Sei sulla pagina 1di 6

INTRODUCTION

A. These SPECIAL PROVISIONS shall take precedence over the following two documents in so far as the following additional clauses, amendments, deletions, substitutions and additions are applicable: (1) (2) Conditions of Contract Standard Specifications for Road and Bridge Works, as published by Government of Nepal, Ministry of Physical Planning and Works, Department of Roads.

These SPECIAL PROVISIONS form part of the Contract Documents. B. NOTE REGARDING THE CONTRACT DRAWINGS

The Engineer may at any time issue revisions to the Contract drawings and additional drawings. C. VARIATIONS TO THE STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE WORKS.

These SPECIAL PROVISIONS contain: Elaboration on the requirements of the Standard Specifications. Changes to the Standard Specifications, and Specifications for the items that are not included in the Standard Specifications.

The following sections are arranged in the same order as the main parts of the Standard Specifications. All variations shall be covered by the pay items of the Standard Specifications that as shown in the Bill of Quantities. Materials and equipment complying with equal or higher published standards to those quoted in the Standard Specifications and Special Provisions will also be accepted subject to the approval of the Engineer. D. IMPORTANT CODES OF PRACTICE AND PUBLICATIONS

The design, construction and installation of different parts of the bridge structure shall also comply with the following codes of practice and publications. 1) 2) 3) 4) 5) 6) 7) 8) IRC 5-1985 IRC 6-2000 IRC 21-2000 IRC 22-2000 IRC 24-2000 IRC 83 (Part II)-1987 Ministry of Surface IRC - 78-1983 General Features of Design Loads and Stresses Cement Concrete (Plain and Reinforced) Composite Construction Steel Bridges Elastomeric Bearings "Specification for Road and Transport (Road Wing) Bridges Works", 1990 Foundation and Sub-Structure

E.

AS-BUILT DRAWINGS

The contractor shall prepare as-built drawings for all the permanent works executed in accordance with the contract. These drawings shall be prepared actually to the satisfaction of the Engineer. After completion and approval, 2 sets of these drawings, with one original in transparent stable film set, shall be submitted to the Employer through the Engineer with in 30 days after maintenance period (defects restoration period) F. FUEL/PETROLEUM PRODUCTS

The Employer makes no representation or commitment for the provision or availability of fuel/POL or petroleum products or any other item, which must be imported from or through India. The Contractor must make his own arrangements in these matters. G. SCOPE OF WORK The works to be carried out under this project cons i sts of the construction of new concrete bridge in Chauri Khola along Dolalghat Chauri Road via Majhipheda/Kavre and Lakhanpur/Ramechhap in Kavre/Ramechhap Districts. The construction of the bridge also includes construction of approach embankments and pavements on each side of the bridge and as shown on the drawings. It shall be the Contractor's responsibility to locate appropriate and adequate sources of suitable fill materials for embankments, which must be approved by the Engineer. It shall also be the responsibility of the Contractor to find suitable sources of rock for walls and embankment protection works as well as aggregates for concrete if adequate materials cannot be obtained from the local rivers. H. SAMPLES Before placing any purchase order, the Contractor shall submit final samples for the Engineer's approval and later reference. A list of materials for which samples are to be submitted shall be furnished by the Engineer as and when required. The Contractor shall have made allowances in his Tender for the procurement, or fabrication as required, of the required number of samples for each materials, fittings or fixtures as the case may be. If samples for certain items cannot be obtained, the Contractor shall submit comprehensive technical literature from the manufactures for such items, as directed by the Engineer. I. COORDINATION SCHEDULE The Contractor shall furnish fortnightly full detail programme drawn in parallel to the prime work programme approved by the Engineer showing the methods. constructional plant and temporary works to be employed for the construction of the work together with particulars of the order and times to which the several portions of their works shall be completed.

J. TIME IS THE ESSENCE OF CONTRACT The work shall throughout the stipulated period of the contract, be proceeded with due diligence time being deemed to be the essence of the contract on the part of the Contractor. In the event of failure to comply with the conditions, the Contractor shall be liable to pay compensation as per Clause 49 of the General Condition of Contract. K.SUBMISSION OF ALTERNATE BRIDGE DESIGN If deemed beneficial the Department of Roads can change partly or wholly the design of the bridge through a consultant or the Contractor who is willing to execute the construction of the bridge with his own design, if DOR thinks that it is beneficial to it. L. S AMPLING AND TES TI NG

The test cubes prepared during the trail mixes shall be designated preliminary test cubes. The Engineer shall require the Contractor to make trail mixes and preliminary test cubes at least 40 days before the start of concreting. Unless otherwise instructed by the Engineer, concrete in beams, deck slabs, cross girders, railings, kerbs shall be a design mix of M25 (minimum 28 days characteristic compressive strength of 25 N/mm on 150 mm cube and maximum size of the aggregate as 20 mm) and abutments, piers, and foundations shall be a design mix of M20 (minimum 28 days characteristic compressive strength of 20N/mm on 150 mm cube and maximum size of aggregate as 40 mm). The rate of any item should incorporate the rate including the cost of test also. No extra cost will be
provided for the test.

M.

MISCELLANEOUS STRUCTURES

1. Supply, operate and maintain laboratory equipment / apparatus and accessories, provide laboratory consumable non-consumable and two nos. lab-persons TABLE-1
A. List of Lab Consumables: SN Description

1.
2.

3. 4.
5. 6.

7. 8. 9.

Aprons Jacket Gloves Boots Caps Goggles Umbrella Jutes Masks

Unit Piece No Pair Pair No Pair No M No

Quantity 6 6 6 4 12 4 6 50 12

Remark

10
11 12 13
14 15

Jags
Nylon rope Sampling Ba g s Mobil
Grease Standard Sand

No
M No Litre Kg
Bag (25 kg)

Lump Sum
Lump Sum Lump Sum 5 5 6

As required
As required As required

The lab consumable and lab testing equipment / apparatus as shown in Table-1 shall be supplied according to the instruction of the Project Manager. If delay in supplying the above items hinders the laboratory testing works, the Project Manager can obtain such items from the third pang and the cost associated w ith this will be deducted from the Contractor's any due amount (payment). Laboratory Equipments: Flakiness Index test Apparatus Pycnometer Slump Cone Test Apparatus Beaker 1000 ml Beaker 500 ml Measuring Cylinder 1000 ml Measuring CyIinder 500 ml Measuring Cylinder 100 ml Thermostatic Woven

Set No Set No No No No No No 1

1 1 1 2 2 1 1 1

C.

Supply of lab persons:

Two number lab persons for the operation of laborator y testing works as deployed by the
Project Manager s hal l be em pl oyed by the C ontractor. Prevailing approved dis trict rate w here the s i te is l ocated s hal l be observed by the Contractor while providing payment to such persons.

All equipment, apparatus, consumable and non-consumable goods supplied under this item shall be the property of the Employer after the completion of the Contract.
The first installment of 70% payment under this Lump Sum item will be made in the Interim Payment Certificate after the supply of consumables, non-consumables goods and lab testing equipment / apparatus as instructed by the Project Manager. The second installment of remaining 30% payment will be made after achieving 90% financial progress of the construction work. The price quoted under this item shall include all costs of handling, ancillary works, overheads and profit.

2.

Supply and maintain Survey equipment

The contractor shall supply and maintain one set of new electronic digital theodolite and Two set of new auto level machine with the following specifications including other accessories as shown below for exclusive use within the project area (not necessarily within the contract limit) at the discretion of the Project Manager:

A)

Thedolite: (DT610 or equivalent) one set (with tripod and tubular compass). Telescope: Objective aperture: Magnification: Resolving power: Field view: Minimum focusing distance: Stadia multiplication constant: Stadia additive constant: min 35 mm min 26x 3.5" 1 30" 1.35m 100 0

Angle measurement: Display unit: Degree/Gon/Mil, selectable Accuracy (ISO 17123-3:2001): 7"/2.2mg/0.035mil Measuring mode H: Clockwise, Counter-clockwise, selectable, Hold, 0-set available Measuring mode V: Zenith 0/ Horizontal 0 General: Display Keyboard Self diagnostic function Right angle buzzer Provided Sensetivity of levels: Plate level Circular level Optical plummet Operating temperature Dust and water protection Auto power cut off B)

: : : :

LCD, 8 digits x 2 lines with back light. 4 keys Provided

: : : : : :

60"/2mm 10'/2mm Image: erect, Magnification: 3x, min focus: 0.3m -20 to 50c IP66 (I EC 60529:1989) Auto time cut off is selectable form 5, 10, 15, 30 min.

Auto level: (C3oo or equivalent) One set (with tripods) Telescope: Objective aperture Magnification Resolving power Field of view Min focusing distance Reticle Stadia multip. const. Stadia additive constant

: : : : : : : :

min 35mm 28x 4.0" 125"(2.5m) 0.3 m Cross hairs 100 0

Coarse sighting Compensator: Damping system Working range Setting accuracy Leveling accuracy Standard deviation for 1 km General: Sensitivity of circular level: Horizontal fine motion screws: Water resistance:

peep sight

: Magnetic : 1 5' : 0.5" : double-run leveling: 2.0mm

10/2mm Double-sided endless drive Conforms to IPX4 (IEC60529)

C) Aluminium Levelling Steel Staves (5 length) - 2 nos. D) Aluminium Ranging Rods (1m sliding, 3m length) - 5 nos. E ) Abney Level - One no. F) Electronic Tracking Device (Model Vista or equivalent) - One no. (GPS accuracy: Position <15 meters. 95% typical, DGPS accuracy: Position: 3-5 meters. 95% typical) The payment under this Lump Sum item will be made as follows: the first installment of 70% payment when all survey equipment including accessories is supplied to satisfaction of the Project Manager. the second installment of 30 % payment when the 90% financial progress is achieved. All equipment including accessories supplied under this item shall be maintained up to the end of defects liability period and remain the property of the Employer after the completion of the Contract. The items supplied under this BOQ item shall be precise original in nature from the reputed company with the degree of accuracy as shown in the specification. Malfunctioning of equipment indicating duplicate brand can be the ground for rejection of such equipment during contract period. The price quoted under this item shall include all costs of handling ancillary works. overheads and profit.

Potrebbero piacerti anche