Professional Documents
Culture Documents
SECTION C PART 2
PROJECT SPECIFICATION
SPECIFIC REQUIREMENTS OF THE PROJECT
2.
SCOPE OF WORKS:
The general scope of work includes but is not necessarily limited to the following;
2.1.1
Carry-out routine and regular site inspection on daily basis as per the agreed scheduled
program, survey, identify and record all types of damaged and defective highway assets like
safety crash barriers, various types of signage, Gantries, road markings, fencing etc., all types
of pavement defects like potholes, cracks, ruts and pavement markings etc. for the road
network.
2.1.2
Provision of required teams to carry out the above routine site inspections, attend the
Emergency situations and to co-ordinate with police for necessary action in making the safety
arrangements at the site. Provision of safety arrangements under Emergency conditions to
prevent the safety hazard.
2.1.3 Repair & restoration of all damaged road assets such as Safety barriers, Signage and fencing
system etc., including new installations as necessary.
2.1.4
Cleaning the fascia of all Signages including Directional signs & overhead Gantries on
regular basis for clear visibility of road user. Investigate and identify the locations having
inadequate safety arrangements and provide the necessary safety measures as directed by
the Engineer.
2.1.5
Repair and maintenance of all existing bridge structures and their components such as curbs,
foot paths, parapets and railing, etc. Repair of the super structure components such as
Expansion joints, bearings, parapet railings etc., drainage system for the bridges as required
including slope protection works (riprap and terra-force walls). Repair of damaged / stained
concrete surface of bridges with patching and painting etc.
C (2)1
February 2015
TECHNICAL SUBMISSION
SECTION C PART 2
PROJECT SPECIFICATION
SPECIFIC REQUIREMENTS OF THE PROJECT
2.1.6
Removal and cleaning of accumulated sand on the Carriageway, along weigh station
approaches, along concrete barriers, paved / unpaved shoulders, verges and Embankment
slope including Interchanges ramps / loops and side drain ditches.
2.1.7
Repair and Rehabilitation of the existing pavement defects such as such as potholes,
corrugations & ruts, cracks etc. Carrying-out the restoration works of damaged pavement due
to accidents,
2.1.8
Operations & Maintenance of Weigh Inspection Stations (WIS) located along the Shamal
Highways including truck scale operations and their calibration as detailed in the Project
Specifications.
2.1.9
Remove / cleaning of vegetation, sand and other deleterious materials at wing walls, Aprons
and at slopes of drainage structures such as Culverts, underpasses etc. Clearance of any kind
of deleterious material dumped with within Right-of-Way (ROW) of Highways which effects the
road traffic movement.
2.2.0
Responding and reporting to the emergency situations such as road accidents, sand
accumulation during sand storm conditions all along the road network within a maximum
period of 2-hours for necessary traffic safety arrangements and temporary diversions as a
necessary safety precautions.
3.0
3.1
3.1.1
The Contractor shall provide specified number of separate teams to carry out the daily site
inspection, checking, recording and reporting all the existing road safety devices which
require maintenance. This team called as CREW-A shall cover the inspection for all the
Highways covered in the scope of contract and identify the damaged road assets for repair
and restoration in order to keep them in an acceptable working condition.
3.1.2
As a part of daily routine inspections, the team shall carry the condition survey of pavement
at regular intervals and record the pavement defects, condition survey for Bridge and
drainage structures and shall submit the report to the Authority. The accomplishment works
shall be taken up subject to the review and approval of survey data by the Engineer.
3.2
RESOURCE REQUIREMENTS:
(i)
CREW-A teams for routine Inspection: Four (4) specific teams under CREW-A shall
be deployed for daily routine inspections and recording the defects as detailed in the
scope of works above. Each team shall be as mentioned below.
(ii)
Team: Each team under Crew-A shall have four (04) personnel (1-Site Engineer /
Supervisor, 1- Driver and 2-Labour along with one vehicle exclusive for routine
inspections. They shall be equipped with standard PPE shall comply with BS EN 471
Table 1 class 3 as a minimum.
(iii)
Each teams vehicle shall consists of GPS control, flashing arrow sign board, flashing
beacon, reflective traffic cones warning lights, and other tools and accessories, first aid
kit, dedicated and suitable for emergency work as per standards shall be deployed for
regular monitoring along all the Highways covered under scope of Contract.
C (2)2
February 2015
TECHNICAL SUBMISSION
SECTION C PART 2
PROJECT SPECIFICATION
SPECIFIC REQUIREMENTS OF THE PROJECT
(iv)
The Crew-A vehicles shall be with four wheeldrive (preferably Pick-up of any standard
make), shall contain Fire Extinguishers, Hazard Flashing unit. These vehicles shall not
be more than two years old and shall be in a good condition to carryout inspection
activities consistently without any interruption. The final specifications of vehicles shall
be submitted to the Engineer for approval.
(v)
All the CREW-A teams vehicle shall have the arrangement of displaying the project
name, Client and Contractors name and shall be provided with high visibility reflective
chevron body stickers (at back and both sides of vehicle) to a size as agreed by the
Engineer.
One (1) spare vehicle shall be kept as a standby at all times in order to substitute the
breakdown of any of the above teams vehicle.
Inspection: Carryout regular inspections along all highways covered under the scope
of Contract on daily basis as per program agreed with the Engineer for monitoring the
maintenance requirement of all types of road assets. such as directional signs,
overhead gantry signage, all types of guard rails and fences, vehicle crash barriers &
attenuators, pavement surface and pavement markings.
(ii)
Cleaning and Maintenance of Road furniture: Carryout minor repairing works such
as adjustment of sign posts & sign faces to the proper position, correction of missaligned metal beam barriers, fences & gates etc., including their fixtures such as Nuts
& Bolts etc. cleaning all types of sign Fascia on a regular basis.
(iii)
Investigation for Improvement: While carrying the daily routine inspections, identify
the locations where safety improvements are required and the road safety standards
are missing or lacking. submission of the improvement proposal scheme for
Engineers review and approval. Improvements shall be identified and proposed only
for safety aspects and shall not cover for any geometric parameters of highway.
(iv)
Reporting & Follow-up: Contractor shall submit the monthly program planned for the
daily routine Inspection of Crew-A to be carried-out in the upcoming month. This
program shall cover all the Road Network included in the scope of Contract and shall
be submitted to the Engineer in every third week of the running month.
Crew-A inspection shall be done by the Contractor as per the submitted program for
that Particular month. Records of all Inspection activities taken up shall be submitted
on daily basis thru Request for Approval (RFA) along with the daily maintenance
reports.
(v)
Photographic Record: The reports of all work activities taken up shall be supported
by photographic evidences before and after the completion of Job. All the
photographs shall be containing date & time and the digital copies of the same shall
be submitted to the Engineer when requested.
(vi)
Apart from the above, Emergency response for any incident / accident occurred in
any part of the road work covered in the Contract shall be attended and recorded
within maximum of 2-hours time and the necessary safety arrangements shall be
started within that time and shall be completed within maximum of 30 minutes. The
cost of Emergency reporting by Crew-A shall be deemed to be included in item rate
for Crew-A payment.
C (2)3
February 2015
TECHNICAL SUBMISSION
SECTION C PART 2
3.4
PROJECT SPECIFICATION
SPECIFIC REQUIREMENTS OF THE PROJECT
mobile phones/walky talkies with sufficient privileges so they can be contacted all the time.
e) Crew-A shall adhere to the Work Zone Traffic Management guidelines (WZTMG) while the
making the safety arrangements during Emergency situations. Crew-A shall have the
flagmen to warn the approaching traffic while carrying the maintenance activities on
Highway.
4.
Crew-B Team shall start the execution of the works by duly arranging the necessary traffic
and safety requirements. Traffic and Safety arrangements shall be as per approved Traffic
Diversion plan in compliance of WZTMG.
d) The works completed under Crew-B shall be approved by Engineer and shall be claimed
under the respective BOQ Items of the Contract. These quantities are re-measurable and will
be paid for the actual works completed.
5.0
C (2)4
February 2015
TECHNICAL SUBMISSION
SECTION C PART 2
PROJECT SPECIFICATION
SPECIFIC REQUIREMENTS OF THE PROJECT
b) The Contractor shall prepare a detailed report and submit the proposals of improvement
along with quantities and cost estimate for the Engineers review and approval. Upon the
approval of the proposal by the Engineer, works shall be executed in accordance with the
Contract stipulations and as directed by the Engineer.
6.0 EMERGENCY CONDITIONS:
As a part of all works under the scope of Project, the Contractor shall make arrangements to
meet for Emergency situations on any day of the contract period (24 hours x 7 days a week
basis) regardless of weekends and holidays when instructed by the Engineer.
Emergency response for any incident / accident occurred in any part of the road work
covered in the Contract shall be attended and recorded within maximum of 2-hours time and
safety arrangements shall be started within that time and shall be completed within
maximum of one (1) Hour.
If the Contractor fails to report to the Emergency situation within 3-hours time and
fails to provide necessary temporary safety arrangements, an amount of 3000 QAR.
per each occurrence will be deducted as a penalty from his Crew-A payment.
Accomplishment of Emergency repairs shall be where there is an obstruction of Traffic flow
shall be completed within 2-21 days of time after the verbal or written instruction by the
Engineer or within the time frame agreed with the Engineer. Payment for this works shall be
made as per the terms and Conditions of Contract.
If the Contractor fails to complete the work within this time limit, 2% of the value of that part
of work will be deducted as a penalty for delay after completion of work.
7.0 TIME FOR COMPLETION:
The duration for the completion of whole of the Works is 730 calendar days from the
commencement date of the Contract which shall be as mentioned in the Contract and
any Extension of time required and granted by the Employer.
7.1 COMPLETION TIME FOR ROUTINE MAINTENANCE WORKS:
During the contract period, any routine maintenance works surveyed by CREW-A and
approved by the Engineer shall be completed by the Contractor within the time frame
below.
a) The Contractor shall prepare his program for accomplishment of works and shall
complete them in accordance with his program. However, approved works shall be
within a maximum of three (3) weeks unless otherwise stated.
b) If the Contractor fails to repair and restore any defects inspected and approved
under CREW-A or failed to attend as per written or verbal instruction by the
Engineer.
Or
c) Fails to take a remedial action and temporary restoration of traffic for any reported
accident / emergency situations within 48 hours of time.
Then the Engineer reserves the right to impose a penalty to the Contractor, an amount
mentioned in Appendix-A of the Form of Tender for every occurrence or repeated
occurrence of such incident.
AA-R 13/14 OM 050 C1 G R
Maintenance & Improvement Works in Expressways
C (2)5
February 2015
TECHNICAL SUBMISSION
SECTION C PART 2
PROJECT SPECIFICATION
SPECIFIC REQUIREMENTS OF THE PROJECT
7.2.3
The Contractor shall submit a pre-estimate for the works based on the contract rates in order
to determine the period for each assigned work. The instructed period can be revised if
required after confirmation of final work measurements by the engineer to conclude a revised
completion period of each of such assigned works for further action and imposing penalties
for any delays if any, as described below.
a)
Failure to complete each of assigned work as described above within the agreed / instructed
time period;
Or
b)
If the Contractor fails to comply with the requirements of any Assigned works as per written
or verbal instruction by the Engineer;
Then the Engineer reserves the right to impose a penalty on the Contractor, an amount
mentioned in Appendix-A of the Form of Tender for every occurrence or repeated occurrence
of such incident
C (2)6
February 2015
TECHNICAL SUBMISSION
PROJECT SPECIFICATION
SECTION C PART 2
8. RESOURCE REQUIREMENTS
8.1 PERSONNEL:
8.1.1
The Contractor shall only employ qualified and experienced staff having knowledge of
similar nature of works defined in the Contract. The Contractor shall provide the services
of the following professionals consistently throughout the contract period. The minimum
staff shall be named by the Contractor and approved by the Engineer are:
a.
b.
c.
d.
e.
Project Manager
Project / Site Engineers
Safety Engineer
Supervisors
Traffic Technicians
1 No.
4 Nos.
2 Nos.
4 Nos.
2 Nos.
8.1.2
8.1.3
8.1.4
8.1.5
The Contractor shall provide uninterrupted transport facilities for his staff, especially,
dedicated vehicles for the inspection crew for the maintenance service and follow-up
crew of the maintenance works. Separate resources shall be allocated for all works
related to improvement of safety measures. The Contractor shall arrange for immediate
replacement vehicles whenever the assigned vehicles are unavailable for any reason
whatsoever.
a) The proposed vehicles shall be named by the Contractor and approved by the
Engineer.
8.1.6
b) The contractor shall equip all crews with separate communication facilities such as
permanent mobile phones with sufficient privileges so that they shall be made
available to contact at any time.
Contractor shall replace any of his employees promptly as per the written request of
Engineer, if in the opinion of Engineer; the employee is incompetent, not performing in
accordance with the requirements of the project or absconding from his duties.
C (2)7
February 2015
TECHNICAL SUBMISSION
PROJECT SPECIFICATION
SECTION C PART 2
The Contractor at a minimum shall provide the following list of machinery and equipment
required to carry out the operation and Maintenance activities under Crew-B.
8.2
8.2
Description of Equipment
Qty. / Nos.
Broomer
Bobcat
3
4
JCB
Shovel
2
3
Tipper Trucks
Crane
Water Tanker
Fork Lift
10
Cable Detector
11
12
13
Digital Calliper
Electrometer device
14
15
Hiab
16
Cherry Picker
17
18
MATERIALS
a) The Contractor shall use materials from currently approved source only and installation
by contractors those who have been approved for the specified category of road safety
works.
b) No Material from new sources which are not approved by the Employer is acceptable for
execution under this project. Such proposal shall meet the requirement of the usual prequalification, trials, etc. process set by the Authority and approved separately prior to the
proposal under this Contract.
C (2)8
February 2015
TECHNICAL SUBMISSION
SECTION C PART 2
PROJECT SPECIFICATION
SPECIFIC REQUIREMENTS OF THE PROJECT
a) The Contractor shall provide adequate exclusive storage facilities within his site office
premises for storing the materials required to be used in the project. He shall ensure that
all types of materials required for carrying out the maintenance and repair works as per
the requirement of this project are readily available to avoid the delay in progress of
works.
b) The contractor shall allow the Engineer to inspect the store whenever requested. He shall
report the status of the stock of materials to the Engineer on regular agreed basis.
c) No Material advance will be paid to the Contractor towards the material procurement and
payment shall be made as per the actual value of work completed.
9.0 IDENTIFICATION MARKERS:
All materials, signs, posts, sign boards or any other supplied under this project shall be
marked permanently with the Contract No., Contractor's Name, Year of Installation, etc. on
the reverse side or suitably in every item and as agreed by the Engineer.
10.0
11.0
12.0
13.0
BRIDGE STRUCTURE:
13.1
The Constructor shall regularly survey and inspect the defective and damaged components
(Non- structural) such as curbs, foot paths, parapets and railing, damaged / unauthorized
graffiti on any surface of bridges etc. This shall be covered under their Crew-A program and
reports shall be submitted accordingly.
13.2
Inspection for super structure components such as Expansion joints, bearings, parapet
railings etc., drainage system for the bridges as required including slope protection works
(riprap and terra-force walls) shall be carried twice in a year or as per agreed time periods by
the Engineer. While carrying the required Inspections, Contractor shall arrange all the
specified equipment needed to carry these Inspections like for bearings etc. Repair of the
C (2)9
February 2015
TECHNICAL SUBMISSION
SECTION C PART 2
PROJECT SPECIFICATION
SPECIFIC REQUIREMENTS OF THE PROJECT
13.3
14.0
14.1
The Constructor shall strictly adhere to the Work Zone Traffic Management Guide
(WZTMG) for Traffic and safety management while carrying out the operations &
Maintenance of works as required and directed by the Engineer.
14.2
During the execution of works under the scope of this contract, Truck Mount Attenuators
(TMA) shall be always deployed at the site for lane closures and temporary diversion works
and no works shall be allowed to execute without Truck Mount Attenuator and other
necessary equipment required and safety management during works.
14.3
The Contractor shall procure all the requirements of the WZTMG within maximum 60 days
period from the award date of Contract. If the Contractor fails to comply with this
requirement, penalty for non-compliance will be imposed at a rate of QR.1000 per day
up to 30 days and thereafter at a rate of QR. 2000 per day till the requirements of
WZTMG are fully complied.
C (2)10
February 2015