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (IX-3)

crossing lighting systems for the elevated vehicular and camel crossing bridges referred to in Section IV herein as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited:

Electrical Works: Galvanised steel raceways and conduits, including all associated items and accessories, electrical cables, high pressure under crossing sodium lanterns, metal halide flood lights with coloured filters for pier lighting, etc. of the types and sizes as specified and as instructed by the Engineer and appropriate connection to existing network.

Note: Junction boxes and other items related to this item and embedded in the concrete bridge substructure and superstructure are part of the work under clauses IV.2.1 and IV.2.2 herein.

IX.2.4 Supply and Installation of Complete Overhead Sign Lighting Systems

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete supply and installation of the required complete overhead sign lighting systems for overhead sign gantries as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited:

Electrical Works: Galvanised steel conduits, including all associated items and accessories, electrical cables, safety switches, high pressure mercury vapour sign lanterns, etc. of the types and sizes as specified and as instructed by the Engineer and appropriate connection to existing network.

IX.2.5 Supply of Spare Parts

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete supply of the following spare parts for electrical equipment in accordance with clause 14.28 “Spares” of Appendix 4:

No .

Description

Unit

Quantity

1 High mast complete with raising/lowering device, from each type. No. 1

2 Street lighting luminaries, from each type No. 5% of the total quantity

3 Dual power dimming ballast, from each type No. 5% of the total quantity

4 Main incoming MCCB for control cabinet from each type No. 2

5 Outgoing MCCB No. 10

6 Electromagnetic contactor, from each type No. 2

7 Operating coil for electromagnetic contactor, from each type No. 10

8 Group/segment controller for telemanagement system No. 10

9 Unit lighting controller for telemanagement system No. 50

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION IX: COMPLETE RECONSTRUCTION OF EXISTING STREET LIGHTING

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (IX-4)

IX.2.6 Maintenance of Permanent Lighting System and Final Acceptance Inspection

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete maintenance of permanent lighting system and final acceptance inspection in accordance with clauses 14.25.07 “Maintenance of Permanent Lighting Systems” and 14.25 “Final Acceptance Inspection” respectively of Appendix 4 as necessary to achieve the objective of the works under this Section.

IX.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. The construction works shall be in accordance with Section 14 “Lighting and Electrical Works” and other relevant sections and clauses of the General Specifications for Motorways as modified by and in accordance with the requirements of this Document “Particular Specifications”.

2. Notwithstanding the requirements of Clause GEN. 11 in Division 1 – “General Descriptions and Requirements” of this Document, the works under this section shall be carried out in accordance with Appendix 4 - Particular Specifications for Street Lighting and the latest updates of each of these particular specifications (referred to as specifications) and requirements and typical drawings of MEW. In case of any conflict between the description of the work items under this section and the latest updates of these particular specifications and typical drawings, the requirements of the latter shall prevail. The Contractor shall provide copies of correspondence with MEW to demonstrate compliance with their specifications and requirements.

3. Accordingly, prior to commencing construction works, the Contractor shall obtain MEW‟s approval for the materials to be used in the specialized parts of the work under this section (cable works, electrical works, etc) and provide an evidence of such approval to the Engineer.

4. A specialist Subcontractor approved by the Ministry of Electricity and Water (MEW) shall carry out the electrical works related to the items under this section.

5. The Contractor shall coordinate with MEW Electrical Network and obtain their approval on the design before commencing any construction work.

6. Locations, number and type of the proposed and refurbished lighting units and control cabinet/feeder pillar shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

7. Accordingly, locations of the proposed and refurbished lighting units and control cabinet/feeder pillar may vary as may be required by the Design.

8. Locations, number and length of the overhead and under crossing lighting systems shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

9. New Foundations for Lighting Masts, Poles and Control Cabinets/Feeder Pillars:

The Contractor shall construct new foundations at each proposed/required and refurbished lighting unit and control cabinet/feeder pillar location. All such foundations shall conform to the requirements of clause 1403 “Foundations for Lighting Poles and Masts” of the General Specifications for Motorways. The Contractor shall furnish and install new anchor bolts, to match existing anchor bolts being removed. New bolts shall be of the same material, diameter, dimensions and configuration of the existing bolts and shall be as approved by the Engineer. The new foundations for refurbished units shall be

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION IX: COMPLETE RECONSTRUCTION OF EXISTING STREET LIGHTING

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (IX-5)

the same size as those being provided for new installations in accordance with MEW typical drawings and specifications.

10. Resiting of Existing Lighting Units and Control Cabinets/Feeder Pillar:

The Contractor shall install new cables in UPVC ducts and resite the existing lighting units and control cabinets/feeder pillars on new foundations. The Contractor shall install all new underground cables in UPVC ducts and complete all connections and terminations for electrification of these relocated units.

11. Cabling to Refurbished Lighting Units Relocated in Original Positions:

Where refurbished units are to be relocated in their original position, new cables in UPVC ducts shall be installed between the units and the control cabinets/feeder pillars, all in complete lengths without any joint.

12. Earth Bonding and Grounding for Refurbished Lighting Units:

New earth bonding and grounding system shall be installed to all refurbished lighting masts and poles. Lightning protection system shall be installed to all refurbished lighting masts and 22 m poles.

13. Adequate and safe street lighting to the MOI‟s and Engineer‟s satisfaction shall be maintained during hours of darkness on all trafficked roadways, diversions and detours while this work is being carried out.

IX.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment.

(End of Section IX)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION X: COMPLETE RELOCATION OF EXISTING UNDERGROUND (U/G) AND OVERHEAD (O/H) HIGH TENSION ELECTRICAL POWER LINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (X-1)

SECTION X: COMPLETE RELOCATION OF EXISTING UNDERGROUND (U/G) AND OVERHEAD (O/H) HIGH TENSION ELECTRICAL POWER

LINES

X.1 OBJECTIVE

The objective of the works under this Section is to protect and relocate the existing power lines and provide complete adequate, safe, functional and durable underground and overhead high tension electrical power lines scheme (complete civil works, 132 KV and 33 KV electrical oil filled power cables, associated pilot cables and accessories, etc) as required to match the proposed roadways and associated roundabouts, junctions and bridges, and allow their successful construction under other sections. The work under this Section shall be in accordance with MEW requirements, and shall include appropriate connection to existing network and appropriate interface with the at-grade roadways and associated roundabouts and junctions and other facilities to the Engineer‟s satisfaction and MEW‟s approval.

Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design.

X.2 MINIMUM WORK ITEMS

The work comprises the installation, construction, testing, commissioning and maintenance of electrical power cables and accessories complete with all connections to existing network.

As a minimum, the works under this section shall include the following Items:

X.2.1 Complete Removal and Recovery of Existing Underground (U/G) High Tension (HT) 33 KV and 132 KV Electrical Power Lines

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete removal and recovery of existing underground (U/G) electrical power lines, including high tension (HT) 33 KV and 132 KV electrical power cables and pilot cables (cable circuits) and all associated accessories and structures as instructed by the Engineer.

The approximate location and length of the cables, ducts and associated accessories and structures to be removed/recovered are shown on the Conceptual Design Drawings.

This work shall include but is not limited:

1. Earth Works: Excavation, dewatering as necessary, temporary support of excavated earth, removal of ducts and any concrete encasement and manholes and debris, backfilling and reinstatement upon completing the removal of existing cables, disposal of surplus excavated material, ducts and debris, etc.

2. Cable Works: Cutting, removal and recovery of existing oil filled power cables, pilot cables, accessories and haul to MEW stores as directed by the Engineer.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION X: COMPLETE RELOCATION OF EXISTING UNDERGROUND (U/G) AND OVERHEAD (O/H) HIGH TENSION ELECTRICAL POWER LINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (X-2)

X.2.2 Complete Construction of Proposed Underground (U/G) High Tension (HT) 33 KV Electrical Power Lines

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of all proposed/required underground (U/G) high tension (HT) 33 KV electrical power lines (cable circuits), including power cables, pilot cables and all associated accessories, as well as all required protections at road crossings for both existing and future (33 KV and 132 KV) cables as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited:

1. Accurate locating existing electrical cables, which will be protected.

2. Earth Works: Trench excavation for cables and for protections at road crossings, dewatering as necessary, temporary support of excavated earth, preparation of trench foundation for bedding prior to cable and duct laying, etc, backfilling upon completion of ducts, protections and lay/installation of cables, and disposal of surplus excavated material, etc.

3. Concrete Works (including Ducting):

a) Supply and installation of UPVC pipe cable duct crossings of various duct configurations and diameter (or inverted U-channels or UPVC split pipe ducts for the protection of existing cables) as specified and where required as instructed by the Engineer; and

b) Concrete encasement for cable duct crossings and protections Class K140 as specified.

4. Cable Works:

a) Supply and lay in trench/install in duct complete high tension (HT) 33 KV electrical power cables, pilot cables and all associated accessories including sieved sand surround, Reinforced Concrete cover tiles, protective net and warning tapes for cables laid in trench, etc; and

b) Appropriate connection to existing cables and network.

5. Ancillary works necessary for interface and connection with existing protections, if any (joints as necessary, etc).

6. Testing, commissioning and maintenance.

7. All civil works (earth works, concrete works including ducting, etc) necessary for additional duct group road crossings required by MEW at the location of Khairan Main Transformers Station “Z” as shown approximately in the Attachment at the end of Appendix 5, Volume 4 of this Document.

X.2.3 Complete Conversion of Existing Overhead (O/H) High Tension (HT) Electrical Power Lines to Underground (U/G) Power Lines

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete conversion of existing overhead (O/H) high tension (HT) electrical power lines of 132 KV and 33 KV to underground (U/G) power lines, including high tension (HT) 132 KV and 33 KV electrical power cables, pilot cables and all associated accessories and associated structures (Terminal towers with platforms/or gantries, etc), as well as all required protections at road crossings for both existing and future cables as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION X: COMPLETE RELOCATION OF EXISTING UNDERGROUND (U/G) AND OVERHEAD (O/H) HIGH TENSION ELECTRICAL POWER LINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (X-3)

This work shall include but is not limited:

1. Earth Works:

a) Structure excavation, dewatering as necessary, temporary support of excavated earth, breaking out existing towers foundations, removal of ducts and any concrete encasement and debris, backfilling, etc;

b) Dismantling, removal and recovery of existing towers and haul to MEW stores as directed by the Engineer; and

c) Trench excavation for proposed underground cables and duct crossings, structure excavation for associated structures and structure excavation/shaft drilling for fence post foundations, dewatering as necessary, temporary support of excavated earth, preparation of trench foundation for bedding prior to cable and duct laying, backfilling upon completion of ducts, protections and lay/installation of cables, and disposal of surplus excavated material, ducts and debris, etc.

2. Concrete Works (including Ducting):

a) Supply and installation of UPVC cable duct crossings of various duct configurations and diameter as specified;

b) Concrete encasement for cable duct crossings, blinding concrete and fence post foundations Class K140;

c) Cast-in-situ or pre-cast reinforced concrete Class K300 (including steel bar reinforcement, forming, etc) for the foundations of associated structures (Terminal towers with platforms/or gantries, and 5 MVA 33/11KV transformer etc); and

d) Waterproofing/or protective painting to external surfaces of the foundations of associated structures.

3. Cable Works:

a) Cutting, removal and recovery of existing overhead (O/H) high tension (H/T) 132 KV and 33 KV power cables, and haul to MEW stores as directed by the Engineer.;

b) Supply lay in trench/install in duct complete underground high tension (H/T) 132 KV and 33 KV oil filled electrical power cables, pilot cables and all associated accessories such as 5 MVA 33/11KV transformer including sieved sand surround, Reinforced Concrete cover tiles, protective net and warning tapes for cables laid in trench, etc; and

c) Appropriate connection to existing network.

4. Metal Works: Complete terminal towers with platforms/or gantries and complete chain link fencing around the terminal towers/or gantries as specified, including posts and braces, chain link fabric, gates, warning signs, etc.

5. Supply and installation of complete earthing system for terminal equipments.

6. Testing, commissioning and maintenance.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION X: COMPLETE RELOCATION OF EXISTING UNDERGROUND (U/G) AND OVERHEAD (O/H) HIGH TENSION ELECTRICAL POWER LINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (X-4)

X.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. Notwithstanding the requirements of Clause GEN. 11 in Division 1 – “General Descriptions and Requirements” of this Document, the works under this section shall be carried out in accordance with Appendix 5 - Particular Specifications for High Tension Cables and the latest updates of each of these particular specifications (referred to as specifications) and requirements and typical drawings of MEW. In case of any conflict between the description of the work items under this section and the latest updates of these particular specifications and typical drawings, the requirements of the latter shall prevail. The Contractor shall provide copies of correspondence with MEW to demonstrate compliance with their specifications and requirements.

2. Accordingly, prior to commencing construction works, the Contractor shall obtain MEW‟s approval for the materials to be used in the specialized parts of the work under this section (cable works, etc) and provide an evidence of such approval to the Engineer.

3. The requirements and works shown on the Conceptual Drawings related to future MEW needs shall form part of the Minimum Requirements of this Contract even if these are not necessary to achieve the objective of the works under this Section.

4. A specialist Subcontractor approved by the Ministry of Electricity and Water (MEW) shall carry out the cable works related to the items under this section.

5. The Contractor shall coordinate with MEW Electrical Transmission Network and obtain their approval on the Design before commencing any construction work.

6. Location, number and type of the proposed terminal towers with platforms/or gantries shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

7. Accordingly, the location of the proposed terminal towers with platforms/or gantries may vary as may be required by the Design.

8. The length of the proposed, underground (U/G) high tension (HT) electrical power lines shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

9. Location, number and length of the ducts and duct crossings for proposed and future cables shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

10. Location, number and length of the protection at road crossings for existing cables shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

11. Route and reserves shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum. The Contractor shall check and verify the existing conditions and obtain the approvals from the relevant authorities if any change of the route is required.

12. The Contractor shall submit with his tender all the schedules, catalogues and technical information required in Appendix 5.

13. The Contractor shall review all information presented in the Contract Documents and carry out site investigations in order to determine the exact extent of the existing network that requires relocation and modify the layout as necessary.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION X: COMPLETE RELOCATION OF EXISTING UNDERGROUND (U/G) AND OVERHEAD (O/H) HIGH TENSION ELECTRICAL POWER LINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (X-5)

14. The position and layout of the circuits are to be agreed with the MEW and the Engineer.

15. The Contractor shall comply with all MEW requirements and specifications and coordinate the interfacing between the work items to be carried out under the Contract.

16. The Contractor shall coordinate with and provide site access to MEW staff and their consultants and contractors in order to allow the relocation works to be carried out in a timely manner with minimum disruption to the Contract Works. The Contractor shall regularly notify MEW of the work progress status and provide all information that will assist MEW in the planning and execution of the relocation of these cables.

17. The Contractor shall note that MEW has a specific time of the year in which to lay high tension cables (132 KV and 33 KV) and therefore, this restriction shall be included in the Contractor‟s Program and shall coordinate with MEW with regard to starting of the power shut down and the conversion of power to the new relocated cables.

18. No power shut down will be take place until all the necessary works of cables relocation are completed to the satisfaction of MEW and the Engineer.

19. Disconnection of Supply: The Contractor shall liaise with MEW to ascertain the maximum permissible period of disconnection of supply to consumers, and shall plan and coordinate his work that this period is not exceeded. Where the supply is to be disconnected for a longer period than this period, the Contractor shall liaise with MEW to ensure satisfactory temporary supply to consumers at no additional cost to the Employer.

20. Appendix 5, Volume 4 of this Document includes an Attachment: MPW letter 16/3-153-716, dated 18 February 2013 and MEW letter and attached correspondence, and sketch with respect to the Location of Khairan Main Transformers Station “Z” in the vicinity of the Nawaseeb Road, as well as MEW additional requirements including duct group road crossings.

Before submitting his Tender, the Tenderer shall review this Attachment and satisfy himself that he is fully aware of all given information and MEW requirements in this respect.

During construction, the Contractor shall:

a) Fully coordinate and liaise with MEW and the Consultant who will be named later to Design of the future Khairan City Storm Water Drainage Culvert Project; and

b) Carry out any works necessary in this respect as part of the Works under this Contract including but is not limited to the additional duct group road crossings required by MEW to the approval of MEW/Engineer.

X.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment.

(End of Section X)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XI: COMPLETE RELOCATION OF EXISTING 11 KV ELECTRICAL POWER LINES AND LOW TENSION CABLES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XI-1)

SECTION XI: COMPLETE RELOCATION OF EXISTING 11 KV ELECTRICAL POWER LINES AND LOW TENSION CABLES

XI.1 OBJECTIVE

The objective of the works under this Section is to protect and relocate the existing power lines and cables, and provide complete adequate, safe, functional and durable underground 11 KV electrical power lines and low tension cables scheme (complete civil works, 11 KV electrical power lines and low tension cables, associated pilot cables as necessary and accessories, etc) as required to match the proposed roadways and associated roundabouts and junctions and bridges and allow their successful construction under other sections, including appropriate interface with the at-grade roadways and associated roundabouts, junctions and bridges, and allow their successful construction under other sections. The work under this Section shall be in accordance with MEW requirements, and shall include appropriate connection to existing network and appropriate interface with the at-grade roadways and associated roundabouts and junctions and other facilities to the Engineer‟s satisfaction and MEW‟s approval.

Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design.

XI.2 MINIMUM WORK ITEMS

The work comprises of removal of existing ducts, supply and laying of ducts, including concrete encasement at road crossings, etc.

As a minimum, the works under this section shall include the following Items:

XI.2.1 Complete Removal and Recovery of Existing Underground (U/G) 11 KV Electrical Power Lines and Low Tension Cables, and 11 KV Overhead (O/H) Power Lines

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete removal and recovery of existing underground (U/G) 11 KV electrical power lines and low tension (LT) cables, and 11KV overhead (O/H) power lines including associated items as instructed by the Engineer.

The approximate location and length of the cables, ducts and associated accessories and structures to be removed/recovered are shown on the Conceptual Design Drawings.

This work shall include but is not limited:

1. Earth Works: Excavation, dewatering as necessary, temporary support of excavated earth, removal of ducts and any concrete encasement and debris, backfilling and reinstatement upon completing the cutting and removal of existing cables including associated items by others, disposal of surplus excavated material, ducts and debris, etc.

2. Cable Works: Cutting, removal and recovery of existing 11 KV and LT electrical cables, pilot cables (if any), accessories and items associated with 11 KV overhead (O/H) power lines (wooden poles, transformers, etc), and haul to MEW stores as directed by the Engineer.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XI: COMPLETE RELOCATION OF EXISTING 11 KV ELECTRICAL POWER LINES AND LOW TENSION CABLES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XI-2)

XI.2.2 Complete Construction of Proposed Underground (U/G) 11 KV Electrical Power Lines and Low Tension Cables and for Existing, Future and Temporary Cables

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of all proposed/required or relocated 11 KV electrical power lines and low tension (LT) electrical cables, as well as all required protections at road crossings for both existing and future cables and temporary power lines as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design..

This work shall include but is not limited:

1. Accurate locating existing electrical cables, which will be protected.

2. Earth Works: Trench excavation for cables and protections at road crossings, dewatering as necessary, temporary support of excavated earth, preparation of trench foundation for bedding prior to cable and duct laying, etc, backfilling upon completion of ducts, protections and lay/installation of cables, and disposal of surplus excavated material, etc.

3. Concrete Works (including Ducting):

a) Supply and installation of UPVC pipe cable duct crossings of various duct configurations and diameter (or inverted U-channels or UPVC split pipe ducts for the protection of existing cables) as specified and where required as instructed by the Engineer; and

b) Concrete encasement for cable duct crossings and protections Class K140 as specified; and

4. Cable Works:

a) Supply lay in trench/install in duct complete high tension 11 KV and LT electrical cables, pilot cables (as necessary) and all associated accessories including sieved sand surround for cables laid in trench, etc; and

b) Appropriate connection to existing cables and network.

5. Ancillary works necessary for interface and connection with existing protections, if any (joints as necessary, etc).

6. Testing, commissioning and maintenance.

XI.2.3 Complete Conversion of Existing Overhead (O/H) 11 KV Electrical Power Lines to Underground (U/G) Power Lines

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete conversion of existing overhead (O/H) 11 KV power lines to underground (U/G) power lines including associated items (wooden poles, transformers, etc), as well as all required protections at road crossings for both existing and future cables and temporary power lines as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited:

1. Earth Works:

Dismantling, removal and recovery of existing towers and haul to MEW stores as directed by the Engineer; and

2. Trench excavation for proposed underground cables and duct crossings, structure excavation for associated structures and structure excavation/shaft drilling for fence post foundations, dewatering as necessary, temporary support of excavated earth, preparation of trench foundation for bedding prior to cable and duct laying, backfilling

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XI: COMPLETE RELOCATION OF EXISTING 11 KV ELECTRICAL POWER LINES AND LOW TENSION CABLES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XI-3)

upon completion of ducts, protections and lay/installation of cables, and disposal of surplus excavated material, ducts and debris, etc.

a) Structure excavation, dewatering as necessary, temporary support of excavated earth, breaking out existing wooden poles foundations (if any) and associated structures, removal of ducts and any concrete encasement, plain and reinforced concrete and debris, backfilling, etc;

b) Dismantling, removal and recovery of existing wooden poles (if any) and haul to MEW stores as directed by the Engineer; and

c) Trench excavation for proposed underground cables and duct crossings, structure excavation for associated structures and structure excavation/shaft drilling for fence post foundations, dewatering as necessary, temporary support of excavated earth, preparation of trench foundation for bedding prior to cable and duct laying, backfilling upon completion of ducts, protections and lay/installation of cables, and disposal of surplus excavated material, ducts and debris, etc.

3. Concrete Works (including Ducting):

a) Supply and installation of UPVC pipe cable duct crossings of various duct configurations and diameter (or inverted U-channels or UPVC split pipe ducts for the protection of existing cables) as specified and where required as instructed by the Engineer; and

b) Concrete encasement for cable duct crossings and protections Class K140 as specified; and

4. Cable Works:

a) Cutting, removal and recovery of existing overhead (O/H) 11 KV electrical power cables, and haul to MEW stores as directed by the Engineer;

b) Supply lay in trench/install in duct complete underground 11 KV electrical power cables, and pilot cables (as necessary) and all associated accessories including sieved sand surround for cables laid in trench, etc; and

c) Appropriate connection to existing network.

5. All ancillary works necessary to complete this item.

6. Testing, commissioning and maintenance.

XI.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. Notwithstanding the requirements of Clause GEN. 11 in Division 1 – “General Descriptions and Requirements” of this Document, the works under this Section shall be carried out in accordance with Appendix 6 - Particular Specifications for Overhead and Underground 11 KV and Low Tension Cables and the latest updates of each of these particular specifications (referred to as specifications) and requirements and typical drawings of MEW. In case of any conflict between the description of the work items under this section and the latest updates of these particular specifications and typical drawings, the requirements of the latter shall prevail. The Contractor shall provide copies of correspondence with MEW to demonstrate compliance with their specifications and requirements.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XI: COMPLETE RELOCATION OF EXISTING 11 KV ELECTRICAL POWER LINES AND LOW TENSION CABLES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XI-4)

2. Accordingly, prior to commencing construction works, the Contractor shall obtain MEW‟s approval for the materials to be used in the specialized parts of the work under this section (cable works, etc) and provide an evidence of such approval to the Engineer.

3. The requirements and works shown on the Conceptual Drawings related to future MEW needs shall form part of the Minimum Requirements of this Contract even if these are not necessary to achieve the objective of the works under this Section.

4. A specialist Subcontractor approved by the Ministry of Electricity and Water (MEW) shall carry out the cable works related to the items under this section.

5. The Contractor shall coordinate with MEW Electrical Network and obtain their approval on the Design before commencing any construction work.

6. Location, number and type of the proposed poles shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

7. Accordingly, the location of the proposed poles may vary as may be required by the Design.

8. The lengths of the proposed, underground (U/G) electrical power lines shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

9. Location, number and length of the ducts and duct crossings for proposed and future cables shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

10. Route and reserves shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum. The contractor shall check and verify the existing conditions and obtain the approvals from the relevant authorities if any change of the

route is required.

11. Disconnection of Supply:

The Contractor shall liaise with MEW to ascertain the maximum permissible period of disconnection of supply to consumers, and shall plan and coordinate his work that this period is not exceeded. Where the supply is to be disconnected for a longer period than this period, the Contractor shall liaise with MEW to ensure satisfactory temporary supply to consumers at no additional cost to the Employer.

XI.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment.

(End of Section XI)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XII: COMPLETE RELOCATION OF EXISTING SAC CRUDE OIL PIPE LINES AND FIBRE OPTIC CABLES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XII-1)

SECTION XII: COMPLETE RELOCATION OF EXISTING SAC CRUDE OIL PIPELINES AND FIBRE OPTIC CABLES

XII.1 OBJECTIVE

The objective of the works under this Section is to provide complete adequate, safe, functional and durable complete relocation of portions of existing SAC crude oil pipelines and fibre optic cable(s) as required to allow the successful construction of proposed roadways and associated roundabouts and junctions and bridges under other sections in accordance with SAC requirements, including appropriate connection to existing pipelines/network and appropriate interface with the at-grade roadways and associated roundabouts and junctions and other facilities to the Engineer‟s satisfaction and SAC‟s approval.

Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design.

Regarding any construction works carried out by the Contractor in the vicinity of existing SAC crude oil pipelines, the Contractor shall fully comply with the requirements noted in item 4 of Section GEN. 8 – General Requirements in Division 1 of this Document.

XII.2 MINIMUM WORK ITEMS

As a minimum, the works under this section shall include the following Items:

XII.2.1 Complete Removal of Existing Above Ground Steel Crude Oil Pipelines

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete removal of portions of the existing above ground steel pipelines of various diameters, including all fittings and valves (if any) and associated structures and items (pipe support plinths, valve chambers and deflection anchors if any, etc).

The approximate location and length of the pipelines and associated fittings and structures to be removed/recovered are shown on the Conceptual Design Drawings.

The work shall be carried out in accordance with Part (A) of Appendix 8, as well as clause 207.07.5 - Total Removal of Pipelines and Recovery of Pipes and Fittings of the General Specifications for Motorways as appropriate and as instructed by the Engineer.

This work shall include but is not limited:

1. Earth Works: Excavation, dewatering as necessary, breaking out, removal of associated structures and items (support plinths, foundations, etc) and debris, backfilling upon completing the removal of existing pipelines and associated structures, disposal of surplus excavated material and debris, etc.

2. Pipe Works: Removal and recovery of existing steel pipes, fittings and valves if any (connected to or associated with the removed pipes) and haul to SAC stores as directed by the Engineer.

XII.2.2 Complete Removal of Existing Underground Steel Crude Oil Pipelines

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete removal of portions of the existing underground steel pipelines of various diameters at all depths, including all fittings and valves (if any) and

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XII: COMPLETE RELOCATION OF EXISTING SAC CRUDE OIL PIPE LINES AND FIBRE OPTIC CABLES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XII-2)

associated structures and items (thrust blocks, control/fibre optic cables, pipe sleeves/casings, ducts and grouting/concrete encasement if any, etc).

The approximate location and length of the pipelines and associated fittings, structures, etc to be removed/recovered are shown on the Conceptual Design Drawings.

The work shall be carried out in accordance with Part (A) of Appendix 8, as well as clause 207.07.5 - Total Removal of Pipelines and Recovery of Pipes and Fittings of the General Specifications for Motorways as appropriate and as instructed by the Engineer.

This work shall include but is not limited to:

1. Accurate locating existing pipelines.

2. Earth Works: Excavation, dewatering as necessary, temporary support of excavated earth, breaking out, removal of associated structures and debris, backfilling upon completing the removal of existing pipelines and associated items, disposal of surplus excavated material and debris, etc, and

3. Pipe Works: Removal and recovery of existing steel pipes, fittings and valves if any (connected to or associated with the removed pipes), steel sleeves and control/fibre optic cables if any and haul to SAC stores as directed by the Engineer.

XII.2.3 Complete Removal of Existing Underground Fibre Optic Cable

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete removal of portions of the existing underground fibre optic cable at any depth, including all associated accessories, structures and items (man holes, markers, etc) as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited:

1. Accurate locating existing fibre optic cable.

2. Earth Works:

a) Excavation, dewatering as necessary, temporary support of excavated earth, breaking out, removal of associated structures (man holes, markers foundations, etc), ducts, concrete encasement (if any) and debris, backfilling upon completing the removal of existing fibre optic cable and associated structures, disposal of surplus excavated material and debris, etc; and

b) Removal of existing markers and disposal or recovery and haul to SAC stores as directed by the Engineer.

3. Cable Works: Removal and recovery of existing fibre optic cable, fittings, etc (connected to or associated with the removed fibre optic cable) and haul to SAC stores as directed by the Engineer.

XII.2.4 Complete Construction of Proposed (Relocated) Above Ground Steel Crude Oil Pipelines

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of proposed (relocated) portions of above ground welded steel crude oil pipelines of any diameter including all fittings, valves, etc and associated structures (if any) and items, as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XII: COMPLETE RELOCATION OF EXISTING SAC CRUDE OIL PIPE LINES AND FIBRE OPTIC CABLES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XII-3)

This work shall include but is not limited:

1. Earth Works: Excavation for associated structures and pipe support plinths, dewatering as necessary, temporary support of excavated earth, backfilling upon completion, disposal of surplus excavated material, etc.

2. Concrete Works: Cast-in-situ reinforced concrete Class K300 for associated structures (if any) and pipe support plinths, etc. (all including steel bar reinforcement, forming, construction, contraction and expansion joints, joint fillers, sealants, water stops, finishing, protective painting, etc as required).

3. Pipe Laying/Installation Works:

a) Supply, lay/install, joint and weld steel pipes of various diameters and related fittings and valves as required at any grade and perform welding, X-ray testing for welding and hydrostatic testing as required by SAC and instructed by the Engineer; and

b) Appropriate connections (including all pipe portions and fittings as required) to both the existing above ground pipelines and the pipelines portions inside utility box culvert noted in work item XII.2.5 herein.

4. Metal Works:

a) Pipeline anchors, straps, markers, etc;

b) Corrosion protection to the requirements of SAC.

5. Coordination with SAC regarding shut down and testing timing, commissioning, etc:

a) The Contractor shall ensure that existing services will not be disturbed unduly and shall coordinate with SAC to ascertain maximum permissible period of disconnection;

b) In this regard, the Contractor is responsible to provide SAC with a copy of his program for these works prior to starting the construction and to coordinate with/obtain all necessary permits from SAC during construction.

XII.2.5 Complete Construction of Proposed (Relocated) Steel Crude Oil Pipelines inside Utility Box Culvert

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of proposed (relocated) portions of welded steel crude oil pipelines of any diameter inside utility box culvert, including all fittings, valves, etc, as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited:

1. Pipe Supply, Laying and Installation Works:

a) Supply, lay/install, joint and weld steel pipes of various diameters and related fittings and valves as required at any depth and grade and perform welding, X-ray testing for welding and hydrostatic testing as required by SAC and instructed by the Engineer; and

b) Special arrangement for pipes through the utility box culvert closure walls at both ends and access shafts panel covers as required.

2. Ducting Works: Supply and installation of pipe ducts in accordance with SAC requirements for the control/fibre optic cables along the full length of the pipelines as specified and as instructed by the Engineer.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XII: COMPLETE RELOCATION OF EXISTING SAC CRUDE OIL PIPE LINES AND FIBRE OPTIC CABLES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XII-4)

3. Metal Works:

a) Pipeline anchors, straps, markers, etc; and

b) Corrosion protection to the requirements of SAC.

4. Coordination with SAC regarding shut down and testing timing, commissioning, etc:

The Contractor shall ensure that existing services will not be disturbed unduly and shall coordinate with SAC to ascertain maximum permissible period of disconnection.

In this regard, the Contractor is responsible to provide SAC with a copy of his program for these works prior to starting the construction and to coordinate with/obtain all necessary permits from SAC during construction.

XII.2.6 Complete Construction of Proposed (Relocated) Fibre Optic Cable

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of proposed (relocated) portions of the fibre optic cable as specified at any depth, including all associated ducts, accessories, structures, etc, as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited:

1. Earth Works: Trench excavation, dewatering as necessary, temporary support of excavated earth, preparation of trench foundation, backfilling upon completion, disposal of surplus excavated material, etc.

2. Concrete Works (including Ducting):

a) Cast-in-situ reinforced concrete Class K300 for associated structures (joining man holes, etc), all including steel bar reinforcement, forming, construction, contraction and expansion joints, joint fillers, sealants, water stops, finishing, etc as required;

b) Supply and installation of complete UPVC pipe duct in accordance with SAC requirements for the fibre optic cable at road crossings (if any);

c) Concrete encasement Class K140 at road crossings (if any); and

d) Complete construction of minimum 2 joining man holes related to the connection noted in item 3 below.

3. Cable Works:

a) Supply, installation, jointing and commissioning of complete fibre optic cable (12 SMF loose tube direct buried) and all associated accessories, etc; and

b) Appropriate connection to both the existing fibre optic cable and the fibre optic cable portions inside utility box culvert noted in work item XII.2.7 herein, including complete construction of minimum 2 joining manholes and complete installation of 3 markers.

4. Metal Works:

a) Complete supply and installation of 3 markers related to the connection noted in item 3 above; and

b) All required items for the joining the manholes noted in item 2 above.

5. Coordination with SAC and other relevant authorities as required regarding timing to disconnect the service, commissioning, etc:

The Contractor shall ensure that existing services will not be disturbed unduly and shall coordinate with SAC to ascertain maximum permissible period of disconnection.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XII: COMPLETE RELOCATION OF EXISTING SAC CRUDE OIL PIPE LINES AND FIBRE OPTIC CABLES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XII-5)

In this regard, the Contractor is responsible to provide SAC and other relevant authorities as required with a copy of his program for these works prior to starting the construction and to coordinate with/obtain all necessary permits from SAC during construction.

6. Ancillary works necessary for interface and connection with existing protections, if any (joints as necessary, etc).

XII.2.7 Complete Construction of Proposed (Relocated) Fibre Optic Cable inside Utility Box Culvert

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of proposed (relocated) portions of fibre optic cable as specified at any depth inside utility box culvert, including all associated ducts, accessories, etc, as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited to:

1. Cable Works:

a) Supply, installation, jointing and commissioning of complete fibre optic cable (12 SMF loose tube direct buried) and all associated accessories, etc; and

b) Special arrangement for the fibre optic cable through the utility box culvert closure walls at both ends as required.

2. Ducting Works: Supply and installation of complete UPVC pipe duct in accordance with SAC requirements for the fibre optic cables and associated fixing, supports, etc.

3. Coordination with SAC and other relevant authorities as required regarding timing to disconnect the service, commissioning, etc:

The Contractor shall ensure that existing services will not be disturbed unduly and shall coordinate with SAC to ascertain maximum permissible period of disconnection.

In this regard, the Contractor is responsible to provide SAC and other relevant authorities as required with a copy of his program for these works prior to starting the construction and to coordinate with/obtain all necessary permits from SAC during construction.

XII.2.8 Complete Construction of Reinforced Concrete Underground Utility Box Culverts Class K350

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of reinforced concrete utility box culverts of any type/size at any depth for the protection of the portions of the proposed (relocated) steel crude oil pipelines and fibre optic cable, which will be laid inside, including all associated structures (access shafts on top, etc. as required), as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited:

1. Earth Works: Structure excavation (including preparation of foundation) and backfilling, dewatering, temporary support of excavation and support and protection of adjacent structures where necessary, disposal of surplus excavated material, etc.

2. Concrete Works (including Ducting):

a) Blinding concrete Class K140;

b) Cast-in-situ reinforced concrete Class K350 for box culvert, including closure/end walls and vehicular barriers at both ends (on and off the culvert) as required to provide permanent protection for the pipelines portions crossing/adjacent to the

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XII: COMPLETE RELOCATION OF EXISTING SAC CRUDE OIL PIPE LINES AND FIBRE OPTIC CABLES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XII-6)

roadway, which are outside the culvert; and Class K300 for associated structures and pipe support plinths, etc. (all including steel bar reinforcement, forming, construction, contraction and expansion joints, joint fillers, sealants, water stops, finishing, etc as required);

c) Pre-cast reinforced concrete panel covers Class K300 for access shafts (including steel bar reinforcement, forming, finishing, etc);

d) Ducts/holes and sleeves shall be provided in the closure walls and access shafts panel covers as required in accordance with the SAC specifications and requirements with regard to dimensions, sealing to prevent water and soil ingress, etc;

e) Complete external waterproofing (complete tanking); and

f) Any protection to internal concrete surfaces as required.

3. Metal Works: Galvanized cast iron step irons or galvanized steel ladders and vent pipes in accordance with SAC specifications and requirements.

4. Coordination with pipe works inside the utility box culvert under other items.

XII.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. Notwithstanding the requirements of Clause GEN. 11 in Division 1 – “General Descriptions and Requirements” of this Document, the works under this Section shall be carried out in accordance with the SAC specifications and requirements noted in Appendix 8 – Design and Construction Requirements for Relocation and Protection of Existing Oil and Gas Pipelines, Part (A) – Saudi Arabian Chevron (SAC) Pipelines. In case of any conflict between the description of the work items under this section and Part (A) of Appendix 8, the requirements of the latter shall prevail. The Contractor shall provide copies of correspondence with SAC to demonstrate compliance with their specifications and requirements.

2. Accordingly, prior to commencing construction works, the Contractor shall obtain SAC‟s approval for the materials to be used in the specialized parts of the work under this section (pipe works, fibre optic cables works, etc) and provide an evidence of such approval to the Engineer.

3. The Contractor shall fully comply with the SAC specifications and requirements (including safety and protective measures, protections, mitigation measures, etc.) referred to in item 1 above.

4. A specialist Subcontractor approved by SAC shall carry out all pipe works (recover all existing steel pipes, fittings and valves if any, etc. and haul to SAC store and pipe laying/installation, etc) related to the items under this section.

A specialist Subcontractor approved by SAC shall carry out all cable works (recover existing fibre optic cables, etc. and haul to SAC store and supply, installation of fibre optic cables, etc) related to the items under this section.

5. The Contractor shall coordinate with SAC and obtain their approval on the design before commencing any construction work.

6. The lengths and dimensions of the utility box culverts shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XII: COMPLETE RELOCATION OF EXISTING SAC CRUDE OIL PIPE LINES AND FIBRE OPTIC CABLES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XII-7)

7. Existing pipelines to be relocated, length of diversions and connections with the existing network (Pipelines and Fibre Optic cable) shown on the Conceptual Design Drawings are approximate and shall be taken as minimum.

8. Accordingly, locations of the connections with the existing network may vary as may be required by the Design.

9. Route and reserves shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum. The Contractor shall check and verify the existing conditions and obtain the approvals from the relevant authorities if any change of the route is required.

10. Utility box culverts concrete surfaces in contact with soil shall be protected against ground water by using a complete protective waterproofing membrane (complete tanking) approved by the Engineer.

11. Utility box culverts shall be watertight and shall allow for safe and easy future maintenance and replacement of existing pipelines as required in accordance with the requirements of SAC.

XII.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment.

(End of Section XII)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XIII: COMPLETE RELOCATION OF EXISTING KOC FUEL OIL AND GAS PIPE LINES AND MITIGATION MEASURES FOR NEW PIPELINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XIII-1)

SECTION XIII: COMPLETE PROTECTION OF EXISTING KOC FUEL OIL AND GAS PIPELINES AND MITIGATION MEASURES FOR NEW PIPELINES

XIII.1 OBJECTIVE

The objective of the works under this Section is to provide complete adequate, safe, functional and durable complete protection of portions of existing KOC crude oil and gas pipelines and associated control/fibre optic cables, as well as all necessary mitigation measures required by the QRA Study for new pipelines as approved by KOC as required to allow the successful construction of proposed roadways and associated roundabouts and junctions and bridges under other sections in accordance with KOC requirements, including appropriate interface with the at-grade roadways and associated roundabouts and junctions and other facilities, to the Engineer‟s satisfaction and KOC‟s approval. Unless the Contractor is approved by the KOC, a specialist Subcontractor approved by KOC shall carry out the ancillary works related to the existing pipelines (temporary and permanent supports, hangers, coding, etc) as necessary.

Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design.

Regarding any construction works carried out by the Contractor in the vicinity of existing KOC fuel oil and gas pipelines, the Contractor shall fully comply with the requirements noted in item 4 of Section GEN. 8 – General Requirements in Division 1 of this Document.

XIII.2 MINIMUM WORK ITEMS

As a minimum, the works under this section shall include the following Items:

XIII.2.1 Complete Construction of Reinforced Concrete Utility Main and Box Culverts Class K350 to Protect Existing KOC Fuel Oil and Gas Pipelines

Under this item, the Contractor shall provide everything necessary, including material, labour, equipment and safety measures for the successful complete construction of utility box culverts of any size at any depth, including sump pits and drain pipes as necessary and associated access shafts (access openings), etc in order to provide protection to the existing fuel oil and gas pipelines and associated control/fibre optic cables, as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

The Contractor shall review the information in the Contract Documents, which is provided for information only and the Contractor shall be responsible for verifying site conditions and existing pipelines conditions and carry out necessary investigations including digging trial holes as necessary to expose and verify the existing pipelines in order to acquaint himself with their nature, type and condition.

This work shall include but is not limited:

1. Accurate relocating of existing pipelines.

2. Design and construction of temporary support system for existing pipelines and dismantling and removal of the support system upon completion of the works.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XIII: COMPLETE RELOCATION OF EXISTING KOC FUEL OIL AND GAS PIPE LINES AND MITIGATION MEASURES FOR NEW PIPELINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XIII-2)

The system shall be adequate to safely maintain existing pipelines in place without any risk of leaking or damage until the complete construction of each of the main and box culverts and supporting the pipes on their final support plinths.

3. Earth Works: Structure excavation (including preparation of foundation) and backfilling, dewatering, temporary support of excavation and support and protection of adjacent structures where necessary, disposal of surplus excavated material, etc.

4. Concrete Works (including Ducting):

a) Blinding concrete Class K140 (including smooth finish to receive waterproofing);

b) Cast-in-situ reinforced concrete Class K350 for main and box culverts, including closure/end walls and vehicular barriers at both ends (on and off the culvert) as required to provide permanent protection for the pipelines portions crossing/adjacent to the roadway, which are outside the culvert; and Class K300 for associated structures and pipe support plinths, etc. (all including steel bar reinforcement, forming, construction, contraction and expansion joints, joint fillers, sealants, water stops, finishing, etc as required);

c) Pre-cast reinforced concrete panel covers Class K300 for access shafts (including steel bar reinforcement, forming, finishing, etc);

d) Ducts/holes and sleeves shall be provided in the closure walls as required in accordance with the KOC specifications and requirements with regard to dimensions, sealing to prevent water and soil ingress, etc;

e) Complete external waterproofing (complete tanking); and

f) Any protection to internal concrete surfaces as required.

5. Ancillary Works related to Existing Pipes: Supporting and hanging up the existing pipelines (any diameter at any depth) during construction of the main and box culverts (temporary and permanent supports, hangers, straps, all associated fittings and accessories, coding, etc) in accordance with KOC requirements and instructions.

6. Metal Works: Galvanized cast iron step irons or galvanized steel ladders, vent pipes, etc in accordance with KOC specifications and requirements.

XIII.2.2 Mitigation Measures as Required by the QRA Study for New Pipelines

Under this item, the Contractor shall provide everything necessary, including material, labour, equipment and safety measures to successfully carry out all necessary mitigation measures as required by the QRA Study for New Pipelines in accordance with the approved Design.

The Contractor shall be responsible for verifying site conditions and carry out necessary investigations including digging trial holes as necessary to expose and verify the existing pipelines, if any, in order to acquaint himself with their nature, type and condition.

This work may include but is not limited:

1. Accurate relocating of existing pipelines, utilities, etc. if any.

2. Design and construction of temporary support systems as required.

3. Earth Works, Concrete Works, Ancillary Works, Metal Works, etc:

These works shall be in accordance with the Contract Documents and as required by the approved Design.

The Contractor is responsible for obtaining all necessary permits from relevant authorities.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XIII: COMPLETE RELOCATION OF EXISTING KOC FUEL OIL AND GAS PIPE LINES AND MITIGATION MEASURES FOR NEW PIPELINES

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XIII-3)

In case construction of the new pipelines is carried out by others during the construction of the mitigation measures, the Contractor shall coordinate with KOC and their contractor(s) in accordance with clause I.2.3 herein.

XIII.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. Notwithstanding the requirements of Clause GEN. 11 in Division 1 – “General Descriptions and Requirements” of this Document, the works under this Section shall be carried out in accordance with the KOC specifications and requirements noted in Appendix 8 – Design and Construction Requirements for Relocation and Protection of Existing Oil and Gas Pipelines, Part (B) – KOC Pipelines, Kuwait Oil Company (KOC) Particular Specifications and Related Risk Assessment Requirements and Recommendations. In case of any conflict between the description of the work items under this section and Part (B) of Appendix 8, the requirements of the latter shall prevail. The Contractor shall provide copies of correspondence with KOC to demonstrate compliance with their specifications and requirements.

2. Accordingly, prior to commencing construction works, the Contractor shall obtain KOC‟s approval for the materials to be used in the specialized parts of the work under this section (pipe works, etc) and provide an evidence of such approval to the Engineer.

3. The Contractor shall fully comply with the KOC specifications and requirements (including safety and protective measures, protections, mitigation measures, etc.) referred to in item 1 above.

4. The Contractor shall coordinate with KOC and obtains their approval on the Design before commencing any construction works.

5. The lengths and dimensions of the main and box culverts shown on the Conceptual Design Drawings are approximate and shall be taken as a minimum.

6. Main and box culverts concrete surfaces in contact with soil shall be protected against ground water by using a complete protective waterproofing membrane (complete tanking) approved by the Engineer.

7. Main and box culverts shall be watertight and shall allow for safe and easy future maintenance and replacement of existing pipelines as required in accordance with the requirements of KOC.

XIII.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment.

(End of Section XIII)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XIV: TRAFFIC MARKINGS AND SIGNS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XIV-1)

SECTION XIV: TRAFFIC MARKINGS AND SIGNS

XIV.1 OBJECTIVE

The objective of the works under this Section is to provide complete adequate, safe, functional, aesthetical and durable traffic markings and signs scheme as required for the at-grade roadway scheme and associated roundabouts and junctions and the grade separated interchanges and camel crossings, which will be constructed under other sections, in accordance with the Contract Documents and MOI and KM requirements, including coordination with existing utilities and appropriate interface with the at-grade roadways and associated roundabouts and junctions and other facilities to the Engineer‟s satisfaction and MOI‟s and KM‟s approval.

Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary for the complete and successful construction of the traffic markings and signs to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design.

XIV.2 MINIMUM WORK ITEMS

As a minimum, the works under this section shall include the following Items:

XIV.2.1 Complete Construction of Road Markings

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of all required road markings, as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited:

1. Pavement Marking Works:

Complete Supply and application of:

a) Thermoplastic and traffic paint pavement marking stripes and markings of various colours and lane marking type (601 S) with white ceramic studs (non-reflective);

b) Reflective pavement markers; and

c) Painting of curbs, etc.

2. Coordination with MOI and KM and compliance with their requirements as well as the requirements of AASHTO and KTSM.

XIV.2.2 Complete Construction of Overhead Sign Gantries

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of all required overhead sign gantries of various dimensions at various locations, as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XIV: TRAFFIC MARKINGS AND SIGNS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XIV-2)

This work shall include but is not limited:

1. Earth Works: Ground preparation, structure excavation, dewatering as necessary, temporary support of excavated earth, preparation of foundation, backfilling, disposal of surplus excavated material, etc.

2. Concrete Works:

a) Blinding concrete Class K140 as required;

b) Cast-in-situ reinforced concrete Class K300 for foundations (including steel bar reinforcement, forming, etc); and

c) Waterproofing/or protective painting as required.

3. Metal Works: Manufacture, delivery, installation and maintenance of galvanized steel gantries, sign support brackets, walkways, sign fascias, associated accessories and fixings, etc.

4. Work (including earth works, etc) necessary to construct standard reinforced concrete vehicular barriers Class K 350 (including steel bar reinforcement, protective painting, etc) to protect gantry posts.

5. Ancillary works necessary for interface with utility lines and other structures and adjacent roadways, including coordination with the electrical works for Supply and Installation of Overhead Sign Lighting System under clause IX.2.4 herein.

XIV.2.3 Complete Construction of Post mounted Signs

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of all required post mounted signs of various types/dimensions at various locations (including supply and installation of new signs and relocation of existing signs), as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

This item comprises of two types of signs:

A. Direction signs.

B. Warning, regulatory and Informatory signs.

The work for each of these two types of signs shall include but not limited to:

1. Earth Works: Ground preparation, structure excavation/shaft drilling, dewatering as necessary, temporary support of excavated earth, preparation of foundation, backfilling, disposal of surplus excavated material, etc.

2. Concrete Works: Cast-in-situ concrete for post foundations Class K140.

3. Metal Works:

a) Manufacture, delivery and installation galvanized steel sign support posts, sign fascias, break-away assemblies, associated accessories and fixings, etc; and

b) Painting the back of all triangular and circular signs (90 cm) grey colour.

4. Work necessary for relocation of existing signs as required and as directed by the Engineer.

5. Work necessary for complete sign illumination in accordance with the requirements of the KTSM and MEW, including lanterns, electrical cables, control cabinets, electricity supply connection, etc.

6. Ancillary works necessary for interface with utility lines and other structures and adjacent roadways, including coordination with the electrical works under Section IX “Complete Reconstruction of Existing Street Lighting” herein.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XIV: TRAFFIC MARKINGS AND SIGNS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XIV-3)

XIV.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. The construction works shall be in accordance with Section 7 “Traffic Markings and Signs” and other relevant sections and clauses of the General Specifications for Motorways as modified by and in accordance with the requirements of this Document “Particular Specifications”.

2. Pavement Marking Works:

a) Stripes and markings shall be placed as shown on the approved shop drawings and in accordance with the Specifications.

b) Tolerances and Appearance: The completed traffic road markings (stripes and markings) shall have clean and well-defined edges without deformations and shall be free of tears or other disfigurements. Improperly placed defective or disfigured traffic stripes and markings shall be immediately removed from the pavement surface by methods approved by the Engineer. All such removal work shall be at the Contractor's expense. Completed traffic stripes shall be uniform, straight on tangent alignment and shall be on a true arc on curved alignment.

3. Overhead Sign Gantries and Post Mounted Signs:

a) The locations, general arrangement and overall configuration, maximum and minimum dimensions and clearances, fascia size as well as the post mounted sign configuration shown on the Conceptual Design Drawings may be slightly adjusted to suit site conditions.

b) The Design shall include but not limited to:

Overhead gantry span lengths, fascia size and location on structure, post height to bottom of fascia, steel member sizes, base plate elevations, walkway locations, etc.

c) Overhead gantries shall be of the tubular type and shall be fabricated in galvanized steel with final finish of all elements aesthetically acceptable to the Engineer. Foundations of overhead gantries shall be generally independent of other structures.

d) Post mounted signs are mounted on galvanised steel posts of the breakaway type, supported on concrete foundations. The sign configuration (number of posts, post centres, section size, post length, post height to bottom of fascia, fascia size, etc) shall be determined by the Contractor.

e) The post mounted signs shall be positioned in such a manner as to be fully visible and readable as required for the intended purpose.

f) Overhead mounted signs shall provide a vertical clearance of not less than 5.20 m.

g) Post mounted signs shall be illuminated in accordance with the requirements of the KTSM and MEW, including lighting configuration (lanterns, electrical cables, control cabinets, electricity supply connection, etc).

h) The Contractor is required to coordinate with the Engineer regarding the existing overhead gantries and post mounted signs, which will need to be removed (either permanently or in order to be relocated).

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XIV: TRAFFIC MARKINGS AND SIGNS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XIV-4)

4. Ordering and Installation:

a) The Contractor shall be responsible for ordering, supply, installation (including posts and hardware), and maintenance (including replacement if necessary) of the overhead sign gantries, structure support signs and post mounted signs as directed by the Engineer.

b) Overhead sign gantries not installed as per the Contract Documents and the approved Design and which need modifications or relocation shall be the responsibility of the Contractor at no additional cost to the Employer.

c) Prior to fabrication of the sign fascias, the text on sign fascia shall be verified by the Ministry of Interior (MOI) and the Kuwait Municipality (KM). Any change of text on the sign fascia by the relevant authorities shall be made by the Contractor at no additional cost.

5. Existing Overhead Gantries and Post Mounted signs:

a) Existing direction sign fascias on sign gantries and/or on existing structure shall be removed and new sign fascias shall be installed.

b) The Contractor is required to coordinate with the Engineer regarding the existing signs, which will need to be removed (either permanently or in order to be relocated).

c) Before removal of any sign, the Contractor shall identify and report to the Engineer any damage that may be observed in the overhead gantries that shall be removed. All removed overhead gantries (including fastening hardware, posts, etc.) shall be stored on site and shall be maintained in their original condition during the Contract period. Overhead gentries that will not be relocated shall be returned to the concerned authorities.

d) It should be noted that before removing signs other than Warning, Regulatory and Informatory signs, The Contractor should obtain permission from the Engineer and/or other concerned authorities.

e) All material that may be damaged during removal, relocation, storage or reinstallation shall be repaired or replaced by the Contractor at his expense to the Engineer‟s satisfaction.

6. Maintenance and Removal of Post Mounted Signs :

The Contractor shall be responsible to keep signs and supports clean, repair deterioration and damage and remove signs, framing, supports, and foundations to a depth of one (1) metre. The Contractor shall restore/reinstate the area to a condition equal to or better than before construction.

7. Temporary Ground Mounted signs:

Wherever temporary ground mounted signs will be used, the Contractor shall furnish to the Engineer, a certification stating that the furnished temporary ground-mounted sign stands comply with all requirements of the Specifications.

All temporary signs shall be erected to present an unrestricted view to the motorists.

8. Certificate of Compliance:

Pre-Construction and when requested, the Contractor shall provide the Engineer with a manufacturer's certificate of compliance which certifies that the material complies with the Specifications contained herein. The Contractor shall also provide the Material Safety Data Sheet (MSDS) for all materials.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XIV: TRAFFIC MARKINGS AND SIGNS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XIV-5)

XIV.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment,

(End of Section XIV)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XV: TRAFFIC CONTROL SYSTEM

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XV-1)

SECTION XV: TRAFFIC CONTROL SYSTEM

XV.1 OBJECTIVE

The objective of the works under this Section is to provide complete adequate, safe, functional, aesthetical and durable traffic control system (including area traffic control devices, necessary software, etc.) as required for the at-grade roadway scheme and associated roundabouts and junctions and the grade separated interchanges and camel crossings, which will be constructed under other sections, in accordance with the Contract Documents and MOI requirements, including coordination with existing utilities and appropriate interface with the at-grade roadways and associated roundabouts and junctions and other facilities to the Engineer‟s satisfaction and MOI‟s approval.

Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design to the satisfaction and approval of Ministry of Interior (MOI).

XV.2 MINIMUM WORK ITEMS

The work comprises the supply, installation, construction, testing, commissioning and maintenance of traffic control works complete with all connections to existing networks.

As a minimum, the works under this section shall include the following Items:

XV.2.1 Complete Supply and Installation of Traffic Control System and Emergency Vehicle Gates along Nawaseeb Road

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete supply, installation of complete traffic control system (traffic signal system and area traffic control), including appropriate connection to existing network and all the proposed/required Area Traffic Control (ATC) devices and the emergency vehicle gates, as shown on the Conceptual Design Drawings as a minimum and as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited:

1. Earth Works: Ground preparation, structure excavation/shaft drilling, dewatering as necessary, temporary support of excavated earth, preparation of foundation, backfilling, disposal of surplus excavated material, etc.

2. Concrete Works (including Ducting):

a) Cast-in-situ concrete for foundations and concrete encasement for ducts, where required, Class K140 or as specified;

b) Cast-in-situ or pre-cast reinforced concrete Class K300 for hand holes (including steel bar reinforcement, forming, etc) as specified herein;

c) Supply and installation of UPVC pipe ducts of various duct configurations and diameter as specified in the drawings and where required by the Engineer; and

d) Waterproofing/or protective painting as required.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XV: TRAFFIC CONTROL SYSTEM

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XV-2)

3. Traffic Control and Cable Works:

Complete supply, installation and appropriate connection to existing networks of the following items/devices related to both Traffic Signal System (TSS) and Area Traffic Control (ATC):

a) Permanent counting stations;

b) Variable message signs (VMS);

c) Speed equipment cameras;

d) Pan, tilt & zoom surveillance cameras;

e) Ramp metering controller; and

f) Guard rails.

The complete supply and installation of the above items/devices shall include all required materials and works related to these items/devices (including earth works and concrete works, etc) as necessary to complete the works in all interchanges and along the Nawaseeb roadway as specified and instructed by MOI and the Engineer including but is not limited, the following:

i. Traffic controllers, software(s), masts, cantilever support, poles signal heads and supports, cables (core signal, lead in feeder, power, copper, vehicle detectors, fibre optic and MOC copper lease, 4 wires cables) and wiring, electrical power connections, two stage magnetic loop in each lane, power cable, circuit breaker installation, fibre optic transmitter, receiver, data transceiver, multiplexers, pre-emption signals, advance warning flasher signals, height limit guard pole (5 m), red traffic run signal and associated accessories, 15 m & 10 m poles, 24F armoured single mode fibre optic cable through the ATC duct and connection to the existing MOI fibre network (in order to connect the CCTV-PTZ cameras, over speed violation cameras and variable message signs), additional copper (4 wires) cables to connect the MOC lease cables to the ATC Room as necessary and underground structures;

ii. Linking of each traffic interchange controllers to existing Traffic Management System in ATC room; and

iii. Connection to existing networks (including MOI network and ATC fibre optic network), commissioning and operation and maintenance as directed by/and in accordance with MOI specifications and requirements and as directed by/and to the approval of the MOI and the Engineer.

4. Emergency Vehicle Gates with Radio Control System Works:

Complete supply and installation of emergency vehicle gates with radio control system shall include but is not limited all required materials and works related to these gates (including cabling, earth works and concrete works, connection to existing network, commissioning and operation and maintenance, etc) as necessary to complete the works as specified and instructed by MOI and the Engineer in accordance with the following requirements:

i. Emergency vehicle gates must be operated by radio remote control system to prevent and completely restrict the full width of approximately 9.0 meters paved vehicle access roadway entrances/U turns. The emergency vehicle gates must be capable for use in circumstances requiring heavy duty performance, guaranteeing a reliable quality standard. Emergency vehicle gates must be a single compact body includes a painted, treated steel plate support post, with a shaped, reinforced interior housing the electronic management programmer and the motor-main unit, hydraulic piston, compression spring unit etc. In order to

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XV: TRAFFIC CONTROL SYSTEM

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XV-3)

make the barrier visible at night, emergency vehicle gates should have red reflective adhesive strips and flashing red LED‟s to the entire length of the arm. The Contractor shall be responsible for calibrating and testing the gates to suit the specific application and requirements;

ii. The emergency vehicle gates shall be double-mast-arms with recommended maximum mast arm length of approximately 4.2 meters to cover full width of entrances as appropriate with opening time not exceeding 4 seconds. Electric system shall be connected to arm limit switch, electric motor, and circuit breaker. Circuit breakers shall be forced interruption and earthed power cable;

iii. Gates must be controlled by radio remote control system with 433.92 MHz quartz frequency;

iv. Radio receiver shall be controlled by a stabilized resonator having 2 or 4 channel transmitter, with a range of over 120 meters; and

v. Radio receiver and transmitter access codes set by dip-switches. Transmitter must have dip-switches in order to customize its access code and covered by an anti-wear film.

XV.2.2 Complete Construction of Spare Ducts and Associated Hand Holes for Future Cables

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction of the following spare ducts and associated hand holes for future cables, as shown on the Conceptual Design Drawings as a minimum and as necessary to achieve the objective of the works under this Section as specified/shown on the approved Design and/or directed by the MOI and the Engineer:

A. Spare 4 way ducts: for Traffic Signal System item (4 No. UPVC 100mm internal diameter pipes in one or two layers).

B. Spare 2 way ducts:

For Area Traffic Control (ATC) item (2 No. UPVC 100mm internal diameter pipes in one layer laid in the allocated ATC reserve); and

For Ramp Metering item (2 No. UPVC 100mm internal diameter pipes in one layer).

C. Hand holes: shall be spaced at an in-between distance of 50m maximum and at each end of ducts crossing the road at each junction on all carriageways.

This work shall include but is not limited:

1. Earth Works: Trench excavation, dewatering as necessary, temporary support of excavated earth, preparation of trench foundation, backfilling, disposal of surplus excavated material, etc.

2. Concrete Works (including Ducting):

a) Supply and installation of UPVC pipe ducts of various duct configurations as specified;

b) Concrete encasement (at road crossings and where required as instructed by the Engineer and MOI) for ducts and blinding concrete Class K140 as required;

c) Cast-in-situ or pre-cast reinforced concrete Class K300 (including steel bar reinforcement, forming, etc) for hand holes; and

d) Waterproofing/or protective painting to external surfaces of hand holes.

3. Metal Works: Cover frames, cover rings, racks, etc. for hand holes.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XV: TRAFFIC CONTROL SYSTEM

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XV-4)

4. Works required for connecting the spare ducts to existing or proposed ducts as directed by/to the requirements of MOI.

XV.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. The construction works shall be in accordance with Section 16 “Traffic Control System” and other relevant sections and clauses of the General Specifications for Motorways as modified by and in accordance with the requirements of this Document “Particular Specifications”.

2. Notwithstanding the requirements of Clause GEN. 10 in Division 1 – “General Descriptions and Requirements” of this Document, the works under this section shall be carried out in accordance with Appendix 7 - Particular Specifications for Supply and Installation of Traffic Control Systems and the latest updates of each of these particular specifications (referred to as specifications) and the MOI requirements. In case of any conflict between the description of the work items under this section and the latest updates of these particular specifications and MOI requirements, the requirements of the latter shall prevail. The Contractor shall provide copies of correspondence with MOI to demonstrate compliance with their specifications and requirements.

3. Accordingly, prior to commencing construction works, the Contractor shall obtain MOI‟s Traffic Signal Section and Area Traffic Control Centre Section approval for the materials to be used in the specialized parts of the work under this section (traffic signal controller, ramp metering controller and all ATC devices, cable works, etc), which shall be in accordance with MOI Specifications, and provide an evidence of such approval to the Engineer.

4. Before submitting his tender, the Contractor is required to:

a) Carry out necessary site visits, survey and coordination with MOI and other relevant authorities as appropriate to satisfy himself that he is fully aware of the site conditions as well as the type and numbers of the new ATC devices and related elements, MOC copper lease (4 wires) cables , fibre optic cables (24F armoured single mode) and everything necessary to complete the works under this section; and

b) Coordinate with/obtain in writing from MOC, the time frame/duration required for the private subscribers contractors to remove/relocate their existing FOC, which he will include and schedule in his work program (refer to the last paragraph of the Minutes of Meeting with MOC attached at the end of this section). Failure of the Contractor to obtain such time frame/duration means that he will not be entitled for any claim for delay or cost caused by the private subscribers contractors.

5. A specialist Subcontractor approved by MOI shall carry out this work.

6. Detailed Design and Drawings shall comply with Appendix 7 – Particular Specifications for Supply and Installation of Traffic Control Systems, the following requirements and any other requirements of MOI:

a) All materials including traffic signal controller shall be in accordance with MOI specifications.

b) The Contractor shall be responsible for installation of loop detectors. Single detector loop shall be provided for each lane in three stages of loops and shall be connected each with separate lead-in cable with standard dust proof joint

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XV: TRAFFIC CONTROL SYSTEM

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XV-5)

connector. In first stage of loops, each lane shall be connected with separate lead-in for count purposes.

c) The traffic controller to be provided at the new intersection shall be as per latest MOI Specifications (refer to Appendix 7).

d) Traffic signal controller software shall be compatible with the existing ATC Traffic Management System through a proper modem device communication (wireless or wired) - refer to Appendix 7 - and shall be connected to ATC existing traffic management system.

e) The traffic controller shall have:

i. The facility to modify combination of the stages (sequence of programmed phases and/or signal groups) through software program parameter without the need to switch off the signal or changing the cable connections, the facility to connect the existing pre-emption devices.

ii. Separate output for pedestrian crossing through independently controlled time load switch. Pedestrian crossing timing shall be programmable. The end of the pedestrian green interval timing shall be programmable flash to indicate the termination of the pedestrian phase.

f) The pre-emption devices shall be installed on top of traffic controller cabinets and connected to existing ATC network.

g) After reinstallation of the Ministry of Communications (MOC) distribution point (DP) boxes, they shall be connected to the nearest MOC cabinets.

h) Each junction shall be routed and connected to the nearby MOC distribution cabinet with DP box on the MOI traffic cabinet and the Contractor shall be responsible for reinstallation of MOC copper lease lines (4 wires) in case of relocating or dismantling and connection to the ATC room; MOI would then lease the lines from MOC.

i) Traffic signal controller shall be compatible with the existing ATC Traffic Management System through a proper modem device communication, wireless or wired (refer to Appendix 7 - Particular Specifications for Supply and Installation of Traffic Control Systems) and connected to Area Traffic Control (ATC) compatible to existing Traffic Management System software.

j) Power supply shall be given directly at any intersection from substation to controller or cameras through 5 KVA Constant Voltage Transformer (CVT) as shown on the utilities LT and 11KV Conceptual Design Drawings.

k) All communication equipment, modems, software, and coordination with MOC shall be provided by the Contractor.

l) Separate duct shall be provided from the controller to the nearest PTT terminal for Area Traffic Control (ATC).

m) Single detector loop shall be provided for each lane in three stages. Each loop shall be connected with separate lead-in cable.

n) Loop stages shall be kept at a distance according to the Kuwait Traffic Signs Manual (Chapter 9) or other supporting manuals/documents as directed and approved by MOI Traffic Department.

o) Arrows shall be fixed in green/red sequences of the signal head where there is left/straight movements provided with same phase.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XV: TRAFFIC CONTROL SYSTEM

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XV-6)

p) The timing of the clearance period (yellow plus all-red) for traffic signals shall be determined using standard Institute of Transportation Engineers (ITE) methodology and equations and shall be coordinated with MOI.

q) Separate pedestal four (4) metre poles shall be provided for low level traffic signal head. Mounting of the low level heads shall be in accordance with Kuwait Traffic Signs Manual (Chapter 9) or other supporting manuals/documents as directed by MOI Traffic Department.

r) Cantilevers shall be fixed on the right-hand side of the road and the installation shall be in accordance with Kuwait Traffic Signs Manual (Chapter 9) or other supporting manuals/documents as directed by MOI Traffic Department.

s) All signal heads shall be fixed with back boards and must be centred between lanes.

t) Minimum horizontal clearance of 0.75 m from signal pole to curb and of 2.0 m from mast arm support to curb shall be provided.

u) Heads on cantilever shall be mounted horizontally with arrows on green/red aspects.

v) Stand-by with Automatic Change over Switch (ATS) single phase air cooled diesel generator in accordance with MOI Specifications shall be provided and protected by protection posts.

w) Traffic controller shall have facilities to connect the pre-emption devices.

x) Pedestrian crossing facilities shall be provided with separate poles and heads and shall be indicated with their locations on the shop drawings.

y) Independent 4 core 2.5 mm2 XLPE armoured cable shall be provided for each

head.

z) All cables shall be installed through ducts/manholes/hand holes.

aa) 100mm diameter ducts shall be provided up to appropriate distance on both carriageways for advance warning flashing (yellow) heads and for illuminated signs as directed by MOI Traffic Department, if needed.

bb) The Contractor shall be responsible for supply and installation of 2 way ducts (2 No. UPVC 100mm internal diameter in one layer) for Area Traffic Control (ATC) for future Fibre Optic Cables (FOC) with hand holes at an in-between distance of 50m maximum along Nawaseeb Road and at each end of ducts crossing the road at each junction in all carriageways and/or as directed by the MOI and the Engineer.

cc) Regarding Utilities – manholes and hand holes covers shall be installed with legend to the approval of MOI Traffic Signal Section and Area Traffic Control Centre.

dd) Height of canopy base shall be cast 250 mm above ground level.

ee) Sign boards shall be fixed on separate poles. However, if deemed necessary, signs may be mounted to signal supports provided that height of all supports shall be increased to provide 3.0 m minimum vertical clearance from bottom of signal head to pavement level or as directed by the MOI and the Engineer.

ff) All traffic signal poles shall be numbered in clock-wise direction starting from the controller.

gg) Two years maintenance contract shall be provided from the date of handing over to MOI.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XV: TRAFFIC CONTROL SYSTEM

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XV-7)

hh) Power supply shall be given directly from the substation to controller through voltage – stabilizer as shown on the utilities LT and 11KV Conceptual Design Drawings.

ii) Controller shall be a Fixed Commissioned Centre in the splitter island with sun-canopy, police seat and protection posts.

jj) Signals shall be coordinated where necessary to minimize the congestion and delay.

kk) Drop curb access entry/exit to the controller shall be provided for maintenance vehicle.

ll) Irrigation and planting shall be avoided at least three (3) metres around the traffic controller floor for easy access.

mm) Provisions of ducts for illuminated signs/flasher shall be indicated on the Drawings and are to be provided.

nn) Street lighting poles and signs boards shall not be obstructed by traffic signal heads. Signal heads must be visible and within the cone of vision as per latest version of the Manual of Uniform Traffic Control Devices (MUTCD) criteria.

oo) Regarding the location and the stages on the advance warning flash light shall be submitted to MOI Traffic Department approval, if required.

pp) Power pack (alternate power supply with automatic change over switch) for each junction shall be submitted for MOI Traffic Department.

qq) 5 KVA generator with automatic change over switch ATS and 5 KVA stabilizer (with battery backup) shall be supplied and installed for each junction.

rr) All signal heads shall be L.E.D in accordance with MOI Specification or as directed by MOI Traffic Signal Section approval.

7. Compliance with Maintenance Contract Requirements including providing Performance Bond to the Ministry of Interior (MOI) at a value equal to 10% of cost of installed systems unless a lower value is agreed to by MOI.

8. Standard Specifications for Retro-reflective Sheeting for Traffic Signals shall be ASTM D4956. In addition, reflector of TYPE IV shall be used.

9. All paint materials shall be approved by the Government Centre for Testing and Research and Quality Control of MPW.

10. Submittal:

a) Pre-Construction

Detailed shop drawings for all components of the works shall include proposed fibre optic and ducts route map showing integration with existing MOI fibre optic cables network, etc.

All shop drawings and layouts of the intersections shall be approved by the MOI Traffic Department.

b) Post-Construction

The Contractor shall submit design, operation and maintenance manuals for the Traffic Signal System (TSS) and Area Traffic Control (ATC) devices and for all installations that connect the new fibre optic cables with the existing MOI fibre optic network.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XV: TRAFFIC CONTROL SYSTEM

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XV-8)

The Contractor shall also provide training to the Engineer‟s or the MOI‟s staff as directed by the Engineer. The training shall cover as a minimum the operation and maintenance of the equipments and software.

11. Digital Over-Speed Violation and Red Traffic Run Signal Camera (Model 1) Specifications:

Speed Surveillance Unit

Speed Surveillance Unit shall be equipped with the latest radar technology which includes distance measurement. As a result, the simultaneous speed surveillance of several traffic lanes can be carried out with the unambiguous allocation of an offence to a lane being guaranteed. This system shall also uses a high-resolution digital Camera with resolutions of up to 11 mega pixels.

A second photo can be automatically triggered in order to secure evidence. The optional sequence or video camera shall be used to record situations before and after the offence.

The system provided shall be fully compatible with existing MOI Systems.

It should be noted that Contractor shall be responsible for contacting with MOI to determine the exact requirements from options given below:

Technical Data

Speed Range 20 km/h to 250 Km/h

Permissible Error +3 Km/h for speeds ≤100 Km/h

+ 3% for speeds ≤100 Km/h

Sensitivity 3 ranges

Frequency 24.100 GHz

Transmit Power 20 dBm (max.) R&TTE conform

Opening Angle (-3dB) 5° azimuth

20° elevation

Beam Angle 0° to antenna normal

Side Lobes <- 20dB rel. main lobe

Camera sensor: CCD monochrome or colour;

Progressive scan

Resolution: 2.0 mega pixels (1628 x 1236) or

11 mega pixels (4008 x 2672)

Dynamics: 10 bit (2.0 mega pixels)

14 bit (11 mega pixels)

Shutter: Electronic, 1/50 sec to 1/10,000 sec

Lens Connection: C-mount

Computer unit: 400 or 933 MHz processor,

128 MB (optically up to 384 MB),

Internal flash disk

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XV: TRAFFIC CONTROL SYSTEM

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XV-9)

Connections: Ethernet 10/100 Mbits/sec.

Serial (RS232/RS422/RS485)

2xUSB

Display of camera: 4-line LCD display

Integrated Monitor: 7” Digital TFT LCD

Resolution: 640 x 480

Contrast: 1:300

8 button soft key

GUI can be translated into any language

On site viewing of offence images

Flash unit: 300 W s, adjustable

Dimensions/weight: 275 x 260 x 426 mm

Approx. 20 kg

Plug & play technology no cabling

Operation voltage: 230 V/50 Hz

Technical Highlights:

- High-Resolution digital Smart Camera;

- Optimal Photo print;

- Optimal sequence of video camera;

- Flexible plug-in technology for relocation;

- User-friendly graphic user interface;

- Remote control via network connection.

- Optional radio alarm system to protect against sabotage.

12. Red Traffic Run Signal Camera (Model 2) Specifications:

Red Traffic Signal

Red Light Unit shall be a highly reliable system capable of using two induction loops that can be used for red light surveillance, speed recording and determination of the vehicle category. It shall monitor several traffic lanes simultaneously. The Unit shall provide the high resolution digital camera with resolutions up to 11 mega pixels records offences. A second photo can be automatically triggered in order to secure evidence. An optional sequence or video camera should be integrated for documenting the event before and after.

It should have clear and elegant design. Must fits well into the cityscape. High-quality embossed stainless steel with external cladding must be used for extra protection.

The unit shall be equipped with all systems and assemblies compatible with existing MOI Systems.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XV: TRAFFIC CONTROL SYSTEM

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XV-10)

It should be noted that Contractor shall be responsible for contacting with MOI to determine the exact requirements from options given below:

Technical Data

Camera Resolution: 10.7 mega pixel (4004x2672), active pixel 20 km/h to 250 Km/h

Dynamics: 14 Bit A/D converter

Shutter: Electronic, 1/50 sec. to 1/10,000sec.

Lens connection: Mount on alternative‟ C-mount

Integrated Computer: Mobile Pentium, equivalent 2GHz

256 MB (optionally up to 1024MB RAM)

Optional USB hard disk up to 250 GByte

Connection: Ethernet 10/100 Mbits/sec.

Serial (RS232)

2 x USB (2.0)

Display of camera: 4-line LCD DISPLY

7” Digital TFT LCD

Resolution: 640 x 480

Contrast: 1:300

8 button soft key or touch screen technology

GUI can be translated into any language

On site viewing of offence images

Flash unit: 300 Ws, separately adjustable

Detector: Dual loop per lane, 4 lanes in total

Alternative: Interfacing to non invasive multi

Lane detection unit

Dimension/voltage: 275 x 260 x 426 mm

Approx. 20 kg.

Plug & play technology, no cabling

Operating voltage: 230 V/50Hz

Optionally: Sequence camera resolution 640 *480, 5 Hz

13. Router Flash for Digital Over-Speed Violation and Red Traffic Run Signal Camera Specifications:

The over-speed violation and red traffic signal camera shall consist of decentralized units for camera and flash. The housings shall be adjustable to suit different spatial conditions which includes, use in tunnels, on motorways or on bridges.

The unit shall be equipped with all systems and assemblies compatible with existing MOI Systems.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XV: TRAFFIC CONTROL SYSTEM

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XV-11)

It should be noted that Contractor shall be responsible for contacting with MOI to determine the exact requirements from options given below:

Technical Data

Installed height Approx. 2.50 m.

Operating voltage 630VDC (generated from 230)

Flash output 50 to 360 Ws (infinitely variable)

Flash duration 1/1000 s (half-value width)

Flash rate ≥ 0.5 s

Range ≤ 45m

Illumination angle 30°

Dimensions 170mm x 170mm x 270 mm (B x H x D)

Temperature range -34°C to +84°C ambient temperature

Weight 2.8 kg

Design elements must consists of following features

- Decentralized camera and flash housings;

- Stainless steel housing with special lacquering;

- Rain and sun protection shades made of aluminium.

14. Variable Message Sign (VMS) Specifications:

The unit shall be equipped with all systems and assemblies compatible with existing MOI Systems.

It should be noted that Contractor shall be responsible for contacting with MOI to determine the exact requirements for VMS units.

The Variable Message Signs (VMS) shall comply with the specifications noted on the following drawing:

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XV: TRAFFIC CONTROL SYSTEM

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XV-12)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XV: TRAFFIC CONTROL SYSTEM

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XV-13)

XV.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XV: TRAFFIC CONTROL SYSTEM

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XV-14)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XV: TRAFFIC CONTROL SYSTEM

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XV-15)

(End of Section XV)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVI: MAINTENANCE AND PROTECTION OF TRAFFIC (MPT) DURING CONSTRUCTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVI-1)

SECTION XVI: MAINTENANCE AND PROTECTION OF TRAFFIC (MPT) DURING CONSTRUCTION

XVI.1 OBJECTIVE

The objective of the works under this Section is to provide complete adequate, safe and functional maintenance and protection of traffic (MPT) during construction works as required to allow the construction of proposed roadways and associated roundabouts and junctions, bridges, highway drainage and relocation/reconstruction and protection of existing services and utilities, etc. under other sections in accordance with the Contract Documents and MOI and KM requirements, including coordination with existing utilities and appropriate interface with the at-grade roadways and associated roundabouts and junctions and other facilities to the Engineer‟s satisfaction and MOI‟s and KM‟s approval.

Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design to the satisfaction/approval of Ministry of Interior (MOI) and Kuwait Municipality (KM).

XVI.2 MINIMUM WORK ITEMS

As a minimum, the works under this section shall include the following Items:

XVI.2.1 Complete Construction of Detours and Diversions

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the successful complete construction (including maintenance and removal on completion) of all required detours/diversions in accordance with the following types as necessary for the successful completion of the Works in accordance with clause 1807 “Detours and Diversions” of the General Specifications for Motorways as modified by the Particular Specifications, as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design:

1. Type I: Temporary un-surfaced, short term detour.

2. Type II: Temporary surfaced Detour.

3. Type III: Short term detour.

4. Type IV: Long Term Detour.

5. Type V: Diversion using existing roads.

The work under this item shall include all MPT, detours and diversions required for major construction items as shown on the Conceptual Design Drawings and for the removal and reconstruction of existing roadways items, etc. Any additional MPT, detours and diversions not shown on the Conceptual Design Drawings but required for the successful completion of the work shall be carried out at no additional cost to the Employer and no extension of time.

The work for each detour/diversion type shall include but is not limited the following as appropriate:

1. Earth Works: Clearing, grubbing, grading of existing ground surface, excavation and backfilling, ground preparation, preparation and protection of sub-grade, disposal of surplus excavated material, etc.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVI: MAINTENANCE AND PROTECTION OF TRAFFIC (MPT) DURING CONSTRUCTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVI-2)

2. Asphalt Works: Prime and tack coats, asphalt concrete type I base course and type II binder course.

3. Concrete Works: Provision of temporary pre-cast concrete kerbs, which consists of type B1 half-battered kerbs placed on a 200x360 mm Class K140 concrete foundation and backed with Class K140 concrete. Backing concrete is to be dowelled to the kerb foundation with 2 no. 16 mm diameter, 400 mm long steel dowel bars embedded 200 mm into the foundation at 1m centres.

4. Temporary Traffic Control Devices:

a) Provision, installation, relocation of sign panels, barricades, cones, drums, temporary pre-cast concrete barriers, portable E.A.T systems, warning lights and flashing arrow boards, variable message electrical sign boards, etc; and

b) Similar but for barriers provided by MPW, including collecting, loading and transporting from a location designated by MPW and returning to the same location after completion as directed by the Engineer.

5. Temporary Traffic Markings: Supply, application and removal on completion of the Works of thermoplastic and traffic paint pavement marking stripes and markings of various colours, reflective pavement markers, etc.

6. Temporary Lighting:

a) Provision, installation, connection to existing networks, operation and maintenance of single and double arm standards (including relocation as required) in full compliance with the requirements of MEW and supplied with mains or generator-supplied power at all times. Before submitting his tender, the Contractor shall familiarize himself with such requirements; and

b) Similar but for arm standards provided by MEW, including collecting, loading and transporting from a location designated by MEW and returning to the same location after completion as directed by the Engineer.

7. Temporary Protection of Utilities:

a) Additional fill/embankment and supply, installation, relocation of split ducts/sleeves, Class K300 reinforced concrete segmental slabs, Class K140 mass concrete haunches and encasement, etc; and

b) Diversion of existing utilities that lie under an approved detour route to an area outside of the detour route as required.

8. Temporary Traffic Signal Systems at Junctions: Supply, installation, connection to existing networks, operation and maintenance of traffic signal systems in full compliance with the requirements of MOI and supplied with mains or generator-supplied power at all times. Before submitting his tender, the Contractor shall familiarize himself with such requirements.

9. Supply, installation, operation and maintenance of complete adequate standby electric power systems (standby electric power generators, ducts, cables and wiring, etc) for each of the temporary lighting and the temporary traffic signal systems at signalized junctions as required in the event of electric power failure for each detour/diversion.

10. Miscellaneous Works in accordance with the requirements of the relevant authorities:

a) Supply, installation and maintenance of temporary chain-link and metal fences, glare screens mounted on temporary pre-cast concrete barriers;

b) Supply, installation and maintenance of temporary fabric covering for existing sign boards and traffic signal heads, when requested by the Engineer. The covers shall be made of fabric of approved colour and shall be securely attached

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVI: MAINTENANCE AND PROTECTION OF TRAFFIC (MPT) DURING CONSTRUCTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVI-3)

to the sign boards and signal heads and shall be opaque to prevent signal lights from being visible;

c) Dust control (supply and application of water, etc) for detour work;

d) Complete construction and maintenance of temporary bus-stop metal canopy similar in size and construction of existing KPTC stations; and

e) Supply, installation and maintenance of temporary advance warning signs to provide information on the detour(s) or diversion(s) at each location (commencing date, duration, etc).

11. Ancillary works necessary for interface with adjacent roadways (joints, signs as necessary, etc.).

12. Complete removal, disposal of all above items and reinstatement of site after completion of the permanent works as directed by/to the approval of the Engineer.

XVI.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. General:

a) The works shall be in accordance with Section 18 “Maintenance and Protection of Traffic” and other relevant sections and clauses of the General Specifications for Motorways as modified by and in accordance with the requirements of this Document “Particular Specifications”.

b) The posted speed limit along any detoured roadway shall not be less than 100 km per hour.

c) Three (3) travel lanes in each direction shall be maintained for Nawaseeb Road at all times. In addition, maintain existing number of travel lanes for minor roads unless otherwise approved by relevant authorities.

d) Temporary lane width during construction period shall not be less than 3.50 metre unless approved by the relevant authorities.

e) Detour work shall include everything necessary to safely divert traffic to newly constructed detours and to newly constructed roadway.

f) The Contractor shall be responsible for establishing and maintaining the proposed detour routes and work zones, as well as the work area(s) as it relates to maintenance and protection of traffic operations. Any detour route or road closure shall be approved by the MOI and the Engineer prior to implementation. Notification must be made by the Contractor to residents and businesses within the closure ten (10) work days prior to the closure.

g) High and low voltage lines are within the project limits. All work is to be performed in conformity with all relevant authorities. It is contractor‟s responsibility to notify the relevant Authorities/Ministry and comply with the applicable safety clearance requirements when working in the area of their facilities/utilities.

h) In case of working in the vicinity of existing oil and gas lines, the contractor shall contact the relevant authorities KOC, KNPC, and MEW (etc) to obtain and comply with their regulations required for the protection of existing lines prior to commence work.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVI: MAINTENANCE AND PROTECTION OF TRAFFIC (MPT) DURING CONSTRUCTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVI-4)

i) The Contractor shall notify the Engineer of the anticipated start-up and shut down times at least one (1) day before work is to actually commence. Neither the Contractor nor his labour or equipment shall occupy any part of the roadway or begin work prior to the work zone being properly established (including detours). Work on the project will not be allowed to commence until all provisions of this item are met to the satisfaction of the Engineer.

j) Prior to beginning a seasonal shutdown or any other prolonged work stoppage or when work is suspended by the Engineer, all excavated areas within the travel way or adjacent thereto shall be brought to a grade compatible with the existing travel way or to finished grade, as approved by the Engineer. The Contractor is responsible for the maintenance of these temporarily backfilled areas throughout the duration of the shutdown. Should an area require any repair, the Contractor shall be on site within 24 hours to perform such repair. All maintenance operations shall be performed at no additional cost.

k) The Contractor shall be responsible for the maintenance of detours and diversions within the project limits until the end of their use. This maintenance shall consist of continuous and effective work prosecuted day by day, with adequate equipment and labour to the end that the roadway is kept in satisfactory condition at all times to the satisfaction of the Engineer.

l) On any section opened to traffic, any damage to the roadway due to the Contractor‟s operations shall be repaired by him at no additional cost.

m) In the event that the manhole, inlet or other appurtenance is in the middle of a travel way and the placement of a traffic device would impede the flow of traffic, the manhole, inlet or other appurtenance will be ramped with fresh bituminous material (either cold or hot mix). The use of millings to perform this operation will not be allowed.

2. Standby Electric Power Systems:

a) The Contractor shall supply and install a complete standby electric power systems for the temporary supply of electrical energy for each of the temporary lighting and the temporary traffic signal systems (at signalized junctions) in the event of electric power failure.

b) The Contractor shall provide, as a minimum of standby electric power systems, one (1) for temporary lighting and one (1) at each of the signalized junctions.

c) The number and capacity of the standby electric power generators included in each standby electric power system shall be adequate for the intended purpose to the approval of the relevant authorities (MEW and MOI) and the Engineer.

d) The Contractor shall take complete responsibility for the total system and shall include in his Tender the supply and installation of all items necessary for a complete pre-tested standby electric power system. The complete standby electric power systems shall conform to the latest MEW electrical codes.

e) In the event of electric power failure and/or when requested by the Engineer, the Contractor shall immediately provide all necessary labour, fuel, etc. and continuous supervision and maintenance for the operation of the standby electric power systems (generators, etc) all in accordance with the manufacturer‟s instructions and maintain until the electric power is restored.

3. Shop Drawings:

a) The shop drawings shall show as a minimum: work areas, traffic areas, carriageway super-elevation, earthwork, drainage, road marking, signs and temporary lighting requirements.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVI: MAINTENANCE AND PROTECTION OF TRAFFIC (MPT) DURING CONSTRUCTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVI-5)

b) After obtaining permits and approval for initial MPT plans and shop drawings, the Contractor shall regularly modify and update the MPT plans to meet site conditions and unforeseen events.

c) The Contractor shall prepare shop drawings for the Engineer‟s approval showing all utilities to remain under any proposed detour and all utilities to be diverted as a result of the detour works. In the case of diversion, the contractor shall further obtain the approval of the concerned utilities owner or operator and the owner or operator of the utility concerned shall indicate on his approval if the detour is to be temporary or permanent. All works for or in connection with the protection or diversion of utilities shall be carried out to the satisfaction of the utility owner and the Engineer and at no additional cost to the Employer or extension of time to the Contract.

4. Contractor's Operations and Equipment:

a) The Contractor shall keep all equipment, material, and vehicles off the pavement and shoulders on the side of the pavement which is open to traffic.

b) The Contractor shall operate the construction vehicles and equipment in the direction of traffic while travelling and working on the pavement and shoulders.

5. Maintain all Driveway Access during Construction Periods:

It shall be the Contractor's responsibility to maintain driveway access for all adjacent property owners. In the event that the driveway access must be temporarily denied, as in the scenario where the milling and paving operations will restrict passage, the Contractor shall provide written notice to the Engineer and property owner at least ten (10) work days in advance of the driveway closing.

6. Traffic Control Devices:

a) Notwithstanding item 1. a) above, all traffic control devices shall conform to the standard details for traffic control devices as developed by the Manual on Uniform Traffic Control Devices (MUTCD), AASHTO and Kuwait Traffic Signal Manual. This includes, number, placement requirements, mounting heights, etc. Additionally, all parts of the work zone (i.e., Advance Warning Area, Transition Zones, Buffer Spaces (both lateral and transverse), Work Area and Termination Area, shall be established and maintained accordingly in accordance with the traffic control drawings contained in the approved Design.

b) All traffic control devices shall be of high quality material as specified and provided in a “new condition” at initial use. The Contractor shall be responsible for maintaining the high quality and the “new condition” appearance of all installed devices at all times including replacing unacceptable devices with new ones as necessary or as directed by the Engineer at no additional cost to the Employer.

c) While performing his obligations under this Section, the Contractor shall demonstrate his understanding and appreciation of the significant aesthetic and environmental impact of installing and maintaining high quality and visually attractive traffic control devices on the urban high profile City of Kuwait.

d) The timing of the clearance period (yellow plus all-red) for traffic signals shall be determined using standard Institute of Transportation Engineers (ITE) methodology and equations.

e) The traffic control shall remain in place only as long as necessary and shall be removed when directed by the Engineer. Signs that do not apply to current conditions shall be removed, covered, or turned from the view of motorists. All

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVI: MAINTENANCE AND PROTECTION OF TRAFFIC (MPT) DURING CONSTRUCTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVI-6)

existing pavement markings which conflict with the revised traffic pattern shall be removed or obliterated to the satisfaction of the Engineer.

7. Temporary Traffic Markings:

a) The Contractor shall be responsible for maintaining the installed traffic markings and ensure that all markings, at all times, are visible and in a good condition comparable with their condition at the initial installation. Maintenance of the installed traffic markings shall include re-installing traffic markings if necessary or as directed by the Engineer at no additional cost to the Employer.

b) While performing his obligations under this section, the Contractor shall demonstrate his understanding and appreciation of the significant aesthetic and environment impact of installing and maintaining high quality and visually attractive traffic markings.

c) In choosing the form of temporary markings, the Contractor must account the circumstances specific to this project. Use of each category of temporary marking material is constrained by factors such as weather, temperature and, in particular, the nature of the road surface to which the marking is to be applied. The specification for each temporary marking material must be industry standard and approved by the Engineer.

d) Wherever practical, for the sake of consistency, the category of temporary marking material/product should be continuous in each direction throughout the traffic management layout. The Contractor will be responsible for removal of temporary road markings and shall maintain the roadway equal or better than before installation. All such removal work shall be at Contractor's expense.

XVI.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment.

(End of Section XVI)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVII: LANDSCAPING AND IRRIGATION WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVII-1)

SECTION XVII: LANDSCAPING AND IRRIGATION WORKS

XVII.1 OBJECTIVE

The objective of the works under this Section is to provide complete adequate, functional, aesthetical and durable hard landscaping and soft landscaping and associated irrigation scheme as required to match the proposed roadways and associated roundabouts and junctions and bridges, which will be constructed under other sections, in accordance with the Contract Documents and PAAAFR requirements, including coordination with existing utilities and appropriate interface with the at-grade roadways and associated roundabouts and junctions, grade separated interchanges and other facilities to the Engineer‟s satisfaction and PAAAFR„s approval.

Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design.

XVII.2 MINIMUM WORK ITEMS

As a minimum, the works under this section shall include the following Items:

XVII.2.1 Complete Construction of Soft Landscaping and Associated Irrigation Works

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the complete and successful construction of all required soft landscaping and associated irrigation works, including supply and installation of all required sleeves for future irrigation water lines, as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

Construction, material and quality assurance requirements shall be in accordance with the specifications and requirements of PAAAFR and other relevant authorities as appropriate. Where PAAAFR and other authorities do not have specifications; the relevant sections of the General Specifications for Motorways, as modified by the Particular Specifications shall be applicable.

This work shall include but is not limited:

1. Earth Works: Ground preparation, excavation and trench excavation, dewatering as necessary, temporary support of excavated earth, backfilling, disposal of surplus excavated material, etc.

2. Planting Works:

a) Agricultural soil, trees, plants, etc; and

b) Replacement of trees shrubs or plants that do not „take‟.

3. Pipe Works:

a) Complete irrigation network (pipes, fittings, accessories, etc); and

b) HDPE or UPVC sleeves as required.

4. Concrete Works: Concrete encasement Class K140 and other concrete as required.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVII: LANDSCAPING AND IRRIGATION WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVII-2)

XVII.2.2 Complete Construction of Hard Landscaping

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the complete and successful construction of all required hard landscaping (footpaths, boulders and rock areas, etc.), as shown approximately on the Conceptual Design Drawings and as necessary to achieve the objective of the works under this Section as per the approved Design.

This work shall include but is not limited:

1. Earth Works: Ground preparation, excavation, dewatering as necessary, temporary support of excavated earth, backfilling, disposal of surplus excavated material, etc.

2. Concrete Works:

a) Class K140 concrete bedding and haunching; and

b) Class K300 pre-cast concrete kerbs, 60 mm thick pre-cast concrete interlocking paving blocks set on 50 mm thick compacted sand bed for footpaths and pre-cast concrete edging kerbs set on concrete Class K140 bedding and haunching for back of footpath edging.

3. Boulders and Rock Areas Works.

4. Ancillary works necessary for interface with adjacent roadways (joints, as necessary, etc).

XVII.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. The works under this section shall be carried out in accordance with the latest specifications and requirements of the Public Authority for Agriculture Affairs & Fish Resources (PAAAFR) and other relevant authorities and the Contract Specifications as appropriate. Where PAAAFR and other authorities do not have specifications; the relevant sections of the General Specifications for Motorways, as modified by the Particular Specifications shall be applicable.

2. The Contractor shall coordinate with/provide access to site to the PAAAFR staff, in order to allow the works under this section to be successfully carried out in a timely manner to the satisfaction of PAAAFR. In this regard, before submitting his tender, the Contractor is required to coordinate with/obtain in writing from PAAAFR the suitable time frame/specific time of the year to carry out the works, which he will include and schedule in his Program of Works. Failure of the Contractor to obtain such time frame/ specific time of the year means that he shall not be entitled for any delay or additional cost claim arising from such failure.

3. Prior to commencing construction works, the Contractor shall obtain PAAAFR‟s approval of all materials to be used in the soft landscaping and irrigation works (including sleeves for future irrigation pipelines) under this section and provide an evidence of such approval to the Engineer.

4. The Contractor is responsible for obtaining all necessary permits and approvals from PAAAFR and other relevant authorities regarding the construction of the works.

5. A specialist Subcontractor approved by PAAAFR shall carry out the soft landscaping, including associated irrigation works.

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVII: LANDSCAPING AND IRRIGATION WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVII-3)

XVII.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment.

(End of Section XVII)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-1)

SECTION XVIII: ENVIRONMENTAL PROTECTION

XVIII.1 OBJECTIVE

The objective of the works under this Section is to provide complete adequate implementation of all necessary environmental protection measures as required in accordance with the Contract Documents and EPA requirements, including coordination with other works to the Engineer‟s satisfaction and EPA approval.

Under this section, the Contractor shall provide all resources necessary including material, labour, plant and equipment and everything necessary to achieve the objective stated above, while complying with the Minimum Requirements stated in the Contract Documents and the approved Design.

XVIII.2 MINIMUM WORK ITEMS

As a minimum, the works under this section shall include the following Items:

XVIII.2.1 Implementation of Necessary Environmental Protection Measures

Under this item, the Contractor shall provide everything necessary, including material, labour, and equipment for the complete and successful implementation of all necessary environmental protection measures (EPM) in accordance with the Requirements of the Environment Public Authority (EPA) listed in Item 6 of Clause XVIII.3 - Minimum Requirements herein.

XVIII.3 MINIMUM REQUIREMENTS

In addition to other requirements listed elsewhere in this Contract, the following requirements are applicable to the Design and Construction Works described in this Section:

1. The works under this section shall be carried out in accordance with the Requirements of the Environment Public Authority (EPA).

2. Design: Design requirements shall be as requested by the EPA.

3. Construction, Material and Quality Assurance:

Construction, Material and Quality Assurance requirements shall be as requested by the EPA or in accordance with the relevant sections of the General Specifications for Motorways, as modified by the Particular Specifications.

4. Submittal:

a) Pre-Construction

The Contractor‟s method statement, staff and Environmental Consultant shall be submitted as requested by the EPA for the approval of EPA.

b) During Construction and Post-Construction

As requested by EPA and relevant authorities.

5. Requirements of the Environment Public Authority (EPA):

In case of any conflict between any of the following items of the requirements of EPA and the items listed in the Declaration No. (2) in Document (I-8) of Document (I) - Tendering Procedure, the most stringent item(s) shall be applied.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-2)

The Contractor shall fully comply with the requirements of EPA, as well as their particular requirements with regard to Concrete Mixing Plant/Precast Concrete Yard (if will be provided and utilized by the Contractor for construction purposes) as required by their letters and attachments contained in the following pages:

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-3)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-4)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-5)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-6)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-7)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-8)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-9)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-10)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-11)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-12)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-13)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-14)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-15)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-16)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-17)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-18)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-19)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-20)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-21)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-22)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-23)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-24)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-25)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-26)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-27)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-28)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-29)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-30)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-31)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-32)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-33)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-34)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-35)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-36)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-37)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-38)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-39)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-40)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-41)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-42)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-43)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-44)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-45)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-46)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-47)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-48)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-49)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-50)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-51)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-52)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-53)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-54)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-55)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-56)

6. Recommendations From Environmental Impact Assessment Report Prepared by The Consultant:

The following pages contain the recommendations proposed by the Consultant who prepared the Environmental Impact Assessment Report, which form the basis for the requirements of EPA.

The Contractor needs only to implement the recommendations specifically required by the above noted Requirements of EPA (Item 5 above).

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-57)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-58)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-59)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-60)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-61)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-62)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 2 – Description of the Works

SECTION XVIII: ENVIRONMENTAL PROTECTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 2: (XVIII-63)

XVIII.4 PAYMENT

Payment will be made as a Lump Sum equal to the amount listed in the Bills of Quantities for the satisfactory completion of all works necessary to achieve the Objective of the works under this Section, including the Minimum Work Items and compliance with the Minimum Requirements listed. This rate shall include all costs associated with this work such as labour, material and equipment

The Contractor cannot apply for the interim payments for this item prior to start of construction on site but not before the elapse of three (3) months from the start of Contract.

(End of Section XVIII)

(End of Division 2)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3

Contract RA/217

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road

Document (III-2): Particular Specifications

Division 3

Modifications to the General Specifications

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

INTRODUCTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3

INTRODUCTION

Division 3 – Modifications to the General Specifications provides modifications, alterations, amendments, deletions or additions for those Articles in Document (III-2-a) - State of Kuwait, Ministry of Public Works – Roads Administration - General Specifications for Kuwait Motorway/Expressway System – August 2004 (referred to herein as General Specifications for Motorways).

Payment:

All Measurement and Payment Clauses listed in the General Specifications for Motorways are not applicable. Payment shall be as per Division 2 of this Document Particular Specifications.

(End of Introduction)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

TABLE OF CONTENTS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3

TABLE OF CONTENTS

SECTION 1: GENERAL

SECTION 2: EARTH WORKS

SECTION 3: SUB-BASE AND BASE COURSES (Not Applicable)

SECTION 4: ASPHALT WORKS

SECTION 5: CONCRETE WORKS

SECTION 6: STORMWATER DRAINAGE

SECTION 7: TRAFFIC MARKINGS AND SIGNS (Not Applicable)*

SECTION 8: MATERIALS FOR WATER WORKS (Not Applicable)*

SECTION 9: WATER PIPELINE CONSTRUCTION

SECTION 10: SITE LABORATORIES (Not Applicable)*

SECTION 11: PRESTRESSED CONCRETE WORKS (Not Applicable)*

SECTION 12: METAL WORKS (Not Applicable)*

SECTION 13: BEARINGS AND EXPANSION AND FIXED JOINTS

SECTION 14: LIGHTING AND ELECTRICAL WORKS (Not Applicable)*

SECTION 15: LANDSCAPING AND IRRIGATION WORKS

SECTION 16: TRAFFIC CONTROL SYSTEM (Not Applicable)*

SECTION 17: UTILITIES STRUCTURES (Not Applicable)*

SECTION 18: MAINTENANCE AND PROTECTION OF TRAFFIC (Not Applicable)*

SECTION 19: TIMBER STRUCTURES (Not Applicable)*

SECTION 20: GAS PIPELINE CONSTRUCTION (Not Applicable)*

SECTION 21: TELEPHONE WORKS (Not Applicable)*

SECTION 22: SANITARY SEWER WORKS (Not Applicable)*

SECTION 23: MECHANICALLY STABILISED EARTH WALLS

SECTION 24: PILING (Not Applicable)*

*(Not Applicable) means that no modifications, alterations, amendments, deletions or additions appear in this Division 3; and accordingly the full text of the General Specifications for Motorways as modified by other Divisions of this Document shall apply.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-1

SECTION 1: GENERAL

101 - GENERAL OBLIGATIONS AND RESPONSIBILITIES 101.03 FM OFFICE REMOTE AND BASE STATION RADIO TRANSCEIVER UNITS

Delete the entire clauses under this Clause (clauses 101.03.1 to 101.03.4) and replace with the following paragraph:

“The Contractor is not required to provide FM office Remote and Base Station Radio Transceiver Units.”

103 - ENGINEERS SITE OFFICE FACILITIES

103.01 GENERAL

At the beginning, add the following paragraph:

“Document (II-2) - particular Conditions, list the size and equipment required for Engineer‟s Site Office facilities. What is listed in Document (II-2), overrides this section. However, requirements not covered in Document (II-2) shall be taken from the following sections.”

At the end, add the following paragraphs:

“If an area for site offices is designated by the Employer and/or shown in the Contract Documents, the Employer does not guarantee the availability of the area. If the designated area for site offices becomes unavailable or the Contractor is unable to ensure the availability of such area for whatever reason including reasons beyond the Contractor‟s control, the Contractor shall be responsible for providing an alternative location acceptable to the Engineer at no additional cost to the Employer or time extension to the Contract.

The Contractor shall investigate the availability of suitable alternative lands of similar area acceptable to the Engineer within the Project Right-of-Way (RoW) limits but may consider other similar alternative arrangements outside the project RoW limits. Alternatively, and subject to the Engineer‟s approval, arrangements meeting all other requirements of the Specifications may be provided in conveniently located villa, flats or commercial office building located at close distance from the project that allows for smooth, easy and fast access to the project site. All this shall be at no additional cost to the Employer or time extension to the Contract.

The Contractor shall obtain from all concerned authorities, ministries and Kuwait Municipality all approvals and permits and pay all fees and charges related to the alternative Engineer‟s site office facilities at no additional cost to the Employer.”

107 ENGINEER’S TRANSPORT

Delete the entire Section 107.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-2

110 – PROJECT MEETINGS

110.06 SUBMITTALS

Design Calculations

At the end, add the following paragraphs:

“For all components or work shown or required in the Contract Documents to be designed or detailed or proposed by the Contractor or in case of any Value Engineering proposal by the Contractor, the Contractor shall prepare the design or details or proposal as necessary to successfully complete the works. Prior to submittal to the Engineer, all design drawings, calculations (structural or otherwise), shop drawings that are provided by the Contractor for the Temporary or Permanent Works shall be signed and stamped by the Contractor‟s structural engineer who should be Chartered/Licensed engineer registered in the State of Kuwait. If the Contractor‟s structural engineer is internationally registered in other country, his qualification certificate(s) should be attested by the Kuwaiti Embassy in the country of certification and the Ministry of Foreign Affairs in the State of Kuwait. In both cases the Contractor‟s structural engineer require approval by the Engineer. In addition to the above, the Contractor‟s design or shop drawings or calculations, relating to the following structures or works shall be checked, signed and stamped by an Independent International Consultant Checker (A Third Party), proposed by the Contractor and approved by the Engineer:

a. Deep foundations, Piles, Troughs, Ground anchors/Tie backs, Bridges (Sub-structures and Superstructures), Bearings and Pumping stations.

b. Deep excavation that need special protection, Dewatering, Temporary or permanent

soil retaining/earth support structures when excavation is more than three (3) metres deep, Excavation in bad/loose soils and Excavation (and dewatering as necessary) adjacent to existing structures and roads..

c. Overhead Sign Gantries. d. Dewatering effects on adjacent structures and roads. e. Method statement for monitoring and protecting any structure or road affected by

adjacent deep excavation. f. Scaffolding or temporary support frame structure for bridge superstructure if traffic or

workers are allowed to pass underneath.

The Independent Checker shall be represented by a chartered/licensed/registered professional structural engineer who shall have a valid license issued from a recognized international authority approved by the Engineer and shall sign and seal the drawings.

The cost of everything necessary to comply with the above requirements is deemed to be incidental to the works and included in the rates for the items listed in the Bills of Quantities; therefore, no separate payment will be made for the work.”

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-3

At the end of Section 1, page 1-46 of the General Specifications, add the following clauses:

“111 - QUALITY ASSURANCE

111.01 GENERAL

In addition to the Quality Assurance (QA) requirements (including Material Testing) specified in the Contract Documents, this Clause specifies the Quality Assurance/Quality Control (QA/QC) requirements and activities that shall be performed by the Contractor during all phases and Works of the Contract.

111.01.1 Abbreviations and Definitions

QA Quality Assurance

Represents part of the Quality Management that focuses on providing confidence that the quality requirements will be fulfilled.

QA involves a continuous evaluation of the adequacy and effectiveness of the overall Quality Management System (QMS) in order to evaluate the deviation from established quality policy, requirements and objectives.

QC Quality Control

Represents part of the Quality Management that focuses on fulfilling the quality requirements.

QC involves specific control points during design, fabrication and construction stages to check the fulfilling of design criteria, acceptance fabrication and construction criteria (tolerances, etc.), performance criteria or functional criteria.

QMS Quality Management System

Comprises of a set of interrelated/interacting processes and activities/tasks, which direct the Project/Contract resources to achieve an established Quality Policy, requirements and objectives.

PQP Project Quality Plan

QNR Quality Non-conformance Report

Note: Quality Non-conformance, is referred to herein as “Non-conformance”

Quality Management Coordinated activities to direct and control an organization with regard to QA/QC.

Quality Program Contractor‟s QA/QC Program

Non-conformance or Defect Any part of the Works not executed or not provided or not completed in accordance with the Contract Documents.

For the avoidance of doubt and without limiting the generality of the expression; this term shall be taken to include any work or item (plant, material, goods, etc) incorporated or used in the Works, which does not or may not conform to the relevant quality standards or pass the tests prescribed in or to be inferred from the Contract Documents.

111.01.2 Contractor’s Responsibility

The Contractor shall:

1. throughout the execution and completion of the Works and remedying the defects therein, have full regard for the Quality Assurance (QA) and Quality Control (QC) and shall note that the Contract Price includes the Execution Program for provision and implementation of a

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-4

Quality Management System (QMS) to ensure that the appropriate standards are enforced throughout his design, fabrication, construction, pre-commissioning and commissioning stages of the Works;

2. be responsible for all the QA and QC matters during the execution of the Works up to and including the Contract Completion Date;

3. develop, implement and maintain a QA Program consistent with the requirements of this Clause that assures workmanship, equipment and material conformance to the applicable requirements of every Section of the „Specifications‟;

4. implement and operate a QMS to demonstrate compliance with the requirements of the Contract Documents. The QMS shall comply, as a minimum, with the requirements of ISO 9001 and Contract as applicable, and shall be in accordance with the details stated in the Contract Documents that assures workmanship, equipment and material conformance to the applicable requirements of every Section of the „Specifications‟ including but is not limited to the PQP mentioned herein. Compliance with the QMS shall not relieve the Contractor of his duties, obligations or responsibilities specified in the Contract;

5. comply with every requirement of the „Specifications‟ that is relevant to the type of work forming any part of the Works;

6. obtain the necessary approvals from the relevant authorities for all the Works including Temporary Works and the use of his Equipment;

7. ensure acceptable QA/QC performance and compliance of all Subcontractors, vendors and other parties who may enter or perform works at the Site; and

8. copy to the Engineer any formal quality related communication between the Contractor and relevant authorities.

The Contractor‟s Representative shall observe and inspect the Works for all concerned Contract Quality compliance during the performance of the Works up to and including the Contract Completion Date.

111.01.3 Description

The Contractor shall:

1. develop and establish procedures to implement the Quality Program, which shall systematically verify compliance with the requirements of this Clause and any other requirements of the „Specifications‟ necessary to show conformance with the Contract Documents. Specific responsibilities shall be assigned, and individual job authorities clearly delineated; and

2. impose all QA requirements upon all Subcontractors, suppliers, manufacturers and any other parties associated with the Contractor that are involved in the Works.

The Quality Program shall:

1. assure the quality throughout all applicable areas of Contract performance, such as the Contractor‟s design of temporary works and permanent works (if any), inspections, testing, handling, storage, fabrication, construction activities, etc;

2. provide a mode of operation that emphasises the identification, correction, and prevention of deficiencies and discrepancies; and

3. be subject to evaluation by the Engineer to determine that the Quality Program meets contractual requirements.

Materials accepted on the basis of a Certificate of Compliance may be sampled and inspected/tested by the Engineer at any time. The fact that the materials were accepted on the basis of a certificate shall not relieve the Contractor of his responsibility to use materials which comply with the „Specifications‟.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-5

Audits of the Contractor and Subcontractors activities shall be performed by the Engineer to verify compliance with the „Specifications‟ and all referenced standards, and shall be performed on a systematic basis or as warranted by general quality trends. The Contractor shall provide all necessary assistance to the Engineer in auditing quality assurance activities.

111.02 SUBMITTALS

111.02.1 Project Quality Plan (PQP)

The Contractor shall:

1. prepare the necessary specific Project Quality Plan (PQP) as specified herein and the Contract Documents, which shall, as a minimum, meet the requirements of ISO 9001 and ISO 10005;

2. submit to the Engineer for review and approval within Thirty (30) days of the Date of Enterprise. The Contractor is not permitted to work on the Site until such time as the PQP has been approved by the Engineer;

3. allow in his Program of Works One (1) month period for the review/comments and approval of the PQP by the Engineer, provided that he will promptly respond to the Engineer‟s review comments (if any); and

4. regularly review the suitability of the PQP, and shall undertake a full formal review annually as of the Date of Enterprise and submit the findings to the Engineer within Fourteen (14) days of each review date along with an amended PQP should any amendments be required.

The Project Quality Plan (PQP) shall describe the Contractor‟s Quality Management System (QMS) that will be used throughout the Contract period, and shall include but is not be limited to the following chapters:

1. Contract Scope, Requirements and Quality Objectives.

2. Quality Policy and ISO 9001 Certificate (if applicable).

3. Control of the Project Quality Plan (PQP): Review; Implementation; Feedback and Improvement; and Revisions.

4. Reference Documentation.

5. Project Management, Planning and Resources.

6. Management, Organisation and Responsibilities.

7. Contract Review and Deliverables.

8. Communication with the Engineer and Relevant Authorities.

9. Management of Documents, Data and Records: Document Distribution and Control; Document and Data Changes; Information and Data Changes; Correspondences and Communication; Control of Quality Records; and Filing and Archiving.

10. Control of Contractor‟s Design (including Temporary Works).

11. Procurement of Services, Equipment and Materials.

12. Method Statements Register.

13. Inspections and Testing: Receiving and In-process and Final Inspections and Testing; Inspection and Testing Status; and Inspection and Testing Plan Register.

14. Product Identification and Traceability,

15. Employer Supplied Products (if any).

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-6

16. Handling, Storage, Packaging and Delivery.

17. Non-conformance and Corrective and Preventative Actions: Procedures and responsibility for review and authority for the disposition of non-conformance works or items.

18. Control of Inspection, Measuring and Test Equipment.

19. Audits: Contractor‟s and Engineer‟s Audits; Subcontractors and Suppliers Audits; Audit Schedule; and Auditor‟s Qualifications.

20. Training: Training Needs; Formal QMS Training; Tool Box Talks; and Training Records.

21. Key Performance Indicators and Continual Improvement: Statistical Techniques; and Continual Improvement.

22. Management Review and Meetings.

23. Quality Meetings and Reports: Contractor‟s Internal Quality Meetings; Quality Meetings with the Engineer; and Monthly Quality Reports.

24. Interface Management.

25. Commissioning Plan (if any), Contract Substantial and Final Completions, Handover, and Defects Liability (Maintenance) Period.

26. Appendices, to include as a minimum:

a. Copies of forms and reports to be used to document QA operations. b. Names of personnel responsible for each part of the Works. c. Submittal status log listing required submittals and action required by the Contractor

and the Engineer. d. Inspection and test schedule keyed/correlated to the Construction Program. e. Procedures to identify and control the use of items and materials. f. Detailed description of:

procedures, instructions, and reports to be used to ensure compliance with the Contract Documents;

procedures for reviewing shop drawings, samples, certificates and other submittals necessary for compliance with the Contract Documents;

procedures used to identify, report and resolve problems; services provided by external organisations such as testing laboratories and

consulting Engineers, etc; inspections and tests required; and document and submittal control procedures.

Examples of the Key Performance Indicators noted in item 21 above are as follows:

Objective Target/Measurement

Successful Implementation of the Quality Management System (QMS)

The monetary value of: Contractor‟s issued QNRs; and rejected works or items.

Each < xx% of actual total construction cost

Added value to the Inspection and Testing process

Findings rose during inspection and testing closed within agreed period.

Minimizing rate of rejecting inspections or testing by the Engineer

Set a percentage for rejected inspections or testing

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-7

Minimizing material wastage Actual major material wastage < Contract

budget

Added value to the Auditing process Audit findings closed within agreed period.

QA/QC awareness and training of all employees and workers on the QMS

Set minimum targets for inductions and tool box talks

Awareness acceptance and implementation of QA/QC on subcontractors and suppliers

Set score or number for deficiencies identified during construction/auditing

No construction shall begin and no requests for payment from the Contractor shall be processed until the Contractor‟s QAP is approved by the Engineer.

111.02.2 Quality Organisation Plan (QOP)

The Contractor shall:

1. submit a QOP to the Engineer for approval no later than Thirty (30) days from the Date of Enterprise; and

2. allow in his Program of Works One (1) month period for the review/comments and approval of the QOP by the Engineer, provided that he will promptly respond to the Engineer‟s review comments (if any).

The QOP shall:

1. provide the names, qualifications, experience and skills of all his QA/QC Team (including key support staff); and

2. show the organisation of Contractor‟s QA/QC Team, which shall include but is not limited to the following:

a. Organisation chart identifying all personnel responsible for QA/QC. b. Identify the QA/QC Team showing that the team is independent of the Contractor‟s

supervisory staff with clear lines of authority to top tier management. c. Indicate and describe the area of responsibility and authority of each individual in the

QA/QC Team.

The QOP may form part of the Project Quality Plan (PQP) or be prepared as a standalone document with clauses cross-referenced to the PQP.

The Contractor is not permitted to execute any form of the Works at the Site until such time the complete QA/QC Team have been deployed on a fulltime basis on the Site.

111.02.3 Inspection and Test Plans

As part of the Project Quality Plan (PQP), the Contractor shall submit an Inspection and Test Plan Schedule to the Engineer.

The Inspection and Test Plan Schedule shall define the Inspection and Test Plans to be prepared for the Works and the target dates for their submission to the Engineer for his approval.

Inspection and Test Plans are required to address the Contractor‟s on and off-site Work and preparation, submission and approval of related documentation.

Inspection and Test Plans are required for all operations including major temporary works.

No work covered by the Inspection and Test Plan shall begin until the plan has been approved by the Engineer.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-8

The Inspection and Test Plans shall consider the requirements of each Section of the „Specifications‟ and shall identify, as a minimum, the following:

1. A unique reference number each inspection or test.

2. Details of each activity, inspection and test to be performed.

3. Reference to the specifications, standards etc.

4. The required inspection and testing frequency.

5. The acceptance/rejection criteria.

6. Who from the Contractor‟s QA/QC Team is responsible to perform the inspection or test.

7. Quality Records to be generated.

8. Hold, Witness, Patrol and Record Review points of the Contractor‟s QA/QC Team, the Engineer and any other relevant authorities/agencies having jurisdictional authority over any part(s) of the Works relating to each inspection and test to be performed.

For information and guidance, a proposed Template for the Contractor‟s Inspection and Test Plans is included at the end of this Clause.

111.02.4 Method Statements

As part of the Project Quality Plan (PQP), the Contractor shall submit a Method Statement Schedule.

The Method Statement Schedule shall define the Method Statements to be prepared for the Works and the target dates for their submission to the Engineer for his approval.

Method Statements are required for all operations including temporary works, and shall address, as a minimum, the following:

1. Introduction/Scope.

2. Location and identification of the work covered by the method statement.

3. Permits and Licenses Required.

4. Specific Occupational Health and Safety (OHS) issues including Risk Assessments and Job Hazard Analysis (JHA) referred to in Clause 112, Section 1 (General) of the „Specifications‟.

5. Environmental Issues.

6. Quality Issues.

7. Responsibilities.

8. Sequence of work.

9. Resources.

10. Drawings and Sketches.

11. Reference documentation.

No work covered by any method statement shall begin until it has been approved by the Engineer.

For additional requirements relating to the preparation of method statements, refer to Clause 112.02.7, Section 1 (General) of the „Specifications‟.

111.02.5 Commissioning or Substantial Completion Plan

The Contractor shall submit a Commissioning or Substantial Completion Plan to the Engineer for approval no later than Thirty (30) days before the scheduled start of commissioning of any work or Substantial Completion of the Works or any part thereof.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-9

The Commissioning or Substantial Completion Plan shall consider the requirements of each Section of the „Specifications‟ in turn and shall identify the following:

1. All required commissioning work or substantially completed Works or any part thereof required by that Section of the „Specifications‟.

2. Any prerequisites to commissioning or Substantial Completion.

3. Description of the commissioning or Substantial Completion procedures.

No work covered by the Commissioning or Substantial Completion Plan shall begin until its related plan has been approved by the Engineer.

111.03 CONTRACTOR’S QA/QC TEAM

111.03.1 General

The Contractor shall:

1. throughout the execution and completion of the Works and the remedying defects therein, have on the Site a dedicated QA/QC Team as noted in Clause 111.02.2 herein dealing only with matters regarding the quality and protection against damage before, during and after execution of Works as specified herein; and

2. not remove or replace any of the appointed QA/QC Team designated in the QOP without notifying the Engineer in writing and obtaining his approval.

This QA/QC Team shall have:

1. relevant educational and professional qualifications, training, experience and the ability to communicate in multiple languages;

2. the authority to issue instructions and take measures as necessary to prevent execution of works that do not comply with the „Specifications‟; and

3. the authority to stop any part(s) of the Works, which does not comply with the requirements of the Contract Documents.

The Contractor shall identify activities requiring qualified production, inspection, and test personnel and establish their minimum competence level, and shall maintain records of personnel qualifications as part of the QA/QC records. However, minimum qualifications and experience requirements of the Contractor's QA/QC Team shall be as specified in the table below:

Position

Minimum years of relevant

experience

Minimum Academic

Qualifications

Professional Qualifications /Registrations

QA Manager 20 B. Sc. Civil Engineering

Appropriate Affiliations

QC Manager 15 B. Sc. Civil Engineering

Appropriate Affiliations

QA/QC Engineer 10 B. Sc. Civil Engineering

Appropriate Affiliations

QA/QC Inspector 5 B. Sc. Civil Engineering

NA

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-10

The penalty for absence shall be applied in accordance with Article 15 (Penalties due according to Staff Absence) of Document II-2 – Particular Conditions as follows for each day of absence:

1. QA or QC Manager 120 KD 2. QA/QC Engineer 100 KD 3. QA/QC Inspector 60 KD

111.03.2 QA Manager

Where required by the table in Clause 112.03.6 herein, the Contractor shall designate and assign full time QA Manager(s) who shall be responsible for overseeing the implementation and operation of the Project Quality Plan (PQP) at all levels. The QA Manager shall report directly to the Contractor‟s Top Tier Management and shall be independent of the Contractor‟s organisation responsible for construction.

111.03.3 QC Manager

Where required by the table in Clause 112.03.6 herein, the Contractor shall designate and assign a full time QC Manager(s) who reports directly to the QA Manager and shall be responsible for the Contractor‟s supervision of the construction quality control management activities and ensuring compliance with the Contractor‟s Inspection and Test Plans and associated specifications, standards and Contract Documents.

111.03.4 QA/QC Engineer

Where required by the table in Clause 112.03.6 herein, the Contractor shall designate and assign full time QA/QC Engineer(s) who reports directly to QA Manager or to QC Manager as appropriate, and shall be responsible for assisting them with their day to day responsibilities and may be assigned to cover several locations or areas of the Works.

Where QA and QC Managers are not required by the table in Clause 112.03.6 herein (cases No. 3 and 4), the QA/QC Engineer shall be assigned all the responsibilities of both QA and QC Managers defined in Clauses 111.03.2 and 111.03.3 herein.

111.03.5 QA/QC Inspector

The Contractor shall designate and assign QA/QC Inspector(s) as required by the table in Clause 112.03.6 herein for each shift for each location where work is being performed.

QA/QC Inspectors shall be qualified by training and experience in all the construction or fabrication activities being conducted at the location of work, and shall be directly responsible for ensuring compliance with the Contractor‟s Inspection and Test Plans and associated specifications, standards and Contract Documents.

111.03.6 QA/QC Team Requirements

Unless otherwise specified by the Engineer, the Contractor shall employ qualified QA/QC Team as specified the table below:

No. Number of Workers on the Site

Minimum Requirements

1. Up to 10 (1) QA/QC Inspector (Part time, 15 hours of duty per week)

2. More than 10 and up to 50

(1) Quality QA/QC Inspector

3. More than 50 and up to 100

(1) QA/QC Engineer and (1) QA/QC Inspector

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-11

4. More than 100 and up to 500

(1) QA/QC Engineer; and (1) QA/QC Inspector (per 100 Workers or part thereof)

5.

More than 500 and up to 1500

(1) QA Manager; and (1) QA/QC Engineer (per 500 Workers or part thereof); plus (1) QA/QC Inspector (per 100 Workers or part thereof)

6. More than 1500 (1) QA Manager, (1) QC Manager; and (1) QA/QC Engineer (per 500 Workers or part thereof); plus (1) QA/QC Inspector (per 100 Workers or part thereof)

The Contractor shall have adequate QA/QC Team personnel during all on-site and off-site activities and operations including adequate coverage during night shifts, and shall appoint support staff in sufficient numbers to ensure the effective function of the QA/QC within his organisation.

Notwithstanding the penalties for absence listed in Clause 111.03.1 herein and in order for the Contractor to comply with the QA/QC requirements and fulfil his obligations under the Contract, he may train and appoint deputy QA/QC personnel who are capable of performing temporarily all the duties of the designated QA/QC Team personnel in the event of absence of any of them.

The Contractor shall ensure that every Subcontractor employed on the Site appoints suitably qualified QA/QC staff to ensure the effective function of the quality related issues within every Subcontractor‟s organisation.

111.03.7 QA/QC Training for the Contractor’s Employees and Workers

The Contractor shall:

1. conduct QA/QC training including Contract specific induction, pre-work briefings, skills training, tool box talks and formal training conducted by training professionals or agencies for all the Contractor‟s employees. The Contract specific induction shall be for at least one (1) hour duration, approved by the Engineer, and provided for all persons involved in the Works. Such induction training will be reviewed, revised and repeated at intervals not exceeding Twelve (12) months throughout the Contract period. All training shall be provided in the languages preferred by the recipients of the training. Training shall focus on improving competency and skill for those performing activities that impact quality;

2. conduct regular tool box talks to his employees and workers that include, as a minimum, Construction Methods best practice and OHS issues referred to in Clause 112, Section 1 (General) of the „Specifications‟; and

3. maintain records of all training conducted including details of the training given and a list of attendees, including attendee‟s signature and ID numbers.

The Engineer may organise quality related training, meetings, seminars, workshops or similar events at any time throughout the Contract Period. The Contractor is required to participate in such events, when requested, at his own expense.

111.03.8 Subcontractors’ QA/QC Requirements

(In addition to the above Contractor‟s QA/QC Team)

Every Subcontractor shall appoint and deploy fulltime on the Site One (1) QA/QC Inspector per 100 Workers (or part thereof) on the Site.

Any Subcontractor that employs more than 100 Workers shall appoint One (1) QA/QC Engineer in addition to the above noted QA/QC Inspectors.

Minimum qualifications and experience requirements of the Subcontractors‟ QA/QC personnel shall be as listed in Clause 111.03.1 herein.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-12

111.04 DOCUMENT AND DATA CONTROL

111.04.1 General

The Contractor shall:

1. establish and maintain documented procedures to control all documents and data that relate to the requirements of the „Specifications‟. Documents and data can be in the form of any type of media, such as hard copy or electronic media; and

2. maintain up to date copies of all industry codes and standards that apply to the Contract.

111.04.2 Control of Documents and Data Approval and Issue

The documents and data shall be reviewed and approved for adequacy by Contractor‟s authorised personnel prior to issue. A master list or equivalent document control procedure identifying the current revision status of documents shall be established and be readily available to preclude the use of invalid and/or obsolete documents.

This control shall ensure that:

1. the pertinent issues of appropriate documents are available at all locations where operations essential to the effective functioning of the QA/QC system are performed;

2. invalid and/or obsolete documents are promptly removed from all points of issue or use, or otherwise assured against unintended use; and

3. any obsolete documents retained for legal and/or knowledge preservation purposes are suitably identified.

111.04.3 Document and Data Changes

Where practicable, the nature of the change shall be identified as appropriate in the document or its attachments.

111.05 QUALITY RECORDS

111.05.1 General

The Contractor shall:

1. establish and maintain documented procedures for identification, collection, indexing, access, filing, storage, maintenance and disposition of quality records; and

2. supplement these quality records as necessary to monitor quality throughout the Contract Period.

Quality records shall be:

1. maintained to demonstrate conformance of materials and equipment to specified technical requirements and the effective operation of the quality system; and

2. legible and stored/retained in such a way that they are readily retrievable in facilities that provide a suitable environment to prevent damage or deterioration and to prevent loss.

As a minimum, the quality record for any particular work or item shall include:

1. Number and name.

2. Description, location and quantity.

3. Supplier(s) name(s).

4. Serial number or other identification (where applicable).

5. The „Specifications‟ reference (where applicable)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-13

6. Verification of receipt of all required supporting documentation.

7. Inspection/test procedure reference.

8. Non-conformance number (if applicable).

9. Observations/comments.

111.06 QUALITY AUDITS

111.06.1 Contractor’s Quality Audit

The Contractor shall establish and maintain documented procedures for planning and implementation of internal quality audits to verify whether quality activities and related results comply with planned arrangements and to determine the effectiveness of the quality system.

Internal quality audits shall be scheduled on the basis of the status and importance of the activity to be audited and shall be carried out by personnel independent of those having direct responsibility for the activity being audited. Unless otherwise agreed with the Engineer in writing, the Contractor shall carry out a quality audit every Three (3) months.

The results of these audits shall be recorded and brought to the attention of the personnel having responsibility in the area audited. The Contractor‟s management personnel responsible for the area shall take timely corrective action on deficiencies found during the audit.

Follow-up audit activities shall verify and record the implementation and effectiveness the corrective action taken.

The Contractor shall allow the Engineer to observe the Contractor‟s internal quality audit upon request.

The results of the Contractor‟s quality audits shall be made available for review by the Engineer, and the Contractor shall implement any recommendations made by the Engineer that may result of the Engineer‟s review.

111.06.2 Engineer’s Quality Audit

The Engineer may undertake a quality audit of any of the Contractor‟s activities at any time during the course of the Contract. The Contractor shall make all personnel and facilities available to the Engineer as necessary to undertake quality audits.

The Engineer shall make the results of his quality audit available to the Contractor for review, and the Contractor shall implement any recommendations made by the Engineer based on the results of the Engineer‟s quality audit.

111.07 INSPECTIONS AND TESTING

111.07.1 General

The Contractor shall:

1. provide equipment, instruments, qualified personnel, and facilities necessary to inspect the work and perform the tests required by the Contract Documents; and

2. repeat inspections and tests after correcting Non-conformance work or item until all the work or item fully complies with the Contract Documents.

The Engineer may elect to perform additional inspections and tests at the place of the manufacture or the shipping point to verify compliance with the „Specifications‟. Inspections and tests performed by the Engineer shall not relieve the Contractor of his responsibility to meet the „Specifications‟ and shall not be considered as a guarantee that materials delivered at a later time will be acceptable. All costs associated with the foregoing shall be borne by the Contractor.

Inspections and tests conducted by persons or agencies other than the Contractor, shall not in any

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-14

way relieve the Contractor of his responsibility and obligations to meet the „Specifications‟ and all referenced standards.

111.07.2 Inspections and Tests

All inspections and tests shall be conducted in accordance with written test procedures as detailed in the Project Quality Plan (PQP) and the Inspection and Test Plans that have been reviewed and approved by the Engineer.

Mandatory Products and Materials Sampling and Testing Frequencies shall be in accordance with Contract Documents and referenced standards and codes as appropriate, or as instructed by the Engineer.

Inspection and test procedures submitted for approval shall include but is not be limited to the following:

1. Inspection/test procedure reference.

2. References to Clauses of the „Specifications‟ and other specifications and standards applicable to the required inspection/test levels.

3. Prerequisites for the given inspection/test.

4. Required tools and equipment.

5. Necessary environmental conditions.

6. Acceptance criteria.

7. Data to be recorded.

8. Reporting forms.

9. Identification of work or item inspected and/or tested.

10. Hold, Witness, Patrol and Record Review points of the Contractor‟s QA/QC Team and the Engineer.

Approved procedures and instructions shall be readily available and used by inspection and testing personnel at the time of inspection or test. All revisions to these procedures and instructions (if any) shall be approved by the Engineer prior to being used to inspect or test the work, and no deviations from the approved procedures and instructions shall be allowed without written authorisation from the Engineer.

Inspection and testing shall be performed by personnel designated by the Contractor who shall not be the same as those performing the work.

Inspection/test failures and/or non-conformance shall be reported by the Contractor by a Quality Non-conformance Report (QNR) submitted to the Engineer immediately.

The Contractor shall:

1. provide the Engineer with a signed and stamped inspection/testing report for each item of work inspected and/or tested, which shall clearly indicate whether the work or item, complies with all the inspection/test criteria or not;

2. submit inspection/test results to the Engineer prior to incorporating the work (s) or item(s) into the Works; and

3. clearly document and identify the inspections and test status of all materials and equipment throughout the construction of the Works. Identification may be by means of stamps, tags, or other control devices attached to/or accompanying the material or equipment.

Inspection/testing reports shall, as a minimum, identify the following:

1. Inspection/test procedure reference.

2. Name of inspector/tester.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-15

3. Observations/comments.

4. Specified requirements.

5. Evaluation of results.

6. Acceptability.

7. Non-conformance/deviations.

8. Contractor‟s recommended corrective and/ or prevented actions (if any).

9. Authorised signature.

111.07.3 Inspections and Test Status

The inspection and test status of materials, equipment and construction work shall be identified by suitable means, which indicates their conformance or non-conformance with regard to the performed inspections and tests.

The identification of inspections and test status shall be maintained, as defined in the Quality Assurance Plan (QAP) and/or documented procedures, throughout the Contract Period to ensure that only materials, equipment and construction work that have passed the required inspections and tests are used or installed.

111.07.4 Inspections by the Engineer during Construction

The Contractor‟s Inspection and Test Plans will define Hold, Witness, Patrol and Record Review points for the Engineer during construction. The Contractor shall prepare, document and implement a Request for Inspection system that defines how the Engineer will be given sufficient notice to inspect the Works in accordance with the Inspection and Test Plans.

111.07.5 Inspections by the Engineer during Defects Liability (Maintenance) Period

The Engineer will give the Contractor due notice of his intention to carry out any inspections during the Defects Liability (Maintenance) Period.

The Contractor shall arrange for a responsible representative to be present at the times and dates named by the Engineer.

The Contractor‟s representative shall render all necessary assistance and take note of all matters to which his attention is directed by the Engineer.

111.07.6 Workmanship

The Contractor shall comply with the „Specifications‟ and all referenced standards, except where more stringent Tolerances or specified requirements that indicate more precise workmanship can be applied at the Engineer‟s discretion.

Only persons qualified to produce workmanship of the required quality shall perform the Works.

The Contractor shall fully comply with manufactures‟ instructions and recommendations/guides including each step in sequence. Should the manufactures‟ instructions and recommendations/guides conflict with the Contract Documents, the Contractor shall request clarification from the Engineer before proceeding.

111.07.7 Inspection, Measuring and Test Equipment

The Contractor shall:

1. establish and maintain documented procedures in accordance with recognized International standards approved by the Engineer to control calibrate and maintain inspection, measuring and test equipment used by the Contractor to demonstrate the conformance of materials, equipment and/or construction work with the requirements of the Contract Documents;

2. establish a unique identification (ID) number for each item of the equipment that shall be

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-16

permanently affixed to it; and

3. ensure that each item of inspection, measuring and test equipment is calibrated at intervals recommended by the manufacturer. Valid calibration certificates for this equipment shall be present and available for inspection during all inspections and tests.

The Contractor shall establish a log of all equipment that records the following:

1. Equipment description.

2. Identification (ID) number.

3. Date of the last calibration.

4. Date that the next calibration is due.

Inspection, measuring and test equipment shall be used in a manner, which ensures that the measurement uncertainty is known and is consistent with the required measurement capability.

111.08 MATERIALS AND PLANT

111.08.1 General

All materials and plant shall be of the respective kinds described in the Contract Documents with necessary approvals from the relevant authorities and/or the Engineer and in accordance with the Engineer's instructions, and shall be subjected from time to time to such tests as the Engineer may direct at the place of manufacture/fabrication or on the Site or at all or any such places.

The Contractor shall provide all assistance, instruments, machines, labour and material as required for examining, measuring and testing any work, as well as the quality, weight or quantity of any materials used, and shall supply samples of materials before incorporation in the Works for testing as may be selected and required by the Engineer.

111.08.2 Handling and Storage of Materials and Plant

The Contractor shall:

1. establish procedures for handling and storage of the materials and plant. These procedures shall be safe and adequate to prevent damage, deterioration, distortion of shape or dimension, loss, degradation, loss of identification or substitution; and

2. identify materials and plants requiring special handling and/or storage.

The procedures shall address the use, inspection and maintenance of special devices such as crates, boxes, containers, dividers, slings, material handling, transportation equipment and other facilities.

111.08.3 Identification and Control of Materials and Plant

The Contractor shall:

1. establish identification and control procedures to ensure that all materials and plant are properly used/incorporated and installed in the Works;

2. identify all materials and plants so that they are traceable throughout all inspections, test activities, and records; and

3. record material and plant identifications and ensure that they are traceable to the location where they are incorporated into the Works.

For stored material and plant, the identification procedures shall be consistent with the expected duration and type of storage.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-17

111.09 QUALITY NON-CONFORMANCE MONITORING

111.09.1 General

The Contractor shall establish and maintain documented monitoring procedures to ensure that any confirmed non-conformance work or item that should be rejected or scrapped in accordance with Clause 111.09.2 herein is prevented from unintended use or installation in the Works.

These procedures shall provide for identification, documentation, evaluation, segregation (when practical) and disposition of the Non-conformance works or items and shall apply to all materials and plant, as well as installation and construction which fail to conform to the Contract Documents.

For information and guidance, a proposed Quality Non-conformance Report (QNR) Template is included at the end of this Clause.

111.09.2 Review and Disposition of Non-conformance Works or Items

The procedures and responsibility for review and authority for the disposition of Non-conformance works or items shall be as defined in the Project Quality Plan (PQP), Clause 111.02.1 herein.

Disposition of non-conformance work or item may be:

1. reworked or repaired to meet the specified requirements;

2. accepted with or without repair if agreed in writing by the Engineer;

3. re-graded for alternative applications; or

4. confirmed Non-conformance (to be rejected or scrapped).

Contractor‟s recommended disposition of non-conformance work or item including recorded description of the Non-conformance to denote the actual condition and details of the recommended rework or repairs (if any) and preventive measures shall be reported to the Engineer as part of a Quality Non-conformance Report (QNR).

Reworked and/or repaired works or items shall be inspected in accordance with the Quality Assurance Plan (QAP) and/or documented procedures and approved by the Engineer.

Regarding any confirmed Non-conformance work or item that should be rejected or scrapped in accordance with Clause 111.09.2 herein whether in place or not, the Engineer shall instruct the Contractor in writing to rectify the defective work(s) or remove/replace the defective material(s) from the Works/the Site.

111.09.3 Corrective and Preventive Actions

The Contractor shall:

1. establish and maintain documented procedures for implementing corrective and preventive actions and shall implement and record any changes to these procedures as appropriate; and

2. take prompt action to identify the cause of each Non-conformance, and propose his recommended corrective action, as well as protective action(s) necessary to prevent recurrence. The results of failure and discrepancy report summaries, Contractor‟s evaluation and any other pertinent applicable data shall be used for determining corrective and preventive actions. Information developed during construction, inspections and tests that support the implementation of the recommended corrective and preventive actions or improvements and corrections shall be listed.

The procedures for corrective and preventive actions shall include but is not limited to:

1. The use of appropriate sources of information such as processes and work operations that affect product quality, concessions, audit results, quality records and service reports to detect,

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-18

analyse and eliminate potential causes of non-conformities.

2. Determination of the steps needed to deal with any problems requiring preventive action.

3. Initiation of preventive action and application of controls to ensure that it is effective.

4. Ensuring that relevant information on actions taken is submitted for management review.

Any corrective or preventive action taken to eliminate the cause of actual and/or potential non-conformities shall be to a degree appropriate to the magnitude of problems and shall commensurate with the risks encountered.

111.09.4 Identification of Non-conformance Works or Items

The Contractor shall clearly identify each Non-conformance work or item with a status tag or other distinguishing mark, and shall establish procedures for installing, monitoring, and removing these status tags and identify personnel authorised to remove them.

111.09.5 Acceptance and Approval of Non-conformance Work or Item

Acceptance of the Contractor‟s recommended disposition of Non-conformance work or item should be obtained in writing from the Engineer prior to the undertaking of any rework or repair work/corrective actions and preventive actions by the Contractor.

Close out of Non-conformance work or item must be agreed in writing by the Engineer.

111.09.6 Quality Non-conformance Reports (QNR) and Records

The Contractor shall provide the Engineer with the following information for each Quality Non-conformance Report (QNR):

1. Identification of the Non-conformance.

2. Date the Non-conformance was identified

3. Description of the Non-conformance.

4. Evaluation of the Non-conformance to establish the cause.

5. Contractor‟s recommended disposition of the Non-conformance.

6. Contractor‟s corrective action (if any) and preventive action.

7. Date the corrective action (if any) was completed.

8. Description of the performed corrective action (if different from the recommended).

The Contractor shall establish and maintain a QNR log, which shall contain the following information as a minimum:

1. Unique sequential reference number.

2. Date issued.

3. Originator.

4. Description of item deemed to be in Non-conformance.

5. Description of the Non-conformance.

6. Contractor‟s recommended disposition and accepted final disposition (if any).

7. Engineer‟s acceptance of the disposition.

8. Close out date.

9. Remarks, as applicable.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-19

111.10 TESTING OF MATERIALS

In addition to the requirements of the Testing of Materials specified in the Tender Documents, and in particular Articles 36-3 and 36-(4-2) of Document II-2 Particular Conditions with regard to Material Testing in the Site Laboratory, the Government Center for Testing, Quality Control and Research (referred to herein as “Government Center”) and Independent Testing Laboratories, the below listed clauses shall apply.

111.10.2 Government Laboratory

111.10.1 General

As part of the QA/QC, the Contractor shall take samples of the materials and carry out necessary tests in the Site

Laboratory/or timely deliver them for testing either at the Government Center or at any of the approved

Independent Testing Laboratories (referred to in Clause 111.10.2 herein) as required by the Contract Documents.

The Contractor shall:

1. follow and comply with all regular Circulars regarding testing, quality forms, etc, which are issued from the Government Center and/or relevant authorities; and

2. coordinate, accompany and cooperate with the Engineer and his staff during inspections, site visits, QA/QC audits related to sampling and testing, and shall report all non-conformities to the Engineer in writing by a Quality Non-conformance Report (QNR), and he shall also ensure that proper records are maintained on the issuance of the QNRs, and shall produce any of the QNRs upon request by the Engineer and/or any relevant authority.

The Contractor shall also ensure/be aware that:

1. samples for testing in the Site Laboratory shall be collected and delivered by the Contractor under complete supervision of the Engineer; and

2. samples for testing by the Government Center or appointed independent specialised laboratory as appropriate shall be collected and delivered under complete supervision of the Engineer.

111.10.2 Independent Testing Laboratories

Unless otherwise agreed with the Engineer in writing, the Contractor shall submit a list of the Independent Testing Laboratories, he intends to use for testing purposes, to the Engineer for approval no later than Thirty (30) days from the Date of Enterprise.

The Contractor shall allow in his Program of Works One (1) month period for the review/comments and approval of the Independent Testing Laboratories list by the Engineer, provided that he will promptly respond to the Engineer‟s review comments (if any).

111.11 QUALITY MEETINGS AND REPORTS

111.11.1 Monthly Quality Meetings

The Contractor shall hold Contract specific internal QA/QC meetings (with his QA/QC Team) and QA/QC meetings with the Engineer chaired by the Contractor‟s Representative on a monthly basis throughout the Contract period.

The Contractor shall include QA/QC as items on the agenda for every meeting held and ensure that the subject is actively discussed.

111.11.2 Monthly Quality Reports

The Contractor shall prepare and submit to the Engineer Contract specific QA/QC reports on a monthly basis throughout the Contract period, within the first Seven (7) days of the following month.

The monthly report shall include all QA/QC issues discussed during the monthly quality meeting,

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-20

together with a summary of the Quality Non-conformance Reports (QNR) issued during the month and cumulative.

111.12 FAILURE BY THE CONTRACTOR TO MEET ACCEPTABLE QUALITY PERFORMANCE

111.12.1 General

The Engineer‟s decision shall be final when assessing non-acceptable performance, which shall take the following into consideration:

1. Any Stop Work Instruction issued by the Engineer to the Contractor.

2. Any Quality Non-conformance Report (QNR) issued by the Contractor.

3. Any adverse comments arising from quality inspections or quality audits.

4. Any adverse formal communication from the Engineer or relevant authorities to the Contractor regarding sub-standard quality performance.

111.12.2 Failure to Perform and Penalties

If the Contractor fails to adequately perform any or all of QA/QC procedures and activities related to the provisions and/or requirements listed herein, the Engineer, at its sole discretion, reserves the right to have any or all of such provisions and/or requirements performed by others and charge the Contractor for the actual cost of such works.

Regarding the disposition of any confirmed Non-conformance work or item in accordance with Clause 111.09.2 herein, whether in place or not, the Contractor shall comply with the Engineer‟s instruction in writing to rectify the defective work(s) or item(s) or remove them from the Works and/or the Site if they are rejected or scrapped. If the Contractor fails to respond, the Engineer may order correction, removal, and/or replacement of defective materials by others. The Contractor shall bear all costs for such work.

Notwithstanding other penalties listed in other Contract Documents, based on the Engineer‟s decision when assessing non-acceptable QA/QC performance in accordance with Clause 111.12.1 herein, should the Contractor not maintain acceptable quality performance, the Engineer may impose the following penalties on the Contractor:

No. Unacceptable QA/QC Performance Penalty

(KD)

1 Commencement of any work on the Site without an approved Project Quality Plan (PQP) or Quality Organization Plan (QOP) or Independent Testing Laboratories list

200 per day worked

2 Commencement of any work on the Site without any of the approved QA/QC Team

100 per staff per day worked

3 Commencement of any work without an approved Method Statement or Inspection and Test Plan

100 per day worked

4 Failure to follow any of the QA/QC processes and activities/tasks mentioned in the approved Quality Management System (QMS) or Project Quality Plan (PQP) or the Contract Documents

100 per incident

5 Failure to provide any work or item (plant, material, goods, etc) in accordance with the Contract Documents (this includes any work or item that have been sent for testing and fail to meet the specified requirements)

100 per incident

6

Failure submit to the Engineer an accurate Inspection/Testing Report or Quality Non-conformance Report (QNR) or Monthly Quality Report or to hold a Monthly Quality Meeting in a timely manner

100 per incident

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-21

7 Failure to attend meetings or other events related to quality issues organised by the Employer or the Engineer

100 per incident

8 Failure to conduct Contractor‟s QA/QC Audits within periods listed herein or as stipulated in the Contract Documents (whichever less)

100 per incident

9 Failure to provide timely the required information requested by the Engineer during the Engineer‟s Quality Audits

100 per incident

The total sum of above noted penalties shall not exceed Two percent (2%) of the Total Contract amount.

111.13 MEASUREMENT AND PAYMENT

No measurement or payment shall be made for this item; its cost shall be included as incidental to other Works.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-22

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-23

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-24

112 – OCCUPATIONAL HEALTH AND SAFETY

112.01 GENERAL

These specifications shall apply with regard to Health, Safety and Welfare issues only that are associated with the construction practices employed in the execution of the Works, and shall prevail in case of any conflict with other Health, Safety and Welfare requirements listed in the Contract Documents.

112.01.1 Abbreviations (In addition to Clause 100.04 of the ‘Specifications)

OHS Occupational Health and Safety

OHSMS Occupational Health and Safety Management System

OHS Plan Occupational Health and Safety Plan

OHS Team Occupational Health and Safety Team

RAP Risk Assessment Program

JHA Job Hazard Analysis

NEBOSH National Examination Board in Occupational Safety and Health

IOSH Institution of Occupational Safety and Health

OSHA Occupational Safety and Health Administration

PPE Personal Protective Equipment

112.01.2 Contractor’s Responsibility

It is the Contractor‟s responsibility to conduct his operations in such a manner as to prevent injury to persons or damage to property; therefore the Contractor shall take precautions for protection against risks and shall inspect Occupational Health and Safety (OHS) conditions where the Works are being executed and shall conform to all Acts, Orders and Regulations made by any official authority with respect to OHS.

Occupational Health and Safety (OHS) requirements shall comply with the following references as appropriate, unless more stringent requirements are specified herein or otherwise approved by the Engineer:

1. Kuwait Health, Safety and Environmental Laws.

2. Kuwait Ministry of Electrical Works (MEW) Specifications.

In this regard the Contractor shall:

1. develop and implement an effective Occupational Health and Safety Management System (OHSMS) meeting as a minimum but is not limited to the requirements of the latest edition of BS OHSAS 18001; and

2. note that OHS shall be treated with high importance at all stages of the Contract. The Contractor shall understand that the Contract Price includes the development and implementation of the OHSMS to ensure the highest OHS standards are enforced throughout the Contract period and shall ensure that all Personnel and Employees of the Contractor and Subcontractors fully comply with all requirements of the OHSMS.

The Contractor‟s Representative shall be responsible for implementing all OHSMS matters during the execution of the Works up to and including the Contract Completion Date and shall ensure that the OHSMS is maintained at all times.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-25

112.01.3 Contractor’s Site Arrangements and Storage Facilities

The Contractor shall make arrangements to maintain an adequate working environment and take into account the requirements of these specifications to fulfil his contractual obligations related to OHS. Adequate arrangements with regard to ergonomics and proper layout of work area shall be based on international recognised standards.

Where temporary facilities are created for the storage of materials and equipment, such areas shall be clearly defined and fenced, with notices displayed to indicate the nature of the storage area. In this regard the Contractor shall observe the following:

1. Any hazardous substances that are stored shall only be kept in accordance with the supplier‟s recommendations and the requirements of International recognised Hazardous Substances Specifications.

2. Flammable materials and fuel oil storage areas must be separated from other temporary structures or works under construction by a distance of at least 30.0 m.

3. Where materials are stored in stacks, they shall not be stacked to a height of more than 1.5 m where the materials are to be manually handled. Materials for mechanical handling that are on pallets or contained in bins shall not be stacked more than Three (3) units high with the base bin or pallet being on firm level ground.

4. Circular materials such as pipes and tubes shall be stored in a manner that prevents item from rolling and shall be placed in a container or frame, or have timber wedges of an adequate size inserted between the materials and the ground to prevent rolling.

112.01.4 Safety Notice Boards

The Contractor shall set up and maintain clean and legible safety notice boards in prominent places on the Site throughout the Contract period. These notice boards shall be located in positions approved by the Engineer such that they are clearly visible to the Contractor‟s and Subcontractors‟ employees and workers. They shall be fully illustrated and shall provide details of key safety procedures to be followed.

The notice boards shall be in Arabic, English, and in all other languages which are the mother tongue of Five (5) or more of the employees and workers, or the preferred language(s) that can be understood by the employees and workers on the Site.

All employees and workers shall be made fully aware of the notice boards prior to commencing their duties on the Site.

The Contractor shall maintain up to date copies of all industry codes and standards that apply to the Works.

112.01.5 General Sanitation

The Contractor shall maintain the Site and all working areas in a sanitary condition and in all matters of health and sanitation shall comply with the requirements of the Health authorities.

The Contractor is responsible for all measures necessary to prevent the breeding of mosquitoes on the Site for the duration of the Contract and for ensuring that pests are not permitted to the Site facility by initiating a routine pest control program using Non-toxic pest control methods.

112.01.6 Reporting of Accidents

The Contractor shall:

1. promptly (immediately where it impacts on the works, and in all cases never more than 24 hours) report to the Engineer any accident whatsoever arising out of, or in connection with the Works whether on or adjacent to the Site which caused death, personal injury, and/or property damage, giving full details and enclosing statements of witnesses;

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-26

2. implement arrangements for effectively managing any emergency incident that may occur as a result of the Works and/or on the Site and shall make all necessary arrangements for emergency preparedness including but is not limited to medical equipment and facilities, trained personnel, communication systems, transportation, search and rescue equipment; and

3. produce and submit to the Engineer monthly performance reports and incident reports in the format approved by the Engineer.

112.01.7 Compensation for Damage

Claims for compensation arising from damage or injury caused by the Contractor‟s failure to provide adequate OHS measures shall be the sole responsibility of the Contractor.

The Contractor shall notify the Engineer in writing of any claim made against him which is in any way connected to the Contract and is required to copy to the Engineer any formal OHS related correspondence between the Contractor and the enforcing or government authorities.

112.01.8 Occupational Health and Safety (OHS) Performance

The Contractor shall ensure OHS performance through full compliance of all Subcontractors, visitors, vendors, public, and other parties that may enter the Site with all OHS requirements, references and internationally recognized Standards and Regulations specified and/or listed herein.

Should OHS performance is considered, at the discretion of the Engineer, not maintained by the Contractor or any of his Subcontractors, the Engineer may, in addition to any other amounts withheld under the Contract, withhold up to 10% of the amount of any interim payment certificate issued by the Contractor.

112.02 CONTRACTOR’S OCCUPATIONAL HEALTH AND SAFETY MANAGEMENT SYSTEM (OHSMS)

112.02.1 Contractor’s Occupational Health and Safety (OHS) Plan

The Contractor shall:

1. prepare and develop a Contract specific OHS Plan (Occupational Health and Safety Plan) and submit to the Engineer for review and approval within Thirty (30) days of the Date of Enterprise. The Contractor is not permitted to Work on the Site until such time as the OHS Plan has been approved by the Engineer; and

2. regularly review the suitability of the OHS Plan, and shall undertake a full formal review annually as of the Date of Enterprise and submit the findings of the review to the Engineer within Fourteen (14) days of that date along with an amended OHS Plan should any amendment be required.

The OHS Plan shall include but is not limited to:

1. The Contractor‟s proposals for the maintenance of OHS on the Site. These proposals shall address the safety measures applicable with respect to all tasks to be undertaken in the construction of the Works.

2. The Contractor‟s proposals for accident prevention, which shall includebut is not limited to training, monitoring and review of safety related procedures, enforcement of safety related matters and promoting safety awareness.

3. Safety Organisation as noted in Clause 112.02.2 herein showing Safety Organisation Chart and names and responsibility of all OHS Team and personnel deployed both on and off Site to maintain acceptable OHS performance on the Works and the Site at all times, even outside the normal working hours, in particular night-time and holiday working.

When working in areas where dangerous concentrations of gases may be present in manholes, trench excavations and the like, it is the Contractor‟s responsibility to provide all necessary detection equipment and to ensure that, if toxic or explosive gases are found,

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-27

adequate measures are taken and enforced to protect his staff, workers and members of the public.

4. The Contractor‟s OHS Policy noted in Clause 112.02.3 herein.

Also the OHS Plan shall include details for the following:

1. The Contractor‟s approach to the Risk Assessment and Job Hazard Analysis noted in Clause 112.02.4 herein and shall include a matrix showing the levels of risk and their acceptability, as well as details of all necessary arrangements in this regard, and ensure that such arrangements are updated to reflect any changes throughout the Contract period and that the Job Hazard Analysis are included in each and every method statement.

2. The management arrangements and standards to be used for each of but is not limited to:

a. Scaffolding.

b. Suspended Working Platforms.

c. Fall Prevention and Fall Arrest.

d. Prevention of Falling Objects.

e. Excavations.

f. Prestressing.

g. Electricity.

h. Structural Steel Erection.

i. Demolition and Dismantling.

j. False work and Formwork.

k. Reinforcement and Concreting.

l. Confined Spaces.

m. Mobile Plant and Vehicles.

n. Machinery and Equipment.

o. Power Tools.

p. Hazardous Substances.

q. Hot Work and Welding.

r. Fire Prevention and Protection.

s. Access and Egress.

t. Housekeeping.

u. Warning Signs and Barricades.

v. Material Handling, Transportation and Storage.

w. Lock Out and Tag Out.

x. Temporary Works.

y. Temporary Facilities.

z. Underground and Overhead Utilities.

aa. Working Over or Adjacent to Water.

bb. Working Environment.

cc. Personal Protective Equipment (PPE).

dd. Site Traffic Control.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-28

3. The arrangements that the Contractor shall use to ensure acceptable OHS performance of all Subcontractors that may enter the Site and the arrangements for evaluating Subcontractors prior to them being contracted to undertake Work. It shall also detail the methods that the Contractor shall use to monitor their work and the penalties that shall be imposed should acceptable standards not be maintained.

4. The manner in which the Contractor shall review, approve and incorporate all Subcontractor OHS plans, risk assessments and method statements and incorporate them into their OHSMS.

5. The arrangements that the Contractor shall use to ensure acceptable OHS performance of all persons on the Site. In particular it shall detail the arrangements for penalties and disciplinary action that shall be taken should the Personnel, employee and workers of the Contractor and Subcontractors or any other person on the Site not comply with OHS requirements.

6. The arrangements that the Contractor shall use to control and ensure acceptable OHS performance of visitors and delivery personnel that may enter the Site.

7. The Contractor‟s arrangements for effectively managing any emergency incident that may occur as a result of the Works or on the Site. The details shall include the facilities required for emergency preparedness.

8. Notification and investigation of any incident that may occur as a result of Works or on the Site.

9. The Contractor‟s monthly performance reporting and incident reporting.

10. Assessing the general Health of employees and any job specific Health checks that may be required.

11. Self inspection and auditing that shall be used to monitor the Works.

12. Tracking and effectively closing any OHS related nonconformity or deficiency that may be identified as a result of monitoring. Written records of inspection, auditing and tracking shall be maintained and made available to the Engineer on request.

13. Ensuring that all the Personnel, employees and workers of the Contractor and Subcontractors are trained and competent to undertake their work in accordance with the required OSH standards and requirements. In particular the OHS plan shall detail the training and competence requirements for the following employees:

a. Supervisors.

b. Electricians.

c. Mobile plant and vehicle operators.

d. Crane and lifting appliance operators.

e. Riggers.

f. Prestressing workers and Supervisors.

g. Excavation workers and Supervisors.

h. Machinery operators.

i. Scaffolding workers and Supervisors.

j. Confined space workers and Supervisors.

k. All persons working at heights.

14. Training arrangements specify the type and nature of training to be given including but is not limited to induction, pre-work briefings, tool box talks, general awareness training, skills training and formal training conducted by training professionals or agencies. Written records of the attendees, training given and assessment of competency shall be maintained by the Contractor and made available for inspection by the Engineer upon request.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-29

15. Contractor‟s arrangements for promoting the awareness of OHS issues through notices, posters, newsletters, booklets, OHS alerts and any other means. All such information shall be provided in the languages preferred by the training recipients of the training.

16. The arrangements that the Contractor shall make to reinforce good performance. Such arrangements shall include incentive schemes to reward the Personnel and employees of the Contractor and Subcontractors or areas of Work that demonstrate exemplary OHS performance.

17. The Contractor shall hold a Contract specific OHS meetings on a monthly basis throughout the Contract period chaired by the Contractor‟s representative and attended by the Engineer or his/her representative, with the following items on the agenda:

a. Effectiveness of the Contractor‟s OHSMS.

b. Significant areas of planned activities and associated risks.

c. Method statement review and JHA planning.

d. Tracking and closure of any identified deficiencies or nonconformities.

e. Incident review.

f. OHS promotion planning.

g. Training needs assessment.

h. Auditing and inspection planning.

18. Description of the Contractor‟s OHSMS shall conform to all requirements defined within the Contract Documents. The contents shall include but is not limited to the following:

a. Front Cover.

b. Table of Contents.

c. Contract Scope and requirements, as well as Contract OHS Objectives (if any).

d. OHS Policy and BS OHSAS 18001 Certificate (if applicable).

e. Control of OHS Plan.

f. Reference Documentation.

g. Safety Organisation and Responsibilities.

h. Subcontractor‟s OHS.

i. Method Statements.

j. RAP and JHA.

k. Non-conformance, Corrective and Preventative Action.

l. Incident Reporting.

m. Audits.

n. Training.

o. Key Performance Indicators and Continual Improvement.

p. Management Review.

q. Safety Meetings.

r. Monthly Safety Reports.

s. Appendices.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-30

112.02.2 Contractor’s Occupational Health and Safety (OHS) Organisation

The Contractor‟s OHS Organisation and Chart shall include the names, qualifications, experience and skills of all the OHS Team (Occupational Health and Safety Team) and key support staff in detail as follows:

1. OHS Manager, with minimum education but is not limited to Degree, Diploma, Certificate, School and the ability to communicate with all nationalities, plus Professional OHS Qualification by Examination (NEBOSH, IOSH, OSHA, etc), management qualification, relevant training attendance.

The Engineer shall review the details, and if necessary shall interview the proposed individual to assess his/her suitability for the position prior to giving approval for appointment. The Contractor is not permitted to execute any form of Work on the Site until such time as an approved H&S Manager has been deployed on a full time basis to the Site. The Contractor shall not remove or replace the appointed OHS Manager without prior approval from the Engineer.

2. Deputy OHS Manager who is capable of performing all of the duties of the OHS Manager in the event of his/her absence. The procedure outlined in above item shall also apply.

The Contractor shall:

1. appoint OHS Officers and their support staff in sufficient numbers to ensure effective function of the OHS discipline within the Contractor‟s organisation. The Contractor shall appoint and employ One (1) OHS Officer full time on the Site for each and every Fifty (50) persons employed by him at the Site. For less than Fifty (50) persons that the Contractor employs at the Site, a minimum of One (1) OHS Officer shall be present on the Site during all working hours each day throughout the Contract period. These are in addition to the Contractor‟s OHS Manager and his/her Deputy;

2. ensure that each and every Subcontractor employ on the Site appoints suitably qualified Subcontractor‟s OHS staff to ensure effective function of the OHS discipline within the Subcontractor‟s organisation. Each and every Subcontractor shall appoint and employ One (1) OHS Officer full time on the Site for each and every Fifty (50) persons that he employs at the Site. Any Subcontractor that employs more than Hundred (100) persons shall appoint an OHS Manager. These are in addition to the Subcontractor‟s OHS Officers;

3. provide all Personnel and employees of the Contractor and Subcontractors with individually unique Contract specific photo identity cards. Such cards shall be made available to any representative of the Engineer on request. The Contractor shall not permit any of the Personnel and employees of the Contractor and Subcontractors to access the Site unless they have been issued with their individually unique photo identity card. Such cards shall not be issued prior to their attending the Contractor‟s induction training course;

4. conduct emergency drills to thoroughly test its emergency preparedness and response within Six (6) months of the Date of Enterprise and thereafter at periods not exceeding Six (6) months throughout the Contract period; and

5. appoint a competent supervisor for each and every area of the following Work activities:

a. Temporary and permanent electrical works.

b. Crane and lifting appliance operations.

c. Scaffolding erection, alteration and dismantling.

d. Prestressing.

e. Confined space entry.

f. Excavation.

g. Working at height.

h. Working at night.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-31

The Contractor‟s OHS Officers shall have no other duties, either on-Site or off-Site, other than OHS duties, and shall be exclusive to the Site.

112.02.3 Contractor’s Occupational Health and Safety (OHS) Policy

The Contractor shall develop and implement his own written Contract specific OHS Policy, which shall demonstrate his understanding of/and commitment to maintaining OHS standards that are consistent with/and forms an integral part of the Contractor‟s business strategy.

112.02.4 Risk Assessment Program (RAP) and Job Hazard Analysis (JHA)

The Contractor shall:

1. use the process of risk management to identify hazards, evaluate risk and determine appropriate control measures to reduce risk to an acceptable level. The Contactor shall produce RAP that details the level of risk associated with each element of work identified on the Program of Works. The RAP shall indicate the measures that shall be used by the Contractor to control the identified risks to acceptable levels;

2. provide JHA for all works that require a method statement. Method statements are to be reviewed and approved by the Contractor‟s OHS Manager prior to submission to the Engineer. The JHA shall be included as an integral part of every method statement that is submitted to the Engineer. The JHA shall detail each and every hazard associated with the Works, the control measures that are required and the individual(s) responsible for ensuring that such measures are implemented. Method statements shall be approved by the Engineer before commencing the related work; and

3. inform all his and Subcontractors Personnel and employees of the hazards associated with the Works.

112.02.5 Intervention

A system of positive intervention shall be used throughout the Works and the Contractor shall adopt the system by authorizing and requiring all Contractor and Subcontractors Personnel and employees to intervene in any unsafe act or condition and take immediate corrective action to prevent any incident occurring.

The Works may be monitored by any representative of the Engineer who may intervene in any unsafe act or condition and require the Contractor to take immediate corrective action to prevent any incident occurring.

The Contractor is required to acknowledge that the system of positive intervention shall enhance the following:

1. Level of understanding and awareness of OHS issues.

2. Level of personal responsibility and accountability for OHS issues.

3. Level of proactively towards OHS issues.

4. Level of compliance with contractual requirements and OHS standards and requirements.

5. Incident and injury prevention.

The Contractor shall undertake routine OHS audits and inspections for the ongoing Works. Written records of these audits and inspections shall be maintained and made available to the Engineer upon request.

The Contractor may be the focus of OHS audits and/or inspections conducted by any representative of the Engineer. The Contractor is required to cooperate with such audits/inspections and to acknowledge all findings take all corrective and preventive actions that may be required.

The Engineer may issue stop work instructions to the Contractor for any observed cases of serious and/or imminent danger associated with the Works. On receipt of a stop work instruction, the Contractor shall refrain from work until such time as remedial action has been taken to alleviate the

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-32

serious or imminent danger and to prevent it reoccurring. The Contractor shall not be entitled for any claim for delay or cost in connection with such work stop(s).

The Contractor shall stop work if any unknown or unplanned conditions occur that give rise to serious or imminent danger. In such circumstances the Contractor shall assess the risks associated with any remedial work required and revise the method statements and JHA. The revised method statement shall be reviewed and approved by the OHS Manager. Revised method statements shall be approved by the Engineer before recommencing the work.

112.02.6 OHS Training

The Contractor shall conduct OHS training including Contract specific induction, pre-work briefings, tool box talks, general awareness training, skills training and formal training conducted by training professionals or agencies within Three (3) months of the Date of Enterprise and shall also be conducted for new staff starters as appropriate. The Contractor shall also provide contract specific safe OHS practice booklets for each and every person employed on the Site and provide training on the content of the booklets.

The contract specific induction shall be at least Two (2) hours duration, approved by the Engineer and provided to all persons that enter the Site. Such induction training shall be reviewed, revised, and thereafter repeated for all persons that enter the Site at periods not exceeding Six (6) months throughout the Contract period. All training shall be provided in the languages preferred by the recipients of the training.

OHS training courses shall include but is not limited to all Work activities listed in Clause112.03.5 (Special Safety Precautions), as well as any other specific work activities that may be included in the Works.

The Contractor is required to provide employees of the MPW on the Site and the Construction Supervision Staff with OHS training relating to the Works undertaken by the Contractor.

112.02.7 Method Statements

As part of the OHS Plan, the Contractor shall submit a Method Statement Schedule to the Engineer for approval no later than Thirty (30) days from the Date of Enterprise.

The Method Statement Schedule shall define the method statements to be prepared for the Works and the target dates for their submission to the Engineer for his approval.

No work covered by the method statement shall begin until it has been approved by the Engineer.

Notwithstanding other requirements listed in the Contract Documents; method statements are required for all operations including temporary works, and shall address as a minimum but is not limited to the following:

1. Introduction/Scope.

2. Location and identification of the work covered by the method statement.

3. Permits and Licenses required.

4. Specific OHS issues including Risk Assessments and Job Hazards.

5. Environmental issues.

6. Quality issues.

7. Responsibilities.

8. Sequence of work.

9. Resources.

10. Drawings and Shop Drawings.

11. Reference documentation.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-33

112.03 SPECIAL SAFETY PRECAUTIONS

Notwithstanding other requirements listed in the Contract Documents, the Contractor shall observe the below listed requirements.

112,03.1 Permits

The following permits shall be observed by the Contractor (correctly issued, signed and OHS requirements enforced):

1. A Permit-to-Work system when undertaking any work (Hot work and welding operations, Excavation, Scaffolding, Electrical works, etc) on an existing utility, service, item of equipment or structure.

2. A Permit-to-Enter system shall when undertaking any work in a confined space.

112.03.2 Guarantee

Where the Contract requires work to be carried out within or adjacent to any pipeline or at a sewage treatment plant, etc, the Contractor shall fully comply with all requirements of the relevant authority/owner.

112.03.3 Warning Signs

The Contractor shall set up and maintain throughout the Contract period clean and legible adequate traffic diversion signboard and warning signs and guides.

The areas that require warnings signs and barriers are:

1. Excavations over 1.2 m deep.

2. Any edge, opening or platform from where a person may fall more than 2.0 m.

3. Electrical transformers and substations.

4. Confined space entry points.

5. Areas below and around working at height and heavy lifting operations.

6. Areas of open water more than 1.0 m deep.

7. Areas where flammable goods are stored.

8. Areas where radiation sources are used or stored.

9. Areas within the Site that are classed as non-construction areas.

10. Areas below existing overhead utilities.

11. Areas above existing underground utilities.

12. Areas where Prestressing activities are ongoing.

13. Areas where test and commissioning activities are ongoing.

Warning signs shall clearly state the nature of the hazard and instruct people of the correct actions to take. Warning signs shall be manufactured in accordance with internationally recognised standards. All signs shall be in English, Arabic and the preferred language(s) that can be understood by the employees and workers on the Site.

Barriers shall be made of solid materials and be positioned continuously around the hazardous area. The Contractor shall provide barriers that are strong enough to prevent people or vehicles gaining entry. The practice of using soft barriers such as rope, warning tape, thin reinforcement bar and traffic cones are prohibited.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-34

112,03.4 Mechanical Plant, Machinery and Construction Equipment

Sufficient suitable standby plant shall be immediately available by the Contractor in cases where the safety of the Works or of personnel depends upon mechanical plant.

Mechanical plant, machinery and construction equipment must only be used in the manner and limitations for which it is designed, and shall be inspected regularly with colour code sticker.

Mobile plant, cranes and vehicle/trucks that are defective shall be removed from use in work areas and taken to a repair facility on the Site or removed from the Site and replaced with other ones in good condition. Repair work shall only be carried out by trained and authorised mobile plant and vehicle repair technicians.

Whenever maintenance work is ongoing, the machinery or equipment shall be isolated and de-energized.

All mobile plant, cranes and vehicle/truck operators/drivers shall hold relevant Kuwaiti driving licenses for the category of plant or vehicle/truck that they operate. In addition, operators of mobile plant and cranes shall be trained and competent persons that hold a third party training certificate to verify that they have the skills necessary for safe use of the plant/crane.

Operators shall use mobile plants, cranes and vehicles only in accordance with their operating manuals, and the following the Site rules shall be observed by all the operators/drivers:

1. Mobile plants, cranes and delivery vehicles/trucks shall not be reversed without a banks man in attendance that shall be provided with high visibility clothing, and shall be trained in the safety aspects of reversing plants, cranes and vehicles/trucks.

2. No passengers shall be carried on mobile plants, cranes or vehicles/trucks other that in seats that are specifically designed for carrying passengers.

The Contractor shall:

1. conduct a JHA for each item of machinery and equipment that shall be used, and shall prevent oil/fuel leak causing environmentally pollution;

2. eliminate or reduce the associated hazards for construction lift such as, construction lift failure, falling persons and falling objects by meeting the OHS requirements, and in addition all construction lifts shall have flat base plates without holes or openings, enclosed sides and roof that are designed to prevent from falling objects, And overload protection devices that prevent movement of the platform if it is overloaded;

3. Test and thoroughly examine all mechanical plant, machinery and construction equipment at periods not exceeding Twelve (12) months. Reports of such test and examination shall be prepared and made available to the Engineer on request; and

4. make arrangements for all mobile plants (excavators, loading shovels, etc), cranes and vehicles/trucks that enter the Site to be checked to ensure the following items are provided and in good condition/working order:

a. Braking systems.

b. Steering systems.

c. Gauges and warning lights.

d. Operating controls.

e. Windscreens and wipers.

f. Reversing alarms.

g. Rear view mirrors.

h. Roll over protection devices.

i. Wheels, tyres and tracks.

j. Pneumatic and hydraulic hoses.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-35

k. Seat belts and anchors.

l. Fuel lines and tanks.

m. Electrical control systems.

n. Suspension and stabilization systems.

o. Bodywork, covers and panels.

112,03.5 Existing Utilities

Prior to excavating in any area, the location of existing utilities shall be confirmed from as-built drawings, trial holes, etc.

Excavation in the vicinity of any utility shall be carried out to the requirements of the relevant authority/owner.

Protection of utilities shall be by effective means of controlling any associated risk, and in addition the following shall be provided:

1. Marker posts or blocks that clearly indicate the nature, depth and path of all underground utilities.

2. Where traffic routes pass over underground utilities temporary protection shall be provided. Warning signs stating the maximum vehicle weight that may safely cross the utility shall be positioned on the access route at each side of the utility.

3. Temporary barriers or fences that run parallel to the route of any overhead utilities. Warning signs detailing the nature of any overhead utilities on the barriers or fences.

4. Where traffic routes pass below overhead utilities warning signs stating the maximum vehicle height and height restrictors shall be positioned on the access route at each side of the overhead utility.

Where any construction activity adjacent to a utility is undertaken, the minimum clearance distances shall be clearly established in accordance with the requirements of the relevant authority/owner and communicated to each and every person involved with the construction activity.

Traffic routes and material stockpile areas shall be clearly identified and established prior to excavation work commencing. All excavation areas, traffic routes and stockpile areas are to be surveyed for overhead services. Any identified overhead services, which shall remain during construction, shall be clearly marked with height restrictors and warning information.

112.03.6 Excavations

During the planning stage, all materials, items and equipment required for the safe excavation work must be clearly identified. Such equipment may include but is not limited to the following:

1. Shoring.

2. Solid Barriers.

3. Vehicle stop blocks.

4. Access ladders or scaffolding.

5. Ventilation.

6. Lighting.

7. Signage.

8. Pumps.

9. Generators.

10. Air Monitoring Devices.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-36

11. Movement Monitoring Equipment.

12. Rescue Equipment.

For all excavation work a competent excavation supervisor shall be appointed by the Contractor. The level of training and experience required to determine competence shall vary depending on the complexity of the excavation. The supervisor shall have previous experience of the type of excavation work to be undertaken and formal OHS training relating to the safety of excavation work.

Once the design requirements are known, a JHA of the excavation work shall be completed by the excavation supervisor with the assistance of OHS staff and Engineers as required. The JHA shall clearly identify the job specific risks and control measures for the excavation work.

Prior to commencement of any excavation work, all persons involved shall be given a pre-work briefing based on the JHA relating to the risks and required control measures. The appointed excavation supervisor shall be responsible for presenting and recording the briefing.

Prior to commencement of any excavation work, all materials, plant and equipment shall be checked to ensure that they are in good condition. In particular the condition of all mechanical excavators shall be checked to ensure that:

1. All windows in the drivers cab are clean, unbroken and unobstructed;

2. Rear view mirrors are securely attached, unbroken and clean;

3. All track plates and connectors are in good condition and secured with proprietary locking pins;

4. All dipper arm joints and attachments are secured with proprietary pins and locking pins; and

5. All task and indicator lighting is in working order.

Where mobile plants and/or vehicles/trucks are reversing up to an excavation or travelling alongside an excavation, vehicle stop blocks or vehicle barriers shall be provided to prevent them falling into the excavation.

Adequate hard barricades, temporary bridges, temporary footpaths, lighting, warning tapes and sign posting shall be provided at all excavations, and continuous adequate temporary solid barriers shall be placed around all excavations over 1.2 m deep at a distance at least of 1.2 m. Where night time pedestrian or vehicle access is adjacent to excavation then all solid barriers shall be fitted with warning lights.

Adequate bracing and shoring shall be provided at all excavations and 2.0 m spoils clearance from the excavated pit and sloping shall be maintained (if applicable).

Excavations shall be kept clean and tidy at all times. Accumulated waste and unused materials shall be removed from excavations on a daily basis. All excavations shall be thoroughly cleaned prior to any backfilling operations commencing.

To prevent the risk associated with falling objects, excavated materials, other materials and equipment shall not be stored at the edge of any excavation. A clear minimum distance of 2.0 m shall be maintained around all excavations.

Pedestrian access and ladders to and from all excavations:

1. Pedestrian access shall be by means of ladder or adequately constructed temporary staircases. The possibility of a person falling from a height of more than 2.0 m from the access must be prevented. The horizontal distance between access points shall not exceed 15.0 m.

2. Safety-approved ladders must be provided for access into excavations; Contractor‟s self-made ladders shall not be used.

3. All ladders shall be manufactured in accordance with an internationally recognised standard (OSHA or similar). Any ladder that is found to be defective shall be removed from use immediately.

4. All straight ladders shall be positioned at an angle to minimize the risk of slipping or falling

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-37

backwards. The distance between the base of the vertical plane and the base of the ladder shall be 1 unit out for each 4 units in height of the vertical plane.

5. Ladders that are used to gain access from one level to another shall extend at least 1.0 m above the upper level surface. Where a general access ladder run extends a distance of more than 6.0 m, a landing point with a firm level platform and fall prevention measures shall be provided at each and every 6.0 m.

112.03.7 Working at Height

The Contractor shall reduce the risk of persons falling from height by providing a means of fall prevention or arrest for every person on the Site that is exposed to a risk of falling a distance of 2.0 m or more.

Supervisors of persons using fall arrest systems shall be trained for the correct installation, use and maintenance of fall arrest systems and all persons required to use fall arrest systems shall also receive formal training in safe working at height prior to using such systems. Training shall be provided by an independent certified safety agency.

The use of safety belts as part of a fall arrest system is prohibited.

Safe access to the point at which a person shall attach him/herself to a fall arrest system shall be provided. In cases where a person using a safety harness has to detach the lanyard from the anchor point and reattach it to a different anchor point, whilst being in a position where the risk of falling exists, double lanyards shall be used with one of the lanyards remaining attached to the anchor point at all times.

Where any form of fall arrest system is used, the Contractor shall put in place arrangements to rescue any person that is caught by the fall arrest system. The rescue system and equipment shall be capable of rescuing any person that may be unconscious whilst suspended and or suffering from suspension trauma. The system shall be capable of rescuing the suspended person within Three (3) minutes of the fall being arrested.

All edges of working platforms and work areas that objects may fall from shall be provided with securely fixed continuous toe boards that are at least 2.0 mm high.

All holes and openings in floor areas shall be fitted with temporary covers to prevent objects falling to lower levels of the structure.

Where work is ongoing on the exterior faces of structures, the working platforms that are used to gain access shall be fitted with lightweight mesh or netting to prevent objects falling from them.

Materials and equipment shall not be stored or located within 2.0 m of edges of working areas or platforms.

All materials and waste that may be blown by the wind from raised structures shall be secured and stored in a manner that prevents them from being blown from the structure.

Where designated pedestrian walkways, entrances or exits are located beneath edges or openings where work is ongoing steel framed and sheeted canopies shall be erected to protect pedestrians from falling objects.

The Contractor shall produce a method statement and JHA for all roof and canopy work activities. For work on new structures, design information shall be obtained from the Contract Documents and incorporated into the method statement and JHA. For work on existing structures where design information is not available, then a survey of the existing structure shall be made to identify hazards such as:

1. Fragile coverings.

2. Holes and openings.

3. Exposed edges.

4. Lack of safe access.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-38

5. Damage or disrepair of the existing structure.

6. Adjacent structures, facilities or services.

The Contractor shall meet the following roof and canopy works specific OHS requirements:

1. The storage of materials on roof surfaces shall be minimized at all times.

2. Storage of materials on roof surfaces is not permitted within 2.0 m of any edge or eave.

3. All openings and non-walkable areas shall be protected by barriers and signage to prevent pedestrian access.

4. All waste shall be removed from the work areas on a daily basis and prior to any areas being left unattended.

5. All areas of roof or canopy covering shall be fully fixed at the time of positioning. The practice of laying large areas of unfixed coverings is prohibited.

The structure that the suspended working platform is attached to or mounted on shall be surveyed and assessed to ensure that it is capable of supporting the loads that the equipment shall impose on it.

The Contractor shall ensure that all employees or workers working above 2.0 m-height shall have proper training in the selection and use of fall protection devices with a valid third party certificate and shall use fall protection devices.

A method statement and JHA shall be submitted to the Engineer for all roof and canopy work activities. No work shall commence prior to approval of the method statement and JHA by the Engineer. All roof and canopy installation workers shall be fully conversant with the construction method, sequence and hazard control measures.

Suspended Working Platforms:

The installation, maintenance, use and dismantling of suspended working platforms shall be under the control of a competent person that is appointed by the Contractor. The competent person shall be fully familiar with each and every type of suspended working platform in use on the Site. Persons who work from suspended working platforms shall have received formal training to ensure the safety of themselves and of other persons that may be affected by the operation, with particular emphasis on the correct use of the equipment, working at height and falling object prevention. The following requirements shall be met:

1. Users shall not alter or interfere with any part of the suspended working platform, control or safety devices, and shall check all controls and safety devices on a daily basis to ensure that they are functioning correctly.

2. The work area below the suspended working platform shall be clearly marked and a pedestrian exclusion zone shall be created.

3. Use of suspended working platform(s) shall cease whenever wind speed in excess of the maximum safe working wind speed noted in Clause 112.03.8 herein is anticipated.

4. The suspended working platform shall be maintained in a horizontal position whilst it is in use. 5. The practice of transferring people or materials from the suspended working platform is

prohibited other than at the designated access points. 6. Every person working from a suspended working platform shall wear a full body safety

harness that is attached to an independent lifeline. 7. The platform shall be kept free of loose materials or articles liable to endanger or interfere with

the workers‟ hand hold or foot hold 8. The power supply shall be disabled whenever the suspended working platform is left

unattended.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-39

112.03.8 Working at Night

Darkness or poor visibility increases the risk of persons on the Site slipping, tripping or falling, and also increases the risk of operator error for plant, vehicle/truck, machinery and construction equipment operations. To reduce such risks the Contractor shall provide the following:

1. Adequate temporary lighting for all Site access areas and roads that shall be used during the hours of darkness.

2. Task lighting for all work activities at night or in areas with poor visibility.

3. Emergency lighting for pedestrian access routes at night and in areas of poor visibility and those used during night time working.

4. Ensure the absence of glare.

5. Proper lighting in corridors.

112.03.9 Confined Spaces

Entry into a confined space shall only be permitted where a competent person is appointed to directly supervise the work. The competent person shall hold a certificate of training or license that is issued by an independent certified safety agency and shall be appointed in writing by the Contractor and the appointment shall be copied to the Engineer.

Any person that enters into a confined space shall have received formal training in the safe methods of entry and working in a confined space, and shall be given a briefing by the appointed competent person relating to the specific hazards of the work and the control measures that have been detailed in the JHA. Such training shall include the arrangements for emergency communication and response.

Any person that acts as a Confined Space Attendant for confined space work should have received formal training in the safe methods of rescue from a confined space and the arrangements for emergency communications with external emergency services.

The Contractor shall only permit trained workers to enter a confined space, under the direct supervision of an authorised competent person and Confined Space Attendant.

Internal combustion engines shall not be taken into a confined space or operated in a position where their exhaust gasses may be drawn into the confined space.

Persons entering into a confined space shall wear a full body rescue harness that is attached to a rescue line anchored outside the confined space.

The Contractor shall implement a safe working procedure for confined space entry that includes but is not limited to the following:

1. Preparation and issue of a confined space entry permit.

2. Provision of all below listed basic safety equipment necessary for entering into and working in the confined space, as well as access, lighting, mechanical ventilation, communication, personal protective equipment (PPE) and emergency rescue equipment. The basic safety equipment and all such equipment shall be manufactured in accordance with internationally recognised standards

3. Provision of warning signs and barriers around the confined space entry point.

4. Setting up emergency communication and rescue equipment.

5. Check of the atmosphere inside the confined space and installation of ventilation equipment.

6. Installation of lighting.

7. Entry into and work in the confined space.

8. Monitoring of conditions in the confined space.

9. Continuous check and recording of all persons entering into and exiting from the confined space by the Confined Space Attendant.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-40

10. Completion of work and removal of all equipment from the confined space.

11. Accounting for all persons and equipment that entered the confined space.

12. Securing the entry point to the confined space.

13. Closing the confined space entry permit.

The basic safety equipment for any works in confined spaces supplied by the Contractor shall be but is not limited to the following:

1. Two (2) No. Gas detectors/monitors complete with carrying case, rechargeable batteries and battery charger, calibration kit, all to the approval of the Engineer. Consumable items and sensors to be replaced in accordance with the manufacturer‟s recommendations during the Contract period.

2. Six (6) No. Full body rescue safety harness with lifelines and shackles.

3. One (1) No. Lifting frame complete with fall arrest device.

4. Two (2) No. Constant flow escape breathing apparatus complete with storage cases.

5. One (1) No. Automatic positive pressure self contained breathing apparatus complete with storage case.

112.03.10 Lifting Operations

The Contractor shall appoint a competent Lifting Operations Supervisor for the Site, who shall ensure that the requirements of these Specifications are met and maintained at all times.

Rigging of loads and signalling of cranes shall be undertaken only by trained and competent persons. All riggers shall be required to wear a blue construction safety helmet and a red high visibility vest for the purpose of easy identification on the Site.

A thorough examination of each lifting appliance shall be made by third party inspector at periods not exceeding Twelve (12) months and after each substantial re-erection, alteration or repair.

Load capacity shall be clearly displayed on all lifting equipments.

All lifting equipments on the Site shall have a copy of the manufacture‟s operating manual and load rating charts available for use and kept with the operator cabinet or machine.

Before a mobile crane is positioned for a lift, attention shall be paid to the condition of the ground upon which the crane shall stand, as this shall be subjected to high point-loadings from outriggers or tyres. Dependent upon the nature of the ground and/or the size of the crane to be used, a special hard standing may have to be prepared.

The maximum safe working wind speed for all construction activities (lifting operations and working at height activities in particular) is 25 Knots. The Contractor shall monitor the weather conditions, and shall suspend work when wind speed in excess of the maximum safe working speed is anticipated.

Outriggers shall be properly set and locked if a locking device is provided. When controlled remotely from the cab, the operator shall make a physical check to ensure that each pad has an adequate bearing before a load is lifted. Sound timber packing or metal plates shall be used under each outrigger pad to distribute the load. It is essential that outriggers are supported at the jacking points and not under the outrigger beams. Outriggers shall be protected by barriers and provided with warning signs as appropriate.

Regarding all structural steel erection activities and related lifting operations, a method statement and JHA shall be submitted to the Engineer. No structural steelwork erection shall commence prior to approval of the method statement and JHA by the Engineer. All structural steel erectors shall be fully conversant with the construction method, sequence and hazard control measures.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-41

112.03.11 Lifting Gears

All lifting gears (chain sling, wire rope sling or similar, and any ring, link, hook, plate clamp, shackle, swivel or eye bolt, etc used on the Site) shall be subject to a thorough examination by a competent person from third party at intervals not exceeding Six (6) months.

Riggers shall check the condition of lifting gears prior to each and every lift.

A wire rope sling used in raising, lowering or suspension of a load shall be considered defective and shall not be used if it is kinked, significantly rusted, core is visible or the rope has visible broken wires in a length exceeding 5% of its total length or equal to 10 times the diameter of the rope.

Any lifting gear that is found to be defective shall be removed from service and sprayed with red paint to indicate that it is not to be used and shall be removed from the Site.

The Contractor shall establish a system for storage of all lifting gears not regularly in use that shall not be left in the work areas.

112.03.12 Scaffolding

For all scaffolding erection and dismantling activities, a competent Scaffolding Supervisor shall be appointed by the Contractor. The level of training and experience required to determine competence shall vary depending on the complexity of the scaffolding structure to be erected or dismantled on the basis of international recognised standards and codes detailed competency requirements.

The appointed Scaffolding Supervisor shall be responsible for ensuring that exclusion zones are in place and maintained at all times whilst scaffolding construction/dismantling activity is ongoing.

All employees and workers involved in scaffolding construction and dismantling activities shall be trained on the safe methods of working, and in particular the manner in which fall prevention or arrest is to be achieved. The Contractor shall maintain detailed information of the training provided and the methods that have been used for the assessment of competency and suitability for all employees and workers undertaking scaffolding activities.

All scaffolding erection and dismantling areas shall be provided with barriers and warning signs to exclude all personnel that are not specifically involved with the scaffolding activities. Where such areas are adjacent to roadways, barriers with a capability to prevent vehicles entering the area shall be provided. Where such areas are adjacent to members of the public or third parties, then screening and falling object protection shall be provided.

All materials being used for scaffolding shall be checked prior erection to ensure they are in good condition. Any materials found to be defective shall be clearly marked and discarded or removed from the construction area to ensure that they are not to be used.

Scaffolding shall be erected in accordance with international recognised standard, best practises and manufacturer‟s recommendations, and shall be fitted with toe boards, guardrails (top and mid rails), proper access, fully boarded platform, tagging system, and correctly made ladders for access onto scaffolding and buildings. Contractor‟s self-made ladders shall not be used.

Scaffolding that has been erected in accordance with the design shall be inspected for use by displaying green tag at all access points of the scaffolding, detailing the following information:

1. The unique identification and location of the scaffolding inspected.

2. Name of the person making the inspection.

3. Date that the inspection was completed.

4. The intended use and capacity of the scaffolding.

5. The required re-inspection frequency for the scaffolding, which shall be every Seven (7) days.

The person inspecting the erected scaffolding shall maintain written details of the conducted inspection(s) in order to allow for verifying the tag system.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-42

All scaffolding that does not display green tags for use shall be fitted with red tags stating that the scaffolding is not fit for use and the access points shall be removed or made unusable.

Users of scaffolding are to be prohibited from altering or dismantling any part of the erected scaffolding.

Users of scaffolding shall maintain unobstructed access and egress at all times. All debris and materials no longer required shall be removed from scaffolding on a daily basis. All materials and equipment used on scaffolding shall be stored in a manner that does not obstruct the free movement of the people using the scaffolding, and shall at all times conduct their work in a manner that eliminates the possibility of falling objects.

Users of scaffolding are required to check that the period of re-inspection has not been exceeded before using the scaffolding. In any case where the re-inspection date has been exceeded, the users shall request the appointed Scaffolding Supervisor to carry out the re-inspection and to re-sign the green tags for use. The users shall not access the scaffolding until such time as the re-inspection has been made.

Before any dismantling/removal from use of scaffolding activity is undertaken, green tags shall be removed and replaced with red tags stating that the scaffolding is not fit for use, and all scaffolding access points shall be removed or made unusable.

112.03.13 Hot work and Welding

The Contractor shall only use electric welding equipment in accordance with the following requirements:

1. Welding cables and equipment shall be properly maintained and inspected before use. Defective equipment shall be removed from use and arrangement for repair shall be made.

2. Electric welding cables shall be kept as short as possible and routed away from pedestrian walkway areas.

3. Electric welding operations shall only be undertaken with earth return electrodes connected to the work piece.

4. All connections between welding equipment and welding cables shall be securely bolted.

5. Pipelines containing flammable liquids or gases, or electrical cables shall not be used as a ground.

6. When electrode holders are to be left unattended, the electrodes shall be removed and the holder placed where it is protected from unintentional contact.

7. A fire resistant container shall be provided for spent electrode stubs.

8. Welding machines shall be turned off when being moved or when the equipment is not in use.

Tanks, vessels and drums that had previously contained flammable or toxic liquids shall be totally emptied and thoroughly cleaned or filled with water before hot work or welding is undertaken on them.

Where coatings are present on materials to be heated, the coating shall be removed to prevent the coating from being heated.

Suitable portable fire extinguishing equipment shall be located within 6.0 m of any hot work or welding location.

112.03.14 Compressed Gas Cylinders

The Contractor shall only use compressed fuel gasses in accordance with the following requirements:

1. Cylinders shall not be transported with regulators, gauges and hoses attached.

2. Cylinders shall be transported in an upright position and shall not be hauled in equipment beds or truck beds on their side.

3. Cylinders lifted from one elevation to another shall be lifted only in racks or containers

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-43

designed for that purpose and shall not be hoisted by the valve cap or by means of magnets or slings.

4. Cylinders shall not be used as electrical circuit or placed where they may become part of an electrical circuit.

5. Cylinders shall be protected from extreme heat and from being struck by moving equipment and falling objects.

6. Cylinders shall not be taken into a confined space.

7. Cylinders shall not be used as rollers and shall be transported on appropriate trolley.

8. Damaged or defective cylinders shall not be used or be permitted to remain on the Site.

9. Type of gas shall be clearly marked on cylinders and segregation of incompatible gases is required.

10. Oxygen cylinders shall be kept free of oil and grease.

11. Cylinders shall be secured in place around the body of the cylinder during use and storage; securing around the cylinder neck or cap shall be prohibited.

12. Cylinder valves shall be closed at all times when cylinders are not in use.

13. A key wrench is required to be in place on the valve of acetylene cylinders at all times during use.

14. Fuel gas and oxygen hoses shall be of different colours and shall not be interchanged.

15. All hose, valve and regulator assemblies shall incorporate a flashback arrestor.

16. Hoses are to be kept as short as possible and routed away from walkway areas.

17. Under no circumstances, damaged hoses or torches shall be used.

18. Torches shall be ignited by friction lighters or other approved devices only.

19. Fuel gases shall only be used for the purposes of cutting or heating and shall never be used for pressure testing or ventilation.

112.03.15 Electrical

These specifications shall apply to all temporary electrical systems on the Site and to all electrical equipment used for construction, commissioning and testing purposes. The following requirements are minimum requirements, and the Contractor is required to equal or better them:

1. A competent electrician or electrical Engineer shall be appointed by the Contractor, and the competency requirements shall be determined by the nature of the temporary electrical system that shall be installed on the Site.

2. The Contractor shall reduce risk by using cordless tools or electrical equipment that is operated at reduced voltages. Only intrinsically safe electrical equipment shall be permitted for use at any location where flammable atmospheres may exist or confined space.

3. All electrical equipment used on the Site shall be manufactured in accordance with an internationally recognised standard.

4. Portable Power Tools shall be of a double insulated type.

5. Jointing of all electrical cables and wires shall be by means of proprietary terminations or connectors. The practice of twisting and taping electrical components together to create a connection is prohibited.

6. Temporary power supplies for the Site may be provided from generators or via a Site specific transformer connected to the national power network. All generators and transformers on the Site shall be located in areas that are fenced and secured to prevent any unauthorized entry. Each such location shall be provided with portable fire extinguishers. All electrical systems

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-44

shall be bonded to the earth.

7. All electrical circuits that are created shall be protected by earth leakage circuit breakers (ELCB). All metal components of an electrical system shall be earthed. Distribution of electrical power shall be provided through distribution panels and switches that are enclosed or housed in securely closed and locked boxes or cabinets.

8. Warning signs that clearly indicate electrical hazards shall be fixed to all electrical switch boxes and distribution panels. Similar signs shall be displayed at all transformers, generators and overhead power line locations.

9. All signs and notices shall be in English, Arabic and the preferred language(s) that can be understood by the employees and workers on the Site.

112.04 FIRST AID

112.04.1 First Aid Box(s)/Clinic

The Contractor shall provide and maintain First Aid Box(s)/Clinic (according to number of employees and workers as per the Kuwaiti Labour Law, Year 2012, Section 5 – Health and Safety, complete with all first aid kits and equipment, as a minimum but is not limited to: Clean room with potable water supply, Stretcher, Ambulance, Standby Vehicle, etc, as necessary for the initial care of any of the employees and workers of the Contractor and Subcontractors who may be injured.

As a minimum, there should be One (1) First Aid Box with medical record book in each area where work is in progress.

The Box(s) shall be kept in a conspicuous place on the Site clear of obstruction at all times, and shall be available to the employees and workers. Each Box/Clinic shall be entrusted to one of the Contractor‟s employees trained in providing first-aid medical services.

The Contractor shall ensure that the first aid Kits and equipment at each Box/Clinic is maintained to be complete and within expiration date in all respects at all times.

At each Box/Clinic, the name and contact Telephone number of the Contractor‟s employee trained to provide first-aid medical services shall be displayed.

The Contractor shall provide and maintain periodic medical examinations for workers and follow up (maximum every year from employment date).

All structures that are normally occupied by Five (5) persons or more shall be provided with the following:

1. One (1) first aid kit as a minimum, and one (1) first aid kit for every Twenty Five (25) persons.

2. Certified first aid attendant.

3. Emergency contact information notices.

4. Telephone or radio communication equipment.

In addition to the above, all temporary facilities structures that are normally occupied by more than Hundred (100) persons shall be provided also with an appointed registered nurse.

112.05 FIRE PRECAUTION AND PREVENTION

112.05.1 General

The Contractor shall:

1. take all necessary precautions against fire as required by the insurance company insuring the Works, the Kuwait Fire Service Directorate (KFSD) and the Engineer;

2. provide, regularly check and maintain fire fighting equipment in the Site offices, stores and the

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-45

Site works where applicable. The type, amount and location of the fire fighting equipment shall be in accordance with the requirements of/approved by the KFSD. The Contractor shall confirm to the Engineer in writing that the requirements of KFSD have been met;

3. make arrangements with the KFSD to inspect the Works and promptly carry out their recommendations at his own expense;

4. provide training in the correct selection and use of portable fire extinguishers for every person employed on the Site; and

5. The Contractor shall make all arrangements to keep access for the KFSD that is audible in all areas.

Quantities of flammable materials on the Site shall be kept to an absolute minimum and shall be properly handled and stored. Any handling and storage recommendations made by Material Safety Data Sheet (MSDS) and the manufacturer(s) of flammable materials shall be strictly adhered to.

All flammable materials storage facilities and areas shall be located at least 20.0 m away from other structures, areas where combustible materials are stored and areas where sources of ignition are found. Storage areas shall be freely ventilated to eliminate any possible build up of flammable vapour or gas. Flammable material storage facilities shall not be constructed of combustible materials.

Except as otherwise noted herein, the Contractor shall not permit fires to be built or open type heating devices to be used in any part of the Site.

Combustible fuel oils shall be stored in designated storage areas. Fuel oil shall only be contained in tanks or containers that are in good condition. Tanks and containers shall be located in bounded areas capable of containing any spillage or leak. Bounded areas shall be kept free of water and debris. All pump equipment and fuel oil lines or hoses shall be maintained regularly to ensure that there no leaking parts. Fuel oil lines and hoses shall be terminated with filler nozzles or valves that stop the flow of fuel oil when the device is not held. Any electrical equipment such as lighting and pumps that are located in fuel oil storage areas shall have an operating voltage as recommended by the KFSD.

Hot work and welding operations at height require particular controls to prevent people or materials below being exposed to the risks of the work activity; therefore the following controls shall be put in place:

1. All work activity shall be coordinated with other activities in areas below.

2. Areas below shall be cleared of all combustible and flammable materials.

3. Fire blanket/Fire retardant material shall be used to cover any combustible materials that cannot be cleared, and they must be removed after hot work and welding activities are completed.

4. A fire watchman shall remain at the site of hot work activity for at least Thirty (30) minutes after hot work and welding activities are completed.

Portable fire extinguishers shall be provided at the following locations:

1. Every electrical generator, transformer and main distribution panel.

2. Every piece of mobile plant and equipment.

3. Every area of flammable materials storage and use.

4. Every area of hot work activity.

5. Every temporary structure.

6. Every work area where combustible materials are present.

Smoking shall be prohibited in any areas where flammable or combustible materials are stored, and in any temporary structure other than in clearly designated and defined smoking areas. Smoking areas shall be provided with means of extinguishing cigarettes and shall be cleaned on a daily basis.

Fire escape routes, exits and assembly areas shall be provided for all enclosed temporary structures

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-46

and permanent structures under construction. All such areas shall be kept free from obstructions at all times. Wherever possible in permanent structures under construction the fire escape routes, exits and assembly areas used shall be those designed for use in the occupied structure.

Information and warning signs shall be provided at the following locations or areas:

1. Flammable materials stores.

2. Combustible materials stores.

3. Temporary fire systems.

4. Portable fire extinguishers.

5. Fire escape routes, exits and assembly areas.

112,05.2 Emergency Equipment

Temporary fire protection equipment for the Site shall be provided by the Contractor for the Contract period, which may include but is not limited to:

1. Portable fire extinguishers.

2. Fire sand buckets.

3. Fire water storage and distribution systems.

4. Fire suppression systems.

5. Fire/Smoke/Gas detection systems.

6. Fire warning/Alarm/Emergency Evacuation systems.

7. Procedures.

8. Emergency contact telephone numbers/Communications.

9. Breathing apparatus and/or respirators (if applicable).

10. Torches.

11. Loud Hailer.

12. Emergency lighting.

13. Adequate and safe Emergency Exits/Doors.

14. Assembly/Muster point.

Escape routes, access ways to alarm points, extinguishers, hydrants and other fire fighting equipment shall be kept clear of obstruction at all times.

In addition to the first aid requirements noted in Clause 112.04.1 herein, all structures that are normally occupied by Five (5) persons or more shall be provided with the following:

1. Portable fire extinguisher equipment.

2. Smoke detectors.

3. Designated emergency evacuation routes.

4. An emergency preparedness and evacuation plan.

5. An emergency alarm system.

6. An emergency evacuation drill at periods not exceeding Six (6) months.

7. An area set aside for the heating and consumption of food.

In addition to the above, all temporary facilities structures that are normally occupied by more than Hundred (100) persons shall be provided also with the following:

1. A fire water system.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-47

2. Emergency lighting system.

All temporary fire protection equipment shall be manufactured, inspected, tested and maintained in accordance with internationally recognised standards approved by the KFSD.

112.05.3 Hazardous Substances

The Contractor shall control the use, handling, transportation and storage of hazardous substances to reduce the associated health risks. These requirements below are the minimum that the Contractor shall meet to comply with his contractual OHS obligations.

Radioactive materials are hazardous substances and any use of such materials on the Site shall require a method statement and JHA to be submitted to the Engineer for approval prior to any radioactive material being delivered to the Site.

Where any spillage of liquid occurs, the Contractor shall take action to immediately clean the spillage and remove any contaminated materials from the Site.

To effectively control the hazards associated with the use, storage, handling and transportation of hazardous/toxic substances on the Site, the Contractor shall:

1. Maintain a register and correctly tag/label/sign, and secure these substances;

2. Obtain Material Safety Data Sheets;

3. Make an assessment of the health risks associated with the intended use of each hazardous substance;

4. Provide the control measures required to reduce the risks identifies to acceptable levels. Acceptability shall be based on international recognised practice and standards;

5. Train the persons that use, handle or transport these substances in the associated risks and control measures;

6. Provide routine health checks for employees and workers that are exposed to these substances;

7. Provide appropriate spill containment and disposal Spill Kit; and

8. Provide adequate storage and suitable fire extinguisher nearby.

112.06 SAFETY OF THE PUBLIC

112.06.1 Working in Public Areas

Notwithstanding other requirements listed in the Contract Documents, these specifications shall apply.

Safety and security procedures shall be implemented by the Contractor as required by the KFSD and MOI Traffic Department, and shall include, as a minimum but is not limited to the following:

1. Warning signs and lights.

2. Adequate barricades, railings and road humps for reduced/controlled speed.

3. Other safeguards as required by the nature and location of the work being undertaken.

4. Access to all properties maintained by adequately sign posted diversions, temporary bridges or other facilities.

5. A night watchman assigned to ensure that all barricades, lights and other protective apparatus are maintained during the hours of darkness.

Designated pedestrian routes shall be provided throughout the Site, with firm even surfaces that are free from distractions. Where such routes traverse level changes they shall be slopped at gradients not exceeding 10% or cut with steps of even height and a tread width of at least 400 mm. Slopes and steps shall have anti-slip surfaces. Where the edges of pedestrian routes are raised more than 1.2 m above the surrounding level, solid barriers shall be provided at each raised edge to prevent

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-48

pedestrians from falling.

All equipment shall be routed away from pedestrian access areas. Where such equipment crosses pedestrian areas, it shall be located under the pedestrian area or over it at a height of at least 2.5 m above the surface, and the pedestrian area shall be clearly marked with warning signs.

No electrical cables, hoses or pipes shall be routed along any staircase, ladder access or across any doorway; this applies to both temporary and permanent works.

The Contractor shall provide the Engineer with photocopies of Civil ID‟s or passports of his/and the Subcontractors designated personnel and employees in order to obtain Employer‟s temporary identification cards for them to enter Employer‟s/Engineer‟s premises/the Site offices. The Contractor shall ensure that these personnel and employees shall display such identification cards at all times when they are on Employer‟s/Engineer‟s premises/the Site offices.

Demolition and Dismantling Activities:

The Contractor shall:

1. provide a method statement and JHA for all demolition and dismantling activities; and

2. not allow materials to fall into any area where people are working or passing through, and protection screens, fences or canopies shall be provided as necessary to control falling objects.

Everyone involved in the work needs to know what measures are to be taken to control the risks and a pre work briefing based on the method statement and JHA shall be given and recorded by the supervisor.

Workers shall be closely supervised to ensure that the control measures required are put into practice, and an exclusion zone shall be created around the demolition or dismantling work area to provide access to persons not directly involved with the work activity.

112.07 WELFARE OF WORKMEN

112.07.1 Personal Protective Equipment (PPE)/Attire

All the employees and workers of the Contractor and Subcontractors shall be provided with safety helmets, eye protection, foot protection, gloves, hearing protection, safety reflecting vests, dust mask and other protective clothing suitable for the nature of work they are performing and their working environment (Shorts and sleeveless shirts are prohibited), which shall be worn on the Site at all times.

The need for other types of PPE shall be identified by the Contractor as part of his JHA or risk assessment process.

The Contractor shall display signage detailing the requirements for mandatory PPE throughout to the Site, which shall be in a format that is easily recognisable to all persons on the Site regardless of their preferred language.

112.07.2 Safety Equipment

Safety equipment required for the work activities shall be as specified in the relevant clauses herein.

The Contractor shall maintain all safety equipment in good working conditions with up to date calibration and test certificates as appropriate.

112.07.3 Support Facilities for the Contractor’s and Subcontractors’ Staff and Workers

The Contractor shall:

1. provide regularly and maintain for the Contract period clean potable water, washing facilities, sufficient toilets (with steel exhaust fan) and sanitary facilities for use by the workers in areas where work is in progress and at messing facilities; and

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-49

2. provide on the Site sufficient bins for waste and scrap regularly collected, segregated and removed.

When allowed for in the Contract Documents, the Contractor may also provide accommodation facilities, which shall be maintained in a proper manner and to the satisfaction of the relevant governmental departments and the Engineer.

Messing facilities for the consumption of food shall also be provided in a separate designated area, and if cooking and dining facilities shall be provided, they shall be operated and maintained in a clean and hygienic condition, with food preparation and storage areas separated from eating areas taking the following into consideration:

1. No person with any communicable disease shall be permitted to work in any kitchen or dining room.

2. Kitchen workers who have cuts or skin conditions on their hands shall not be permitted to work in any kitchen or dining area.

3. Kitchen workers that handle or serve food shall wear latex gloves, hairnets and clean clothing.

Arrangements for the temporary storage of waste on Site shall be made in clearly designated and defined areas that have fences and signs to clearly indicate the nature of the waste where combustible wastes are stored portable fire extinguishers shall be provided.

Waste collection points shall be provided throughout the work areas and shall be clearly marked with signage to indicate the nature of the waste that is to be collected. Waste shall be separated and collected in the following categories:

1. Metals

2. Oils

3. Concrete and Stones

4. Tyres and Rubber

5. Glass

6. General

7. Food

8. Sewage

9. Chemical

112.07.4 Summer Working Conditions

During the period from 15 June until 31 August, from 11:30 am to 3:00 pm and/or during other period and timings as modified and notified by the Ministry of Social Affairs and Work, work under direct sun rays shall be prohibited unless special arrangements are taken by the Contractor to control and ease effect of the direct sun on the workers. These arrangements shall be approved by the Engineer before implementation.

High outdoor temperatures expose workers on the Site to the risk of dehydration, therefore the Contractor shall provide shaded rest areas, rest periods and drinking water supplies for all persons on the Site.

Sunlight exposes workers on the Site to the risk of skin disorders, therefore the Contractor shall provide work wear that covers the skin for the workers working in direct sunlight. Sunlight may also cause glare for operators of mobile plant, vehicles/trucks, machinery and equipment which increases the risk of operator errors, therefore the Contractor shall provide shaded operating positions to reduce such risks.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 1: GENERAL

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 1-50

112.08 MEASUREMENT AND PAYMENT

No measurement or payment shall be made for this item; its cost shall be included as incidental to other Works.”

(End of Section 1)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 2: EARTH WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 2-1

SECTION 2: EARTH WORKS

206 - SUBGRADE PREPARATION

206.02 CONSTRUCTION REQUIREMENTS

In the fifth line of the second paragraph after “a plasticity index of less than”, insert “6 as determined by AASHTO T90 and a density of not less than”.

(End of Section 2)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 4: ASPHALT WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 4-1

SECTION 4: ASPHALT WORKS

403 - MAJOR EQUIPMENT FOR ASPHALT WORKS

403.02 ASPHALT MIXING PLANT 403.02.3 Special Requirements for Patching Plant 403.02.3–b Scales and Meters

In the third line of the second paragraph after “more than”, delete “0.1%” and replaced with “1.0%”.

404 - ASPHALTIC CONCRETE

404.02 DESIGN REQUIREMENTS FOR ASPHALTIC CONCRETE

404.02.2 Types of Asphaltic Concrete Mixes

Delete the entire “Table 404.02.2 – Composition of Asphaltic Concrete Mixes” and replace with the following Table:

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 4: ASPHALT WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 4-2

Table 404.02.2 – Composition of Asphaltic Concrete Mixes

ASTM Sieve Size

Percent by Passing Weight

(Gradations shown include hydrated lime of all mixes)

Type I

Base Course

Type IA

Base Course

Type II

Binder or Levelling Course

Type III

Wearing Course

1-1/2 inch (37.5 mm)

1 inch (25 mm)

3/4 inch (19 mm)

1/2 inch (12.5 mm)

3/8 inch (9.5 mm)

No. 4 (4.75 mm)

No. 8 (2.36 mm)

No. 16 (1.18 mm)

No. 30 (600 μm)

No. 50 (300 μm)

No. 100 (150 μm)

No. 200 (75 μm)

100

72 - 100

60 - 89

46 - 76

40 - 67

30 - 54

22 - 43

15 - 36

10 - 28

6 - 22

4 - 14

2 - 8

100

72 - 85

60 - 72

46 - 60

40 - 50

30 - 40

22 - 30

15 - 22

10 - 16

6 - 11

4 - 8

2 - 4

-

100

82 - 100

60 - 84

49 - 74

32 - 58

23 - 45

16 - 34

12 - 25

8 - 20

5 - 13

4 - 7

-

-

100

66 - 95

54 - 88

37 - 70

26 - 52

18 - 40

13 - 30

8 - 23

6 - 16

4 – 10

Asphalt Cement (%) by weight of Total Aggregate

3.5 - 5.0 3.5 - 5.0 4.0 - 6.5 4.5 – 6.5

414 – RECYCLED ASPHALT PAVEMENT

414.01 DESCRIPTION

In the sixth line of the first paragraph after “pavement”, delete “material previously salvaged or”.

414.02 MATERIALS

In the second and third lines of the first paragraph after “concrete shall be”, delete “furnished by the Government of Kuwait, which retains ownership of this material while it is in the possession or control of the Contractor” and insert “as specified in Clause 414.01”.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 4: ASPHALT WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 4-3

414.02.2 Salvaged Asphaltic Concrete

In the second to fourth lines of the first paragraph after “pavement slabs”, delete “stockpiled by others,” and delete “, or it may consist of material removed from an existing pavement by cold milling, as provided elsewhere in these Specifications”.

In the third and fourth lines of the second paragraph after “this work item”, delete “shall be returned to the stockpile from which the material was obtained or”.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 4: ASPHALT WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 4-4

At the end of this Section, add the following Administrative Decree No. 2793 of year 2014; whereas its requirements shall be fully applied and complied with by the Contractor at no additional time or cost to the Contract. These requirements shall prevail in case of any conflict with other Contract Documents:

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 4: ASPHALT WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 4-5

(End of Section 4)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 5: CONCRETE WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 5-1

SECTION 5: CONCRETE WORKS

504 – METHOD OF CONSTRUCTION

504.05 CONCRETE FINISHING WORKS

504.05.3 Measurement and Payment

Delete the entire Clause 504.05.3.

504.07 MEASUREMENT AND PAYMENT FOR CONCRETE

At the beginning of the last paragraph, delete “Subject to the provisions of Clause 504.05.03,”

515 - MISCELLANEOUS CONCRETE STRUCTURES

515.02 ROADWAY MEDIAN AND SIDE BARRIERS OFF STRUCTURES

515.02.1 General Roadway Requirements

In the first line of the second paragraph after “median”, delete “ad” and replace with “and”.

(End of Section 5)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 6: STORMWATER DRAINAGE

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 6-1

SECTION 6: STORMWATER DRAINAGE

601 – HIGH DENSITY POLYETHYLENE PIPES AND FITTINGS Delete the entire clauses under this Clause (601.01 to 601.07) and replace with the following:

“The Specifications for High Density Polyethylene (HDPE) pipes shall be in accordance with SECTION 02632 – HDPE GRAVITY SEWER PIPES AND FITTINGS of the Particular Specifications for Sanitary Works (to be obtained from MPW – Sanitary Engineering Sector), modified as follows:

2.05 CONCRETE

Delete the whole paragraph “A. Concrete and accessories ….” and replace with the following:

“Concrete shall comply with Section 5 of the General Specifications for Motorways.”

3.02 CCTV INSPECTION

Delete the whole item “A. CCTV inspection …..” and replace with the following:

A. CCTV inspection shall be conducted on all completed pipelines after backfilling.

B. All pipelines shall be inspected by CCTV camera with a video recording taken of the survey after backfilling and prior to commissioning.

C. The Contractor shall prepare a report of the pipelines in an approved format to the

satisfaction of the Engineer. Both the report and the video recording shall become the property of the MPW.

D. The Contractor shall repair all defects discovered by the CCTV inspection at no cost to the

Ministry. The line segments so repaired shall be re-inspected by CCTV.”

3.03 PIPE TESTING

Delete the whole item “B. Where hydrostatic water testing …..” and replace with the following:

“Pipe testing shall be in accordance with the manufacturer‟s recommendations and specifications and Pipes shall be tested for the following:

1. „Resistance to Internal Puncture‟ in accordance with WIS 4-35-01 as detailed in Article 6.9 and Appendix B. The point of impact shall be adjusted such that it is in the thinnest section typically in the middle of the hollow corrugation.

2. „Resistance to Water Jetting‟ in accordance with WIS 4-35-01 as detailed in Article 6.10

and Appendix C. The test shall be modified such that the minimum test pressure shall be 200 Bar.

3. „Resistance to Longitudinal Bending‟ in accordance with WIS 4-35-01 as detailed in

Article 6.11 and Appendix D.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 6: STORMWATER DRAINAGE

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 6-2

Where hydrostatic water testing is undertaken, the pipes shall be tested in accordance with the following specifications:

A. All non-pressure (gravity) pipelines of 800mm nominal internal diameter and smaller, a

preliminary test shall be carried out when the pipeline is bedded and jointed (but before backfilling) and a final test shall be carried out after backfilling.

Unless otherwise instructed, non-pressure pipelines shall be tested in sections between manholes. In addition, pipelines shown as straight lines on the Drawings shall be subject to a light test between manholes to verify alignment.

Preliminary Test for pipelines with 800mm internal diameter or less:

- Air shall be pumped into the pipeline until a pressure of l00mm head of water is indicated on a water manometer and the pressure shall not fall to less than 75mm during a period of 5 minutes.

- The Contractor will not be permitted to commence testing later than 4 hours after

sunrise or earlier than 4 hours before sunset during the summer period unless otherwise directed by the Engineer.

Final Test for pipelines with 800mm internal diameter or less:

- The part of the pipeline under test shall be filled with water under pressure to meet

the requirements of test pressure values mentioned below.

- The test pressure shall be sustained for a period of 30 minutes and the volume of water required to maintain the test pressure shall be determined in a manner approved by the Engineer. The test will not be considered satisfactory if the rate of loss of water from a full pipeline exceeds one (1) litre per hour per metre of diameter per 30 metres of length of pipeline under test.

B. All non-pressure (gravity) pipelines larger than 800mm nominal internal diameter shall

be internally inspected, pressure tested and also tested for infiltration when laid below the ground water table.

The Contractor shall, carry out tests on every joint by means of an approved joint testing apparatus or by hydrostatically testing the pipeline. Test pressures values shall be in accordance with the test pressures values mentioned below.

The part of the pipeline under test shall be filled with water under pressure to meet the requirements of the test pressures values mentioned below. The test pressure shall be sustained for a period of 30 minutes and the volume of water required to maintain the test pressure shall be determined in an approved manner. The test will not be considered satisfactory if the rate of loss of water from a full pipeline exceeds one (1) litre per hour per metre of diameter per 30 metres of length of pipeline under test. For any joint of a pipeline that fails this test, additional joint sealing will be required to be carried out by approved resin/gel/grout injection techniques at the Contractor's cost. The Contractor shall repair, replace or relay any joint with visible leakage.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 6: STORMWATER DRAINAGE

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 6-3

Pipeline test pressures:

Depth to invert Pressure

Less than 8.0m 1.2 bar

8.0m to 14.0m 2.0 bar

Greater than 14.0m

1.0 bar above ground water table

or 2.0 bar below ground water table

Infiltration Test:

The measured infiltration shall not exceed one (1) litre per hour per metre diameter per 30 metres of length of pipeline under test.

- Pipes 600mm and larger and smaller sizes if directed by the Engineer, laid below the groundwater table shall be subjected to an infiltration test.

- The infiltration test shall be conducted after dewatering activities have been

suspended for at least seven (7) days.

- The Contractor shall include in his method statement complete details for the measurement of any infiltration.

- For any pipeline that fails the infiltration test the Contractor must propose

measures to remedy the situation and execute such measures at his own cost to achieve compliance with this requirement.

For any joint of a pipeline with nominal internal diameter greater than 800mm, which fails this test additional joint sealing will be required to be carried out by approved resin/gel/grout injection techniques at the Contractor's cost.

The Contractor shall repair any joint with visible leakage.”

(End of Section 6)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 9: WATER PIPELINE CONSTRUCTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 9-1

SECTION 9: WATER PIPELINE CONSTRUCTION

900 - GENERAL

900.01 SCOPE

At the end, add the following paragraphs:

“Also forming part of the works is the connection of the new pipelines to the existing mains, as shown on the drawings.” “Also included are a land survey and site investigations of the route of each pipeline; provision of design Engineers to adjust the tender drawings as necessary in accordance with the information gathered, and the production of construction drawings including all details for connections.”

After Clause 900.01.1, add the following clauses:

900.01.2 Description of Works

The Contractor shall supply all material, labour and equipment, which are necessary to

complete the works stipulated in Contract Documents.

Briefly, the Contractor shall:

1. Carry out a land survey and site investigation of the route of each pipeline establish the exact ground levels, the nature and position of all obstructions seen or unseen and the nature of the ground and sub-soil conditions.

2. Consult with Government Ministries, Authorities and others including but is not limited road consultants to determine details and positions of substructures, obstructions and services such as culverts, overhead lines, roadways, other pipelines, services and all past and future installations crossing and/or adjacent to the pipeline routes.

3. Check the tender drawings and modify the pipeline profiles and associated ancillary works as necessary in accordance with the information received from the land survey, site investigation and consultations and submit the drawings to the Engineer for approval.

4. Set out the works; clear and grade the pipeline routes, excavate the trenches and pits including all temporary works, break-up paving, and roadways, protect or divert services and remove surplus excavated material.

5. Supply, transport, load, unload and distributes the materials at each site of work as specified.

6. Lay and install the pipelines complete with fittings and valves including connections to existing, repair linings and coatings damaged during handling and transportation and carry out ancillary works.

7. Construct the valve chambers, thrust blocks and manholes complete.

8. Backfill and compact the trenches and pits, make good all roadways, paving and other works damaged or disturbed, generally clean the site and reinstate attach the original.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 9: WATER PIPELINE CONSTRUCTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 9-2

9. Test the completed pipelines for pressure and leakage requirements, clean, flush, and disinfect the completed pipelines and maintain throughout the maintenance period all works covered by this Contract.

900.01.3 Inspection and Investigation of Site

The tenderers shall inspect and examine the site and its surroundings and shall satisfy themselves before submitting their tender as to the nature of the ground and subsoil and the quantities and nature of the work and materials necessary for the completion of works. The extent, size, position and type of any services shown on the drawings have been based on information extracted from the records of the various authorities and must regarded as approximate only. The Contractor shall make his own investigations and inquires of the various Government Ministries and other authorities to ascertain exact positions, sizes, and numbers and details of all utilities in order to prepare construction drawings. The rates given in the Bills of Quantities and the Schedule of Rates shall include for all costs involved in negotiating obstacles and no claim will be considered for any additional expense the Contractor may incur on account of obstacles of whatever nature whether foreseeable or unforeseeable, including these needing deeper or special methods of excavation and any necessary supports.

Any excavation needed to determine the exact location and level of obstacles shall carried out by the Contractor.

The tenderers shall obtain for themselves all further information required as to risks, contingencies and other circumstances which may influence or affect execution of the works and include the costs thereof in their tender.

900.01.4 Tender Drawings

The location of the works together with the details of the forms of construction are shown on the drawings and listed in Appendix. These Tender Drawings together with the specifications form part of the Contract. Where figure are shown on the drawings, they shall take precedence over scaled distance and dimensions. The Tender Drawings are intended to provide the tenderers which sufficient information for them to prepare their tenders. They are not guaranteed to be accurate or correct and the Contractor should carefully check all dimensions, notes and other information used. All elevations shown on the Drawings or herein specified refer to the Municipality datum.

900.01.5 Construction Drawings

After the award of the contract and in ample time to permit satisfactory progress of the works, the Contractor shall in association with the Engineer, survey and investigate the route of each pipeline to consider the nature of the ground, the route and profile of the pipes, the bearing capacity of the soil, the test pressure and all other factors, which may affect the quality of the works. To prepare the construction drawings for the Engineer‟s approval, the Contractor shall:

1. Modify the plan and profile drawings to suit the actual conditions along the route of each pipeline.

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 9: WATER PIPELINE CONSTRUCTION

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 9-3

2. In the event of changes or modifications to pipeline routes, prepared revised plan and profiles drawings to suit these changes or modifications.

3. Check the standard details design for each typical installation and if inadequate for the location shown redesign as necessary.

4. Prepare detailed drawings of all connections showing the arrangement of fittings method of construction, levels, dimensions and other details.

5. Prepare full working drawings and design calculations for the work as per site

conditions / investigations and submit for MEW approval.

6. Top level of all chamber covers should be shown on the drawings.

The Construction drawings must be approved before work commences and the Contractor must allow two weeks for the Engineer to consider any drawing offered for approval. No claim for delay or cost shall be considered if this condition is not fulfilled. The Contractor shall make any changes in the offered drawings as may be found necessary upon inspection by the Engineer. The Contractor shall submit four (4) copies of the construction drawings each time they are offered to the Engineer for approval. Once the Construction Drawings have been approved, the Contractor should supply the Engineer with six (6) copies of each drawing. Upon approval of the above drawings, prints, and other details, the same shall become a part of this Contract, provided that the approval of the above drawings, lists, prints, specifications samples or other details shall in no way release the Contractor from the responsibility for the proper fulfilment of the requirement of this Contract The Contractor shall check all dimensions and quantities on the drawings furnished by the Employer or by himself and shall notify the Engineer of all errors or omissions which he may discover as the works proceed. He will not be allowed to take advantage of any errors or omissions in the drawings, as full instructions will be furnished by the Engineer should such errors or omissions be discovered and the Contractor shall carry out such instructions as if originally specified. The Contractor‟s rates shall include for all of the above.

(End of Section 9)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3I – Modifications to the General Specifications

SECTION 13: BEARINGS AND EXPANSION AND FIXED JOINTS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 13-1

SECTION 13: BEARINGS AND EXPANSION AND FIXED JOINTS

1305 – PREFORMED EXPANSION JOINT SEALS At the end of the Clause, add the following clause:

1305.06 STRIP SEALS

This Item shall include everything necessary to supply all material and hardware (including anchors, other accessories, etc) and install the strip seals as shown on the drawings, specified herein and as directed by the Engineer. The strip seal is an extruded elastomeric seal retained by structural steel edge beams that are anchored to bridge structural elements (deck, abutments, etc). The strip seal shall seal the deck surface to prevent moisture and other contaminants from descending onto the piers and abutments and shall take entirely the expansion and contraction movements of the bridge deck. The strip seal shall be of a type adequate to safely take total movement rage from 40 to 100 mm. The materials, construction details, approval and measurement and payment shall be in accordance with the requirements of Clause 1305 – Preformed Expansion Joint Seals herein and the latest AASHTO Standard Specifications unless otherwise noted on the drawings.

(End of Section 13)

Document III-2 Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 15: LANDSCAPING AND IRRIGATION WORKS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 15-1

SECTION 15: LANDSCAPING AND IRRIGATION WORKS

1500 – GENERAL Delete the entire paragraph and replace with the following paragraph:

“The works under this section shall be performed in accordance with the Contract Documents and the requirements and specifications of the Public Authority for Agriculture Affairs & Fish Resources (PAAAFR) and other relevant authorities as appropriate.”

(End of Section 15)

Document III-2 - Particular Specifications

Design, Construction and Maintenance of Interchanges and Bridges at Nawaseeb Road (Contract RA/712)

Division 3 – Modifications to the General Specifications

SECTION 23: MECHANICALLY STABILISED EARTH RETAINING WALLS

NSR: LS RA217-Doc III-2 PS (V.1) Dec-14 Div. 3: 23-1

SECTION 23: MECHANICALLY STABILISED EARTH RETAINING WALLS

2302 – CONSTRUCTION REQUIREMENTS After Clause 2302.04, add the following clause:

2302.05 COPING AND BARRIERS (ON STABILISED EARTH WALLS)

This Item shall include everything necessary to supply all material and construct Reinforced Coping and Vehicular Barriers (on Stabilised Earth Walls) as shown on the Drawings. This work shall be carried out in accordance with the General Specifications for Motorways, Section 5 as modified by the Particular Specifications and in accordance with the requirements of the Stabilised Earth Walls System.

This work shall include supply concrete, forming, joints, joint filers, expansion joints, ducts, curing, and finishing and supply and incorporation of steel bar reinforcement ASTM A615.

(End of Section 23)

(End of Division 3)


Recommended