Vous êtes sur la page 1sur 98

MINISTRY OF ROADS AND HIGHWAYS

DEPARTMENT OF URBAN ROADS

ACCRA URBAN TRANSPORT PROJECT (AUTP),


PHASE 1 POKUASE INTERCHANGE

DRAFT FINAL REPORT

VOL 9: TECHNICAL
SPECIFICATIONS &
BILLS OF QUANTITIES
ASSOCIATED CONSULTANTS LTD.
33 Royalt Castle Road Kokomlemle,
P. O. Box M259,
Accra, Ghana
SEPTEMBER 2015
Tender Documents Volume 2
Section VI (A) Technical Specifications / Special Specifications

SECTION VI
TECHNICAL SPECIFICATIONS
Tender Documents Volume 2
Section VI (A) Technical Specifications / Special Specifications

TECHNICAL SPECIFICATIONS

PART I
GENERAL SPECIFICATIONS
Tender Documents Volume 2
Section VI (A) Technical Specifications / Special Specifications

TECHNICAL SPECIFICATIONS PART I

GENERAL SPECIFICATIONS

The Contract for the Construction of the Three Tier Interchange at Pokuase Junction will be
based generally on the Specification for Roads and Bridge Works, dated July 2007 of the
Republic of Ghana, Ministry of Roads and Highways, supplemented by the Special Specification.

The Standard Specification is available for inspection at the offices of the Ministry of
Transportation.

The Special Specification comprises additions, amendments and modifications to the Standard
Specification.
Tender Documents Volume 2
Section VI (A) Technical Specifications / Special Specifications

TECHNICAL SPECIFICATIONS

PART II
SPECIAL SPECIFICATIONS
Tender Documents Volume II
Section VI(A) Technical Specifications

INDEX Part II - SPECIAL SPECIFICATION

Clause Subject Page

Preamble 1

1.S GENERAL ................................................................................................................ 2


1.1.S Scope........................................................................................................................ 2
1.5.S Submission to the Engineer...................................................................................... 3
1.6.S Programme ............................................................................................................... 3
1.10.S Site............................................................................................................................ 3
1.12.S Protection from Water............................................................................................... 4
1.15.S Diversion of Services ................................................................................................ 4
1.17.S Storage of Materials and Manufactured Articles ...................................................... 4
1.18.S Progress Photographs .............................................................................................. 5
1.19.S Signboards ............................................................................................................... 5
1.21.S Facilities for the Engineer and his Staff ................................................................... 5
1.22.S Time for Erection of Engineers Staffs Houses, Offices
and Laboratories ....................................................................................................... ..11
1.23.S Maintenance of Engineers Staffs Houses, Laboratory,
Furniture and Equipment .......................................................................................... ..11
1.24.S Provision of Vehicles ................................................................................................ ..11
1.27.S Environmental Management & Monitoring ............................................................... ..13
1.27.S.1 General ..................................................................................................................... ..13
1.27.S.2 Waste Disposal ......................................................................................................... ..13
1.27.S.3 Storage of Top Soil ................................................................................................... ..13
1.27.S.4 Noise & Air Pollution ................................................................................................. ..14
1.27.S.5 Water Resources Aspect .......................................................................................... ..14
1.27.S.6 Transport of Materials ............................................................................................... ..15
1.27.S.7 Exposed Dust Surface .............................................................................................. ..15
1.27.S.8 Restoration of Borrow Pits ........................................................................................ ..15
1.27.S.9 Removal of Trees & Revegetation ........................................................................... ..15
1.27.S.10 Traffic Management during Construction ................................................................. ..15
1.27.S.11 Employment .............................................................................................................. ..16
1.28.S Engineers Normal Working Hours ........................................................................... ..16
1.29.S Construction Generally ............................................................................................. ..16
1.30.S Temporary Services ................................................................................................. ..17
1.31.S Sufficiency of Specifications ..................................................................................... ..17
1.32.S Liaison with Government Officials ............................................................................ ..17
1.33.S Site Design Office, Working Drawings and As-Built Drawings17
1.34.S General STD and HIV/AIDS and Malaria Alleviation Campaigns..19

2.S TESTING OF MATERIALS AND WORKMANSHIP ................................................ ..22


2.2.S Testing by the Contractor ......................................................................................... ..22
2.2.1.S Testing ...................................................................................................................... ..22
2.2.2.S Standards ................................................................................................................. ..23
2.2.3.S Contractors Laboratory ............................................................................................ ..23
2.12.S Construction Control Testing for Earthwork Layers, Pavement Layers and
Backfill to Drainage Works and Structures ............................................................... ..23
2.13.S Frequency of Testing ................................................................................................ ..23

3.S SETTING OUT, GEOMETRIC TOLERANCES & RECTIFICATION ....................... ..25


3.2.S Setting Out ................................................................................................................ ..25
3.3(c).S Geometric Tolerances ............................................................................................. ..25
3.5.S Engineers Approval of Method ................................................................................ ..25

Accra Urban Transport Project (AUTP) i


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications
4.S SITE CLEARANCE.................................................................................................. ..27
4.2.S Site Clearance27
4.4.S Removal of Structures, Fences and Obstructions. ................................................... ..27

5.S EARTHWORKS ....................................................................................................... ..28


55.5.S Construction of Embankments and Cuttings ........................................................... ..28
5.6.S Swamps .................................................................................................................... ..28
5.7.S Treatment to Swampy or Marshy Areas ................................................................... ..28
5.7.1.S Separation Membrane .............................................................................................. ..29
5.7.2.S Free Draining Granular Material ............................................................................... ..30
5.11.S Proofrolling ............................................................................................................... ..30
5.13.S Topsoiling and Grassing ........................................................................................... ..30
5.15.S Filling to Structures - Structural Backfill.................................................................... ..30
5.16.S Structural Excavation ................................................................................................ ..31
5.17.S Structures with Foundation Problems ...................................................................... ..32
5.18.S Re-use of Excavated Rock ....................................................................................... ..32
5.19.S Mass-haul diagram 32

6.S QUARRIES, BORROW PITS, STOCKPILES AND SPOIL AREAS ....................... ..33
6.2.S General ..................................................................................................................... ..33
6.4.S Provision of Land ...................................................................................................... ..33
6.5.S Entry Upon Land ....................................................................................................... ..33

7.S EXCAVATION AND FILLING OF STRUCTURES................. ................................. ..34


7.2.S Classification of Excavation ...................................................................................... ..34
7.3.S Excavation for Foundations of Structures ................................................................ ..34
7.5.S Backfilling Against Structures ................................................................................. ..34

8.S CULVERTS AND DRAINAGE WORKS .................................................................. ..35


8.1.S Scope of Section ...................................................................................................... ..35
8.6.S Excavation in Hard Material...................................................................................... ..35
8.9.S Concrete Beds, Surrounds and Haunches ............................................................... ..35
8.10.S Backfill ...................................................................................................................... 35
8.22.S Surface Finish to In-situ Concrete Drainage Works ................................................. ..36
8.23.S Final Location of Box Culverts and Pipe Culverts ................................................... ..36
8.24.S Construction of Pipe Culverts ................................................................................... ..36
8.25.S Concrete Pipes ......................................................................................................... ..36
8.26.S Headwalls, Wingwalls and Aprons .......................................................................... ..37
8.27.S Sub-soil Drains ......................................................................................................... ..37
8.27.S(a) Filter Material ............................................................................................................ ..37
8.27.S(b) No-Fines Concrete ................................................................................................... ..37
8.27.S(c) Stone Drainage Layer Behind Concrete Retaining Walls ........................................ ..38
8.28.S Miscellaneous Drainage ........................................................................................... ..38
8.28.S(a) Scour Check ............................................................................................................. ..38
8.28.S(b) Concrete Inlet Chamber .......................................................................................... ..38
8.29.S Drainage Blanket ...................................................................................................... ..38
8.30.S Riprap Protection ...................................................................................................... ..38

9.S PASSAGE OF TRAFFIC............................................................. ............................ ..40


9.3.S Improvements To Existing Roads ............................................................................ ..40
9.5.S Construction of Deviations........................................................................................ ..40

11.S SHOULDERS AND SIDEWALLS ............................................................................ ..41


11.2.S Materials for Construction of Shoulders ................................................................... ..41
11.5.S Paving Blocks ........................................................................................................... ..41

12.S NATURAL MATERIALS FOR SUB-BASE AND BASE........ ................................. ..42


12.3.S Material Requirements ............................................................................................. ..42

Accra Urban Transport Project (AUTP) ii


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications
13.S GRADED CRUSHED STONE SUB-BASE AND BASE .......................................... ..43
13.2.S Definitions ................................................................................................................ ..43
13.4.S Laying and Compacting Graded Crushed Stone Sub-base and Base ..................... ..43

15.S BITUMINOUS SURFACE TREATMENTS & SURFACE DRESSING..................... ..44


15B.S Part B - Prime Coat and Tack Coat ........................................................................ ..44
15B.4.S Spraying of Prime Coat and Tack Coat .................................................................... ..44
15B.5.S Curing and Blinding of Prime Coat ........................................................................... ..44
15B.6.S Tolerances ................................................................................................................ ..44
15C.2(a).S Binder ....................................................................................................................... ..45
15C.2(a).S1 Bitumen Viscosity ..................................................................................................... ..45
15.C.2(a).S2 Cutback Bitumen ...................................................................................................... ..45
15C.2(a).S3 Supply, heat and spray Binder Class AC-10 (80-100 pen)Bitumen ......................... ..46
15C.2(b).S Chippings .................................................................................................................. ..46
15C.3.S Rate of Application of Binder and Chipping .............................................................. ..50
15C.5.S Precoating of Chippings ........................................................................................... ..51
15C.6.S Construction Plant for Surface Dressing .................................................................. ..53
15C.6(b).S Chip Spreaders ......................................................................................................... ..53
15C.10.S Tolerances ................................................................................................................ ..53
15C.12.S Transverse Joint between Binder Sprays ................................................................. ..53
15C.13.S Spraying in Strips ..................................................................................................... ..53
15C.14.S Resealing .................................................................................................................. ..54

16.S BITUMINOUS MIX BASES, BINDER COURSES & WEARING COURSES ................. ..55
16B.S Part B Asphaltic Concrete for Surfacing ............................................................... ..55
16B.1.S Scope of Part B ........................................................................................................ ..55
16B.2.S Materials for Asphaltic Concrete .............................................................................. ..55
16B.3.S Grading Requirements ............................................................................................. ..56
16B.4.S Asphaltic Mixtures .................................................................................................... ..56
16B.5.S Design and Working Mixes ....................................................................................... ..56
16B.6.S Construction Plant .................................................................................................... ..57
16B.7.S Preparation of Surface.............................................................................................. ..58
16B.8.S Mixing of Aggregate and Bitumen ............................................................................ ..58
16B.9.S Transporting the Mixture ........................................................................................... ..58
16B.10.S Laying the Mixture .................................................................................................... ..59
16B.11.S Compaction .............................................................................................................. ..59
16B.12.S Finishing, Joints and Edges...................................................................................... ..59
16B.13.S Site Trials .................................................................................................................. ..60
16B.14.S Sampling and Testing of Bituminous Mixtures ......................................................... ..61
16B.15.S Quality Control Testing ............................................................................................. ..61
16B.16.S Tolerances ................................................................................................................ ..62
16B.17.S Engineers Approval of the Plant and Method .......................................................... ..62
16C.2.S Material Requirements ............................................................................................. ..63
16C.3.S Grading Requirements ............................................................................................. ..63
16C.4.S Requirements for Dense Bituminous Macadam ....................................................... ..64

20.S ROAD FURNITURE ................................................................................................. ..65


20.2.S Road Reserve Boundary Posts ................................................................................ ..65
20.5.S Traffic Signals.65

21S MISCELLANEOUS BRIDGE WORKS .................................................................... ..66


21.10s Reinforced Earth Walls ........................................................................................... ..66

SCHEDULE 1 ENGINEERS REPRESENTATIVES OFFICE FURNITURE &


EQUIPMENT ............................................................................................................ ..68

SCHEDULE 2 FURNITURE & EQUIPMENT FOR ENGINEERS LABORATORY ........................ ..70

Accra Urban Transport Project (AUTP) iii


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

PART 2

SPECIAL SPECIFICATIONS
Preamble

A. The Contract will be administered in accordance with the Specification for


Roads and Bridge Works dated July 2007, of the Republic of Ghana, Ministry of
Roads and Highways, supplemented by the Special Specification. The
Standard Specification is available for inspection at the offices of the Ministry of
Transportation.

The Special Specification comprises additions, amendments and modifications


to the Standard Specification.

B. Numbering of Clauses in the Special Specification

For convenience of cross-reference, the numbering system adopted for the


clauses of the Special Specification corresponds to that of the Standard
Specification.

Where any clause in the Special Specification supplements, supersedes or


modifies any clause in the Standard Specification, and where the context of
such supplement, supersession or modification permits, the same clause
number shall be used in the Special Specification as in the Standard
Specification, except that the clause number in the Special Specification shall
be suffixed with the letter 'S'.

Additional clauses are numbered consecutively from the last numbered clause
in each relevant section of the Standard Specification.

C. Extent of Contract

The Works specified under this Contract shall include all general and ancillary
works and work of any nature that is deemed necessary for the due and
satisfactory construction, completion and maintenance of the Works to the full
intent and meaning of the Drawings and Specifications, whilst complying with all
Conditions of Contract whether specifically mentioned or not in the clauses of
the Specifications.

Accra Urban Transport Project (AUTP) 1


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

SPECIAL SPECIFICATIONS

1.S GENERAL

1.1.S Scope

Add the following:

i) Project Location and Extent of the Works

The project is located in the Greater Accra Region of Ghana. The works comprise the
construction of
- approx. 1.67km of Six Lane Asphaltic Road
- approx. 2.2km of Two Lane Asphaltic road
- approx. 547m of Top Tier Reinforced Concrete Bridge
- approx. 9300m2 of Reinforced concrete Middle Tier Bridge
- approx. 2.4km of Reinforced concrete Ramps
- Retaining walls

Major elements of the works are:

a) Road works (earthworks, pavement construction, street lighting).

b) Three Tier Reinforced Concrete Bridge

c) Drainage Structures including Storm drains

ii) Scope of the Works

The scope of the work includes the following:

a) Setting out of the road works and ancillary works and the taking of cross sections.

b) Maintaining the free passage of traffic for the duration of the works.

c) Clearing and preparation of the site on which the road works and ancillary works
are to be constructed.

d) Construction of surface water drainage works including drainage channels and


protection works.

f) Construction of the road works comprising asphaltic paving layer, crushed rock
base course and natural gravel sub-base.

g) Provision and erection of road furniture including road markings.

h) All other works or things therein required to be done or which may be ordered by
the Engineer under the provisions of the Contract.

Accra Urban Transport Project (AUTP) 2


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

1.5.S Submission to the Engineer

Add the following:

The Contractor shall deposit with the Engineer samples of materials and
manufactured articles when requested and, where appropriate, manufacturer's
certificates of recent tests carried out on similar materials and manufactured articles.

1.6.S Programme

Add the following:

The programme shall include time and progress chart so that the actual progress of
each operation can be shown against anticipated progress.

The programme shall be deemed to have taken into account normal local climatic
conditions to provide for the completion of the Works in the order and within the times
specified therein.

The information to be supplied to the Engineer shall include details of the


constructional plant, temporary works and all other devices which he proposes to
adopt for the construction and completion of the whole of the Works, and in addition,
details of the labour strength, skilled and unskilled, and supervision arrangements.

The order in which it is proposed to execute the permanent works shall be subject to
adjustment and approval by the Engineer, and the Contract Price shall be held to
include for any reasonable and necessary adjustments required by the Engineer
during the course of the Works.

The Contractor shall carry out the Contract in accordance with the programme agreed
with the Engineer but he shall in no manner be relieved by the Engineers approval of
the programme of his obligations to complete the Works in prescribed order and by
the prescribed completion date, and he shall from time to time review his progress
and make such amendments to his rate of execution of the Works as may be
necessary to fulfil these obligations.

Once the proposed programme is approved by the Engineer, the Contractor shall not
depart from the programme without the written consent of the Engineer. In the event
of unforeseen difficulties or disturbance arising which cause the Contractor to depart
from the approved Programme of Works, he shall advise the Engineer in writing of
such occurrences without delay and submit proposals for any necessary remedial
measures, for which he shall obtain the Engineers approval before putting such
measures into effect.

1.10.S Site

Add the following at the end of the first paragraph:

The Employer shall make available to the Contractor land on which the works are to
be executed or carried out, as indicated on the Drawings or as detailed in the
Specification. Such land shall be the road reserve and land for Engineers Staff
houses.

Delete full stop at the end of the second paragraph and add the following:

and shall be at his expense.

Accra Urban Transport Project (AUTP) 3


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

Delete the fifth paragraph and substitute the following:

Where it is necessary for the Employer in fulfilling his obligations to acquire any of the
above land during the contract, the Contractor shall determine the ownership of and
shall pay any compensation as valued by the Ghana Ports and Harbour Authority.
The Contractors obligations are set out in detail in Clause 6.4 of the Standard
Specification.
Although the Contractor may, in the first instance provide the money for the purchase
of the land, all such land shall be the property of the Employer.

Should the Contractor request the purchase of land for any purpose and this land is
subsequently not used, the Contractor shall be responsible for all costs associated
with the compensation, purchase and disposal of such land.

1.12.S Protection from Water

Add the following:

The Contractor shall keep the whole of the Works free from water and shall
provide all dams, cofferdams, pumping, piling, shoring, temporary drains, sumps,
etc., necessary for this purpose.

In advance of commencing the permanent Works the Contractor shall at no extra


cost to the Employer cut drains and ditches and carry out any other measures
necessary to effectively drain the original ground and/or shall so programme his
Works that the necessity of temporarily draining the original ground is partially or
totally obviated by working in the dry season.

The Contractor shall at no extra cost to the Employer 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 dumped so as not to interfere
with streams, water courses or any of the drainage works temporary or
permanent.

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 no extra cost to the Employer any material or Works that has been
so affected.

Any damage to the Works or to adjacent properties resulting from the


Contractors failure to take the necessary precautions shall be made good at no
extra cost to the Employer.

1.15.S Diversion of Services

Add the following to Clause 1.15 of the Standard Specification:


The Contractor shall carry out civil works as instructed by the Engineer. Any cost
involved shall be reimbursed to the Contractor.

1.17.S Storage of Materials and Manufactured Articles

Delete Clause 1.17 of the Standard Specification and substitute the following:-

All materials and manufactured Articles shall be stored on Site in a manner


acceptable to the Engineer and the Contractor shall carefully protect from
weather and vermin all work, materials and manufactured articles which may be

Accra Urban Transport Project (AUTP) 4


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

affected. Materials subject to deterioration from prolonged storage shall be used


in the sequence of dates of delivery or dates of manufacture, whichever is more
applicable. This method of storage does not relieve the Contractor of his
responsibilities as far as the quality of the materials is concerned.

1.18.S Progress Photographs

Delete the last sentence of Clause 1.18 of the Standard Specification and add the
following :

Progress Photographs as specified in the Standard Specifications will be


approximately 250mm x 200mm in colour and with gloss finish. The Contractor
shall first supply proof prints from each negative to the Engineer. From these the
Engineer shall select appropriate negatives for the Contractor to develop them
into photographs. The Contractor shall submit one set of photographs in an
album to the Engineer and one set of photographs in an album to the Engineers
Representative.

In addition the Contractor shall provide the photographs on a diskette or a CD-


ROM from original digital pictures or from scanned images of colour photographs.

1.19.S Signboards

Delete the first sentence of Clause 1.19 of the Standard Specification and add the
following :

The Contractor shall at his cost, provide, erect and maintain signboards to the
layout, colours and dimensions as directed by the Engineer

1.21.S Facilities for the Engineer and his Staff

Delete clause 1.21 and substitute the following:

The Contractor shall provide, erect and maintain for the duration of the contract,
the Engineers offices. A description of the office accommodation is given below:

On completion of the contract, ownership of the offices, their furniture, equipment


and services and the land on which they are constructed shall revert to The
Department of Urban Roads (DUR). Land for the houses will be provided by
DUR.

In all cases the Contractor shall furnish, equip and maintain the buildings until the
expiry of the Defects Notification Period.

The ownership of the Engineers offices and laboratory including the furniture and
equipment, will revert to the DUR.

Each house shall be provided with a potable water supply and waterborne
sewerage system and shall be furnished and equipped in accordance with details
in Table 1.1.

The houses shall be wired for mains electricity and connected to a mains power
supply. In addition, a standby generator of approved type shall be provided to
serve the housing and shall be located to the satisfaction of the Engineer.

The Contractor shall be responsible for rubbish disposal by providing outside bins
and a daily collection service to an approved central disposal area.

Accra Urban Transport Project (AUTP) 5


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

(a) Engineers Office

The Office shall be single storey pre-fabricated building of suitable construction for the
environment and subject to the approval of the Engineers Representative (portable
cabins, or equivalent prefabricated single storey buildings), located adjacent to the
Contractors Office. It shall be well ventilated, water proofed and fully air conditioned.

The roof shall be pitched with a minimum of 1.5m overhang of the walls and with a false
ceiling. The materials and standard of workmanship shall be of a high quality to the
approval of the Engineers Representative.

The approximate internal floor areas of the Office are given below:-

Conference Room 23.8


Engineers Representative's Office (with toilet/shower) 11.9
Deputy Engineers Representatives Office (with toilet/shower) 11.9
Materials Engineers Office (with toilet/shower) 11.9
Secretary, Pantry, Printing 11.9
Drawing Office 11.9
Quantity Surveyors Office (with toilet/shower) 11.9
Road/Bridge Inspectors Office (with toilet/shower) 11.9
Counterparts Inspectors Office (with toilet/shower) 11.9
Store 11.9
Toilet/Shower 11.9
2
TOTAL 142.8 m

The minimum internal floor areas of the Laboratory are given below:

General Laboratory ( 3 x 20 container or equivalent, with


additional roof) 35.7 m2
Open Shed ( with Soaking Tank), concrete floored 23.8 m2
2 Offices 23.8 m2
Toilet/Shower 11.9 m2
TOTAL 95.2 m2

Accra Urban Transport Project (AUTP) 6


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

Details of the equipment, fittings, furniture and services to be provided are shown in the
Schedules. The Contractor shall submit with his Tender detailed drawings and
Specifications showing his proposed design and indicating any basic alterations he would
wish to make.

Negotiations for obtaining a suitable site for the Office shall be carried out by the
Contractor and all costs involved for rental, etc., shall be the responsibility of the
Contractor for the duration of the contract.

The Contractor shall provide furniture, equipment, telephones and fittings as detailed and
listed; and supply water and electricity, gas and kerosene, and all necessary waterborne
sanitation. The whole shall be to the approval of the Engineer. The Contractor shall
arrange for a telephone email and telefax service connected to the public telephone
system and a telephone connection to the Contractors Site Office.

The Contractor shall provide car ports, access road and temporary fencing, and shall
leave the site of the Office in a neat and tidy condition. All shall be completed and
maintained to the approval of the Engineers Representative.

Until the end of the Defects Notification Period the Contractor shall maintain the offices in
good repair to the satisfaction of the Engineers Representative and shall maintain or
cause to be maintained all water, electricity, telephone email and telefax services. The
Contractor shall meet the cost of all water, electricity, telephone email and telefax
charges and shall supply such watchmen, cleaners, messengers or other attendance as
may be required by the Engineers Representative.

The Contractor shall give the highest priority to the construction of the Engineers
Representative's Office. No permanent work on any section of the Contract shall be
carried out until the Offices are made available for use.

(b) Radio Communication Network

The Contractor shall provide, maintain and license as necessary a radio communications
network for the duration of the contract and for the exclusive use of the Engineer
comprising central control located in the Resident Engineers office, mobile units fitted in
each of the Engineers vehicles and any necessary relay stations. The equipment
provided shall have a range adequate for mobile units at extreme ends of the site to
communicate with each other and/or with the central control.

1.22.S Time for erection of Engineers Staff Offices


Add the following:

The Contractor shall give the highest priority to the construction and/or the
supplying of the Engineers Representative's offices. No permanent work on any
section of the Contract shall be paid for, until these items are made available for
use unless otherwise agreed by the Engineers Representative.

The time schedule for providing the offices, accommodation and laboratory ready
for occupation and use is thus:

(i) From the date of the Order to Commence work, within 30 days, office and
accommodation for the Engineers Representative and for the Secretary, shall be
available and ready for use. The office space shall be at least 3 rooms and may
be temporary, rented or mobile units.

(ii) Within 60 days from the date of the Order to Commence work, all facilities for the
Engineers Representative's offices as specified shall be available and ready for
use.

Accra Urban Transport Project (AUTP) 7


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

The Contractors cost in arranging for such facilities would not be paid separately
but would be deemed to have been included in his bid for the provision of the
Offices

1.23.S Maintenance of the Engineers Staff Houses, Laboratories, Furniture and


Equipment

Delete paragraph one of Clause 1.23 of the Standard Specification and substitute
the following:

The Contractor shall keep all buildings, accesses, services and facilities provided
by him, for the use of the Engineer and his staff, in a well maintained, clean and
fully habitable condition, until the expiry of the Defects Notification Period

1.24.S Provision of Vehicles

Delete Clause 1.24 of the standard Specification and substitute the following:-
The Contractor shall provide new vehicles and maintain them for the exclusive
use at all times of the Engineers Representative and his staff, for any purpose
what so ever authorised by the Engineer.

The vehicles will be of the following type:-

Type 1- 4x4 Station-Wagon (Diesel) with A/C, Radio and cassette or equivalent.

Type 2 4x4 Pick-up Double Cabin (Diesel) with A/C, Radio and cassette or
equivalent.

The vehicles shall be to the Engineers approval before their purchase.

The number of each type of vehicle required are indicated in the Bills of
Quantities

The vehicles shall be licensed and comprehensively insured by the Contractor for
use by any licensed driver authorised by the Engineers Representative
together with authorised passengers and the carriage of goods and samples. The
Contractor shall pay all tolls, provide fuel, oil, maintenance including replacing
defective parts and tyres whenever required, in conformity with the vehicle
manufacturer's recommendations or as may be required by the Engineers
Representative.

The vehicles shall be fuelled, oiled and maintained in a reliable road worthy
condition at all times throughout the contract until released by the Engineers
Representative.

Each vehicle shall be fitted with a fire extinguisher, first aid kit, torch light, tow
hook and rope, tool kit, spare wheel, wheel wrench, jack and handle and seat
belts all of which shall be maintained in working order and replaced by the
Contractor when necessary.
When any vehicle is out of service for more than twenty-four hours for servicing
or repairs, a similar type vehicle to the approval of the Engineers Representative
shall be provided by the Contractor.

The Contractor shall pay, including all overtime and night allowances and provide
houses for competent and licensed drivers approved by the Engineers
Representative for each of the vehicles indicated in the contract.

On completion of the contract the vehicles shall become the property of the
Department of Urban Roads.

Accra Urban Transport Project (AUTP) 8


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

The Contractor shall give the highest priority to the supplying of the vehicles for
the Engineers Representative. No permanent work on any section of the contract
shall be commenced unless the vehicles are made available for use, unless
otherwise agreed by the Engineers Representative.

Accra Urban Transport Project (AUTP) 9


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

1.27.S Environmental Management and Monitoring

1.27.S.1 General

(a) National and Provisional Legislation

Further to the requirements of Clause 19.1 of the conditions of Contract and of


the Specification Clause relating to the environment, the Contractor shall be
responsible for the following:
i) familiarizing himself with all existing national and provisional legislation
relating to environmental protection which is relevant to his activities.

ii) Compliance with national and local statutes and regulations relating to
protection of the environment.

(b) Cost of Cleaning up

The Contractor shall be responsible for the cost of cleaning up any


environmental pollution resulting from his activities and payment of compensation
for any damage caused thereby.

1.27.S.2 Waste Disposal

(a) Maintenance of Sites

The Contractor shall at all times maintain all sites under his control in a clean and
tidy condition and shall provide appropriate and adequate facilities for the
temporary storage of all wastes prior to disposal.

(b) Transportation and Disposal of Waste

The Contractor shall be responsible for the safe transportation and disposal of all
waste generated as a result of his activities in such a manner as will not give rise
to environmental pollution in any form, or hazard to human or animal health. In
the event of any third party being employed to dispose waste, the Contractor shall
be considered to have discharged his responsibilities under this clause from the
time at which waste leaves the site under his control, provided that he has
satisfied himself that the proposed transportation and disposal arrangements are
such as will not give rise to pollution or health hazard.

(c) Sanitary Facilities

The Contractor shall be responsible for the provision of adequate sanitary


facilities for his workforce and that of his sub-Contractors at the base camp and at
all construction and ancillary sites. The Contractor shall not allow the discharge of
any untreated sanitary waste to ground water or any surface watercourse.
Prior to the mobilization of the workforce the Contractor shall provide details of
proposed sanitary arrangements to the Engineer for approval, such as to allow
him to assess whether or not the proposed facilities are adequate and are
unlikely to pollute water resources, if properly operated and maintained.

1.27.S.3 Storage of Top Soil

The Contractor shall make arrangements to store any top soil suitable for later re-
use. Where relevant, soil should be taken out in horizons and each horizon stored
in a separate pile, the pile being grassed over to prevent erosion. This shall be to
the satisfaction of the Engineer.

Accra Urban Transport Project (AUTP) 10


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

1.27.S.4 Noise and Air Pollution

(a) Vehicles and Plant

All construction activities shall be carried out using the best possible means to
reduce environmental pollution such as noise, dust and smoke. All vehicles and
plant operated by the Contractor or his sub-Contractors shall at all times be
maintained in accordance with the original manufacturers Specifications and
service manuals, with particular regard to the control of noise and diesel
particulate emissions. The Engineer shall have the authority to instruct the
Contractor to temporary cease operations and/or remove from site in order to
rectify any vehicle or plant which in his opinion emits excessive noise or smoke,
within 24 hours of the Contractor being so notified.

(b) Asphalt Plant

All asphalt plants shall be batch type, computer controlled with a capacity of at
least 100T/hour, operated and maintained in accordance with the original
manufacturers Specifications and manuals, and in such a manner as to minimise
emissions of hydrocarbons and particulates. If in the opinion of the Engineer, the
operation of such plant is causing, or is likely to cause, nuisance or health hazard
to site staff or the general public, the Contractor shall be required to carry out
such work as is necessary to reduce emissions to an acceptable level within a
timescale agreed with the Engineer. Storage bins for mixed asphalt shall be
3
incorporated, and shall have a capacity of at least 700 ton at 1.8t/m loose weight
of mix.

(c) Fire Hazard

The Contractor shall ensure that fires, except for controlled fires for burning
rubbish, do not start within the site or in the environs thereto as a result of the
works or from the actions of his employees. The burning of waste such as vehicle
tyres causing noxious emissions is prohibited. The Contractor shall have
available at all times trained fire-fighting personnel provided with adequate fire-
fighting equipment to deal with all fires. The Contractor shall additionally at all
times provide sufficient fire protection and fighting equipment local to parts of the
works which constitute particular fire hazard.

1.27.S.5 Water Resources Aspects

Pollution of Water Resources

The Contractor shall take all reasonable measures, at all sites under his control,
to prevent spillage, silting, flooding, erosion of beds and banks and leakage of
materials likely to cause pollution of or interference in the supply of water
resources. Such measures shall include, but not be limited to the provision of
bunds around fuel, oil and bitumen storage facilities, and oil and grease
traps in drainage systems associated with vehicle and plant washing bays,
servicing and fueling areas.
Prior to construction of such facilities, the Contractor shall submit details of
pollution prevention measures to the Engineer for approval.

The Contractor shall provide, maintain and remove on completion of the Works,
settling lagoons and other facilities to minimise pollution due to the Contractors
operations including, but not limited to quarrying, aggregate washing, concrete
mixing and grouting.

Accra Urban Transport Project (AUTP) 11


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

1.27.S.6 Transport of Materials

The Contractor shall ensure that vehicles using the proposed borrow pits, quarry
and asphalt plant do not cause any safety hazard, noise, disturbance, excessive
dust to the local inhabitants. The Engineer shall have the right to require the
Contractor to carry out improvement to the access roads leading to the borrow
pits, quarry and asphalt plant in consultation with any local inhabitants if
necessary.

1.27.S.7 Exposed Dust Surfaces

The Contractor shall regularly dowse with water all exposed dust surfaces to
reduce dust levels.

1.27.S.8 Restoration of Borrow Pits

(i) The Contractor shall be responsible for ensuring that the gravel borrow pits
are re-graded and covered with topsoil to ensure their natural regeneration.

(ii) For borrow pits, 150mm topsoil should be stripped and stockpiled for re-use.
After completion of the use of borrow pits, the same shall be graded to avoid
water stagnating on it and the topsoil shall be returned from the stockpile and
spread in 150mm layer thickness.

(iii) The reinstatement of borrow pits as indicated in Clause 1.27.8 (ii) above,
shall be one of the pre-conditions for issuing Substantial Completion
Certificates to the Contractor.

1.27.S.9 Removal of Trees And Re-vegetation

The removal of trees and vegetation shall be kept to the minimum necessary to
accommodate the permanent works.
The Contractor shall be responsible for ensuring that exposed surfaces are re-
vegetated as construction progresses. This shall be to the satisfaction of the
Engineer.

Prior to the removal of any trees the Contractor shall inform the Engineer of the
intended operation and obtain the permission of the Engineer for the removal of
the trees.
If any tree is removed without permission, the Contractor shall replace it with an
equivalent tree at no additional cost to the Engineer.

1.27.S.10 Traffic Management During Construction

The Contractor shall take responsible precautions to keep all public and private
roads clear of any spillage of material from his traffic to the satisfaction of the
Engineer. All such spillage whenever they occur shall be cleared without delay.

The Contractor shall provide, erect and maintain on the site and at such positions
on the approaches to the site, traffic signs and traffic control signals necessary for
the direction and control of traffic. The signs shall be reflectorised or adequately
illuminated by night in a manner approved by the Engineer and kept clean and
legible at all times. The Contractor shall reposition, cover or remove signs as
required during the progress of the works.

The Contractors operations throughout the Contract shall be so conducted as to


maintain the flow of existing road traffic. The Contractors method of working
within the existing road area shall be to the approval of the Engineer.

The Contractor shall construct and maintain temporary diversion ways wherever
the Works will interfere with existing public or private roads or other ways over

Accra Urban Transport Project (AUTP) 12


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

which there is a public or private right of way for any traffic, to the satisfaction of
the Engineer and the approval of the Police.

1.27.S.11 Employment

The Contractor shall use all reasonable endeavours to give priority in workforce
recruitment to those who live in the vicinity of the project.

1.28.S Engineers Normal Working Hours

The Engineers normal working hours shall be eight (8) hours on week days with
Saturday and Sunday set aside for rest. If the Contractor wishes to execute
Permanent Works outside these hours he shall obtain the written permission of
the Engineer at least one full working day in advance in order to enable the
Engineer to make provision for such work.

Should the Engineers Junior Staff be required, for any reason which relates to
the Supervision of the Works, to work hours which are additional to the normal
working hours the full cost of such overtime shall be reimbursed by the Contractor
to the Engineer at no extra cost to the Employer. In addition a 25% mark up shall
be paid to the Engineer to cover his administrative costs.

1.29.S Construction Generally

The following general requirements shall apply:-

(a) The Contractor shall provide adequate lighting where work is being executed at
night and shall provide and install any additional lighting which the Engineer may
require in order to gain access to, watch and supervise the Works and carry out
any testing and examination of materials.

(b) Materials available on the Site or materials made available or supplied by the
Employer shall be used solely for the execution of the Works.

(c) The Contractor shall ensure that access is provided to all properties adjacent to
the Site for the duration of the Contract.

(d) The Contractor shall comply with the current Government regulations with regard
to the transport, storage and use of explosives and radioactive materials.

(e) The Contractor shall provide, maintain and remove on completion of the Works
appropriate security measures at the site and on access roads, but without
prejudice to his obligations including maintenance of free access for the
Employer, the Engineer, other Contractors and any other persons entitled to such
access.

(f) The Contractor shall be responsible for aquainting himself with and observing all
current Statute Ordinance, Bye-laws or Regulations, both national and local.

All buildings erected by the Contractor upon the Site and camp sites, and the
layout of the buildings and the sites, shall comply with Laws of Ghana and all
local Bye-laws in so far as they are applicable.

(g) The Contractor shall be absolutely and solely responsible for the adequacy,
safety and security of Temporary Works including (but not limited to) all
workyards, piling, staging, dams, cofferdams, trenches, fencing or other works
and for the plant in connection therewith which may be erected or provided for the
carrying out of the Contract and for the execution of the Works.

Accra Urban Transport Project (AUTP) 13


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

This provision shall be applicable to all Temporary Works and Constructional


Plant whenever provided and erected by the Contractor and/or his sub-
Contractors for the purpose of or in connection with the Works.

Examination and approval by the Engineer of the Contractors and/or his sub-
Contractors' Temporary Work or of the drawings connected therewith shall not
absolve the Contractor from any liability imposed upon him by the provisions of
the Contract.

1.30.S Temporary Services

The Contractor shall be responsible for the provision of clean, sufficient and
continuous supply of potable water, electricity, telephone, sanitary and all other
services necessary for constructional and domestic purposes for the duration of
the contract. He shall undertake all arrangements including pipelines and meters
for connection to local mains, and the provision of pumps, storage tanks or water
conveyance where necessary, payment of all fees and charges and the
satisfactory removal of all such arrangements and provisions on completion of the
Works.
As in the case of any other supplies, a failure on the part of a supplier of these
services will not relieve the Contractor of any of his duties or responsibilities
under the contract, nor in respect of such failure shall the Contractor have any
claim under the contract.

With regard to power supplies the Contractor shall be responsible for also
maintaining the facility and take all reasonable precautions to ensure the safety of
every person on the site. The Engineer may require the disconnection or
alteration of any parts which he considers may be dangerous. Such installations
shall comply with all appropriate statutory requirements and with the latest edition
of the Electricity Supply Regulations. All costs incurred shall be deemed to have
been included in the rate quoted for the provision and maintenance of the
facilities which they serve i.e. Office etc.

1.31.S Sufficiency of Specifications

Where the Drawings and Specifications describe a work in only general terms
and not in complete detail, it shall be understood that the best general practice is
to prevail. Materials and Workmanship of the best quality are to be employed
and the instructions of the Engineer are to be fully complied with.

1.32.S Liaison with Government Officials

The Contractor shall keep close contact with the Police and other Government
officials of the area, concerning traffic control requirements and other matters.

1.33.S Site Design Office, Working Drawings and as-Built Drawings


(a) Site Design Office
During the mobilization period the contractor shall establish a design office at
site with sufficient resources to prepare working and as-built drawings and any
other design detailing and / or modifications required to implement the project
in accordance with the project documentation and the requirements of the
Engineers Representative. The site design office establishment shall remain in
place for the duration of the works. The contractor shall propose a site design
office establishment having computer based design systems capable of, but not
limited to, reading and operating the original project design and ground models
and preparing design details and / or modifications for the approval of the
Engineers Representative. The site design office establishment proposed shall
include sufficient design engineers, draftspersons and technicians to carry out
the requirements of the work for the approval of the Engineers Representative
and shall include but not be limited to one or more;

Accra Urban Transport Project (AUTP) 14


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

Highway design engineers


Structural design engineers
Computer draftpersons
Software for highway, intersection and structural design
Computers, storage and back-up systems
No changes shall be made in the site design office establishment without the
approval of the Engineers Representative.
No separate payment will be made for the provision and operations of the site
design office the cost of which is deemed to be included in other unit rates.

(b) Working Drawings


At least 15 days before their proposed use, the contractor shall submit three full
size printed copies of working drawings for the approval of the Engineers
Representative. All working drawings shall be based on the contract drawings
and designs and shall include but not be limited to road plan/profiles,
intersection details and layouts, structural details, stress sheets, shop drawings,
erection plans, false work plans, cofferdam plans, bending diagrams for
reinforcing steel, or any other supplementary plans or similar data necessary
for construction of the Works as agreed with the Engineers Representative.
The drawings shall be A1 size in general conformity with the requirements of
the Specification, the tender drawings and the requirements of the Engineer
Representative.
Where the Engineers Representative requests change(s) one copy of the
drawing submitted marked up with the change(s) requested shall be returned to
the contractor who shall incorporate the change(s) and return three printed
copies of the changed drawing and one digital copy. Where the contractor
objects to the change he shall inform the Engineers Representative as soon as
possible who shall refer the matter to the Engineer for a final decision of which
the contractor shall be informed in writing within 15 days of receipt of their
refusal to accept the change. The decision of the Engineer shall be final and
the contractor shall then incorporate the changes in the drawings.
No separate payment will be made for these drawings. Their cost is deemed to
be included in other unit rates.

(c) As-built drawings.


The Contractor shall prepare satisfactory as-built drawings for all aspects of the
Works, three printed copies of which shall be submitted to the Engineers
Representative for review no later than 30 days after completion of the Works.
These drawings will be A1 size and generally follow the same format as the
construction drawings, which will be made available to the Contractor in
electronic format. If the Engineers Representative requires any change(s) to be
made one copy of the submitted drawing marked up with the change(s) shall be
returned to the contractor who shall incorporate the change(s) and return three
printed copies of the changed drawing and one digital copy. Where the
contractor objects to the change he shall inform the Engineers Representative
as soon as possible who shall refer the matter to the Engineer for a final
decision of which the contractor shall be informed in writing within 15 days of
receipt of their refusal to accept the change. The decision of the Engineer shall
be final and the contractor shall then incorporate the changes in the drawings.
No separate payment will be made for these drawings. Their cost is deemed to
be included in other unit rates. However, any retention money due to the
Contractor at the required time of their submission will be withheld until they
are submitted.

Accra Urban Transport Project (AUTP) 15


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

1.34.S General STD and HIV/AIDS and Malaria Alleviation Campaigns

1.34.1S General STD and HIV/AIDS Alleviation Campaign

(a) Scope

Without relieving the responsibility of the contractor specified under other


Articles the Specifications and Conditions of Contract and other similar
provisions specified elsewhere in the contract, this section covers an item for
the cost of General STD and HIV/AIDS alleviation measures to be undertaken
by the contractor or an approved sub-contractor..

(b) General
In general conformity with any Ghanaian Government strategies for general
STD and HIV/AIDS alleviation measures to its construction projects, roads
projects attracting the highest priority, the contractor shall prepare and
implement STD and HIV/AIDS alleviation measures which shall include but not
be limited to those listed below all as described in (c) :-
Preparation of an implementation manual and a programme of alleviation
measures for the project for the Engineers approval.
The provision of educational materials (leaflets, posters etc.) for
distribution.
Conducting Information, education and consultation campaigns.
Provide and maintain and operate an STD and HIV/AIDS clinic.
Provide male and female condoms of approved type.
Liaise with the Ministry of Health and local officials.

(c) Alleviation Measures


The primary activities/responsibilities of the nominated sub contractor shall
include, but not limited to the following -
advising all Site Staff and Labour (including all the Contractors employees,
all sub contractors and consultants employees, and all truck drivers and
crew making deliveries to Site) of the dangers and impact of Sexually
Transmitted Diseases (STDs) in general and HIV/AIDS in particular. To
this end, the nominated sub contractor shall conduct Information, Education
and Consultation (IEC) campaigns at least every two months addressed
both to the aforementioned site staff and labour and to the immediate local
communities, including the supply of educational materials.

provide, maintain and operate STD and HIV/AIDS clinic or make alternative
arrangements with an existing suitably qualified and equipped local clinic
throughout the Contract period (including the Defects Liability Period). Each
clinic shall be suitably staffed and equipped for the professional screening,
diagnosis and counseling of STD and HIV/AIDS cases within the Site Staff
and labour as defined above. The clinic shall also provide professional
treatment of the general STD cases while the HIV/AIDS cases shall be
referred to the National HIV/AIDS program coordinated by the Ministry of
Health.

make available at least 200 condoms per year for each member of the
above-mentioned site staff and labor. The condoms shall be of the male
and female types, which shall be provided in accordance with the gender of

Accra Urban Transport Project (AUTP) 16


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

the recipient. The condoms shall comply with the respective current
WHO/UNAIDS Specification and Guidelines.

liaise with the Ministry of Health (MOH) and their designated local
representatives or agents and contacting NGOs experienced in this field in
drawing up the works STD and HIV/AIDS alleviation program (including
IEC)

report progress to the main contractor and the Engineers Representative


including the coordination of the STD and HIV/AIDS alleviation measures
on site with the MOH National program.

evaluate and explore other opportunities for enhancing STD and HIV/AIDS-
related behavioural change.

(d) Measurement and Payment


Prepare and Implement STD and HIV/AIDS alleviation Campaign.
This shall be paid to the main contractor at the rates in the bill of quantities after
approval and commencement of the contractors planned alleviation campaign.

1.34.2 General Malaria Alleviation Campaign

(a) Scope

Without relieving the responsibility of the contractor specified under other


articles of the Conditions of Contract and other similar provisions specified
elsewhere in the contract, this section covers the cost of General STD and
HIV/AIDS alleviation measures to be undertaken by the contractor or an
approved sub-contractor.

(b) General
In general conformity with any Ghanaian Government strategies for general
malaria alleviation measures on construction projects, roads projects attracting
the highest priority, the contractor shall prepare and implement malaria
alleviation measures which shall include but not be limited to those listed below
all as described in (c) :-
Preparation of an implementation manual and a programme of alleviation
measures for the project for the Engineers approval.
Carry out the works in such a manner as to maintain good site drainage
and prevent stagnant standing water in work sites, borrow areas etc. in
which mosquito breeding can occur.
The provision of educational materials (leaflets, posters etc.) for
distribution.
Conducting Information, education and consultation campaigns.
Provide and maintain and operate a malaria clinic.
Provide suitable prophylactic measures against malarial infection.
Liaise with the Ministry of Health and local officials.

(c) Alleviation Measures


The primary activities/responsibilities of the contractor or sub contractor shall
include, but not limited to the following -

Accra Urban Transport Project (AUTP) 17


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

advising all Site Staff and Labour (including all the Contractors employees,
all sub contractors and consultants employees, and all truck drivers and
crew making deliveries to Site) of the dangers and impact of malaria. To
this end, the nominated sub contractor shall conduct Information, Education
and Consultation (IEC) campaigns at least every two months addressed
both to the aforementioned site staff and labour including the supply of
educational materials.

provide, maintain and operate malaria clinic(s) or make alternative


arrangements with an existing suitably qualified and equipped local clinic
throughout the Contract period (including the Defects Liability Period). Each
clinic shall be suitably staffed and equipped for the professional screening,
diagnosis and treatment of malaria cases within the Site Staff and labour as
defined above.

Propose suitable prophylactic measures for use at site.

liaise with Health Authorities and their designated local representatives or


agents and contact NGOs experienced in this field in drawing up the works
malaria alleviation program.

report progress to the Engineers Representative including the coordination


of the malaria alleviation measures on site with any Ghanaian national
programmes.

evaluate and explore other opportunities for enhancing malaria-related


behavioural change.

(d) Measurement and Payment


Prepare and Implement Malaria Alleviation Campaign.
This shall be paid to the main contractor at the rates in the bill of quantities after
approval and commencement of the contractors planned alleviation campaign.

Accra Urban Transport Project (AUTP) 18


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

2.S TESTING OF MATERIALS AND WORKMANSHIP

2.2.S Testing by the Contractor

Substitute the following:

2.2.1S Testing

Testing shall be carried out for three purposes, viz.:


- Acceptance or Trial testing - to demonstrate by means of the testing
specified herein that the materials and/or methods of construction proposed are
appropriate for the works and will result in a product fully in conformity with the
requirements of this Specification.

Production testing - to ensure that the materials production and methods of


working are producing materials and workmanship which will result in a product
which is fully in conformity with the requirements of this Specification, and

Control testing or quality monitoring - to demonstrate that the materials


used and the resultant products are fully in conformity with the requirements of
this Specification.

The Contractor shall be responsible for all Acceptance and Production testing
and the number and frequency of these tests shall be determined by the
Contractor having regard to the number of sources of materials and the methods
of working proposed. The amount of testing of this type undertaken by the
Contractor shall be sufficient to enable him to control the quality of the works
without any reliance on testing carried out by the Engineer for other purposes.
The Contractor shall report the results of all relevant tests to the Engineer before
submitting materials and finished work to the Engineer for approval.

Notwithstanding statements to the contrary elsewhere in the documents the


Engineer will be responsible for carrying out Quality Monitoring.

The type and approximate frequency of such testing is specified in clause 2.13
and elsewhere in this Specification. The Contractor shall provide all such samples
and assistance as is required by the Engineer in the execution of this testing. The
Contractor shall not rely on the results of testing carried out by the Engineer for
production control.

When instructed by the Engineer, the Contractor shall submit to him Certificates
of Test from the suppliers of materials and manufactured articles to be used for
the Contract. Such Certificates shall certify that the materials and manufactured
articles concerned have been tested in accordance with the requirement of the
Specifications and shall give the results of all the tests carried out. The
Contractor shall provide adequate means of identifying the materials and
manufactured articles delivered to the Site with the corresponding Certificates.

Where such Certificate is not available a representative sample of the material


shall be tested by an approved laboratory or, subject to the approval of the
Engineer, by the Contractor and a copy of the test result submitted to the
Engineers Representative who shall decide whether the material conforms to the
required standard.

Accra Urban Transport Project (AUTP) 19


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

2.2.2.S Standards

Where the Specification requires that testing, materials or goods shall be in


accordance with a Standard or code of practice then the relevant Standard or
code of practice shall be that current at the date 28 days prior to that set for
submission of Tenders.

2.2.3.S Contractors Laboratory

The Contractor shall provide and maintain on Site throughout the period of
execution of the Works a laboratory for the combined use of both the Engineer
and himself. Where work is carried out remotely from the laboratory, the
Contractor shall ensure that the necessary personnel and equipment required to
conduct the specified testing are available on site at the appropriate time.

No work shall be covered up prior to acceptance by the Engineer of the required


test certificates and results of testing. Any delays to the works caused by
provision of inadequate testing facilities will not be considered as justifiable
grounds for an extension of time.

2.12.S Construction Control Testing for Earthwork Layers, Pavement Layers and
Backfill to Drainage Works and Structures.

Delete the first paragraph of Clause 2.12 of the Standard Specification and
substitute the following:-

All earthwork and pavement layers and backfill to drainage works and structures
will be subject to construction control testing (Quality Monitoring) by the Engineer,
and the Contractor must allow for any disturbance or delays to the sequence of
his operations occasioned by such control testing.

2.13.S Frequency of Testing

Add to first list of tests under 2.13 (ix) (a) the following:-

Stripping Test.

(xi) Concrete

(a) Coarse Aggregate

The aggregate properties listed below, as appropriate to the type of mix specified,
shall be determined on opening up of each new source of aggregate, also every
second week and whenever the Engineer considers that the aggregate
properties may have altered:-

Grading
ACV or AIV
SSS
FI
Chloride Content
Sulphate Content
Water Absorption

(b) Fine Aggregate

The aggregate properties listed below, as appropriate to the type of mix specified,
shall be determined on opening up of each new source of aggregate, also every
second week and whenever the Engineer considers that the aggregate properties
may have altered:-

Accra Urban Transport Project (AUTP) 20


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

Grading
Chloride Content
Sulphate Content
SSS
Organic Impurities in natural Sands

(c) Cement

As per BS12. Frequency is one (1) set of tests per 200 tonnes from each cement
plant and retested every month.

(d) Hydrated Lime

As per BS 890 Frequency is one (1) set of tests per 200 tonnes from each lime
plant and retested every month.

(e) Water
pH Value
Sulphate Content
Chloride Content
Frequency as instructed by the Engineer

(f) Slump/Cube Tests


3
Samples to be tested for each batch of not more than 20m or 1 days production
whichever is less or as instructed by the Engineer.

Accra Urban Transport Project (AUTP) 21


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

3.S SETTING OUT, GEOMETRIC TOLERANCES AND RECTIFICATION

3.2.S Setting Out

(b) Detailed Setting Out

Delete paragraph 2 of Clause 3.2.b and substitute the following:-

After completion of the setting out and site clearance the Contractor shall take
ground cross sections at intervals of 25m along the road centreline and along the
centreline of all culverts and structures. These shall be plotted to a scale of 1:100
on a suitable transparent material and a copy of the plot submitted to the
Engineer for agreement.
If the Contractor fails to take requisite levels, levels determined by the Engineer
shall be taken as correct.

3.3(c).S Geometric Tolerances

Delete Table 3.1 of Clause 3.3 of the Standard Specification and substitute the
following:-
Table 3.1S - Geometric Tolerances
STRAIGHT SLOPE OF
LAYER LEVEL
EDGE CROSS FALL
mm mm %
TRUNK & URBAN ROADS
Bituminous Wearing Course (AC) + 10 - 10 6
Bituminous Binder Course (AC) + 0 - 15 6
Bituminous Surface Dressing + 10 - 10 8
Gravel Wearing Course + 15 - 15 15
Base + 0 - 20 12 +0.25
Sub-base + 0 - 25 15 +0.50
Formation + 0 - 35 20 +0.50
Footpath Paving Slabs + 15 - 15 6

Add the following at the end of clause 3.3 of the Standard Specifications:-

3.3(i).S Compliance

Should the completed surface of any subgrade, subbase, base or surfacing fail to
comply with the appropriate tolerances specified herein, the subgrade, sub-base, or
surfacing shall be corrected to the satisfaction of the Engineers Representative in
accordance with the relevant clauses of the Specification or as ordered by the
Engineers Representative.

3.5.S Engineers Approval of Method

Before commencing the construction of any layer of pavement construction


including bituminous surfacing the Contractor shall construct trial sections of the
material to be used in order to demonstrate the adequacy of his proposed
resources and techniques for achieving the Specification Standards. Each trial
section shall extend over an area of not less than 500 square metres and shall be

Accra Urban Transport Project (AUTP) 22


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

subjected to the approval of the Engineers Representative and all costs shall be
considered to be included in the Contractors tendered rates and prices.
A trial section shall not be carried out within the permanent works area. The
techniques demonstrated in successful trials section construction shall be applied in
general construction and in the event of a change of material or equipment or
standard of performance the Contractor shall carry out such further trials as may be
instructed by the Engineers Representative. The Contractors proposals for any
trial section shall include all necessary testing for an assessment by the Engineers
Representative.

Accra Urban Transport Project (AUTP) 23


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

4.S SITE CLEARANCE

4.2.S Site Clearance


Add the following:-

All Ant hills where encountered within the works shall be excavated to a depth to be
determined by the Engineer on Site. The Queen shall be removed and the hole
treated with a suitable chemical to the approval of the Engineers Representative
before backfilling in accordance with Clause 4.4.

4.4.S Removal of Structures, Fences and Obstructions

Add the following:

The timing of the demolition by the Contractor of existing structures and culverts
shall be subject to the approval of the Engineer. The Contractors programme shall
provide details of his proposals in this respect.

Accra Urban Transport Project (AUTP) 24


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

5.S EARTHWORKS

5.5.S Construction of Embankments and Cuttings

Add the following:

The Contractor shall programme his operations such that, where substantial
widening of the existing road is required and in marshy areas, the associated
earthworks shall be completed to formation level at least 6 months prior to the
construction of any of the pavement layers, unless otherwise instructed by the
Engineers Representative.

The Contractor shall so programme his operations such that embankments of fill
height greater than 6m shall be completed to formation level at least 6
months prior to the construction of any of the pavement layers, in order to allow a
reasonable time period for any settlement to take place. Notwithstanding the
foregoing, the Contractor shall obtain the Engineers Representative's permission
before commencing with pavement construction on such embankments. The
Engineers Representative's permission may be withheld if in his opinion settlement
is still taking place.

At all times the Contractor shall ensure that earthworks are not damaged by
weather or traffic. In the event of such damage occurring the Engineer may
withdraw approval from affected Works until the Contractor has carried out repairs
to restore the Works to their original condition. The expenses of such repairs and
additional testing will be borne by the Contractor.

5.6.S Swamps

Add the following:-


The Contractor shall so programme his work so that where possible removable of
unsuitable and compaction of material in swamps is carried out in the dry season.

Backfill of Swamps

The Contractor shall so programme his works so that any rock excavated in
cuttings shall be available for filling in swamps when instructed by the Engineer.

5.7.S Treatment to Swampy or Marshy Areas

Add the following:-


In areas designated on the drawings as swampy or marshy, the Contractor shall,
unless otherwise instructed by the Engineer, carry out the following:

Drain the area, where practicable, by the excavation of ditches and, if


necessary, the construction of temporary culverts or pipes through the
existing road embankment.

Remove vegetation and unsuitable material from the sites of


embankments, to depths to be determined by the Engineer.

If at this stage the embankment formation is:

a) Firm and dry:


The Contractor shall construct the embankment of rock fill up to a level
500mm above the normal wet season standing water level.

Accra Urban Transport Project (AUTP) 25


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

b) Below standing water:


The Contractor shall form the lower layer, up to standing water levels, of
the embankment of free draining rock fill of maximum size not greater than
400mm and not less than 150mm. Such material may be deposited
below water without the associated use of compaction plant. The
embankment shall then be completed up to 500mm above wet season
standing water level with normal rock fill.

c) At or above standing water level:


The Contractor shall place a geotextile separation membrane complying
with the requirements of Clause 5.7.1.S transversely over the entire width
of the embankment base with minimum overlaps of 300mm. The
membrane shall then be covered by a layer of free draining granular
material, complying with the requirements of Clause 5.7.2.S of thickness
not less than 500mm.
A rockfill shall then be built over up to a level of 500mm above the normal
wet season standing water level.

The embankments shall thereafter be completed to formation level with


normal fill.

If the embankment has been constructed over soft ground the Contractor shall
place a surcharge layer 1.0m deep over the whole embankment and the level of
the embankment crest shall be monitored for a period of not less than three
months. If at the end of that period all settlement has ceased the Contractor shall
remove the surcharge to formation level and pavement construction may
commence. If, however, settlement has not ceased the Contractor shall allow the
embankment a further three (3) months before construction of the paving layers
commence.

If no rockfill is available on site it shall, where instructed by the Engineer, be


replaced by common fill material, except that the outer half metre (measured at
right angles to the slope) of the embankment shall be formed of free draining
granular material. Where directed a separation membrane shall be placed under
the free draining granular material and between that material and the common fill.

5.7.1.S Separation Membrane

Separation membrane material shall be a polypropylene or polypropylene/


polyethylene mixture geotextile and shall be obtained from manufacturers with
proven quality control procedures. The Contractor shall provide evidence that the
material proposed will be sufficiently durable, when installed, to maintain its
integrity for at least 30 years.
2
Three samples shall be tested in respect of each 10,000 m of geotextile. Testing
shall demonstrate compliance with the following requirements:

1) The geotextile shall sustain a tensile load of not less than 7 KN/m when
determined in a "wide Strip" tensile test carried out in accordance with BS
6906: Part 1. The characteristic strength shall be taken as the value of the
strength of the material below which not more than 5% of test results may
be expected to fall.

2) The permeability when tested in accordance with BS 6906: Part 3 shall not
2
be less than 10 litres per m per second, in either direction when tested
under constant head of 100 mm.

Accra Urban Transport Project (AUTP) 26


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

3) The geotextile shall have a pore size distribution such that the mean 090 is
between 100 and 300 microns when tested in accordance with BS
6906:Part 2.

4) The mean peak strength puncture resistance when tested in accordance


with BS 6906: Part 4 shall be less than 1500 N, and

5) The minimum tear resistance when tested in accordance with


ASTMD4533-85 shall not be less than 300 N.

5.7.2.S Free Draining Granular Material

Free draining granular material shall be clean hard and durable with a minimum
wet 10% fines value of 50KN when tested in accordance with the requirements of
BS 812. The materials shall comply with the following grading requirements:

Sieve Size % Passing


75mm 100
20mm 60-100
5mm 30-100
2mm 20-60
600 micron 0-25
75 micron 0-5

5.11.S Proofrolling:

Replace clause 5.11 of the Specifications with the following:

All subgrade and embankment layers, cuttings, benches and original ground shall be
proofrolled with a loaded scraper or truck with a minimum axle load of 13 tonnes.
Proofrolling shall be satisfactorily completed before the layer is submitted to the
Engineer for approval and shall be carried out in the presence of the Engineer. All such
proofrolling shall be at the Contractors expense.

5.13.S Topsoil and Grassing

Add the following:

In locations as directed by the Engineers Representative, the Contractor shall plant the
indigenous, hardly grass known as Bahamas Grass or similarly approved. Sprigs of the
grass shall be planted at 150mm centers and the Contractor shall care for and water
the grass until it is firmly established to the satisfaction of the Engineers
Representative.

The Contractor shall ensure that neither his watering nor rainfall or rainfall runoffs from
adjacent areas washes out the topsoil or grass and any damage before the grass is
firmly established shall be rectified at the Contractors expense.

No bushes of any sort whatsoever shall be planted on earthworks slopes.

5.15.S Filling to Structures - Structural Backfill

Filling to structures - structural backfill, (including backfill material behind abutments


and wing walls), shall be selected granular material equivalent of Class 6P Table 6/1 of
UK DTp Specification for Highway Works, in horizontal layers, not exceeding 150 mm

Accra Urban Transport Project (AUTP) 27


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

loose depth, moistened or dried as required and thoroughly compacted with mechanical
tampers for a distance away from the structure as specified on the drawings or directed
by the Engineer.

The structural backfill shall be carried out and compacted as follows: -

The structural backfilling shall be deposited in layers not exceeding 150 mm loose
thickness, evenly spread and each layer thoroughly compacted before the addition of
other layers.

The Contractor shall restrict the compaction plant used on structural backfill, within 2m
of a structure to the following items: -

i) Vibratory roller having a mass per metre width of roll not exceeding 1300 kg
with a total mass not exceeding 1000 kg.

ii) Vibrating plate compactor having a mass not exceeding 1000 kg.

iii) Vibro-tamper having a mass not exceeding 75 kg.

The finally compacted density of all backfill behind and around structures shall not be
less than 95% of the maximum obtained from BS 1377 Test 13.

In placing structural backfill, the material shall be placed simultaneously in so far as


possible to approximately the same elevation on both sides of a pier or wall. If
conditions require placing backfill appreciably higher on one side than on the opposite
side, the additional material on the higher side shall not be placed until permission has
been given by the Engineer and after tests made in the laboratory under the
supervision of the Engineer establishes that the concrete has attained sufficient
strength to withstand pressures created by the methods used and materials placed
without damage.

5.16.S Structural Excavation

This work shall include all necessary baling, pumping, draining, sheeting, bracing and
the necessary construction of cribs, and cofferdams, and furnishing the materials
therefor, and the subsequent removal of cribs and cofferdams in a way, which will not
hinder the construction of subsequent work.

The Contractor shall notify the Engineer sufficiently in advance of the beginning of any
excavation, so that cross-sections and measurements can be taken of the undisturbed
ground. The natural ground adjacent to the structure shall not be disturbed without
permission of the Engineer.

Trenches of foundation pits for structures or structure footings shall be excavated to the
lines and grades or elevations shown on the Drawings or as directed by the Engineer.
The elevations of the bottoms of footings, as shown on the Drawings, shall be
considered as approximate only and the Engineer may order, in writing, such changes
in dimensions or elevations of footings as may be deemed necessary to secure a
satisfactory foundation.

When the footing is on material other than rock, the excavation to the final grade shall
not be made until just before the footing is to be placed.

After each excavation is completed, the Contractor shall notify the Engineer to that
effect, and no footing or bedding material shall be placed until the Engineer has
approved the depth of excavation and the character of the foundation material.

Accra Urban Transport Project (AUTP) 28


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

Any over excavation for structural foundation or base slabs below the levels indicated
on the Drawings or directed by the Engineer shall be backfilled with Grade C15
concrete at the Contractors expense.

All bases for structural foundation or base slabs shall be compacted to a density not
less than 95% of the maximum dry density as determined by BS 1377 Test 13.

Beneath all reinforced concrete foundation slabs there will be a 50mm thick concrete
Grade C7.5/20 blinding as specified in Section 17.

5.17.S Structures with Foundation Problems

In cases where the specified density at foundation level is not achieved or the
material is classified by the Engineer as unsuitable the Engineer shall direct to extend
the depth of the structural excavation as necessary and backfill with Concrete Grade
C15 as specified in Section 17.

All rock or other hard foundation material shall be cleaned of all loose material and be
cut to a firm surface either, level, stepped or serrated as directed by the Engineer.

Where it is necessary to use dewatering devices to lower the water table during the
construction, the Contractor shall lower and maintain the water table at least 300 mm
below the formation level of the structural excavation. All temporary drain pits shall
eventually be backfilled and compacted to the same density as the surrounding
material.

5.18.S Re-use of Excavated Rock

Rock excavated on site shall be tested thoroughly and if its properties meet the
project Specifications, the Contractor shall be instructed to crush the rock and
incorporate it in the permanent works.

5.19S Mass Haul Diagram

A mass haul diagram shall be prepared by the Contractor for the road and shall
constitute the basis of earthwork and overhaul measurements. The diagram will
be drawn on the basis that 1m3 of material obtained from cuttings will, on being
compacted into the embankments, produce 0.8 m3 fill unless otherwise specified.
No allowance will be made for variations in materials, wastage or consolidation
etc as referred to under Clause 5.5 of the general Specification

The final measurement and quantities will be determined from the actual ground
cross-sections and final road levels and the mass haul diagram adjusted
accordingly. In the event of any realignment being instructed a revised mass haul
diagram shall be prepared for the realignment and agreed between the
Contractor and the Engineer.

Where unsuitable material is encountered in cuttings it shall be replaced if


required by suitable material from borrow pits or widened cuttings. The mass haul
diagram shall be adjusted to take account of the change.

Accra Urban Transport Project (AUTP) 29


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

6.S QUARRIES, BORROW PITS, STOCK PILES AND SPOIL AREAS

6.2.S General

Add the following:

Information relating to the locations of trial pits and other geotechnical


investigations, together with the records and results of tests carried out on
various samples is summarised in the Materials Report.

The Contractor may examine the information and carry out such further tests as
he may consider necessary in order to fully acquaint himself with any aspect
which will influence his satisfactory performance of the Contract at the rates and
prices stated by him in the Bill of Quantities. No claims from the Contractor for
additional payment for sampling and testing will be considered by the Engineer
on the grounds that the above information is insufficient.

6.4.S. Provision of Land

Delete the first paragraph and substitute the following::

The Employer shall make available to the Contractor land on which the works are
to be executed or carried out , as indicated on the Drawings or as detailed in the
Specification. Such land shall be the road reserve, spoil areas and land for
Engineers Staff houses.

Add the following at the end of the second paragraph:

Any royalties in respect of soils or rocks excavated therefrom shall be paid by the
Contractor, and such expenses shall not be reimbursed by the Employer.

Delete Clause 6.4(1) and substitute the following:-

(1) A plan at 1:250 scale in ink on a stable transparent material giving details
of:

(i) Plot Boundaries;


(ii) Owners names and addresses, and, if appropriate, ID numbers.

(iii) The District, Location, Registration Section and Number for each
plot;
(iv) Local Details such as buildings, fences, graves, types and areas of
cultivation and services, all agreed with the land owners;
(v) Areas to be used for working areas, stockpile areas, blasting safety
zones, etc.

6.5.S Entry Upon Land

Delete paragraph 1 of Clause 6.5 of the Standard Specification and substitute the
following:

The Contractor shall, before entering upon any land, obtain legal rights of entry.

Accra Urban Transport Project (AUTP) 30


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

7.S EXCAVATION AND FILLING FOR STRUCTURES

7.2.S Classification of Excavation

Delete Clause 7.2 and substitute the following:-

Excavation can either be in hard or soft materials.

(a) Hard Material is defined in Clause 5.2 (h)


(b) Soft Material is all material other than hard material.

7.3.S Excavation for Foundations of Structures

Delete paragraph 5 of Clause 7.3 of the Standard Specification and substitute the
following:

Where a combination of hard and soft materials exists in the excavated surfaces,
then, dependent on the proportions of existing materials, the Contractor will either
remove a minimum of 300mm of soft material below underside of foundation and
replace it with lean concrete to the top of blinding level or remove a minimum of
300mm of hard material below the underside of blinding concrete and replace it
with a granular material compacted to 95% MDD (AASHTO T180).

7.5.S Backfilling Against Structures

Delete paragraph 3 of Clause 7.5 of the Standard Specification and substitute the
following:

All filling and backfilling shall be granular materials brought up in horizontal layers
not exceeding 150mm compacted thickness. Each layer shall be compacted to a
minimum dry density of 95% MDD (AASHTO T180).

Accra Urban Transport Project (AUTP) 31


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

8.S CULVERTS AND DRAINAGE WORKS

8.1.S Scope of Section

8.1(e).S Add the following:-

The drainage works comprise the construction of intercepting ditches, turn-outs,


stream channels, pipe culverts, sub-soil drains, scour checks, half-round channel
drains, in-situ concrete channels and ancillary works, together with rehabilitation
of existing drainage systems as directed by the Engineer.

8.6.S Excavation in Hard Material

Delete Clause 8.6(a) and 8.6(b) of the Standard Specification and substitute the
following:

(a) For Concrete Pipe Culverts

Where hard material is encountered in trenches for concrete pipe culverts, it shall
be excavated so that no hard material protrudes within 50mm of the underside of
the pipe barrel.

A regulating layer of non-structural concrete of minimum thickness 50mm shall be


placed and compacted on the excavated hard material surface, top of which shall
be at the level of the underside of the pipe barrel.

The maximum thickness of regulating layer shall be 150mm. Where both soft
and hard material are encountered in the trench either the soft material shall be
removed to a depth of 300mm or to such depth as agreed by the Engineer, or if
directed by the Engineer the hard material shall be removed to a depth of 300mm
and backfilled to 95% MDD (AASHTO T180) with similar material to that in the
remainder of the trench invert.

8.9.S Concrete Beds, Surrounds and Haunches

Delete Paragraph 2 of Clause 8.9 of the Standard Specification and substitute the
following:

All concrete for beds, surrounds and haunches shall be Class 25/20 complying
with Section 17 of the Specification formed to the dimensions shown on the
Drawings or instructed by the Engineer.

8.10.S Backfill

Delete Clause 8.10 of the Standard Specification and substitute the following:

Backfill for concrete pipes, box culverts and minor drainage structures shall be of
granular material.

Granular material shall be laid in layers, not exceeding 150mm compacted


thickness, and compacted to 95% of MDD (AASHTO T180) and brought up
uniformly on both sides of the pipe up to a height of not less than 300mm over
the crown. Compaction around the pipe shall be carefully done. No power
rammers shall be used within 300mm of the pipe.

Timbering and sheeting left in the purposes of supporting the excavation shall be
eased up 150mm at a time in step with the backfill layer and compaction of the
backfill shall be achieved under and behind such timber and sheeting.

For pipe culverts which have been constructed close to, above or where the
culvert protrudes above the existing ground the backfilling under the flanks and

Accra Urban Transport Project (AUTP) 32


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

alongside and over the culverts shall be placed and compacted in layers not
exceeding 150mm after compaction to a density of at least the density required
for the material in adjoining layers of embankment fill. All existing ground under
this backfill shall be compacted to 95% MDD (AASHTO T180) to a depth of
150mm. The material used for filling alongside the culvert above existing ground
shall be the same material as will be used for the adjacent embankment fill.
Backfilling shall be carried out simultaneously and equally on both sides of the
culvert to avoid unequal lateral forces.

8.22.S Surface Finish to In-situ Concrete Drainage Works

Surface finish to in-situ concrete drainage works shall be as specified hereunder:-

(a) Formed Surfaces:

exposed: Class F2 (except as separately


provided for hereunder)

non-exposed: Class F1

The faces of pipe culvert headwalls and aprons which form part of the conduit;
the conduit of the concrete channels; and the areas of concrete upon which
precast concrete lids shall be seated; shall all be to Class F3 finish.

(b) Unformed Surfaces:

All unformed surfaces shall be to Class UF1 finish.

8.23.S Final Location of Box Culverts and Pipe Culverts

Notwithstanding the information contained in the Drawings the final locations and
invert levels of box culverts and pipe culverts shall be subject to confirmation or
adjustment by the Engineer as he shall deem appropriate, prior to commencement of
construction.

8.24.S Construction of Pipe Culverts

Immediately after the preparation of the trench for pipe culverts including the
excavation and replacement of any soft material a 50mm blinding layer of class
7.5/20 concrete shall be laid to provide a firm support for the subsequent laying of
pipes.

The pipes shall be laid true to line and level supported on hardwood or concrete
wedges. The joints shall be properly seated and filled flush inside and outside with
1:3 cement mortar. The pipes shall be provided with a complete surround of class
25/20 concrete as indicated in the Drawings. No part of the surround shall be placed
until the Engineers Representative has approved the laying and jointing of the pipes.

The concrete shall be well compacted beneath the pipe but care shall be taken to
ensure that the pipes are not displaced during the placing of the surround.

8.25.S Concrete Pipes

a) Concrete pipes shall comply with the requirements of BS 5911 Parts 1 and 3.

b) Concrete for concrete pipes shall be Class 30/10.

c) The pipes shall have rigid joints in accordance with BS 5911 Part 3.

Accra Urban Transport Project (AUTP) 33


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

d) Reinforcement may be inserted in the pipes to strengthen them for handling, but
the size, spacing and placing of reinforcement shall be to the approval of the
Engineer.

e) All concrete shall be compacted either by spinning or vibrating.

f) All concrete pipes shall be cured by keeping them saturated with water for at
least seven days after casting and protected from the sun and drying winds for at
least fourteen days after casting. No pipe shall be used in the work until it is
twenty-one days old. The date of casting shall be painted on the outside of the
barrel.

A minimum of 10% (ten per cent) of the pipes, but not less than five in number,
shall be tested from initial batches prepared by the Contractor and thereafter the
frequency of testing shall be decided by the Engineer.

All pipes shall be capable of supporting the works proof loads set out in Table 2
of BS5911 Part 1 for Class M pipes when tested in accordance with Paragraph
25.4 of BS 5911 Part 1.

A set of six concrete cubes shall be made for each day's manufacturing of
concrete pipes. Where the crushing strength does not reach the Class 30
requirement, or if pipes appear sub-standard, the Engineer may order the above
load tests on a set of three pipes from the suspect batch.

g) Concrete pipes for use in subsoil drains shall be one of the following:

(i) Porous concrete pipes to BS 1194;

(ii) Concrete pipes to BS 5911 Parts 1 and 3 with a maximum length of


1.5m laid with open joints.

h) The Engineers Representative shall reject any cracked pipes, which shall
be destroyed or removed from the Site.

8.26.S Headwalls, Wingwalls and Aprons

Culverts shall be provided with headwalls, wingwalls and aprons of class 30/20
as shown in the Drawings or as directed by the Engineers Representative.

8.27.S Sub-soil Drains

8.27.S(a) Filter Material

The stone filter material shall be free draining notwithstanding anything stated
herein, and the Engineers Representative may reject any material which he
considers unsuitable for the purpose.

The ACV of the stone filter material shall be not greater than 35%.

The Engineers Representative shall provide the Contractor on site with details of
the outfall of each subsoil drain, depending on its precise locational
circumstances.

8.27.S(b) No-Fines Concrete


No-fines concrete shall comply with the provisions of Section 13 of the
Specifications subject to the following amendments.

The aggregates shall be of 40mm single size.

Accra Urban Transport Project (AUTP) 34


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

Batching shall be by weight in the proportions of 50kg of cement to the weight


equivalent of 0.28m 3 of the aggregate approved for this material.
The free water/cement ratio shall be not greater than required to coat all the
aggregate particles without forming excess grout, or as otherwise directed by the
Engineers Representative.

The minimum cube strength at seven days shall be 4.0N/mm 2.

The no-fines concrete shall be placed as soon as possible after mixing; any
concrete which has dried out between mixing and placing will be rejected .

No pumping, ramming or mechanical vibration shall be permitted, but the placed


concrete shall be lightly rodded into position.

8.27.S(c) Stone Drainage Layer Behind Concrete Retaining Walls

The stone used for the stone drainage layer behind concrete retaining walls shall
be of ACV not greater than 40%.

The 40mm nominal single size stone shall be such that 100% by weight shall
pass the 50mm sieve and be retained on the 28mm sieve.

The 100mm nominal single size stone shall be such that no dimension of any
individual piece of stone shall be less than 80mm nor greater than 120mm.

The 100mm size stone shall be hand-packed in such a way as to produce a


stable structure to the satisfaction of the Engineers Representative. In order to
achieve the same objective the 40mm size stone shall be compacted using a light
vibratory compactor until such time that visual consolidation of the stone layer
has ceased.

8.28.S Miscellaneous Drainage

8.28.S.(a) Scour Check

Scour checks shall be constructed as directed by the Engineer. Their locations


shall be indicated by the Engineer.

The soil core of the scour check shall be constructed from selected fill material
and compacted to 93% MDD at Mod. AASHTO compaction.

8.28.S(b) Concrete Inlet Chamber

The form and reinforcement shall conform with the details shown in the drawings
or as instructed by the Engineer. The reinforcement shall be fixed in accordance
with, and shall comply with the requirements of Section 17 of the Specifications.

8.29.S Drainage Blanket

The drainage blanket shall consist of Hard stone boulders 200mm thick overlain
by a 50mm sand filter bed and waterproof geo-textile fabric as shown in the
drawing and/or directed by the Engineer.

8.30.S Riprap protection

This work shall consist of slope protection courses in accordance with these
Specifications and in conformity with the lines, grades and thicknesses shown on
the drawings or as directed by the Engineer.

Accra Urban Transport Project (AUTP) 35


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

Riprap protection shall be hand-placed riprap with voids filled with sand-cement
grout consisting of one part Portland cement and three parts of sand, thoroughly
mixed with water to produce workable mixture.

Larger stones shall be placed first with close joints. Stones shall be placed with
their longitudinal axis normal to the embankment face and arranged so that each
stone above the foundation course has a three-point bearing on the underlying
stones. The foundation course is the course placed on the slope in contact with
the ground surface. Placing of stones by dumping will not be permitted.

Stones shall be thoroughly moistened with water after placement. Grout shall be
applied while the stone is moist and shall be worked into the interstices to
completely fill the voids.

Grout shall be placed only when the weather is suitable and the surface shall be
cured by covering with curing blankets for at least 3 days after grout placement.
Weep holes shall be provided through the riprap as directed by the Engineer.

Accra Urban Transport Project (AUTP) 36


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

9.S PASSAGE OF TRAFFIC

9.3.S Improvements to Existing Roads

Delete Clause 9.3.b of the Standard Specification and substitute the following:

b) Scarifying, re-shaping, widening, watering and compacting the top 150mm of


the existing road to 98% MDD (AASHTO T180).

9.5.S Construction of Deviations

Delete Clause 9.5.b of the Standard Specification and substitute the following:

b) Geometry

Deviation shall be constructed to the cross-section shown on the Drawings.

Single-lane traffic operation shall not be permitted unless in the opinion of the
Engineer, it is impracticable to provide a two-lane deviation. A single-lane
carriageway shall not be less than 4.0m wide with traffic control and passing bays
provided at approximately 250-metre intervals. The gradient of any deviation
shall not exceed 7% except with the approval of the Engineer. Where gradients
in excess of 7% are permitted by the Engineer on any deviation the Contractor
may be required to seal the deviation with a single seal surface dressing or other
approved seal and maintain such seal whilst the deviation is in use.

Accra Urban Transport Project (AUTP) 37


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

11.S. SHOULDERS AND SIDEWALKS

11.2.S Materials for Construction of Shoulders

Delete Clause 11.2 of the Standard Specification and substitute the following:
Materials for construction of shoulders and sidewalks shall be as shown on the
Drawings or instructed by the Engineer. It may consist of :-

a) Gravel wearing course or natural material in accordance with Sections 10 and 12


of the Specification.
b) Graded crushed stone in accordance with Section 13 of the Specification.
c) A bituminous mix in accordance with Section 15 of the Specification.
d) A combination of (a) to (c) above.
e) Concrete paving Blocks in accordance with 11.5.S of this Specification.

11.5.S Paving Blocks

Delete clause 11.5 of the Standard Specification and substitute the following:-

Paved sidewalks shall be laid to lines and levels as shown on the Drawings or as
instructed by the Engineer. The blocks shall be of precast concrete Class 40/10
in accordance with the Drawings and in conformity with Section 17 of the
Specification. The waterbound sub-base layer upon which the blocks are to be
laid shall be compacted to 98% MDD (AASHTO T180) to a minimum CBR of
40% at 4 days soak, and the layer shall conform with the Specification for Sub-
base in Section 12. The sub-base shall be blinded with sand to a depth of 50mm,
and the paving blocks shall be laid and stamped firmly to level and position into
the blinding.

Accra Urban Transport Project (AUTP) 38


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

12. S NATURAL MATERIALS FOR SUB-BASE AND BASE

12.3.S Material Requirements

Delete Clause 12.3 of the Standard Specification and substitute the following:-

(a) Sub-base (including mechanically stabilised material)

The grading and other requirements after placing and compaction of the
materials shall conform to the following:-

- Maximum Size 75mm


- Plasticity Index max 15%
- Liquid Limit max 35%
- Uniformity Coefficient min 5
- Plasticity Modulus max 250
- CBR at 95% MDD (AASHTO T180) and 4 day soak min 40%
- 10% Fines (Wet) min 50KN

The grading of the material after placing and compaction shall be a smooth curve
within and approximately parallel to the envelope in Table 12.1.S.

Table 12.1.S - Grading of Natural Gravel

(%) Sieve
By Weight
SizesPassing
(mm)

(Base) (Sub-base)
75.0 100 100
37.5 80 - 100 80 100
20 60 - 85 75 100
10 45 - 70 45 90
5 30 - 55 30 75
2 20 - 45 20 50
0.425 8 - 26 8 - 33
0.075 5 - 15 5 - 22

(b) Base (including mechanically stabilised materials).

The requirements after placing and compaction shall comply with the following
limits:-

- Grading Table 12.1.S


- Los Angeles Abrasion max 50%
- Aggregate Crushing Value max 35%
- Plasticity Index max 7%

- Liquid Limit max 25%


- Plasticity Modulus max 200
- CBR at 95% MDD (AASHTO
T180) and 4 day soak min 80%
- 10% Fines (Wet) min 50KN.

Accra Urban Transport Project (AUTP) 39


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

13. S GRADED CRUSHED STONE SUB-BASE AND BASE

13.2.S Definitions

The stone class shall be "A" and the nominal size 0/40mm.

13.4.S Laying and Compacting Graded Crushed Stone Sub-base and Base

Delete Clause 13.4 of the Standard Specification and substitute the following:-

The Contractor shall take appropriate measures to prevent segregation during


transportation, dumping and spreading operations.

Graded crushed stone shall be laid by plant capable of distributing the material in
a layer of uniform thickness and without segregation.

If material is laid in wet weather precautions shall be taken to limit ingress of


water. Inter alia, material shall not be left unshaped and uncompacted. Laying
shall not proceed uphill so that runoff is trapped.

The compacted thickness of any base layer shall not be less than 3 times the
maximum size of stone and the compacted thickness of any sub-base layer shall
not be less than 2 times the maximum size of stone.

Unless otherwise instructed by the Engineer, the moisture content at the time of
compaction shall be between 80% and 100% of the Optimum Moisture Content.

The Reference Density for Compaction Control shall be the Apparent


Density of the whole graded sample, determined by the G.H.A. Test Method
SMT-No S3.

The relative compaction to be achieved in the field shall be as specified in


Table 3.3.2/B of the Quality Assurance Manual for G.H.A.(October 1996).

Where the results of the construction control tests for any of the base or sub-base
materials are less than that specified the full depth of the layer shall be removed
and replaced to Specification.
The area treated shall be the whole section submitted for approval or, following
a retest, a length of at least 50m both sides of each test and retest failure or such
area to be determined by the Engineer as necessary to obtain compliance with
the Specification.

On completion of the compaction the surface shall be well closed, mechanically


stable, free from visible movement under compaction plant and free from
compaction planes, ridges, cracks, loose or segregated material.
If the surface fails to meet the requirements of this Specification, the full depth of
the material shall be removed from the pavement and replaced to Specification.
The area treated shall be at least 30m long and 3m wide or such area to be
determined by the Engineer as necessary to obtain compliance with this
Specification.

Accra Urban Transport Project (AUTP) 40


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

20.S ROAD FURNITURE

20.2.S Road Reserve Boundary Posts

Delete paragraph 5 of Clause 20.2 of the Standard Specification and substitute the
following:-

The posts shall be maintained in position and kept in a clean and legible state until the
issuance of the Taking-over Certificate.

20.5.S Traffic Signals


Traffic signals and controllers for the works shall be those developed in Ghana for the
Department of Urban Roads. A typical example of which can be seen on the Nsawam
Road project in Accra.

Details of the signal layouts are shown on the drawings and detailed in the Bills of
Quantity.

Accra Urban Transport Project (AUTP) 41


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

SCHEDULE 1
ENGINEERS REPRESENTATIVE'S OFFICE FURNITURE & EQUIPMENT

ITEM DESCRIPTION UNIT QTY.


FURNITURE & EQUIPMENT FOR THE
RESIDENT ENGINEERS OFFICE
1. FURNITURE
1.01 Desk with lockup drawers Nr. 12
1.02 Desk Chair Nr. 12
1.03 Chairs Nr. 16
1.04 Drawing table with 3 plan drawers under Nr. 1
1.05 Drawing table stools Nr. 1
1.06 Typist's Desk Nr. 1
1.07 Typist's Chair Nr. 1
3
1.08 Stationery Cupboard, 1.2m , lockable Nr. 3
1.09 Steel filing cabinet, 4 drawers, lockable Nr. 6
1.10 Steel filing cabinet, 2 drawers, lockable Nr. 3
1.11 Bookshelf, 3 shelves 1.2m long (to hold box files) Nr. 9
1.12 Conference table with 10 chairs Nr. 2
2. EQUIPMENT
1.13 A0 size drawing board on adjustable metal stand with parallel sliding cursor Nr. 1
1.14 A0 size drawing board Nr. -
1.15 Tee Square Nr. -
o
1.16 250mm set square 45 Nr. 3
o
1.17 250mm set square 60 Nr. 3
1.18 Protractor for tache plotting with interchangeable scales Nr. 2
Fully divided scales (metric 1/1000, 1/2500, 1/500, 1/1250 1/2000, 1/50, 1/250,
1.19 1/1500 Nr. 8
1.20 Set of Drawing Instruments (Kern or similar approved) Nr. 2
1.21 Set of Drawing pens (Rotring Micronorm or similar approved) and stencils Nr. 2
1.22 Set of Railway Curves Nr. 1
1.23 Digital planimeter, OTT 30010 or similar Nr. 1
o
1.24 Protractor 360 Nr. 2
1.25 Multimedia Personal Computer with the following minimum Specification
- Intel Pentium IV 2.0 GHz processor, L2 cache 516K, 19" Monitor, 16 MB
Video
Card, Rewriteable CD Drive, 40 GB Hard Drive and 256 MB Ram - preloaded
with the latest versions of Windows operating systems, Microsoft Office
and Microsoft Project Software.
- All manuals and software shall be in English
- Operating system and preloaded software shall be accompanied with
original diskettes/CD's etc. as well as device drivers for the hardware Nr. 2

Schedule 1 contd
ITEM DESCRIPTION UNIT QTY.
Latest version of Autocad for Windows operating systems and licences for
1.26 Item 2.13 Nr. 2

Accra Urban Transport Project (AUTP) 42


TENDER DOCUMENTS VOLUME II
Section VI(A) Technical Specifications / Special Specifications

1.27 Multimedia Personal Computer with a 19" screen, preloaded with the
latest versions of Windows OS, MS Office Professional and MS Project. Nr. 3
1.28 Latest HP (A4) Laser Printer with accessories 2MB Ram Minimum Nr. 1
1.29 Latest HP (A3) Laser Printer with accessories 2MB Ram Minimum Nr. 1
1.30 Latest HP (A1) Colour Plotter with accessories Nr. 1
1.31 UPS 1000 VA Nr. 5
1.32 Electronic Scientific Calculator, 12 figures Nr. 6
1.33 Stapling machine Ofrex size 50 or similar with 5000 staples Nr. 6
1.34 Heavy duty punch and spiral binder, IBICO AG or similar approved Nr. 1
1.35 Inkjet Plain Paper Fax Machine with 4MB of memory Nr. 1
1.36 Pencil sharpener (desk mounted type) Nr. 6
1.37 Heavy-duty 2-hole paper punch Nr. 2
1.38 Ordinary 2-hole paper punch Nr. 6
1.39 First Aid Kit Nr. 2
1.40 Fire Extinguisher Nr. 4
1.41 Filing Tray Nr. 10
1.42 Waste paper basket Nr. 8
1.43 A3 size plain paper photocopier with feeder/sorting trays Nr. 1
3
1.44 Refrigerator: minimum capacity 0.2m Nr. 2
2
1.45 Table - 0.8m surface area Nr. 1
3
1.46 Cupboard, 0.15m , lockable Nr. 1
1.47 Cooker 2 plate electric Nr. 1
3. SURVEY EQUIPMENT
1.48 Engineers Electronic Level Wild (2mm accuracy) with accessories and tripod Nr. 2
1.49 Total station complete with a Field Data Collector Model SOKIA SET 2200
or similar including accessories and supporting software Nr. 1
1.50 Survey Umbrella Nr. 2
1.51 Levelling staff 3m with levelling bubble (Wild GNLE 3 or similar) Nr. 4
1.52 2.5m ranging rod Nr. 10
1.53 1m stainless steel straight-edge Nr. 2
1.54 3m aluminium straight-edge Nr. 1
1.55 30m steel white face tape Nr. 2
1.56 100m steel band tape Nr. 1
1.57 5m tape measure Nr. 10
1.58 Steel tape repair outfit Nr. 1
Data collection software for automatic map generation (EaglePoint
1.59 data collection module) Nr. 1
Mobile communication systems for site use (walki-talki) with a
1.60 minimum effective range of 5km. Nr. 3
1.61 Heavy duty hammer Nr. 2
Supplies of steel and wooden pegs and of materials for erecting As
1.62 survey pillars / monuments. reqd. -

Accra Urban Transport Project (AUTP) 43


Bill of Quantities

9.1. PREAMBLE TO THE BILL OF QUANTITIES

9.1.1 Method of Measurement

The method of measurement used in compiling the Bill of Quantities and which
shall be adopted for measurement and payment of the Works shall be in
accordance with the Civil Engineering Standard Method of Measurement, 3rd
Edition, (CESMM3) published in 1991 for the Institution of Civil Engineers by
Thomas Telford, London, Amendments to the method of measurement are given
below.

9.1.2 Amendments to the Method of measurement

For the purpose of this Contract, the Standard Method of Measurement is subject
to the variations and additions listed

SECTION 1 - DEFINITIONS

Para 1.2
Conditions of Contract means:

Part 1 the World Bank General Conditions of Contract; August, 2006 edition

Part II Conditions of Particular Application (COPA) which are variations and


additions to the General Conditions.

SECTION 5 PREPARATION OF THE BILL OF QUANTITIES

Para 5.6
The Daywork Schedule has been prepared in accordance with Para 5.6(a)

Para 5.22
Delete the rest of para 5.22 after sentence.

9.1.3 General Instruction for Measurement and Pricing

9.1.3.1 The Bill of Quantities shall be read in conjunction with the instructions to
Bidders, General Conditions of Contract, the Conditions of Particular Application,
Employers Requirements (Technical Specifications), Drawings and Preamble to
the Bill of Quantities from which the nature and extent of the work is to be
ascertained.

Accra Urban Transport Project (AUTP) Page 1


Bill of Quantities

9.1.3.2 The Bill of Quantities has been divided into separate Bills. Notwithstanding such
division for convenience of pricing and re-measurement thereof nothing contained
therein shall in any way relieve nor be deemed to relieve the Contract of his
responsibilities.

9.1.3.3 The General Items of the Bill of Quantities and the Adjustment item relate to the
Whole of the Works including those items not covered by and not measured in
accordance with CESMM3.

9.1.3.4 Provisional Sums included and so designated in the Bill of Quantities shall be
expended in whole or in part at the direction and discretion of the Engineer in
accordance with Clause 13.5 of the Conditions of Contract.

9.1.3.5 The quantities given in the Bill of Quantities are estimated and provisional, and
are given to provide a common basis for tendering. The basis of payment will be
the actual quantities of work ordered and carried out, as measured by the Engineer
and valued at the rates and prices tendered in the priced Bill of Quantities, where
applicable, and otherwise at such rates and prices as the Engineer may fix within
the terms of the Contract.

9.1.3.6 Each items shall be priced and extended to the Amount column by the
Contractor with the exception of the items which already have provisional sums
affixed thereto or items which have Rate only already inserted in the amount
column. Rates and lump sums (except those printed) shall be inserted in figures
in the appropriate columns.

The rates and sums of money quoted in the Bill of Quantities shall be in the
currencies stated in the ITT.

9.1.3.7 Adjustment Allowance inserted in the Grand Summary, notwithstanding the


provisions of sub-clause 6.4 and 6.5 of the CESMM-3 shall be assessed by the
Engineer as a percentage of subtotal (E) in the Grand Summary, and shall be
deemed to apply uniformly to all unit rates and prices in the Bills of Quantities for
the purposes of the Contract and therefore limit of amount stated shall not apply.

9.1.3.7 The rates and prices entered in the Bill of Quantities shall be deemed to be the full
inclusive value of the work, which includes the following, unless expressly stated
otherwise:

i) Labour and costs in connection therewith

ii) Supervision

iii) The supply of materials, goods, storage and cost in connection therewith
including delivery to site. Taking delivery of materials and goods
supplied by others, unloading, storage, and cost in connection therewith.

Accra Urban Transport Project (AUTP) Page 2


Bill of Quantities

iv) Contractors equipment and costs in connection therewith.

v) Fixing erecting and installing or placing of materials and goods in position

vi) Temporary work

vii) The effect of phasing of the Works or any element of the Works to the
extent set forth or reasonably implied in the documents on which the
tender is based.

viii) General obligations, liabilities and risks involved in the execution of the
Works set forth
or reasonably implied in the documents on which the tender is based.

ix) Establishment charges, overheads, profit, taxes and duties.

x) Waste

xi) Responsibility for carrying out all necessary testing of materials for the
Works and testing of any aspect of the Works as required by the
Specification and or as ordered by the Engineer.

Attendance and transport for sampling and testing carried out by the
engineer, supplying results of tests carried out by the Contractor and
providing test certificate as applicable.

xii) Maintenance

xiii) Preparation and supply of drawings to the extent required by the Contract.

9.1.3.8 The contractor shall also be deemed to have provided in his rates, inter alia, for
the following:

a) Any cost incurred in the acquisition of any land for the use of the
Contractor in addition to that made available by the Contracting
Authority.

a) All charges and/or transport costs relating to extraction, preparation and


haulage of materials to any distance of the road if not shown under the
specific item.

Accra Urban Transport Project (AUTP) Page 3


Bill of Quantities

b) The eventual removal of the Contractors site establishment and the


reinstatements of such areas on completion of the contract.

c) Protection of the works from water for any source

d) Setting out and verification of all survey data and dimensions

e) Provision and preservation of survey beacons

f) Provisions of all samples and test certificates

g) Provision of all water supply and services including electricity.

9.1.3.9 A rate or price shall be entered against each item in the priced Bill of Quantities
whether quantities are stated or not.

9.1.3.10.1 The whole cost of complying with the provisions of the Contract shall be
included in the items provided in the priced Bill of Quantities, and where no
items are provided the cost shall be deemed to be distributed among the rates
and prices entered for the related items of work

9.1.3.11 General directions and descriptions of work and material are not necessarily
repeated nor summarized in the Bill of Quantities. References to the relevant
sections of the contract documentations shall be made before entering prices
against each item in the priced Bill of Quantities.

9.1.3.11.1 The Employer will correct any arithmetical errors in computation or


summation as follows:

a) Where there is a discrepancy between amounts in figures and in words, the


amount in words will govern; and

b) Where there is a discrepancy between the unit rate and the total amount
derived from the multiplication of the unit rate and the quantity the unit
rate as quoted will govern unless in the opinion of the Employer, there is
an obvious gross misplacement of the decimal point in the unit rates; in
which event the total amount as

Accra Urban Transport Project (AUTP) Page 4


Bill of Quantities

9.1.3.11.1.1 All measurements payment shall, unless otherwise specified in the


following Technical
Notes for Measurement and Pricing or in the Specification, or further
instructions issued in writing by the Engineer, be the net quantities
required by the Drawings and/or the Specification and actually executed.
Unless a separate item has been included for the purpose in the bill, the
cost of any work which may have to be executed in excess of the net or
minimum requirements of the Drawings in order to provide the net or
minimum requirements of the Drawings and/or the Specification shall be
included in the pricing of the item concerned.

9.1.3.14 Unless otherwise stated, no deduction shall be made from items required
to be measured by area for voids of less than 1.00m.

Minimum deductions of voids shall refer only to voids within the edges of
measurement area; voids which are at the edges of measured areas shall
always be deducted, irrespective of size.

9.1.3.15 In the event of any variations during the course of executing the Contract,
the alteration shall be valued on the basis of the appropriate unit prices
laid down in the Bill of Quantities and the contract shall be adjusted
accordingly.

9.2 Methods of Payment

9.2.1 Payment of Bill of Quantities Items A110, A120 and A130 listed under General
items Contractual Requirements shall be made with the first interim payment
after advance mobilization if applicable after receipt by the Engineer of all related
documentation required under the terms of the Contract.

9.2.2 Payment for Items listed under General Items Specified Requirements shall be
paid as follows:

Establishment 80%
Removal 20%
Maintenance by period of time

9.3 Technical Notes

9.3.1 Rock that may be encountered in the excavation of the trenches and in roadworks
excavations. For roadworks, rock is as defined in the Specification. For
excavation of trenches, rock is defined as naturally occurring material that
requires the use of breakers or splitters for its removal, but excluding individual
masses less than 0.2 cubic metres. Artificial hard material includes concrete,
reinforced concrete, bituminous bound material including surfacing but excludes
granular founding materials such as existing sub-bases and bases.

Accra Urban Transport Project (AUTP) Page 5


Bill of Quantities

9.3.2 Drainage

Proper drainage on the site must be maintained during construction and the
Contractor shall be held responsible for any flood damage to life and properties
due to his work in this Contract. The Contractor shall allow in his rate, inter alia,
for all costs to maintain or divert flow in drains, ditches, open channels and water
courses during construction and other drainage work. No claims for additional
payment will be considered in this regard.

All rates shall be deemed to include for protection of the environment from
harmful discharge of wastes and silting other than unavoidable.

9.3.3 Earthworks Generally

The quantities for the excavation shall be understood to be the quantity before
excavation, and no allowance shall be made for any working space or subsequent
variation in bulk, existing voids shall be deducted.

Multiple handling of materials and transporting about the site shall be understood
to be included.

Upholding excavation shall be included in the rates of the Bills of Quantities.

Backfilling and disposal of surplus excavated material if not itemized shall be


deemed included in the rates.

Excavation in rock (hard material) shall be measured separately. For the purpose
of measurement, rock is defined in the specifications

Excavated materials will be either run to spoil ad deposited or hauled to a fill area,
and there placed and compacted. The rates in the Bill of Quantities shall include
all these operations and all separation of materials which may be necessary on
account of the suitability or unsuitability of the material for use as fill. The rates
shall also include temporary stockpiling of material which may be required by the
Engineer or result from the sequence of the works. The Contractor shall submit
for approval an appropriate schedule/diagram showing the earthworks quantities
and the proposed transport of material/haulage.

The rates for earthworks shall include for everything necessary to protect
earthworks from weather and especially rain. Where rain affects excavation,
transport, filling and compaction, earthworks may require double handling,
drying, scarification, re-compaction etc. and everything necessary including
drains, trimming, surface preparation on single or repeated operation until
earthworks comply with the specification and the rates must be deemed to allow
for everything necessary

Accra Urban Transport Project (AUTP) Page 6


Bill of Quantities

The rate for earthworks shall include:

- Providing and mixing water to earthwork and pavement operations


in dry weather to achieve the optimum moisture content,

- Spreading and compaction

- Scarification of surfaces and drying the earthworks and pavements


to reduce the moisture content to the optimum and compaction or
re-compaction subsequently, and repeating any such operation
whenever necessary

- Material excavated and used for other purposes than described


under earthworks, shall not be paid under the items in the bill for
earthworks.

9.3.4 Excavation
Structural Excavation

Excavation to receive structures other than bridges shall be measured to


net structure dimensions without working space. Disposal and filling
material compacted as specified Is understood to be included. Where
bedding is specified or ordered, structural excavation shall be measured
net to outside dimensions.

Excavation for bridges shall be measured as follows;

- excavation from existing ground level to bottom of blinding course


or mass concrete where directed by the Engineer.

- excavation area in plan shall allow for footings without working


space

- the pit shall be measured with vertical surfaces, necessary slopes or


sheeting timbering/upholding shall be covered by the rates.

9.3.5 Formwork

The bidders attention is drawn to the fact that, under concrete ancillaries
formwork to Components of constant cross-section have been measured in
square metres in almost all cases.

Accra Urban Transport Project (AUTP) Page 7


Bill of Quantities

9.4 Units of Measurement

Unit Abbreviation

Millimetre mm
Metre m
Square Metre m2 or sq.m
Hectare ha or Ha
Cubic Metre m3 or cu.m

Cubic metre-kilometre m3km


Kilometre mm
Tonne t
Kilogramme m or sq.m
Litre lit or Lit
Number No. or Nr
Lump Sum Sum
Month(s) Mth
Vehicle Month Veh Mth
Man-Month Man-Mth

9.5 Abbreviations and Definitions

The following is a list of the more important abbreviations and definitions of


terms to which frequent reference will be made in the Contract Document.

AWWA American Water Works


Association
ASTM American Society for Testing
Materials

BS and BSCP British Standard and British


Standard Code of Practice

AASHTO American Society of State


Highway And Transport
Officials
Prime Coat Bituminous coat applied to
gravel surfaces prior to

Accra Urban Transport Project (AUTP) Page 8


Bill of Quantities

asphalt surfacing or similar


surface dressing

Tack Coat Similar to Prime coat but


applied to surfaces, and
existing surface dressed
surfaces

C.S.A. Canadian Standards


Association

CESMM Civil Engineering Standard


Method of
Measurement

Further abbreviations and definitions appear in Part 1 Clause 1 of the Conditions of


Contract and Section 1 of the General Specifications.

9.6 Work Items

9.6.1 Contents of Bill of Quantities

The Bill of Quantities contains the following part Bill and Schedules.

Bill No. 1 : General Items


Bill No. 2 : Accra Kumasi Underpass
Bill No. 3 : Awoshie Kwabenya Road
Bill No. 4 : Top Tier Bridge
Bill No. 5 : Middle Tier Bridge
Bill No. 6 : Retaining Walls
Bill No. 7 : Ramps
Bill No. 8 : Drainage Structures
Bill No. 9 : Footbridge and Underpass
Bill No. 10 : Dayworks

- Summary of Specified Provisional Sums


- Grand Summary of Bill of Quantities

Accra Urban Transport Project (AUTP) Page 9


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.1 - General Items

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC
BILL NO.1 - GENERAL ITEMS

Contractual Requirements
A,110 Performance bond sum
A.120 Insurance of the works, plant and equipments sum

A.130.1 Insurance against damage to persons and property sum

A.130.2 Insurance against accident to workmen sum

Specified Requirements
A.212. Provide laboratory accommodation for the Engineer sum

A.212.5 Maintain laboratory accommodation for the Engineer mth 24

A.279 Provide and erect project sign board nr 3

Carried Forward
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.1 - General Items

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC
Brought Forward

A.232 Provide ER`S Laboratory equipment as specified in sum

A.232.2 Maintain ER`S Laboratory equipment mth 24

A.233 Provide ER`S surveying equipment sum

A.233.2 Maintain ER`S surveying equipment mth 24

Attendance upon the Engineer's Staff

A.243 Provide Laboratory Assistants for ER man-mth 96

A.290 Provide progress photograhs set 400

Carried Forward
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.1 - General Items

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC
Brought Forward

Method Related Charges

A.310 Setup of Contractor Site camp sum

A.310.1 Maintenace of site camp mth 24

A.310.2 Removal of site camp sum

Temporary Works

A271 Provide, maintain and regulate trafffic diversion sum

Other Provisional Sums

A420.1
Allow a Provisional Sum for the relocation / diversion of ECG lines p.sum Item
2,000,000.00
A.420.1X Adjustment on item A.420.1 %

A420.2 Allow a Provisional Sum for the relocation of GRIDCO Pylons p.sum Item
1,000,000.00
A.420.2X Adjustment on item A.420.1 %

A420.3 Allow a Provisional Sum for the installation of Street Lighting p.sum Item 1,000,000.00

A.420.3X Adjustment on item A.420.1 %

A420.4 Allow a Provisional Sum for Signalization p.sum Item 180,000.00

A.420.4X Adjustment on item A.420.1 %

A420.5 Allow a Provisional Sum for Service ducting p.sum Item 200,000.00

A.420.5X Adjustment on item A.420.1 %

TOTAL - GENERAL ITEMS Carried to General Summary


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.2 - Accra -Kumasi Underpass

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE GHC USD GHC
USD
BILL NO.2 - ACCRA - KUMASI UNDERPASS

DEMOLITION AND SITE CLEARANCE

D100. General site clearance of grass, bush including trees of all girth, de-
stumping and removal of roots;temporary structures including kiosks,
containers, heaps of debris etc from site ha 4.40

TOTAL; DEMOLITION AND SITE CLEARANCE Carried to


Summary
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.2 - Accra -Kumasi Underpass

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE GHC USD GHC
USD
EARTHWORKS

General Excavation

E.211 Excavate topsoil depth not exceeding 0.25m and dispose m 10,110

E.224.1 Excavation for cutting in any material other than topsoil, rock or
artificial hard material and haul to fill m 4,500

E.224.2 Disposal of excavated material other than topsoil, rock or artificial hard
material m 2,250

E.230.2 Excavation for cutting in rock and dispose m 250

E.420 General excavation in borrow pits for selected fill material to any depth
including haulage m 154,415

E.441.1 Pulverise existing asphalt 130mm thick and remix with exisiting base
and compact m 40,440

FILLING
E.624 Filling with material from excavation m 2,250

E.625 Filling with material from borrow pit m 154,415

R625.1 Haulage of items E625 in excess of 1km (0-20km) m-km 345,000

Landscaping

E622 100mm Thick imported topsoil or black soil placed, spread and
prepared for planting including haulage m 2,000

E.831
Provide and plant grass, shrubs etc and maintain till established m 2,000

E.657 Stone pitching to embankment m 2,000

TOTAL; Earthworks Carried to Sumarry


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.2 - Accra -Kumasi Underpass

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE GHC USD GHC
USD

ROAD WORKS

Sub-Base and Base Material

R.146 Provide, lay, compact and cure CEMENT STABILIZED NATURAL


LATERITIC GRAVEL SUB-BASE material average 300mm thick including
haulage up to 20km m 76,387

R 126 Provide, lay and compact CRUSHED STONE BASE material average
200mm thick including haulage up to 20km m 76,387

R900.1 Haulage of items R.126 in excess of 20km m-km 458,322

Bituminous Binder and Wearing Course

R.351.1 Prepare and prime road base surface at the rate of 1.20 litre/m to
receive binder m 76,387

R.351.2 Spray tack coat at a rate of 0.45 litre/m m 76,387

R.323 Asphaltic concrete in binder course 75mm thick m 76,387

R.322 Asphaltic concrete wearing course 50mm thick m 76,387

MEDIAN
E622 100mm Thick imported topsoil or black soil placed, spread and
prepared for planting including haulage m 8,375

E.831 Provide and plant grass, shrubs etc and maintain till established m 8,375

TOTAL; Roadworks - Carried to Sumarry


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.2 - Accra -Kumasi Underpass

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE GHC USD GHC
USD

KERBS, CHANNELS AND EDGINGS

Precast concrete kerb 150 x 350mm including excavation, base


R611.2
concrete and haunching m 8,200

Light Duty Pavements

E.420 General excavation in borrow pits for selected fill material to any depth
including haulage m 3,400

E.625 Filling with material from borrow pit m 3,400

R.146 Provide, lay, compact NATURAL LATERITIC GRAVEL SUB BASE


m2
material 150mm thick in median including haulage up to 20km 6,800

R783 200 x 100 x 80mm precast concrete paving blocks laid to approved
2
pattern and of strength 30N/mm on 50mm sand bed m2 6,800

TOTAL; Kerbs, Channels and Edgings- Carried to Sumarry


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.2 - Accra -Kumasi Underpass

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE GHC USD GHC
USD

LAY BYS (4 No)

Road Bases and Surfacing

R.146 Provide, lay, compact NATURAL LATERITIC GRAVEL SUB BASE


material 250mm thick in median including haulage of 1km m 910

R 126 Provide, lay and compact CRUSHED STONE BASE material average
225mm thick including haulage of 1km m 910

IN - SITU CONCRETE
PROVISION OF CONCRETE

R435.1 Provide concrete grade C20/25 m 91

R435.2 Place reinforced concrete grade C20/25 m 91

R440 Steel mesh reinforcement BRC No. 65 m 910

R490
Rough finish formwork plane vertical to face of pavement 200mm high.
m 200

KERBS, CHANNELS AND EDGING


Precast Concrete kerb with base and haunching as described under
kerbing:

R611 Provide 150 x 350mm High kerb laid straight or curved to radius
exceeding 12m with base and haunching m 80

R613 Provide 150 x 300 x 350mm high quadrant kerb laid striaght or curved
to radius exceeding 12m with base and haunching nr 8

TOTAL - LAY BYS- Carried to Sumarry


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.2 - Accra -Kumasi Underpass

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE GHC USD GHC
USD

ANCILLARIES
TRAFFIC SIGNS AND SIGNALS

Traffic Signs and Signals in accordance with MOT Specifications

Reflective Signs including single painted metal post, foundation,


symbols or lettering Pole unless otherwise stated)

R811.1 Triangular Warning Sign(900mm side length) nr 16

R811.2 Circular Prohibitory Sign (900mm diameter) nr 16

R811.3 Rectangular Informational Sign (600 x 900mm side) nr 7

R811.4 Rectangular Directional Sign (1000 x 500mm side) nr 6

R811.5 Circular Mandatory Sign (900mm diameter) nr 1

R811.6 Octagonal Mandatory Sigh (750mm side length) nr 1

Reflective Signs including double painted metal post, foundation,


symbols or lettering Pole unless otherwise stated)

R811.7 Rectangular Directional Sign ; Size 1600 x 550mm nr 1

R811.8 Ditto; Size 1600 x 750mm nr 4

R811.9 Ditto; Size 1500 x 1500mm nr 1

Reflective Signs including fixing on gantry, foundation, symbols or


lettering Pole unless otherwise stated)

R811.10 Rectangular Directional Sign ; Size 10800 x 2500mm nr 2

Carried Forward
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.2 - Accra -Kumasi Underpass

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE GHC USD GHC
USD
Brought Forward
SURFACE MARKING

3mm thick Road Surface markings with approved reflective tropical


thermoplastic paint as per MOT Specification 2007

R823.1 Lane selection arrow straight nr 117

R823.2 Lane straight and left or right combined nr 20

R823.3 Lane curved left or right or deflect nr 51

R823.4 Lane deflecting arrow nr 18

R823.4 U-Turn arrow nr 3

R824.1 150mm wide continous edge line marking in approved tropical


thermosplastic paint ( L11) m 24,167

R824.2 120mm wide continous centre line marking in approved tropical


thermosplastic paint ( L2 A) m 592

R824.3 300mm wide "STOP LINE" white on approach side of pedestrian


crossing (L7) m 32

R825.1a 120mm wide broken guiding line marking in approved tropical


thermosplastic paint ( L1 ) m 10214

R825.1b 120mm wide broken guiding line marking in approved tropical


thermosplastic paint ( L1 ) m 7238

R825.2 120mm wide broken warning line marking in approved tropical


thermosplastic paint ( L2 ) m 400

R825.3 120mm wide dotted line marking in approved tropical thermosplastic


paint ( L9 ) m 122

R825.4 120mm wide dashed line marking in approved tropical thermosplastic


paint ( L5 ) m 1038

R825.5 200mm wide dotted line marking in approved tropical thermosplastic


paint ( L6 ) m 76

R825.6 Reflective paint in road marking of varying width m 175

TOTAL; ANCILLARIES- Carried to Sumarry


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.2 - Accra -Kumasi Underpass

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE GHC USD GHC
USD

SUMMARY

DEMOLITIONS AND CLEARING OF SITE

EARTHWORKS

ROAD WORKS

KERBS

LAYBYS

ANCILLARIES

TOTAL - ACCRA - KUMASI UNDERPASS Carried to GENERAL


SUMMARY
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.3 - Awoshie - Kwabenya Road

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC
BILL NO.3 - AWOSHIE - POKUASE ROAD

DEMOLITION AND SITE CLEARANCE

D100. General site clearance of grass, bush including trees of all girth, de-
stumping and removal of roots;temporary structures including kiosks,
containers, heaps of debris etc from site ha 3.00

TOTAL; DEMOLITION AND SITE CLEARANCE Carried to


Summary
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.3 - Awoshie - Kwabenya Road

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC
EARTHWORKS

General Excavation

E.224.1 Excavation for cutting in any material other than topsoil, rock or
artificial hard material m 20,000

E.224.2 Disposal of excavated material other than topsoil, rock or artificial hard
material m 2,000

E.230.2 Excavation for cutting in rock and dispose m 250

E.420 General excavation in borrow pits for selected fill material to any depth
including haulage m 82,000

E.441.1 Pulverise existing asphalt 130mm thick and remix with exisiting base
and compact m 100

FILLING
E.624 Filling with material from excavation m 18,000

E.625 Filling with material from borrow pit m 82,000

Landscaping

E622 100mm Thick imported topsoil or black soil placed, spread and
prepared for planting including haulage m 1,000

E.831 Provide and plant grass, shrubs etc and maintain till established m 1,000

E.657 Stone pitching to embankment m 1,000

TOTAL; Earthworks Carried to Sumarry


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.3 - Awoshie - Kwabenya Road

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC

ROAD WORKS

Sub-Base and Base Material

R.146 Provide, lay, compact and cure CEMENT STABILIZED NATURAL


LATERITIC GRAVEL SUB-BASE material average 150mm thick including
haulage up to 20km m 100,295

R.146 Provide, lay, compact NATURAL LATERITIC GRAVEL SUB BASE


material 150mm thick in median including haulage up to 20km m 100,295

R 126 Provide, lay and compact CRUSHED STONE BASE material average
200mm thick including haulage up to 20km m 100,295

R900.2 Haulage of items R.126 in excess of 20km m-km 601,770

Bituminous Binder and Wearing Course

R.351.1 Prepare and prime road base surface at the rate of 1.20 litre/m to
receive binder m 100,295

R.351.2 Spray tack coat at a rate of 0.45 litre/m m 110,165

R.323 Asphaltic concrete in binder course 50mm thick m 100,295

R.322 Asphaltic concrete wearing course 50mm thick m 110,165

MEDIAN
E622 100mm Thick imported topsoil or black soil placed, spread and
prepared for planting including 1km haulage m 20,000

E.831 Provide and plant grass, shrubs etc and maintain till established m 20,000

TOTAL; Roadworks - Carried to Sumarry


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.3 - Awoshie - Kwabenya Road

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC

KERBS, CHANNELS AND EDGINGS

Precast concrete kerb 150 x 350mm including excavation, base


R611.2
concrete and haunching m 40,000

Light Duty Pavements


E.420 General excavation in borrow pits for selected fill material to any depth
including haulage m 13,920

E.625
Filling with material from borrow pit m 13,920

R.146 Provide, lay, compact NATURAL LATERITIC GRAVEL SUB BASE


material 150mm thick in median including haulage up to 20km m2
46,400

200 x 100 x 60mm precast concrete paving blocks laid to approved


R783
pattern and of strength 30N/mm2 on 50mm sand bed m2 30,400

R.351.1 Prepare and prime road base surface at the rate of 1.20 litre/m to
receive wearing course m 16,000

R.322 Asphaltic concrete wearing course 50mm thick m 16,000

TOTAL; Kerbs, Channels and Edgings- Carried to Sumarry


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.3 - Awoshie - Kwabenya Road

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC

LAY BYS (2 No)

Road Bases and Surfacing

R.146 Provide, lay, compact NATURAL LATERITIC GRAVEL SUB BASE


material 250mm thick in LAY BY including haulage m 455

R 126 Provide, lay and compact CRUSHED STONE BASE material average
225mm thick including haulage m 455

IN - SITU CONCRETE
PROVISION OF CONCRETE

R435.1 Provide concrete grade C20/25 m 91

R435.2 Place reinforced concrete grade C20/25 m 91

R440 Steel mesh reinforcement BRC No. 65 m 455

R490
Rough finish formwork plane vertical to face of pavement 200mm high.
m 100

KERBS, CHANNELS AND EDGING


Precast Concrete kerb with base and haunching as described under
kerbing:

R611 Provide 150 x 350mm High kerb laid straight or curved to radius
exceeding 12m with base and haunching m 80

R613 Provide 150 x 300 x 350mm high quadrant kerb laid striaght or curved
to radius exceeding 12m with base and haunching nr 8

TOTAL - LAY BYS- Carried to Sumarry


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.3 - Awoshie - Kwabenya Road

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC

ANCILLARIES
TRAFFIC SIGN AND SIGNALS

Traffic Signs and Signals in accordance with MOT Specifications

Reflective Signs including single painted metal post, foundation,


symbols or lettering Pole unless otherwise stated)

R811.1 Triangular Warning Sign(900mm side length) nr 6

R811.2 Circular Prohibitory Sign (900mm diameter) nr 12

R811.3 Rectangular Informational Sign(600 x 900mm side) nr 6

R811.4 Rectangular Directional Sign (1000 x 500mm side) nr 4

Reflective Signs including double painted metal post, foundation,


symbols or lettering Pole unless otherwise stated)

R811.5 Rectangular Directional Sign ; Size 1600 x 550mm nr 2

R811.6 Ditto; Size 1600 x 750mm nr 2

R811.7 Ditto; Size 1500 x 1500mm nr 2

Carried Forward
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.3 - Awoshie - Kwabenya Road

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC
Brought Forward

SURFACE MARKING

3mm thick Road Surface marking with approved reflective tropical


thermoplastic paint as per MOT Specification 2007

R823.1 Lane selection arrow straight nr 124

R823.2 Lane straight and left or right combined nr 62

R823.3 Lane curved left or right or deflect nr 39

R823.4 Lane deflecting arrow nr 22

R823.4 U-Turn arrow nr 11

R824.1 150mm wide continous edge line marking in approved tropical


thermosplastic paint ( L11) m 41,678

R824.2 120mm wide continous centre line marking in approved tropical


thermosplastic paint ( L2 A) m 134

R824.3 300mm wide "STOP LINE" white on approach side of pedestrian


crossing (L7) m 82

R824.4 300mm wide "GIVE WAY LINE" white on approach side of pedestrian
crossing (L8) m 31

R825.1a 120mm wide broken guiding line marking in approved tropical


thermosplastic paint ( L1 ) m 23,413

R825.1b 120mm wide broken guiding line marking in approved tropical


thermosplastic paint ( L1 ) m 197

R825.2 120mm wide broken warning line marking in approved tropical


thermosplastic paint ( L2 ) m 100

R825.6 Reflective paint in road marking of varying width m 137

TOTAL; ANCILLARIES- Carried to Sumarry


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.3 - Awoshie - Kwabenya Road

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC

SUMMARY

DEMOLITIONS AND CLEARING OF SITE

EARTHWORKS

ROAD WORKS

KERBS

LAY BYS

ANCILLARIES

TOTAL - AWOSHIE - KWABENYA ROAD - Carried to GENERAL


SUMMARY
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.4 - Top Tier Bridge

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC

BILL NO.4 - TOP TIER BRIDGE

EARTHWORKS

E 323.1 Excavate foundations for piers maximum depth 1-2m, backfilling and
dispose of surplus material m 3,478

IN - SITU CONCRETE
PROVISION OF CONCRETE

F213 Concrete grade C15 m 70

F261 Concrete grade C32/40 m 4,334

F261 Concrete grade C50/20 m 6,820

PLACING OF CONCRETE
F511 Place concrete grade C15 in blinding m 70

F 624
Place reinforced concrete grade C32/40 in piers and piers bases
m 3,640

F 624 Place reinforced concrete grade C32/40 in abutment and abutment


bases m 274

F635 Place reinforced concrete grade C40/50 in suspended slab m 6,820

F684 Place reinforced concrete grade C32/40 in Safety Barriers m 420

Carried Forward
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.4 - Top Tier Bridge

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC
Brought Forward

F 680.2 Provide and place laminated elastomeric bearings for main bridge as
per Drawing No. . No 56

G690.1 Deck expansion joint as per Drawing No. .. m 82

CONCRETE ANCILLARIES; Formwork

G 140 Rough finish; plane vertical surface; to any width m 2,131

G 225 Fair finsh; plane sloping surface; exceeding 1.22m (Box Girders) m 11,710

G 215 Fair finsh; plane horizontal surface; to any width m 13,090

G 245 Fair finsh; plane vertical surface; to any width m 6,243

G 255
Fair finsh; curved to radius in one plane surface, exceeding 1.22m
m 1,959

REINFORCEMENT
High tensile steel round bar reinforcement with minimum yield stress
of 250N/mm2 [To BS 4449]

G525 16mm diameter bars t 1,910.39

Carried Forward
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.4 - Top Tier Bridge

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC
Brought Forward

Pre-Stressing

G718 Post tensioned pre-stressing tendons


12 No. Freyssinet,15mm diameter kg 193,590

ANCHORAGE

G750 19-STRAND TENDON LIVE END no. 368

TOTAL - FLYOVER - Carried to GENERAL SUMMARY


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.5 - Middle Tier Bridge

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC

BILL NO.5 - MIDDLE TIER BRIDGE

EARTHWORKS

E 323.1 Excavate foundations for piers maximum depth 1-2m, backfilling and
dispose of surplus material m 6,720

IN - SITU CONCRETE
PROVISION OF CONCRETE

F213 Concrete grade C15 m 180

F261 Concrete grade C32/40 m 14,126

PLACING OF CONCRETE
F511 Place concrete grade C15 in blinding m 220

F 624 Place reinforced concrete grade C32/40 in columns and column


bases m 7,284

F635 Place reinforced concrete grade C32/40 in suspended slab and


beams m 6,135

F 680.1
Place reinforced concrete grade C32/40 in intermediate beams
m 473

F 680.2 Place reinforced concrete grade C32/40 in safety barriers m 234

Carried Forward
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.5 - Middle Tier Bridge

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC
Brought Forward

G690.2 Provide and fix void formers in carriage slab 400mm diameter as per
Drawing No.. m 8,307

CONCRETE ANCILLARIES; Formwork


G 134 Rough finish; plane battered surface 0.4 - 1.22m m 1,832

G 215 Fair finsh; plane horizontal surface; to any width m 9,565

G 242 Fair finsh; plane vertical surface; 0.4 - 1.22m m 16,067

REINFORCEMENT
High tensile steel round bar reinforcement with minimum yield stress
of 250N/mm2 [To BS 4449]

G525 All sizes t 2,404.64

Bituminous Binder and Wearing Course

R.351.2 Spray tack coat at a rate of 0.45 litre/m m 8,973

R.322 Asphaltic concrete wearing course 75mm thick m 8,973

TOTAL - MIDDLE TIER - Carried to GENERAL SUMMARY


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.6 - Retaining Wall

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC

BILL NO.6 - RETAINING WALL

EXCAVATIONS AND EARTHWORKS

E 323.1 Excavate foundations for abutment walls/piers in in material other


than rock, maximum depth 0.5-1m, backfilling and dispose of surplus
material m 724

FILLING

E.420 General excavation in borrow pits for selected fill material to any
depth including haulage m 232,866

E.625 Filling with material from borrow pit m 232,866

IN - SITU CONCRETE
PROVISION OF CONCRETE

F230 Concrete grade C20/25 m 241

F261 Concrete grade C32/40 m 420

PLACING OF CONCRETE

F511 Place concrete grade C20/25 m 241

F 680.2 Place reinforced concrete grade C32/40 in safety barriers m 420

CONCRETE ANCILLARIES; Formwork

G 134 Rough finish; plane battered surface 0.4 - 1.22m m 3,260

REINFORCEMENT
High tensile steel round bar reinforcement with minimum yield stress
of 250N/mm2 [To BS 4449]

G525 All sizes t 63.00

PRECAST CONCRETE

H512 140mm thick precast concrete panels to various shapes and sizes
including reinforcing strips m 14,326

Coping

H820 Reinforced concrete coping (grade C25/30) as detailed m 2,864

TOTAL - RETAINING WALL - Carried to GENERAL SUMMARY


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.7 - Ramps

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC

BILL NO.7 - RAMPS

EARTHWORKS

E 323.3 Excavate foundations for piers and retaining wall foundations in


fissured rock, maximum depth 2-5m, backfilling and dispose of surplus m 6,916
material
IN - SITU CONCRETE
PROVISION OF CONCRETE

F213 Concrete grade C15 m 221

F261 Concrete grade C32/40 m 26,353

PLACING OF CONCRETE
F511 Place concrete grade C15 in blinding m 221

F 624 Place reinforced concrete grade C32/40 in piers and pier bases m 7,517

F 624 Place reinforced concrete grade C32/40 in abutment and abutment


bases m 720

F635 Place reinforced concrete grade C32/40 in suspended slab m 17,366

F684 Place reinforced concrete grade C32/40 in Safety Barriers m 750

Carried Forward
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.7 - Ramps

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC
Brought Forward

F 680.2 Provide and place laminated elastomeric bearings for main bridge as
per Drawing No No 191

G690.1 Deck expansion joint as per Drawing No. . m 224

G690.2 Provide and fix void formers in carriage slab 750mm diameter per
Drawing No. m 8,214

CONCRETE ANCILLARIES; Formwork

G 140 Rough finish; plane vertical surface; to any width m 2,664

G 215 Fair finsh; plane horizontal surface; to any width m 20,660

G 245 Fair finsh; plane vertical surface; to any width m 11,085

G 255 Fair finsh; curved to radius in one plane surface, exceeding 1.22m m 2,717

REINFORCEMENT
High tensile steel round bar reinforcement with minimum yield stress of
250N/mm2 [To BS 4449]

G525 All sizes t 5,038.00

Carried Forward
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.7 - Ramps

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC
Brought Forward
PILE FOUNDATION

PILES
Bored cast in placeconcrete piles

P151 1000mm diameter bored cast in concrete grade C40/20 m 1,944

P151.2 1000mm diameter TEST BORE PILE cast in concrete grade C40/20 total depth 25.0m
commencing 2.50m from original surface. No 1.00

PILING ANCILLARIES
Q185 Preparing heads of piles 1000mm diameter No. 94

Q210 Reinforcement of all sizes in piles t 221

Q840 Pile Test No 94

Bituminous Binder and Wearing Course

R.351.2 Spray tack coat at a rate of 0.45 litre/m m 19,512

R.322 Asphaltic concrete wearing course 75mm thick m 19,512

TOTAL - RAMPS - Carried to GENERAL SUMMARY


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.8 - Drainage Structures

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC

BILL NO.8 - DRAINAGE STRUCTURES

EXCAVATIONS AND EARTHWORKS


E323 Exacavate for storm drain in material other than rock, maximum depth 0.5 - 1m,
backfilling and dispose surplus material m 3,682

E323 Exacavate for U-drain in material other than rock, maximum depth 0.5 - 1m,
backfilling and dispose surplus material m 6,855

E323 Exacavate for Cut-Off Rectangular drains in material other than rock, maximum depth
0.5 - 1m, backfilling and dispose surplus material m 6,844

E325 Exacavate foundation for culvert in material other than rock, maximum depth 2 - 5m,
backfilling and dispose surplus material m 1,411

E335 Exacavate box culvert foundation in rock, maximum depth 2 - 5m, backfilling and
dispose surplus material m 200
FILLING

E.420 General excavation in borrow pits for selected fill material to any depth including
haulage m 3,600

E.625 Filling around drainage structures with material from borrow pit m 3,600

IN - SITU CONCRETE
PROVISION OF CONCRETE
F213 Concrete grade C15 m 50

F261 Concrete grade C25/20 m 5,849

PLACING OF CONCRETE
F511 Place concrete grade C15/40mm in blinding m 50

F511 Place concrete grade C25/20mm in U-drain m 2,677


F642.1 Place reinforced concrete grade C25/20mm in Storm drain m 963

F642.1 Place reinforced concrete grade C25/20mm in Rectangular drain m 1,800

F622 Place reinforced concrete grade C25/20mm to bases m 147

F642.1 Place reinforced concrete grade C25/20mm in suspended slab m 72


F642.2 Place reinforced concrete grade C25/20 in walls m 190

Carried Forward
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.8 - Drainage Structures

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC
Brought Forward

CONCRETE ANCILLARIES; Formwork


Rough Finish

G140 Plane vertical any width m 27,502

Fair Finish Formwork

G240 Plane vertical any width m 20,587

G250 Curved to internal faces of U-drain m 9,567

High tensile steel round bar reinforcement with minimum yield stress of 250N/mm2
[To BS 4449]

G524 All sizes t 476

PRECAST CONCRETE

Cover Slab

Precast reinforced concrete grade C40/20 U-drain cover slab 900 x 450 x 150mm
H511 thick of mass not exceeding 250kg including all necessary reinforcement and mould
as per Drwg No. .. nr 22,590

Carried Forward
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.8 - Drainage Structures

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC

Brought Forward

2.9.3 - MANHOLES

Pipe work - Manhole and pipework ancillaries

K.133.1
Construction of reinforced concrete manhole size 1700 x 1700 x varing depth 1.5 -
2m as per Reference No... including excavation, disposal and
backfill and all necessary formwork and reinforcement and manhole frame cover nr 18

K.133.2
Construction of reinforced concrete manhole size 3000 x 1700 x varing depth 1.5 -
2m as per Reference No. including excavation, disposal and
backfill and all necessary formwork and reinforecement and manhole frame cover nr 19

K.133.3
Construction of reinforced concrete manhole size 3600 x 2000 x varing depth 1.5 -
2m as per Reference No... including excavation, disposal and
backfill and all necessary formwork and reinforecement and manhole frame cover nr 14

Carried Forward
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.8 - Drainage Structures

CESSM RATE AMOUNT


DESCRIPTION UNIT QTY
CODE USD GHC USD GHC
Brought Forward

K492 Construct trapezoidal drain cross sectional area 0.25-0.50m comprising Class
25/20mm mass concrete bed and concrete-lined sides all as per specification
including excavation and disposal m 941

K493 Ditto cross sectional area 0.50-0.75m do m 1,394

PIPEWORKS - PIPES

Precast vibrated concrete (30/20) pipe culvert cast in suitable lengths and required
diameter including all necessary moulds, haulage to site and laying and jointing

I242 900 diameter pipe m 84

SURROUND

L544 150mm thick mass concrete in surround to 900mm dia. Pipe m 84

TOTAL; Drainage Structures Carried to GENERAL SUMMARY


CESSM RATE AMOUNT
DESCRIPTION UNIT QTY
CODE USD GHC USD GHC
BILL NO.9 - FOOTBRIDGE AND UNDERPASS

A420 Include the Provisional sum of US$1,000,000.00 for the construction of footbridge
and underpass p.sum Item 1,000,000.00

TOTAL; FOOTBRIDGE AND UNDERPASS Carried to SUMMARY 1,000,000.00

33 - 35
Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.10- Dayworks

SCHEDULE OF DAYWORK RATES

1. LABOUR

Rate Total

Item Description Unit Quantity


Local Companent Foreign Component
GH US$ Local Component GH Foreign Component US$

D101 Ganger hr 20

D102 Labourer hr 50

D103 Mason hr 20

D104 Carpenter hr 15

D105 Steelbender hr 10

D106 Diesel Mechanic hr 20

D107 Driver for vehicle up to 10t hr 20

D108 Operator for excavator, dragline, shovel or crane hr 20

Operator for tractor, (tracked) with dozer blade and


D109 ripper hr 8

D110 Operator for Grader hr 8

D111 Operator for Roller hr 8

D112 Operator for Concrete Mixer hr 20

Subtotal:

D114 Allowpercent of Subtotal for Con-tractor's overhead and profit etc. in accordance with paragraph (b) above Amount

TOTAL FOR DAYWORK: LABOUR (Carried Forward to Daywork Summary)


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.10- Dayworks

SCHEDULE OF DAYWORK RATES


2. MATERIAL

Rate Total
Item Description Unit Quantity Local Companent Foreign Component
GH US$ Local Component GH Foreign Component US$

D201 Cement, ordinary Portland or equivalent in bags bags 30

High yields, Mild Steel reinforce bar up to 25mm


D202 diameter to BS 4449 or equivalet t 1

D203 High yield reinforcing bar t

Fine aggregate for concrete as specified in General


D204 Specification cu.m 4
Coarse aggregate for concrete as specified in
D205 General Specification cu.m 8

D206 Timber (soft wood) cu.m 1

D207 Bitumen MC30 Litres 130

D208 Bitumen MC60170 Ton 1

D209 20mm Chippings for surfacint cu.m 1

D210 10mm Chippings for surfacing cu.m 10

D211 Granite mix for Asphalt cu.m 10

D212 Cha 'A' Emulsion Litres 50

Subtotal:

D114 Allow..percent of Subtotal for Con-tractor's overhead and profit etc. in accordance with paragraph (b) above Amount

TOTAL FOR DAYWORK: MATERIALS (Carried Forward to Daywork Summary)


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.10- Dayworks

SCHEDULE OF DAYWORK RATES


3. PLANT

Rate Total
Item Description Unit Quantity Local Companent Foreign Component
GH US$ Local Component GH Foreign Component US$

D301 Crawler Dozer 140hp 4

D302 Crawler Dozer with Ripper 140hp 4

D303 Crawler Loader 1.0m3 4

D304 Wheeled Excavator 0.65m3 4

D305 Crawler Excavator 0.90m3 4

D306 Motor Grader 140hp 8

D307 Tipper Truck 6m3 8

D308 Tipper Truck 12m3 8

D309 Water Tanker 6000L6t 8

D310 Single Drum Vibratory Roller 6t 8

D311 Static Roller 8-10t 8

D312 Concrete Mixer 1m3 20

D313 Bitumen Distributor 7000lit 5

D314 Road Sweeper 110hp-kw 1

D315 Pneumatic Roller 2-6t 5

D316 Chip Spreader 5

Subtotal:

D114 Allow ... percent of Subtotal for Con-tractor's overhead and profit etc. in accordance with paragraph (b) above Amount

TOTAL FOR DAYWORK: PLANT (Carried Forward to Daywork Summary)


Construction of Three Tier Signalized Interchange at Pokuase Junction
Bill No.10- Dayworks

DAYWORK SUMMARY

Total
Item Description

Local Component GH Foreign Component US$

1 TOTAL FOR DAYWORK: LABOUR

2 TOTAL FOR DAYWORK: MATERIAL

3 TOTAL FOR DAYWORK: CONSTRUCTIONAL PLANT

TOTAL FOR DAYWORK


(Provisional Sum)
(Carried Forward to Bid)
General Summary
Construction of Three Tier Signalized Interchange at Pokuase Junction
General Summary
Local Component
ITEM DESCRIPTION
GH Foreign Component US$

GENERAL SUMMARY

BILL NO.1 - GENERAL ITEMS

BILL NO.2 - ACCRA - KUMASI UNDERPASS

BILL NO.3 - AWOSHIE - KWABENYA ROAD

BILL NO.4 - TOP TIER BRIDGE

BILL NO.5 - MIDDLE TIER BRIDGE

BILL NO.6 - RETAINING WALLS

BILL NO.7 - RAMPS

BILL NO.8 - DRAINAGE STRUCTURES

BILL NO.9 - FOOTBRIDGE AND UNDERPASS

BILL NO.10 - DAYWORKS

SUB-TOTAL (A)

LESS SPECIFIED PROVISIONAL SUMS INCLUDED IN BILL ITEMS (B)

SUB-TOTAL OF BILLS LESS SPECIFIED PROVISIONAL SUMS (A)-(B)=(C)

ADD CONTINGENCY - (D) (5% OF SUB-TOTAL ( C))

SUB-TOTAL (E) = (A) + (D)

Allowance adjustment (Add/Subtract) (F)

NET BID PRICE (E) + (F) - CARRIED TO FORM OF BID

Vous aimerez peut-être aussi