Download as pdf or txt
Download as pdf or txt
You are on page 1of 198

National Roads Development & Maintenance Programme (NRDMP)

BID Documents for Civil Works for Upgrading of the


Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

PART B: STANDARD SPECIFICATION

______________________________________________________________________
122
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Due to the fact that the General Specifications were written to suit the use of the FIDIC form
of contract, the word ‘Engineer’ or ‘Engineer’s Representative’ shall be synonymous with
‘Supervisor’ or ‘Supervisor’s Representative’, and the word ‘Employer’ shall be synonymous
with ‘Contracting Authority’.

Any reference to “Clauses of the General Conditions of Contract” in the General


Specifications shall be synonymous with “Article” of the General Conditions of Contract.

The General Technical Specifications referred to in the


Contract Documents are the:

"General Specifications for


Road and Bridge Works, January 2005”

published by
the Ministry of Works, Housing and Communications of the
Republic of Uganda in January 2005.

Work shall be carried out in accordance with the General


Specifications except as supplemented, modified or revised
hereunder.

A copy of the “General Specifications for Road and Bridge


Works, January 2005” may be purchased from the Ministry
of Works, Housing and Communications, P.O. Box 10,
Entebbe, Uganda.

______________________________________________________________________
123
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

PART C: SPECIAL SPECIFICATION

______________________________________________________________________
124
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Table of Contents
preamble ...............................................................................................................................130

Series 1000 General .......................................................................................................132


Section 1100 Definitions And Terms ........................................................................132
1101 Definitions And Terms ...................................................................................132
1102 Abbreviations .................................................................................................132
Section 1200 General Requirements And Provisions ................................................135
1202 Services ..........................................................................................................135
1204 Programme Of Works And Temporary Works ...............................................135
1205 Workmanship And Quality Control ...............................................................139
1206 The Setting Out Of Work And The Protection Of Beacons ............................140
1208 Methods Of Measurements ............................................................................140
1209 Methods Of Payment ......................................................................................141
1213 Contractor’s Activities In Respect Of Property Outside The Site Boundary And
Of Services Moved, Damaged And Altered....................................................141
1216 Protection Of The Works And Requirements To Be Met Before Construction
Of Work ..........................................................................................................141
1221 Use Of Explosives ..........................................................................................142
1223 Handing Over The Site...................................................................................143
1224 Haul Roads.....................................................................................................144
1226 Access To Contractor's Records, Monthly Site Meetings And Progress
Photographs ...................................................................................................144
1229 Extension Of Time Arising From Abnormal Rainfall ....................................145
1234 Roads And Site To Be Kept Tidy ....................................................................146
1236 Safety ..............................................................................................................147
1238 Measurement And Payment ...........................................................................147
1238 Disputes Review Board ..................................................................................147
1239 Measurement And Payment ...........................................................................148
Section 1300................... Contractor's Establishment On Site And General Obligations
149
1302 General Requirements ...................................................................................149
1304 Measurement And Payment ...........................................................................149
Section 1400............ Engineer's Accommodation And Attendance Upon Engineer And
His/Her Site Personnel ...................................................................................151
1402 Facilities For The Engineer ...........................................................................151
1403 Houses For The Engineer ..............................................................................151
1404 Office For The Engineer ................................................................................152
1407 Vehicles For The Engineer And Employer ....................................................156
1408 Attendance Upon Engineer ............................................................................157
1409 Provision Of Survey Equipment .....................................................................157
1410 Laboratory For The Engineer ........................................................................160
1411 Measurement And Payment ...........................................................................172
1411 Engineer’s Normal Working Hours ...............................................................172
1412 Measurement And Payment ...........................................................................172
Section 1500 Accommodation Of Traffic..................................................................178
1502 General Requirements ...................................................................................178

______________________________________________________________________
125
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

1503 Temporary Traffic Control Facilities ............................................................179


1504 Construction Of Diversions ...........................................................................179
1510 Riding Quality And Maintenance Of Diversions And Existing Roads Used As
Diversions ......................................................................................................180
1512 Accommodation Of Traffic Where The Road Is Constructed In Half Widths 180
1515 Penalty For Failure To Comply With These Specifications ..........................180
1516 Measurement And Payment ...........................................................................181
Section 1600 Overhaul ...............................................................................................182
Section 1700......................................... Environmental Protection And Waste Disposal
182
1702 General ..........................................................................................................182
1703 Temporary Preservation And Revegetation ...................................................184
1704 Temporary Soil Erosion Control ...................................................................185
1705 Preservation Of Trees And Shrubbery ...........................................................185
1706 Prevention Of Water Pollution ......................................................................185
1707 Abatement Of Air Pollution ...........................................................................186
1708 Dust Abatement ..............................................................................................186
1709 Noise Abatement ............................................................................................187
1711 Preservation Of Historical And Archaelogical Data.....................................187
1711a Preservation Of Historical And Archaelogical Data And Management Of
Physical Cultural Resources ..........................................................................187
1711b Preservation Of Sensitive Fauna ...................................................................188
1712 Pesticides, Toxic Waste And Hazardous Substances .....................................188
1713 Cleanup And Disposal Of Waste Materials ...................................................189
1714 Measurement And Payment ...........................................................................189
Section 1800 Occupational Health And Safety, Hiv/Aids And Gender ....................190
1803 Occupational Health And Safety....................................................................190
1804 Hiv/Aids And Std Prevention .........................................................................192
1804a Definitions ......................................................................................................192
1804b Promotion Of Awareness And Mitigation Of Hiv/Aids ..................................193
1806 Measurement And Payment ...........................................................................198

Series 2000 Drainage .....................................................................................................201


Section 2200 Prefabricated Culverts ..........................................................................201
2210 Laying And Bedding Of Prefabricated Culverts ............................................201
2218 Measurement And Payment ...........................................................................201
Section 2300 Concrete Kerbing, Concrete Channelling, Open Concrete Chutes And
Concrete Linings For Open Drains ................................................................201
2307 Measurement And Payment ...........................................................................201
Section 2500 Pitching, Stonework And Protection Against Erosion .........................202
2508 Measurement And Payment ...........................................................................202

Series 3000 Earthworks And Pavement Layers Of Gravel Or Crushed Stone .......203
Section 3100 Clearing, Grubbing And Removal Of Topsoil.....................................203
3102 Description Of Works ....................................................................................203
3103 Measurement And Payment ...........................................................................205
Section 3200 Removal Of Existing Structures ..........................................................205
3208 Measurement And Payment ...........................................................................205
Section 3300 Breaking Up Existing Pavement Layers ..............................................205
______________________________________________________________________
126
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

3307 Measurement And Payment ...........................................................................205


Section 3400 Borrow Pit And Quarry Acquisition And Exploitation .......................206
3401 Scope ..............................................................................................................206
3402 Negotiations With Landowners, Authorities And Legal Occupants Of Land 206
3403 Access To Borrow Pits And Quarries ............................................................206
3404 Obtaining Borrow Or Quarried Materials ....................................................206
3405 Opening And Working Borrow Pits ...............................................................207
3406 Reinstating Borrow And Quarry Areas And Haul Roads ..............................208
Section 3500 Selecting And Utilising Material From Borrow Pits And Cuttings .....208
3506 Compaction Of Materials ..............................................................................208
Section 3600 Earthworks ...........................................................................................209
3601 Scope ..............................................................................................................209
3602 Materials ........................................................................................................210
3605 Embankments .................................................................................................211
3610 Measurement And Payment ...........................................................................213
Section 3700 Pavement Layers Of Natural Gravel Materials ....................................215
3702 Materials ........................................................................................................215
3706 Protection And Maintenance .........................................................................215
3708 Measurement And Payment ...........................................................................216
Section 3800 Stabilisation..........................................................................................216
Section 3800 Stabilisation And Modification ............................................................216
3801 Scope ..............................................................................................................216
3802 Materials ........................................................................................................217
3803 Construction ...................................................................................................220
3804 Trial Sections .................................................................................................223
3805 Construction Tolerances ................................................................................223
3806 Measurement And Payment ...........................................................................223
Section 3900 Crushed Aggregate Road Base ............................................................226
3903 Construction ...................................................................................................226
3904 Protection And Maintenance .........................................................................226
3906 Measurement And Payment ...........................................................................227

Series 4000 Bituminous Layers And Seals ..................................................................228


Section 4100 Prime And Curing Membranes ............................................................228
4102 Materials ........................................................................................................228
4106 Application Of The Prime Coat Or Curing Membrane .................................228
4107 Maintenance And Opening To Traffic ...........................................................228
Section 4200 Bituminous Base Course And Asphalt Concrete Surfacing ................228
4204 Composition Of Mixtures For Bituminous Base Course And Surfacing .......229
4205 Construction Equipment ................................................................................229
4207 Producing And Transporting The Mixture ....................................................229
4208 Spreading The Mixture ..................................................................................229
4209 Joints ..............................................................................................................230
4210 Compaction ....................................................................................................230
Section 4400 Single Surface Dressings ................. Hata! Yer işareti tanımlanmamış.
4402 Materials ...................................................... Hata! Yer işareti tanımlanmamış.
4404 Measurement And Payment ......................... Hata! Yer işareti tanımlanmamış.
Section 4500 Double Surface Dressings ................ Hata! Yer işareti tanımlanmamış.

______________________________________________________________________
127
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

4501 Scope ............................................................ Hata! Yer işareti tanımlanmamış.


4502 Materials ...................................................... Hata! Yer işareti tanımlanmamış.
4503 Construction ................................................. Hata! Yer işareti tanımlanmamış.
4504 Measurement And Payment ......................... Hata! Yer işareti tanımlanmamış.

Series 5000 Ancillary Roadworks ................................................................................231


Section 5100 Marker And Kilometre Posts ...............................................................231
5106 Measurement And Payment ...........................................................................231
Section 5200 Guardrails .............................................................................................231
5206 Measurement And Payment ...........................................................................231
Section 5400 Road Signs ...........................................................................................231
5403 Materials ........................................................................................................231
5404 Construction ...................................................................................................232
5409 Measurement And Payment ...........................................................................232
Section 5500 Road Markings .....................................................................................232
5513 Measurement And Payment ...........................................................................232
Section 5600 Landscaping And Grassing ..................................................................233
5609 Measurement And Payment ...........................................................................233
Section 5700............. Finishing The Road And Road Reserve And Treating Old Roads
234
5704 Measurement And Payment ...........................................................................234

Series 6000 Structures ...................................................................................................235


Section 6100 Foundations For Structures ..................................................................235
6118 Measurement And Payment ...........................................................................235
Section 6200 Falsework, Formwork And Concrete Finish ........................................235
6210 Measurement And Payment ...........................................................................235
Section 6400 Concrete For Structures .......................................................................235
6416 Measurement And Payment ...........................................................................235
Section 6600............. No-Fines Concrete; Joints; Bearings; Parapets And Drainage For
Structures .......................................................................................................236
6607 Measurement And Payment ...........................................................................236

Series 7000 Tolerances, Testing And Quality Control ...............................................238


Section 7100 Testing Of Materials And Workmanship .............................................238
7118 Measurement And Payment ...........................................................................238
7118 Initial Specific Geotechnical Investigations At The Start Of The Project .....238
7119 Scope Of Initial Geotechnical Investigations ................................................238
7120 Location Of Initial Geotechnical Investigations ............................................239
7121 Particular General Requirements ..................................................................239
7122 Particular Borehole Requirements ................................................................240
7123 Particular Sampling Requirements ................................................................240
7124 Particular Laboratory Testing Requirements ................................................241
7125 Particular Reporting Requirements ...............................................................242
7126 Measurement And Payment ...........................................................................242

Series 8000 Dayworks ...................................................................................................246


Section 8100 Labour ..................................................................................................246
8101 Measurement And Payment ...........................................................................246

______________________________________________________________________
128
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Section 8200 Materials ..............................................................................................246


8201 Measurement And Payment ...........................................................................246
Section 8300 Equipment ............................................................................................247
8301 Measurement And Payment ...........................................................................247

______________________________________________________________________
129
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

PREAMBLE
These Special Specifications shall be regarded as additions, amendments and modifications to
the General Specifications. Where references appear in the text of these Special Specifications
to specific clauses in the General Specifications, then both clauses must be read together. In the
case of clauses where these Special Specifications are silent, the General Specifications remain
fully applicable where relevant.

In the event of there being a conflict or inconsistency between the General Specifications and
the Special Specifications, the Special Specifications shall take precedence.

Both the General Specifications and these Special Specifications are divided into Series as
follows:
Series 1000: General
Series 2000: Drainage
Series 3000: Earthworks and Pavement Layers of Gravel or Crushed Stone
Series 4000: Bituminous Layers and Seals
Series 5000: Ancillary Roadworks
Series 6000: Structures
Series 7000: Tolerances, Testing and Quality Control

Each of the Series is divided into Sections comprising a number of Clauses, designated by a
four digit number where the first digit is the Series number; the second digit is the Section
number, while the last two digits is a sequential number followed by the Clause title.
Each Clause may have been divided into sub-Clauses designated (a), (b), (c), etc.
These Special Specifications and the General Specifications may contain cross references to
other Sections and Clauses in the Special Specifications, the General Specifications or to the
Drawings and other parts of the Contract Documents, which shall likewise be construed as
Specifications for the Item of Work involved.

In the Bill of Quantities reference may have been made to certain Section(s) or Clause(s) in
these Special Specifications or the General Specifications corresponding to the main type of
Works involved, but this shall not be construed as limiting the specifications for such item of
work only to the Section(s) or Clause(s) referred to. All relevant requirements of these Special
Specifications and the General Specifications for the particular Item of Work shall be complied
with.

There are many pay items in the Specifications where a specific description is to be inserted. If
these Items have not been divided into sub-Items, the specific descriptions should be given in
sub-Items (a), (b), (c) etc. If these Items have already been divided into sub-Items (a), (b), (c)
etc., the specific descriptions should be given in sub-Items (i), (ii), (iii) etc.
The apparent silence of these Special Specifications, the Drawings or other Contract Documents
as to any detail or the apparent omission from them of a detailed description concerning any
Works or requirements, shall be regarded as meaning that good engineering practice shall apply
and shall be to the approval of the Engineer.

______________________________________________________________________
130
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

______________________________________________________________________
131
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

SERIES 1000 GENERAL


SECTION 1100 DEFINITIONS AND TERMS

1101 DEFINITIONS AND TERMS


Insert the following Definitions and Terms into Clause 1101:

ADDENDUM
Amendment of or revision to any of the Contract Documents.

FUNDING AGENCY
The Funding Agency is the Government of Uganda, Ministry of Finance, Planning and
Development.
Add the following Sub-Clause 1102 to Section 1100 of the General Specifications:

1102 ABBREVIATIONS
Wherever the following abbreviations of titles, terms and units of measurement are used in the
Standard and Special Specifications or on the Drawings, the intent and meaning shall be
interpreted as described hereunder.
Abbreviation Titles and Terms
AASHTO American Association of State Highway and Transportation Officials
AADT annual average daily traffic
A.C. alternate current
AC10, AC12.5, asphalt concrete (max. particle size 10 / 12.5 / 14 / 19 / 20mm)
AC14, AC19, AC20
ACV Aggregate Crushing Value
AIV Aggregate Impact Value
ALD Average Least Dimension
ASTM American Society for Testing and Materials
av. average
BEMIX bitumen emulsion mix
bit. bitumen/bituminous
BoQ Bill of Quantities
BS British Standard
C1, C2 cemented material layer (UCS minimum 1 MPa and 2 MPa)
CBR California Bearing Ratio
CKS Standard Coordination Specification
CML Central Materials Laboratory
CRR crushed aggregate base with enhanced requirements
CRS crushed aggregate base
conc. concrete
DBM30, DBM40 dense bituminous mix (max. particle size 30 / 40mm)
D.C. direct current
DR dump rock

______________________________________________________________________
132
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

DSD double surface dressing


DSR Dynamic Shear Rheometer
equiv. equivalent
ESA Equivalent Standard Axles
EVA plastomerpolymer
FBMIX foamed bitumen mix
FI Flakiness Index
GM Grading Modulus
Gmm Gravity maximum of mix
G3, G7, G15 natural gravel with CBR % value min. 3 / 7 / 15
G25, G45, G60, G80 natural gravel with CBR % value min. 25 / 45 / 60 / 80
GVM gross vehicle mass
GW gravel wearing course
i.a. inter alia
LAA Los Angeles Abrasion
LAMBS large aggregate mixes for base (hot-mixed bituminous base)
LCD liquid crystal display
LL Liquid Limit
LS Linear Shrinkage
max. maximum
MC moisture content
MC-30, MC-70 medium curing cut-back bitumen
MDD Maximum Dry Density
min. minimum
MoID Ministry of Infrastructure Development
N/A Not applicable
OMC Optimum Moisture Content
OPC Ordinary Portland cement
PAV Pressure Ageing Vessel
PBFC Portland blast-furnace cement
PL Plastic Limit
PI Plasticity Index
PM Plasticity Modulus
PM30/PM60/PM80 Penetration Macadam
PSV Polished Stone Value
pts. points
PVC polyvinyl chloride
rap reclaimed asphalt pavement
RAP Resettlement Action Plan
R&B ring and ball softening point test
RC reinforced concrete
ROW right-of-way
RTFOT Rotating Thin Film Oven Test
SABITA Southern African Bitumen and Tar Association
SABS South African Bureau of Standards
SATCC Southern African Transport Coordinating Commission
SBR styrene-butadiene rubber
SBS styrene-butadiene-styrene

______________________________________________________________________
133
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

SE Sand Equivalent
SG Specific Gravity
SP Shrinkage Product
SSD single surface dressing
SSS Sodium Sulphate Soundness
Stn. Station (location along the designed road centreline)
TFOT Thin Film Oven Test
TFV Ten Percent Fines Value
TLA Trinidad Lake Asphalt
TRL Transport Research Laboratory (previously TRRL)
TSR Tensile Strength Ratio
UCS Unconfined Compressive Strength
UGX Uganda shilling
UNRA Uganda National Roads Authority
UPS uninterrupted power supply
VFA Voids Filled with Asphalt
VMA Voids in Mineral Aggregates

Abbreviation Units of Measurement


A amperes
C Celsius (Centigrade)
cm centimetre(s)
cst centistoke(s)
cu.m or m3 cubic metre(s)
dB decibel(s)
g gram(s)
hr/hrs hour(s)
ha hectare(s)
hp horsepower
Hz Hertz (Frequency)
kg kilogram
km kilometre(s)
km/hr kilometres per hour
kN kilo Newton
kPa kilo Pascal
kW or kVA kilowatt
lin.m linear metre(s)
L. litre(s)
m metre(s)
max maximum
min minute(s)
ml millilitre(s)
mm millimetre(s)
MPa mega pascal
N Newton
no. number
Pa Pascal
% percent

______________________________________________________________________
134
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

ppm parts per million


rpm revolutions per minute
sec seconds
sq.cm or cm2 square centimetre(s)
sq.m or m2 square metre(s)
sq.mm or mm2 square millimetre(s)
t, tonne metric ton (1,000 kg) V volt(s
W Watt

SECTION 1200 GENERAL REQUIREMENTS AND PROVISIONS

1202 SERVICES
(a) Location of Services
Add the following at the end of the 3rd paragraph:

This investigation shall be completed over the full length of the project road within 9 months of
the start of the project.
(g) Payment
Add the following 2nd paragraph:

On provision of receipts for the cost of works of relocation of services executed by the
relevant local authority, the Contactor shall be reimbursed these costs. Payments shall be
made under Pay Items 12.02 (a) and 12.02 (b).
Add new sub-Clause:

(h) Service Ducts


The contract drawings shall contain details of proposed new service ducts which are to be
constructed transversely across the major road at major junctions, within the footpaths of
proposed new bridges and longitudinally at junctions where the minor road is to be paved.

1204 PROGRAMME OF WORKS AND TEMPORARY WORKS


(a) Programme of works
Delete this sub-Clause and replace with the following:

In accordance with relevant clauses of the Conditions of Contract and prior to


commencement of permanent works, the Contractor shall plan and submit a fully detailed,
time related and resourced programme showing the order of procedure and method in which
the Contractor proposes to carry out the Works for timely project completion. It is the
Employer’s intention to upgrade roads within trading areas, nominally 2 km of urban roads
per 50 km of main road. While these are not designed or shown on the drawings, quantities
are included in the BoQ and the Contractor should allow for their construction in his
programme.

______________________________________________________________________
135
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

The Programme will be based on the Contractor’s method statement and shall include the
production rates developed and proposed in his method statement.
The master programme shall be so detailed as to show:
 The order of work
 Quantities and planned rate of progress based on the method statement
 Amount and type of labour and equipment proposed based on the work gangs
developed in the method statement.
 Details of methods to be employed
 Details of temporary works
 Critical path
 Approvals required from statutory authorities and agencies
 Clearly identified contract milestone dates with an activity code
 Off-site activities including, for example, setting up crushing plant in quarries and
production rates of the plant and details of ongoing production (for revised
programmes)
The Contractor shall submit a complementary and detailed narrative description of its plan
for performing the Work which may be separate or part of his method statement. The
narrative description shall summarize equipment and personnel requirements by craft to
complete a resource loaded schedule, productivity rates used to build the schedule, activity
and resource code structure, pictorial presentation of the schedule where needed, critical path
description and other relevant information as agreed with the Engineer.
The project shall be divided into an agreed work breakdown structure (WBS) and developed
in sufficient detail and submitted to the Engineer for comment . It shall show total float and
free-float times. The master programme shall not be in form of a bar chart only, but shall
show clearly the anticipated quantities of work to be performed each month, as well as the
anticipated earnings for the various sections of work. The contractor is to take note of the
style of programmes, schedules and reports used by UNRA and is to agree the format with
the Engineer before submitting the same. No payments, other than the advance payment, will
be made to the Contractor until the Engineer is satisfied that the Programme of Works has
been submitted in sufficient detail and as outlined in this Clause.
In addition, the Contractor shall submit sub-programmes as required by the Engineer to show
further details at important stages of the project. The first such sub-programme is his
mobilisation, which shall indicate, but not necessarily be limited to, the following:
 Approval and Mobilisation of Contractor’s key staff.
 Pre-construction activities in general to include Contractor’s Establishment on
Site, Engineer’s Establishment (housing, offices, vehicles, survey equipment,
laboratories including lab. equipment).
 Sub-contract procurement.
 Materials procurement and pre-orders, setting up of quarries and borrow areas.
 Schedule for the main submittals such as, shop drawings, technical and material
submittals, QA/QC plan to include submission of all materials, laboratory trials
and site trials and time to gain approval, EMP, H&S etc.
 Mobilisation on site, plant and labour.
The Contractor will also submit weekly programmes to include a list of the work to be
undertaken in a week showing the work items, quantities, number of gangs based on

______________________________________________________________________
136
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

production rates as developed in the Contractor’s method statement and other information as
agreed with the Engineer.
The Works shall be carried out so as to achieve a continuous and consecutive output of fully
completed road. The Contractor is to fully complete sections of the works in the times as so
stated in the Particular Conditions. The order of execution of the Works shall be subject to
reasonable adjustment as requested by the Engineer.
The Programme shall be revised, if necessary, every ninety (90) calendar days. The revised
schedule and narrative shall, as determined by the Engineer, be sufficient to meet the
requirements for completion of any separable part and all of the Works as set forth in the
Contract. To qualify for an Interim Payment Certificate the Contractor, when requested by
the Engineer, must submit, within a reasonable time, an updated programme.
Should the Contractor fall behind the Programme submitted by him in terms of the relevant
clause of the Conditions of Contract, which Programme has been approved by the Engineer,
or if the sequence of operations is altered, or if the Programme is deviated from in any other
way, the Engineer may, without prejudice to the Employer’s rights in terms of the relevant
clause of the Conditions of Contract, require the Contractor to submit, within seven days of
the date on which he has received a notice to this effect, a revised Programme in terms of this
Clause, which indicates the manner in which the Contractor undertakes to complete the
Works within the required time. Any proposal in the revised Programme to improve the rate
of progress shall include detailed information on the positive steps to increase production by
more and/or better labour and equipment being provided on the Site or by the available
labour and equipment being utilised more effectively or by carrying out activities in parallel.
In addition the Contractor will update his method statement.
Failure on the part of Contractor to work according to the Programme or revised Programme
shall be sufficient reason for the Employer to take steps as provided for in the Conditions of
Contract and shall be construed, as not executing the Works in accordance with the Contract.
The Contractor shall at all times keep a copy of his current/latest Programme prominently
displayed in his offices on site for ease of reference by all parties concerned.
The Engineer will not be obliged to consider any claim for an increase in the Contract Sum or
Extension of Time unless the above Programme and reports are properly maintained and
current at the time when the event giving rise to the claim took place.
The acceptance by the Engineer of any Programme shall have no contractual significance
other than that the Engineer would be satisfied if the work is carried out in accordance with
such Programme and that the Contractor undertakes to carry out the work in accordance with
the Programme.

Contractor’s Staffing
The Contractor shall have on the Site adequately qualified full time staff that have the ability
to develop and maintain a master programme and sub-programmes as required to plan and
manage the works.

Software

______________________________________________________________________
137
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

The Contractor’s Works programmes shall be written on the latest versions of Microsoft
Project for less complex Contracts or Primavera software for more complex projects. The
Contractor is to provide the Engineer with a copy of the software he chooses to use.

Pavement Layers
The Contractor shall plan and execute the work to complete sections of the pavement as work
proceeds. In this context, the pavement shall include sub-grade, improved sub-grade, sub-
base, base, surface seal or asphalt materials or any other layer that forms a part of the
pavement structure. As such, the Contractor must plan all pavement construction works in
sequence and in compliance with the details contained in the approved construction
programme. Failure to meet this requirement may result in the suspension of work on layers
that are inadequately protected or are undertaken out of sequence, until the issue has been
rectified to the satisfaction of the Engineer.

In order to reduce dust, the Contractor is to cover up crushed stone layers with either another
layer of stone or prime the stone within 48 hours of laying the stone.

Reporting Requirements

Weekly and Bi-Weekly Reports


The Contractor shall submit to the Engineer at the end of every week (or second week if so
directed by the Engineer) a report on the general progress of the Works including details as
specified in the template provided by the Engineer.
Monthly Progress Reports
Each month, within 3 working days of the last day of the period to which the report relates,
the Contractor shall submit a Monthly Progress Report in a format and media agreed with the
Engineer. The Contractor shall submit four hard copies, one editable soft copy and one closed
format soft copy, of the Monthly Progress Report. The Report shall indicate the progress and
financial status of the Works of the previous month. The report shall accurately estimate the
work completed on each activity shown on the accepted Programme. The Contractor’s
Monthly Progress Report shall include relevant progress photographs in a format to be agreed
with the Engineer. The Contractor shall agree with the Engineer and shall implement progress
control procedures. The Contractor’s progress report shall as a minimum identify:
1. Detailed Monthly Progress Report
 Executive summary of the month’s events.
 Total work progress at the end of the month with progress chart showing
progress achieved as a percentage against planned progress, also demonstrated
as S-curves, presenting early and late curves.
 Activities re-scheduled or re-estimated since the previous report.
 Activities completed since the previous report including dates of
completion.
 Activities added or deleted since the previous report.
 Major activities undertaken in the previous month with photographs attached.
 Major activities to be carried out in the next reporting period, and the effect on the
programme of the latest information available.
 Problem areas and proposed corrective measures.

______________________________________________________________________
138
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

 Request for Information (RFI) Summary/Status.


 Key decisions required from the Engineer.
 Submittals Summary/Status.
 Instructions Summary/Status.
 Defects Summary/Status.
2. Resources
 Contractor’s Organisation Chart.
 Staff returns for Design, Procurement and Construction.
 Labour returns including Sub-contractors.
 Plant returns.
 Materials delivered to Site.
 Schedule of source(s) of approved materials including those materials approved
during the Reporting Period and any materials whose source approval has
been cancelled during the Reporting Period.
3. Commercial
 Variation Summary/Status inclusive of costs.
 Materials on Site.
4. Financial
Value of Work completed during the reporting period and in aggregate to date,
also demonstrated as ‘S-Curves’ presenting earned value against earnings as
anticipated at contract commencement (earnings/cash flow submitted with
Programme of Works).
 Anticipated cash flow and estimated final cost at completion to be presented
monthly, although updated quarterly. The estimated cost at completion shall
include all variations (ordered and anticipated) and all significant changes in
quantities from the original BoQ contained in the signed Contract. Agreed or
anticipated claims for any additional costs shall be included in the cost at
completion report.
 Schedule of Warranties/Guarantees.
 Schedule of Insurance.
 Suppliers and Sub-contractors.
 Particulars of Suppliers/Sub-contractors.
 Sub-Contracts awarded in the previous month.
Progress meetings
Within 4 weeks of the Commencement Date of the Works the Contractor and the Engineer
will agree a schedule for weekly progress meetings covering the first 6 months of the Works.
The Contractor shall make himself available for any other meetings called for by the
Engineer outside the schedule.

1205 WORKMANSHIP AND QUALITY CONTROL


(a) General
Add the following at the end of the 1st paragraph of this sub-Clause:
The Contractor shall erect and maintain on site a suitably equipped and staffed laboratory for
undertaking all regular material and workmanship tests throughout the contract period.

______________________________________________________________________
139
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

The Contractor’s laboratory personnel must be suitably qualified to perform their duties
professionally. The laboratory manager must be a qualified materials technician/technologist
with at least 10 years applicable experience.
The rest of the laboratory personnel shall consist of at least the following:
 Laboratory technicians 3
 Laboratory assistants 10
 Laboratory labourers 6

All costs of materials testing and process control testing, other than that specified in the Special
Specifications or BoQ, shall be included in the rates

1206 THE SETTING OUT OF WORK AND THE PROTECTION OF


BEACONS
Delete the 1st sentence in the 10th paragraph beginning “The Contractor shall check....” and
replace with the following:

The Contractor and Engineer shall jointly check and verify the coordinates and levels of all
reference and level beacons and shall be confident that they have not been displaced and are
true in regard to position and level. These data shall be compared with the data provided on
the drawings or in schedules.
Add the following at the end of the 12th paragraph ending “....satisfactorily checked.”:

After confirmation of the accuracy of beacons, the Contractor shall stake the road and, jointly
with the Engineer, verify the accuracy of ground levels shown on the drawings by taking
cross sections at 100m intervals. The Contractor shall also at the same time identify any
obstacles to constructing the works (buildings, utilities), record the same and inform the
Engineer. Construction work may only commence once the Engineer’s approval to the
staked line and verified levels has been obtained for the proposed sections of work. The
process of staking the roads and verification of all levels and identification of all obstacles for
the full road length shall be completed within 6 months of the Commencement Date. Failure
to complete this work within the specified time may lead to a 3,000,000 UGX per day penalty
being imposed which shall be deducted from monies due to the Contractor.
Add the following to the final paragraph of this Clause:

Similarly no additional payment will be made for costs associated with the provision of
additional staff and equipment (which may require renting the equipment at the contractors
expense in the first instance) for himself and the for Engineer to ensure completion and
agreement is reached for all survey work full length of the project within 9 months of the
Commencement Date; or additional reference beacons, staking of the road and verification of
levels, the taking of cross-sections or for other survey work necessary to complete the Works
as specified. The Contractor’s rates shall also include full compensation for the provision of
all survey equipment and assistants for himself to undertake and the Engineer to take control
measurements during the construction of the Works.

1208 METHODS OF MEASUREMENTS


(c) Measurement of completed Works

______________________________________________________________________
140
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Delete the 2nd paragraph and replace with the following:

Measurement in the vehicle shall only be allowed if specifically so described hereinafter.

1209 METHODS OF PAYMENT


(c) The meaning of certain phrases in payment Clauses
(i) Procuring and furnishing (material)
In the 6th line of this sub-Clause, insert the words “and duties,” after the words “all tax,.”
1213 CONTRACTOR’S ACTIVITIES IN RESPECT OF PROPERTY
OUTSIDE THE SITE BOUNDARY AND OF SERVICES MOVED,
DAMAGED AND ALTERED
(b) Agreements with Owners or Legal Users of Property
Add the following at the end of this sub-Clause:

The Site comprises those places where the permanent works are to be carried out, being areas
within the designated site boundary. The Contractor shall not be liable to pay compensation
for the occupation and/or use of the land comprising the Site.
Any references elsewhere in the General Specifications to ‘road reserve’ shall be understood
as references to ‘the Site’.
1216 PROTECTION OF THE WORKS AND REQUIREMENTS TO BE
MET BEFORE CONSTRUCTION OF WORK
(c) Drainage
Delete this sub-Clause and replace with the following:

(c) Drainage and dealing with water


The Contractor shall be responsible for dealing with water, whether from existing drainage
systems, watercourses, underground springs, precipitation, the new drainage system, or any
other source or causes. In discharging and diverting water he shall avoid flooding or
damaging other works, services, or existing properties causing erosion and/or polluting
watercourses.
The Contractor shall keep the whole of the Works free from water and shall provide all dams,
cofferdams, pumps, piles, shoring, temporary drains, sumps etc. necessary for this purpose.
The Contractor shall not block existing drainage and where his works affects existing
drainage he provides temporary drainage.
Well in advance of commencing the permanent Works, the Contractor shall at his own
expense, cut drains and ditches and carry out any other measures necessary to effectively
drain the original ground and/or shall programme his Works such that the necessity of
temporarily draining the original ground is partially or totally obviated by working in the dry
season.
The Contractor shall, at his own expense, take all necessary precautions to prevent damage
due to erosion and siltation during construction. Precautions will include temporary drainage
berms, scour checks, riprap and the like. Spoil material or stockpile material shall be

______________________________________________________________________
141
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

dumped, so as not to interfere with streams, watercourses or any of the drainage works
detailed by the Engineer.
On cessation of the works each day, the surface of each completed layer shall be trimmed, so
that ponding and concentration of surface run-off does not occur. Should any water
accumulate on any part of the Works either during construction or after construction until the
end of the Defects Notification Period, giving rise to soaking or eroding conditions, the
Engineer may order the Contractor to remove and replace, at the Contractor’s expense, any
material or Works that have been so affected.
Any damage to the Works or to adjacent land and properties resulting from the Contractor’s
failure to take the necessary precaution shall be made good at the Contractor’s expense.

1221 USE OF EXPLOSIVES


Add the following at the end of the 1st paragraph:

The Contractor shall appoint a responsible person or persons to order and receive explosives
and to be responsible for all blasting activities.
The Contractor shall obtain all necessary permits and pay all necessary fees for the
acquisition, storage and use of explosives and explosive devices. He shall submit full details
in writing to the Engineer at least 48 hours in advance of blasting and obtain approval in
writing for each occasion when he intends to use explosives, such details to include without
limitation the date and time of the blast, the size of charge, method of firing, and protective
measures to be adopted.
Notwithstanding the above such approval shall not relieve the Contractor from any of his
liabilities or responsibilities to ensure that blasting operations are carried out in safe manner
and in full compliance with all relevant statutory obligations.
In the 3rd paragraph replace “SECTION 3300” with “SECTION 3400”.
Add the following at the end of this Clause:

The Contractor shall store explosives and detonators in separate secure locations and in
accordance with statutory requirements and to the approval of the Engineer.
The Contractor shall provide a properly equipped secure vehicle, which shall be maintained
in good condition, for the transportation of explosives. Explosives and detonators shall not
be transported at the same time in the same vehicle.
The Contractor shall provide an approved system of warning the public (including road
traffic) and all site personnel of an impending blast by both audible and visible means and
shall ensure that the blasting area at risk to personnel is cleared of all personnel immediately
prior to blasting.
Warning blank detonations shall be used to scare away any wildlife. These shall consist of
two warning detonations. The first shall be given five minutes prior to the blast; the second
shall be given 20 seconds prior to the blast.
The Contractor shall take all necessary measures to protect personnel and property and to
prevent any fragments due to blasts from being projected in a dangerous manner.

______________________________________________________________________
142
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

If blasting is to be carried out in the vicinity of overhead electrical power cables the
Contractor shall check for stray electric currents at the blasting site prior to commencing
charging. If blasting is to be carried out at locations which are likely to cause damage to
structures/properties in the vicinity, controlled blasting measures as approved by the Engineer
shall be adopted.
The Contractor shall keep a current inventory of all explosives and explosive devices
obtained and used and shall submit a monthly report to the Engineer, detailing the usage and
current holding of all explosives and explosive devices by date and location.
Records must be kept by the Contractor of all drilling and blasting operations showing whole
diameters, drilling pattern, explosive charge and type per hole, detonator delay times and total
charge per blast. These records must be submitted to the Engineer on completion of
charging. Care shall be taken that no unexploded cartridges, are allowed to remain in the
excavation. Careless or indiscriminate use of explosives will result in the Engineer
withdrawing permission for their use and under such circumstances the Contractor shall
resort to other methods of excavation.
When forming final cut faces, pre-splitting blasting techniques shall be carried out to ensure
that blasting damage to the cut face is minimized. Details of the pre-splitting techniques to
be used shall be notified to and approved by the Engineer in advance of the blasting
operation.
Care shall be taken during all blasting operations to ensure that stability of adjacent cutting
slopes and natural hillsides is not in any way impaired. Particular care in this respect shall be
taken if blasting operations take place during the rainy season.

1223 HANDING OVER THE SITE


Delete this Clause and replace with the following:

The width of road reserve is generally 50 metres, 25.0 metres either side of the road centerline
except in built-up areas where this width may be reduced. In very deep cuts or fills the road
reserve width may be increased to accommodate the works. The handing over of the Site will in
general include the land within these right-of-way limits, subject to the requirements of the
’Survey and Valuation Maps‘. However, any property or crops found within the road reserve
shall be preserved by the Contractor unless affected by the permanent works, in which case the
Contractor shall notify the Engineer at the earliest possible time. Any work affecting such
property or crops may only be commenced after obtaining the Engineer's authorisation.
The whole of the site may not be available for handing over upon commencement of the
works due to unforeseen delays in the acquisition of buildings and parts of the land within the
Right of Way and the requirement to allow owners a period of six months to vacate buildings
on premises that have been acquired.
All land that has been acquired shall be made available to the contractor as soon as possible
in reasonable portions to enable the contractor to operate economically with a minimum
length of 5 kilometres in any one section where the sections may be in any part of the site, not
necessarily next to each other.
The Employer undertakes to hand over a minimum of 30% of the land required for the
permanent works within 3 months of commencement of the project, and the balance within a
period of 18 months from commencement of the project.

______________________________________________________________________
143
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Where individual or groups of properties or land remain occupied after commencement of the
project, the contractor may seek the approval of the Engineer and opt to work around these
properties in order to improve the efficiency of the programme but such work around
occupied properties must not create unnecessary disturbance to the occupiers or be construed
as aggressive or threatening behaviour or conduct.
The Contractor is to note that additional land acquisition may prove necessary during the
course of the project. The Contractor shall assist the Engineer identify the locations and seek
approval from the Engineer to survey and prepare all documentation to evaluate the property
and obtain approval to the acquisition from the Chief Government Valuer. Payment for these
services including compensation may be made by the contractor and reimbursed under the
Provisional Sum contained in sub-Item 12.01(b).

1224 HAUL ROADS


Add the following at the end of this Clause:

Where the Contractor constructs bypasses, haul and/or construction roads at his own initiative
for accommodating construction traffic, he shall construct and maintain them at his own cost
and in accordance with details previously agreed with the Engineer, in writing. Such roads
shall be obliterated and their surfaces properly reinstated when no longer required, all at the
Contractor’s own cost. The Contractor shall have the right to use public roads, including
bypasses open to public traffic, but where his own traffic causes damage or wear to such
roads or constitutes a condition hazardous to public traffic, the Engineer shall have the right
to regulate the Contractor’s traffic over such public roads and bypasses and require the
Contractor to provide, at his own cost, such maintenance, including wearing-course gravel
and watering, as in the Engineer’s opinion will be necessary in addition to that which would
be required to maintain the bypasses properly when not used by the Contractor’s construction
traffic. Where regulation of the Contractor’s traffic does not alleviate the traffic hazard
satisfactorily or the maintenance of the bypasses cannot be or is not properly executed, the
Contractor shall, where conditions permit, divert his traffic over construction roads provided
and maintained at his own cost.

1226 ACCESS TO CONTRACTOR'S RECORDS, MONTHLY SITE


MEETINGS AND PROGRESS PHOTOGRAPHS
Delete the last sentence of the 2nd paragraph and replace with the following:

Such meetings will be held for evaluating the progress of the Contract and for discussing
matters pertaining to the Contract which any of the parties represented may wish to raise.
Such meetings are not intended for discussing matters concerning the normal day-to-day
running of the contract. Additional to the meetings mentioned above, the Contractor or his
Authorised Representative shall attend monthly meetings, on the site, with the representative
of the Engineer, at the dates and times to be determined by the Engineer. Such meetings will
be held to discuss matters of a more technical nature, or any such matter which any of the
parties may wish to raise.
Delete the 3rd and 4th paragraphs and replace with the following;
The Contractor and Engineer shall jointly make photographic and other records of the
surfaces and condition of the Site as agreed by the Engineer immediately prior to entering the

______________________________________________________________________
144
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Site for the purpose of constructing the Works. The records must include all work sites
including borrow pits, quarries, campsites, water sources etc. The Contractor shall send a
signed hard colour copy of these records to the Engineer under their letterhead along with a
digital copy of the records on compact disc or similar.
After Commencement of the Works the Contractor shall take monthly progress photographs
for the duration of the Contract as agreed with the Engineer. These shall be in an approved
digital format and shall be forwarded to the Engineer on compact disc or similar.
All photographs provided by the Contractor shall be labelled in a manner approved by the
Engineer with the following data:
 Project name and reference number
 Date of exposure (automatically recorded on the photograph)
 Photograph identification number, brief description, chainage, location and
direction of view.
The Contractor shall also provide and maintain digital cameras, complete with charging
facilities approved software for labelling/cataloguing record photographs and compact disc
for preparing back-up records, for the use of the Engineer for the duration of the contract.
The progress photographs referred to shall be taken by digital camera with minimum 10 million
pixels and a minimum of 300 dpi for printing. The Employer shall hold the copyright of all these
photographs which shall not be used for any other purpose without the approval of the Employer.
No separate measurement or payment shall be made in respect of compliance with the
provisions of this Section of the Specification. The Contractor shall be deemed to have made
allowance for such compliance with these provisions in the preparation of his prices for items
of work included in the Bills of Quantities and full compensation for such compliance will be
deemed to be covered by them.

1229 EXTENSION OF TIME ARISING FROM ABNORMAL


RAINFALL
Delete the definition of Nw and replace with the following:

Nw = Actual number of days during the calendar months which a rainfall of y mm or above has
been recorded by the Meteorological Department of the Ministry of Water, Lands and
Environment, at the station closest to the Site, or from a source agreed to in writing by the
Engineer.
Delete the 11th paragraph beginning with "The total extension of time ….." and replace with the
following:
The total delay that will be taken into account for the determination of the extension of time for
the contract shall be the algebraic sum of the monthly totals for the period under consideration.
But if the grand total is negative, the time for completion shall not be reduced. Extensions of time
for part of a month shall be calculated using pro rata values of Nn and Rn. The total extension of
time for any calendar month shall not exceed (Nc - Nn) calendar days, where Nc = number of days
in the month under consideration on which work may be executed in accordance with the
provisions of the Conditions of Contract and/or Specifications.
Delete the 14th paragraph beginning with "Information regarding existing rainfall…" and replace
with the following:

______________________________________________________________________
145
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Data for Nn and Rn for each calendar month is given in Table 1229/1 below. The Contractor shall
allow in his Programme for the number of Rain days above 10 mm (Nn) for each calendar month.
Table 1229/1 Average values of Nn and Rn for Namalu (station closest to project road)
Month Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec
Nn 1 1 4 3 2 1 0 3 3 4 4 2
Rn 50 52 109 97 86 24 22 73 120 144 119 58

Table 1229/2 Average values of Nn and Rn for Kangole (station closest to project road)
Month Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec
Nn 2 3 4 4 3 1 1 1 3 4 3 2
Rn 84 87 114 117 101 20 23 54 94 130 109 70
The Contractor shall erect rain gauges, one at each principal area of the road where work is in
progress. Rain gauges shall be jointly read, and rainfall data recorded, by representatives of the
Contractor and the Engineer, at 08:00hrs each morning. Extension of time shall be based on
rainfall recorded by the gauge nearest the area where work is in progress. Where work is being
undertaken adjacent to more than one weather station/rain gauge, the extension of time due to
rainfall shall be the average of the extensions calculated from records for each rain gauge station.
In determining extension of time, the Engineer may, at his discretion, take into consideration
rainfall data supplied by the Department of Meteorological Services from the weather station
nearest to the site.
It must be noted that the extension of time resulting from abnormal rainfall shall not be
regarded as an event for which additional compensation can be claimed. This means that no
additional payments whatsoever will be made, including no additional payments under time-
related obligations, regardless of the length which the contract period may be extended due to
abnormal rainfall.

1234 ROADS AND SITE TO BE KEPT TIDY


Add the following to this Clause:

The project road is defined as the road included in the Contract Documents and the
contractor is responsible for maintenance of this road from the Commencement of the
Contract whether or not the section of the site has been handed over to the Contractor.
In particular the Contractor shall maintain the whole length of the project road,
including all drainage, to at least the same level of service as existed at the
commencement of the contract but as a minimum to allow the safe passage of all vehicles
at a minimum speed of 40 km/h.
This applies to those areas of the existing road where the Contractor has not completed
permanent works and are to be maintained by the contractor and/or as instructed by the
Engineer and kept to the standard specified throughout the duration of the contract.
The Engineer shall, at the commencement of the contract take pertinent photos and a
video of the whole road which will be used as a reference for the condition of the road
and drainage on contract award. The Contractor will be given the opportunity of
accompanying the Engineer when he takes the photos/video and he will receive a copy of
the photographic records from the Engineer.

______________________________________________________________________
146
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

A pay item has been included in the Bills of Quantities for maintenance of the existing
road and the Bidders shall enter a price for this obligation which will cover these
maintenance operations.
In addition the Engineer may order that the Contractor carries out a grading operation
on the existing carriageway to bring back the shape of the road or to effect necessary
repairs to allow safe passage of all vehicles at a minimum speed of 40 km/h. A pay
item has also been included for such eventuality.
The Contractor shall comply strictly with all specifications for maintenance of existing
project roads as instructed by the Engineer. Should the contractor fail to comply with the
provisions of this clause, the Employer shall deduct USh 500,000 per day for each kilometre
of non-compliance from monies due in the next interim payment certificate until the non-
compliance(s) is corrected.
The continued failure or refusal by the Contractor to maintain the existing road at the proper
time, or to take the necessary precautions for the safety and convenience of public traffic as
required by statutory authorities or as instructed by the Engineer, shall be sufficient cause for
the suspension of a portion of the Works as determined by the Engineer until all provisions
prescribed have been complied with to the satisfaction of the Engineer.
The imposition of the above penalty will not preclude the Engineer from stopping the works
until the matter is rectified should the Contractor continuously disregard his instructions or
should he feel the situation warrants this measure for safety reasons. Should the Engineer
stop the works for any reason related to non compliance with the Specifications on
accommodation of traffic or maintenance of the existing project road, there will be no
compensation for any costs incurred by the Contractor as result of such stoppage, nor will
there be any extension of time granted as a result.
1236 SAFETY
Add the following at the end of the 1st paragraph:

Photographs of each accident shall also be included in the report. The Engineer has the right
to conduct any or all enquiries, either on Site or elsewhere, as to the causes and consequences
of any such accident.
1238 MEASUREMENT AND PAYMENT
Re-number this Clause as Clause 1239

Add new Clause 1238:

1238 DISPUTES REVIEW BOARD


In accordance with Clause 20 of the General Conditions of Contract, the Conditions of Particular
Application and any such related sub-Clauses, and/or any Annexure concerning the Disputes
Review Board's rules and procedures contained in the contract, the Contractor shall make all
payments to Disputes Board Members within 30 calendar days of receipt of the Members'
invoices.
The Contractor shall thereafter submit such invoices to the Engineer and include one-half of
the amounts of such invoices in his monthly statement submitted in accordance with sub-Clause

______________________________________________________________________
147
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

14.3 of the General Conditions of Contract. The Employer shall pay such Contractor's
invoices within the time stipulated in the contract for other payments to the Contractor by the
Employer.

1239 MEASUREMENT AND PAYMENT


Delete Item 12.02 and replace with the following:

ITEM UNIT
12.02 RELOCATION OF SERVICES
(a) ARRANGE AND PAY FOR REMOVAL AND/OR PROVISIONAL SUM
ALTERATION TO SERVICES PROVIDED BY AGENCIES
FOR ELECTRICITY SUPPLY, WATER SUPPLY OR
TELECOMMUNICATION SERVICES
(b) CONTRACTOR’S OVERHEADS AND PROFIT AS A PERCENT (%)
PERCENTAGE OF SUB-ITEM 12.03(a)

The rate entered under sub-Item 12.02 (b) shall include full compensation for all the Contractor’s
responsibilities in respect of services as specified in sub-Clause 1202(a).

Add new Items 12.03 and 12.04 as follows:

ITEM UNIT
12.03 MAINTENANCE OF EXISTING ROAD
(a) CONTRACTOR TO MAINTAIN EXISTING ROAD MONTH
(b) ADDITIONAL GRADING OF EXISTING ROAD AS KILOMETRE (km)
INSTRUCTED BY THE ENGINEER

The monthly payment shall be for the Contractor to maintain the existing road and all
drainage in accordance with the Engineer's instructions in order to retain the road in a
condition that existed prior to contract commencement or as improved by the additional
grading at the commencement of Contract as described below.
Should the Engineer instruct that additional grading is necessary to achieve an
acceptable road condition at the commencement of the Contract, the Contractor will be
paid per kilometre as item 12.03 (b) above.

Additional grading includes shaping the existing gravel road, bringing loose material
back to the road from the slopes and ditches if instructed by the Engineer; shaping by
motor grader or equivalent equipment approved by the Engineer, watering and
compacting the material. There shall be no potholes and the surface shall be such as to
allow light vehicles to travel at a nominal speed of 50kph, geometry permitting.

ITEM UNIT
12.04 DISPUTES REVUE BOARD
(a) PAYMENT FOR EMPLOYER’S SHARE OF THE COST PROVISIONAL SUM
OF THE DISPUTES REVUE BOARD

______________________________________________________________________
148
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

(b) CONTRACTOR’S OVERHEADS AND PROFIT AS A PERCENT (%)


PERCENTAGE OF SUB-ITEM 12.04(a)

SECTION 1300 CONTRACTOR'S ESTABLISHMENT ON SITE AND


GENERAL OBLIGATIONS

1302 GENERAL REQUIREMENTS


(a) Camps, constructional equipment and testing facilities
Add the following after the 1st paragraph of this sub-Clause:

Adequate potable water supplies must be guaranteed by the Contractor to all personnel working
on the Works and to the local people if their access to water is hindered by the Works.
Add the following as the last paragraph of this sub-Clause:

In addition to the construction equipment required by the Contractor to carry out the Works, he
shall provide a weighbridge at each quarry site prior to stone being transported from that quarry
for inclusion in the Works. Each weighbridge shall be capable of weighing trucks to an
accuracy of +2% and it shall provide a printed output with lorry number and weight, the print-
outs being handed to the Engineer at the end of each day. Print-outs for rock being dumped in
pioneer layers and swamps shall be handed to the Engineer’s staff on site at the time of
dumping.
(e) Legal and contractual requirements and responsibility to the public
Add the following at the beginning of this sub-Clause:

The Contractor shall supply both the Engineer and the Employer with an authorised copy of the
Conditions of Contract for Construction (Multilateral Development Bank Harmonised
Edition, Version 3: June 2010).

1304 MEASUREMENT AND PAYMENT


Delete Clause 1304 and replace with following:

ITEM UNIT
13.01 CONTRACTOR’S GENERAL OBLIGATIONS
(a) FIXED OBLIGATIONS LUMP SUM
(b) TIME RELATED OBLIGATIONS MONTH

Payment of the sums tendered for items 13.01(a) and (b) shall, for the two sub items together,
include full compensation for all the Contractor’s charges in respect of the following items,
collectively termed the ‘Contractor’s General Obligations’:
complying with the requirements of the General Conditions of Contract and Section 1200 of
the Specifications, including the effecting of insurance and providing the sureties
required.

______________________________________________________________________
149
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

setting up and maintaining his organisation, camps, accommodation and construction plant on
the site and their removal on completion of the Contract.
The lump sum tendered under Sub-item 13.01(a) above shall represent full compensation for
fixed part of the Contractor’s general obligations (i.e. that part which is substantially fixed
and is not a function of the time required for the completion of the Contract). This lump sum
shall not be subject to variation.
Payment of the lump sum will be made in three instalments, as follows:
(1) The first instalment, 50% of the lump sum, will be paid in the first payment certificate after
the Contractor has met all his obligations under this Section and has made a substantial start
on construction in accordance with the approved Programme.
(2) The second instalment, 35% of the lump sum, will be paid when the value of the work done
reaches one half of the tendered amount, excluding contingencies and price adjustments in
terms of the General Conditions of Contract.
(3) The third and final instalment, 15% of the lump sum, will be paid when the Works have
been completed and the Contractor has fulfilled all the requirements of this Section 1300.
Before any payment is made under this sub-Item, the Contractor shall satisfy the Engineer that he
has provided camps and constructional plant of good quality on the site, the value of which
exceeds that of the first instalment.
The Contractor may also be required to furnish documentary proof that he owns the camps and
construction plant on the site, the value of which shall exceed that of the first instalment. In the
event of the Contractor not being able to satisfy the Engineer as to the ownership of the camps and
constructional plant, the Engineer shall have the right to withhold parts of any payments to be
made.
The tendered rate per month for sub-Item 13.01(b) represents full compensation for that part of the
Contractor’s general obligations which are mainly a function of construction time such as general
site and office overheads, profit, financing costs, risks, legal and contractual responsibilities,
insurances and sureties, plus other costs and obligations of a general nature which are not
specifically measured for payment under any other item(s) of payment.
The tendered sum will be paid monthly, pro rata for parts of a month, from the date on which the
Contractor has received a written instruction, in terms of the General Conditions of Contract, to
start the work until the end of the period for completion of the Works, plus any extension thereof
as provided for in the General Conditions of Contract, provided that:
(a) should the Works be certified as having been completed before the contractual date for
completion of the Works, the Contractor will then be entitled to payments in regard to the
unexpired period for completion;
(b) should the progress of the Contractor in terms of the value of work done be in arrears in
regard to his approved original Programme, payments in respect of this item may be limited
to payments for the period which, in his original Programme (after suitable adjustments in
respect of the extension of time granted), correspond to the actual value of work done.
The adjustments specified in sub-Item (b) above will be made only if the value of the work or the
period for completion were to change and it is agreed that such adjustments will be in full
settlement of the changed compensation for amended general obligations.
The sum of sub-Items 13.01(a) and 13.01 (b) must not exceed 15% of the total Tender Sum.

______________________________________________________________________
150
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

SECTION 1400 ENGINEER'S ACCOMMODATION AND


ATTENDANCE UPON ENGINEER AND HIS/HER SITE PERSONNEL

1402 FACILITIES FOR THE ENGINEER


(a) General
Add “telephone lines” between “electricity” and “sanitary installations” in the 3rd paragraph
of this sub-Clause.

(e) Services
Add the following at the end of item (iii) of this sub-Clause:

The Contractor is also required to provide an uninterrupted power supply to the Engineer’s
offices, laboratories and housing. For this purpose at least one 15 Kva (minimum), 3-phase
diesel-driven generator with a 12-hour fuel capacity will be required fitted with an automatic
start up, changeover switches and wiring connection to the offices and laboratory. The
motor-alternator shall be suitable to maintain the voltage so that it will not deviate by more
than plus or minus 5% from the normal voltage, and will maintain the frequency so that it
will not deviate from the nominal frequency by more than plus or minus 2 Hz over the entire
load range from 0% to 100% of full load.
The Contractor shall bear the costs of supply of all fuel, lubricants, spare parts and
maintenance for this generator during the full contract period.
The generator will revert to the Contractor upon completion of the contract.

Add the following at the end of this sub-Clause:


(vii) The Contractor shall pay all charges associated with installation, subscription and
consumption of public utilities (water, electricity and telephone).
1403 HOUSES FOR THE ENGINEER
(a) General
Delete the last sentence in the final paragraph and replace with the following new
paragraphs:

The Contractor shall be responsible for providing temporary fully furnished accommodation
in the form of suitable rental or hotel accommodation for the Engineer and his/her staff and
the HIV/AIDS Nominated Service Provider(s) from the date of Notice to Commence the
Works until the houses specified in the contract are completed and available for habitation.
This temporary accommodation shall be of a standard at least equal to that to be provided in
the permanent housing.
If the temporary accommodation provided be in a hotel then the Contractor will be responsible
for payment of subsistence costs such as food and laundry. If the temporary accommodation
provided be rental accommodation then the Contractor will not pay subsistence costs for food
and laundry but will pay housekeeper/service costs for each rental property.
The rate for providing, maintaining and paying all rents and services for temporary
accommodation paid to the Contractor in Pay Item 14.01(e)(i) shall be deemed to cover all the

______________________________________________________________________
151
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Contractor’s costs of such alternative accommodation prior to completion of the specified


housing. Temporary accommodation shall be provided for the Engineer and support staff until
the housing specified in the contract is completed but reimbursement to the Contractor will only
be made for the first 3 months after the Notice to Commence the Works.
Should the Engineer have to appoint additional staff to monitor the work of the Contractor in
terms of Clause 1412 of the Special Specifications, the Contractor shall not be reimbursed under
Pay Item 14.01 (j) for accommodation or other costs (or additional vehicle costs) for such staff.

(b) Siteworks for “Engineers Compound”


In the 2nd sentence of the 1st paragraph, add “and multiple accommodation units” after “The
Type I, II and III houses”.

1404 OFFICE FOR THE ENGINEER


(a) General
Delete the 4th paragraph of this sub-Clause and replace with following:
Adequate electric lighting shall be provided in each room of the office building together with
sufficient power points to supply all of the office equipment.
The office building shall be provided with dedicated internet access fitted into the office building
for the sole use of the Engineer along with multiple internet connections in all offices. The
reliability and band width provided must be such as to allow efficient uninterrupted use of the
various management systems the Employer uses over the web to manage contracts on site.
Dedicated telephone lines shall be provided and the Contractor shall supply mobile telephones as
requested by the Engineer for his staff and pay all costs associated with the use of these mobile
telephones.
The Contractor shall pay all charges associated with connecting and establishing telephone and
internet access, the supply of electricity and, if necessary, an incoming power line, and shall
further pay all electricity and telephone consumption by the Engineer for the duration of the
Contract.

In the 5th paragraph of beginning with "The Contractor shall provide.....", delete "parking area"
and replace with "shaded parking area".

Add the following at the end of this sub-Clause:


The Contractor shall be responsible for providing temporary serviced office facilities for the
Engineer and his/her staff and the HIV/AIDS Nominated Service Provider(s) from the date of
Notice to Commence the Works until the office specified in the contract is completed and
available for use.
Acceptable temporary office facilities might be the lounge area of a large house or conference
room of a hotel. There should be room to accommodate 10 chairs and desks to be supplied by
the Contractor if not already available in the temporary facility and there shall be mains
electricity and flush toilets. All shall be to the approval of the Engineer.
The rate for providing, maintaining and paying all rents and services for the temporary office
entered in Pay Item 14.01(e)(ii) shall be deemed to cover all the Contractor’s costs of such
temporary office prior to completion of the specified office. The temporary office shall be
provided for the Engineer and support staff until the office specified in the contract is completed

______________________________________________________________________
152
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

but reimbursement to the Contractor will only be made for the first 3 months after the Notice to
Commence the Works.

(b) Construction
Delete the 1st paragraph of this sub-Clause and replace with the following:

The Contractor shall provide and erect for the duration of the Contract a site office for the
exclusive use of the Engineer’s staff.
The office building shall comprise an area of approximately 180 m2 with internal access to the
following rooms:
 1 single person office of minimum 15 m2
 1 reception office of 12 m2
 5 single person offices of minimum 10 m2 each
 4 double/triple person offices of minimum 15 m2 each
 1 meeting room of minimum 20 m2
 2 store rooms of minimum 5 m2 each
The office building shall in addition be equipped with flush toilets and kitchen facilities. The
kitchen area shall be provided with a fixed table for hot plates, sockets for hot plates and
refrigerator and a steel sink with running water.
The building shall be constructed with a minimum of 2.8m internal headroom, and be complete
with ceiling, linoleum tiled or wooden floor, and a covered veranda around the entrance to the
office. The rooms shall be adequately ventilated and lighted.
The layout of the office building shall be as shown on the drawings unless otherwise approved by
the Engineer.

(c) Furniture and Equipment


Delete this sub-Clause and replace with the following:

The Contractor shall supply new furniture and equipment for the offices of the Engineer and his
staff as detailed in Table C1404/1. All furniture and equipment shall be of a make and quality
approved by the Engineer.

TABLE C1404/1: OFFICE FURNITURE AND EQUIPMENT

No. Description Quantity


Meeting table, minimum 3.6 m x 1.5 m, with 8 chairs 1
Desk, minimum 1.8 m x 0.9 m, with lockable double chest of 8
drawers
Desk, minimum 1.5 m x 0.75 m, with lockable single chest of 10
drawers
Tables with smooth flat top, minimum 1.8 m x 0.9 m 4
Table for printers and scanner, minimum 1.2 m x 0.6 m 3
Swivel type sturdy and comfortable desk chairs 18

______________________________________________________________________
153
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

No. Description Quantity


Visitors chairs 10
Table lamps 20
Waste paper baskets 18
White board with accessories 6
Wall boards 2.4 m x 1.2 m 12
Steel filing cabinets, 1300 mm high, 460 mm wide and 600 mm 10
deep, each fitted with four lockable drawers on runners.
Steel general purpose lockable cabinets with shelves with at 10
least 1.5 sq.m. shelf area
Steel drawing cabinets suitable for storing all contract drawings 2
Drawing board for A1 drawings including draftsman's stool 1
Filing trays 18
Desktop with Core 2 Duo, 3.0 GHz processor or higher, 12
multiscan 21” SVGA colour monitor (low radiation), random
access memory of min 4GB, a CD/DVD reader/writer (min
52xspeed), Network Card 10/100/1000 and a hard disk with a
capacity of 320 Giga bytes. The computer shall have two serial
ports, one parallel port, and four USB ports and be supplied
with a mouse. A voltage regulator and emergency power
interrupt unit (UPS) with 30 minutes duration shall also be
supplied. All of the above is to be supplied to the satisfaction of
the Engineer. The tendered amount shall include for the
maintenance of the computers throughout the Contract period.
Desktop with a Core 2 Duo 3.0 GHz processor or higher, 2
multiscan 24” SVGA colour monitor (low radiation), random
access memory of min 4GB, a CD/DVD reader/writer (min
52xspeed), Network Card 10/100/1000 and a hard disk with a
capacity of 320 Giga bytes. The computer shall have two serial
ports, one parallel port, and four USB ports and be supplied
with a mouse. A voltage regulator and emergency power
interrupt unit (UPS) with 30 minutes duration shall also be
supplied. All of the above is to be supplied to the satisfaction of
the Engineer. The tendered amount shall include for the
maintenance of the computers throughout the Contract period.

______________________________________________________________________
154
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

No. Description Quantity


19 Laptop computer with a 17” XTFT colour screen, an i3 Core 4
3.0 GHz processor or higher, EISA Bus, IDE controller,
random access memory of min 4GB, a CD/DVD reader/writer
and a hard disk with a capacity of 400 Giga bytes minimum.
The computer shall have one parallel port, four USB ports and
be supplied with a mouse. A separate multiscan 24” SVGA
colour monitor 1024 x 768 resolution, 70 Hz refresh rate, ET
400 graphics card and a 201 keyboard shall also be provided
with necessary adaptor cable. The tendered amount shall
include for the maintenance of the computers throughout the
Contract period.
All desktop and laptop computers shall be supplied with the
latest version of the following fully licensed software:
Windows 7 Professional or later version
MS Office 2010 or later version
Approved virus detection software with update support
Latest version of MS Project for Windows
AutoCAD 2006 for Windows or Microstation for
Windows
Road design software compatible with the design or as
approved by the Engineer (2 licences only with disc(s)
and dongles)
Software package for downloading and processing of
survey data compatible with the surveying instruments
used.
20 Laser printer with speed of 15 pages per minute and a 2
resolution of 1200x1200 DPI having carriage for up to A3
paper, plus stationery for the duration of the Contract.
21 Desk top hard drive for data storage with capacity up to 500 10
Gb, including USB connections
22 Photocopier with copy size up to A3, capable of reducing or 1
enlarging between A3 and A4, plus paper and other supplies for
the duration of the Contract.
23 A4 size laser colour printer 1
24 Facsimile transmitting machine (approved by the Engineer) 1
25 AO Plotter, Hewlett-Packard Design Jet 750 type or approved 1
similar type, including provision of paper, inks and
maintenance of the machine for the duration of the Contract.
26 Scanner resolution 2400 DPI size A4 or similar approved by 2
the Engineer
27 Electronic calculators 12
28 Handheld GPS (Garmin GPSMAP 76C) or equivalent 3

______________________________________________________________________
155
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

No. Description Quantity


29 Digital camera, min. 10.0 mega pixels and minimum 2 6
number 2 GB memory card
30 Binding machine 1
31 Paper punches 12
33 Paper staplers 12
34 Rain gauges 3
35 Thermometer (max/min) 2
36 First aid and snake bit kit 2
37 Fire extinguishers (dry type) 8
38 Ceiling fans or portable fans as agreed with the Engineer 9
39 Air conditioners, 12,000 BTU/hr 9
40 Safe, min. size approx. 0.8 m x 0.5 m x 0.4 m, to be concreted 1
in place (either wall or floor mounted) complete with lock and
keys.
41 Refrigerator (minimum 120 litres) 1
42 Twin hot plates 1
43 Electric kettle 2
44 Water filters 2
45 Thermos jugs, 4.5 litres capacity 18
46 Set of plates, cups and glasses for 36 persons plus cutlery 1

The site office shall have connections to potable water and electricity supplies, with both
providing constant sources of water and power. The Contractor shall be responsible for cleaning
and maintaining the offices and toilets and shall provide soap, towels and all necessary fittings and
cleaning materials.

1407 VEHICLES FOR THE ENGINEER AND EMPLOYER


Add the following at the end of the 1st paragraph:

The Contractor shall supply a qualified driver to the Engineer’s approval for each of the vehicles
supplied to the Engineer. A driver will also be required for each station wagon supplied for use by
the Employer, but drivers are not required for double cab pick-ups for the Employer.
Add the following vehicle type to be supplied in the 2nd paragraph list:
(iii) 4 Wheel Drive Pickup with single cabin with a minimum engine capacity of 2.5 litres
Add the following after the 3rd paragraph:

______________________________________________________________________
156
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

The Contractor shall also provide and maintain new motorcycle for the Engineer. They shall have
4 stroke petrol engines with capacity of at least 150cc.. The motorcycles shall each be supplied
with two high quality motor cycle crash helmets and two reflective vests. The requirements for
vehicles specified in the first paragraph of this Clause shall also apply to motorcycles.

1408 ATTENDANCE UPON ENGINEER


(a) Staff
Add the following 2nd paragraph to this sub-Clause:

The Contractor may be required to pay the salaries of up to twelve support staff for the
Engineer. Such staff are likely to comprise Laboratory Technicians, Assistant Surveyors,
Site Inspectors etc. The Engineer shall interview, contract, manage and pay such staff and
shall claim back the salaries of the staff from the Contractor, for which a provisional sum is
included in the Bills of Quantities.
(b) Stationary
Add the following to this sub-Clause:

All equipment provided shall be kept fully serviceable by the Contractor at all times. The
Contractor shall repair/replace any defective equipment within 3 (three) days of notification
by the Engineer or his staff. The Contractor shall also provide all paper (including special
quality photo paper), photocopier toner, laser printer toner cartridges, colour and black ink
cartridges, re-writable CDs and DVDs, CD/DVD sleeves and storage containers required by
the Engineer. Supplies for toner, ink, etc. are to be from the original manufacturer.
(d) Payment
Add the following at the end of this sub-Clause:

However, where the Engineer instructs the Contractor to make payment to or to reimburse the
Engineer for his support staff referred to in sub-Clause (a), such payments will be reimbursed to
the Contractor through pay item 14.14.

1409 PROVISION OF SURVEY EQUIPMENT


Delete Table 1409/1 and replace with the following:

TABLE C1409/1: SURVEY EQUIPMENT TO BE PROVIDED TO THE ENGINEER


Number
Item
Equipment to be Remarks and accessories
No.
Supplied
1 Total Station Leica 1 No. Plus accessories including onboard, downloading
TC 1201 or and processing Software, internal battery and
approved equal charger with connection cables. Hard cover
carrier case for the Total Station
2 Data Recorder 1 No. With charger unit, including downloading and
data processing software
3 External batteries 2 No. For the Total Station supplied.
and charger

______________________________________________________________________
157
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Number
Item
Equipment to be Remarks and accessories
No.
Supplied
4 Car Charger for 1 No. Including 4m long cables for connecting to the
external battery 12V car battery
5 Digital Level 2 No. Plus accessories including tripods, internal and
Instrument external batteries and chargers, hard cover carrier
case.
6 Prisms 6 No. Compatible Tilting Super Prisms and carrier bags
7 Traverse targets 3 No. With adopters for the prism
8 UHF FM 2-way 2 pairs Plus accessories including batteries and charger
Portable Radios
9 Optical Square 3 No. With carrier case
10 Tribrachs 4 No. With optical plumb, circular level bubble and
rotating adaptors
11 Prism Poles 4 No. 3.6m telescopic detail pole with attached bubble
and carrier cases
12 Metal Levelling 4 No. Aluminium 5m-Invar Staves with bubble and
Staves - 5m long canvas covers
13 Ground plate 2 No. Ground plates for stable positioning of the
levelling staves
14 Tripods 4 No. Compatible adjustable Tripods
15 Vertical Bubbles 6 No. Universal levelling bubble
16 Precision Measuring 1 No. Precision measuring wheel with folding grip for
Wheel distance measuring in the field. Shockproof
counting mechanism fitted over the measuring
wheel.
17 Steel Tape 50m 3 No. Nylon Clad steel open-reel tapes
18 Steel Tape 30m 4 No. Nylon Clad steel open-reel tapes
19 Metal Pocket steel 20No.
tapes (5m)
20 Steel tape repair kit 1No. With carrying case punch and eyeleting tool, long
and short eyelets and assortment of un-graduated
steel tape pieces.
21 Ranging Rods 2.0m 18No. 0.5m Red and White coloured point- jointed rods.
long Metallic and joinable
22 Pole and staff stand 2 No. Tripod like stand capable of holding poles and
(holder) staves vertically
23 Collapsible Safety 10 No. For road safety
Traffic Cones
24 Compass 2 No. with a highly resistant case

______________________________________________________________________
158
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Number
Item
Equipment to be Remarks and accessories
No.
Supplied
25 Steel Hammers (4kg 3 No. 2 No. Sledge hammers 2kg weight and 1No. 4kg
and 2kg) sledge hammer
26 Reflective Road 12 No.
Safety Vests
27 Vehicle mountable 1 No. With adapters and cable
Flashing road light
28 Scientific Calculator 4 No.
29 First Aid Kit 2 No. With first aid stuffs
30 Marking Paint 1doz White spray paint in cans(inverted marking paint)
31 Survey Field Books 50 No. With Hard Cover
32 Marking Chalk To be supplied when required
33 Surveying Umbrella 3 No. Umbrella for protecting of the level from
obstructing light. Large diameter with carrying
bag, dismountable poles and guy ropes.
34 Pangas 6 No. Normal garden pangas or Machete
35 Gum Boots 8 pairs
36 12" Triangular 3 No. Scale to be determined by the Engineer
Architects’ Scale,
Plastic
37 Permanent Markers Red and Blue Markers. To be supplied when
Pens and Colour required
Roll Flagging tape.
38 Safety Hard Hat 10No.
39 3 metre straight edge 3 No
and wedges
In addition to the above, the following Item No. 40 shall also be supplied.
Equipment Specification
A set of Dual Frequency Rapid static (phase) Not more than
GPS receivers (1 Base and Static mode after initialization Horizontal: 5mm + 0.5 ppm
2 Rovers) with accessories (rms)
and software, RTK Vertical: 10mm + 0.5 ppm
facilities and accessories. (rms)
Onboard, downloading and Kinematic (phase) Not more than
processing Software,
Moving mode after initialization Horizontal: 10mm + 1 ppm
internal and external
(rms)
battery and chargers with
connection cables. Hard Vertical: 20mm + 1 ppm (rms)
cover carrier cases Not more than
Static (phase) with long observations Horizontal: 5mm + 0.5 ppm
(rms)
Vertical: 10mm + 0.5 ppm

______________________________________________________________________
159
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

(rms)
Not more than
Static and rapid static (phase) Horizontal: 5mm + 0.5 ppm
(rms)
Vertical: 10mm + 0.5 ppm
(rms)
Not more than
Kinematic (phase) Horizontal: 10mm + 1 ppm
(rms)
Vertical: 20mm + 1 ppm (rms)

All the above survey equipment shall be of a make and quality approved by the Engineer and shall
be supplied to the Engineer within one month of the Notice to Commence the Works. If not
supplied on time, the Contractor shall hire equipment at his own expense for use by the Engineer
as a temporary measure so that the joint survey specified in Clause 1206 is not delayed.

1410 LABORATORY FOR THE ENGINEER


(a) General
Delete this sub-Clause and replace with the following

The Contractor is to provide a mobile laboratory for the sole use of the Engineer. Four
number 20 ft (approx 6m) container are to be provided and fitted out as noted below to hold
the listed laboratory equipment. The Contractor is to submit drawings for the layout of
the four 6m containers for the approval of the Engineer, two number containers for the
testing equipment, one number container is to be provided for storage and one number
container is to be provided for office space.
All containers are to be rust free, newly painted inside and outside with an appropriate heavy
duty paint (colour to be agreed with Employer, in good working order with a new heavy duty
fitted floor and to be fitted out as specified below. The layout is to cater for all bitumen and
soils testing as agreed with Employer prior to fitting. The design of all external fittings to be
such they can be dismantled for ease of transport.
Each of the three containers, unless noted otherwise, is to include:-
 4 watertight windows with steel security grill
 1 additional watertight steel door fitted with locks
 For 2 containers only, steel workbench made from 6 mm steel plate with welded
supporting ribs as necessary on steel support frame suitable for heavy working
conditions 1200mm wide and up to 6m long in total (may be more than one
section). Bolted to one side of the container with 2 wooden shelves fitted on
adjustable supports above workbench. All steel edges to be ground and free from
sharp edges or corners with timber pieces fitted to provide protection to staff using
the workbench. 2 additional work benches are to be provided and bolted to the
outside of the container.
 Eyelets to be fitted to hold down all equipment in transit
 2 No. 0.5 cu m heavy duty steel containers with steel locked cover on wheels for
storage of equipment

______________________________________________________________________
160
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

 6 No. double electric power points, 2 number power plugs suitable for electric
ovens, fluorescent strip lighting full length of container on three switched circuits,
suitable electric power board fitted with earth leak detection plus connections for
main electricity and a generator. All electrics to be fitted in accordance with
Ugandan regulations.
 1 No. power generator suitable to run all electrics housed in a sound absorbing
housing
 1 No. split air conditioners suitable to cool each container
 1 No. electric extractor fans minimum 300mm
 2 No. rotating electric fans minimum 300mm
 2 No. stools
The office container is to include:
 2 No. steel desks 1200mm long fitted with three drawers and 2 swivel chairs on
wheels
 2 No. steel lockable 4 drawer filing cabinets
 1 No. steel lockable cupboard at least 1200mm wide and 1800mm high fitted with
shelves
The storage container is to include:
Heavy duty shelving full height and length both sides for storage of samples each
weighing in the order of 25 kg
Hard standing areas
The four containers are to be lined up parallel with 4 metres space between each container
and 3m at each end creating a concrete walkway across one end of the row and 5 concrete
areas 3m wide over the full length of the containers.
Container and hard standing is to be raised up so as to avoid flooding from rain with suitable
drainage provided for rain and for washing of soil etc.
Provide also:
 2 No. 1000 litre water tanks on steel frame fixed to the top of a container to
provide suitable head of water. Frame to be bolted to allow ease of erection and
dismantling.
 1 No. heavy duty wash tank/basin with taps and waste water pipes
 Water pipes to be provided to hard standing areas
 Galvanised steel sheeting supported by steel frame on steel posts to be provided to
extend between the containers and beyond the ends of the two end container in
order to provide suitable shade both to the container and an area of hard standing
3m wide full length of two containers. Welded steel support frame and posts to
have bolted connections for ease of erection and dismantling. All steel parts to be
suitably painted in same colour and paint as the container.
 Provide hard standing as appropriate for project work at each location as above.

Set up and Demobilisation


The Contractor is to locate the mobile container in an approved safe and secure location. The
Contractor is to pay all rentals, security costs, insure the equipment and container against
loss and damage.

______________________________________________________________________
161
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

The equipment is to be calibrated by the appropriate Ugandan Standards Bureau and to be


maintained in good condition. All broken equipment is to be replaced.
When the mobile laboratory and equipment is to revert to the Employer on completion of the
Works (see Table 1412/1), then the Contractor shall pack all sensitive and breakable
equipment into appropriate shock resistant boxes and stored in the container. All equipment
is to be tied down. The mobile laboratory to then be moved to a location agreed with the
Employer, which may be anywhere in Uganda. The container to be placed on supports but no
erection of equipment is required.

(b) Testing equipment, materials and testing standards


Delete the last paragraph of this sub-Clause and replace with the following :

The equipment and apparatus shall permit the execution of the AASHTO, ASTM, SABS and BS
standard tests mentioned in these Special Specifications. Such tests include, but are not
necessarily limited to, those summarised in Table C1410/2, Table C1410/3 and Table C1410/4
below. However, testing equipment shall not be provided for specialised tests indicated with an
asterisk in the tables. Such specialised tests may be performed at authorised testing institutes
approved by the Engineer.

TABLE C1410/2: APPLICABLE STANDARD TESTS FOR SOILS, GRAVEL AND CEMENT
TREATED MATERIALS
CMLNo. Name of Test Test Method
1.1 Moisture Content BS1377:Part 2:1990
1.2 Liquid Limit (Cone Penetrometer) BS1377:Part 2:1990
1.3 Plastic Limit & Plasticity Index BS1377:Part 2:1990
1.4 Linear Shrinkage BS1377:Part 2:1990
1.5 Particle Density Determination - Pyknometer BS1377:Part 2:1990
1.6 Bulk Density for undisturbed samples BS1377:Part 2:1990
1.7 Particle Size Distribution - Wet sieving BS1377:Part 2:1990
1.8 Particle Size Distribution - Hydrometer Method BS1377:Part 2:1990
1.9 Compaction Test - BS Light and BS Heavy BS1377:Part 4:1990
1.10 CBR Test - One point method BS1377:Part 4:1990
BS1377:Pt 4 & TMH1
1.11 CBR Test - Three point method method A8
TABLE C1410/2: APPLICABLE STANDARD TESTS FOR SOILS, GRAVEL AND CEMENT
TREATED MATERIALS (CONTINUED)
CMLNo. Name of Test Test Method
1.20 Compaction Test - Stabilised Materials Ditto above
1.21 UCS of Stabilised Materials Ditto above
1.22 Initial Consumption of Lime - ICL BS1924:Part 2:1990
1.23 Density of Soil In-place by Sand Cone Method AASHTO T 191
1.24 Density of Soil In-place by Nuclear Method AASHTO T 238

TABLE C1410/3: APPLICABLE STANDARD TESTS FOR AGGREGATES AND CONCRETE


CML No. Name of Test Test Method

______________________________________________________________________
162
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

2.1 Moisture Content of Aggregates BS812:Part 109:1990


2.2 Relative Density and Water Absorption BS812:Part 2:1975
2.3 Sieve Tests on Aggregates BS812:Part
103.1:1985
2.4 Flakiness Index (FI) and Average Least Dimension BS812:Sect.
(ALD) 105.1:1989
2.5 Elongation Index BS812:Sect.
105.2:1990
2.7 Ten Percent Fines Value (TFV) BS812:Part 111:1990
2.9 Los Angeles Abrasion Test (LAA) ASTM C535-89
2.10 Sodium Soundness Test (SSS) * ASTM C88-90
2.11 Slump Test BS1881:Part
102:1983
2.12 Making of Concrete Test Cubes BS1881:Part
108:1983
2.13 Concrete Cube Strength BS1881:Part
116:1983
2.14 Quality of Water to be used in Concrete * BS3148
2.15 Polished Stone Value * BS812:Part 114
2.16 Soluble Chloride Content * BS812:Part 117
2.17 Organic Impurities in Sands for Aggregate AASHTO T 21
2.18 Clay Lumps and Friable Particles in Aggregates AASHTO T 112

TABLE C1410/3: APPLICABLE STANDARD TESTS FOR AGGREGATES AND CONCRETE


(CONT)
2.19 Sand Equivalent AASHTO T 176
2.20 Cement Content AASHTO T211
2.21 Washable Particles ASTM C 117

TABLE C1410/4: APPLICABLE STANDARD TESTS FOR BITUMINOUS MATERIALS


CML No. Name of Test Test Method
3.1 Preconditioning of Bitumen Samples Prior to NPRA 014 test 14.511
Mixing or Testing
3.2 Density of Bituminous Binders ASTM D70-97
3.3 Flash and Fire Point by Cleveland Open Cup ASTM D92-90
3.4 Rotating Thin-Film Oven Test (RTFOT) AASHTO T 240
3.5 Guide for the laboratory Evaluation of Modified AASHTO PP 5
Asphalt Systems
3.6 Guide for Grading or verifying the Performance AASHTO PP 6
Grade of an Asphalt Binder
3.7 Selection of Asphalt Binders AASHTO PPX

______________________________________________________________________
163
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

3.8 Specification for Penetration Graded Asphalt AASHTO M20


Cement
3.9 Specification for Viscosity Graded Asphalt Cement AASHTO M226
3.10 Practice for Accelerated Aging of Asphalt Binder AASHTO PP1
Using a Pressurized Aging Vessel (PAV)
3.11 Practice for Sampling Bituminous Material AASHTO T40
3.12 Solubility of Bituminous Materials in Organic AASHTO T44
Solvents
3.13 Method for Flash and Fire Points by Cleveland AASHTO T48
Open Cup
3.14 Method for Water in Petroleum Products and AASHTO T55
Bituminous Materials
3.15 Test Method for Effect of Heat and Air on Asphalt AASHTO T179
Materials (Thin-Film Oven Test)
3.16 Kinematic Viscosity of Asphalts AASHTO T201
3.17 Viscosity of Asphalts by Vacuum Capillary AASHTO T202
Viscometer
3.18 Test Method for Determining the Flexural Creep * AASHTO TP1
Stiffness of Asphalt Binder Using the Bending
Beam Rheometer (BBR)
3.19 Test Method for Determining the Fracture * AASHTO TP3
Properties of Asphalt Binder in Direct Tension (DT)
3.20 Test Method for Determining Rheological *
Properties of Asphalt Binder Using a Dynamic
Shear Rheometer (DSR)
3.21 Penetration of Bituminous Materials ASTM D5-86
3.22 Softening Point Test ASTM D36-70
3.23 Ductility ASTM D113-86
TABLE C1410/4: APPLICABLE STANDARD TESTS FOR BITUMINOUS MATERIALS (CONT.)
3.24 Viscosity Determination using Brookfield Thermosel ASTM D4402-91
Apparatus
3.25 Density and Water Absorption of Aggregates ASTM C127-88
Retrieved on a 4.75 mm Sieve
3.26 Density and Water Absorption of Aggregates Passing ASTM C128-88
the 4.75 mm Sieve
3.27 Calibration of Glass Pycnometers (0.5-1 litre) NPRA 014 test 14.5922
3.28 Mixing of Test Specimens; Hot Bituminous Mixes NPRA 014 test 14.5532
3.29 Determination of Maximum Theoretical Density of ASTM D2041-95 and
Asphalt Mixes and Absorption of Binder into D4469-85
Aggregates
3.30 Bulk Density of Saturated Surface Dry Asphalt Mix ASTM D2726-96
Samples
3.31 Bulk Density of Paraffin-Coated Asphalt Mix Samples ASTM D1188-89
3.32 Bulk Density of Asphalt Mix Samples, Calliper NPRA 014 test 14.5622

______________________________________________________________________
164
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Measurements
3.33 Calculation of Void Content in Bituminous Mixes ASTM D3203 and
AASHTO pp19-93
3.34 Indirect Tensile Strength Test AASHTO T 283 and
ASTM D3967
3.35 Determination of Binder Content and Aggregate ASTM D2172-88,
Grading by Extraction method B
3.36 Effect of Water on Bituminous Coated Aggregates, ASTM D3625-96
Boiling Test
3.37 Sand Equivalent AASHTO T 176
3.38 Short Term Ageing PP2-94
3.39 Gyratory Compaction TP4-93
3.40 Distillation of Cut-back Asphaltic Products AASHTO T 78 and
ASTM D 402
3.41 Moisture and Volatile Distillates AASHTO T 110 and
ASTM D 1461
3.42 Bulk Specific Gravity of Compacted Bituminous AASHTO T 166
Mixtures
3.43 Recovery of Asphalt AASHTO T 170
3.44 Kinematic Viscosity of Asphalts AASHTO T 201 and
ASTM D 2170
3.45 Viscosity of Asphalts by Vacuum Capillary AASHTO T 202 and
Viscometer ASTM D 2171
3.46 Degree of Pavement Compaction AASHTO T 230
3.47 Wheel Tracking Test * EN 12697-22
3.48 Refusal density test using gyratory compaction
technique
Note: Tests marked by asterisk may be carried out at authorised testing lab/institute approved by Engineer,
who may also accept manufacturer’s specifications and/or certificates of test results
Construction of the Permanent Works shall not be commenced before the Contractor has
established the independent laboratory for the Engineer as well as his own laboratory to the
satisfaction of the Engineer, including the relevant test equipment.

Engineer’s Laboratory Equipment


As stated above the equipment and apparatus shall permit the execution of the AASHTO,
ASTM, SABS and BS standard tests mentioned in these Special Specifications. Such tests
include, but are not necessarily limited to, those summarised in Table C1410/2, Table
C1410/3 and Table C1410/4
As a minimum the Contractor shall provide and maintain in an excellent state of repair the
laboratory equipment listed below in Table C1410/5. All equipment shall be a well known brand
as used and available in Western Europe.
However, this list may not be exhaustive and does not preclude the need for the Contractor to
provide such further equipment as is necessary in order for the Engineer to undertake any and
all testing procedures he so requires. Such equipment shall be of approved manufacture, and
shall be for the Engineer’s exclusive use. All equipment shall be ready to use and complete

______________________________________________________________________
165
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

to perform the tests. The laboratory equipment shall be purpose-made for use in soils testing
laboratories and shall comply with the relevant British (BS) or American (AASHTO/ASTM)
Standards. The equipment supplied, less consumable items used during the course of the
Works, shall be retained by the Employer upon completion of the Contract.
Any delays to the Contractor or the Contractor’s activities caused by the Engineer being
unable to perform survey work or field and laboratory tests due to the Contractor’s failure to
supply the scheduled equipment in timely fashion and/or to keep it adequately maintained
shall be deemed to have been caused entirely by the Contractor’s own actions, and any
consequence of such delays shall be interpreted accordingly. The Contractor shall also make
provision for the occasional use by the Engineer, as and when required, of any of the
scheduled equipment during the Defects Notification Period.

TABLE C1410/5: EQUIPMENT AND APPARATUS TO BE PROVIDED FOR THE ENGINEER’S


MOBILE LABORATORY

Mixing and Preparation Equipment


Mixing and Preparation Equipment (Cont)
20 Glass Marking Pencil 3 Ounce Tin Sample Boxes, dozen
1 Metal Thermometer, 0-100°C 2 Riffle Box with 15 mm slot width
6 Metal Thermometer, 0-240°C with 3 metal containers
2 Magnet Holder for Dial Indicator 2 Riffle Box with 25 mm slot width
1 Battery Filler with 3 metal containers
10 Rectangular Mixing Pans, 2 Wheel Barrow
600 mm square
10 Stainless Steel Mixing Bowl, Ovens and Hot Plates
300 mm x 250 mm 2 Stainless Steel Laboratory Oven, 100
liters
10 Stainless Steel Mixing Bowl, 2 Stainless Steel Laboratory Oven, 240
liters
220mm x 110 mm 3 Hot Plate, 6” Square
5 Round Aluminum Pan, 1 Burner Gas
300mm x 50 mm
15 Square Tin Pan, 500 mm x 350 mm
1 Straight Edge, 300 mm

TABLE C1410/5: EQUIPMENT AND APPARATUS TO BE PROVIDED FOR THE ENGINEER’S


MOBILE LABORATORY (CONTINUED)
Scales and Balances Sample Preparation Equipment
2 Heavy Duty Solution Balance, 1 Hydraulic Sample Ejector
20 Kg Capacity ± 1 g 1 Soil Mortar
1 8-12 Kg Capacity Electronic Balance, 1 Soil Pestle
± 0.1 g 1 Paraffin Warmer (2 qts.)
1 5-8 Kg Capacity Electronic Balance, 1 Sealing Paraffin (50 lbs.)
± 0.1 g 1 Cone Mould and Tamping Rod, set
1 200-300 g Capacity Electronic Balance, 1 Density Basket

______________________________________________________________________
166
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

± 0.01 g
2 Buoyancy Balance, 6 Kg x 0.1g Aggregates (BS 812-Complete set)
2 Flakiness Gauge
Classification Equipment (BS1377) 30 Sodium/Magnesium Sulfate salt, Kg
2 Complete Liquid Limit Set (Casagrande ) 1 Los Angeles Abrasion Machine
2 Plastic Limit Set Complete complete with all accessories
1 Pocket Penetrometer 1 Organic Impurities Test complete Set
1 Shrinkage Troughs 1 Aggregate Crushing Value complete
set
2 Shrinkage Limit Device Complete 1 Aggregate Impact Value Device –
complete
(with adequate quantity of mercury) 10 Aluminium trays (0.45 x 0.2 x
0.03m)

Specific Gravity Equipment (BS 1377) Field Density Test


(Coarse and Fine, also see Concrete Test Set) 4 25mm Steel Chisel
1 Pycnometer Top and Jar 4 Large Sand Scoop
4 Specific Gravity Bottles, 100ml. 10 Peg
3 Specific Gravity Bottles, 220-250 ml 4 Density Pack
4 Mixing Trowel
Compaction Equipment (as per BS 1377) 4 Rubber Mallet
3 Procter Rammer (2.5 Kg) 4 Field Density Plate
6 Procter Mould (1 Liter) 4 Sampling Spoon
5 Heavy Rammer (4.5Kg) 4 Sand Density Apparatus,
30 Ounce Moisture Content Cans, 50 ml complete with plastic jugs, set
2 Dozen Straight Edge, 12” 4 Plastic Jugs and one gallon field cans
6 12” Ruler Knife 4 Steel Hammer, 1 Kg
2 Vacuum air cleaner 1 Cylindrical Container for Sand
36 Complete set of CBR Moulds Calibration, H = 152, dia = 152
12 Swell Gauges 2 Troxler or similar nuclear density
testing
apparatus complete with
safety equipment

TABLE C1410/5: EQUIPMENT AND APPARATUS TO BE PROVIDED FOR THE ENGINEER’S


MOBILE LABORATORY (CONTINUED)
Concrete Testing Relative Density of Cohesionless
1 Concrete Measure ½ (cu. ft). Soils for Sand
4 Slump Cone, Set 1 Complete Relative Density Set.
4 Tamping Rod 220/50/1 ph A.C. (0.1 and 0.5 cu. ft.)
4 Straight Edge 1 Mixing Pan, 24 x 24 x 3” Deep

______________________________________________________________________
167
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

2 Folding Rule, 3 m 1 Portable Platform Scale


36 Cubic Moulds, 150x150x150 1 Straight Edge
1 2000 Kn. Capacity Testing Machine 1 Hoist, minimum lifting capacity, 125
kg.
1 Guard for above tester, Set
1 Cubic Specimen Capping Set Water
6 Concrete Curing bottle, 1 Quality of Water Test, complete Set
with Thermometer
2 Cyclap Concrete Capping Compound Sampling Bituminous Materials
- 100 lbs 24 1Qt. Sample Can
1 Concrete Test Hammer 24 1 Qt. Small Mouth Can
(Schmidt Hammer or equivalent) 6 Hubbard - Carmick
Specific Gravity testing Bottles
Sand Equivalent Test
1 Sand Equivalent Test Set Mechanical Analysis of Soils
10 Sand Equivalent Stock Solution 1 Hydrometer, ASTM 151 H
1 kg Bottle 4 Stopwatch 30 min., 1/5 sec.
1 Beaker Glass, 250 ml.
Moisture - Density Test (BS 1377) 6 Graduated Cylinder, 100 ml
1 CBR Loading Machine, electrical 1 High Speed Stirrer
5 Heavy Compaction Rammer (4.5 Kg) 3 Dispersing Agent, Kg
45 CBR Mould with all accessories
2 Slotted Surcharge Weight Penetration of Bituminous Materials
24 Surcharge Weight Bitumen Penetrometer (Automatic
2 Filter Screen and Hand Operated)
2 Trimming Knife, 6” Blade 12 Needles-Stainless steel or brass
4 Plastic Graduated Cylinder, 100 ml. Grade 440c
4 Plastic Graduated Cylinder, 200 ml. Containers-Metal or glass cylindrical
flat
4 Plastic Graduated Cylinder, 1000 ml bottom (tin boxes) 90ml capacity
10 Wash Bottle Water Bath
4 Small Sand Scoop Transfer dish for container
4 Flexible Spatula 6”. Blade 1” wide Thermometers for water bath
2 Sample Extruder Stop watch or electric timer
3 Collar, Detachable Heater-oven or hot plate
3 Tripod
2 Spacer Disc

TABLE C1410/5: EQUIPMENT AND APPARATUS TO BE PROVIDED FOR THE ENGINEER’S


MOBILE LABORATORY (CONTINUED)
Asphalt Concrete Testing Viscosity of Bituminous Materials

______________________________________________________________________
168
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

1 Bitumen extraction machine 1 Kinematic Viscometer (Complete)


(SMM type) 2 Thermometers
6 Beakers for above 1 Water Bath (Thermostatical)
As required solvent 1 Timer
2 Extractors
100 Cartridges for extractors Time of Setting of Hydraulic Cement
2 Bi-metal thermometer (0 – 300 0c) Scales
100 and 300mm 1 Weights, Set
2 Electrical thermometer (0 – 300 0c) Glass Graduate –
1 0.10m core drilling machine 200 or 250 ml capacity
with 12 core drills 1 Vicat Apparatus

Sampling and Testing Aggregate Testing


Bituminous Materials 1 Flakiness Sieves
12 0.5 ltr. Sample Can
12 0.5 ltr. Small Mouth Can Miscellaneous
1 Penetro-meter with 5 needles 1 Dynamic Cone Penetrometer (DCP)
1 Softening point devices 1 Spare DCP Set - Penetrometer Shaft
including heating and Hammer
1 Heavy Duty DCP set
Marshall Test (capable of 5m depth)
1 Bench Mixer, 15 lt. capacity 40 Spare cones (additional cones
2 Stirring Rod to be supplied as required)
1 Automatic Marshall compaction 1 Electric or petrol engine powered
light
machine with hammer and pedestal duty penetrometer on mobile
platform
12 Marshall compaction moulds complete capable of penetration to 15 m
depth,
As required filter paper for moulds to include toolkit, spare set of rods,
1 Automatic Compression Machine sampling tubes to collect
undisturbed
with flow and stability gauges samples, spares for engine, and
1 Sample ejecting device 40 spare cones (additional cones and
1 Stability Mould rods to be supplied as required)
1 Thermostatically controlled Standard 1 Piezometer
Water Bath to 60 deg. C 1 Cictran DCP 3.0 software package
fo
1 Refusal compaction equipment BS 594 for DCP
(Vibratory hammer) 5 Settlement gauges
1 Gyratory compaction equipment 2 Timing Device
full set including spares 1 ¾” Sample Splitter

______________________________________________________________________
169
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

TABLE C1410/5: EQUIPMENT AND APPARATUS TO BE PROVIDED FOR THE ENGINEER’S


MOBILE LABORATORY (CONTINUED)
Miscellaneous (Cont) Miscellaneous (Cont)
1 2” Sample Splitter 2 Sieve, 1.18 mm, 200 mm diam.
20 Laboratory Thermometer 2 Sieve, 1 mm, 200 mm diam.
6 Armoured Thermometer 2 Sieve, 0.600 mm, 200 mm diam.
10 Pair - Asbestos Gloves 2 Sieve, 0.425 mm, 200 mm diam.
10 Pair - Rubber Gloves 2 Sieve, 0.300 mm, 200 mm diam.
Sample Bags (number of bags to be 2 Sieve 0.212mm, 200 mm diam
supplied as required) 2 Sieve, 0.150 mm, 200 mm diam.
1 Trowel, Triangular blade 2 Sieve, 0.075 mm, 200 mm diam.
2 Deep Cement Pans, 18” X 18” X 3” 2 Sieve 0.063 mm, 200mm diam
1 Concrete Test Hammer 1 Mechanical Sieve Shaker
1 Chloride, Alkalinity and 2 English Ruler
Water Hardness, Set 2 Metric Ruler
1 Extra 200,000 lb 12” Capacity Gauge 2 Large Log Book
1 Gas or Kerosene - 3 Burner Stove 2 Pencil Sharpener
3 Pocket Calculators, Scientific 2 6” Protractor
2 Type 30° and 45° - 12” Triangle, Set 1 Assorted French Curve Set
2 Type 30° and 45° - 6” Triangle, Set 2 Claw Hammer
2 Rapidograph Lettering Set 2 Hammer for Pull up Nails
2 Set English Lettering Template (Plastic) 3 Dish Glass
12 Pocket Type Thermometers 3 6” X 6” Ground Plate Glass
25 - 125 F’, Set 2 Assorted Screwdrivers (Set)
2 200mm lid 6 Fire Extinguisher (Dry Type)
2 200mm receiver 6 Flash Light and Battery (Good
Quality)
2 300mm lid 6 15” Clip Board
2 300mm receiver 6 Cross Section Paper Pad
2 Sieve, 75 mm, 300 mm diam. 6 Table Brush
2 Sieve, 63 mm, 300 mm diam 1 10cm Coring Machine with set of
2 Sieve, 50 mm, 300 mm diam. extra bits
2 Sieve, 37.5 mm, 300 mm diam. 2 Vacuum Pump
2 Sieve, 28 mm, 300 mm diam. 12 Vacuum Pycnometers
2 Sieve, 20 mm, 300 mm diam. Plastic Tubing for Vacuum Line,
meter
2 Sieve, 14 mm, 300 mm diam. 3 Laboratory Tongs
2 Sieve, 10 mm, 300 mm diam. 2 Vernier Caliper
2 Sieve, 6.3 mm, 300 mm diam. 3 Brass or Copper Brush
2 Sieve, 5 mm, 300 mm diam. 3 Nailbrush (hard bristle)

______________________________________________________________________
170
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

2 Sieve, 4 mm, 300 mm diam. 3 Point Brush 20-50 mm


2 Sieve, 3.35 mm, 300 mm diam. 1 Point Brush 5-10 mm
2 Sieve, 2.36 mm, 300 mm diam. 1 Trolley
2 Sieve, 2.0 mm, 200 mm diam. 3 Refuse Bin

TABLE C1410/5: EQUIPMENT AND APPARATUS TO BE PROVIDED FOR THE ENGINEER’S


MOBILE LABORATORY (CONTINUED)
Miscellaneous (Cont) Consumables
1 Rain Gauge 100 Cooking gas in 15 kg cylinders
3 Shovel 400 Gunny sacks
3 Spade 2500 Plastic bag 900 x 450 mm 1000
gauge
3 Steel hammer, 2 Kg 2500 Plastic bag 300 x 450 mm 1000
gauge
1 Water Still 150 Filter paper 150 mm dia.
1 Rapid Moisture Apparatus, Set Whatman No. 5 (packs of 100)
2 Mobile weighbridge. Refer to UNRA 20 Filter paper 100 mm dia.
procurement reference number Whatman No. 5 (packs of 100)
UNRA/SUPPLIES/2008-9/00001/03 100 Cotton waste (or drying cloths)
kg.
for full specification Additional consumables to be
provided as required

Copies of the latest edition of the following Standard


Specifications and publications.
1 Set BS.812, complete set
1 Set ASTM’s consolidation of soils, testing and
evaluation.
1 Set BS.882, complete set.
1 Set BS.1377, complete set
1 Set AASHTO – Guide for designing of pavement
structures, Vol. 1 & 2
1 Set BS. 1881, complete set
1 Set BS.1924, complete set
1 Set BS594, complete set
1 Set BS5835, Part 1.
1 Set BS598, complete set
1 Set Standard Specification for Transportation
Material
and Methods of Sampling and Testing
(AASHTO)
Parts I and II
1 Set ASTM Volumes 04.01, 04.02 and 04.03

______________________________________________________________________
171
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

1 Set Additional standard as requested

Time for Erection of the Engineer’s Laboratory


The Engineer’s laboratory, laboratory office and kitchen complete with furniture and
equipment shall be provided within 3 months of the Notice to Commence the Works. Suitable
temporary facilities shall be provided by the Contractor for the Engineer’s laboratory staff until
the permanent facilities become available for use. However, the construction of any permanent
works will not be permitted until the Engineer’s laboratory building has been accepted by the
Engineer as complete and laboratory staff are able to function effectively with regard to the
proposed works to be undertaken.
Should the Contractor fail to hand over the offices and laboratories within the period specified,
the Engineer may make such alternative arrangements as he considers necessary. These
arrangements may include the use of rented accommodation and/or the hire or purchase of
caravans, portacabins, etc. and laboratory equipment to allow testing of the works. The
Contractor will be responsible for all costs of such temporary arrangements made by the
Engineer, including that of additional transport if required. While the Engineer’s Laboratory
remains incomplete:
(a) No payment will be made under Item 14.09(b), and
(b) 3% of Item 14.09(a) will be permanently deducted for each month or part thereof after
the first three months following the Notice to Commence the Works.

1411 MEASUREMENT AND PAYMENT


Re-number this Clause as Clause 1412. All references to “CLAUSE 1411” in this
SECTION 1400 should be changed to “CLAUSE 1412”.

Add new Clause 1411:

1411 ENGINEER’S NORMAL WORKING HOURS


The Engineer’s normal working hours are from 08:00 hours to 17:00 hours on Monday to
Friday and from 08:00 to 13:00 on Saturdays. Should the Contractor wish to execute work
which is part of the Permanent Works outside of the Engineer’s normal working hours he shall
gain approval from the Engineer before doing so. The work forming the Permanent Works
shall be supervised by the Engineer and hence should the Engineer approve that the Contractor
should continue his operations outside the Engineer’s normal working hours, the Contractor
shall make available and pay overtime for all staff provided by the Contractor to the Engineer
as well as reimburse the Engineer for overtime payments to his staff within 30 days of
receiving a request for payment from the Engineer. This request from the Engineer for
reimbursement shall include an additional 15% for administrative overheads.
Should the Contractor wish to execute work on a regular basis outside the Engineer’s normal
working hours or over an extended period, or on additional unprogrammed work fronts, the
Engineer, if he deems it to be necessary shall employ additional supervisory staff. The
Contractor shall reimburse the Engineer for the salaries, accommodation and any extra vehicle
or other costs incurred by the Engineer for such additional supervisory personnel within 30
days of receiving a request for payment from the Engineer. Administrative overheads shall be
included in this request for reimbursement.

1412 MEASUREMENT AND PAYMENT


______________________________________________________________________
172
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Delete this Clause and replace with the following:

The following Table 1412/1 lists provisions to the Engineer and to whom it reverts to on
completion of the Works. Payment is made under the ‘Provide’ sub-Item in all cases. The
following should therefore be deleted:
Clause 1403 Delete sub-Clause (a) General
Clause 1404 Delete 1st paragraph of sub-Clause (a) General
Clause 1405 Delete final paragraph
Clause 1406 Delete final paragraph
Clause 1407 Delete final paragraph
Clause 1409 Delete 2nd paragraph
TABLE 1412/1 : PROVISIONS TO THE ENGINEER
ITEM DESCRIPTION REVERTS TO
14.01 HOUSES INCLUDING FURNITURE EMPLOYER
14.02 OFFICES INCLUDING FURNITURE AND EQUIPMENT EMPLOYER
14.03 WASH HOUSE INCLUDING EQUIPMENT EMPLOYER
14.04 SITE CABIN INCLUDING FURNITURE AND CONTRACTOR
EQUIPMENT
14.05 4 WD STATION WAGON FOR THE ENGINEER EMPLOYER
14.05A 4 WD STATION WAGON FOR THE EMPLOYER EMPLOYER
14.06 DOUBLE CAB PICK-UP FOR THE ENGINEER EMPLOYER
14.06A DOUBLE CAB PICK-UP FOR THE EMPLOYER EMPLOYER
14.07 SURVEY EQUIPMENT EMPLOYER
14.08 LABORATORY EMPLOYER
14.09 LABORATORY EQUIPMENT EMPLOYER
14.11 SINGLE CAB PICK-UP FOR THE ENGINEER EMPLOYER
14.12 MOTORCYCLES FOR THE ENGINEER NOT APPLICABLE
14.13(d) MOBILE PHONES CONTRACTOR

ITEM UNIT
14.01 HOUSES FOR THE ENGINEER
(a) PROVIDE FULLY FURNISHED AND EQUIPPED TYPE I NUMBER (no)
HOUSE FOR THE ENGINEER
(b) PROVIDE FULLY FURNISHED AND EQUIPPED TYPE II NUMBER (no)
HOUSE FOR THE ENGINEER
(c) PROVIDE FULLY FURNISHED AND EQUIPPED TYPE III NUMBER (no)
HOUSE FOR THE ENGINEER
(d) PROVIDE FULLY FURNISHED AND EQUIPPED NUMBER (no)
MULTIPLE ACCOMMODATION UNIT FOR THE

______________________________________________________________________
173
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

ENGINEER
(e)(i) PROVIDE AND MAINTAIN FULLY FURNISHED MAN MONTH
TEMPORARY ACCOMMODATION FOR THE ENGINEER
(e)(ii) PROVIDE AND MAINTAIN TEMPORARY OFFICE FOR MONTH
THE ENGINEER
(f) MAINTAIN AND PAY ALL RENTS AND MUNICIPAL MONTH
SERVICES FOR TYPE I HOUSE
(g) MAINTAIN AND PAY ALL RENTS AND MUNICIPAL MONTH
SERVICES FOR TYPE II HOUSE
(h) MAINTAIN AND PAY ALL RENTS AND MUNICIPAL MONTH
SERVICES FOR TYPE III HOUSE
(i) MAINTAIN AND PAY ALL RENTS AND MUNICIPAL MONTH
SERVICES FOR MULTIPLE ACCOMMODATION UNIT

ITEM UNIT
14.02 OFFICE FOR THE ENGINEER
(a) PROVIDE FULLY FURNISHED AND EQUIPPED OFFICE NUMBER (no)
FOR THE ENGINEER
(b) MAINTAIN AND PAY ALL RENTS AND MUNICIPAL MONTH
SERVICES FOR OFFICE

ITEM UNIT
14.03 WASH HOUSE FOR THE ENGINEER
(a) PROVIDE FULLY FURNISHED AND EQUIPPED WASH NUMBER (no)
HOUSE FOR THE ENGINEER
(b) MAINTAIN AND PAY ALL RENTS AND MUNICIPAL MONTH
SERVICES FOR WASH HOUSE

ITEM UNIT
14.04 SITE CABIN/OFFICE FOR THE ENGINEER
(a) PROVIDE FULLY FURNISHED AND EQUIPPED SITE NUMBER (no)
CABIN/OFFICE FOR THE ENGINEER
(b) MAINTAIN AND PAY ALL RENTS AND MUNICIPAL MONTH
SERVICES FOR SITE CABIN/OFFICE

ITEM UNIT
14.05 FOUR WHEEL DRIVE STATION WAGONS FOR THE
ENGINEER

______________________________________________________________________
174
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

(a) PROVIDE VEHICLE FOR THE ENGINEER NUMBER (no)


(b) OPERATE AND MAINTAIN VEHICLES
(b)(i) TIME RELATED OPERATING AND MAINTENANCE MONTH
COSTS INCLUDING PROVISION OF A DRIVER
(b)(ii) TRAVEL RELATED OPERATING AND MAINTENANCE KILOMETRE (km)
COSTS FOR VEHICLE FOR THE ENGINEER

ITEM UNIT
14.05A FOUR WHEEL DRIVE STATION WAGONS FOR THE
EMPLOYER
(a) PROVIDE VEHICLE FOR THE EMPLOYER NUMBER (no)
(b) OPERATE AND MAINTAIN VEHICLES INCLUDING PROVISIONAL SUM
PROVISION OF DRIVER(S)
(c) CONTRACTOR’S PROFIT AND OVERHEADS AS A PERCENT (%)
PERCENTAGE OF SUB-ITEM 14.05A(b)
ITEM UNIT
14.06 FOUR WHEEL DRIVE DOUBLE CAB PICK-UPS FOR
THE ENGINEER
(a) PROVIDE VEHICLE FOR THE ENGINEER NUMBER (no)
(b) OPERATE AND MAINTAIN VEHICLES
(b)(i) TIME RELATED OPERATING AND MAINTENANCE MONTH
COSTS INCLUDING PROVISION OF A DRIVER
(b)(ii) TRAVEL RELATED OPERATING AND MAINTENANCE KILOMETRE (km)
COSTS FOR VEHICLE FOR THE ENGINEER

ITEM UNIT
14.06A FOUR WHEEL DRIVE DOUBLE CAB PICK-UPS FOR
THE EMPLOYER
(a) PROVIDE VEHICLE FOR THE EMPLOYER NUMBER (no)
(b) OPERATE AND MAINTAIN VEHICLES PROVISIONAL SUM
(c) CONTRACTOR’S PROFIT AND OVERHEADS AS A PERCENT (%)
PERCENTAGE OF SUB-ITEM 14.06A(b)

ITEM UNIT
14.07 SURVEY EQUIPMENT FOR THE ENGINEER
(a) PROVIDE SPECIFIED SURVEY EQUIPMENT FOR THE LUMP SUM
ENGINEER
(b) MAINTAIN SPECIFIED SURVEY EQUIPMENT FOR THE MONTH
ENGINEER

______________________________________________________________________
175
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

(c) PROVIDE LABOURERS FOR SURVEY MONTH

ITEM UNIT
14.08 MOBILE LABORATORY FOR THE ENGINEER
(a) PROVIDE LABORATORY FULLY FURNISHED FOR LUMP SUM
THE ENGINEER
(b) MAINTAIN LABORATORY FULLY FURNISHED FOR MONTH
THE ENGINEER

ITEM UNIT
14.09 LABORATORY EQUIPMENT FOR THE ENGINEER
(a) PROVIDE SPECIFIED LABORATORY EQUIPMENT FOR LUMP SUM
THE ENGINEER
(b) MAINTAIN SPECIFIED LABORATORY EQUIPMENT MONTH
FOR THE ENGINEER
(c) PROVIDE MISCELLANEOUS UNSPECIFIED PROVISIONAL SUM
LABORATORY EQUIPMENT
(d) CONTRACTOR’S PROFIT AND OVERHEADS AS A PERCENT (%)
PERCENTAGE OF SUB-ITEM 14.09(c)
(e) PROVIDE LABOURERS FOR LABORATORY MONTH

ITEM UNIT
14.10 HOTEL ACCOMODATION FOR THE ENGINEER AND
HIS/HER STAFF
(a) COST OF HOTEL ACCOMODATION FOR THE PROVISIONAL SUM
ENGINEER AND APPROPRIATE STAFF WHILST ON
OFFICIAL BUSINESS OUT OF STSTION
(b) CONTRACTOR’S PROFIT AND OVERHEADS AS A PERCENT (%)
PERCENTAGE OF SUB-ITEM 14.10(a)

ITEM UNIT
14.11 FOUR WHEEL DRIVE SINGLE CAB PICK-UPS FOR THE
ENGINEER
(a) PROVIDE VEHICLE FOR THE ENGINEER NUMBER (no)
(b) OPERATE AND MAINTAIN VEHICLES
(b)(i) TIME RELATED OPERATING AND MAINTENANCE MONTH
COSTS INCLUDING PROVISION OF A DRIVER
(b)(ii) TRAVEL RELATED OPERATING AND MAINTENANCE KILOMETRE (km)

______________________________________________________________________
176
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

COSTS

ITEM UNIT
14.12 MOTORCYCLES FOR THE ENGINEER
(a) PROVIDE MOTORCYCLE FOR THE ENGINEER NUMBER (no)
(b) OPERATE AND MAINTAIN MOTORCYCLES
(b)(i) TIME RELATED OPERATING AND MAINTENANCE MONTH
COSTS
(b)(ii) TRAVEL RELATED OPERATING AND MAINTENANCE KILOMETRE (km)
COSTS

ITEM UNIT
14.13 COMMUNICATION FACILITIES FOR THE ENGINEER
(a) PROVIDE LANDLINE TELEPHONE AND INTERNET LUMP SUM
ACCESS
(b) MONTHLY SUBSCRIPTIONS FOR LANDLINE MONTH
TELEPHONES AND INTERNET ACCESS
(c) LANDLINE TELEPHONE USAGE AND AIRTIME FOR PROVISIONAL SUM
MOBILE TELEPHONES
(d) PROVIDE MOBILE TELEPHONES PROVISIONAL SUM
(e) CONTRACTOR’S PROFIT AND OVERHEADS AS A PERCENT (%)
PERCENTAGE OF SUB-ITEMS 14.13(c) AND (d)

ITEM UNIT
14.14 SKILLS DEVELOPMENT AND KNOWLEDGE
TRANSFER
(a) PAYMENT FOR GRADUATE TRAINEE ENGINEERS PROVISIONAL SUM
(b) CONTRACTOR’S PROFIT AND OVERHEADS AS A PERCENT (%)
PERCENTAGE OF SUB-ITEM 14.14(a)

Payment for providing houses, offices, wash houses, site cabins, survey equipment, mobile
laboratories and laboratory equipment for the Engineer will be made on the following basis:
(i) 80% when the respective facilities are completed and accepted by the Engineer, fully
furnished and equipped.
(ii) 20% will be paid on completion of the works.
The rates entered for labourers under sub-Items 14.07(c) and 14.09(e) shall include for all
overtime as required by the Engineer.

Payment for vehicles, including motorcycles, will be made on the following basis:

______________________________________________________________________
177
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

(i) Payment for provision of vehicles will be made when the vehicle is received by the
Engineer fully equipped as specified in Clause 1407.
(ii) Operation and maintenance will be reimbursed both on a time related cost (e.g. tax,
insurance) and a travel related cost (e.g. fuel, lubricants, spares, servicing).

The bid rates for vehicles shall include for provision of the vehicle, all licensing, insurance,
fuel, lubricants, maintenance and repairs, drivers’ salaries overtime and allowances, and
replacement of the vehicles should this be considered necessary by the Engineer.
The station wagon(s) and double cab pick-up(s) for the Employer will be based in Kampala
and will be serviced there rather than on site. The Contractor shall arrange an account with
the main dealer for the make of vehicle supplied for servicing, repairs and maintenance of the
vehicle. The Contractor shall also arrange an account with a filling station in Kampala for
the supply of fuel for the vehicle. Reimbursement will be made under sub-Items 14.05A(b)
and 14.06A(b).

The Contractor shall pay the cost of hotel accommodation for the Engineer and his/her staff
on official duty trips away from the project. The Contractor will be reimbursed under Item
14.10 on submission of receipts duly signed by the Engineer.

The Contractor shall reimburse the Employer for the cost of graduate trainee engineers within
14 days of receipt of invoice. The Contractor shall be reimbursed under Item 14.14.

SECTION 1500 ACCOMMODATION OF TRAFFIC

1502 GENERAL REQUIREMENTS


(i) Public Services
Add the following at the end of this sub-Clause:

However, the Contractor’s attention is drawn to sub-Clause 1202(d) of the Specifications as


regards to relocation of existing services that, in certain instances, may only be relocated after the
Contractor has advanced sufficiently. The Contractor's Programme of Works must allow
sufficient time for relocation of such existing services.

Add the following new sub-Clause:


(j) Safety Officer
The requirement for a safety officer is specified in sub-Clause 1803(d). The Contractor shall
provide the safety officer with the necessary resources to enable him to carry out his duties
efficiently. The safety officer shall liaise directly with the Engineer regarding matters related
to the control of traffic.
The safety officer shall, inter alia, control and co-ordinate the movement of construction
vehicles, be responsible for training the Contractor's staff in terms of road safety, ensure that
reflective clothing is worn by all employees working on or near public roads, be responsible
for implementing actions requested by the traffic authorities with regard to the work to be
carried out, be responsible for the erection and maintenance of all traffic signs necessary for

______________________________________________________________________
178
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

the accommodation of traffic, ensure that all obstructions related to the Contractor's activities
are removed before nightfall every day, and ensure that the roads are safe for night traffic.
He shall also be available after hours if required to rectify problems or deal with emergencies.
The safety officer shall have specific responsibility in ensuring that temporary traffic
accommodation requirements comply with the Specifications
The safety officer shall ensure that the Contractor’s staff are fully trained regarding traffic
mobility and safety issues, and informed of the requirements of this clause before any road
closure is made.
1503 TEMPORARY TRAFFIC CONTROL FACILITIES
(a) Programme for control of traffic
Add the following at the end of the 1st paragraph of this sub-Clause:

In developing this Traffic Control Plan, the Contractor shall liaise with the police and the
competent national and local authorities to obtain information and data. The Engineer will
seek the consent of the Employer and other Authorities prior to giving his approval and the
Contractor shall not commence any operations that might interfere with the free movement of
traffic until such approval is granted.
Add the following bullet points at the end of this sub-Clause:

 Traffic-control signs shall be erected in accordance with the requirements of the


Traffic Police and to the satisfaction of the Engineer and in accordance with
“Safety at Roadworks, a Code of Practice”, MOHWC, July 2004.
 Provide improved refuges and arrangements for pedestrians, including appropriate
designed crossings.
 Provide safe visible area for road-side stalls, parking and pick-up areas for semi-
collective transport services.
 Limit speed to a maximum of 40 km/h within all working areas or as contained in
the Traffic Control Plan.

1504 CONSTRUCTION OF DIVERSIONS


(a) General
Add the following at the end of this sub-Clause:

The Contractor shall ensure that the legal axle load limit for Ugandan roads, or any other
limit(s) established for the project road(s), is not exceeded by his construction plant.
The Contractor shall give at least one month’s notice in writing of his intention to commence
construction of any detour/deviation along any section of the Works and such notice shall
include details of locations of any deviation, cross-overs, one-way traffic operations,
restricted widths, culverts, drainage, drifts, bridges, gradients in excess of 6%, earthworks,
signs, barriers, lights, traffic lights and methods of operation of the entire system. Upon
approval of such notice in writing from the Engineer, the Contractor shall become responsible
for the passage of traffic, including maintenance of the detour/deviation and the project road
in that section.

(b) Widths, gradient, camber

______________________________________________________________________
179
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Delete this sub-Clause and replace with the following:


If diversions for certain sections of the project road are proposed by the Contractor, the cleared
width of the diversion accommodating two-way traffic shall be not less than 9 m and they shall be
constructed to a formation width of 7 m. Where diversions consist of two separate one-way lanes,
the minimum cleared width and formation width of each lane shall be 6 m and 3.7 m respectively.
The temporary traffic diversions shall have a minimum horizontal radius of 30 metres and a
maximum gradient of 8 percent unless otherwise agreed to by the Engineer in exceptional cases.
Diversions shall be constructed to ensure the uninterrupted flow of public traffic and where the
installation of temporary drainage structures are required the flow area shall be at least equal to the
existing structure being replaced at the location.
Diversions shall be restricted to 2 km in length, and subject to the Engineer's approval, with
intervals of no less than 2 km between diversions.

1510 RIDING QUALITY AND MAINTENANCE OF DIVERSIONS AND


EXISTING ROADS USED AS DIVERSIONS
Add the following at the end of the 1st sentence in the 4th paragraph:

Regular watering, at least twice a day or more often if necessary, shall be carried out to minimise
the nuisance of dust.

Delete the last paragraph of this Clause and replace with the following:

Diversions shall be maintained to the satisfaction of the Engineer and to a standard that allows a
comfortable travelling speed of at least 40 km/h for all vehicular groups.

1512 ACCOMMODATION OF TRAFFIC WHERE THE ROAD IS


CONSTRUCTED IN HALF WIDTHS
Add the following to the end of the 1st sentence of the 2nd paragraph:

“........and the distance between such sections shall not be less than 2 km.”
Add the following to the end of the 2nd paragraph:

Unless clear vision can be maintained at all times between the staff operating the traffic control,
communication shall be established through radio systems (walkie-talkies). Where flagmen are
controlling traffic, the Contractor shall supply a movable, identifiable, raised plinth painted with
stripes and having a sun shade for the operator, from which the Stop-Go sign will be operated.

1515 PENALTY FOR FAILURE TO COMPLY WITH THESE


SPECIFICATIONS
Add the following as a 1st paragraph:

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

Add the following at the end of this Clause:


In addition, should the Contractor fail to comply with the provisions of Clause 1500 of the Special
and General Specifications, the Employer shall deduct USh 500,000 per day for each location of

______________________________________________________________________
180
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

non-compliance, until the non-compliance(s) is corrected, from monies due in the next payment
certificate.
The imposition of the above penalty will not preclude the Engineer from stopping the works until
the matter is rectified should the Contractor continuously disregard his instructions or should he
feel the situation warrants this measure for safety reasons. Should the Engineer stop the works for
any reason related to non compliance with the Specifications on accommodation of traffic, there
will be no compensation for any costs incurred by the Contractor as result of such stoppage, nor
will there be any extension of time granted as a result.

1516 MEASUREMENT AND PAYMENT


Delete this Clause and replace with the following:

Provisional quantities for signs and some equipment for diversion and/or lane closures have been
included in the Bill of Quantities. The Contractor is to provide, at his own expense, additional
traffic control equipment he may need to allow him to operate at any one time the number of
diversions or lane closures as required by his Programme.
In addition all other equipment such as traffic cones, stop/go signs, traffic lights, plastic marker
tape, reflectors, traffic barricades, pedestrian barricades etc, are to be provided by the Contractor
in order to ensure all traffic control is safe and to the satisfaction of the Engineer. These are to be
used and moved as and when appropriate throughout the period of road and drainage construction
to maintain safe driving and working conditions for the public, and the Contractor, on all parts of
the Site.
Add new Items 15.01, 15.02 and 15.03 as follows:
ITEM UNIT
15.01 ACCOMODATING TRAFFIC AND MAINTAINING MONTH
DIVERSIONS AND DETOURS

ITEM UNIT
15.02 TEMPORARY TRAFFIC CONTROL FACILITIES: MONTH
PROVISION OF FULL SET OF SIGNS AND TRAFFIC
CONTROL FOR:
(a) TYPE 1 CONTROL – HALF WIDTH WORKING NUMBER (no)
(b) TYPE 2 CONTROL – TEMPORARY ROAD SURFACE NUMBER (no)
(c) TYPE 3 CONTROL – 2 LANE DIVERSION NUMBER (no)
(d) TYPE 4 CONTROL – 2 SINGLE LANE DIVERSION NUMBER (no)
(e) TYPE 5 CONTROL – DETOURS NUMBER (no)

ITEM UNIT
15.03 PROVISION OF BARRICADES AND DELIEATIONAL MONTH
DEVICES:
(a) NEW JERSEY BARRIER NUMBER (no)
(b) DRUM NUMBER (no)

______________________________________________________________________
181
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

(c) DELINEATOR NUMBER (no)


(d) CONE NUMBER (no)

The bid rate for Item 15.01 is to include full compensation for accommodating traffic and
maintaining diversions, for moving the signs and barricades and delineation devices plus the
replacement of additional signs, barricades and delineation devices that are lost plus provision
of additional devices and /or equipment required by the contractor so he may undertake works
as planned. The rate includes roads constructed in half widths and existing roads used as
detours during construction and maintenance periods, but excluding maintenance and repair
work for which payment is specifically made under other pay items such as Item 12.03. The
bid rate shall include full compensation for the provision of communications equipment
required for regulating the traffic, arranging for the removal or relocation of services, solving
traffic problems, complying with the legal requirements of all Authorities concerned, for
providing temporary access to private property and for the provision and maintenance of
temporary drainage.
Payment will be made per month from month 7 of the construction period for accommodating
traffic to the satisfaction of the Engineer during the construction period, for providing and
maintaining diversions and detours and for working on half road widths.
Where the Contractor uses roads, diversions or detours which are used by public traffic as his
haul roads, the Engineer shall have the right to regulate the Contractor’s traffic over such
diversions should his vehicles or equipment cause excessive damage or wear to such roads, or
reduce the monthly payment for accommodating traffic until such time as the Contractor
complies with the Engineer’s instructions.
Payment for the first 6 month’s instalments of Item 15.01 shall become due when traffic can be
accommodated on the new road, all diversions have been obliterated and re-instated and the
general obligations of the Contractor have been complied with to the satisfaction of the
Engineer.

SECTION 1600 OVERHAUL

Delete Section 1600 and replace with the following:

Overhaul will not be measured and paid for separately. The tendered rates for items involving
haulage shall be deemed to include the full cost of all haulage requirements, including those costs
associated with loading and unloading of materials.

SECTION 1700 ENVIRONMENTAL PROTECTION AND WASTE


DISPOSAL

1702 GENERAL
Add the following after the 2nd paragraph:

______________________________________________________________________
182
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

The Contractor shall not undertake the exploitation of a quarry or borrow pit without previous
approval of NEMA and the Engineer. Copies of the permits and licences from NEMA and other
relevant lead agencies shall be forwarded to the Engineer prior to seeking his approval for use of a
quarry or borrow pit, which approval will be obtained in writing before exploitation commences.
Add the following at the end of the 3rd paragraph:

This Environmental Action Plan/Management Plan must be approved by the Engineer and the
Employer, and in addition to the management of environmental aspects of the Contract work, it
should include an environmental management incident plan.
Add the following after the 3rd paragraph:

Suitably qualified environmental and social managers must form part of the Contractors team.
Their primary responsibility will be the preparation of the Contractors Environmental Action Plan
or Management Plan and providing guidance and instruction to the Contractor on the
implementation of this plan and the management of instructions which may be issued from time to
time by the Engineer or the Engineers Environmental Specialist. At the end of the project, the
Environmental and Social Managers will be responsible, on the behalf of the Contractor, for
producing an approved Final Environmental Mitigation Report.
Both the Environmental and Social Managers shall be full time members of the Contractor’s staff
and are expected to be available at all reasonable times for meetings, discussions and site
inspections with both the Engineer and representatives of any relevant Government of Uganda
Agency, including District Environmental Inspectors/Officers. Other general responsibilities of
the Environmental and Social Managers include:
 Monitoring and ensuring compliance of all the Contractors workers to the
requirements of this specification and the suite of documents which comprise this
contract;
 Monitoring and ensuring compliance to all Government of Uganda orders, rules,
laws and regulations with respect to environmental and social matters;
 Day to day monitoring of environmental matters – this will include wider
environmental aspects including matters not directly concerned with the actual
construction such as Contractors camps, off-site temporary storage and temporary
works areas;
 Working with the Contractors Heath and Safety Officer to manage community
liaison issues and oversee the effective management of the project grievance
mechanism as defined in Section 1800 of this special specification;
 Working with the Contractors Health and Safety Officer and the Clients
nominated Sub-contractor to facilitate the successful delivery of the project
HIV/AIDS Programme as defined in Section 1800 of this special specification.
 Working closely with the Engineers Environmental Specialist and in consultation
with the UNRA Environmental Specialist to ensure full compliance with all
environmental and social aspects of the Environmental Action/Management Plan,
the contract documents and any other Government of Uganda rules, regulations,
orders or community requests as necessary and as required.
 Awareness raising and training of Contractor staff with respect to environmental
issues; this will include notification of the severe penalties for non-compliance.
 Preparation of a monthly environmental monitoring report in a format to be agreed
with the Engineer and UNRA Environmental Specialist. This monthly report will

______________________________________________________________________
183
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

be submitted to the Engineer, who will forward to the UNRA Environmental


Specialist for approval and will provide the basis for payment against pay item
17.01. Monthly monitoring and reporting shall commence as soon as the
construction contract is signed with the submission of an environmental inception
report. This report will be also be forwarded to the Employers Environmental
Specialist for review.
 The Environmental and Social Managers will attend all monthly site meetings and
will be expected to report on their findings – problems, issues and corrective
action taken – all of which will be included in the monthly report format.
 Any other matters or issues relating to environmental and social aspects of the
works as defined by the Engineer.
Delete the 5th paragraph and replace with the following:

The Contractor shall submit a detailed monthly environmental monitoring report with supporting
drawings and maps to the Engineer. This report shall be discussed at the monthly site meeting and
in line with the provisions of this specification shall form the basis for monthly payment against
environmental performance.
The Contractor will be wholly responsible for the conduct of his workforce in relation to
environmental protection matters. This will specifically include the prohibition of trapping or
killing of any wildlife (except vermin), unnecessary felling of trees, the pollution of land and
water resources, entry to any protected areas etc and to require disciplinary action for offenders.
Before the start of any field activity, a plan for emergency situations will be prepared by the
Contractor and submitted to the Engineer for his approval. It will be elaborated according to the
best practices used for this sector. Individual plans for emergency situations will be designed for
various operational aspects for example accidents and spills of chemicals. The approach with
respect to notification and response to emergence will be based on ISO 14001 environmental
management systems guidelines.
Add the following at the end of this Clause:

In accordance with Government of Uganda legal requirements, the National Environment


Management Agency (NEMA) will be informed of any significant environmental incident as
defined by the Engineer.
The Contractor shall comply strictly with all environmental protection and waste disposal
specifications and instructions from the Engineer. It shall be solely the Engineer’s decision as to
whether or not a matter affects the environment. In the case of non-compliance on matters
relating to environmental protection, the Contractor shall immediately rectify any problems
identified by the Engineer. Failure to comply will result in the imposition of penalties detailed in
Clause 1714.
The imposition of financial penalties will not preclude the Engineer from stopping the works until
the matter is rectified should the Contractor continuously disregard his instructions or should he
feel the situation warrants this measure for safety reasons. Should the Engineer stop the works for
any reason related to non compliance with the specifications on environmental protection, there
will be no compensation for any costs incurred by the Contractor as result of such stoppage, nor
will there be any extension of time granted as a result.

1703 TEMPORARY PRESERVATION AND REVEGETATION


(e) Quarries, borrow pits and storage areas etc.

______________________________________________________________________
184
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Add the following at the beginning of this sub-Clause:

The Contractor shall ascertain that the owner of the quarry or borrow pit from which construction
materials will be extracted has been granted the necessary permit or license of exploitation by the
corresponding municipal, departmental or national authority.
In line with the provisions of Section 3400, the topsoil/organic layer removed to uncover the
quarry or borrow pit or as general overburden shall be stored at an approved and convenient
location in an environmentally sound manner, so that when exploitation is complete, it can be
reinstated in its original position and as near as possible to its original condition. In storing the
topsoil, it must be laid in an un-compacted layer no greater than one meter in thickness and sown
with approved grasses within one week of being moved to storage in addition to approved soil
erosion prevention measures.

1704 TEMPORARY SOIL EROSION CONTROL


(b) Construction
Add the following at the end of the 4th paragraph:

After each heavy rainfall, and daily when intermittent rainfall occurs, the Contractor shall inspect
the state of all erosion and siltation control works, in order to ascertain any deficiency, and take
the corrective action as deemed suitable.

1705 PRESERVATION OF TREES AND SHRUBBERY


(a) Preservation
Add the following after the 2nd paragraph:

The felling of trees for firewood by the workforce is strictly prohibited. In accordance with the
provisions of Section 1702, any member of the workforce found to have breached this provision
will be disciplined. This provision will be communicated to the workforce before the
commencement of each individual employment. The use of wood as a fuel for bitumen heating
will not be permitted, unless derived from a certified renewable source.

1706 PREVENTION OF WATER POLLUTION


(a) General
Add the following after the 1st paragraph:

Under no circumstances shall discharges into water or on land take place without prior treatment
an appropriate anti pollution device such that any discharges comply with the National
Environment (Standards for Discharge of Effluent into Water or on Land Regulations 1999).
There must be no change to the natural environment, particularly with respect to natural
watercourse and the habitats of indigenous flora and fauna species.
Licences and permits from authorities responsible for a watercourse, together with written
approval from the Engineer, must be obtained prior to discharging wastewater either directly or
indirectly into a watercourse or on land. Wastewater or any other liquid or obnoxious material
shall never be dumped on wet lands or breeding areas of aquatic birds.
If by accident the Contractor dumps, discharges or spills any fuel or chemical product likely to
contaminate any watercourse or the aquifer, he shall immediately advise the jurisdictional
authority (ies), and shall take immediate action to arrest and eliminate the pollution caused by
such obnoxious material. In the case of a watercourse all downstream users shall be notified.

______________________________________________________________________
185
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Add the following after the 2nd paragraph:

The Contractor shall take adequate precautions to prevent siltation or obstructions of waterways
and drainage channels within the site. In the event of siltation or erosion of a channel or drain
occurring as a result of the Contractor's operations, he shall clean, de-silt, rebuild as necessary and
generally maintain in a clear unobstructed condition to the satisfaction of the Engineer for the
duration of the project.
The Engineer may direct the Contractor to maintain drains or waterways periodically if in the
opinion of the Engineer it is required to ensure adequate surface drainage.
Add the following after the 3rd paragraph:

In the demolition of existing bridges and construction of new ones, the Contractor shall ensure that
neither rubble nor surplus construction material is dumped onto existing watercourses; the
Contractor shall make every effort to ensure that water quality (and concentrations of undisolved
solids) do not affect water quality downstream.
Construction activities on rivers and water courses shall be confined to the areas shown in the final
design drawings, and where the erection of temporary and/or permanent structures have been so
designated. Scaffolding of false works erected for the undertaking of construction works, shall be
removed opportunely from rivers or watercourse beds, upon termination of the construction
activities.
Add the following after the 4th paragraph:

The Contractor shall not extract river stone, gravel, sand or any other construction material from
watercourse beds. In exceptional cases, where this is to be permitted, previous authorisation from
the Engineer must be obtained in writing, together with all necessary permits and/or licenses
issued by the relevant lead agency.
The Contractor shall not excavate borrow ditches or pits on flat lands subject to water stagnation
and/or with slow runoff drainage or in proximity of villages or urban settlements. Whenever such
exploitation becomes necessary, in addition to the pertinent permits, the Contractor must prepare,
and present for written approval of the Engineer, a drainage plan based on a topographic survey
drawn up at a convenient scale.

1707 ABATEMENT OF AIR POLLUTION


Add the following after the 4th paragraph:

The Contractor shall pay particular attention to ensuring that all equipment and vehicular
emissions comply with applicable Ugandan laws and regulations concerning exhaust emissions
and the prevention and control of air pollution. This includes but is not restricted to emissions of
Carbon Dioxide, Carbon Monoxide, Volatile Organic Compounds (VOC), Nitrogen Oxides
(NOx), Particulate Matter (PM) and Sulphur Dioxide. (SO2).

1708 DUST ABATEMENT


Add the following at the end of this Clause:

When transporting any materials that may be susceptible to spillage or being dropped on the
highway, adjacent land or any public area, trucks, lorries and other equipment shall be supplied
with tarpaulins or similar sheeting to cover the material and prevent loss or spillage. The

______________________________________________________________________
186
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

protective sheeting shall have fixing eyes or tie downs so that it can be securely fitted to the body
of the truck or lorry, etc. The Engineer will ban from the project any transport equipment to be
used on public roads that is not so equipped.
The Contactors sealing works programmes shall be formulated so as to minimise delays (and
minimise the environmental and human health impacts) between the laying of pavement sub-base
and base reconstruction and final surfacing. The time exposure of crushed stone shall be
minimised as agreed with the Engineer.

1709 NOISE ABATEMENT


Delete the 2nd paragraph and replace with the following:

In line with these laws, orders and regulations, construction equipment operation shall be
conducted in such a manner that, the level of noise produced at any point accessible to the public
will not be higher than 75 decibels during the operation activity. In case such circumstances are
unavoidable all persons affected will be issued with appropriate personal protective equipment, for
example ear plugs, should they be required in the opinion of the Engineer and shall be instructed
in their use.
Special precautions shall be taken when the construction is in the proximity of hospitals,
residential premises, geriatric homes, churches, schools, parks and recreational areas.
In the case of exceeding the above-mentioned level of noise during construction operations, the
Contractor shall undertake the necessary measures to bring it down to an acceptable level. The
Contractor shall be responsible for defraying the costs of noise level reduction of the construction
equipment, as well as any cost associated with delays in execution of the works for non-temporary
fulfilment of the above requirement.
The Engineer will undertake to monitor the level of noise, as he deems appropriate.
In areas frequented by the public during normal hours, but deserted and well away from critical
areas overnight, the Engineer may, at his discretion and within the law, authorize the conducting
of construction activities in these areas during the period between 10 p.m. to 6 a.m., particularly
those operations that may produce an objectionable level of noise.
In areas away from dwellings, trading centres, etc. the Engineer shall authorize, at his discretion,
the conducting of construction activities during the period between 10.00p.m. to 6.00a.m.,
especially those that may produce objectionable levels of noise.
Construction equipment shall be maintained in such a condition that, at all times, the level of noise
produced while in operation, will be substantially similar to ‘out of factory’ condition and in
compliance with national standards.

1711 PRESERVATION OF HISTORICAL AND ARCHAELOGICAL


DATA
Delete this Clause and replace with Clauses 1711A and 1711B as follows

1711A PRESERVATION OF HISTORICAL AND


ARCHAELOGICAL DATA AND MANAGEMENT OF PHYSICAL
CULTURAL RESOURCES
Add the following at the end of this Clause:

Physical cultural resources are defined as movable or immovable objects, sites, structures, groups
of structures, and natural features and landscapes that have archaeological, paleontological,

______________________________________________________________________
187
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

historical, architectural, religious, aesthetic, or other cultural significance. Physical cultural


resources may be located in urban or rural settings, and may be above or below ground, or under
water. Their cultural interest may be at the local, provincial or national level, or within the
international community. In addition to the provisions of this specification relating to chance
finds and items of historical and archaeological interest, the Contractor shall ensure that he is full
acquainted with all Physical Cultural Resources (in the widest sense of the word as defined above)
within 500 metres each side of the project road right of way, and that any related issues are fully
integrated into the Contractors Environmental Management Plan and Programme of Works, with
suitable mitigation measures and ways of working identified and undertaken.

1711B PRESERVATION OF SENSITIVE FAUNA


The trapping or killing of any wildlife (except vermin) by the workforce is strictly prohibited. No
armed weapons, spears, hunting knifes or similar will be permitted on site or work camps, unless
they have been approved by the Engineer for use on the works. In accordance with the provisions
of Section 1702, any member of the workforce found to have breached this provision will be
disciplined with instant dismissal. This provision will be conveyed to the workforce before the
commencement of each individual employment.

1712 PESTICIDES, TOXIC WASTE AND HAZARDOUS SUBSTANCES


Insert a sub-Clause heading at the beginning of this Clause as follows.

(a) General
Delete the 3rd paragraph and replace withthe following:

Materials that are hazardous to health and the environment, such as explosives, asphalt, fuels,
lubricants, etc., shall be stored in protected areas and in compliance with existing legal
requirements, procedures, rules and guidelines. Berms shall be provided to prevent leakage of
asphalt and fuels to surrounding land or watercourses and storage areas shall be lined with leak
proof membranes in sensitive areas. Toxic materials shall be, stored, transported and disposed of
in accordance with regulations and norms as prescribed in local, national and international laws.
The equipment yards must be designed and fitted with safety devices to avoid and minimise the
effects of the spill over of hydrocarbon products or any other obnoxious material that may cause
pollution to the surrounding area.
Add new sub-Clause as follows:

(b) Asphalt Plant and Asphaltic Materials


The Contractor shall install his asphalt mix production plant on flat land, cleaned of vegetal
topsoil, with suitable access for all types of vehicles, and far from urban settlements. The plant
installation shall provide adequate storage space, bonded and protected as necessary, for raw and
surplus materials, and ample space for traffic circulation, thus to prevent hindrance to loading and
unloading operations. Installation of asphalt mixing plants in private land shall not be authorised,
unless with written authorization from the owner or his legal representative and with the approval
of the lead agencies responsible for environmental management.
The asphalt mix production plant shall be adjusted to operate in such a manner that, to the extent
possible, the dust discharge to the surrounding area must be kept minimal.
When transporting mixed asphalt, dump trucks shall be fitted with adequate devices to prevent
material spillage. In addition, the existing local regulations for transportation of hazardous
materials shall be observed.

______________________________________________________________________
188
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

1713 CLEANUP AND DISPOSAL OF WASTE MATERIALS


(b) Disposal of waste material
(i) General
Add the following at the end of this sub-Clause:

The Contractor shall not deposit unsuitable, demolished, rejected or surplus excavated material on
public or private land except; (i) with the consent in writing of the Local Authorities or of the
owner of such land and only then in those places and under such conditions as the Local
Authorities or the owner or responsible representative may prescribe, (ii) after the consents and
conditions are received the Contractor has obtained the written approval of the Engineer before
using such sites.

(iv) Disposal of material by removal


Add the following at the end of this sub-Clause:
The Contractor shall not deposit surplus construction material in watercourses or on open spaces,
but shall dispose of it in approved dump areas in accordance with Clause 1713(b)(i).
Notwithstanding the above, such materials shall, as far as possible, be used in embankment
construction if the quality so warrants or in the backfilling of temporary quarries if such areas are
available, otherwise the Contractor shall dispose of surplus material in the places so designated in
the final designs, and/or so authorised by the Engineer.

1714 MEASUREMENT AND PAYMENT


Delete Item 17.01 and replace with the following:

ITEM UNIT
17.01 ENVIRONMENTAL AND SOCIAL MANAGEMENT LUMP SUM
PLAN, SAFETY AND HEALTH MANAGEMENT PLAN,
DECOMMISSIONING PLANS, FINAL ENVIRONMENTAL
MITIGATION REPORTS AND OTHER REPORTS

Delete paragraphs numbered (i) and (ii) in item coverage and replace with the following:

(i) 10% of the lump sum will be paid upon approval of the Contractor’s Environmental
Management Plan;
(ii) 20% of the lump sum will be paid upon completion of the construction and equipping of
all site facilities, including workers site accommodation and toilet facilities in line with the
provisions of this specification and to the satisfaction of the engineer.
(iii) 20% of the lump sum will be paid upon decommissioning of all site facilities in line with
an approved decommissioning plan and a mitigation report to the satisfaction of the
National Environment Management Authority (NEMA) the Engineer and the Employer.
(iv) The balance of the lump sum (50%) will be paid in monthly instalments over the duration
of the contract as part of the Interim Payment Certificate. The instalments will only be
paid following the approval of monthly environmental compliance reports by the UNRA
Environmental Specialist.
(v) Failure to comply with the environmental conditions of contract and the provisions
contained in the Approved Contractor’s Environmental Management Plan will result in the
withholding of monies due for the month in question and forfeiture of that amount if after

______________________________________________________________________
189
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

a further month the non-compliance(s) have not been rectified. In the event that these
items are not priced, the engineer will deduct UGX 500,000 per day until such a time as
the Contractor is compliant.
(vi) In the case of non-compliance on matters other than environmental protection (e.g. dust
control, blasting precautions etc.) the Contractor shall rectify any problems identified by
the Engineer within a maximum of 24 hours of receiving the instruction, or other such
time period as the Engineer shall reasonably require. Should the Contractor not comply
with the instructions of the Engineer, a penalty as specified in paragraph (v) above for
payment item 17.01 will apply.
(vii) In the case of continued failure (i.e. beyond two consecutive months) to comply with the
environmental conditions of contract and the provisions contained in the Approved
Contractor’s Environmental Management Plan (i.e. beyond two months) the Engineer will
deduct an additional UGX 1,000,000 per day from the certificate until such a time as the
Contractor is compliant.

Add new Item 17.02 as follows:

ITEM UNIT
17.02 ENVIRONMENTAL AND SOCIAL AUDITS LUMP SUM
(a) EMPLOYER’S SERVICE PROVIDER FOR ANNUAL PROVISIONAL SUM
ENVIRONMENTAL AND SOCIAL AUDITS
(b) CONTRACTOR’S PROFIT AND OVERHEADS AS A PERCENT (%)
PERCENTAGE OF SUB-ITEM 17.02(a)

The Employer will engage a Service Provider (SP) to carry out annual environmental and
social audits. The SP’s invoices will be submitted to the Employer who will forward them to
the Contractor via the Engineer. The Contractor shall make payment direct to the SP within
14 days of receiving the invoice. The NSP will issue a receipt direct to the Contractor who
will give a copy to the Engineer as evidence of payment.
The Contractor will be reimbursed under sub-Item 17.02(a) while the rate entered under sub-
Item 17.02(b) shall cover all costs in liaising with the SP and complying with the above.

SECTION 1800 OCCUPATIONAL HEALTH AND SAFETY, HIV/AIDS


AND GENDER

1803 OCCUPATIONAL HEALTH AND SAFETY


Delete the 1st paragraph and replace with the following:

Due precautions must be taken by the Contractor at his/her own cost for the health, safety and
welfare at work of his/her labour, personnel and Sub-contractors and in collaboration with, and to
the requirements of the local health authorities, to ensure that medical staff, first aid equipment
and stores, sick bay and suitable ambulance service are available at the camps or housing and on
the Site at all times throughout the period of the Contract and that suitable arrangements are made
for anti-malaria precautions and for prevention of epidemics and for all necessary welfare and

______________________________________________________________________
190
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

hygiene requirements. First aid facilities at the main campsite may include the shared use of the
HIV/AIDS clinical facility described in sub-Clause 1804(b) of this Specification. However, as
described in this paragraph, the Contractor will have full responsibility for financing and
organising patient transfer and treatment at local clinics and hospitals. In the event that the
Contractor utilises the services of the clinical nurse provided on site by the HIV/AIDS service
provider for first aid and basic medical services, the Contractor must accept that the medical
opinion of that nurse is final and the Contractor will follow all advice given by that nurse with
respect to medical matters.

(d) Safety Officer


Add the following at the end of the final paragraph of this sub-Clause:

and ensure access to clinical services for workers and staff for the duration of the contract. The
Safety Officer shall also ensure that safety services are provided and utilized, including PPEs to
workers, and should work with the NSP specified in sub-Clause 1804B(iii) in the sensitization of
workers and communities about road safety issues.

(h) Latrines and other sanitary arrangements


Delete this sub-Clause and replace with the following:
The Contractor shall provide appropriate sanitary/ablution facilities for the use of base-camp
personnel, with separate facilities for males and females. The numbers of male and female toilets
and male and female wash basins shall be appropriate to the peak numbers of staff of each sex
working at the base camp.
The toilet facilities shall be provided at all times with adequate supplies of toilet paper. Wash
basins shall be provided at all times with adequate supplies of water, soap and paper towels. The
toilets/ablution facilities shall be maintained in a clean and hygienic condition at all times to the
satisfaction of the Engineer. The arrangements for toilet/ablution facilities shall be approved by
the Engineer, prior to commencement of base camp establishment. Toilets shall be of the flush
WC type, and shall be located in a ventilated weatherproof enclosure. An adequate water supply
for flushing shall be available at all times.
In the event that connection to a municipal sewer is not feasible and, in the opinion of the
Engineer, the soil conditions are suitable, all wastewater arising from toilets, ablution and other
site office facilities shall be discharged to a septic tank connected to a soakaway. In the event that
soil conditions are unsuitable for soakaways to be effective, wastewater discharges shall be to a
cess pit, which shall be pumped out as and when necessary. Rainwater shall be prevented from
entering septic tanks or cesspits.
The use of pit latrines as site toilets is specifically prohibited. Site toilets shall be of the portable
chemical type in a ventilated weatherproof housing, and shall be emptied at least once a week,
well before they become full, by a Contractor who is duly authorised and licensed to carry out this
activity. Separate well labelled facilities shall be provided for male and female site workers. The
numbers of toilets at each worksite shall be in a ratio of not less than one toilet for every 12
workers, with the proviso that there shall be at least one toilet reserved for female use, if any
female workers are present at the worksite.
The toilets shall have adequate supplies of toilet paper available at all times. Hand washing
facilities including soap and paper towels shall be provided adjacent to each toilet and an adequate
supply of water shall be available at all times. Toilet and hand washing facilities shall be
maintained in clean, tidy and hygienic condition at all times, to the satisfaction of the Engineer.
The site toilet arrangements shall be subject to the approval of the Engineer.

______________________________________________________________________
191
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Add new sub-Clauses (m), (n) and (o) as follows:

(m) Access to safe drinking water


The Contractor shall provide an adequate supply of drinking water with all necessary drainage on
the site for the use of his staff and work-people and shall make all the necessary arrangements
thereof with the competent authorities.

(n) Community Liaison and Information


In advance of all works, all residents within 500 metres either side of the project road and in
particular, those operating in concentrated areas such as markets, trading centres, schools and
other businesses, should be informed of the proposed Works Programme and potential
inconvenience. The Contractors Safety Officer shall take particular responsibility for this issue
and will report to the Engineer each month on communications made and responses received.
The Contractor shall be responsible for implementing and documenting a functional grievance
mechanism arising from works activities for the duration of the contract. This will be
communicated in a language and form largely understood by people living and working in the
project area (i.e within 500 metres either side of the project road) and shall be approved by the
Engineer no later than 4 weeks after the Notice to Commence the works. The Contractor shall
keep a log of all communications made and received and a register of all grievances, including
actions taken to satisfy the complaint. Depending on the nature of the complaint, the Contractor
should address each grievance to the satisfaction of the Engineer and the Client within 30 days of
the receipt of that complaint. The Contractor shall be responsible for reporting on these issues to
the Engineer each month. The Contractors Safety Officer shall take particular responsibility for
this issue.

(o) First Aid Clinic on Contractor Site Compound


The Contractor shall provide and maintain a first aid clinic in accordance with the provisions of
sub-Clause 1804B(vi) of this Specification. The Contractor shall be responsible for ensuring an
adequate supply of all essential medical and first aid equipment and supplies, including Malaria
testing kits and prophylaxes.
The clinic shall be staffed by a fully qualified nurse provided by the UNRA Nominated Service
Provider described in sub-Clause 1804B(iii) of this Specification. The Contractor shall be
responsible for financing and facilitating all patient transfer and treatment to and at local clinics
and/or hospitals as recommended by the nurse. The nurse’s word is final and their advice on
patient treatment will be accepted by the Contractor without question.
In accordance with the provisions of Clause 1804 of this Specification, the Contractor shall not be
responsible for providing condoms, HIV/AIDS information, education and communication
materials or HIV and STI testing kits which shall be the responsibility of the UNRA Approved
Service Provider.

1804 HIV/AIDS AND STD PREVENTION


Delete this Clause and replace with the following:

1804A DEFINITIONS
For the purpose of this Section:
“Nominated Service Provider” means the Employers appointed Sub-Contractor (person or
entity) providing the HIV awareness programme (paid through a provisional sum in the
Contract)

______________________________________________________________________
192
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

“Contractor’s Personnel” or “Construction Workers” means, without prejudice to any other


definition contained in the Contract, all personnel who are under the Contractor’s control
and on the Site in connection with the Contract, including any workers who are under the
control of any person or entity to whom the Contractor has sub-contracted any of his
obligations under the Contract other than those responsibilities set out in this Section
“Local Community” means the community’s local to the Site most likely to have contact with
the Contractor’s Personnel and, in particular, vulnerable groups and sex workers in those
communities
Abbreviations: STI Sexually transmitted infection
HIV Human Immunodeficiency Virus
AIDS Acquired Immune Deficiency Syndrome
NSP Nominated Service Provider

1804B PROMOTION OF AWARENESS AND MITIGATION OF


HIV/AIDS
(i) HIV/AIDS considerations
Road construction projects can contribute significantly to the spread of the HIV virus due to the
migrant nature of a large proportion of the workforce. Roads projects also provide an opportunity
to provide focused education to both the workforce and the local community of the dangers of
HIV/AIDS prevention and risk reduction methods.
This needs to be complemented with measures to help mitigate the impact of the epidemic. The
Employer, therefore, will be implementing an HIV/AIDS programme as part of the framework of
this Contract. This will include activities to increase awareness of the dangers of HIV/AIDs; to
promote appropriate preventative measures, promote early diagnosis, and help reduce the impact
on those already infected or affected. The Contractor is required to support and facilitate these
activities to ensure maximum effectiveness and integration with construction activities, aimed at
reducing the spread of HIV/AIDS as a result of the project.

(ii) Strategies and objectives


 Raising awareness about HIV/AIDS and increased understanding about the
disease, through dissemination of information and by generating discussion.
 Ensuring that construction workers and communities in the catchment have access
to condoms.
 HIV voluntary counselling and testing and referral services.
 Sexually Transmitted Infection (STI) diagnosis and treatment.
 Monitoring of outcomes.
These strategies are designed to build an HIV resilient workforce a well as communities
associated with the workforce, that is, communities that are able to draw on their own capacity to
prevent further transmission of HIV, minimize the impact of the HIV/AIDS epidemic and talk
about HIV/AIDS.
The objectives of these strategies are to:
 Reduce the risk of transfer of the HIV virus between and among construction
workers, their families and the local community
 Raise awareness among construction workers and the local community of the risk
of infection with the HIV virus.
 Promote voluntary early diagnosis, and
 Assist affected individuals to access care and counselling.

______________________________________________________________________
193
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

(iii) The role of the Employers Sub-Contractor (Nominated Service Provider)


The Employer will provide the Contractor with the name and details of the Sub-Contractor
(Nominated Service Provider (NSP)) that shall be implementing the HIV/AIDS and gender
sensitisation awareness programmes. The methodologies shall be explained to the Contractor in
advance of the main works; this shall demonstrate how the NSP will work for the prevention and
mitigation of HIV/AIDS and raising of gender awareness and how these programmes will
facilitate the development of community level care and support and links to wider service
provision. It shall also explain the interface between Contractor, Engineer and Employer.

(iv) The approach


Upon signing of the works contract, the NSP will sign a contract with the Employer such that the
NSP’s programme is synchronised with that of the Contractor. The NSP works with a Sociologist
from the Consultant’s supervisory staff to visit communities in the area of influence of the road to
be rehabilitated/constructed and to inform community leaders of the forthcoming project and the
potential social benefits and negative impacts associated with it. The NSP and the Sociologist
may be joined and supported by the Contractor Health and Safety Officer or such other
representative on these visits.
The Consultant’s Sociologist will provide an ongoing supervision role, working one week per
month (or as agreed with the Employer) through the construction period, to monitor the
effectiveness of the programme, the Contractor and NSP and ensure effective communication and
responses on emerging HIV/AIDS issues. In conjunction with the NSP, he/she will prepare a
report on a monthly basis about all social issues and present this at the monthly site progress
meeting. He/she will collect information from each of the parties identifying any problems and
making recommendations on remedial measures to be implemented.
On the basis of the information contained in the monthly report, the Consultants Sociologist will
certify monthly payments to the NSP for UNRA approval and ensure payment through the works
Interim Payment Certificate (IPC).
During the course of the project, the Consultants Sociologist and the NSP will work together to
document their experiences and in their final report, will provide a set of recommendations for
UNRA to integrate into the development of a UNRA guidelines manual for the undertaking of
HIV/AIDS programmes on road projects in Uganda.

(v) Timing
It is anticipated that the initial sensitisation of local communities will take one month of the
Sociologist and NSP’s time and will be carried out prior to and during the Contractor’s
mobilisation period.
Workshops may be held with the Contractor’s managerial personnel; these will be programmed
when sufficient staff is in place.
Further workshops may be held with the Contractor’s managerial personnel and workforce at
regular intervals during the project works.
Interactive briefing sessions and training shall be held with the Contractor’s workforce every
month during the project works.

(vi) Contractor’s obligations


The Contractor shall ensure that the Engineer, the NSP and the Employer have a copy of the
Contractors workplace HIV/AIDS policy and give any representative of the NSP, the Employer
and the Engineer all reasonable access to the Site in connection with the HIV Awareness
programme.

______________________________________________________________________
194
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

In consultation with the NSP, schedule appropriate timings for the implementation of HIV/AIDS
activities as part of the work plan of the workforce and staff and allow the Contractor’s Personnel
to attend the HIV Awareness activities in the course of their employment and during their normal
working hours (three hours per month) or any period of overtime provided for in the relevant
employment contracts, but excluding designated rest times such as lunch breaks or pay days
(unless otherwise advised by the Engineer), and use all reasonable endeavours to ensure this
requirement is implemented.
At each monthly site meeting, a draft work plan for HIV/AIDS related activities with timings shall
be agreed between the NSP, the Contractor, the Engineer and the Consultants Sociologist. This
activity plan shall be confirmed in writing by the Contractor the Engineer and communicated to
the NSP at least one week in advance of programmed site activities.
Provide suitable space for the delivery of the HIV/AIDS Awareness programme and encourage
Contractor’s Personnel to attend the HIV/AIDS Awareness activities. This will include at a
minimum a secure clinical space in the main Contractors Compound that is suitably equipped for
testing and counselling for HIV/AIDS among project staff and labour. This space will comprise
four adjoining rooms. These include a reception area, a clinical space for medical treatment and
testing, sick bay, a room for HIV/AIDS counselling activities and a bathroom containing separate
well labelled male and female toilets and wash basins. These shall all be maintained and cleaned
by the Contractor who shall ensure a clean and hygienic environment at all times; in addition the
main clinical area shall be kept by the Contractor in good clinical sterile condition at all times.
The clinical space shall be connected to a sufficient water and electricity supply. The Contractor
shall be responsible for cleaning and maintaining the offices and toilets and shall provide soap,
towels and all necessary fittings and cleaning materials.
The clinical space shall comprise:
(a) a reception area with a minimum of 2.5m2 floor space and is temperature controlled with
provision of air conditioning which shall be maintained to a good working standard at all
times.
The reception area shall contain at a minimum:
 1 desk 1.6m x 0.9m with lockable single chest of drawers
 1 Table lamp
 1 Swivel type desk chair
 3 Visitor chairs
 4 waste paper basket
 1 two drawer lockable filing cabinet
 A television screen (24”) and a DVD/Video player
The reception area shall have two adjoining rooms, the first a clinic space for medical
treatment and testing and the second a room for HIV/AIDS counselling activities.
(b) A Clinical Space for medical treatment and testing which shall also be used for simple first
aid as defined in sub-Clause 1803(o) of these Specifications. It shall have a minimum floor
space of 6m2 and be temperature controlled with provision of air conditioning which shall
be maintained to a good working standard at all times.
This clinical space shall contain as a minimum:
 1 Examination table
 BP Machine
 Weighing Scale
 Microscopes (1 electric and 1 non-electric)
 Table

______________________________________________________________________
195
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

 Stethoscope
 Thermometer
 Parretal Machine
 1 medical screen
 1 refrigerator min 0.40m2 (electric frost free)
 2 chairs with arms
 Printed Medical Forms
 Cabinet, reagents and test kits
 2 lockable medical shelves suitable for the storage of drugs
 1 notice board suitable for attaching posters, pictures and other notices
 1 water cooler and dispenser with supply of plastic cups maintained and kept
filled for the duration of the contract

(c) A fully equipped sick bay which shall have a minimum floor space of 6m2. It shall be
temperature controlled with provision of air conditioning which shall be maintained to a
good working standard at all times.
The sick bay shall contain as a minimum:
 1 bed/medical couch
 Blanket, bed sheets, pillow
 Medical screen

(d) A room for HIV/AIDS counselling activities which should provide a comforting and
private environment for the discussion of sensitive and confidential personal issues. It
shall have a minimum floor space of 6m2 and be temperature controlled with provision of
air conditioning which shall be maintained to a good working standard at all times.

It should contain a minimum of:


 3 chairs with arms (1 for the counsellor and 2 clients)
 1 coffee table
 1 two drawer lockable filing cabinet
 1 notice board suitable for attaching posters, pictures and other notices
 1 water cooler and dispenser with supply of plastic cups maintained and kept
filled for the duration of the contract.

(e) A bathroom containing separate male and female toilet facilities, each with a wash basin.
The toilets will be of the WC flush type. The toilet facilities shall be provided at all times
with adequate supplies of toilet paper. Wash basins shall be provided at all times with
adequate supplies of water, soap and paper towels. The Contractor shall supply all
necessary fittings and cleaning materials.
The five rooms comprising the clinical space will each be supplied with adequate electric lighting,
sufficient power points to supply all equipment and water supply.
The Contractor shall also:
 Minimize the number of migrant workers employed on the project and housed in
the site camp.
 In conjunction with the NSP, identify from recruitment records suitable
individuals for key education roles and allow those individuals special additional
training of up to 4 hours each month during normal working hours.

______________________________________________________________________
196
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

 Encourage voluntary HIV/STI testing.


 Liaise with the NSP to provide information concerning counselling, support and
care.
 Liaise with the NSP regarding the effectiveness of the campaign and notify any
associated problems arising.
 Ensure that the NSP has access to all suitable site locations for the provision of
condoms, both male and female, complying with the requirements of ISO 4074
available free of charge to all Contractor’s employees at readily accessible points
on the site, suitably protected from weather, for the duration of the contract.
 Permit the NSP to place and maintain HIV/AIDS awareness posters of size not
less than A1 in areas that are highly trafficked by construction workers and
provide construction workers with a pamphlet, in language largely understood by
construction workers, which reinforces the objectives and expected outcome of
the HIV Awareness programme.
 Provide all transport, accommodation and security to facilitate the works of the
NSP and Sociologist as may be necessary.
The Contractors Safety Officer or another of the Contractors staff will assist the NSP by
identifying locations where stocks of condoms may be running low or where staff are requesting
specific information regarding HIV/AIDS and STI’s. This individual should work with the NSP to
ensure condom stock levels are maintained. If qualified, the Contractors Safety Officer or other
member of the Contractors staff may also carry out awareness training.
In accordance with the policies and guidelines of Uganda AIDS Commission and Ministry of
Health put in place non-discriminatory workplace measures to protect the employees living with
HIV/AIDS and ensure that they have access to treatment and counselling.
It is not a requirement of the Contract for the Contractor to undertake or pay for treatment or
medication for personnel found to be infected with HIV/AIDS. However, such personnel shall not
be discriminated against.
All provisions with respect to the HIV/AIDS Programme shall be provided free of charge to all
workers.
Any request by the Contractor to the NSP for services not described in this special specification or
in the NSP’s Terms of Reference shall be the subject of an additional contract agreement between
the NSP and the Contractor and shall not paid under the provisions of this contract.
The Contractor shall support and facilitate all programme activities as described above, but the
ASP shall report directly to the Consultant Sociologist and Engineer.
The Contractor shall ensure the prompt and timely payment of the NSP each month. After
payment of the NSP for the month in question, the Contractor shall claim reimbursement of
payment and of management fee through the Interim Payment Certificate. The Contractor shall
submit a receipt from the NSP as evidence of this payment.

(vii) HIV/AIDS Programme activities


(a) Activities for HIV/AIDS awareness and prevention undertaken by the NSP should be broad
based, targeting individuals, couples and groups, and may consist of:
 Information Education and Communication (IEC) materials displayed in
accessible public places both on and off the site, such as trading centres, in eating
places, bars, guest institutions like schools and in homes etc.
 Availability of free condoms to both workers and communities in the project area.
 Small focus group discussions and information covering key issues.
 Theatre groups and video presentations.

______________________________________________________________________
197
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

 Promotional events, such as football matches, to encourage openness and


discussion of HIV / AIDS issues.
 Promotional billboards to raise awareness of the integration of road construction
and HIV / AIDS activities.
 Inclusion of discussion and analysis of HIV / AIDS activities at site progress
meetings.
 Availability of promotional IEC materials such as T-shirts, caps, bumper stickers,
key rings etc.
 HIV Counselling and Testing (HCT) – targeting individuals, couples and families.
 STIs diagnosis and treatment.
 On-going psychosocial support (including prevention and treatment of
opportunistic infections) for workers infected and affected, as well as their
families.

b) Education will cover but not limited to the following:


 Stigma and discrimination issues
 Safer sex practices including partner reduction, condom use, undertaking couple
HIV testing and Counselling awareness and importance of treatment of STI’s.
 Undertaking HCT and early initiation of ART
 Skills including negotiating safer sex, correct condom use, acquiring condoms
without embarrassment.
 Referral to local health centres and services available.

(viii) Outcome
The outcome of the HIV Awareness Programme shall, as a minimum, result in Contractor’s
Personnel exposed to the programme being able to:
 Communicate the existence of the problems associated with HIV and be able to
outline the consequences of transmission of HIV to or from the local community.
 Recall and communicate the mode of HIV transmission and preventative measures
including the proper use of the condom.
 Be aware of safer sex practices including the advantages of abstinence.

1806 MEASUREMENT AND PAYMENT


Delete Item 18.01 and replace with the following:

ITEM UNIT
18.01 PROVIDE QUALIFIED SAFETY OFFICER MONTH

Delete the 1st sentence of the 1st paragraph of item coverage and replace with the following:
The tendered rate for Item 18.01 shall represent full compensation for the provision of a safety
officer (and any additional personnel if required) to carry out the requirements specified in
Sections 1500, 1700 and 1800 relating to traffic, environment, and health and safety

Delete Item 18.02 and replace with the following new Items 18.02A, 18.02B and 18.02C:

______________________________________________________________________
198
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

ITEM UNIT
18.02A EMPLOYER’S NOMINATED SERVICE PROVIDER
(a) EMPLOYER’S NOMINATED SERVICE PROVIDER FOR PROVISIONAL SUM
PROVISION OF HIV/AIDS PROGRAMME AND
GENDER SENSITISATION, AWARENESS AND
MONITORING
(b) CONTRACTOR’S PROFIT AND OVERHEADS AS A PERCENT (%)
PERCENTAGE OF SUB-ITEM 18.02A(a)

After contract signing and after the receipt of any advance payment, the Contractor shall, within
14 days and as directed by the Employer, make an advance payment of 20 percent of the total
provisional sum in sub-Item 18.02A(a) to the Employer’s Nominated Service Provider. This
advance will enable the service provider to mobilise and purchase essential HIV/AIDS supplies.
Thereafter the balance of the total will be paid on a monthly basis.
The NSP’s invoices will be submitted to the Employer who will forward them to the
Contractor via the Engineer. The Contractor shall make payment direct to the NSP within 14
days of receiving the invoice. The NSP will issue a receipt direct to the Contractor who will
give a copy to the Engineer as evidence of payment.

ITEM UNIT
18.02B SEXUAL HEALTH AND FIRST AID CLINIC
(a) PROVIDE SEXUAL HEALTH AND FIRST AID CLINIC LUMP SUM
ON THE MAIN SITE COMPOUND FULLY FURNISHED
AND EQUIPPED
(b) MAINTENANCE OF SEXUAL HEALTH AND FIRST AID MONTH
CLINIC

The tendered rate for sub-Item 18.02B(a) shall be in full compensation for all the requirements of
sub-Clause 1804B(vi).
The tendered rate for sub-Item 18.03B(b) shall be in full compensation for maintaining the
clinic and re-supplying consumables not provided by the NSP.

ITEM UNIT
18.02C PROVISION OF SAFETY CLOTHING AND EQUIPMENT MONTH
FOR THE WORKFORCE

The tendered rate for sub-Item 18.02C represents full compensation for this part of the
Contractor’s obligations. Payment will be paid as a percentage of the compliance with provision
of personal protection equipment (PPE) to the staff and workforce as reported by the Consultants
Environmentalist or Engineers Representative.
Delete Item 18.03 and the subsequent two paragraphs of item coverage relating to it.

Add the following final paragraph:

______________________________________________________________________
199
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

In the event that the Contractor fails to comply with the requirements of this Section 1800, 10% of
the Interim Payment Certificate will be withheld until such a time as the Contractor is compliant.
The imposition of the aforementioned will not preclude the Engineer from stopping the Works
should the Contractor continuously disregard his instructions or should he feel the situation
warrants this measure for health and safety reasons. Should the Engineer stop the Works for any
reason related to non-compliance with the Specifications on HIV/AIDS or Occupational Health
and Safety, there will be no compensation for any costs incurred by the Contractor as result of
such stoppage, nor will the Contractor be granted any extension of time as a result.

______________________________________________________________________
200
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

SERIES 2000 DRAINAGE


SECTION 2200 PREFABRICATED CULVERTS

2210 LAYING AND BEDDING OF PREFABRICATED CULVERTS


In sub-Clause (a)(i), delete “20 MPa” and replace with “Class 15/40”.

2218 MEASUREMENT AND PAYMENT


Delete Items 22.07 and 22.08 and replace with the following:

ITEM UNIT
22.07 CAST IN-SITU CONCRETE AND FORMWORK
(a) CLASS 15/40 CONCRETE IN CLASS A CULVERT CUBIC METRE (m3)
BEDDING, SCREEDS, HAUNCHING AND ENCASING
FOR PIPES INCLUDING FORMWORK
(b) CLASS 25/20 CONCRETE IN FLOOR SLABS FOR CUBIC METRE (m3)
PORTAL OR RECTANGULAR CULVERTS AND IN
CONCRETE LINING TO THE INVERTS OF METAL
CULVERTS, INCLUDING FORMWORK AND CLASS U2
SURFACE FINISH
(c) CLASS 25/20 CONCRETE IN INLET AND OUTLET CUBIC METRE (m3)
STRUCTURES, CATCHPITS, MANHOLES, THRUST AND
ANCHOR BLOCK, EXCLUDING FORMWORK BUT
INCLUDING CLASS U2 SURFACE FINISH
(d) FORMWORK TO CONCRETE UNDER SUB-ITEM
22.07(c) (CLASS OF FINISH INDICATED)
(d)(i) CLASS F1 SQUARE METRE
(m2)
(d)(ii) CLASS F2 SQUARE METRE
(m2)

SECTION 2300 CONCRETE KERBING, CONCRETE


CHANNELLING, OPEN CONCRETE CHUTES AND CONCRETE
LININGS FOR OPEN DRAINS

2307 MEASUREMENT AND PAYMENT


Delete Item 23.01 and replace with the following:

______________________________________________________________________
201
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

ITEM UNIT
23.01 CONCRETE KERBING (CLASS OF CONCRETE
INDICATED FOR IN-SITU KERBING)
(a) PRECAST BARRIER KERBS 200mm x 380mm METRE (m)
(b) PRECAST SEMI-MOUNTABLE KERBS 200mm x 300mm METRE (m)
(c) PRECAST MOUNTABLE KERBS 250mm x 200mm METRE (m)
(d) SPECIFY OTHERS METRE (m)

Delete Item 23.08 and replace with the following:

ITEM UNIT
23.08 CONCRETE LINING FOR OPEN DRAINS
(a) CAST IN-SITU CONCRETE LINING CUBIC METRE (m3)
(a)(i) CONCRETE CLASS (ENTER CLASS) TO INVERTS CUBIC METRE (m3)
(a)(ii) CONCRETE CLASS (ENTER CLASS) TO SLOPING OR CUBIC METRE (m3)
VERTICAL SIDES
(b) CLASS U2 SURFACE FINISH TO INVERTS SQUARE METRE
(m2)

Delete the 2nd sentence of the 1st paragraph of coverage for Item 23.09 and replace with the
following:
Formwork under sub-Item 23.09(a) shall be measured for all sloping sides to cast in-situ
concrete drains.

Delete Item 23.16 and replace with the following:


ITEM UNIT
23.16 PRECAST CONCRETE CLASS 30/14 SIDE DRAIN NUMBER (no)
CROSSING SLAB (ENTER TYPE)

SECTION 2500 PITCHING, STONEWORK AND PROTECTION


AGAINST EROSION

2508 MEASUREMENT AND PAYMENT


Delete sub-Item 25.01(b) and replace with the following:

ITEM UNIT
25.01 STONE PITCHING
(b) GROUTED STONE PITCHING (ENTER THICKNESS)
(b)(i) 200mm SQUARE METRE

______________________________________________________________________
202
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

(m2)
(b)(ii) 225mm SQUARE METRE
(m2)
(b)(iii) 250mm SQUARE METRE
(m2)
(b)(iv) 300mm SQUARE METRE
(m2)

Delete sub-Item 25.04(d) and replace with the following:

ITEM UNIT
25.04 CONCRETE PITCHING AND BLOCK PAVING
(d) PREFABRICATED CONCRETE PAVING BLOCKS
(ENTER THICKNESS)
(d)(i) 50mm SQUARE METRE (m2)
(d)(ii) 80mm SQUARE METRE (m2)
(d)(iii) 100mm SQUARE METRE (m2)

Delete Item 25.06 and replace with the following:

ITEM UNIT
25.06 PROVISION OF HERBICIDE AND ANT POISON
(a) PROVISION OF MATERIALS PROVISIONAL SUM
(b) CONTRACTOR’S OVERHEADS AND PROFIT AS A SQUARE METRE (m2)
PERCENTAGE OF SUB-ITEM 25.06(a)

SERIES 3000 EARTHWORKS AND PAVEMENT


LAYERS OF GRAVEL OR CRUSHED STONE
SECTION 3100 CLEARING, GRUBBING AND REMOVAL OF
TOPSOIL

3102 DESCRIPTION OF WORKS


(b) Area to be cleared grubbed and removed of topsoil
Delete the 1st paragraph and replace with the following:
The area to be cleared and grubbed shall extend 3m beyond the top of cut slopes and 3m
beyond the toe of embankment slopes unless otherwise instructed by the Engineer. Topsoil

______________________________________________________________________
203
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

shall only be stripped within the road prism unless otherwise instructed by the Engineer. The
Engineer may also designate other areas to be cleared and stripped.

Delete the 2nd paragraph and replace with the following:


Clearing and grubbing on the existing carriageway and shoulders is not required where there
is no vegetation,

(c) Clearing and grubbing


Insert the following at the end of the 2nd paragraph;
Clearing shall also include the removal of loose pavement materials, road signs, right-of-way
markers, kilometre stones, guideposts and other incidentals. On instruction by the Engineer these
items shall be carefully removed to ensure they are not damaged. All signs and markers etc., shall
remain the property of the Employer. They shall be cleaned, loaded into transport, transported to a
designated storage area, off loaded and neatly stacked.
Delete the 1st sentence of the 5th paragraph and replace with the following:
Trees within the road prism with a girth greater than 300mm shall not be cut down or
uprooted without the written instruction of the Engineer If and once so instructed such trees
and other trees, stumps and roots of any size, including matted roots, in the roadway. shall be
removed at least to the depth which is the larger of the following
Insert the following as a final paragraph:

The Contractor shall ensure that his clearing, temporary drainage and other operations do not in
any way alter the drainage regime within the project area except where this is a direct and
unavoidable result of the Permanent Works.

(d) Removal of topsoil


Delete this paragraph and replace with the following:

All topsoil within the limit of the earthworks shall be stripped and stockpiled unless otherwise
directed by the Engineer. Topsoil will be used in topsoiling embankment slopes and in
rehabilitating old roads in accordance with Section 5700. Further topsoil will then be used in
landscaping other areas at the direction of the Engineer. Surplus topsoil shall only be removed to
spoil at the direction of the Engineer. The rates for removal of topsoil shall include all haulage
and the requirements of Clause 1213.

(g) Disposal of material


Delete the 2nd paragraph and replace with the following;

All tree trunks and branches in excess of 150 mm in girth shall be cleared of secondary
branches, sawn into suitable lengths and stacked at sites indicated by the Engineer. Such
timber shall not be used by the Contractor and shall remain the property of the owner or legal
occupants of the land unless otherwise agreed by the Engineer.

(h) Re-clearing of vegetation


Delete the 1st paragraph and replace with the following;

______________________________________________________________________
204
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

When portions of the road reserve or other areas have been cleared in accordance with the
Specifications, but vegetation grows again in the course of time during construction, the Engineer
may, if he/she considers it necessary, order that the area be re-cleared. No additional payment will
be made for such re-clearing.

3103 MEASUREMENT AND PAYMENT


Delete Item 31.01 and replace with the following:

ITEM UNIT
31.01 CLEARING, GRUBBING AND REMOVAL OF TOPSOIL
(a) CLEARING AND GRUBBING HECTARE (ha)
(b) REMOVAL OF TOPSOIL
(b)(i) REMOVAL OF TOPSOIL AND STOCKPILING FOR RE- CUBIC METRE (m3)
USE
(b)(ii) DISPOSAL OF SURPLUS STOCKPILED TOPSOIL CUBIC METRE (m3)
(PROVISIONAL)

Delete the last sentence of the 1st paragraph of coverage for Item 31.01 and replace with the
following:
The unit of measurement for sub-Item 31.01(b), removal of topsoil as specified or instructed
by the Engineer, shall be the cubic metre measured in the stockpile or spoil area. Topsoil
otherwise wasted will not be paid for.

SECTION 3200 REMOVAL OF EXISTING STRUCTURES

3208 MEASUREMENT AND PAYMENT


Add the following new sub-Item 32.01(f):

ITEM UNIT
32.01 REMOVAL OF EXISTING STRUCTURES
(f) REMOVAL OF EXISTING BUILDINGS SQUARE METRE (m2)

SECTION 3300 BREAKING UP EXISTING PAVEMENT LAYERS

3307 MEASUREMENT AND PAYMENT


Delete Item 33.04 and replace with the following:

ITEM UNIT
33.04 SCARIFY AND RECOMPACT EXISTING PAVEMENT
LAYERS (STATE SCARIFICATION DEPTH AND

______________________________________________________________________
205
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

DENSITY OF COMPACTION)
(a) SCARIFY 150mm DEPTH AND COMPACT TO 95% MDD CUBIC METRE (m3)
(b) SCARIFY 150mm DEPTH AND COMPACT TO 97% MDD CUBIC METRE (m3)
(c) ETC. CUBIC METRE (m3)

SECTION 3400 BORROW PIT AND QUARRY ACQUISITION AND


EXPLOITATION

3401 SCOPE
Delete this Clause and replace with the following;

This Section covers the work involved in obtaining borrow materials for work under this
contract, including negotiations with Owners or Legal Occupants of the land on which
borrow areas and quarry sites are situated. Legal Occupants of the land are those occupying
the land under the system that is recognised by the laws of Uganda.

3402 NEGOTIATIONS WITH LANDOWNERS, AUTHORITIES AND


LEGAL OCCUPANTS OF LAND
Delete the 1st paragraph and replace with the following;

As specified in Clause 1215 it is entirely the Contractor's own responsibility to obtain and
pay all royalties in respect of all land required by the Contractor outside the road reserve for
opening of borrow pits and quarries, including access roads and land for stockpiling topsoil
(that will be used for reinstating the Borrow area). Such provision of land shall be considered
part of the Contractor's general obligations as defined in Section 1300.
3403 ACCESS TO BORROW PITS AND QUARRIES
Insert the following 4th paragraph;

The Contractor shall demonstrate and put in place details contained in his Environmental
Management Plan as referred to in Clause 1702 and 3405(a), and as indicated in the EIA
report and seek the Engineer’s approval prior to gaining access to site.

3404 OBTAINING BORROW OR QUARRIED MATERIALS


(a) General
Insert the following as 1st paragraph:

Any borrow pit and quarry plans included in the Soils and Materials Report are issued for
information purposes only and do not form part of the Contract Documents. Borrow pit and
quarry site information given, if any, is to describe location and possible quality of potential
materials sources. Any assessment and conclusions made by the Contractor based on the
information provided is at his own risk.
Insert the following as 3rd and 4th paragraphs;

______________________________________________________________________
206
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

The Contractor shall be responsible for locating and obtaining all the construction materials
he requires and shall be responsible for carrying out all materials investigations regarding the
location and use of borrow pits and quarries.
The results of the Contractor’s construction material test results shall be submitted to the
Engineer for information purposes and where necessary the Engineer will comment thereon.
The responsibility for ensuring that all construction materials used on the project conform to
the specified requirements remains with the Contractor and the Engineer will only carry out
quality acceptance control tests on materials after they have been delivered to the site for use
in the Works.

(b) Borrow area and quarry site plans


Add the following final paragraph;

Material required for the construction of pavement layers shall be stockpiled in heaps within the
borrow area. All stockpiles shall be of maximum size and shape required by the Engineer. The
Contractor shall in his programme of works allow for the necessary period of time for testing and
approval of stockpiled gravel before it may be used on the road.
No separate payment will be made in regard to such stockpiling of materials.

(d) Borrow materials obtainable in the road prism or within the road reserve
boundaries
Delete the heading and sub-Clause and replace with the following:

(d) Borrow materials obtainable from the road prism


Approval of a borrow pit and its material product(s) by the Engineer will not alleviate the
Contractor of his obligation to make full and effective use of all suitable materials available
from the cut operations on site.
Should the Contractor spoil excavated material of a quality suitable for use in the
construction of the pavement (including fill) and uses borrow materials instead of suitable
material(s) won from the cut operation within the road prism, the quantity of fill material
measured shall be reduced by the quantity spoiled from cut operations. Material required for
the construction of pavement layers may be stockpiled in heaps within the road reserve. All
stockpiles shall be of maximum size and shape required by the Engineer. No separate
payment shall be made in regard to such stockpiling.

3405 OPENING AND WORKING BORROW PITS


a) Excavating borrow material
Add the following after the 1st paragraph:

Prior to working borrow pits and quarries, the area shall be cleared and grubbed, and topsoil
stripped and stockpiled for subsequent reinstatement. Any overburden shall be removed and
stockpiled separately.

Add the following final paragraph;

______________________________________________________________________
207
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Material required for the construction of pavement layers shall be stockpiled in heaps within the
borrow area. All stockpiles shall be of maximum size and shape required by the Engineer. The
Contractor shall in his programme of works allow for the necessary period of time for testing and
approval of stockpiled gravel before it may be used on the road.
No separate payment will be made in regard to such stockpiling of materials.

3406 REINSTATING BORROW AND QUARRY AREAS AND HAUL


ROADS
a) Borrow and quarry areas
Delete the 2nd paragraph and replace with the following:

Spoil from clearing and grubbing operations together with overburden shall be removed from
stockpile and spread over the borrow area. Material excavated under sub-Item 36.01(a)
(excluding perishable or combustible material) may also be spread if approved by the
Engineer. Topsoil shall then be removed from stockpile and spread evenly. Where there is
insufficient topsoil, the area shall be scarified along contours to reduce erosion.
Add the following final paragraph:
Should the Contractor fail to comply with the requirements for reinstating quarry and borrow
areas, the Engineer may arrange for reinstatement by a third party and deduct the costs
thereof from monies due to the Contractor.

3408 MEASUREMENT AND PAYMENT


At the end of the 2nd paragraph, delete “also for......and quarries” and add the following:

Separate payment will not be made for clearing, grubbing, stripping topsoil and removing
overburden prior to utilising borrow pits and quarries. Nor will separate payments be made
for reinstatement. The bid rates for procuring and utilising materials obtained from borrow
pits and quarries shall include the Contractor’s costs in complying with all such requirements.

SECTION 3500 SELECTING AND UTILISING MATERIAL FROM


BORROW PITS AND CUTTINGS

3506 COMPACTION OF MATERIALS


Re-number sub Clause (c) to be sub-Clause (b).

Add new sub-Clause (c)

(c) Site trials to confirm compliance with the Specifications


Full-scale laying and compaction trials shall be carried out by the Contractor on all earthworks and
pavement materials to be incorporated into the Works, using the construction plant and methods
proposed by the Contractor. The trials shall be carried out with the agreement and in the presence
of the Engineer's Representative.

______________________________________________________________________
208
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

The trials shall be carried out to enable the Contractor to demonstrate the suitability of his mixing
and compaction equipment to provide, lay and compact the material to the specified density and
level, and to confirm that the other specified requirements can be achieved.
Each trial area shall be at least 100 metres long unless otherwise specified and to the full
construction width (half road width where appropriate) and shall be laid to the specified depth for
the material. It may form part of the permanent works provided it complies with the
Specifications. Any areas that do not comply with the Specifications shall be reworked or
removed.
The Contractor shall allow in his programme for conducting site trials and for carrying out the
appropriate tests. The trial on each pavement layer shall be undertaken at least 21 days ahead of
the Contractor's intended date for commencing full-scale work on the particular pavement layer.
Each site trial section shall be compacted using a range of compactive effort proposed by the
Contractor, and the following data shall be recorded for each level of compactive efforts:
 The relevant construction control tests (refer Series 7000) for the specified
layer/material before the Site trial. This shall include mechanical stabilisation.
 Establish Maximum Dry Density and Optimum Moisture Density as required by
the relevant technical specifications.
 The moisture content at the time of compaction.
 The type, size, tyre pressures, frequency of vibration and the number of passes of
the compaction equipment.
 The density achieved for each specific compaction effort.
 The compacted thickness of the layer, and
 Any other relevant information as directed by the Engineer.
At least eight sets of tests shall be made by the Contractor and the Engineer on each 100 metres
for each level of compaction effort. Provided all eight sets of results over the range of compaction
effort proposed by the Contractor meet the specified requirements for the material, the site trial
shall be deemed successful. The above data recorded in the trial shall become the agreed basis on
which the particular material shall be provided and processed to achieve the specified
requirements.
If during the execution of the Works, the construction control tests indicate that the requirements
for the material are not being consistently achieved, then work on the layer shall stop until the
cause is investigated by the Contractor. Such investigation may include the effect of using other
compaction methods, further laboratory tests and/or site trials on the material to determine a
revised set of data, as above, which when agreed shall become the basis on which all subsequent
material will be provided and processed to achieve the specified requirements.
Agreement by the Engineer to a set of data recorded in a site trial shall not relieve the
Contractor of any responsibility to comply with the requirements of the Specifications.

SECTION 3600 EARTHWORKS

3601 SCOPE
Add the following at the end of the 1st paragraph;

The section also covers the widening of existing cuttings, fills and road beds.

______________________________________________________________________
209
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Delete the requirements for material type “DR” in the 2nd paragraph and replace with the
following;
DR Dump Rock, waste rock consisting of natural gravel, natural sand, crushed gravel or
crushed rock (other than agrillaceous rock), well graded. Dump Rock used in the
uppermost 2.5m of fill shall comply with the grading limits in Table 3602/2.

3602 MATERIALS
(a) General
In the 3rd paragraph, delete the Typical use of DR “Lower improved subgrade layer and fill”
and replace with “Fill only”

Delete Table 3602/2 and replace with the following;

TABLE 3602/2: REQUIREMENTS FOR DUMP ROCK (DR) IN FILL


Material Class: DR (dump rock)
Depth within DR fill Below 0.3m Upper 0.3m
Sieve size Pecentage Sieve size Pecentage
(mm) by mass (mm) by mass
passing passing
Grading to BS 1377-2 500 100 75 100
300 50 - 70
Crusher Run
20 0-5
Los Angeles Lower limit -
Coefficient (to EN
Upper limit 50 50
1097-2: 1998)
Maximum Layer Thickness 750mm in one operation 150mm in one operation
The content of fines in the coarse material below 0.3m shall be sufficiently low so that the
larger particles rest against each other when placed in earthworks layers. The grading of
the fine material in the upper 0.3m shall be such as to effectively blind the lower layer.
The Engineer’s decision shall be the final in cases where doubt or disagreement exists
whether the material can be classified as DR.

(b) Material requirements for fill and improved sub-grade layers


Add the following at the end of this sub-Clause;
Any material which is classified as “unsuitable material” shall not be used in the Works.
Unsuitable material shall be any material which includes or consists of:
 material from swamps, marshes and bogs;
 logs, stumps, roots and vegetable matter;
 perishable or combustible material;
 slurry and mud;
 surface soil and highly organic clay and silt;
 material with a liquid limit greater than 50%
 material with more than 30% passing the BS 75 microns sieve.
______________________________________________________________________
210
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

3604 PREPARATION OF THE ROADBED


(a) Removing unsuitable material
(i) Poor material quality
Add the following after the 1st paragraph:
Unsuitable soils shall include the following:
 Highly organic soils such as peat materials from swamps, marshes and bogs that
contain excessive amount of logs, tree stumps and other perishable material;
 Material having a liquid limit exceeding 50%;
 Material having a 4 days-soaked CBR value less than 3% at 95% MDD
determined by AASHTO T180.
However, the Engineer may, at his sole discretion, instruct other types of materials that he
considers unsuitable to be removed and paid for as unsuitable. Other unsuitable materials
include trash, rubble, wood, debris, non-regulated industrial waste, etc.

(ii) Wet material


Add the following at the end of this sub-Clause:

No payment will be made for replacing material should the material become unstable after
exposing it to traffic (public or construction traffic).

3605 EMBANKMENTS
(c) Benching
Delete the 3rd paragraph and replace with the following;
The dimension of benches as well as extent to which existing fills have to be cut back to form
benches shall be subject to the Engineer’s approval. The benches shall be wide enough to
accommodate sufficiently effective compaction equipment.

(d) Constructing pioneer layers on unstable ground


Delete the 2nd and 3rd paragraphs of this sub-Clause and replace with the following:
The pioneer layer should be compacted (pushed into the underlying material) by tracking
with heavy equipment such as dozers, tracked excavators or loaded dump trucks until there is
no discernable movement. The pioneer layer shall then be blinded with a finer rock material.
This shall be vibrated into the underlying voids using a heavy vibrating compactor until there
is no discernable movement.
Payment for the pioneer layer and blinding material will be paid for under sub-Items 36.02(h)
and (j) respectively.

(j) Embankment construction in swamps


Delete this sub-Clause from the start of the 1st paragraph to the 6th paragraph of sub-
Clause (2) ending “.....of the Engineer shall be re-worked” and replace with the following:

It is essential that construction works at swamps is carried out as early as possible in order to
allow settlement and/or consolidation to take place before construction of pavement layers.

______________________________________________________________________
211
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Construction of embankments across swamps and other waterlogged or low-lying areas will
require special techniques to create a stable platform prior to placing fill, improved subgrade,
and pavement layers.
Techniques are suggested below but it will be the Engineer’s decision as to how to deal with
such problem areas on site. Trials will be needed to determine the best solution at any given
location. Where trials fail, the Contractor will be reimbursed for labour and machinery under
dayworks and for materials under BoQ Items.
Swamps can be classified as either seasonal or permanent.

(1) Seasonal swamps


Seasonal swamps can be defined as swamps where there is no standing water during
the dry season. Construction at these locations, and other waterlogged areas should, if
possible, be carried out during the dry season.
The technique suggested for construction at seasonal swamps is the same as for
constructing pioneer layers on unstable ground as detailed in sub-Clause (c) above
except that the Engineer will instruct the removal of unsuitable material. The
Engineer may instruct further trial holes to be excavated to supplement existing
information.
If stability is achieved after placing and compacting the pioneer layer, then blinding
can be carried out. However if there is still discernable movement, the Engineer may
instruct that additional rock be placed and compacted or alternatively that further
excavation of unsuitable material is necessary before placing the pioneer layer.

(2) Permanent swamps


Permanent swamps can be defined as swamps where there is standing water
throughout the year. Details of materials that will be encountered should be available
and will be supplemented by any additional testing instructed by the Engineer in
accordance with Section 7100.
The following three operations are suggested as one method of creating a stable
platform: Other methods using geogrids and rockfill can also be used. This
alternative usually requires embankment surcharging.
The first operation is to remove as much poor material (such as black cotton soil) as
possible using a large tracked excavator. Ideally, all poor material should be removed
down to a more stable material. However this may not be possible given the
limitations of the machinery being used. Where widening an existing embankment,
care must be taken not to de-stabilise the existing road structure by excavating too
close to it.
The second operation is to tip dumped rock Class DR. No compaction will be
possible until the top level of the rock is near water level. The rock must then be
compacted (pushed into the underlying material) by tracking with heavy equipment
such as dozers, tracked excavators or loaded dump trucks. Compaction should
continue until there is no discernable movement. More rock can then be dumped and
similarly compacted up a top level nominally 0.3m above high water level. Payment
for this rock will be made under sub-Item 36.02(i).

______________________________________________________________________
212
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

The third operation is to blind the rock with a “crusher run” material so that voids in
the top of the dumped rock are filled. This shall be vibrated into the underlying voids
using a heavy vibrating compactor until there is no discernable movement. Further
crusher run can then be dumped and similarly compacted until the top level is
nominally 0.6m above high water level. Payment for this crusher run will be made
under sub-Item 36.02(j). There is no specified grading for this material other than a
maximum particle size of 75mm. The Contractor shall submit a sample of the
proposed material to the Engineer for approval prior to use.
If the Engineer considers it necessary, a geotextile filter fabric may be laid on the
blinded rock prior to filling or pavement construction so that fines are retained.
Payment for this geotextile will be made under sub-Item 36.02(k).

Delete the 3rd sentence of the 7th paragraphs of sub-Clause (2) “In such cases.....adjacent
ground level” and replace with the following:
In such cases the existing embankment shall be cut to the top of adjacent rock level.
Delete the 2nd sentence of the 8th paragraphs of sub-Clause (2) “The time lap.....settlement in
the surface” and replace with the following:
The time lap between finishing the embankment up to the underside of improved
subgrade layers and placement of improved subgrade layers and pavement layers will
depend on the rate of settlement in the surface
Add the following at the end of the 8th paragraphs of sub-Clause (2):
After completion of improved subgrade and pavement layers there is, in the opinion
of the Engineer, a risk of continuing differential settlement, then the Contractor may
be instructed to surface the road with surface dressing in lieu of asphaltic concrete.

3610 MEASUREMENT AND PAYMENT


Delete the 1st paragraph and replace with the following:
The Engineer and Contractor shall jointly survey the ground surface after topsoil strip has
been completed but before removal of any unsuitable material or roadbed preparation. This
survey may be carried out by taking cross-sections at 20m intervals, or closer where needed,
and should include changes of slope such as side ditches. Alternatively the survey may be
taken using a total station instrument in which case the data does not have to be recorded at
fixed intervals. These data shall be entered in the road design software to produce a ‘stripped
digital terrain model’ which shall be used in calculating bulk earthworks quantities. No
additional payment will be made to the Contractor and his costs in complying are deemed to
be included in his bid rates.

Add the following after the 1st sentence of the 2nd paragraph of coverage for Item 36.01:
It shall include unsuitable material excavated below stripped ground level in fill areas or
below the design excavation level in cut (the underside of improved subgrade layers where
these are to be placed, or formation level where improved subgrade layers are not required).

Add the following at the end of the 1st paragraph of coverage for Item 36.01:

______________________________________________________________________
213
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

, or under other bill items, and shall only be applicable either for material deemed by the Engineer
to be unsuitable for the Works or surplus material not required for fill or improved sub-grade
construction.
Delete the 4th paragraph of coverage for Item 36.01 and replace with the following:
Excavation of rock according to the criteria in Table 3603/1 shall only be paid for if the
material is surplus to requirements and taken to spoil.

Add the following after the 1st sentence of the 7th paragraph of coverage for Item 36.01:
The bid rate shall also include full compensation for working in confined locations and/or
with small quantities such as could be encountered in excavating pockets of unsuitable
material. The bid rate shall further include full compensation for the temporary storage of
spoil material next to borrow areas and for the subsequent loading, transporting, offloading
and spreading of spoil material within the borrow areas and for reinstating the temporary
storage site.

Delete Item 36.02 and replace with the following:

ITEM UNIT
36.02 FILL AND IMPROVED SUBGRADE LAYERS
(a) MINIMUM G15 QUALITY MATERIAL IN UPPER CUBIC METRE (m3)
IMPROVED SUBGRADE LAYER
(b) MINIMUM G7 QUALITY MATERIAL IN LOWER CUBIC METRE (m3)
IMPROVED SUBGRADE LAYER
(c) MINIMUM G3 QUALITY MATERIAL IN FILL CUBIC METRE (m3)
(d) FILL USING ROCK CUBIC METRE (m3)
(e) CROSSFILL CUBIC METRE (m3)
(f) SIDE FILL COMPACTED BY DOZERS AS SPECIFIED CUBIC METRE (m3)
(g) EXTRA OVER SUB-ITEMS 36.02(a) TO (e) FOR CUBIC METRE (m3)
CONSTRUCTION OF SAND BLANKET
(h) CLASS DR DUMPED ROCK TO PIONEER LAYER TONNE (t)
(i) CLASS DR DUMPED ROCK TO FILL IN SWAMPS TONNE (t)
(j) CRUSHER RUN IN UPPER 0.3m TONNE (t)
(k) GEOTEXTILE (STATE TYPE AND GRADE) SQUARE METRE (m2)
(l) GEOGRID (STATE TYPE AND GRADE) SQUARE METRE (m2)

In the 1st line of coverage for Item 36.02, add “for sub-Items (a) to (g)” after “measurement”.

Delete the final sentence of the 1st paragraph of coverage for Item 36.02 and replace with
the following:
Filling to compensate for excavation of unsuitable material in excess of that instructed by the
Engineer will not be paid for.

Add the following at the end of the 5th paragraph of coverage for Item 36.02:

______________________________________________________________________
214
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

The bid rate for sub-Items 36.02(a) to (d) shall also include full compensation for filling in
confined locations and/or with small quantities such as could be encountered in backfilling
where pockets of unsuitable material have been excavated.

Delete the final paragraph of coverage for Item 36.02 and replace with the following:
The unit of measurement for dumped rock in pioneer layers and fill to swamps shall be tonne.
The measured quantity shall be determined from weighbridge print-outs as described in sub-
Clause 13.02(a). The bid rates shall include for excavation of the material, either from the
road prism or quarry, haulage, placing and compaction in accordance with all the
requirements of Clauses 3605 and 3606 for this material. Where the material is obtained
from the road prism, the bid rate shall also allow for haulage via a quarry for weighing, or for
provision and use of a portable weighbridge which can produce print-outs.

Delete the final paragraph of coverage for Item 36.02 and replace with the following:
The measurement of sub-Items 36.02(j) and 36.02(k) shall be the square metre of area
covered. Bid rates shall include full compensation for supplying the material, cutting,
placing, joining, overlapping and securing the material in position including any wastage.

SECTION 3700 PAVEMENT LAYERS OF NATURAL GRAVEL


MATERIALS

3702 MATERIALS
(d) Grading modulus (GM), grading coefficient (GC) and shrinkage product (SP)
Delete the “GC” equation and replace with the following new formula;
GC = ((%pass26.5mm - %pass2mm) x %pass4.75mm)/100
Where:
%pass 26.5mm is the percentage of material passing the 26.5mm sieve size (N.B. 26mm or
28mm standard sieve size can be substituted without significant error);
%pass 2mm is the percentage of material passing the 2mm sieve size (N.B. 2.36mm standard
sieve size can be substituted without significant error);
%pass 4.75mm is the percentage of material passing the 4.75mm sieve size.

(i) Material requirements for natural gravel sub-base (G30)


Delete “note 1)” in the bottom row of Tables 3702/2, 3702/3, 3702/4 and 3702/5 and replace
with following:
CBR values shall be measured at the minimum specified field density for the layer in
accordance with Table 3704/1.

3706 PROTECTION AND MAINTENANCE


Add the following at the end of this Clause:
Any completed section of sub base works approved by the Engineer must be covered by base
course within fourteen days of completion. If the contractor allows traffic to travel on the
completed sub base, the maximum length of any section of works to be carried out in half

______________________________________________________________________
215
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

widths at one time shall comply with Clause 1512. No traffic shall be allowed to travel on
completed chemically stabilized sub base before complete curing as per clause 3803(f).
Traffic shall not use the sub base on any one section for more than fourteen days during which
time the surface shall be kept dust free. Before application of the base course, material from
any defects in the sub base, water or traffic damage, settlement or soft patches shall be
excavated, new sub base material applied in accordance with the specification and made good,
all at no additional cost.
3708 MEASUREMENT AND PAYMENT
Delete Item 37.02 and replace with the following:

ITEM UNIT
37.02 NATURAL MATERIAL FOR SUBBASE
(a) NATURAL GRAVEL CLASS G45 CUBIC METRE (m3)
(b) NATURAL GRAVEL CLASS G30 CUBIC METRE (m3)
(c) NATURAL MATERIAL CLASS G15 FOR CHEMICAL CUBIC METRE (m3)
STABILISATION OR MECHANICAL MODIFICATION
(d) NATURAL MATERIAL CLASS G7 FOR CHEMICAL CUBIC METRE (m3)
STABILISATION OR MECHANICAL MODIFICATION

Add the following at the end of the 1st paragraph of item coverage;
The quantity measured under Item 37.02(c) when chemically stabilised shall be the compacted
volume of the finished stabilised layer. The quantity measured under Item 37.02(c) when
mechanically modified shall be the compacted volume of the finished modified layer LESS the
compacted volume of binder paid for under Item 38.05. The proportions of each shall be
determined from Trial Sections specified in Clause 3804.

SECTION 3800 STABILISATION

Delete Section 3800 and replace with the revised Section 3800 as follows:

SECTION 3800 STABILISATION AND MODIFICATION

3801 SCOPE
This Section covers the modification or stabilisation of materials used in the construction of
the earthworks or pavement layers by mechanical modification of the material through
addition of soil binder or by addition of a chemical stabilising agent such as cement or lime.
Treatment of material by chemical stabilising agents or mechanical modification is used to
improve engineering properties of available road-building material that is otherwise marginal
or substandard. The resultant product shall be technically suitable, and more cost-effective
than alternative options.

______________________________________________________________________
216
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Addition of a soil binder to natural soils and gravels (mechanical modification) may be
adopted to improve load bearing capacity (CBR strength), plasticity index, grading or other
properties of a natural material.
Such improvements may also be achieved by treatment with suitable chemical agents, in
which the parent material retains its granular nature (not becoming a cemented material)
while typically CBR strength and plasticity index are enhanced (chemical modification).
The term stabilisation is used to denote materials for which the addition of a chemical
stabilising agent causes cementing action and associated strength gain.
The generic term "stabilising agent" used in this section denotes both soil binder and
chemical stabilising agent (such as cement or lime) where specified conditions are applicable
to either method. The generic term "treatment" is used in similar manner.
The scope of work includes the furnishing, spreading and mixing-in of the stabilising agent
and compaction of the treated material. It also includes provision of curing treatment for
chemically stabilised (cemented) material.
Technical suitability of a treatment (fitness-for-purpose) shall be evaluated as follows:

Modification (mechanical and chemical)


Modified materials shall comply with, and shall be used as, material meeting specification
requirements for soil or natural gravel classes defined in sections 3600 or 3700, unless
otherwise approved by the Engineer.

Stabilisation
Chemically treated materials in which cementing action occurs are classified according to
their minimum unconfined compression strength (UCS) as follows:

C1.5: minimum UCS value of 1.5 MPa


C1.0: minimum UCS value of 1.0 MPa
C0.7: minimum UCS value of 0.7 MPa
CM: minimum UCS value of 0.5 MPa.
UCS value is measured after 7 days airtight curing and 7 days soaking in water at 27 ± 2˚C in
accordance with BS 1924: Part 2. The compaction degree of the specimens shall be 97%
MDD.
Full compliance details for chemically stabilised materials are set out in Table 3802/2.

3802 MATERIALS
Soil binder for mechanical modification
Natural gravel or soil material used as a binder for mechanical modification shall be
classified nominally by CBR strength after 4 days soaking as required for all materials
specified in Sections 3600 and 3700.
Sands and crushed stone materials used as a binder for mechanical modification shall be
classified nominally by a target grading curve and tolerances, with other properties for
cleanliness, strength, durability and soundness as specified in the project Special
Specifications.

______________________________________________________________________
217
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

In all cases approval for use as a binder material shall be subject to the Engineer's discretion
based on results from trial sections, and compliance of the modified parent material with
specified requirements.
Binder material that is approved for mechanical modification, and is in full compliance with a
specified class in either section 3600, 3700 or 3900, or the applicable Special Specifications
shall be thus designated and subsequent compliance checks on binder material shall be based
on the specification requirements.
Binder material that is approved for mechanical modification, but is not in full compliance
with a specified class in either section 3600, 3700 or 3900, or the project Special
Specifications shall require approval of a particular project-specific material specification that
will be used for subsequent compliance checks on binder material.
The particular project-specific binder material specification shall be based on existing project
specification requirements for the nominal class material, and shall set out the revised limits
as required for that material classification that differ from the existing requirements.
The acceptance of such particular project-specific binder material specification shall not
relieve the Contractor of any responsibility in ensuring compliance of the modified material
with the approved specification class.

Chemical stabilisers
The following sub-clauses (a) to (d) set out all the requirements for the application and use of
chemical stabilising agents for treatment of natural road-building materials.

(a) Chemical stabilising agents


The stabilising agent shall be either one or more of the following agents specified on the
Drawings, in the Bill of Quantities or in the Special Specifications or as ordered by the
Engineer.
(i) Hydraulic Road Binder
Hydraulic road binders shall comply with the requirements of US 371:2003,
AASHTO M216-92, and road lime shall comply with US 288: 2001 or AASHTO
M216-92 or equivalent standard on approval of the Engineer.
(ii) Cement
Cement shall comply with the requirements of US 310-1:2001 (CEM I or II),
AASHTO M85-98 or equivalent standard on approval of the Engineer. The use of
rapid-hardening cement shall not be permitted.
(iii) Blast-furnace cement
Blast-furnace cement may be used if specified in the Special Specifications, and shall
comply with the requirements of US 310-1:2001 (CEM III), AASHTO M240-97 or
equivalent standard on approval of the Engineer.
(iv) Other chemical stabilising agents
Other chemical stabilising agents such as fly-ash or liquid ionic stabiliser may be used
if allowed for in the Special Specifications or if instructed by the Engineer.

(b) Selection of chemical stabiliser

______________________________________________________________________
218
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

The most suitable type of stabiliser to use for a particular type of soil shall be as given in the
special specifications, or as directed by the engineer whereby table 3802/1 may be used for
guidance.

TABLE 3802/1: GUIDE TO SELECTION OF CHEMICAL STABILISER.


% passing the 0.075 mm Plasticity Index (%) Best suited stabiliser
sieve - BS 1377-2 BS 1377: Part 2
PI is less than 6
or PI x (% passing 0.075 Cement only 1)
Less than 25% mm) is less than 60
6 – 10 Cement preferred
More than 10 Cement and/or lime 2)
Less than 10 Cement preferred
More than 25% 10 – 20 Cement and/or lime 2)
More than 20 Lime preferred 2)
Lime requires presence of clay particles to react and is therefore used for materials with high
PI. Admixture of pozzolans, such as pulverised slag or fuel ash from coal fired power
plants, can make stabilisation with lime possible also for materials with low PI.
Cement can be used for stabilisation of material with high PI, but lime is normally preferred
for PI reduction in such cases. To use cement under such circumstances preferably
requires that the workability of the material is improved by a pre-treatment with 2% lime
prior to cement stabilisation which should then provide UCS strength gain (a 2-phase
treatment).

(c) Purchase and storage of chemical stabilisers


From the time of purchase to the time of use, all chemical stabilising agents shall be kept
under proper cover and be protected from moisture.
Consignments of these materials shall be used in the same sequence as that in which they are
delivered at the Works. Material that has clearly deteriorated from its original condition shall
not be used in the Works, unless demonstrated to the satisfaction of the Engineer to still be
effective.
Stock which has been stored on the Site for periods longer than three months shall not be
used in the Works, unless authorised by the Engineer.

(d) Requirements for chemical stabilisation


(i) Durability
In order to ensure that an irreversible stabilisation reaction occurs, the amount of
stabiliser added shall not be less than the initial consumption of lime (ICL) as
determined according to BS 1924: Part 2 plus 1%.
(ii) Material requirements
The requirements for materials before and after stabilisation treatment are given in Table
3802/2. The Grading Modulus (GM) is defined in Sub-Clause 3702 (d).Table 3802/2
TABLE 3802/2: REQUIREMENTS FOR STABILISED MATERIALS (CEMENTED LAYERS)
Material Properties Material Class

______________________________________________________________________
219
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

C 1.5 C 1.0 C 0.7 CM


After stabilisation:
Minimum UCS (MPa) BS 1924: Part 2. 1) 1.5 1.0 0.7 0.5
Before stabilisation:
Soaked CBR (%) at 95% MDD of BS-
Minimum 30 Minimum 20 Minimum 20 Not required
Heavy, BS 1377: Part 4
Plasticity index (%), BS 1377: Part 2. 2) Maximum 20 Maximum 25 Maximum 25 Maximum 35
Aggregate strength TFVdry , Minimum
Not required Not required Not required
BS 812: Part 111 50 kN
Grading modulus (GM), BS 1377: Part 2 Minimum 1.5 Minimum 1.2 Minimum 1.0 Not required
Organic content BS 1377: Part 3 Max 0.5% Max 1.0% Max 1.0% Max 2.0%
Sulphate (SO3) content BS 1377: Part 3 Maximum 0.25%
Max. particle size BS 1377: Part 2 1/2 of compacted layer thickness but not >50mm.
The unconfined compression strength (UCS) shall be measured after 7 days airtight curing and
7 days soaking in water at 27 ± 2˚C in accordance with BS 1924: Part 2. The compaction
degree of the specimens shall be 97% MDD.
For each source of material to be stabilised the unconfined compression strength (UCS) shall
also be determined on specimens cured airtight for 14 days. The ration of UCS measured
after 7 days curing and 7 days soaking and the UCS measured on specimen cured for 14
days shall not be less than 75%. A lower ratio might be a result of to high sulphate content.
It is emphasised that the Atterberg limits shall be measured according to BS 1377: Part 2.
Other laboratory test procedures and equipment may not give comparable results and shall
not be used unless proper correlation to BS has been carried out to the satisfaction of the
Engineer.

3803 CONSTRUCTION
(a) Preparing the layer
The parent material to be treated shall be prepared, broken down and spread to the required
loose thickness as specified in Sections 3600 and 3700, and given at least one pass with a
flat-wheel roller. The material shall be damp.
(b) Applying and mixing in the stabilising agent
Mixing of gravel and soils with approved stabiliser and water in stationary or portable plant
and laying with pavers shall be the preferred method to achieve a homogeneous blend. Where
specified in the Special Specification this method shall be adhered to unless otherwise
approved by the Engineer.
Where mixing on the road is employed the approved stabilising agent shall be spread
uniformly over the full area of the prepared layer at the prescribed rate of application by
means of an approved type of mechanical spreader in a continuous process, or it may be
spread by other methods such as motor grader or by hand. Any equipment and method to be
used shall be approved by the Engineer.
Immediately after the stabilising agent has been spread, it shall be mixed with the parent
material to the full depth of treatment by suitable mechanical equipment. Mixing shall be
continued for as long as necessary and repeated as often as required to ensure a thorough,
uniform and intimate mix of the parent material and the stabilising agent over the full area
and depth of the material to be treated. Care shall be taken not to disturb the compacted layer
underneath, nor to mix the stabilising agent in below the desired depth.

______________________________________________________________________
220
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Mixing shall be done by motor grader, disc harrow, plough, rotary mixer or equivalent plant
approved by the Engineer, working over the full area and depth of the layer to be treated by
means of successive passes of the equipment.
(c) Watering
Immediately after the stabilising agent has been properly mixed with the parent material, the
moisture content of the mixture shall be determined and the required amount of water shall be
added.
Each application or addition of water shall be well mixed with the parent material so as to
avoid concentration of water near the surface or flow of water over the surface of the layer.
Particular care shall be taken to ensure satisfactory moisture distribution over the full depth,
width and length of the section being treated and to prevent any portion of the work from
getting excessively wet after the stabilising agent has been added.
Any portion of the work that becomes too wet after the stabilising agent has been added and
before the mixture has been compacted, will be nominally rejected, and such portions shall be
allowed to dry out to the required moisture content. Where a chemical stabiilising agent is
used, the sections shall then be scarified and re-stabilised as required. All reworking due to
unsatisfactory moisture content shall be at the expense of the Contractor.
The water supply and watering equipment shall be adequate to ensure that all the water
required will be added and mixed with the material being treated within a short enough
period to enable compaction and finishing to be completed within the period specified in Sub-
clause 3803(g).
(d) Compaction
During compaction the treated layer shall be continuously bladed by motor grader, and loss
of moisture by evaporation shall be corrected by further light applications of water.
During compaction the Contractor shall lightly harrow or scarify the crust before final rolling
if so required by the Engineer, in order to prevent the formation of laminations near the
surface of the layer. Final rolling shall be done with equipment that will give a smooth
surface finish which conforms to the surface tolerances specified. Low patches on the surface
may not be filled after compaction.
The minimum compaction requirements shall be as specified for the particular layer in
Sections 3600, 3700, or in sub-clause (i) of this section of the Specifications according to
treatment.
A sufficient number of compacting units shall be employed on the work to ensure that, from
the time the stabilising agent is first applied to the layer, the mixing process, watering,
compacting, shaping and final finishing will be completed within the periods specified in
Sub-clause 3803(g).
(e) Finishing at junctions
Any finished portion of the treated layer adjacent to new work, which is used as a turn-round
area by equipment in constructing the adjoining section, shall be provided with a protective
cover of soil or gravel of at least 100 mm thick over a sufficient length to prevent damage to
work already completed. When the adjoining section is being finally finished, such cover
shall be removed to permit the making of a smooth vertical joint at the junction of the
different sections. Material in the vicinity of the joint which cannot be processed

______________________________________________________________________
221
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

satisfactorily with normal construction equipment shall be mixed and compacted by hand or
with suitable hand-operated machines.
(f) Curing the chemically stabilised work
The stabilised layer shall be protected against rapid drying-out for at least seven days
following completion of the layer.
The methods of protection may be any one or more of the following:
(i) The stabilised layer shall be kept continuously wet or damp by watering at frequent
intervals. This method will be permitted for up to a maximum period of 24 hours, but
one of Methods (ii) or (iii) following shall be applied as soon as the moisture content
of the stabilised layer so permits. Work which is not kept continuously wet or damp
but is subjected to consecutive wet-dry cycles, may be rejected by the Engineer
should he/she consider the layer to have been adversely affected.
(ii) The stabilised layer shall be covered with the material required for the following layer
while the stabilised layer is still in a wet or damp condition. The material forming the
protective layer shall be watered at such intervals as may be required to keep the
stabilised layer continuously wet or damp, and in dry weather this shall be done at
least once in every 24 hours.
(iii) The stabilised layer shall be covered with a curing membrane consisting of a spray-
grade emulsion or cutback bitumen applied at the rate specified or instructed by the
Engineer. The provisions of Section 4100 shall apply with changes as required to the
application of a curing membrane. Cutback bitumen may be used instead of bitumen
emulsion if trials show no adverse effect to the stabilised layer, such as loosening of
the surface, and the result is to the full satisfaction of the Engineer.
No additional payment will be made for curing as described above, except that the
application of a curing membrane when specified or ordered by the Engineer shall be paid for
separately under Section 4100.
(g) Construction limitations
All cases In all cases no treatment shall be applied when the moisture content of the parent
material exceeds the optimum moisture content by more than 2% of the dry mass
of material, and no treatment shall be done when weather conditions may
adversely affect the operations in the opinion of the Engineer.
Chemical stabilisation For cemented layers, the chemical stabilising agent shall be applied
only to an area of such size that all processing, watering, compacting and finishing
can be completed within the period given in Table 3803/1. Excessive drying out or
rain falling on the working area during the process of stabilisation may be
sufficient cause for the Engineer to order any affected areas to be reconstructed at
the Contractor's own cost.
TABLE 3803/1: CONSTRUCTION LIMITATIONS
Stabilising agent and material class Maximum time for completion after
stabilising agent comes in contact with
the material to be stabilised
Cement, C1.5, C1.0, C0.7 and CM 4 hours
Lime, C1.5, C1.0, and C0.7 8 hours
Lime, CM 48 hours

______________________________________________________________________
222
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

No traffic or any equipment not actually used for processing the layer may be allowed to pass
over the freshly spread stabilising agent. Only equipment required for curing or priming may
be allowed over the treated layers during the specified curing period. Where water spraying
equipment causes damage to the layer, the Contractor shall carry out watering by side-
spraying tankers travelling off the stabilised layer or alternative methods employed to the
satisfaction of the Engineer.
(h) Quality of materials and workmanship
The Contractor shall keep detailed records of the quantities of stabilising agent applied to the
road and the volume of material stabilised, and shall make these records available to the
Engineer. The Contractor shall also monitor the rate of application when using bulk spreading
equipment, by taking a canvas patch or tray test every 200 metres or as required by the
Engineer.
All spreader equipment shall be calibrated and approved by the Engineer before use on the
road.
The requirements for testing compaction control shall be in accordance with Series 7000.
(i) Compaction requirements
The minimum required compacted density for pavement layers made of chemically stabilised
parent material shall comply with a minimum specification limit of 97% of MDD BS-heavy
compaction.
(j) Defective work or materials
Any material or work which does not comply with the requirements specified shall be
removed and replaced with new materials or be repaired as specified to comply with the
specified requirements if the Engineer permits.
3804 TRIAL SECTIONS
Before the Contractor commences with the chemical stabilisation or mechanical modification
of any layer he shall demonstrate by constructing a trial section that the equipment and
procedure he proposes to use will result in the layer(s) complying in every way with the
specifications.
The trial section shall be at least 3,000 m2 in area and shall be constructed in its position in
the pavement. Only when such a trial section has been satisfactorily constructed and accepted
will the Contractor be permitted to proceed with further stabilised layer or mechanical
modification work. Once approval has been obtained the mixing process and equipment used
shall remain unaltered unless otherwise approved by the Engineer.
In the event of the trial section being unsuccessful the Contractor shall remove the trial
section when instructed to do so by the Engineer.
The trial section shall be paid for separately only when it complies with all the requirements
of these Specifications and has been approved by the Engineer.
3805 CONSTRUCTION TOLERANCES
Construction tolerances and testing shall be in accordance with Series 7000.

3806 MEASUREMENT AND PAYMENT


(a) General
Curing membrane, where required, shall be paid for under Section 4100.

______________________________________________________________________
223
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Chemical stabilising agents shall in all cases be paid for separately under Item 38.03.
Mechanical modification shall in all cases be paid as an extra-over rate under Item 38.04.
Soil binder materials used for mechanical modification shall in all cases be paid for
separately under Item 38.05
The process of chemical stabilisation may be paid for in one of the two alternative ways
given below:
(i) As an extra-over rate for admixture of the stabiliser and curing, where all costs for
furnishing the natural gravel layer including compaction has been paid for already
under Section 3600 or Section 3700 of these Specifications as relevant,
or
(ii) As a payment for the full cost of providing the material to be stabilised, admixture of
stabiliser, compaction and curing, however at separate payment for the stabiliser.

(b) Payment for chemical stabilisation as an extra-over rate

ITEM UNIT
38.01 CHEMICAL STABILISATION
(a) EXTRA OVER ITEM 37.02(c) FOR CHEMICAL CUBIC METRE (m3)
STABILISATION
(b) EXTRA OVER ITEM 37.02(d) FOR CHEMICAL CUBIC METRE (m3)
STABILISATION

The unit of measurement shall be the cubic metre of stabilised material, the quantity of which
shall be determined in accordance with the authorised dimensions of the layers treated as
instructed by the Engineer.
The bid rates for chemical stabilisation under Item 38.01 shall be paid as an extra-over the
rate bid for constructing the un-stabilised layers. The bid rate for chemical stabilisation shall
therefore include full compensation for spreading and mixing the stabilising agent, curing the
stabilised sections, any extra water required, and all supervision, labour, equipment, tools and
incidentals (extra over those provided for in the rates bid for constructing the un-stabilised
layer) necessary for completing the specified work, but excluding the cost of supplying the
stabilising agent. No distinction shall be made in respect of the type of stabilising agent used
or the time for curing.

(c) Payment for chemical stabilisation as a full cost rate

ITEM UNIT
38.02 CHEMICAL STABILISATION: PAYMENT FOR FULL
COST OF PROVIDING:
(a) STABILISED LAYER, MATERIAL CLASS C1.5 CUBIC METRE (m3)
(b) STABILISED LAYER, MATERIAL CLASS C1.0 CUBIC METRE (m3)
(c) STABILISED LAYER, MATERIAL CLASS C0.7 CUBIC METRE (m3)
(d) STABILISED LAYER, MATERIAL CLASS CM CUBIC METRE (m3)

______________________________________________________________________
224
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

The unit of measurement shall be the cubic metre of stabilised material, the quantity of which
shall be determined in accordance with the authorised dimensions of the layers provided and
treated as instructed by the Engineer.
The bid rates for chemical stabilisation under Item 38.02 shall include full compensation for
providing the material to be stabilised, breaking down, placing, spreading and mixing the
stabilising agent, curing the stabilised sections, any extra water required, and all materials,
supervision, labour, equipment, tools and incidentals compacting, testing the material
including the protection and maintenance of the layer, but excluding the cost of supplying the
stabilising agent
When payment for overhaul is allowed for in the Special Specifications and included in the
Bill of Quantities, the rates shall include a free haulage distance as defined in Section 1600.
When payment for overhaul is not allowed for in the Bill of Quantities, the rates shall include
for all transportation of the materials.

(d) Payment for the chemical stabilising agent

ITEM UNIT
38.03 CHEMICAL STABILISER AGENTS:
(a) ROAD LIME TONNE (t)
(b) COMMON CEMENT TONNE (t)
(c) BLAST-FURNACE CEMENT TONNE (t)
(d) OTHER STABILISING AGENTS (STATE TYPE) TONNE (t)

The unit of measurement shall be the tonne of stabilising agent. When mixtures of slag and
cement or lime are used, the quantity of each constituent shall be measured separately and not
the mixture as a whole.
The quantity shall be determined in accordance with the authorised rate of application within
the layer concerned.
The bid rates shall include full compensation for providing the stabilising agent at the Works
irrespective of the rate of application specified or ordered by the Engineer. The rate for milled
blast-furnace slag shall include full compensation for premixing the blast-furnace granulated
slag with other stabilising agents in the required proportion.

(e) Payment for mechanical modification

ITEM UNIT
38.04 MECHANICAL MODIFICATION TO PRODUCE
MATERIAL CLASS G30 BY MIXING A BINDER (STATE
SUB-ITEM) WITH A NATURAL MATERIAL (STATE
SUB-ITEM)
(a) EXTRA OVER SUB-ITEMS 38.05(a) AND 37.02(c) CUBIC METRE (m3)
(b) EXTRA OVER SUB-ITEMS 38.05(b) AND 37.02(c) CUBIC METRE (m3)
(c) ETC. CUBIC METRE (m3)

______________________________________________________________________
225
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

The unit of measurement shall be the cubic metre of compacted modified material.
The bid rate for mechanical modification under Item 38.04 shall be paid extra-over the rates
bid for the materials used in producing the modified layer. The bid rate shall include full
compensation for all additional work involved in mixing the materials and compaction to the
density specified in Table 3704/1. The measured quantity shall be the compacted volume of
the finished modified layer.

ITEM UNIT
38.05 BINDER MATERIAL USED FOR MECHANICAL
STABILISATION
(a) CRUSHED AGGREGATE CLASS CRR or CRS (COARSE CUBIC METRE (m3)
TYPE)
(b) SAND CUBIC METRE (m3)
(c) OTHER (STATE TYPE) CUBIC METRE (m3)

The bid rate for the binder material under Item 38.05 used in mechanical modification shall
include full compensation for procuring, transporting, placing, watering and compacting the
material to the density specified in Table 3704/1.
The quantity measured under Item 38.05 shall be the compacted volume of the finished
modified layer LESS the compacted volume of natural material paid for under sub-Item
37.02(c) or 37.02(d). The proportions of each shall be determined from Trial Sections specified
in Clause 3804.

SECTION 3900 CRUSHED AGGREGATE ROAD BASE

3903 CONSTRUCTION
(c) Spreading and mixing
Delete the last paragraph of thissub-Clause and replace with the following
CRS and CRR crushed aggregate base material may be laid by grader providing that tolerances
specified in Section 7300 are achieved.
In the event the contractor is unable to lay the crushed aggregate using either grader or self-
propelled mechanical spreader and finisher to the specified tolerance, the contractor may have
to lay the material in two layers and is to allow for this in his rates.

3904 PROTECTION AND MAINTENANCE


Add the following at the end of this Clause:
No traffic shall be allowed to travel on the finished base course before application and curing
of the bituminous emulsion prime coat.
The primed base course shall be covered by the bituminous surfacing as soon as is practical but
within a period of no more than 30 days.

______________________________________________________________________
226
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

3906 MEASUREMENT AND PAYMENT


Delete Item 39.01 and replace with the following:

ITEM UNIT
39.01 CRUSHED AGGREGATE FOR ROAD BASE
(a) CRUSHED AGGREGATE CLASS CRS (COARSE TYPE) CUBIC METRE (m3)
(b) CRUSHED AGGREGATE CLASS CRS (FINE TYPE) CUBIC METRE (m3)
(c) CRUSHED AGGREGATE CLASS CRR (COARSE TYPE) CUBIC METRE (m3)
(d) CRUSHED AGGREGATE CLASS CRR (FINE TYPE) CUBIC METRE (m3)

______________________________________________________________________
227
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

SERIES 4000 BITUMINOUS LAYERS AND SEALS


SECTION 4100 PRIME AND CURING MEMBRANES

4102 MATERIALS
(a) Material for Priming
Delete “BS EN 12591: 2000” in the 2nd paragraph of this sub-Clause, and replace with “BS
EN 12591: 2009”
Add new sub-Clause as follows:
(d) General
The Contractor shall submit samples of the bituminous material that he proposes to use, together
with a statement as to its source, character and all laboratory test results as specified in AASHTO
M82, AASHTO M140 and/or AASHTO M208 and written approval shall be obtained before
supplying such material to Site. The Contractor is advised to initiate this process in due time
before the intended start date for use of the material. The actual choice of material to be used shall
be based on the trial sections.
The Contractor shall require the manufacturer or producer of the bituminous material to furnish
material subject to this and all other pertinent requirements of the Contract. Only satisfactory
materials, so demonstrated by tests, shall be acceptable.
The furnishing of the manufacturer's certified test report for the bituminous material shall not
be interpreted as a basis for final acceptance. All such test reports shall be subject to
verification by testing samples of materials received for use on the project.

4106 APPLICATION OF THE PRIME COAT OR CURING


MEMBRANE
Delete the paragraph below Table 4106/1 and replace with the following;
The total width of primed surface shall be 150 mm wider than the specified width of the final
surfacing and the edges of the prime shall be parallel to the centreline of the road or as
prescribed by the Engineer

4107 MAINTENANCE AND OPENING TO TRAFFIC


Add the following at the end of this Clause;
Where no convenient detour is available for traffic, operation shall be confined to one half the
roadway width at a time. The Contractor shall provide proper traffic control in order that
traffic may proceed without damage to the primed area.

SECTION 4200 BITUMINOUS BASE COURSE AND ASPHALT


CONCRETE SURFACING

______________________________________________________________________
228
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

4204 COMPOSITION OF MIXTURES FOR BITUMINOUS BASE


COURSE AND SURFACING
Add the following at the end of the 5th paragraph;
At least 90 days before beginning production of bituminous base and binder course and having
received approval of the aggregates from the Engineer and delivery to site of the approved
bitumen, the Contractor shall make written proposals to the Engineer for the Job-Mix Formula.
These shall be based on Trial Mixes prepared by the Contractor in the Site Laboratory in the
presence of the Engineer and all other mix design tests specified in this section.
The proposal shall further include information on storage, handling, mixing, paving and
compaction temperatures.

4205 CONSTRUCTION EQUIPMENT


(a) General
Delete the last sentence of the 2nd paragraph of this sub-Clause and replace with the
following:
Obsolete, worn-out or oil/fuel leaking plant will not be allowed on site.

(c) Spreading equipment, pavers


Delete the 1st paragraph of this sub-Clause and replace with the following:
All asphalt layers shall be paved by an appropriate type of self-propelled mechanical spreader
of a type approved by the Engineer and shall be kept in a good running condition and
adjusted correctly according to the manufacturer’s specifications.

4207 PRODUCING AND TRANSPORTING THE MIXTURE


(c) Transporting the mixture
Add the following at the end of this sub-Clause
The mix at delivery to the paver shall be not more than 10oC below discharge temperature at the
mixing plant. The minimum temperature for the commencement of breakdown rolling shall be
determined on trial sections.
Mix loads of temperature less than the minimum temperature shall be disposed of.
If there is consistent failure to meet the temperature requirement the paving operations shall
be suspended until suitable measures are taken by the Contractor to ensure that the
temperature requirements are met.

4208 SPREADING THE MIXTURE


(a) General
(i) The paver, general
Delete the 3rd paragraph of this sub-Clause and replace with the following;
The asphalt plant mixing capacity, the asphalt haulage fleet, the operating speed of the
asphalt paver, the number of rollers, etc shall be so coordinated to ensure continuous paving
to avoid intermittent stopping of the paver.
(ii) Workmanship

______________________________________________________________________
229
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Add the following at the end of this sub-Clause;


The adjustment of the screed, tamping bars, feed screws, hopper feed, etc. shall be checked
frequently to ensure uniform pre-compaction and spreading of the mixtures. If segregation occurs,
the spreading operations shall immediately be suspended until the cause is determined and
corrected.

4209 JOINTS
Add the following at the end of the 1st paragraph;
All joints shall be cut vertical in full layer depth.

4210 COMPACTION
Add the following at the end of the 5th paragraph;
An adequate number of roller passes shall be used to provide the specified pavement density. The
density shall be uniform over the whole area of the layer, as well as at the joints after
approximately 100 mm back-cutting of tentative free edges.
The tyre pressure of pneumatic-tired rollers shall be adjusted to the maximum that the mixture can
withstand without excessive displacement of the asphalt layer.
The Contractor shall, when necessary, only employ approved slippage agents for the rollers.
Diesel will under no circumstances be accepted.

______________________________________________________________________
230
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

SERIES 5000 ANCILLARY ROADWORKS


SECTION 5100 MARKER AND KILOMETRE POSTS

5106 MEASUREMENT AND PAYMENT


Delete Item 51.01 and replace with the following:

ITEM UNIT
51.01 MARKER POSTS
(a) NEW MARKER POSTS (SPECIFY TYPE AND NO) NUMBER (no)
(b) RENOVATION AND RE-ERECTION OF EXISTING NUMBER (no)
MARKER POSTS

In the 2nd paragraph of item coverage, add ”with white reflective road paint” after “painting
the marker posts”.

Delete Item 51.02 and replace with the following:

ITEM UNIT
51.02 KILOMETRE POSTS
(a) NEW KILOMETRE POSTS NUMBER (no)
(b) RENOVATION AND RE-ERECTION OF EXISTING NUMBER (no)
KILOMETRE POSTS

In the 2nd paragraph of item coverage, add ”with white reflective road paint” after “painting
the kilometre posts”.

SECTION 5200 GUARDRAILS

5206 MEASUREMENT AND PAYMENT


Re-number Item 52.9 as Item 52.09

SECTION 5400 ROAD SIGNS

5403 MATERIALS
Delete the 3rd paragraph and replace with the following:

______________________________________________________________________
231
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Sign plates shall be manufactured from a self coloured grey Glass Reinforced Plastic (GRP)
material not less than 3.2mm thick. The GRP sheet shall meet the impact requirements of
EN12899-1.

Delete the 2nd sentence of the 4th paragraph and replace with the following:
All signs shall be fully reflective in all colours with the exception of any part coloured black,
and shall have a photometric performance in accordance with BS8408:2005. The reflective
sheeting is to be non-metallised designed for use on permanent static road traffic signs.
Stiffening channels shall be made from extruded aluminium channel in accordance with
EN12899-1 and painted to match the GRP plate.
5404 CONSTRUCTION
Delete the 1st 3 paragraphs and replace with the following:
Sign plates shall be stiffened when the maximum dimension of the sign exceeds 400mm. The
vertical channel spacing shall be in accordance with the sheeting manufacturer’s
recommendations, but should not exceed 400mm.
Stiffening channels shall be secured using a self pierce rivet system with a maximum rivet
spacing of 150mm and a maximum edge clearance of 30mm.
Add the following at the end of the 6th paragraph:
Each steel tube shall be filled from ground level upwards with lean concrete or grout to prevent
theft and if instructed by the Engineer, drilled with four holes each 8mm diameter at a height
300mm above ground level to provide a safety break point in the case of vehicle collision.
5409 MEASUREMENT AND PAYMENT
Delete Item 54.01 and replace with the following:

ITEM UNIT
54.01 GRP ROAD SIGNS ON STEEL POSTS
(a) ROAD SIGNS ON SINGLE POST, PLATE AREA ‘A’
(a)(i) A<= 0.5m2 NUMBER (no)
2
(a)(ii) A > 0.5m NUMBER (no)
(b) ROAD SIGNS ON MULTIPLE POSTS, PLATE AREA ‘A’
(b)(i) A<= 1.5m2 NUMBER (no)
(b)(ii) 1.5m2 < A < 2.5m2 NUMBER (no)
2
(b)(iii) A > 2.5m NUMBER (no)

SECTION 5500 ROAD MARKINGS

5513 MEASUREMENT AND PAYMENT


Delete Item 55.03 and replace with the following:

______________________________________________________________________
232
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

ITEM UNIT
55.03 ROAD MARKINGS USING THERMO-PLASTIC ROAD
MARKING MATERIALS
(a) WHITE LINES (BROKEN OR UNBROKEN) 100mm METRE (m)
WIDTH
(b) YELLOW LINES (BROKEN OR UNBROKEN) METRE (m)
(c) ACOUSTIC LINES (WIDTH OF LINE INDICATED) METRE (m)
(d) WHITE LINES > 100mm WIDTH, LETTERING AND SQUARE METRE
SYMBOLS (m2)
(e) YELLOW LINES > 100mm WIDTH, LETTERING AND SQUARE METRE
SYMBOLS (m2)
(f) TRAFFIC ISLAND MARKINGS (ANY COLOUR) SQUARE METRE
(m2)

Add the following at the end of the 1st paragraph of coverage to Item 55.03:
All lines wider than 100mm in Give Way markings, Pedestrian Crossings etc. will be measured
under sub-Items 55.03(d) or (e)

SECTION 5600 LANDSCAPING AND GRASSING

5609 MEASUREMENT AND PAYMENT


Delete sub-Item 56.03(c) and replace with the following:

ITEM UNIT
56.03 PREPARING THE AREAS FOR GRASSING
(c) TOPSOILING WITHIN THE ROAD RESERVE WHERE HECTARE (ha)
THE FOLLOWING MATERIALS ARE USED
(c)(i) TOPSOIL STOCKPILED UNDER SUB-ITEM 31.01(b)(i) CUBIC METRE (m3)
(c)(ii) TOPSOIL OBTAINED FROM OTHER SOURCES BY THE CUBIC METRE (m3)
CONTRACTOR

Add the following final paragraph in coverage for Item 56.04:


The rate per unit area of grassing, irrespective of the method of grassing, shall include full
compensation for any necessary watering at whatever stage and mowing of grass. Items
56.05, 56.06 and, 56.07 shall not be measured separately for payment.

Delete Item 56.10 and replace with the following:

ITEM UNIT
56.10 EXTRA WORK FOR LANDSCAPING
(a) WORK ORDERED BY THE ENGINEER PROVISIONAL SUM

______________________________________________________________________
233
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

(b) CONTRACTOR’S OVERHEADS AND PROFIT AS A PERCENT (%)


PERCENTAGE OF THAT PART OF SUB-ITEM 56.10(a)
USED FOR PAYMENT TO THE FORESTRY
DEPARTMENT FOR LANDSCAPING WORK

Add the following final paragraph in item coverage:


This Provisional Sum may also be used should the Engineer instruct the Contractor to
appoint the Forestry Department (of the Government of the Republic of Uganda) to plant
grass, trees, shrubs or hedges. In this instance the Forestry Dept shall water and maintain the
grass, trees, shrubs or hedges which they plant and will in effect become a nominated sub-
contractor to the Contractor.

SECTION 5700 FINISHING THE ROAD AND ROAD RESERVE AND


TREATING OLD ROADS

5704 MEASUREMENT AND PAYMENT


Delete the 1st paragraph of coverage to Item 57.01 and replace with the following:
The unit of measurement shall be the area in Hectares of old road or temporary diversion
treated.

______________________________________________________________________
234
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

SERIES 6000 STRUCTURES


SECTION 6100 FOUNDATIONS FOR STRUCTURES

6118 MEASUREMENT AND PAYMENT


In Item 61.28 delete “EXTRA OVER ITEM 61.30” and replace with “EXTRA OVER ITEM
61.27”. Delete “ITEM 61.30” in the item coverage and replace with “ITEM 61.27”.
Re-number Item 61.32 as Item 61.29

SECTION 6200 FALSEWORK, FORMWORK AND CONCRETE


FINISH

6210 MEASUREMENT AND PAYMENT


Delete Item 62.01 and replace with the following:
ITEM UNIT
62.01 FORMWORK TO PROVIDE SURFACE FINISH:
(a) CLASS F1 TO CONCEALED SURFACES SQUARE METRE
(m2)
(b) CLASS F2 TO EXPOSED SURFACES SQUARE METRE
(m2)
(c) CLASS F3 TO EDGE BEAMS SQUARE METRE
(m2)

Delete the 3rd paragraph “Note” in item coverage after Item 61.04 and replace with the
following:

The rates entered under Item 62.01 shall include for formwork at any angle including vertical
and horizontal to soffits.

SECTION 6400 CONCRETE FOR STRUCTURES

Clause 6402 (a) and (b) of the General Specifications is amended as follows;
(a) Cement

Cement used for concrete shall be type CEM 1 42.5 in accordance with Uganda
Standard 310-1:2001

______________________________________________________________________
235
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

(b) Aggregates

Fine and coarse aggregate shall comply with the requirements of BS882, BS1047 and
BS3797. In addition, the fine and coarse aggregate should not contain opaline silica at any
level and the source should not contain quantity of flint, chert or chalcedony that could cause
damage from alkali-silica reaction

6404 CONCRETE QUALITY


The following grades of concrete shall be used for bridge construction
Precast beams C40/20 (fcu=40N/mm2)
In-situ reinforced concrete deck C40/20
In-situ profile barriers C30/20
Foundation, piers, walls and abutments C30/20
Blinding C15/20
Mass fill C15/20

6416 MEASUREMENT AND PAYMENT


Delete Item 64.01 and replace with the following:
ITEM UNIT
64.01 CAST IN-SITU CONCRETE (CLASS OF CONCRETE AND
PART OF STRUCTURE OR USE INDICATED)
(a) CLASS 15/40 IN BLINDING AND OTHER CUBIC METRE (m3)
UNREINFORCED CONCRETE
(b) CLASS 25/20 IN REINFORCED CONCRETE CUBIC METRE (m3)
(c) CLASS 30/14 IN PRECAST MEMBERS CUBIC METRE (m3)

SECTION 6600 NO-FINES CONCRETE; JOINTS; BEARINGS;


PARAPETS AND DRAINAGE FOR STRUCTURES

6607 MEASUREMENT AND PAYMENT


Delete Item 66.03 and 66.0 and replace with the following:
ITEM UNIT
66.03 PROPRIETARY EXPANSION JOINTS
(a) PRIME COST PER METRE FOR PURCHASING AND METRE (m)
TAKING DELIVERY OF PROPRIETARY EXPANSION
JOINTS
(b) CONTRACTOR’S OVERHEADS AND PROFIT AS A PERCENT(%)
PERCENTAGE OF SUB-ITEM 66.03(a)

ITEM UNIT

______________________________________________________________________
236
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

66.09 PROPRIETARY BEARINGS


(a) PRIME COST PER BEARING FOR PURCHASING AND NUMBER (no)
TAKING DELIVERY OF PROPRIETARY BEARINGS
(b) CONTRACTOR’S OVERHEADS AND PROFIT AS A PERCENT(%)
PERCENTAGE OF SUB-ITEM 66.09(a)

______________________________________________________________________
237
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

SERIES 7000 TOLERANCES, TESTING AND QUALITY


CONTROL
SECTION 7100 TESTING OF MATERIALS AND WORKMANSHIP

7118 MEASUREMENT AND PAYMENT


Re-number this Clause as Clause 7126

Add the following new Clauses 7118 to 7126:


7118 INITIAL SPECIFIC GEOTECHNICAL INVESTIGATIONS AT
THE START OF THE PROJECT
Clauses 7119 to 7125 and Items 71.02 to 71.08 in Clause 7126 relate to initial additional
geotechnical investigations at the start of the project. Fieldwork is to be completed within 6
months of the Commencement Date. Failure to complete this work within this specified time
may lead to a 3,000,000 UGX per day penalty being imposed which shall be deducted from
monies due to the Contractor.
7119 SCOPE OF INITIAL GEOTECHNICAL INVESTIGATIONS
(a) Trial Pit and DCP Investigations
In order to verify and supplement the information available regarding the general nature of
material that will be encountered in roadbed and shallow cuttings, Trial pit and DCP
investigations shall be carried out.
Where the new alignment is on embankment, trial pits 1.5m in depth shall be excavated at
2.5km intervals with DCP testing at 0.5km intervals in between trial pits.
Where the new alignment is in cutting, trial pits 1.5m in depth shall be excavated at 0.5km
intervals except where deep cut investigations are to be carried out.

(b) Bridge/Structure Foundation Investigations


In order to verify the assumptions made in the design of foundations for new bridges, box
culverts and other structures such as retaining walls, an investigation is required to determine
the nature and depth of materials under the foundations. Geotechnical testing is required to
establish soil properties for the design of spread foundations or piles as appropriate for each
site. The contractor shall submit the results of these investigations in time to allow the
engineer at least 8 weeks to review the foundation design.

(c) Investigations in Deep Road Cuttings


In order to verify the assumptions made in the design of deep road cuttings, the Engineer will
require ground investigations to determine the type of material that will be encountered in
road cuttings in excess of 3m depth. The extent of these investigations will be instructed by
the Engineer.

______________________________________________________________________
238
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

The Contractor may carry out the investigations using an excavator where there is sufficient
space and there is no danger to vehicles, pedestrians or adjacent property. Where space is
limited, depth excessive, or otherwise unsafe, the investigations shall be carried out by
borehole.
The contractor shall ensure that any excavated trial hole is made safe for operatives and the
general public, backfilled, compacted and restored upon completion.

(d) Investigation in Swamps


In order to verify the depth and properties of soils within swamps, trial auger holes up to a
depth of 3m or penetrometer readings to a depth of 10m will be carried out. The Engineer
may also instruct borehole investigations.

(e) Investigation at Quarries


In order to verify the suitability of rock in potential quarries, the Engineer may instruct
borehole investigation. Rotary drilling shall extend at least 5m into the rock after first
refusal.

(f) Water for Construction


Samples of river water shall be taken from the river at each bridge site to test the quality for
suitability for use in the works.

(g) Limitations on Additional Geotechnical Investigations


Ground investigations undertaken at the instruction of the Engineer shall be deemed to
provide information required by the Engineer. The information so obtained will be available
to the Contractor but costs of carrying out any additional soil investigation or obtaining
information on borrow areas or quarries required by the Contractor shall be deemed to be
included within the Contractor’s obligations in Clause 1205 of the Specifications.

7120 LOCATION OF INITIAL GEOTECHNICAL INVESTIGATIONS


Details of investigations carried out during design of the road are contained in the Factual
Soils Report. The location and ground level at each investigation site shall be recorded by
the Contractor. Locations shall be recorded by GPS co-ordinates and levels shall be
established from bench marks established by the Design Consultant.
7121 PARTICULAR GENERAL REQUIREMENTS
A method statement and risk assessment for the investigations shall be submitted to UNRA
for approval. Working practices shall comply with current Ugandan Health and Safety
Legislation.
The Contractor’s investigation team shall be led by a qualified Geologist or Materials
Engineer to supervise the works and ensure compliance with all specified sampling and
testing, describe materials, prepare exploratory logs and produce a Factual Report.
Access to either side of the existing highway and to new alignment sections may be possible
and shall be assessed at the time of the investigative works.
 All personnel working on the site shall wear appropriate Personal Protective
Equipment to include as a minimum hard hat, site safety boots with steel toe caps,
high-visibility vest and gloves (as appropriate).

______________________________________________________________________
239
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

 The Contractor is responsible for locating any services in the vicinity. Where
services are known to exist, a hand dug inspection pit shall be excavated to
positively locate the service before investigation commences.
 Appropriate signage and barriers should be erected during the works at each
exploratory hole to prevent vehicles and public from entering the work area.
 All field work is to be undertaken in accordance with British Standards BS
5930:1999 ‘Code of Practice for Site Investigation 1999’ or alternative code as
approved by the Engineer.
 Laboratory testing is to be undertaken in accordance with British Standard BS
1377:1990 ‘Methods of test for soils for civil engineering purposes’ or alternative
code as approved by the Engineer
It is recommended that the ground investigation contractor undertakes a site visit prior to the
works to ensure that the full scope, programme of works and site access is understood.
7122 PARTICULAR BOREHOLE REQUIREMENTS
The boreholes shall be sunk using one of the following methods: -
(1) Auger (with recovery)
(2) Rotary drilling (with recovery)
(3) Dynamic sampling (with recovery) e.g. shell and auger / cable percussion
For bridges, generally two boreholes are required with one on either side of the river.
Boreholes should be positioned as near as possible to the proposed bridge centreline.
Boreholes shall extend below soft strata in order to identify the depth and nature of any rock.
When rock is encountered, boring should continue at least 1m deeper to ensure that the rock
is not an isolated boulder. Termination of boreholes shall be instructed by the Engineer. The
location of boreholes for other structures, if required, will be advised by the Engineer.
For deep cuts, a borehole will be required at 100m spacing along the road, or as otherwise
directed by the Engineer, offset from the road centreline at the point of deepest cut.
If required by the Engineer, the samples from the boreholes shall be photographed with
appropriate labels so that they can be referenced.
Where instructed by the Engineer, a standpipe shall be installed in the boreholes. The
standpipe shall be dipped during the course of the fieldwork to determine the standing water
level. If the groundwater level is obvious, for example where there are ditches/ponds close
by, the standpipe shall not be required.
7123 PARTICULAR SAMPLING REQUIREMENTS
The contractor shall take samples from excavations and boreholes at vertical intervals of
2.0m or at major changes in strata. These samples will be transported to the site laboratories
and tested as specified in Clause 7124.
Samples shall be stored in appropriate containers as required by the Engineer.
 Containers for small disturbed samples shall be either glass or plastic jars/tubs and
shall be capable of holding a sample of weight 1 kilogram (kg). The lids shall be
watertight to preserve moisture content.
 Bulk samples (up to 25kg) shall be placed in strong PVC bags and sealed to
preserve moisture content.

______________________________________________________________________
240
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

 If undisturbed samples are feasible with the plant used, then the Engineer will
advise on storage and preservation. As a minimum, samples should be sealed to
avoid moisture loss and strored/transported such that the soil sample is not
damaged or disturbed.
 Water sampling, testing and reporting shall be in accordance with BS EN
1008:2002 (Mixing water for concrete - Specification for sampling, testing and
assessing the suitability of water, including water recovered from processes in the
concrete industry, as mixing water for concrete). A minimum of 3 number water
samples of 5 litres each shall be taken at each bridge site.

7124 PARTICULAR LABORATORY TESTING REQUIREMENTS


The Engineer will schedule laboratory testing based on the draft logs supplied by the
contractor.

(a) Laboratory testing for bridge/structure foundations should include the


following:
 Natural Moisture Content
 Atterberg Limits
 Particle Size Distribution
 pH, sulphate, resistivity (ohm-cm), Water-soluble sulphates (WS) (g/l as SO4),
chloride ion (ppm) and oxidisable sulfides (OS) (% as SO4) and organic content
determinations. Tests to provide corrosivity classification of soil adjacent to
buried structures and river water as defined in BD12 chapter 8 are required for
materials at Kiruruma only
 Consolidation testing in an oedometer (where undisturbed samples available)
 Undrained shear strength testing in a Triaxial Cell (where undisturbed samples
available)
 Drained shear strength testing in a shear box or Triaxial Cell (where undisturbed
samples available)
 Unconfined compressive strength of rock

(b) Laboratory testing for trial pits and deep cuttings should include the following:
 Natural Moisture Content
 Atterberg Limits
 Particle Size Distribution
 CBR

(c) Laboratory testing for swamps should include the following:


 Natural Moisture Content
 Atterberg Limits
 Particle Size Distribution

(d) Laboratory testing for quarries should include the following:


 Atterberg Limits
 Los Angeles Abrasion
 10% Fines value dry

______________________________________________________________________
241
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

 10% Fines value wet


 Aggregate crushing value
 Sodium sulphate soundness
 Bitumen affinity

(e) Laboratory testing for water should include the following:


 pH value
 Sulphates content
 Chlorides content

7125 PARTICULAR REPORTING REQUIREMENTS


Draft logs for all trial holes and boreholes etc. shall be submitted to the Engineer within 48
hours after completion of the individual investigation.
The contractor shall prepare a draft Factual Report describing the works undertaken and will
include copies of the exploratory logs. This shall be submitted within 14 days of completion
of the fieldwork phase. The results of laboratory testing shall be included in a Final Factual
Report which shall be issued within 4 weeks of receiving the final laboratory test schedule
from the Engineer. An electronic version of the report shall also be issued.
Final factual results of boreholes and sample testing for bridges/structures shall be submitted
to the Engineer no later than 8 weeks prior to the date of commencement of proposed bridge
construction works.

7126 MEASUREMENT AND PAYMENT


ITEM UNIT
71.01 SPECIAL TESTS INSTRUCTED BY THE ENGINEER
(a) SPECIAL TESTS PROVISIONAL SUM
(b) CONTRACTOR’S OVERHEADS AND PROFIT AS A PERCENT (%)
PERCENTAGE OF SUB-ITEM 71.01(a)

Add the following new Items 71.01 to 71.08 relating to Initial Additional Geotechnical
Investigations

ITEM UNIT
71.02 INVESTIGATION BY DYNAMIC CONE NUMBER (No)
PENETROMETER

ITEM UNIT
71.03 INVESTIGATION BY TRIAL PIT: DEPTH 1.5m NUMBER (No)

ITEM UNIT
71.04 INVESTIGATION BY HAND AUGER
(a) IN SWAMPS TO DEPTH ‘D’

______________________________________________________________________
242
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

(a)(i) 0.0m < D <= 3.0m NUMBER (No)

ITEM UNIT
71.05 INVESTIGATION BY EXCAVATOR
(a) AT BRIDGE/STRUCTURE SITES TO DEPTH ‘D’
(a)(i) 0.0m < D <= 2.5m METRE (m)
(a)(ii) 2.5m < D <= 5.0m METRE (m)
(b) AT DEEP CUTS TO DEPTH ‘D’
(b)(i) 0.0m < D <= 2.5m METRE (m)
(b)(ii) 2.5m < D <= 5.0m METRE (m)

ITEM UNIT
71.06 INVESTIGATION BY MOBILE PLATFORM
PENETROMETER
(a) AT BRIDGE/STRUCTURE SITES TO DEPTH ‘D’
(a)(i) 0.0m < D <= 5.0m METRE (m)
(a)(ii) 5.0m < D <= 10.0m METRE (m)
(b) AT DEEP CUTS TO DEPTH ‘D’
(b)(i) 0.0m < D <= 5.0m METRE (m)
(b)(ii) 5.0m < D <= 10.0m METRE (m)
(c) AT SWAMPS TO DEPTH ‘D’
(c)(i) 0.0m < D <= 5.0m METRE (m)
(c)(ii) 5.0m < D <= 10.0m METRE (m)

ITEM UNIT
71.07 INVESTIGATION BY ROTARY OR SHELL AND AUGER
BOREHOLE DRILLING
(a) AT BRIDGE/STRUCTURE SITES TO DEPTH ‘D’
(a)(i) 0.0m < D <= 5.0m METRE (m)
(a)(ii) 5.0m < D <= 10.0m METRE (m)
(a)(iii) 10.0m < D <= 15.0m METRE (m)
(a)(iv) 15.0m < D <= 20.0m METRE (m)
(b) AT DEEP CUTS TO DEPTH ‘D’
(b)(i) 0.0m < D <= 5.0m METRE (m)
(b)(ii) 5.0m < D <= 10.0m METRE (m)

______________________________________________________________________
243
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

(b)(iii) 10.0m < D <= 15.0m METRE (m)


(b)(iv) 15.0m < D <= 20.0m METRE (m)
(c) AT SWAMPS TO DEPTH ‘D’
(c)(i) 0.0m < D <= 5.0m METRE (m)
(c)(ii) 5.0m < D <= 10.0m METRE (m)
(d) AT QUARRIES TO DEPTH ‘D’
(d)(i) 0.0m < D <= 5.0m METRE (m)
(d)(ii) 5.0m < D <= 10.0m METRE (m)
(d)(iii) 10.0m < D <= 15.0m METRE (m)
(d)(iv) 15.0m < D <= 20.0m METRE (m)
(e) EXTRA OVER SUB-ITEMS 71.05 (a) TO (d) FOR ROTARY METRE (m)
DRILLING IN ROCK

ITEM UNIT
71.08 LABORATORY TESTING AND REPORTING
(a) SET OF LABORATORY TESTS ON NUMBER (no)
BRIDGE/STRUCTURE FOUNDATION SAMPLES AS PER
SUB-CLAUSE 7124(a)
(b) SET OF LABORATORY TESTS ON TRIAL PIT AND NUMBER (no)
DEEP CUT SAMPLES AS PER SUB-CLAUSE 7124(b)
(c) SET OF LABORATORY TESTS ON SWAMP SAMPLES NUMBER (no)
AS PER SUB-CLAUSE 7124(c)
(d) SET OF LABORATORY TESTS ON QUARRY SAMPLES NUMBER (no)
AS PER SUB-CLAUSE 7124(d)
(e) SET OF LABORATORY TESTS ON WATER SAMPLES NUMBER (no)
AS PER SUB-CLAUSE 7124(e)

Fieldwork specified in Clauses 7118 to 7125 shall be completed within 6 months of the issue
of the Notice to Commence the Works.
The Contractor shall allow for all the requirements specified in Clauses 7118 to 7126 and in
particular for the following:
(a) All plant, transport, labour and equipment for investigations and sampling. The
Contractor shall further allow for hire of any plant, transport and equipment if his own
is not mobilised in time. If the mobile platform penetrometer supplied to the
Engineer’s laboratory proves capable of carrying out the required testing, the
Contractor may opt to use this equipment but will be required to maintain it in full
working order with replacement parts as required.
(b) Setting up penetrometer and drilling rigs at each investigation site and removal after
completion including reinstatement of the site to a safe condition.

______________________________________________________________________
244
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

(c) Constructing stable platforms for penetrometer or borehole investigations in swamps


and other waterlogged or unstable areas as necessary where ground conditions so
dictate.
(d) The bid rates for Items 71.02 and 71.06 shall include for interpretation of results.
(e) Pay items have not been included for miscellaneous works such as inspection pits for
locating services, borehole standpipes etc. and the Contractor shall include for these in
his bid rates.
(f) The Contractor shall include in his bid rate for all costs in carrying out testing at a
commercial laboratory if the site laboratory is not complete and functioning.
(g) The Contractor shall also include in his bid rates for all reporting including the
Factual Report.
Payment under Item 71.06 shall be made according to the number of complete sets of tests
undertaken by the Contractor.

______________________________________________________________________
245
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

SERIES 8000 DAYWORKS


SECTION 8100 LABOUR

8101 MEASUREMENT AND PAYMENT


The Contractor shall be entitled to payments in respect of the total time that labour is
employed on Dayworks calculated from the rates entered by him in the Schedule of
Dayworks, Section 8100: Labour”. Hourly labour rates shall include for all transport to and
from the place of work. Only time actually engaged in working on the particular work task
ordered by the Engineer will be paid.
Payment shall only be made for the time each class of labour is actually working on
Dayworks instructed by the Engineer.
The rates for labour shall include for the cost of the following:
(i) Supervision and transport of staff;
(ii) Any special allowance to such labour in respect of subsistence, overtime, bonuses,
feeding, housing, holiday, transport to and from the place of Daywork, overhead
charges in respect of recruitment, camp administration and welfare and insurances;
(iii) Supply, transport about the Site, used, maintenance and renewal of small tools used
on Dayworks, such as picks shovels, barrows, trowels, hand saws, buckets, testles,
hammers, chisels and all items of a like nature and not specifically referred to in the
items for construction plant and protective clothing;
(iv) All other costs which the Contractor may incur in the employment of labour including
overheads, profit and any other costs or allowances.

SECTION 8200 MATERIALS

8201 MEASUREMENT AND PAYMENT


The Contractor shall be entitled to payments in respect of materials used for Dayworks at the
rates entered by him in the “Schedule of Dayworks, Section 8200: Materials”. Materials unit
rates shall include for all transport of materials to the location where they are to be
incorporated into the Works.
Payment shall only be made for materials instructed by the Engineer for use on Dayworks.
The net weights, volumes and areas as appropriate, verified by the Engineer in accordance
with his instructions, shall be measured.
The rates for materials shall include for the cost of the following:
(i) purchase or provision of the material,
(ii) transport to Site and place of Dayworks,
(iii) storage, insurance, handling, placing,
(iv) supervision, overheads, profit and any other costs or allowances.

______________________________________________________________________
246
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

SECTION 8300 EQUIPMENT

8301 MEASUREMENT AND PAYMENT


The Contractor shall be entitled to payments in respect of equipment already on site and
employed on Dayworks calculated from the rates entered by him in the “Schedule of
Dayworks, Section 8300: Equipment”. Hourly equipment rates shall include for all transport
of the equipment to and from the place of work. Only time actually engaged in working on
the particular task ordered by the Engineer will be paid.
Payment shall only be made for the time each item of plant is actually working on Dayworks
instructed by the Engineer. Idle time, where due solely to the nature of the dayworks activity
or authorized method of procedure, shall be paid for at 50% of the bid rate. Idle time due to
breakdowns, inefficiency or incompleteness of the plant shall not be paid.
The rates for plant shall include for:
(i) Supervision and transport of supervisory staff;
(ii) Transporting or travelling of each time of plant to and from the place of Dayworks
activity;
(iii) Operators, drivers and turnboys, including overtime;
(iv) Power, water, fuel, oil, grease and other consumables and equipment
(v) Power cables, delivery or suction pipes and fittings, steam or air hoses and tackle and
all other appurtenances of whatever nature required for the safe and efficient
operation of the plant;
(vi) Maintenance, spare parts, drill bits and chisel points and all costs of repairs;
(vii) Depreciation, insurance, overheads, profit and any other costs or allowances.

______________________________________________________________________
247
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

SERIES 9000 UPGRADING OF TOWN ROADS


The Contractor shall be entitled to payments in respect of the works actually executed based
on the designs of town roads and calculated from the rates entered by him in Series 2000
Drainage; Series 3000 Earthworks and Pavement Layers of Gravel and Crushed stone; Series
4000 Bituminous Layers and Seals; and Series 5000 Ancillary Works. Only works actually
executed will be paid.

Add the following new Items 91.01, 91.02 and 91.03 relating to upgrading works for town
roads.

9100 MEASUREMENT AND PAYMENT


ITEM UNIT
91.01 PROVISIONAL SUM FOR MISCELLANEOUS PROVISIONAL SUM
DRAINAGE WORKS TO BE CARRIED OUT ON TOWN
ROADS AT THE DIRECTION OF THE ENGINEER
91.02 PROVISIONAL SUM FOR MISCELLANEOUS PROVISIONAL SUM
EARTHWORKS AND GRAVELLING TO BE CARRIED
OUT ON TOWN ROADS AT THE DIRECTION OF THE
ENGINEER
91.03 PROVISIONAL SUM FOR MISCELLANEOUS PROVISIONAL SUM
SURFACING WORKS TO BE CARRIED OUT ON TOWN
ROADS AT THE DIRECTION OF THE ENGINEER

______________________________________________________________________
248
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Contractor’s Environmental and Social


Management Plan
(Sample)

_______________________________________________________________________
249
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

INTRODUCTION
PROJECT DESCRIPTION
The project road is located in Districts of Sironko and Nakapiripirit. The Muyembe-
Nakapiripirit road 92.2km runs from Muyembe at the end of the existing tarmac road to
Nakapiripirit town. The traffic volumes on the road are relatively low in the region of 145 to 425
vpd. The non motorized traffic along the project road which is also generally low 20 to 26 may face
a safety hazard resulting from road construction operations.
Project improvements involve widening of the existing two 5m wide gravel road to standard
two lanes of 7.0 m carriageway width with 2.0m wide paved shoulders. The existing carriageway
is to be reconstructed and sharp horizontal/ vertical curves are to be realigned / regarded to
improve traffic safety.
The project road is being implemented on contract package and the estimated duration of the
project is 36 months of construction followed by 12 months of Defect liability period.

PURPOSE AND OBJECTIVES


The Environment and Social Management Plan (ESMP) presents the environmental and social
management measures identified as part of the Environmental and Social Impact Statement
(ESIS) during the project preparation stage and provides practical guidance on meeting the
additional contractural requirements for this project, inlcuding the General Specification for
Roads and Bridge Works and the Supporting Special Specification. The ESMP integrates the
environment and social management measures indentified for offsetting, eliminating or
reducing environment and social impacts into the implementation and operational stages of the
project.
The ESMP outlines the anticipated environmental and social impacts of the project; it
demonstrates how the contractor will monitor and then manage those impacts including
measures to be undertaken to offset / mitigate the impacts at specific locations and the time at
which the measures will be implemented.

Speficific objectives of this ESMP are:


To elaborate and operationalise the ESMP in the approved ESIS, Conditions in the Certificate
of EIA approval from NEMA and in the General Specifications for Roads and Bridge Works
and associated Special Specification.
To ensure implementation of sound environmental and social management measures during
implementation of the road works.
To serve as a commitment and reference for the Contractor to implement the ESMP including
the approval conditions from NEMA.t o serve as a guiding document for the environmental and
social monitoring activities for the Consultant, Contractor and UNRA including requisite
progress reports.

_______________________________________________________________________
250
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

The Contractor also notes that in general terms good environmental management equates to
good construction practice and will, therefore, demonstrate good environmental management
through the course of everyday site activities in line with the company quality management
policy.

ENVIRONMENTAL ASSESSMENT
Insert details of NEMA approvals obtained and history of environmental assessment
undertaken to date.
In accordance with the assessments undertaken to date and the initial findings of the
Contractor, the major environmental receptors potentially impacted during project
implementation are presented in the following sections and are supported by a clear definition
of appropriate mitigation measures.

PROJECT SPECIFIC ENVIRONMENTAL POLICY FRAMEWORK AND


ENVIRONMENTAL REQUIREMENTS/APPROVALS
Insert details of relevent policies and standards which have been incorporated in the ESMP and
which will form part of the monitoring framework. Include a schedule of all permits which will
be required during the course of works and who will be responsible for applying and when. For
Example:
The Environmental Impact Assessment Regulations (1991)
The Road and safety traffic Act (1991)
The Local Government Statute (1993)
The National Environment Management Policy for Uganda (1994)
The Water Statute (1996)
The Local Government Act (1997)
The Environmental Audit Guidelines for Uganda (1999)
The Environmental Quality Standards: NEMA (in progress)
RAFU Guidelines for Road Projects in Uganda
The contractor will familiarize himself with the above noted documents and obtain all
necessary local governmental permits and approvals as detailed on the management plans. In
addition, all works will be performed in accordance with current environmental practices,
guidelines and standards in accordance to the documents cited above and;
Standards specifications of ministry of works, Housing and communication, January 2005;
Special specifications;
Environmental Social Management plan; and
Environmental and Social Impact Statement

_______________________________________________________________________
251
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

ENVIRONMENTAL IMPACT SUMMARY


Short summary project description of project
Detail the major environmental and social receptors potentially affected by project works and
which will require careful management. Consider use of bullet points:
Receptor a between km x and km y
Receptor b at x
Trading centers at
Chainage Name of Trading Center length (m)
1+300-2+900 xxxxxxxxxx 1600

Areas identified as having high Erosion Potential at:

Cut slope Fill embankment


13+200 - 13+500 0+400-1+100

NOTE these are just a small example of the types of information that should go here
Also include specific details relating to workers, workers accomodation and worker health and
safety. Also provide a commentary on workshop and camp management risks.
Note that the ESMP should also include emergency response plan for all risks identified. One or
two examples are provided but the contractor should review.

_______________________________________________________________________
252
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

ENVIRONMENTAL MITIGATION AND


MANAGEMENT MEASURES
This chapter presents the environmental mitigation and management measures to be
undertaken for various construction activities in the project area. The Table 3-1 provides a
description of the measures and the location of where those measures are to be implemented
along with the responsible person for implementation. All measures are to be implemented
in letter and spirit to avoid environmental impacts where possible and if unavoidable,
mitigation measures to be undertaken.

_______________________________________________________________________
253
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Activity (these are Impact Mitigation measures Time frame and Location (Chaingage) Reference
just a few Frequency of & Responsibility
examples) Monitoring
Item

1 Surveying −Safety hazard e.g., attack −First Aid facilities and a clinic shall be Commencement to km 0 to km 150.3; MOWHC Clause
by wild animals like snakes put in place for injury emergencies; End Safety and Health 1803(d)
and bees. officers, Surveyors

−Accidents by speeding −Safety personnel shall be appointed to


vehicles create awareness;
−Electrocution from −Safety measures like speed limit sign
overhead electric lines boards, speed humps shall be put in place
to control accidents by speeding vehicles;
−Protective equipment like reflector
jackets will be used;
−Overhead electric line warning signs will
be installed
2 Clearing and −Loss of vegetation during −Special care shall be exercised where Commencement to km 0 to km 150.3; MOWHC Clause
grubbing widening of road and trees or shrubs are exposed to injury by End Safety officer, machine 1705 (a) Forest
deviation; construction equipment or excavation; operators and foremen planting Act 2003,
section 38
−Loss of vegetation during −Protective barriers and learning sign
clearing activities; boards shall be put in place to guard the
vegetation at risk beyond the construction
site;
−Falling trees which could −Traffic controllers shall be in place at the
cause accidents to traffic; section where there is clearing and trees
falling to prevent accidents;

_______________________________________________________________________
254
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Activity (these are Impact Mitigation measures Time frame and Location (Chaingage) Reference
just a few Frequency of & Responsibility
Item

examples) Monitoring

−Electrocution from −Restrict working times near trading


overhead electric lines while centers to daytime i.e., from 6 AM to 10
working with excavators, PM only;
cranes etc;
−Noise impacts near −Overhead electric line warning signs will
settlements be installed
3 Dismantling −Land and water −Materials from existing pavement will be Start to end of km 0 to km 150.3; MOWHC clause
existing pavements contamination due to re-used to fill roads sections as per C&G Environment officer, 1700
stockpile waste in form of Engineer’s approval; Foremen, Water tanker
concrete and bitumen; operators

−Dust pollution −Other waste material will be dumped in a


place not closer than 30m from any water
source as approved by the Engineer;
−Sprinkling of water shall be done in
dusty section twice a day
4 Protection of works −Depletion of natural −Use of re-usable poles and other material Start to end of Camps Sites; The Forest and Tree
resources including cutting fencing like the barbed wire. C&G Environmental Officer, planting act 2003
trees for poles and fencing Foremen National
Environment Act
153 SECTION 3(2)
C

_______________________________________________________________________
255
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Activity (these are Impact Mitigation measures Time frame and Location (Chaingage) Reference
just a few Frequency of & Responsibility
Item

examples) Monitoring

5 Dewatering (culvert −Noise and air pollution −Pollution control measures e.g. keeping Start to end Wherever culverts are MOWHC Clause
installation) from water pumps used for water pumps in a good mechanical to be installed; 1705, 1708
stagnant water removal in condition to minimize noise generation Environment officer,
water logged section. and gaseous emissions; Safety Officer,
−Construction activities shall be carried Foremen
during day time, and where possible,
maximum permissible noise level will not
exceed 60 db during the day;
−Protective wear (ear muffs) to machine
and generator operators water bodies
even though they are on
−A NOC will be taken from the land
owner for disposal and a letter of
satisfactory disposal on completion of the
disposal; privately owned lands;
−Water logging will be avoided in borrow
areas;
−Any waste inadvertently disposed in or
adjacent to water courses, wetland, forests
or any other environmentally sensitive
areas will be removed immediately in a
manner that minimizes adverse impacts
and that conditions prior to disposal are
restored;

_______________________________________________________________________
256
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Activity (these are Impact Mitigation measures Time frame and Location (Chaingage) Reference
just a few Frequency of & Responsibility
Item

examples) Monitoring

−Cut sections will be revegetated to avoid


soil erosion. The sections will be re-
contoured to encourage natural drainage
of the slopes thereby reducing erosion;
−Permanent erosion control measures will
be undertaken at locations of high erosion
potential;
−Work hours near trading centres will be
restricted to day time to reduce noise
impacts;
−It will be ensured that all vehicles and
equipment are maintained regularly in
good condition to avoid emissions causing
air pollution;
−Cautionary signboards for diversions,
speed humps, deep cuts and speed
restriction will be provided to improve
road safety;
− Deep cuts will be secured through
gumpoles, tapes and barricades;
− Diversions will be removed from a
culvert / bridge location at the earliest
time of completion of the structure.

_______________________________________________________________________
257
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Activity (these are Impact Mitigation measures Time frame and Location (Chaingage) Reference
just a few Frequency of & Responsibility
Item

examples) Monitoring

7 Gravel and Borrow − Land deformation and loss − Proper reshaping and land restoration by Start to end Foremen, MOWHC Clause
material of vegetation; backfilling the pits with restored top soil; Environemental officer

− Creation of pits which − Sharp edges shall be removed to form


could form water pools and gentle slopes and mimic the borrow area
breeding ground for disease to the surrounding environment to permit
carrying vectors like re- vegetation;
mosquitoes;
− Dust pollution accelerated − Revegetation of slopes by laying topsoil
by delivery trucks; at closed borrow pits and temporary
embankments. No grading will be
permitted during the first six months on
revegetated areas.
− Erosion of topsoil − Sprinkling of water along the haulage
stockpiles road during dry weather conditions at
least twice a day
8 Concreting for − Fresh concrete coming in − In case of freshly laid concrete as for Start to end Culvert locations; NEMA/ UNRA
structures & pipe contact with water courses culverts, the site shall be isolated from Guidelines
culverts increase pollution; water courses till the concrete sets
completely to avoid leaching of cement
into the water course especially during
rainy season;
− Land contamination and − Strategic washing point will be Campsite;
water pollution by concrete designated for construction equipment
waste waters generated by including concrete mixtures;

_______________________________________________________________________
258
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Activity (these are Impact Mitigation measures Time frame and Location (Chaingage) Reference
just a few Frequency of & Responsibility
Item

examples) Monitoring

washing concrete mixtures − Concrete wastes including waste water Environment Officer,
from batching plants will be disposed off Foremen
at approved designated sites away from
water courses
− The site will be 30m near away from
water source as approved by the Engineer;
− Nose mask will be provided for workers
mixing concrete
9 Storage & − Leakage of fuels and other − Fuel and other petroleum products will Start to end haulage roads, and UNRA guidelines
Transportation of petroleum products which be transported in containers/tanks which serving camps;
materials (e.g. fuels, are environmental pollutants; have no leakages. They shall be placed on
gravel and others) flat ground and dyked to contain at least
125% of the total capacity of the storage
containers;
− Likelihood of fire outbreak − Miscellaneous materials such as Store manager,
on fuel stores and delivery lubricant oils, grease, acetylene, propane Foremen, Safety and
trucks and oxygen will be stored outside Environment officer
contractors shop in a designated storage
area;
− A fuel bay will be constructed at the site
with a shelter roofing to prevent run offs
which accelerate spills. In case of major
spills, Annex – 3: Spill contingency
response plan will be followed;
− Storage areas will be locked and secured
when not in use;

_______________________________________________________________________
259
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Activity (these are Impact Mitigation measures Time frame and Location (Chaingage) Reference
just a few Frequency of & Responsibility
Item

examples) Monitoring

− Sensitization of fuel handling personnel;


− Fire extinguishers shall be put in place
at the storage centre and delivery trucks.
− Other fire extinguishing equipments like
sand buckets, and water shall be on
standby at the storage facilities;
− Awareness posters like “No smoking”
will put at storage centre;
− Staff handling fuels shall be trained on
safety issues during tool box meetings;
− Speed limit will be imposed for vehicles
carrying fuel and other petroleum
products
10 Food preparation at − Generation of waste like − Disposal by: burying as per approval of Start to end Campsites; MOWHC clause
construction camp food left overs, office waste the Engineer. The pits shall be covered by Environmental officer, 1713 (b
and office papers and construction at least 0.6 m of earth materials prior to adminsitrator,
operations debris which are harmful to abandonment. These should be maintained Foremen.
the environment; free from extraneous material and free
from infestation of animals & water;

− Infestation from rodents − Disposal by burning: All materials to be


burned like office waste papers shall be
piled in pits dug for the purpose at the
designated burning areas.
− Disposal by removal: construction
debris that is subject to removal from the

_______________________________________________________________________
260
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Activity (these are Impact Mitigation measures Time frame and Location (Chaingage) Reference
just a few Frequency of & Responsibility
Item

examples) Monitoring

construction areas shall be removed


immediately
11 Equipment − Noise pollution; − All construction equipment will be kept Start to end Throughout project MOWHC clauses
operation in a good mechanical condition; road and at campsites; 1708, 1709
machinery and
power generation) − Dust pollution; − According to manufacturer’s
specifications;
− Air pollution − Operation of equipment and other Automobile Engineer,
construction activities generating noise Safety officer,
will be restricted to day time i.e., 6 AM to Environment officer
10 PM only to avoid noise impacts; and Foremen
− Tool box meetings will be conducted at
the start of each activity (twice a month)
to educate drivers and operators on proper
equipment management;
− Sprinkling of water will be done to
control dust at least twice a day during dry
weather conditions
12 Steel cutting, fixing − Cuts, bruises on steel − PPE as leather gloves will be issued to Start to end Wherever required; MOWHC clause
and welding fixers from reinforcement all workers handling steel. For those Safety officer, Steel 1800 NEMA
and steel binding; welding, they will be issued with welding fixers Guidelines 2005
goggles to prevent from eye irritation and
flying sparks;
− Eye irritation and fire − Tool box meeting will be held to
sparks while welding sensitize workers on prevention of
injuries;

_______________________________________________________________________
261
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Activity (these are Impact Mitigation measures Time frame and Location (Chaingage) Reference
just a few Frequency of & Responsibility
Item

examples) Monitoring

− First Aid facilities will be in place for


workers who are injured
13 Vehicle/ Equipment − Waste water discharges to − Washing of cars, trucks and other Satrt to end At campsites; Foremen, NEMA (waste
washing the Environmental receptors construction equipment in the open and Environment officer discharge
(water and land) near water bodies will be prohibited; Regulation) 2003

− Washing bay with soak pit shall be


located in the construction camp and all
vehicles and equipment will need to be
washed at the centralized location only
14 Housing and camp − Sanitation related diseases − All camp sites will be provided with Start to end At campsites; MOWHC Clause
site due human excreta and adequate clean water and toilet facilities; 1800
Communicable diseases like
STI (HIV/AIDS); − Good camp sanitation practices will be Administrative officer,
maintained on a daily, at least two camp Health and safety
cleaners who will ensure all camp officer and
facilities are clean will be deployed; Environment officer
− Pollution of site from − A site clinic will be set up with nurse,
closure of construction camp and medical facilities like condoms;
− HIV/AIDS sensitization programmes
shall be conducted at the camp as per
methodology and schedule devised by the
HIV/AIDS Sensitisation and Control
service providers;

_______________________________________________________________________
262
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Activity (these are Impact Mitigation measures Time frame and Location (Chaingage) Reference
just a few Frequency of & Responsibility
Item

examples) Monitoring

15 Stabilization − Ingestion of poisonous − Workers will be issued with protective During use of lime Wherever required; MOWHC clause
(chemical gases from stabilization wear which will include, Nose masks and for stabilization Foremen, Environment 1713
stabilizers agents agents like lime; hand gloves; Officer
like lime)

− Waste in form of used up − Lime bags will be collected and burnt


lime bags; only in pits dug for the purpose at
− Soil contamination from approved areas. After burning, the pits
spreading of lime will be covered with soil to merge with
the surrounding landscape
16 Stone Quarry and − Dust pollution, noise, − Workers will be adequately protected From start to end Xxxx Road, 2.5km left, NEMA (conditions
Crushing flying stones, and vibrations; from exposure of dust; approximately xxkm to of approval on
xxxxx; Kakiri 2003)

− Traffic accidents by − Wet crushing for reducing dust


delivery trucks; pollution;
− Soil erosion; − Speed regulations of delivery trucks
(30km/hr near schools and trading
centre);
− Siltation and deposition of − Wet processing will be used to
material from the quarry. minimize dust;
− Environmentally friendly technology Quarry Manager,
will be used to minimize problems of Environment officer
flying stones , generation of excess noise and Safety officer
and dust or vibration that may affect
public property;

_______________________________________________________________________
263
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Activity (these are Impact Mitigation measures Time frame and Location (Chaingage) Reference
just a few Frequency of & Responsibility
Item

examples) Monitoring

− Restoration of the Quarry after


exploitation;
− Noise from quarry and crusher should
be such as not to interfere normal
conversation at the boundary of the
crusher site;
− Awareness to surrounding community
regarding blasting programmes of Kakiri
Quarry;
− Minimization of soil by constructing
drains to ensure that there is no silting of
streams and deposition of materials in
swamp.
17 Establishment and − Generation of medical − All biomedical waste will be disposed Start to end At campsite; Health MOWHC Clause
management of wastes, like syringes, expired off at designated waste disposal facility and Safety Officer; 1713 (b),
clinic drugs, used up containers only. Contractors Medical
which are harmful to the Staff; Environment National waste
environment Officer management
Regulation 1999

18 Bitumen − Bituminous wastes, which − The procured hot mix plant will be Start to end At campsites; Foremen, MOWHC Clause
preparations and are pollutants to having pollution control equipment as wet Environment Officer 1713
laying environmental receptors · scrubber;
Emissions from hot mix − Bitumen wastes shall be stocked at a
plants place at least 30 m away from nearest

_______________________________________________________________________
264
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Activity (these are Impact Mitigation measures Time frame and Location (Chaingage) Reference
just a few Frequency of & Responsibility
Item

examples) Monitoring

water source

19 Recruiting of − Employment (segregation − Employing local people along the Start to end At campsite; MOWHC Clause
workers during job offers which) may project area; Environment officer 1805
bring discontentment / social
unrest amongst residents
Gender imbalance in job
offers.

− provisions of the General Specification


for road and bridge works and national
policy documents
20 Waste disposal − Contamination of − Wastes that are non toxic and non Start to end At campsites MOWHC Clause
surrounding environment combustible as well as non degradable Environment officer, 1700
will be recycled at centralized plant at Store manager
di of plastics,
− Open burning d ff t th
waste oils,
lime bags to be avoided

_______________________________________________________________________
265
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

INSTITUTIONAL ARRANGEMENTS
The ESMP is a cornerstone of the Contractor’s quality management system; as we are the
greatest contractor on earth we must ensure that we maintain our reputation – we realise that
failure to do so will lose us future work. There are a number of key players who must be
involved if we as the contractor are not to disgrace ourselves and shame our countries of origin.
These are detailed below, along with the important quality management actions which we will
support in the event that things go away.
ENVIRONMENTAL QUALITY ASSURANCE DURING CONSTRUCTION
The xxxxxxxxx road environmental quality assurance programme to be implemented during
construction demonstrates how the Contractor will manage its specific contractural and legal
obligations particulary with respect to General specifications for Road and Bridge works,
documented by Ministry of Works, Housing and Communication (January 2005). The ESMP
will provide qulaity assurance protection during construction and appropriate mitigation
methods in accordance with the environmental regulations and guidelines of Uganda. The
prescribed mitigation measures are presented in detail along with the design drawings and
specifications. Should the ESMP determine construction works pose an environmental concern;
the works will be modified or halted. Furthermore, environmental protection advice will be
provided to the construction workers as well as other officials wherever required. The foreman,
operators and workers crews (including any sub-contractors) will be trained so that they
understand the specific environmental issues on the work site and the responsibilities. We also
recognise that failure to keep our end of the contractual bargin will lead to a deduction of
monies. We had, therefore, better get things right.
INSTITUTIONAL ARRANGEMENT FOR EMP IMPLEMENTATION
UNRA enforces implementation of the provisions made within the ESMP through the Engineer
and Contractor. To monitor the construction activities to assist the department in
implementation, the services of an Engineer are procured for each corridor. In addition to the
monitoring of the implementation of the environmental provisions by the Environmental
personnel of the engineer, the Environmental Specialist, Sociologist and LA Specialist within
UNRA will oversee the effective implementation of the measures suggested through the
Engineer and Contractor. At field level, the Environmentalist and Health and Safety Officer
will be implementing the EMP. A specialist agency for implementation of the HIV / AIDS
Sensitisation and Control will be procured through the Contractor. The EMP implementation
arrangements for the project are presented in the figure 4-1 below.

_______________________________________________________________________
266
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Figure 4-1: Institutional Arrangement for EMP Implementation

_______________________________________________________________________
267
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

DUTIES OF CONTRACTOR ENVIRONMENTAL AND SOCIAL MANAGER


Monitoring and ensuring compliance of all the contractors workers to the requirements of the
contract and this ESMP;
Monitoring and ensuring compliance to all Government of Uganda orders, rules, laws and
regulations with respect to environmental and social matters;
Day to day monitoring of environmental matters – this will include wider environmental
aspects including matters not directly concerned with the actual construction such as
contractors camps, off-site temporary storage and temporary works areas;
Working with the Contractors Heath and Safety Officer to manage community liaison issues
and oversee the effective management of the project grievance mechanism as defined in
Section xof the special specification and the original ESIS;
Working with the Contractors Health and Safety Officer and the Clients nominated
subcontractor to facilitate the successful delivery of the project HIV/AIDS programme as
defined in x of the special specification.
Working closely with the Engineers Environmental Specialist to ensure full compliance with all
environmental and social aspects of this ESMP, the contract documents and any other
Government of Uganda rules, regulations, orders or community requests as necessary and as
required.
Awareness raising and training of contractor staff with respect to environmental issues; this
will include notification of the severe penalties for non-compliance with instructions which
may include dismissal.
Preparation of a monthly environmental monitoring report in a format. (include suggested
format)– this needs to be agreed with the Engineer and the Engineers Environmental Specialist.
This monthly report will be submitted to the Engineer for
Initial approval and will also require approval by the UNRA Environmental Specialist. The
contractor will only be paid upon approval of this report.
The Environmental and Social Manager will attend all monthly site meetings and will report on
their findings – problems, issues and corrective action taken – all of which will be included in
the monthly report format.
Any other matters or issues relating to environmental and social aspects of the works as defined
by the Engineer.
It will be the duty of the Contractors Environmentalist to review ongoing construction plans
with regards to their potential for adverse impacts, particular if work is being undertaken in
environmentally sensitive areas. The Environmentalist will be on site daily.

_______________________________________________________________________
268
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

MONITORING & REPORTING


The monitoring programme is devised to ensure effective implementation of the ESMP. Broad
objectives of the monitoring programme are:
To ensure fantastic environmental performance due to brilliant workmanship and duty of care
in line with our reputation as the best contractor ever
To ensure that we don’t upset local communities or attact unwanted adverse attention;
To evaluate the performance of mitigation measures proposed in the ESMP
To suggest improvements in the management plans, if required;
To satisfy the statutory and community obligations.
The monitoring programme contains a monitoring plan for all performance indicators and reporting
formats. A monitoring plan for performance indicators and reporting system is presented in the
following sections.
ENVIRONMENTAL MONITORING
There are two basic forms of environmental monitoring:
Compliance monitoring, which checks whether prescribed actions have been carried out,
usually by means of inspection and/or enquiries
Effects monitoring, which records the consequences of activities on one or more
environmental components, and usually involves physical measurement of selected parameters
or the execution of surveys, to establish the nature and extent of induced changes?
The focus of the contractor’s monitoring programme is compliance monitoring. We have to make sure
we are doing what we are legally obliged to do and we don’t want to wriggle out of doing the right
thing because that would show us to be nothing more than small children. The Contractor, therefore,
proposes to monitor the parameters which are detailed in Table 5-1 below. Although monitoring
responsibilities have been assigned throughout the contractor’s team, ultimate responsibility rests with
the project manager. Monitoring forms and reports will form part of the monthly report which will be
submitted to the Engineer and UNRA to make sure we get paid. The Consultant Environmentalist will
make sure that we have done what should and are telling the truth. Reporting requirements are
elaborated below.
REPORTING REQUIREMENTS
A monthly Environmental Protection Reports (EPR) will be submitted to the Engineer and the
Employer each month. This will be prepared in collaboration with the health and Safety Officer and in
addition to Environment will cover Occupational Health and Safety, Road Safety, Community
Relations, Gender and take a view on the activities of the Employers nominated HIV/AIDS service
provider. The Engineer must approve the reporting format but we propose something as follows:
Introduction: This section provides a summary of the civil works being undertaken on site during the
month of the progress report and the environmental issues identified.

_______________________________________________________________________
269
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Environmental issues identified in the project in that particular month are to be listed and further
elaborated in their respective chapters followed by supporting annex for each chapter. Though the
environmental issues vary from month to month based on the progress and components of work being
carried out along the project site, major components that necessarily need to be included in all the
progress reports are mentioned in this structure.
Air pollution and Dust Abatement: This chapter should present the issues of air pollution at all
locations in the project area which includes the road construction site, borrow areas, construction
camps, material haul roads, asphalt mixing plants, batching plants as well as quarry and crusher sites.
Dust abatement measures taken throughout the project area should be updated every month.
Supporting information as the number of trips of tankers, quantity of water used and the source of
water should be presented. The measures taken for controlling dust at quarry, crusher sites and
campsites should also be elaborated with necessary supporting information. Reporting formats as per
the reporting schedules presented the Annex – 1 should be appended to the environmental protection
report. Methods of addressing high noise levels, if any, existing in the project area also need to be
presented in this section.
Borrow Areas: This section should contain the details of borrow areas identified for the project. The
details should mention the location, photograph and type of material being proposed for extraction. If
a particular borrow area is finalised for extraction of material, following supporting information has to
be provided:
− NOC / Agreement with the land owner for extraction of material;
− Redevelopment plan for the borrow area;
− Certificate of satisfactory completion of borrowing after completion of borrow area
reinstatement
Soil Conservation: This section should present any adverse issues of soil erosion should be
documented along with location and photographs. All measures taken for conservation of topsoil,
protection of slopes at borrow areas, quarry areas, along cut / fill sections project road. The details
should include description of measures whether temporary or permanent along with photographs and
locations where these measures have been undertaken. It should be ensured through visual
observation that nearby swamps and streams do not have increased turbidity due to runoff from
erosion prone locations entering these water bodies. Any oil and other material spill in the project
areas should be duly reported with photographs and accordingly measures taken as per the Annex 2:
Spill contingency response plan are also to be reported.
Waste Disposal: This chapter should present sources of waste generation, their type (Liquid, solid,
domestic etc.,) and approximate quantity. Based on the type of wastes generated, treatment and
disposal mechanisms need to be presented. As indicated in the EMP, all measures for waste reduction,
treatment and disposal are to be implemented. Record of all disposal locations and potential disposal
locations which require approval of the Engineer are to be presented in the EPR. These should
necessarily include details of:

_______________________________________________________________________
270
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

− Disposal of Cut to Spoil indicating quantity generated, disposal and disposal locations /
potential locations with photographs;
− Trees cut during the progress of clearing and grubbing or other activities should be
presented in the section;
− Waste concrete, bitumen, lime and lime bags indicating the quantity generated and
disposed;-
Waste oils from service bay and oil spills as well as oil from cleaning of service bay 
Oil and grease from vehicle washing bays;
− Kitchen waste indicating quantity generated, quantity disposed and location of
disposal;
− Sanitary waste treatment, location and management; and
− Ash pits location and clearance
Occupational Health and Safety: This section should address the safety issues that arose during the
course of the road construction and during operation of the construction, quarrying and borrowing
equipment. The chapter should provide supporting information on delivery of Personal Protective
Equipment (PPE) to the construction staff. Measures taken to ensure usage of the provided equipment
and reduce pilferage are to be provided in the chapter. Signage provided in the construction site,
camps and elsewhere for enhancing occupational health and safety are to be reported along with their
location and numbers provided. These in general include:
− No smoking signs in office, public places in the construction camps as well as high risk
areas prone to fire hazards as oil storage yard;
− Fire safety, fire exists and fire assembly points;
− Signage reminding use of PPE at appropriate locations in the project area including
ancillary work sites
Road safety: Measures to improve safety of road user while traveling through the construction site or
the haul roads undertaken in the month of the EPR are to be reported. Location of the signages
provided in view of road safety should be listed by location and number provided. These would in
general include:
− Provision of speed humps;
− Traffic diversions at construction sites opened up for provision of box culverts and
bridges;
− Signage for addressing traffic safety during construction as diversion sign, speed limit
signage, construction site indication etc.,
Campsite management: This section should present informaiton on the maintenance and management
of sanitary and hygienic conditions in the construction campsites. The details should include all
measures taken for ensuring safe sanitation and adequate supply of drinking water. They should also

_______________________________________________________________________
271
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

include measures for addressing gender issues at camp site as separate living quarters & toilets for
females as well as provision of day care centres.
HIV / AIDS, Gender and Other Social Issues: This section of the EPR should present a summary of
the activities undertaken by the HIV / AIDS. The nominated service provider will provide this
information. In addition, the activities undertaken to address gender issues are to be provided. The
number of employees and workers by class and gender is to be provided to enable reporting of male to
female ratio in the work force. Any other social issues identified during the month have to be reported
along with its addressal.
Chance find cultural properties: This section is to report if any cultural and/or archaeological
properties have been found during excavation works. The report should include measures taken
immediately when such properties have been discovered. All information is to be supported by
photographs, letters written to the Engineer and actions taken. Subsequent measures for recovery of
the cultural / archaeological properties until work resumed on the section are to be reported.
Consultations and Meetings: This chapter should present the details of consultations held with the
officials of line departments, consultants and general public. It should put in perspective outcomes of
the consultations and meetings with respect to the project and address the same if actions are required.
Meetings and awareness campaigns as toolbox meetings providing information on safety procedures,
environmental awareness and protection of interests of public as private, public and cultural properties
should be documented through photographs and transcripts or minutes of the meeting duly signed by
the attendees. All consultations and meetings documented should necessarily include the following:
− Agenda of the meeting / consultations
− Minutes of the meeting / transcript of consultation proceedings
− Outcomes and action points
− Review and acceptance of past minutes or actions as a follow up if any
− Conclusions
− Photographs of the consultations / meetings and
− Signed list of attendees
Table 5-1: SAMPLE Environmental Monitoring & Reporting – NOTE the Generic
Issues below may not apply to your project
Parameters to Monitoring
Item Activity Responsibility Reporting Format
Monitor frequency
No.of accidents and Continuous Format EM1 - Incident
injuries reported until Safety and Health reporting and
1 Surveying officers,
Surveyors Format EM2 - PPE Issue
No. of PPE's issued the activity ends
Reporting
Clearing and Whether protective Continuous Safety officer, Site photographs in
2
grubbing barriers in place until the activity Machine REPORT

_______________________________________________________________________
272
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Parameters to Monitoring
Item Activity Responsibility Reporting Format
Monitor frequency
No. of Traffic ends operators,
controllers/ flagman at Foremen
location of clearing Format EM3 - Flagmen
Employed (by date)
PPE issued and in usage
Time of activity
Format EM4 – Trees cut
Trees cut by girth size
by girth
No stockpiles from
breaking up of existing Environment Site photographs in
Dismantling Continuous
pavements along the officer, Foremen, REPORT
3 road until the activity
Water tanker
ends
operators
existing Format EM5 - Vehicle log
Dust control
pavements of water tanker
Site photographs and
Continuous
Protection of Material used for Environment description of material
4 until the activity
works protection works officer, Foremen used for protection works
ends
in REPORT
Visual inspection of
Description of outcome of
water downstream for
Dewatering parameters monitored in
turbidity and other
the REPORT
suspended particles
Attach complaints
Complaints registered
received to REPORT for
from residents
information

Environment
Noise from construction Continuous till
5 officer, Safety
site should be at a level the activity ends
Officer, Foremen
Culvert not interfering with
installation general conversation Format EM6 -
Maintenance record of
vehicles and equipment
Maintenance record of
equipment used

PPE issued and usage

Description of outcome of
Dust rising through
parameters monitored in
visual inspection
the REPORT
Earth works
(excavation for
Maintenance record of Foremen,
cuts sections,
vehicles and equipment Continuous till Environmental Site photographs
6 culvert laying,
used the activity ends officer, Safety
borrow areas
officer
and material
fill) & CRR Location of Runoff
Format EM5 - Vehicle log
outfall from
of water tanker
construction site

_______________________________________________________________________
273
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Parameters to Monitoring
Item Activity Responsibility Reporting Format
Monitor frequency

Noise from construction


Format EM6 -
site should be at a level
Maintenance record of
not interfering with
vehicles and equipment
general conversation

Temporary slope Format EM7 - NOC From


stabilization measures land owner for disposal

Format EM8 - Certificate


Disposal areas of satisfactory disposal
from land owner
Format EM9 – Top soil
Disposal of cut to spoil
conservation
Measures for road Format EM10 – Haul road
safety maintenance

Site photographs of
Chance find cultural chance find and measures
properties if any taken to be presented in
the REPORT

Rehabilitation plan for Borrow area rehabilitation


borrow areas plan

NOC / Agreement For Format EM11 - NOC /


borrowing Agreement for borrowing,

Gravel and Start or end of Environment Format EM12 - Certificate


7 of satisfactory completion
Borrow material borrowing Officer, Foremen
of borrowing from land
Certificate of owner when borrow areas
satisfactory completion are closed in a particular
from land owner month of the REPORT,

Format EM5 - Vehicle log


of water tanker

Provision and Format EM13 - Schedule


maintenance of soak pit of maintenance for
for disposal of waste concrete soak pit and Oil
concrete Provision and interceptor sump
maintenance of vehicle Environment
8 Concreting Weekly
and equipment cleaning Officer, Foremen
bay Visual examination Description of outcome of
of water channel parameters monitored in
downstream for the REPORT
contamination

_______________________________________________________________________
274
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Parameters to Monitoring
Item Activity Responsibility Reporting Format
Monitor frequency

Fuel and petroleum Site photographs of fuel


products stored storage

Storage
Store
&Transportation transported in sealed Report of oil spills if any
Weekly and on manager,Foremen,
of materials containers. in the REPORT
9 occurrence of Safety and
(e.g. fuels,
oil spill Environment
gravel and
Reporting of oil spills Officer
others)

Maintenance of fire Maintenance log of fire


extinguishers and extinguishers

Cautionary signs of fire


risk

Format EM13 - Schedule


Disposal facilities like
of maintenance for kitchen
waste bins in place
compost pit

Description of outcome of
Clearing of kitchen
parameters monitored in
waste disposal pits
Food the REPORT
Environment
preparation at
officer,
10 construction Weekly
Maintenance of pits for Administrator,
camp and office
kitchen waste Foremen
operations

Location, operation and


sealing of incineration Photographs of campsite
pits in REPORT

Clearing the campsite


of the construction
debris

Maintenance log of Format EM5 - Vehicle log


vehicles and machinery of water tanker

Continuous Automobile Format EM6 -


Equipment Operation timings near
Tool box Engineer, Safety Maintenance record of
operation trading centres
meetings @ officer, vehicles and equipment
11 (machinery and
twice a month Environment
power
or at the start of officer and
generation) Schedule of water
each activity Foremen
tankers sprinkling for
Format EM14 - Minutes
dust suppression
of toolbox meeting
Minutes of tool box
meetings

_______________________________________________________________________
275
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Parameters to Monitoring
Item Activity Responsibility Reporting Format
Monitor frequency

Format EM14 - Minutes


№ of injuries reported
of toolbox meeting

Steel cutting, First Aid facilities in Format EM1 - Incident


place (clinic) Safety officer, reporting form
12 fixing and Continuous
Steel fixers
welding
Format EM15 - Report of
treatments in first aid
clinic

Visual inspection of
Vehicle/ runoff from oil Foremen, Format EM13 - Schedule
13 Equipment interceptor pit Weekly Environment of maintenance for oil
washing officer interceptor sump
Clearing of the sump

Adequacy of running
Format EM16 - Campsite
water supply at the
facilities and maintenance
camp

Maintenance of wash
rooms Administrative
HIV/AIDS officer, Health
Housing and
14 Monthly and safety officer
camp site
sensitization program and Environment
officer Summary of HIV/AIDS
Clinic with medical sensitisation programme
facilities in place
Safe closure of all
sanitary, compost, and
soak pits

Stabilization Format EM2 - PPE Issue


Continuous till From start to end,
(chemical Reporting
15 Issue and usage of PPE end of lime
stabilizers
stabilisation Foremen, Format EM1 - Incident
agents)
Environment reporting form
PPE Issueance and
usage
Incident reporting Quarry Manager,
Description of outcome of
Stone Quarry Environment
16 Informatoin Monthly parameters monitored in
and Crushing officer and Safety
dissemination on the REPORT
officer
blasting schedules
Soil erosion
Description of outcome of
Drug supply HIV / AIDS parameters monitored in
Establishment the REPORT
17 & Management Weekly
of clinic Waste disposal Service provider, Format EM15 - Report of
First aid facilities and Environment treatments in first aid
incidences Officer clinic

_______________________________________________________________________
276
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Parameters to Monitoring
Item Activity Responsibility Reporting Format
Monitor frequency

Bitumen Description of outcome of


Emissions from hotmix
preparations and parameters monitored in
plant Foremen,
laying the REPORT
18 Weekly Environment
Officer
Format EM17 - Disposal
Disposal site
site details

At least x of workers
Recruiting of
employed are from Description of outcome of
workers Environment
19 around the project areas Monthly parameters monitored in
officer
the REPORT
Percentage of women
employees
Environment Vehicle log of trips to
Type and quantity of
20 Waste disposal Weekly officer, Store central plant with load
disposed waste
manager details

_______________________________________________________________________
277
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

IMPLEMENTATION CHECKLIST
The implementation checklist is designed to provide at glance guidance in implementation of
the environmental management measures for the managerial staff of the contractor and the
consultant engineer. The measures suggested in the chapters above are linked to the project
activities. These have been integrated into the project Gantt charts for easy follow up of the
activities for implementation. The Gantt chart is provided as Table 6-1.
The monthly Environment Protection Report (EPR) as per the structure presented in Chapter 5
should be submitted to the Engineer prior to xx day of every month detailing the activities for
the previous month. The EPR should contain all environmental management formats and
description of the outcome of the monitoring parameters. Formats with respect to a particular
activity taking place in a particular month have to be presented and justification for not
providing a particular format is to be mentioned in the EPR.
The engineer scrutinises the content presented in the EPR as per the checklist given in Table 6-
2 and accordingly approves / disapproves. The Environmentalist of the Engineer shall
scrutinise the site conditions and implementation of the ESMP through a comprehensive
checklist of items included in the EMP. The checklist aids in assessing the level of compliance
of the ESMP implementation and Audit towards the end of the project period and intermittently
through the project period. The Environmentalist of the Contractor will utilise the checklist for
self assessment of compliance and further reporting, which will be submitted on receipt of
request from the Engineer and in each monthly report. The checklist for internal Environmental
Audit is presented in Table 6-1.

_______________________________________________________________________
278
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Table 6-1: Example of a Gantt chart of Environmental Management Measures

_______________________________________________________________________
279
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Table 6-2: Sample checklist for scrutiny of monthly Environmental Management Report
Presented in the
Sl. Other details /
Chapter Item REPORT
No. Remarks
Y N NA
Construction activities in the month
1 Introduction
Environmental issues identified
Description of air and noise pollution control
EM5: Vehicle log of water tanker
EM6: Maintenance log of vehicles and
Air Pollution and Dust
2 equipment
Abatement
EM10: Haul road maintenance
Description of emission reduction equipment at
hotmix and crusher plant
Borrow area redevelopment plan
EM11: NOC / Agreement with land owner for
3 Borrow areas borrowing
EM12: Certificate of satisfactory completion of
borrowing
Description, photograph and location of soil
Slope stabilisation measures undertaken
Observations on water quality near stockpiles
4 Soil conservation and erosion
EM9: Topsoil Conservation with photographs
Description of oil spills if any and measures
taken
Description of Waste disposal
Quantity of bitumen disposed and its location
No.of lime bags disposed, method and location
disposed
EM4: Trees cut by girth size
EM7: NOC from land owner for disposal of cut
to spoil
5 Waste disposal
EM8: Certificate of satisfactory disposal from
land owner
EM13: Schedule of maintenance for Concrete
Soak Pit, Kitchen Compost Pit and Oil
Interceptor Sump
EM17: Details of Disposal Site with
photographs
Description of occupational safety issues
Description of additional safety measures
undertaken
New signages for occupational health and safety
Occupational Health – location & photo
6
and Safety Description of Fire safety measures
Maintenance log of fire extinguishers
EM1: Incident report for construction staff
EM2: Reporting of PPE Issued
EM14: Minutes of Tool box meeting
_______________________________________________________________________
280
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Sl. Presented in the Other details /


Chapter Item
No. REPORT Remarks
EM15: Report of treatments in first aid clinic
Description of road safety issues
Description of additional safety measures
introduced
Signages for road safety - location & Photo
Barricades and other equipment - location &
7 Road safety
Photo
New speed humps placed - location & Photo
New diversions laid - location & Photo
Diversions removed - location & Photo
EM3: Flagmen employed on site by date
Description of measures for campsite
8 Campsite management
EM16: Camp site details
Summary of activities and outcome
Attach monthly progress report of HIV / AIDS
HIV / AIDS and
9 Sensitisation and Control Service Provider
Gender management
Percent of local labour amongst workforce
Percent women workforce
10 Chance find Description, photograph, location and measures
List of all consultations and meetings
Agenda of meetings / consultations
Consultations and Minutes of meeting / consultations and outcome
11
Meetings Photographs of the meeting / consultations
Signed list of attendees
Complaints received and resolution

_______________________________________________________________________
281
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Table 6-3: Sample checklist for site audit of ESMP


Actions for Environmentalist, if not Location
Item Activity Item for Y N complied (Chainage)
Audit

1 Surveying Were there Instruct Safety Officer to install overhead •


signboards electric line warning signs
indicating risk of
electrocution from
overhead electric
lines installed?
Were the surveyors Instruct Safety Officer to issue PPE and
using PPE as mandate surveyors to use them
gumboots and
reflector jackets &
gloves?
2 Clearing and Are protective Instruct Earthworks Foreman to exercise •
grubbing barriers in place for special care where trees or shrubs are
avoiding damage to exposed to injury by construction equipment
vegetation? or excavation
Instruct Safety Officer to install protective
barriers and learning sign boards to guard the
vegetation at risk beyond the construction site

Were there Instruct Safety Officer to install overhead


signboards electric line warning signs
indicating risk of
electrocution from
overhead electric
lines installed?
3 Dismantling Are material from Instruct Pavement Foreman to remove waste •
existing dismantled material immediately from the road and
pavements pavement stockpiled arrange for disposal at approved areas.
along the road?

4 Earth works Is there pollution Instruct tanker operator to increase the •


(excavation for from dust rising number of trips of water tanker for sprinkling
cuts sections, along the road? of water during dry weather conditions
culvert laying, including haul roads.
borrow areas and
material fill) & Were any complaints Enforce construction times near trading
raised due to noise centers to daytime i.e., from 6 AM to 10 PM

_______________________________________________________________________
282
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Actions for Environmentalist, if not Location


Item Activity Item for Y N complied (Chainage)
Audit

CRR Are gulleys formed Instruct earthworks foreman to install of


along the temporary / permanent erosion control
embankments? measures as:
Revegetate cut / fill sections to avoid soil
erosion
Re-contour the slopes to encourage natural
drainage thereby reducing erosion
Is increase in Instruct earthworks foreman to remove any
turbidity observed in waste inadvertently disposed in or adjacent to
the water channels in water courses, wetland, forests or any other
the site? environmentally sensitive areas immediately
in a manner that minimizes adverse impacts
and that conditions prior to disposal are
restored.
Ensure disposal areas are away from
wetlands, swamps, streams and other water
bodies even though they are on privately
owned lands

Are cautionary sign Instruct Safety Officer to install cautionary


boards installed signboards for diversions, speed humps, deep
along the section of cuts and speed restriction will be provided to
earthworks guiding improve road safety
the traffic? Instruct Safety Officer to secure deep cuts
through gumpoles, tapes and barricades

Are there exposed Instruct earthworks foreman to restore land


surfaces after immediately after completion of works
completion of

_______________________________________________________________________
283
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Actions for Environmentalist, if Location


Item Activity Item for Audit Y N not (Chainage)
earthworks in a particular Instruct to remove diversoins from a
section? culvert / bridge location at the earliest
from time of completion of the structure
Instruct earthworks foreman to grade the
area for avoiding water logging

5 Gravel and Is there land deformation Instruct earthworks foreman to remove •


Borrow and loss of vegetation at sharp edges to form gentle slopes and
material material extraction areas? mimic the borrow area to the surrounding
environment to permit re-vegetation.
Instuct earthworks foreman to reshape and
restore land by back filling the pits with
restored top soil
Instruct earthworks foreman to revegetate
slopes by laying topsoil at closed borrow
pits and temporary embankments
Is there erosion of topsoil Instruct earthworks foreman to reuse
stockpiles? topsoil on slopes / borrow area
reinstatement for revegetation at the
earliest.

6 Concreting for Is fresh concrete coming in In case of freshly laid concrete as for •
structures & contact with water courses culverts, the site shall be isolated from
pipe culverts water courses till the concrete sets
completely to avoid leaching of cement
into the water course especially during
rainy season
Is there a washing bay for Instruct the plant and equipment operators
cleaning of concrete to wash the mixers at strategic washing
mixers. point which will be designated for
construction equipment including
concrete mixtures and that the wash water
will be disposed off away from water
courses through a soakpit

7 Storage & Are fuel storage areas Instruct store manager to prepare the fuel •
Transportatio provided with dykes/bunds storage areas in line with the ESMP
n of materials to restrain spills?
(e.g. fuels, Are enough fire fighting Instruct store manager to prepare the fuel
gravel and equipment installed in the storage areas in line with the ESMP
others) fuel storage area?
Is runoff from material Design and install silt fencing to filter the
storage area draining into contaminants and restrict their entery into
any water bodies? water bodies directly.

8 Food Are disposal pits protected Instruct site administrator to protect the pit •
preparation at from infestation of rodents with a removable cover for protection
construction and water? from roadents and entry of water.
camp and
office
9 Steel cutting, Are PPE being used by the Instruct safety officer to conduct tool box •
fixing and workers during these meetings and emphasise use of PPE. Also
welding operations? lay penalties for failing to use PPE.

_______________________________________________________________________
284
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Actions for Environmentalist, if Location


Item Activity Item for Audit Y N not (Chainage)
10 Vehicle/ Is vehicle and equipment Instruct all vehicle and equipment •
Equipment being washed in the open operators to wash all cars, trucks and other
washing outside construction construction equipment only at washing
camps? bay provided for the purpose. Also
instruct the site administrator to arrange
for regular cleanup of the soak pit contain
waste oils and other extraneous matter.

11 Housing and Are the camp sites Instruct site administrator to ensure all
camp site maintaining cleanliness and facilities at the camp sites are provided as
hygiene? per the ESMP and cleanliness and hygiene
are maintained.

Is the first aid clinic for the Instruct the clinic service provider to
workers functioning and ensure adequate supply of drugs and the
has adequate drug supply? clinic functions without interruptions

12 Stabilization Are the lime bags burned Instruct the earth works foreman to collect
(chemical on the roadside? all lime bags and burnt only in pits dug for
stabilizers the purpose at approved areas. After
agents like burning, the pits will be covered with soil
lime) to merge with the surrounding landscape

Are the workers in the site Instruct the safety officer to mandate all
wearing nose masks? workers use the PPE issued and ensure
there is adequate supply of PPE

13 Stone Quarry Are there complaints that Instruct quarry operators to use
and Crushing were registred against dust environmentally friendly wet crushing
pollution, noise, flying technology to minimize problems of
stones, and vibrations. flying stones , generation of excess noise
and dust or vibration that may affect
public property. Also ensure that damage
to the public / private property is made
good by the quarry operator.

14 Establishment Is the medical waste being Instruct the clinic service provider to
and sent to waste treatment dispose off all biomedical waste at
management facility for safe disposal? designated waste disposal facility
of clinic containing incinerators.

15 Bitumen Are bituminous wastes, If yes, instruct the plant and equipment
preparations disposed off into engineer to stock the bitumen wastes at a
and laying surrounding environment? place at least 30 m away from nearest
water source and dispose off at the central
waste disposal in kowempe for safe
disposal.
Is the hot mix plant having Instruct the plant and equipment engineer
emission reduction to install emission reduction equipmnet as
equipment installed? wet scrubber for the hot mix plant.

_______________________________________________________________________
285
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Actions for Environmentalist, if Location


Item Activity Item for Audit Y N not (Chainage)
16 Waste Is any contamination of Instruct the site administrator to dispose
disposal surrounding environment off all wastes that are non toxic and non
observed from non combustible as well as non degradable at
combustible and non bio- centralized recycling plant at Kowempe or
degradable waste? disposed off to the wakiso or Mityana
Town council garbage collecting facility
and that no open burning is to be carried
out.
Is any open burning of Instruct the foremen to avoid open
construction waste burning and dispose the waste as
observed? instructed above.

_______________________________________________________________________
286
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

ANNEXURES

_______________________________________________________________________
287
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Annex 1: Sample Reporting Formats

_______________________________________________________________________
288
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM1: Incident Reporting Form


This form is to be completed by the person involved or who observed the incident / hazard
and their supervisor. Copy of this form should be emailed or hand-delivered to the
Departmental Manger of the person involved and the QSHE Officer by the end of
the shift in which the incident occurs

_______________________________________________________________________
289
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM2: Report of PPE Issued


Project Name:
Month:
Sl. NO Name Trade PPE Issued Quantity Issuing Date

Signature ________________________
Name:
(Environmentalist of the Contractor)

_______________________________________________________________________
290
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM3: Flagmen Employed by date


Project Name:
Month:
Sl. NO Name of Flagman Chainage Placed Type of Work in Placed at the location, Date
progress at the
location From To

Signature ________________________
Name:
(Environmentalist of the Contractor)

_______________________________________________________________________
291
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM4: Trees cut by girth size


Project Name:
Month:
Sl. NO Chainage Date Cut Girth Size No. of Tress within No. of Trees outside
construction limits construction limits

Signature ________________________
Name:
(Environmentalist of the Contractor)

_______________________________________________________________________
292
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM5: Vehicle log of water sprinklers


Project Name:
Month:
Date Odometer / Hour Meter Time NO. of Trips Signature of Driver
/ Operator
Start Close Start Close

Signature ________________________
Name:
(Environmentalist of the Contractor)

_______________________________________________________________________
293
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM6: Maintenance record of vehicles and equipment


Project Name:
Month:
Sl. Type of Make of Registration Manufacturing Type of Date of Date of No. of Odometer
NO Equipment Equipment NO Date Service1 Last Next Hours Reading at
Service Service Run time of last
Name Model service

Signature ________________________
Name:
(Environmentalist of the Contractor)

_______________________________________________________________________
294
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM7: NOC from landowner for Spoil Disposal

No objection certificate for spoil disposal

Letter No.:
Date:
Location:

Sub: Reconstruction and Rehabilitation of x Road Km 000+400 to Km 27+000, Contract


No.xxxx: NOC for Spoil Disposal on the identified land from land owner

This is to certify that myself / our self are the sole / joint owner/s of the land situated at plot
no_____________, Village__________,County_____________and district____________
am giving consent to dispose the spoil material from the above road project on my / our land
on the condition that the area will be levelled after disposal to my satisfaction. Further, I
declare that the land does not have swamps / water bodies or forests that will be affected due
to the disposal and that no streams flow on the boundary of the land identified for disposal. I
further declare that there will be no legal obligation to UNRA and will have no claim
(monetary or otherwise) in future with respect to this disposal.

Land Owner/s Contractor

1. ___________________________ 1. ___________________________

2. ___________________________ 2. ___________________________

3. ___________________________

Before:

1. ________________________

Chair Person

1. __________________________

(Mention) LOCAL COUNCIL ZONE

_______________________________________________________________________
295
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM8: Certificate of satisfactory disposal from land area

Letter Certifying Satisfactory Disposal from Land Owner

Letter No.:
Date:
Location:

Sub: Reconstruction and Rehabilitation of x Road Km 000+400 to Km 27+000, Letter


indicating satisfactory disposal of spoil material.

Ref: Letter issuing NOC for disposal bearing No.____________ dated______________

This is to certify that myself / our self gave consent to dispose the soil on my / our land as
per the letter referred above with respect the subject project and am/are fully satisfied with
the condition of the land which has been handed over to me / us after disposal. I / We
declare that no swamps / water bodies or forests have been affected due to disposal onto my
/ our land. I further declare that there will be no legal obligation to UNRA and will have no
claim (monetary or otherwise) in future with respect to this disposal.

Land Owner/s Contractor

1. ___________________________ 1. ___________________________

2. ___________________________ 2. ___________________________

3. ___________________________

Before:

1. ________________________

Chair Person

1. __________________________

(Mention) LOCAL COUNCIL ZONE

_______________________________________________________________________
296
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM9: Topsoil Conservation


Project Name:
Month:
Location Measures for preventing Present Method of Anticipated period Distance of nearest Whether silt
(Chainage) Erosion of topsoil Storage of Storage Water course fencing provided?
(Months)
(m)

Signature ________________________
Name:
(Environmentalist of the Contractor)

_______________________________________________________________________
297
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM10: Haul Road Maintenance


Location of Haul Road:
Haul road Start Location:
Haul road ending chainage on project road:
Type of Surface:
Haul road hierarchy and maintenance done by:
Date of last maintenance done by government agency:
Riding quality prior to start of material haulage:
1 Excellent 2 Good 3 Average 4 Fair 5 Pair
Time taken for travel from end to end on the haul road on Car with 4WD in hr:min

Signature ________________________
Name:
(Environmentalist of the Contractor)

_______________________________________________________________________
298
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM11: NOC / Agreement for Borrowing Agreement for Borrow


Material (Mention applicable material)
Agreement for Borrow Material (Mention applicable material)
(From ____________________ Parish at km_______________)

This agreement is made on this_______day of_______between________and____ of


P.O.Box.No._______________ resident of _____________________(Registration
date____________ Instrument No._______________, Area ____________________Land
type______________ ) Phone No.____________(herein after referred to as the FIRST
PARTY) on one part and xxxx., of P.O. Box______________Kampala (here in after
referred to as the SECOND PARTY) on the other part.

Pursuant to a meeting held on the (Mention date) by the FIRST PARTY, in which meeting it
was agreed that the SECOND PARTY be allowed to excavate murram / fill material
(Mention whichever is applicable) on its land comprised in___________________County
__________________Parish_________________Sub County (mention location of the
land),___________________District and WHEREAS the FIRST PARTY is desirous of
disposing off the murram / fill material (Mention whichever is applicable) on the above
stated land and the SECOND PARTY has agreed to buy the said material from the FIRST
PARTY.

IT IS HEREBY AGREED THAT:-

1. The SECOND PARTY shall excavate the said murram / fill material (Mention
whichever is applicable) and shall be reinstated with already removed overburden where the
murram / fill material (Mention whichever is applicable) is excavated with the available
material around the area (top soil which is removed) by the end of the agreement.

2. The SECOND PARTY is to pay a sum of Ug. Shs.______________(Mention the


amount) to the FIRST PARTY as consideration for taking the murram / fill material
(Mention whichever is applicable) payable in______instalment/s.

3. In consideration for the said area, the SECOND PARTY will pay Ug.
Shs.____________________(Mention the amount) at the signing of the agreement. The
remaining amount will be paid_______________(Mention the payment schedule).

4. That the SECOND PARTY is to be on the site for a period of not exceeding one year
from the date of signing of this agreement. SECOND PARTY is not concerned for any crop
compensation and legal or illegal matters. Access road to be provided by the FIRST PARTY
to the SECOND PARTY. Problems related to the access road are to be sorted out by the
FIRST PARTY only.That the FIRST PARTY undertakes to show the SECOND PARTY the
priority areas from where work should commence, and based on the material quality
required for the immediate use by the SECOND PARTY the FIRST PARTY shall allow the SECOND
PARTY to excavate the need materials.

5. That the SECOND PARTY in its operations is not to exceed an area of 100 m X 100
m which area shall be clearly marked by both the parties. SECOND PARTY can excavate
up to 4.0 m depth after removing topsoil.

_______________________________________________________________________
299
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

6. If the excavated material is unsuitable for road/encountered rock, unable to scoop,


appropriate area is to be provided of equivalent area at other location of plot of FIRST
PARTY.

7. That no other company, organisation, institution, business entity, and or person shall
be found on the said site excavation, and or dealing with the land in any manner that is
inconsistent with the interest of the SECOND PARTY, and or this agreement.

8. In case either party is in breach of this agreement, the aggrieved party is entitled to
sue and recover under breach of contract. Without prejudice to the foregoing parties shall
seek mediation and or arbitration and in case this fails, the aggrieved party shall have
recourse to Courts of Law.

9. The parties submit to the exclusive jurisdiction of the Ugandan Law Courts.
PROVIDED BOTH PARTIES HEREBY AGREE THAT:-

This agreement applies, binds, affects to all assignees of title, transferees of title.The parties
have set their usual signatures and seals on the date first mention above this presents.

Signed by:
Name:

Signed by:
Name: LAND LORD 1

Signed by:
Name: LAND LORD 2

Before:
Name:

Name
CHAIRPERSON, (Mention) LC Zone

_______________________________________________________________________
300
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM12: Certificate of satisfactory completion of borrowing

Letter Certifying Satisfactory Completion of Borrowing from Land Owner

Letter No.:
Date:
Location:

Sub: Reconstruction and Rehabilitation of x Road Km 000+400 to Km 27+000, Contract


No. xxxxxxxxxxxxxx: Letter indicating satisfactory completion of borrowing from land
owner

Ref Agreement for borrowing bearing No.____________ dated______________

This is to certify that myself / our self gave consent to borrow the murram / soil on my / our
land as per the letter referred above with respect the subject project and am/are fully
satisfied with the condition of the land which has been handed over to me / us after
redeveloping the borrow area. I / We declare that no swamps / water bodies or forests have
been affected due to disposal onto my / our land. I further declare that there will be no legal
obligation to UNRA and will have no claim (monetary or otherwise) in future with respect
to this land used for borrowing and that all claims have been settled with the Contractor.

Land Owner/s Contractor

1. ___________________________ 1. ___________________________

2. ___________________________ 2. ___________________________

3. ___________________________

Before:

1. ________________________

Chair Person

1. __________________________

(Mention) LOCAL COUNCIL ZONE

_______________________________________________________________________
301
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM13: Schedule of maintenance for waste disposal pits


Project Name:
Month:
Sl. Location Date Opened Date Last Quantity of Location where Next clearance
NO. Cleared waste disposed waste is
disposed

A. Concrete Soak Pit

B. Kitchen Compost Pit

C. Oil interceptor sump

D. Ash pits used for incineration of approved combustible waste

Signature ________________________
Name:
(Environmentalist of the Contractor)

_______________________________________________________________________
302
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM14: Minutes of tool box meeting

Project Name Team


Site Date
Attendance

Recommendations for improvement


Outstanding corrective / preventive
Environmental Incidences / Issues
Quality Incidences / Issues
Accident and Safety Issues

Agenda
Communication
AOB

Item No. Actions Responsibility Target date Status Comment

Directions:

Signed: Status:
Next Meeting: Active Complete
New Rescheduled

_______________________________________________________________________
303
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM15: Report of treatments in first aid clinic

Date Complaint NO. of Patients Treatment Given Remarks

Signature ________________________
Name:
(Environmentalist of the Contractor)
Signature ________________________
Name:
(Doctor on site providing treatment)

_______________________________________________________________________
304
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM16: Campsite facilities and maintenance


Project Name:
Month:
Location of camp:
S Item Unit Det Remarks,
1 Distance from Nearest Settlement
2 Distance from Nearest Water Source
3 Date of camp being operational dd/mm/yy
4 Storage area (Availability of impervious mxm
5 Capacity for Oil Storage
6 Quantity of top soil removed sq. m
7 Detail of storage of topsoil Describe stacking
8 Total no of labourers (Resident) No.
9 Total no of Male Workers (Resident) No.
1 No of Male Workers below 18 years of age No.
1 Total No of Female Workers (Resident) No.
1 No of Female workers below 18 years of age No.
1 No of children (Resident) No.
1 No of dwellings/huts No.
1 Minimum Size of Dwelling mxm
1 Total no of WC No.
1 No of WC for female workers No.
1 No of Bathrooms for female workers No.
1 Availability of Day Care Centre Yes/No
2 Availability of dust bins No.
2 Availability of Washing bays
2 Latest date of clearance of Soak Pit (Concrete)
2 Latest date of clearance of Oil Pit (Vehicle
2 Latest date of clearance of Kitchen Compost Pit
Signature ________________________
Name:
(Environmentalist of the Contractor)

_______________________________________________________________________
305
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Format EM17: Disposal site details


Date:
Project Name:
Location:
Chainage:
Location Measures for preventing Present Method of Anticipated period Distance of nearest Whether silt
(Chainage) Erosion of topsoil Storage of Storage Water course fencing provided?
(Months)
(m)

Enclosures:
Photographs of disposal location
Copies of NOC from land owner and LC
Signature ________________________
Name:
(Environmentalist of the Contractor)

_______________________________________________________________________
306
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Annex 2: Spill Contingency Response Plan

_______________________________________________________________________
307
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Purpose and Scope

This document describes spill contingency measures the response plan for the x project. The plan is
designed to reduce impacts to the environment in the event of spill through ensuring materials
are available and established procedures followed.

The purpose of the Spill Contingency Plan is to provide a course of action, which will
be implemented to a low a prompt and orderly response to spills that may occur during
road construction. A spill of liquid, or gaseous substance, which would impair the usefulness of
the land, water or air where it is released, will be responded to by the procedures outlined in
the contingency plan. The main objectives of spill contingency plan are:

 To reduce the risk of harmful exposure to the individuals and the surrounding
environment
 To clearly outline the action to take if a spill should occur, and
 To ensure that the project staff is aware of the correct response action

“Spill” consists of unauthorized release or discharge into the environment of a substance in


an amount equal to or greater than the specified amount, or the uncontrolled release of
any deleterious substance to the environment. All spills will require immediate action as
necessary, with priorities of:

 Protecting lives and preventing injuries


 Protecting the environment and,
 Protecting property

This plan is intended to provide guidance to provide in the event of a spill. The areas
of responsibility of the various personnel who will directly be involved are outlined to provide
clear direction of what each person should be doing at the time of an emergency. The
Environment Officer/Monitor in consultation with the Supervisor’s Rreportesentative will
review this plan regularly. The review date will be recorded and kept on file.

Spill Response Plan

This section is designed to provide the reader with the methods of handling spills and the
reporting procedures required.All spills, major or minor shall be reported. Workers will
report all spills to their supervisors or Environmental Officer/Monitor who will in turn report
to the Supervisor's Rreportesentative.

Minor spills

Minor spills are those that can be easily and safely handled by those people in the area, and
generally by the persons initiating the spills. The spills are generally within the confined
area, are small in nature, have minimal health and safety risks, and have no chance of
migrating into the environment.

_______________________________________________________________________
308
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Major spills

These would be spills of greater potential than minor spills and have potential health and
safety risks. WHEN IN DOUBT, TREAT THE SPILL AS MAJOR. The supervisor's
rreportesentative will be contacted with the following information:

 The person's name and telephone number


 The name and the telephone number of the person who caused the spill
 The location and time of the spill
 The type and quantity of the substance spilled
 The cause and effect of the spill
 Details of action taken or proposed to stop, contain and minimize the effects of
the spill, a description of the spill location and the area surrounding the spill
 Details of further action contemplated or required.

Spill Response Equipment

Spill equipment will be provided and located in a designated response storage facility. Any
persons adjacent to a water course will have a spill kit present. Any used spill abatement and
clean up materials will be promptly replaced.

Spill Response Duties

All response team will be composed of the Environmental Officer/ Monitor and personnel from
the construction site. All personnel will be trained to notify the designated leader in the event of a
spill. The general response to a spill is as follows;

 Report spill
 Stop source, if possible
 Contain spill with materials
 Protect area
 Remove material
 Reclaim area
 Spill report

Documentation of spills

All spills will be documented in the environmental logbook retained by the Environmental
Officer/ Monitor. A detailed report will be prepared within two (2) weeks of the occurrence.
The report will include the details of the spill and all remedial action taken. The report will
include all the details of the spill and all the remedial action taken. The report will be
submitted to the Supervisor's Rreportesentative and provided to the Contracting Authority.

_______________________________________________________________________
309
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Guidelines for spill Containment and cleanup

Construction personnel will be educated in the following procedures in the event of spill.
Immediate actions to be undertaken by personnel at the spill site include the following:

 Be alert; ensure personal safety and safety of others


 Assess the hazard to persons in the vicinity of the spill
 Assess whether the spill can be can be readily stopped or brought under control:
 Where safe to do so, stop the flow of the spilled material
 Gather information on the status of the situation
 Report the spill without any delay
 Resume any safe, effective action to contain, clean up, or stop the flow of spilled
product

In order to promote prompt and proper management and cleanup spills, some general guidelines
on containment and cleanup are reviewed. It is important from both a Safety and
Environmental perspective that prompt and proper clean up of spills are undertaken. Spill
characterization may be determined by the review of sources including the following:

 Sedimentation or erosion.
 Chemical packing labels
 Chemical form (solid, liquid, powder)
 Chemical container method (drum, tank)
 Material Safety Data Sheets (if available)

Proper handling is important for protection. Once the spill is identified, it is necessary to review
the appropriate management procedure. This must take into account the types of materials,
their physical and chemical properties, and also the correct methods of neutralization, handling
and/ or containment.

Spill conditions

Solid Material Spill in a Dry Area


 Storing/transporting recovered material and review the mode of disposal
 Liquid Material Spill in an Area Wet from Rain
 Containing Spill using earthen berms
 Isolating any drainage from the spill area, if possible, using the earthen berm.
 Notify downstream water users if appropriate
 Cleaning up recover material with protective gear. Material recovery may utilize
pumps or absorbents as appropriate for the type of spill

_______________________________________________________________________
310
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

 Detoxifying the area.


 Storing/transporting recovered material and review the mode of disposal.

Solid or Liquid Spill in Drainage Ditch


 Containing the spill by placing an earth berm across the ditch far downstream of
the spill
 Isolating drainage, if possible using berms
 Storing/transporting recovered material and review the mode of disposal

Solid or Liquid Spill into River, Stream or Wetland/Swamp


 Notifying downstream water users.
 Isolating drainage and contain spill using earthen berms, if possible.
 Covering the material, if possible, using protective wear.
 Implementing environmental monitoring of downstream waters as soon as
possible after arriving at the scene.

Specific Materials on Road Construction Projects

The following response actions are outlined for specific spills that, however unlikely, could
occur during road construction.

Petroleum/Gasoline

Petroleum/Gasoline may be stored on-site for use in light vehicles. A list of the hazards
associated with Patrol/ gasoline, spill response, fire response and recovery methods are listed
below. Varsol Spills will be treated as petrol/gasoline spills. Petrol/gasoline spill is:

 Highly flammable
 Explosive when in vapour foam
 Easily ignited by flame or spark; lighter than water (floats on water)
 Toxic to humans by ingestion
 Toxic to aquatic organisms

The initial response to petrol/gasoline spill will be:

 Stopping the flow at the source if possible.


 Eliminating all possible sources of ignition ( e.g. extinguish cigarette ,shut off
motors)
 vacuating danger area
 Carefully considering the hazards and merits of trying to contain the spill if it is
safe to do so and obvious benefits of containment is apparent ( e.g. contain if

_______________________________________________________________________
311
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

flowing towards the a water course.) otherwise leave gasoline to spread and
evaporate
 Notifying the Environment Officer/ Monitor/ or the Supervisor's
Rreportesentative. In the event of fire, the response will be:

Using CO2 , dry chemical, foam or water spray (fog);


 Using jet streams to wash away burning gasoline.
 Diverting the gasoline to an open area and let it burn under control.
 Using water to cool the tank surfaces.
 Being aware of re-ignition if the fire is put out before all the gasoline is
consumed

Petrol/gasoline can be recovered in the following manner:

 Unburnt gasoline can be soaked up by sand or pit moss or by commercial sorbets.


 If necessary, contaminated soil will be excavated,
 Gasoline entering the ground can be recovered digging sumps or trenches and
pumping from below water table.

Petrol/ gasoline can be disposed of in the following manner.

 Evaporation incineration under controlled manner.

Other Fuels and Petroleum Products

Fuel and petroleum products spills will be contained using local earth material and /or sand bags.
Spill cleanup equipment specifically designed for petroleum products are to be located at the
camp an in the maintainable shop. Dangers associated with fuel oil spills include:

 Risks associated with flammability.


 Mildly toxic by ingestion, highly toxic if aspirated.
 Moderately toxic to aquatic organisms.
 Harmful to waterfowl
 Floats on water.

Spills or leaks of all light and medium oils, including fuel oil at storage facilities will be
responded to by the following steps:

 Identifying the source of the leak or spill


 Stopping flow if possible
 Eliminating open flame ignition processes.
 Containing the spill.
_______________________________________________________________________
312
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

 Notifying the Supervisor's Representatives


 Initiating Spill Response Plan.

In the event of tank rapture, the containment berm is designed to contain the full capacity of the
tank. This will allow the oil to be contained and pumped out into salvage tanks. Contaminated
soil from the site will be excavated, and transported to a treatment facility or treated on site by air
sparging. Spilled diesel fuel can be covered by commercial sorbents or by sand straw or peat
moss. If necessary, contaminated soil will be excavated. Digging sumps or trenches and pumping
from below water table can recover diesel fuel saturated soil. Fuel spills on land will be
responded to by the following procedures:

 Construction of earth berm down slope of the running or seeping fluid


 Plastic taps may be placed at the base of the berm to allow the fuel pool o n the
plastic tarp for easy capture with absorbent pads,
 Pads may be squeezed into empty drums and re-used.
 Larger pools may be pumped back into the drums.
 Special care will be taken to prevent the fuel from entering the water body or
water where it will: have greater negative impact
 Contaminated soil and vegetation may have to be removed and disposed off. Fire
Response methods for Diesel Fuel include:
 CO2, dry chemical, form, or water spray.
 Water to cool tank surface.
 Diversion of the diesel to an open area and let it burn of under control.
 Awareness of re-ignition if the fire is put before all diesel fuel is consumed

Fuel spills on water will be contained immediately to restrict the extent of the floating fuel. The
methods, which may be used to contain the fuel include:
 Booms deployed to contain the spill.
 Absorbent pads used to capture small spills on watercourse.
 A skimmer to recover oil contained by boom and then pumps the recovered fuel
into empty fuel drums.
 Culverts (CMP's or plastic) to permit water flow while capturing and collecting
fuel.
 The culvert can be surrounded with absorbent material to capture any fuel on the
water surface.

Acid spills.

Spills of acid will be contained using sand bags and neutralization can be accomplished using
either soda ash or lime. Both the sand bags and lime will be stored at maintenance yard.

_______________________________________________________________________
313
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Following neutralization, the area will be carefully flushed with water. Any water used for
flushing a spill shall be contained, recovered and disposed of in an approved manner.

Concrete and/ or Concrete Waste Water

During any course of concrete pour within 15 metres of, or in work areas below the high
water level of any water course, carbon-dioxide cylinders will be ready for use in the event of
concrete or concrete leachate discharges into the water course. The carbon-dioxide will be used
to neutralize any concrete leachate that inadvertently discharged into the water course.

Plan Review and Training

The Spill Contingency and Response Plan will be reviewed periodically by the
Supervisor's Rreportesentative, Environmental Monitor and the Contractor's Project Manager and
the Foremen. Reviews will include updates to the products on site, suggested amendments to
the plan, and reviews of handling and spill mitigation measures and other relevant information.

The Spill Contingency and Response Plan will be a key component of Environmental
Awareness Training Programs. All personnel on site will receive training in the use of the
plan, prevention, expected reporting of spills, reporting structure, response, and follow-up.

_______________________________________________________________________
314
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Annex - 3: Guidelines for Contractor to address


Chance Finds

_______________________________________________________________________
315
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

In line with the General Specification for Roads and Bridges and the World Bank Physical,
Cultural Resource Safeguard Policy Guidebook, the Contractor must stop work immediately after
discovering evidence of possible scientific, historical, prehistoric, or archaeological data and
notify the Resident Engineer giving the location and nature of the finds. Though the general
specifications do not explicitly state stoppage of work at location of chance find, it is imperative
that further work is to be stopped in case of chance find to avoid further damage prior to
intimation to the Engineer.
If any of the items like pottery, lithics, stones/iron tools in large quantities were identified in the
construction site while borrowing and cutting they should stop working on the section
immediately and notify Engineer of the Chance Find. Upon inspection of the site by the Engineer
or his representative and upon receipt of formal clearance, work should be started. The Engineer
on the other hand has to notify the Conservator-in-Charge in the Department of Museum and
Monuments of the chance find and arrange for joint site inspection of the location. Following
figures indicate sample of such items in Uganda upon which action of the site engineer and the
supervision engineer are required.

Sample of Pottery Items Sample of stones / lithics with fossilized


marks

_______________________________________________________________________
316
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

Sample of Stone tools

The Contractor shall exercise care so as not to damage artefacts or fossils uncovered during
excavation operations and shall provide such cooperation and assistance as may be
necessary to preserve the findings for removal or other disposition by the Employer. The
Resident Engineer should notify DMMs of such finds for verification and salvage in line
with the Historical Monument Act 1967, Section 11(1 &4) and section 12b).

_______________________________________________________________________
317
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

PART D: DRAWINGS

A set of reduced scale drawings is issued as Volume 2 of the Bid Documents. These drawings
are for bidding purposes only.

The Contractor will be supplied with two (2) full size paper prints of each of the approved
Construction Drawings at contract commencement.

_______________________________________________________________________
318
National Roads Development & Maintenance Programme (NRDMP)
BID Documents for Civil Works for Upgrading of the
Muyembe-Nakapiripit (92.2 km) from Gravel to Bituminous Standard
Section VII. Works Requirements

PART E: SUPPLEMENTARY INFORMATION

_______________________________________________________________________
319

You might also like