tender document for the design and build ...5. road design manual, part iv; “bridge design”,...
TRANSCRIPT
Thika Road BRT Section VIII: Employer’s Requirements
i | P a g e
REPUBLIC OF KENYA NaMATA
STATE DEARPTMENT OF HOUSING & URBAN DEVELOPMENT (SDoH&UD)
NAIROBI METROPOLITAN AREA TRANSPORT AUTHORITY (NaMATA)
TENDER DOCUMENT
FOR
THE DESIGN AND BUILD PROJECT FOR THE BUS RAPID TRANSPORT
(BRT)
FACILITIES ON THIKA SUPERHIGHWAY CORRIDOR (CLAYWORKS-RUIRU-NAIROBI CBD- KENYATTA NATIONAL HOSPITAL
SECTION)
(FIDIC EPC /TURNKEY BASED)
TENDER No. MoTIH&UD/HUD/NaMATA/WKS-01/2019-2020
VOLUME II:- EMPLOYER’S REQUIREMENTS:
NOVEMBER , 2019
The Director,
Projects and Programmes
Nairobi Metropolitan Area Transport Authority
P.O. BOX 30117-00100
NAIROBI
Ag. Director General
Nairobi Metropolitan Area Transport
Authority
P.O. BOX 30117-00100
NAIROBI
Thika Road BRT Section VIII: Employer’s Requirements
ii | P a g e
Section VIII
EMPLOYER’S REQUIREMENTS
This Employer’s requirements specifies the particular requirements for the completed Works
on a functional basis, including detailed requirements on quality and scope, and details on
what the Contractor shall supply as consumables or otherwise.
In the preparation of these Employer’s requirements, the following Documents and Manuals
are part of the sources of reference:-
1. Conditions of Contracts for EPC/Turnkey Projects FIDIC, 1999 and the Sub-clauses
therein
2. Standard Specifications for Road and Bridge Construction, 1986 and their Corresponding
Sub Clauses.
3. Road Design Manual, Part I; “Geometric Design of Rural Roads”, January 1979
4. Road Design Manual, Part III; “Materials and Pavement Design for New Roads”, August
1987
5. Road Design Manual, Part IV; “Bridge Design”, August 1993
6. Proposed Manual for Traffic Signs in Kenya,
a. Part I, “Road Markings” and,
b. Part II, Manual for Traffic Signs in Kenya, June1975
7. Standard Specifications for Road and Bridge Construction, 1986
8. NaMATA BRT Design Framework (Feb 2018) or as instructed by NaMATA
8.
Thika Road BRT Section VIII: Employer’s Requirements
1 | P a g e
TABLE OF CONTENTS
1 INTRODUCTION .................................................................................................................................. 1
2 WORKS DESCRIPTION ...................................................................................................................... 2
3 SCOPE OF THE REQUIRED WORKS- CLAUSE 4.1 ........................................................................ 3
3.3. PROGRAMME AND PROJECT PHASES ...................................................................................... 1
3.4. PRE-TENDER SITE VISIT .............................................................................................................. 2
3.5. PROJECT PERFORMANCE SPECIFICATIONS .......................................................................... 2
4 APPLICABLE TECHNICAL STANDARDS AND GUIDELINES ...................................................... 5
5 DOCUMENTS REVIEW PROCESS .................................................................................................... 7
6 CONTRACTUAL REQUIREMENTS .................................................................................................. 9
6.1 TECHNICAL PARAMETERS ......................................................................................................... 9
6.1.1 Topographic survey and Construction staking ............................................................................... 9
6.1.2 Road Geometry Requirements ......................................................................................................... 1
6.1.3 Pavement Design and Materials Investigations .............................................................................. 4
6.1.4 Traffic Requirements: ...................................................................................................................... 5
6.1.5 Hydrology/Hydraulics ...................................................................................................................... 5
6.1.6 Drainage ........................................................................................................................................... 6
6.1.7 Culverts ............................................................................................................................................ 7
6.1.8 Bridge Structure ............................................................................................................................... 7
6.1.9 Retaining walls ................................................................................................................................. 9
6.1.10 Traffic Marking ........................................................................................................................... 9
6.1.11 Road Signing ............................................................................................................................... 9
6.1.12 Road Safety Measures Requirements ....................................................................................... 10
6.1.13 Environmental and Social Impact Assessment (ESIA) Requirements .................................... 11
6.1.14 Design Base Statement Requirements ...................................................................................... 11
6.1.15 Safety Audit Requirements ........................................................................................................ 11
6.1.16 Technical and Safety Audit Requirements ............................................................................... 11
6.1.17 Permits and Licenses Requirements ......................................................................................... 11
6.1.18 Details of Employer’s Personnel ............................................................................................... 12
6.1.19 Contractor’s Personnel Qualifications ..................................................................................... 12
6.1.20 Nominated Sub-Contractors ...................................................................................................... 12
6.1.21 Facilities for Employer’s Personnel ......................................................................................... 12
6.1.22 Provisional Sums ....................................................................................................................... 12
268,000,000 ................................................................................................................................................... 12
6.1.23 Dayworks ................................................................................................................................... 12
6.1.24 Schedule of Payments ................................................................................................................ 12
6.1.25 Project specific Information ...................................................................................................... 12
6.2 PRELIMINARY DESIGN ............................................................................................................... 13
6.3 DETAILED DESIGN ...................................................................................................................... 17
DESIGN DRAWINGS ........................................................................................................................................... 18
6.4 CONSTRUCTION ............................................................................................................................. 1
Thika Road BRT Section VIII: Employer’s Requirements
2 | P a g e
6.5 TEST ON/AFTER COMPLETION .................................................................................................. 1
6.5.1 Test on Completion .......................................................................................................................... 1
6.5.2 As Built Documents and As Built Drawings ................................................................................... 1
6.5.3 As-built Drawing .............................................................................................................................. 1
6.5.4 Geotechnical Report......................................................................................................................... 2
6.5.5 Road Maintenance Manual ............................................................................................................. 3
6.5.6 Structures Maintenance Manual ..................................................................................................... 4
6.5.7 Electrical Installations Maintenance Manual ................................................................................ 6
6.5.8 Lighting Installations Manual......................................................................................................... 6
6.5.9 Test after Completion ....................................................................................................................... 6
7 CONTRACTOR’S REPORTING OBLIGATIONS ............................................................................. 7
7.1 PROGRESS MONITORING ............................................................................................................ 7
7.2 CONTENTS OF MONTHLY PROGRESS REPORTS.................................................................... 8
7.3 CONTENTS OF PROGRESS NARRATIVE REPORT ................................................................... 8
7.4 CONTENTS OF QUALITY CERTIFICATIONS REPORT ........................................................... 8
7.5 CONTENTS OF ORDER ON CONTRACT STATUS REPORT .................................................... 9
7.6 TECHNICAL REPORTS .................................................................................................................. 9
8 QUALITY ASSURANCE .................................................................................................................... 12
8.1 REQUIREMENTS ........................................................................................................................... 12
8.2 QUALITY PLANS ........................................................................................................................... 12
8.3 DESIGN QUALITY PLAN (STAGE 1) .......................................................................................... 12
8.4 CONSTRUCTION QUALITY PLAN (STAGE 1) .......................................................................... 13
8.5 QUALITY AUDITS ......................................................................................................................... 13
Thika Road BRT Section VIII: Employer’s Requirements
1 | P a g e
Employer’s Requirements
Statement of Requirements for:
THE DESIGN AND BUILD PROJECT FOR THE BUS RAPID TRANSPORT (BRT)
FACILITIES ON THIKA SUPERHIGHWAY CORRIDOR.
PHASE I: CLAYWORKS -NAIROBI CBD SECTION
PHASE II: – CLAYWORKS RUIRU - NAIROBI CBD - KENYATTA NATIONAL
HOSPITAL SECTIONS
1 INTRODUCTION
The Government of Kenya intends to improve the infrastructure on Thika Superhighway
to accommodate a Bus Rapid Transport (BRT) system for the section between Ruiru
Nairobi CBD and Kenyatta National Hospital. This project will be undertaken in two
phases:
Phase I: Clayworks – Nairobi CBD Section and
Phase II: Clayworks-Ruiru–Nairobi CBD–Kenyatta National Hospital (KNH)
Sections,
As a Design & Build Contract (FIDIC EPC/TURNEY: fixed price) with a construction
period of 18 months.
The Works will include all field Works, detailed engineering design and upgrading of the
existing superhighway by introduction of BRT lanes and accompanying facilities in the
innermost lanes of the existing carriageway and as detailed below.
Broadly the Contractor shall:-
(a) Undertake topographical and cadastral surveys, preparation of Resettlement
Action Plan, Valuation of properties for compensation (If any) along the
proposed Corridor, and obtain the necessary approvals and gazettement from
the Lands Commission.
(b) Conduct an Environmental and Social Impact Assessment (ESIA) study
detailing the positive and negative effects on the environment with suggested
mitigation measures and seek approval from NEMA.
(c) Undertake traffic impact studies and modelling.
(d) Undertake a feasibility study on the alignment options and prepare a detailed
engineering design for the selected alignment alternative for the proposed
Corridor.
(e) Undertake construction of the approved design of BRT infrastructure and road
Works and prepare as built drawings.
(f) Seek for review, comment and approval of (a) to (e) above, by the Employer as
the Works proceed.
Thika Road BRT Section VIII: Employer’s Requirements
2 | P a g e
2 WORKS DESCRIPTION
2.1. Project Location
The project is located along the existing Thika Superhighway (A2S & A2S R) Corridor from
Ruiru, Membley Junction, Clayworks, Kenyatta University, Githurai, Kasarani, Pangani
Underpass, Murang’a Road, Globe Cinema Overpass, Tom Mboya Street, Moi Avenue, Haile
Selassie Avenue to Kenyatta National Hospital and Back .
Phase I; Clayworks, Kenyatta University, Githurai, Kasarani, Pangani Underpass, Murang’a
Road, Globe Cinema Overpass, Tom Mboya Street, Moi Avenue Approximately 20 Km long.
Phase II: Ruiru, Membley Junction, Clayworks section approximately 3km and Moi Avenue,
Haile Selassie Avenue to Kenyatta National Hospital approximately 4km.
2.2. Existing Route Condition.
Thika Superhighway (Class S) road is currently a bituminous road comprising of, on average,
6 lanes on the main carriageway and 4 lanes on the service road and is generally in good
condition. The Section in the CBD has two lanes most of the way and is in fair condition
which may require immediate strengthening.
2.2.1. Previous Designs
The as built drawings for the Thika Superhighway are available for information purposes
only to enable the bidders prepare the Works designs. Information on the rest of the Corridor
may be obtained on request from Kenya National Highways Authority.
2.2.2. Land use
Land use is characterised by a combination of commercial and residential activities with
several commercial/ residential structures abutting the road reserve. There are several existing
utility lines along the road reserve which may need to be relocated by the Contractor.
2.3. Purpose for the Works
The purpose of the Works is to provide a safe, efficient, effective and environmental friendly
BRT system to facilitate the decongestion of the Nairobi CBD with smooth integration with
the existing transport infrastructure with minimal need for maintenance.
Thika Road BRT Section VIII: Employer’s Requirements
3 | P a g e
SCOPE OF THE REQUIRED WORKS- Clause 4.1
3.1. General
The summary of the scope of Works to be carried out is as follows;
i. Carry out a detailed traffic impact study and modelling.
ii. Detailed Engineering design for;
a. Modification of Ten (10No.) existing footbridges to serve as access to BRT
picking points and stations as listed below;
i. Kenyatta University
ii. Kahawa Barracks
iii. Githurai (Car wash)
iv. Kasarani/Roysambu
v. Safari Park
vi. Garden City (under construction)
vii. Kenya School of Monetary Studies (under construction)
viii. Utalii/National Youth Service
ix. Muthaiga
x. Ngara
b. BRT picking booths in the median
c. Channelization of both motorized and non-motorized traffic to accommodate
the BRT infrastructure.
d. Three (3) No. elevated U-turn ramps as interchange for feeder Buses and
Matatus
e. Three (3) No. Park and ride Facilities
f. Physical separation of the BRT lanes from general traffic
g. Three (3) No. New footbridges at Ruiru, Membley and Githurai
h. Transfer stations at Ruiru, Githurai and Kasarani.
iii. Detailed Engineering designs for the smooth flow of traffic at the junctions and
accesses.
iv. Construction of the BRT infrastructure and the engineered road facilities as per the
approved Detailed Engineering Designs.
v. Provision and maintenance of offices, laboratory and accommodation for the
Employer’s Representative and /or his staff.
vi. Maintenance of the existing road during construction period.
vii. Management and control of traffic during construction period
viii. Provision and erection of road furniture and road markings and other miscellaneous
Works
ix. Any other Works as may be instructed by the Employer’s Representative or as agreed
between the Contractor and the Employer.
Thika Road BRT Section VIII: Employer’s Requirements
1 | P a g e
3.2. The Project Works
The project Works are located along the existing Thika Superhighway (A2S & A2S R)
Corridor from Ruiru through Membley Junction, Kenyatta University, Githurai, Kasarani,
Pangani Underpass, Murang’a Road, Globe Cinema Overpass, Tom Mboya Street, Moi
Avenue, Haile Selassie Avenue to Kenyatta National Hospital and Back through
Community-Kenyatta Avenue, Tom Mboya Street, Koja Mosque Roundabout and
Murang’a Road. Approximately 20 Km long.
Thika Superhighway (Class S) road is currently a bituminous road comprising of, on
average, 6 lanes on the main carriageway and 4 lanes on the service road and is generally
in good condition. The Section in the CBD has two lanes most of the way and is in fair
condition which may require immediate strengthening.
a) The Road Reserve and Land Acquisition
The park and ride facilities for Ruiru, Githurai and Kasarani will be constructed off the
existing road reserve at the locations to be shown by the Employer.
The Contractor shall ensure that the Works design fit well within the availed land and
road reserve as the Employer shall not undertake additional land acquisition in order to
accommodate the detailed design.
b) Treatment of existing services and utility lines
The Contractor shall incorporate in the detailed design, the existing services and utility
lines to avoid relocation of the same.
The Contractor shall incorporate in his Contract Price, the unavoidable costs of
protecting, relocating and/or accommodating the existing services and utility lines in the
detailed design.
3.3. Programme and Project Phases The Contractor shall provide a time Programme as required under Clause 8.3 of the
Conditions of Contract.
The Contractor shall allow in his programme for construction of trial sections and
carrying out tests upon them as directed by the Employer’s Representative in accordance
with the provisions of Clause 129 of the Standard Specification for Road and Bridge
Construction, 1986. The Time for Completion of the Contract shall not be extended
because of the time taken to carry out tests and evaluate trial sections.
The Contractor shall be required to carry out Works in three distinctive phases as follows:
(i) Feasibility Study and Preliminary Design;
(ii) Detailed Engineering Design; and
(iii) Construction.
Construction of permanent Works shall not proceed until the detailed engineering design
of the said work has been approved by the Employer.
Unless instructed otherwise by the Employer’s Representative, the Contractor shall
commence Works at ClayworksRuiru and proceed progressively to the CBD along Tom
Mboya Street then to Ruiru and Kenyatta National Hospital.
Thika Road BRT Section VIII: Employer’s Requirements
2 | P a g e
3.4. Pre-tender Site Visit Bidders must conduct a site visit and should, in their technical proposal, identify areas
where they consider that additional Works/ services may be required. The bidders should
also indicate where there are opportunities for potential cost savings.
3.5. Project Performance Specifications
i). Time for Completion
The entire project should be implemented within the time frame stated in the Appendix to
form of Tender. If no duration is indicated in the said section, 18 months Construction
and one (1) years Defect Notification Period shall apply.
ii). Quality/Condition at Delivery (Project Completion)
At the end of the Defect Notification Period, the Contractor shall undertake Tests after
Completion to demonstrate the performance specifications for pavement structure and
Bridges, footbridges and drainage structure specified below.
In the event of any conflict between this performance specification and other sections of
the Employer’s Requirements, this performance specification shall prevail.
Pavement Structure
The following matrix presents the required pavement performance specifications for the
entire road project at the end of 1 year Defect Notification Period after handover by the
Contractor to NaMATA
The matrix sets out key performance indicators for surface deflection (limits will be set
on finalization and approval of design), riding quality, rutting and cracking. The limits
include a condition expected not to be exceeded on the major part of the project
(percentages of major portion indicated), and a supplementary condition related to limit
on out-of-range values. The Contractor is to remedy at his cost any test parameters that
fail to meet the required performance criteria set in the table below
It will be noted that causes of cracking, if occurring in this period, must be identified and
agreed. Suitable repairs shall then be undertaken as approved to remedy any underlying
defects.
Parame
ter Units
Major part of
project Supplemen
tary
condition
Limit on out-of-
range
Test
Method
Test
Frequenc
y At least Limit Less than
Limi
t
Maximu
m
surface
deflecti
on
mm 95% < 0.35 AND 2% > 0.4
Rebound
deflection,
8,200 Kg
axle load,
near side
wheel path
Every
50m, each
lane
Roughn
ess m/km
(mm/
m) 80% < 4 AND 2% > 5
IRI
roughness
with
calibrated
vehicle
Continuou
s in each
lane
Rutting
mm 90% < 2 AND 2% > 5
Near side
wheel path
Every
50m, each
lane
Crackin
g
There shall be no visible cracks. Any cracks appearing during this monitoring
period must be immediately sealed, and reason(s) for cracking identified and
suitable repairs undertaken to the Client's approval
Thika Road BRT Section VIII: Employer’s Requirements
3 | P a g e
Bridges, Footbridges and Drainage Structures
This section describes the performance specifications for the bridges, foot bridges and the
drainage structures at the end of the Defect Notification Period.
Design Life
The bridges, footbridges and drainage structures design life shall be 100 years.
Minimum cover for reinforcements shall be as specified in the
The design of the structures shall be as defined in BS or its equivalent
Cracks
Cracks in concrete shall not exceed the limits specified in BS 5400 part 4.
Vertical Clearances
The vertical clearances for bridges, footbridges and underpasses shall be minimum 6m above
the road riding surface.
Sleeves
The Contractor shall provide for safe crossing of other service lines including fibre,
underground cables, power lines, pipelines etc within the bridges, footbridges and other
drainage structures
Beams
Simply/continuously supported beams maximum deflections under design loading shall be
L/500 where ‘L’ is the effective length of the span in millimetres as defined in BS 5400 part
4.
Abutments
The maximum allowable deflection of Cantilever members under design loading shall be
L/200 where ‘L’ is the effective length in millimetres as defined in BS 5400 part 4.
For restrained abutments, movement of the restraining tendon shall not be more than 25mm.
Connections
Connection for structural steel members shall be of the same quality and strength as the
mother members preferably by butt welding with cathodes that are of the same quality
material as the mother member.
Connections for non-structural members shall be as per the standard specifications
Where bolts are used, they shall have the same design life as the overall structure under the
prevailing weather conditions.
Bearings
The bearings shall have a guarantee of 100 years with minimal maintenance cost.
The bearing shall be able to accommodate the maximum rotation, maximum direct loading
and any shear deflections.
Barriers
Crush barriers shall be able to resist minimum impact loading specified in BS 5400 part 2:
Specifications for Loads.
Safety barriers shall not be prone to vandalism. Non-motorised safety barriers shall restrain
sliding off and discourage jumping over the facility.
Expansion Joints
Expansion joints shall allow for movements without inducing lateral forces in the members.
The expansion joints shall allow for self-cleansing.
Thika Road BRT Section VIII: Employer’s Requirements
4 | P a g e
The expansion joints shall be properly fixed to last the bridge design life of 100years.
The expansion joints shall have a guarantee of 100years with minimal maintenance cost.
Non-motorised traffic Facilities
The non-motorised traffic facilities shall be comfortable, safe, adequate and aesthetically
appealing at proper locations suitable for use by normal, elderly, disabled and the children.
The walking surface shall be of adequate traction to avoid sliding.
BRT Facilities
To meet requirements specified in NaMATA BRT Design Framework (Feb 2018) or as
instructed by NaMATA and other relevant standards.
Thika Road BRT Section VIII: Employer’s Requirements
5 | P a g e
3 APPLICABLE TECHNICAL STANDARDS AND GUIDELINES
The design, documentation and construction shall be undertaken in accordance with the
latest standards and design guidance issued by the Ministry responsible for Roads in
Kenya as listed below:
Road Design Manual, Part I; “Geometric Design of Rural Roads”, January 1979
Road Design Manual, Part III; “Materials and Pavement Design for New Roads”,
August 1987
Road Design Manual, Part IV; “Bridge Design”, August 1993
Proposed Manual for Traffic Signs in Kenya,
o Part I, “Road Markings” and,
o Part II, Manual for Traffic Signs in Kenya, June1975
Standard Specifications for Road and Bridge Construction, 1986
NaMATA BRT Design Framework (Feb 2018)
Other internationally accepted standards such as listed below shall be used on approval of
the Employer:
American Association of State Highway and Transportation Officials (AASHTO)
British Standards (BS)
Eurocode
Road Note 40
Road Safety Audits
Adolf Putcher Charts
Standard Culverts and Drifts Manual, 1982
Standard Drainage Structures Manual Part I
Traffic surveys shall generally be carried out following the guidelines and
recommendations of the TRL Overseas Road Note 40: A guide to axle load surveys and
traffic counts for determining traffic loading on pavements, TRL Ltd, Crowthorne,
Berkshire, UK 2004. The applicable Vehicle classification shall be as follows;
i. Motorcycles: motorcycles with or without side-cars e.g. motor tricycles
ii. Saloon car: <= 5 seats
iii. Large car 4WD: <= 9 seats
iv. Minibus/Matatu: <= 23 passengers
v. Pick-up/Van/LGV: <1.5t unladen
vi. Light truck: 2 axles (single rear wheels) 3-6t payload
vii. Medium truck/MGV: 2 axles (double rear wheels) 7-10t payload
viii. Heavy truck/HGV: 3-4 axles rigid
ix. Articulated trucks: >= 5 axles
x. Small bus: 24-40 passengers
Thika Road BRT Section VIII: Employer’s Requirements
6 | P a g e
xi. Large bus: > 40 passengers
xii. BRT buses > 70 passengers (standard), 140 passengers
(articulated), 210 passengers (bi-articulated)
xiii. NMT: Bicycle, cart and pedestrian
The Environmental and Social Impact Assessment (ESIA) study will be in accordance with
the Environmental Management and Co-ordination Act (EMCA), 1999 and the
Environmental (Impact Assessment and Audit) Regulations, 2002.
The safety audit shall be carried out in accordance with the Road Safety Audit
Manual/guidelines of the Government of Kenya and any other internationally accepted
standards and as agreed with the Employer.
All the design and construction work undertaken by the Contractor in respect of the Contract
shall comply with these procedures and requirements.
Thika Road BRT Section VIII: Employer’s Requirements
7 | P a g e
4 DOCUMENTS REVIEW PROCESS
Whenever a Contractor’s document is due for review, clause 5.2 of the general conditions
of Contract together with any amendments in the Particular conditions shall apply. The
documents review period shall be 21 days.
In addition to the above;
1. If NaMATA fails to inform the Contractor of the approval or of the amendments
required to any part of the document submitted for review, by the end of twenty-one
(21) days of its submission (by hand) to NaMATA, the Contractor shall give
NaMATA notice that the document will be deemed to be approved, should no
comments be received within five (5) working days from the date of delivery by hand
of the said notice to NaMATA.
2. If NaMATA refers any part of the document submitted for review back to the
Contractor for amendments, the approval procedure as set out herein shall apply to the
amended document. Approval of any document shall not relieve the Contractor of its
liabilities and obligations under the Contract
3. For the feasibility study, preliminary design and detailed design Contractor’s
documents, the Contractor shall provide for a presentations meeting with NaMATA to
review the documents.
And the Contractor shall include the cost of the presentations meeting in his Contract
Price.
The documents shall be submitted to NaMATA at least 14 days prior to the
presentation meeting.
4. For design drawings, the reviewed and approved drawings shall be stamped approved
and signed by NaMATA.
5. Reports and drawings printed shall be suitably bound in book format.
6. Covers, titles, paper sizes and fonts of documents shall be as agreed upon between
NaMATA and the Contractor.
7. The number of copies required in the table below may be varied as agreed to on a
case-by-case basis by the Employer.
Thika Road BRT Section VIII: Employer’s Requirements
8 | P a g e
The following shall constitute Contractor’s documents;
Contractor’s Documents (Refer to Clause 5.2 of the GC and COPA)
Item Document Description No. of Hard
Copies
No. of Soft copies
in CD Rom
Requirements
1. Preliminary Design Report 10 2 For Review by
NaMATA
2. Detailed Design Report 10 2 For Review by
NaMATA
3. Materials Report 10 2 For Review by
NaMATA
4. ESIA Report 10 2 For Review by
NaMATA/to satisfy
regulatory requirement
5. Design Drawing 10 2 For Review by
NaMATA
6. Monthly and Quarterly
progress Report
5 2 For Review by
NaMATA
7. As Built drawings 3 2 For review by NaMATA
8. Final Construction &
Maintenance Report,
including Maintenance
Manuals
3 2
Thika Road BRT Section VIII: Employer’s Requirements
9 | P a g e
5 CONTRACTUAL REQUIREMENTS
The requirements stipulated herein are to be used in addition to sound engineering
knowledge and good industry practice. A requirement must not be understood as an
"instruction" to the Contractor, who must at all times use his discretion and engineering
expertise to critically evaluate the requirement and, if he decides to deviate from or not
to abide by such requirement, the Contractor must provide motivation or
recommendations to NaMATA substantiating the reason for the required deviation. All
deviations will be subject to approval by NaMATA or its nominated representative. The
approved deviation shall not subject the Authority to additional cost not included in
the Contract price.
5.1 Technical Parameters The major technical parameters shall include;
5.1.1 Topographic survey and Construction staking
The land surveying shall include horizontal and vertical control surveys, topographic
surveys, right-of-way surveys, construction surveys, and all other land surveying services
necessary to complete the project in an accurate, neat and timely fashion.
Performance Requirement: Project survey manager to be in-charge of all survey
activities associated with the project and shall be responsible for directing and reviewing
all survey work and be the point of contact for all survey activities.
Design Survey Work
The Contractor shall carry out detailed ground survey along the length of the proposed
project road using the most up-to-date surveying equipment such as total station, GPS, to
examine the road alignment and cross section and any bridge sites and culvert sites that
are considered necessary to complete the detailed design and the estimation of quantities.
The centre lines shall then be set out, levelled, cross sectioned and benchmarks
established. The coordinates of all intersection points shall be tied to the National Survey
Grid, and levels related to the National Benchmarks.
The Contractor shall establish a paired (coupled) inter-visible GPS control points at least
5.0Km apart from each other. The location of these Control Points shall be determined by
reviewing existing topographic maps and site conditions of the project route.
a) The monument for each Control Point shall be die-stamped in the field; the Contractor
shall provide a standard canopy drawing to the Engineer for approval before the
establishment of the control points.
b) The Design-Builder shall maintain an accuracy level of 10mm+5pmm for the (x, y)
coordinates of all the control points.
The vertical control points shall be referenced in the field on permanent concrete posts
with an interval of 300m and shall be shown on the plan and profile drawings apart from
list of benchmarks to be provided on a separate sheet accompanied by a photo of each
benchmark.
Differential level methods shall be used to establish elevations for the vertical Control
Points. The closing error of a levelled circuit shall not exceed ±√K cm in height
difference between the forward and reverse levelling of successive permanent survey
stations. K is a distance in Km between two consecutive bench marks.
Thika Road BRT Section VIII: Employer’s Requirements
10 | P a g e
All topographical surveys undertaken by the Contractor shall be to acceptable
international standards for such Works, and after approval by the Engineer, shall be
recorded in standard or electronic survey field books, which shall become the property of
the Employer upon the completion of the project.
The Contractor shall provide all survey data to the Engineer for review. Any discrepancy
found in the data provided shall be corrected by the Contractor. The Contractor shall be
responsible for this additional field survey work.
Construction Surveying
The Contractor shall be responsible for all survey necessary to complete the work. All
survey control data, calculations, surveying and measuring required for setting and
maintaining the necessary lines and grades shall be the Contractor’s responsibility.
Detailed survey records shall be maintained, including a description of the work
performed on each shift, the methods utilized and control points used. The record shall be
adequate to allow the survey to be reproduced. This record shall include graphic notes
depicting control points used and relationship to other control points or reference points,
description, coordinates and location description. Bench marks and Temporary bench
marks shall also have graphic notes depicting description, elevation, coordinates and
location description. The Survey Manager shall provide a copy of each day’s record to the
Engineer when requested within three calendar days after the end of the shift.
Construction Stakes, Lines and Grades
1) The Contractor shall:-perform the construction engineering, necessary calculations,
staking work, including:
Establishment of survey point and centerlines
Reference control points, when necessary
Set stakes for construction limits, right-of-way, drainage items, slopes, pavement
structure, embankment and subgrade controls, bridge control points for vertical and
horizontal alignment of all components, and any other stakes necessary to control lines
and grades
2) Furnish all stakes, templates, straightedges, and other devices necessary to check,
mark, and maintain points, lines and grades
3) Run level circuits to verify benchmarks the full length of the road construction project.
On bridges, establish four benchmarks, two on each side of each structure unless physical
conditions prohibit placement.
4) Maintain orderly and clear field notes in standard field notebook consistent with
standard engineering practice
Use standard field books consistent with those customarily used by the
construction industry
Allow the Engineer to inspect these field books at any time
The books become the Employer’s property once work is completed
5) Correct any errors at the Contractor’s own cost
6) Assume responsibility for all final accuracy of construction
Thika Road BRT Section VIII: Employer’s Requirements
1 | P a g e
Tolerance for detailed survey points
Tolerance for Detailed Survey Points
Feature Tolerance (m) Tolerance of any Point to Straight Line
Fit Between Points X, Y and Z (m) X and Y Z
Structures, Buildings
and Paved Roads etc.
± 0.050 ±0.025 ±0.050
Gravel Pavements ±0.100 ±0.050 ±0.100
All Other Areas ±0.200 ±0.150 ±0.200
Survey Records
Survey records shall be delivered in hardcopy format and also in electronic file format.
The electronic format shall be in ASCII, DWG or DXF format. They shall be delivered at
the time of substantial completion unless requested by the Engineer at an earlier time.
As-Built Records The Contractor shall produce reports documenting the location of the as-built alignments,
profiles, drainage structure locations, and survey control monuments placements. These
reports shall include descriptive statements for survey methods used to determine the as-
built location of the features being surveyed. The Contractor’s as-built data shall include
the coordinate types (x, y and/or z) and feature codes in the format acceptable to the
Employer.
5.1.2 Road Geometry Requirements
The Contractor shall design all roadway geometrics including horizontal alignment,
vertical alignment, cross section elements and super elevation in accordance with the
design criteria.
The Contractor shall provide the engineering services required to furnish the work
products identified in the Contract. The service includes the tasks of data preparation,
data interpretation, and design of construction documents
Performances requirements
The design and construction documents shall be prepared by (or under the direction of) a
professional highways engineer.
Design Criteria
The Contractor shall design and construct the Works to meet the following requirements:
i. Class of Highway: Class A2S/A2S R
ii. Maximum Highway Design Speed: 120 Km/hr
iii. Min. Radius of Hor. Curve: 600m (Design speed 100km/h),100m(Design
Speed in town 50km/h)
iv. Carriage way normal camber: 2.5%, shoulder fall: 4%. Maximum super-
elevation: 6%. For super-elevated sections, the shoulder fall shall be the same as
the super-elevation.
v. The Contractor shall coordinate and ensure that the project design
accommodates and allows for the design of technically and environmentally sound
project.
vi. BRT System:-
o station saturation shall be < 40%
o facilities shall be in accordance with the NaMATA BRT design
framework (2018) or as instructed by NaMATA
Thika Road BRT Section VIII: Employer’s Requirements
2 | P a g e
o One way Lane per direction
o Median station
o Passing lane at station
o To prepare the detailed plan and design for the following amenities:-
Passenger information displays, Public address systems
Toilets, drinking water, rest and waiting areas and protection
from weather;
Facilities for physically challenged;
Seating and standing at bus shelters;
Lighting, fans etc. at bus stops:
Advertisements and kiosks;
Revenue collection i.e. Ticketing, Ticket checking, Cash
handling etc
Plan Submittal Requirements The Contractor shall produce plans & specification that aid & facilitate design review by
the Employer and provide adequate information for safe, efficient & high quality
construction. The plans shall include (at a minimum) the following items:
- Cover sheet & list of Standard Drawings
- General rules & general layout sheet
- Typical sections
- Roadway plan and profile
- Roadway cross section
- Bridge Plans and construction details
- Drainage schedule
- Bridge schedule
As Built drawings
The Contractor shall be responsible for producing a complete set of as-built Drawings
upon completion of the project. As-built plans shall incorporate all design changes of
field changes that occurred throughout the project duration. As built plans shall at a
minimum contain the following items in the format agreed upon with the Engineer,
Cover sheet:
Project Location Map
Locations, lengths, Reference points
Scales, north arrow, station equations
Beginning and End of project
Title Block, Signature Block
General Notes
Typical sections
Plan and Profile sheets
Alignments
Ditch Grades
Culvert/Bridge locations
Bridge layout Plans and structural details
Culvert Plans
Roadway cross sections
Site data and drawings
Site data and drawings shall available at the employer’s office and a copy shall be
provided upon request. Data and drawings provided under this section is for the
Contractors’ information only and the Contractor shall undertake detailed investigation
Thika Road BRT Section VIII: Employer’s Requirements
3 | P a g e
and prepare detailed designs for employer’s approval.
Horizontal Alignment Design
Whereas it is desired that the proposed road follows the existing road in as far as possible,
Contractor should not assume that the proposed upgrading will follow the existing
alignment for the entire length of the road. It is expected that Contractor should propose
re-alignments where they are required to improve the geometry and safety aspects of the
road to the employer’s approval. Where possible, the proposed re-alignments shall fit
within the road reserve.
Vertical Alignment Design
The vertical alignment shall comply with the design requirements of Road Design Manual
Part I.
Road Cross-Section Minimum road cross-section shall be as specified in the Road Design manual and the
NaMATA BRT design framework (2018).
Embankment slopes
i. 1:4 for fills less than 1m
ii. 1:2 for fills over 1m but less than 4m and,
iii. 1:1.5 for fills greater than 4m.
iv. Pavement widening, Side ditches, cut off ditches and service lanes shall be designed
as per Road Design Manual, Part I.
v. Culvert outfall drains shall be designed to have the same cross section as a cut off
ditch Type 2.
Junctions
i. Minor Junction Type (minimum): As provided for in the Road Design Manual, Part I;
“Geometric Design of Rural Roads”, January 1979
ii. Extent of Improvement of the off road at the junctions (minimum): Major road Km
0.5, minor roads Km 0.05 into the off road.
Non-motorised Traffic facilities
The Contractor shall provide comfortable, safe, adequate and aesthetically appealing
non-motorised traffic facilities at proper locations.
The facilities shall be suitable for use by normal, elderly, disabled and the children.
The walking surface shall be of adequate traction to avoid sliding.
The minimum number of new footbridges shall be 1 No., however, the Contractor
shall assess the adequacy and where necessary provide for more footbridges in his bid
to ensure adequacy of the facilities.
The footbridges design criteria shall include;
(i) The vertical clearance above the road riding surface to be min.6.0m
(ii) The substructure of the footbridge should be in such a way as not to cause
obstruction to storm water drain or space for other services e.g. fibre underground
cables power lines, pipes lines etc.
The footbridge shall preferably be of composite structural members i.e concrete
substructure, steel superstructure and appropriate roofing material.
The footbridges design and workmanship shall be aesthetically appealing and user
friendly to all pedestrians (including people with disability), cyclists and motorcycles.
Thika Road BRT Section VIII: Employer’s Requirements
4 | P a g e
5.1.3 Pavement Design and Materials Investigations
General
The pavement design shall be as per the Road Design Manual Part III: Materials and
Pavement Design for New Roads (August 1987).
The Contractor shall establish the subgrade class of all the in-situ materials along the road
based on CBR's measured on samples that have been soaked for 4 days.
Pavement Design Criteria
i. Road Design Life: 20 years
ii. Road Design Analysis Period: 20 years
iii. Minimum Design Flood Return Period: 50 years
iv. Design subgrade bearing strength: Minimum subgrade bearing strength S4
v. Pavement structure: Based on traffic requirements with minimum design traffic loading
class T0.
a. Surface Dressing/Gravel Wearing Course not recommended as the primary
wearing course.
Sub-grade and Material Designs
The Contractor shall undertake extensive soils and materials testing in relation to the:
(i) adequacy of sub grade materials on existing and new alignments;
(ii) stability of existing embankments and cuttings and their capacity for raising or
deepening;
(iii) suitability of cut materials to be utilized as fill;
(iv) identification of suitable borrow pit and gravel pit location and an estimate of the
volumes of suitable material they may yield and potential water points;
(v) Identification of suitable sources of aggregates and an estimate of the volumes they
may yield.
Appropriate sub-grade treatment and minimum sub-grade cover shall be adequately
provided in the design which is to be determined by the Contractor.
Moisture ingress into the fill and pavement layers shall be limited through the appropriate
engineering designs including appropriate surface and sub-surface drains.
The potential of collapsible soils and active sub-grades shall be investigated and
appropriate actions for treatment implemented.
Gravel and Crushed Stone Sources
The Contractor shall identify sources of suitable gravel/crushed stone sources at his own
cost. The Contractor shall obtain all necessary permits and leases prior to opening any
quarry/borrow site, and thereafter, submit copies of the permits and leases to the
employer.
The Contractor shall take all necessary steps to rehabilitate the quarry / borrow site, in
accordance to the NEMA licence and including landscaping, grassing and planting of
trees.
Sand for Concrete Works
The Contractor shall identify sources of sand for concrete and other building Works that
comply with the specifications in the Road Design Manual, Part III; “Materials and
Pavement Design for New Roads”, August 1987.
Thika Road BRT Section VIII: Employer’s Requirements
5 | P a g e
Water for Construction
The Contractor shall identify sources of water for construction, and provide in his Lump
Sum Price for the procurement of adequate quantities of water that comply with the
specifications in the Road Design Manual, Part III; “Materials and Pavement Design for
New Roads”, August 1987. This may necessitate drilling of boreholes. Under no
circumstances will salty or brackish water be used in any part of the construction of the
road.
5.1.4 Traffic Requirements:
i). Traffic studies and data to be based on Road Note 40.
5.1.5 Hydrology/Hydraulics
General
A hydrological study shall be carried out to establish the hydraulic condition and
adequacy of the existing structures along the road, and identifying places where
additional new structures are required.
Hydrology/Hydraulic study criteria
i. Topographical scale maps: 1:50,000 and 1:250,000 shall be obtained for catchments
delineation;
ii. Catchment characteristics shall to be determined from the mapping, as follows:
Area in 2km;
Length of longest water course in km;
Catchment slopes;
Slope of longest watercourse.
Soil characteristics shall be obtained and assessed from published data (Ref
National Atlas of Kenya) and from site observations;
iii. Rainfall characteristics shall be assessed from published data and data obtained from the
Meteorological Department;
iv. Relevant discharge data shall be obtained from the offices of Ministry(s) in charge of
Water Resources and Irrigation;
v. The main river crossings shall be examined to estimate the mean annual flood and
observe any evidence of overtopping;
vi. Catchment vegetation cover characteristics shall be determined;
vii. Catchment land usage will be assessed;
viii. Flood models shall be selected and flood computations to be made based on catchment
characteristics, and adjusted to reflect observed site conditions;
ix. The flood model results shall be compared with the existing structures capacity and
recommendations shall be made for improvements, where necessary.
Methods of flood prediction
The Contactor must use TRRL East Africa flood model and any other method and adopt
the design discharge as the maximum value obtained from the two methods as long as the
values do not differ by 50%, ‘otherwise use 1.5 times the lower value.’
Sizing of Drainage Structures
i. The size of drainage structures shall be determined using design flood calculations
resulting from the hydrological study. Structures shall be sized according to the following
requirements.
ii. The Contractor shall be responsible for the confirmation of structural and hydraulic
capacity and hence adequacy of drainage structures to be retained on the road
iii. Bridge waterway area shall be designed to pass a 50 year flood with a minimum clearance
of 1.0m below soffit of beams/slab.
Thika Road BRT Section VIII: Employer’s Requirements
6 | P a g e
iv. Box culverts of opening greater than 5 m2 shall be designed to pass a 25 year flood with a
minimum free board of 1.0m.
v. Box / pipe culverts of opening less than 5 m2 shall be designed to pass a 10 year flood.
5.1.6 Drainage
i. The Contractor shall provide a safe and well-drained corridor for use and maintenance of
the road.
ii. The design and construction of all drainage structures and appurtenances shall adequately
address functionality, durability, ease of maintenance, maintenance access, safety,
aesthetic and protection against vandalism according to Contract specifications and
standards.
iii. In fulfilling the requirements for drainage, the Contractor shall abide by and fulfil the
requirements related to drainage features while at the same time meeting requirements of
other required design elements on the project. Drainage The primary objective shall be:
• Maintain drainage pattern
• Provide culvert opening for natural drainage channels
• Prevent undue accumulation and retention of water upon and adjacent to the roadway
• Provide the roadway against storm and subsurface water damage
iv. Providing a safe driving surface for the traveling public
v. The Contractor shall be responsible for the drainage system along the project. All design
work shall comply with the Drainage Manual including the engineering analysis
necessary to design any drainage structures.
vi. Drainage design should achieve the most effective and economical methods by which
runoff water can be passed through and removed from the roadway.
vii. The designer shall check all stages of design for accuracy, completeness and compliance
with the Brief and relevant Standards.
viii. A design Summary Sheet shall be prepared for all road bridges on completion of the
design, and shall be included in the set of design drawings. The Design Summary Sheet is
an important feature of the design as it contains a summary of all major features of the
design. The main items to include on the Design Summary Sheet are:
Details of the span configuration.
The design cross-sections used in the analysis at critical positions, eg support and
mid-span.
Details of the reinforcement and/or prestress and the section capacities at the critical
sections.
The serviceability design moments and resulting stresses at the critical sections.
Live Load Distribution Factors for different loadings.
Design Live Load.
The available live load capacity at the critical sections, for use in checking heavy load
movements.
Foundation information, i.e. design bearing pressures for spread footings and design
pile loads for piled foundations.
Design Scour allowance.
Drainage Submittals/Plans
The Contractor must prepare plan sheets, notes, and details to include the following inter-
alia:
- Drainage structure sheets
- Ditches and outfall sheets
- Ditch and outfall cross section sheets
- Pipe and Box/ slab culvert tabulation
- Erosion control details and plan
Thika Road BRT Section VIII: Employer’s Requirements
7 | P a g e
5.1.7 Culverts
Minimum size
Access pipe culvert minimum Diameter size: 600mm
Cross culvert minimum Diameter size: 900mm
Multiple box culverts: cell number should not exceed six (6) cells.
Culvert Material
Reinforced concrete shall be used for all cross and access culverts. Alternative Materials
for culvert shall be subject to employer’s approval.
Concrete Class for pipe, surround, bedding and end structures
The Contractor shall use standard drawing, Drainage Manual and Standard Specification
for the selection of the concrete class.
Culvert Documentation
The Contractor must supply the following for culvert documentation:
For minor culvert: Culvert Design Sheet
For Major culvert: Design computation
Open Channels and Ditches
The Contractor shall use standard drawing, Drainage Manual and Standard Specification
for design and construction of Open Channels and Ditches.
5.1.8 Bridge Structure
General Requirements
The Contractor shall perform structural analysis and design of bridges and other
structures included in the project.
Standards
The following is a list of publications that shall be used for all design and construction.
BS 5400 - Steel, Concrete and Composite Bridges
Road Design Manual (RDM)
Adolf Putcher Charts
BS 8110 – Structural use of Concrete
BS 1881 – Testing Concrete
Standard Culverts and Drifts Manual, 1982
Standard Drainage Structures Manual Part I
This is not a comprehensive list and other applicable publications may be required to
complete all design. The Contractor shall request clarification of any ambiguity or
conflict contained in these standards before proceeding with design or construction.
Bridge Structure Criteria
i). Design Drive Speed: Design drive speed of the Road Section
ii). Bridge Width: Same as the Subgrade Width
iii). Design Vehicle Load: BS5400 HA Load, 45 units HB Load
iv). Intersecting Angle: this is the right included angle between the route centerline in
advancing direction and the centerline of pier and front wall of abutment cap, etc;
v). Bridge Deck Slope: 2.5%
vi). Clearance: Minimum 5.5m
vii). Design Flood Frequency: 1/50
Thika Road BRT Section VIII: Employer’s Requirements
8 | P a g e
Demolition
The Contractor shall demolish if there is substandard structures such as fords, drifts,
vented causeways, and any insufficient structures (structurally and hydraulically) along
the project. The Contractor shall design and construct appropriate structures in place of
those who would be demolished.
Design and Performance Requirement
New Bridges
For structure site(s) identified provide a Structure Selection Report as part of the Draft
Structural Report. Prepare the selection report with supporting drawings, tables, and
discussion as needed. Include the following (as a minimum):
Review the structure site data to determine the requirements that will control the structure
size, layout, and type.
Propose recommended superstructure and substructure alternative(s). Propose foundation
alternative(s). Determine the structure length, width, and span configurations that satisfy
horizontal and vertical clearance criteria. Consider hydraulic opening and potential scour
requirements. For walls, propose wall type and foundation alternatives.
Consider restrictions due to site access and transport limitations, and local material
availability.
Recommend proposed adjustments to profile alignment and grade necessary to
accommodate bridge location and freeboard requirements.
Recommend a structure layout, type and rehabilitation alternative(s) as applicable.
Include a preliminary sketch(s). More than one alternative may be recommended. State
criteria used to evaluate each alternative.
The Contractor will provide a summary of the detailed structural design criteria and
submit to the Engineer for approval.
Structural Drawings
Prepare structural drawing(s) that show all details necessary for construction of the
bridge.
The following (as a minimum) is an estimate of the Contract plan sheets required for
typical simple span structure:
Minimum Plan Sheet Requirement for Typical Simple Span Structure
Sheet Description Sheet Description
A Plan View, Elevation View, General
Notes, Profile Grade Diagram
J Typical Section
B Foundation Plan, Subsurface Profile,
Estimate
K Deck Plan
C Slope Protection L Bridge Railing
D Abutment 1 M Bridge Railing
End block
E Abutment 2 Q Transition Railing
F Wing walls R-T Rebar List
G Beam Framing Plan
H Beam
I Beam Details
Thika Road BRT Section VIII: Employer’s Requirements
9 | P a g e
Submittals and Design Calculations
The Contractor shall prepare all plans and calculations in support of the design and in the
accordance with the standards provided in this section of the Contract Document. The
Plan and calculations shall be submitted to the Employer’s Representative as a draft for
review and comments. Any comments on the draft plan and calculations will be returned
to the Contractor for incorporating the comments during the finalization of the
documents. The Final report shall be submitted to the Engineer for approval after
addressing the comments. The final report must be approved by the Engineer prior to
commencement of any activity related with the construction of bridges.
5.1.9 Retaining walls
Standards
The Contractor shall design and construct Retaining walls in accordance with the Recent
Specification for design of Highway Bridges & guidelines and any other relevant manuals
approved by the employer.
Performance Requirements
The Contractor shall design, furnish and construct retaining walls for the project.
Gravity walls and Cast-in-place cantilever walls shall constitute acceptable retaining
walls for permanent applications provided they are done to applicable standards.
5.1.10 Traffic Marking
Standards
The Contractor shall design and install pavement markings in accordance with the
following specifications & guide lines:
Proposed Manual for Traffic Signs in Kenya, Part I;“Road Markings
Manual for Traffic Signs in Kenya,Part II, June 1975
Performance Requirements
The Contractor shall design & install pavement markings that will be uniform in type,
colour, dimensions, location & reflectivity as provided in Standard technical
Specification.
Design and Construction Criteria
Effective pavement marking shall serve as a means of informing, guiding, warming, and
controlling drivers.
Pavement marking shall comprise edge lines, centerlines, and pavement arrows, word
messages of any traffic markings necessary to provide for the orderly & predictable
movement of all traffic throughout the project. The Contractor shall consider pavement
markings when developing the geometric layout of the project.
Traffic Marking Materials
The Contractor shall furnish & install pavement markings with internally reflectorized
thermoplastic paint in accordance with Kenya Standard Specifications for construction of
Road and Bridges.
5.1.11 Road Signing
Performance Requirements
The Contractor shall design furnish and install a complete permanent sign system for the
project. The design must provide for the orderly & predictable movement of all traffic
Thika Road BRT Section VIII: Employer’s Requirements
10 | P a g e
and provide such guidance & warnings as may be needed to ensure the safe & informed
operation of the traffic stream.
Design and Construction criteria
The sign system shall:
Provide for uniformity in shape, color, dimensions legends, illumination &
reflectivity as provided in Standard Technical Specification.
Provide adequate time for proper motorist response.
Provide for case of maintenance & service
Sign Construction
The Contractor shall:
Furnish and install all signs, posts, foundations & associated materials.
Install and construct the signs to conform to the requirements of Standard
Specifications
Provide positive guidance to the traveling public at all times during construction
by the use of new signing to ensure safe & informed operation while traffic is
maintained on the roadway.
Retro-reflective Studs (Cat Eyes)
The Contractor shall design for installation of Retro-reflective Studs as per the Standard
Specifications.
Guard-Rail, Edge-Marker and Culvert Marker Posts
Guardrails shall be installed where fill heights are greater than 3.0 m, and on these
sections, the shoulder shall be widened by 0.50 m (to 1.75 m or 2.00 m as appropriate).
Guardrails shall be provided in accordance with the requirements of the Road Design
Manual, Part I; “Geometric Design of Rural Roads”, January 1979, but incorporating
steel posts for box culverts and reinforced concrete posts at high embankment locations.
The Contractor shall provide for retro-reflective studs on the guardrails every 4 meters.
The edge marker post shall be provided at 100m interval.
The culvert marker posts and edge markers shall be of reinforced concrete design.
Road Reserve Boundary Posts
The road reserve boundary posts will be reinforced concrete type, with the chainage
engraved on the side of the post visible from the road.
The road reserve boundary post shall be provided at 100m interval and at the major
junctions.
5.1.12 Road Safety Measures Requirements
i. The Contractor shall maintain a safe environment for all road users and give special
consideration to winding potentially hazardous conditions.
ii. The designs shall incorporate Traffic calming measures in built-up areas and any other
areas where it is deemed necessary.
Street lights
The Contractor shall provide for street lighting of the additional BRT infrastructure with
minimal maintenance and operation cost and shall be required to reinstate any street
Thika Road BRT Section VIII: Employer’s Requirements
11 | P a g e
lighting that may be damaged during the course of the Works.
The poles in which the bulbs will be fitted shall have a clearance of at least 10 metres
above the riding surface.
The lighting shall be bright enough throughout the road to allow safe driving without
having to put vehicle head lights on and enhance pedestrians’ security especially at night.
The wiring connection for the street lighting shall preferably be through underground
cables.
The Street lights shall be protected against vandalism.
The preferred street lighting shall be LED light fixtures and may be solar powered
provided that the batteries can provide a minimum of 10 years maintenance free
operation.
5.1.13 Environmental and Social Impact Assessment (ESIA) Requirements
The Contractor shall prepare for approval by NEMA the Environmental and social Impact
Assessment (ESIA) Study Report.
Upon receipt of the NEMA approval, the Contractor shall implement ESMP
(Environmental and Social Management Plan).
5.1.14 Design Base Statement Requirements
The Contractor shall prepare a Design Base Statement that summarizes the key design
criteria to be used for this project and, as the design proceeds, produce a Design
Departures Report to ensure it is documented and clear where the final design departs
from the agreed design criteria.
5.1.15 Safety Audit Requirements
The Contractor shall be required to undertake a safety audit of the detailed design by an
independent road safety auditor who has experience and expertise in road safety
engineering. This individual shall not have been involved in preparing the detailed
design. The Contractor shall ensure that the audit is carried out on completion of the
detailed design, but before commencement of the civil Works, and that there is sufficient
time for the road safety auditor to undertake the audit in the country and for the auditor to
visit the site as often as necessary. In accordance with the Road Safety Audit Manual, the
detailed scope of the audit shall be agreed with NaMATA prior to mobilization of the
safety auditor. A separate Road Safety Audit Report for Detailed Design shall be prepared
for review by NaMATA.
5.1.16 Technical and Safety Audit Requirements
The Contractor is advised that a Technical and safety Audit of the project is likely to be
carried out by an independent consultant to verify and validate the appropriateness and
accuracy of the Design Base Statement, Preliminary Design, Detailed Design and
Constructed Works. The Contractor shall fully cooperate with the Technical and safety
Audit Team, consider issues identified in the Technical and safety Audit Report and, as
agreed with NaMATA, remedy the non-compliance issues identified by the Technical
Audit.
5.1.17 Permits and Licenses Requirements
The Contractor shall obtain at his own cost all licences and permits necessary for the
execution of the Contract.
Thika Road BRT Section VIII: Employer’s Requirements
12 | P a g e
5.1.18 Details of Employer’s Personnel
The Employer’s personnel shall be as detailed in the Appendix A of this Employer’s
requirement
5.1.19 Contractor’s Personnel Qualifications
The Contractor’s Personnel Qualifications shall be as detailed in the bidder’s
Qualification Evaluation Criteria
5.1.20 Nominated Sub-Contractors
The Contractor shall engage a Nominated Service provider for the provision of
HIV/AIDS programme and gender sensitisation awareness and monitoring
5.1.21 Facilities for Employer’s Personnel
The Contractor shall ensure that the Engineer’s team is adequately supported and
equipped as detailed in Appendix B of this Employer’s Requirement. In particular it shall
ensure that there is sufficient administrative, secretarial and interpreting provision to
enable Engineer’s team to concentrate on their primary responsibilities. It must also
transfer funds as necessary to support its activities under the Contract and to ensure that
its employees are paid regularly and in a timely fashion.
5.1.22 Provisional Sums
The following provisional sums shall be included in the financial bid:
S/N Provisional Sum Amount (Ksh)
1. Allow Prime Cost (P.C.) sum of KES 5,000,000 for off-road environmental
mitigation measures to be used as directed by the Engineer 5,000,000
2. Allow a Prime Cost (P.C) sum for Employer’s Representative Staff training. 5,000,000
3. Allow a Prime Cost (P.C) sum for relocation of Services 100,000,000
4. Provisional Sum for Employer’s Nominated Service Provider for provision
of HIV/AIDS programme and gender sensitisation awareness and
monitoring
8,000,000
5. Allow a Prime Cost (P.C) sum for Land Acquisition in areas where there is
inadequate corridor to fit design which meets Employer's requirement 100,000,000
6. Allow a provisional sum for payment to Kenya Power Company for
incoming electricity supply to each electricity pillar 50,000,000
X Total 268,000,000
5.1.23 Dayworks
The Contractor shall provide a Daywork schedule as per the General Conditions of the
Contract and any amendments thereof in the Condition of Particular Application. The day
work schedule shall form part of the Contract.
5.1.24 Schedule of Payments
The Schedule of Payments shall be as detailed in the Particular Conditions and Appendix
to tender.
5.1.25 Project specific Information
NaMATA has provided information in Appendix C that is pertinent to the design and
implementation of the Project. While this information may be used by the Contractor in
preparing its bid for this project, NaMATA does not take responsibility for its accuracy. It
has been provided to the Contractor for information purposes only.
Information provided by the Client
As built drawings of Thika Superhighway
Typical BRT design
Thika Superhighway completion report
Topographic Survey maps and data for the entire link and surrounding areas;
Thika Road BRT Section VIII: Employer’s Requirements
13 | P a g e
Files containing GPS coordinates for the entire route link;
5.2 Preliminary Design The Preliminary Design shall, inter alia, include alignment, position of the road within
the Road Reserve, proposed road cross-sections, the influence on land, environment
and utilities, to such detail that a review can be undertaken to ensure compliance with
these requirements. Prior to submission of the Preliminary Designs, the Contractor
shall submit detailed design criteria and structure recommendations by way of the
Design Base Statement for review by NaMATA. Design criteria not in compliance
with the Design Manuals should also be brought to the attention of NaMATA by way
of the Design Departures Report for evaluation and approval of design exceptions
prior to incorporation in the design. The Preliminary Design shall also demonstrate
design standards clearly so as to enable NaMATA to assess the design.
Information about consultation on technical and socio-economic matters by the
Contractor with relevant Authorities and other parties concerned must be provided.
Details of interviews held with affected land owners including contact information
and agreements reached regarding access arrangements, accommodation of services
as well as other information pertaining to the Preliminary Design enabling NaMATA
to approve such Preliminary Design.
The Contractor shall consider the following aspects:
(i) Preliminary Topographic Surveys: The Contractor shall carry out the survey to the
accuracy specified in the Technical requirements for Topographic survey and
Construction staking. The survey shall include sections of the road proposed for re-
alignment.
(ii) Preliminary Geotechnical Investigation: The Contractor shall carry out a complete
geotechnical investigation of the proposed route.
(iii) Hydrology/Hydraulics Study: The Contractor shall analyse and document
Hydrology/Hydraulics assumptions, check the size of existing drainage structures and
propose the main drainage requirements for the road. The Contractor shall document
the preliminary Drainage Design in the Hydrology/Hydraulics report. The study shall
include a narrative description and schedules of proposed drainage structures,
conditions, and facilities. All Hydrologic and Hydraulic drainage computations for
the design presented in the plans shall be included along with supporting design
information such as drainage maps, geological data and geotechnical data.
(iv) Preliminary Geometric Design of the Road: The Contractor shall design the Works
according to the agreed design criteria. The Contractor shall investigate various
alignments, assess and design the horizontal and vertical alignments, taking into
account :-
a) Agreed design criteria
b) Current and/or anticipated traffic volumes and composition, exiting terrain,
infrastructure and land use
c) Local fixed points such as bridges
d) Geotechnical and soils investigations
e) Hydrological and drainage characteristics
f) Environmental Impact
g) Social impact
h) Land-take
Thika Road BRT Section VIII: Employer’s Requirements
14 | P a g e
(v) As the project proceeds, the Contractor shall present to NaMATA alternatives for
improvement in alignment of the road and for improvements where the road passes
through villages and settlements.
(vi) Road drawings to include:
a) Plan drawings at a scale of 1:2000 or other agreed scale to show alignments,
vegetation type, main drainage elements, right of way and clearly show areas
of land take
b) Profile drawings to scale 1:2000/1:200 or other agreed scale, to include the
existing road surface or natural ground level and proposed vertical alignment.
(vii) The Contractor shall undertake the geometric design of the road using a modern and
comprehensive (Computer Aided Design and Drafting) CADD package. This CADD
software must be capable of allowing the designer to assess different alignments along
the proposed route and also for preparation of a visual 3D representation of the
designed roads. All topographical and design data shall be supplied in a format
suitable for input to Civil 3D design software or similar. The design shall be
referenced to a line or string which shall contain details of chainage (or station),
horizontal and vertical geometry information.
(viii) Preliminary Pavement design: The Contractor shall divide the road into homogenous
sections in terms of traffic loading and strength, and propose at least two alternative
pavement options in terms of layer type, quality and thickness of pavement
considering the project traffic loadings for each section. The Contractor shall take
into account availability of suitable construction materials along the route.
(ix) Preliminary Design of Structures. The Contractor shall carry out topographic survey,
geotechnical investigation, hydrological study and others that are necessary to prepare
structurally sound and cost effective design layouts for major structures in the project
road.
a) Topographic survey for preliminary design of structures:- The Contractor shall
carry out topographic surveys of the sites of the proposed structures extending
500m to either side. Cross-sections of stream beds shall also be taken. These
surveys shall be presented on drawings at a scale of 1:1,000 in plan view
together with a longitudinal section along the anticipated axis of the structures.
The drawings shall indicate the location of the geotechnical investigations made
during the geotechnical study referred to below.
b) Geotechnical investigations for preliminary design of bridges:- The Contractor
shall carry out a geotechnical survey by drilling boreholes until he establishes a
stable ground, analyse and present the findings in a comprehensive geotechnical
report.
c) Hydrological and hydraulic design of bridges:- Hydrological and hydraulic
studies shall determine flood characteristics of the streams crossed, including the
elevation of the water surface, the velocity of flow, for a recurrence interval of
100 years.
d) Preliminary geometric design of bridges and drawings.
Location plans for bridge / structure and approaches
Longitudinal sections of approaches
Elevation of the structure
General arrangement to show type of foundations, abutments, piers and
deck
Thika Road BRT Section VIII: Employer’s Requirements
15 | P a g e
Short report on main issues in building the bridge and how these will be
mitigated e.g. wide fast flowing river
The Contractor shall pay particular attention to the following specific issues and shall
consider the following aspects:
5.2.1 Traffic Studies
Traffic Surveys: the Contractor shall make use of the existing vehicle traffic surveys
conducted on the project road that forms part of the route. Data from NaMATA on
traffic count surveys, if available, shall be reviewed to assist with estimating the
Annual Average Daily Traffic (AADT). Traffic volumes and composition shall be
estimated.
The traffic studies shall comprise of the following:-
(i) Speed and Delay survey. This survey would be done separately for the traffic stream
and for buses, both peak and off peak period to assess the journey and running speeds
along with delays along the entire length of the corridor.
(ii) Road Network Inventory Surveys of entire length of corridor including all
Intersections and service roads in the influence area;
(iii) Boarding / alighting survey of passenger at major bus stops. This survey shall
provide an estimate of bus stop loads as well as total bus passenger demand on the
corridor;
(iv) Origin / Destination cum Opinion Survey both for bus and Intermediate Public
Transport / private modes (auto-rickshaws and two-wheelers) at all major bus stops
and intersections respectively during peak periods on sample basis. The O-D survey
for bus passengers shall be conducted at all the bus stops on the selected corridors and
shall provide an estimate of distance wise bus passenger demand on the respective
corridor. The O-D cum opinion survey for other users shall in addition provide the
potential shift to the new system;
(v) Direction-wise Classified Traffic Volume Survey All types of modes will be
counted separately and Passenger Occupancy survey at all intersections. This survey
will provide information on section wise daily and peak hour traffic volume and
composition on the corridors;
(vi) Traffic Signal time and saturation flow survey at all signalized intersections for
morning, midday and evening peaks as well as off peak period.
(vii) Parking survey (on-street and off-street) would be carried out along the entire
length of the corridor to collect the details about parking accumulation and parking
duration for peak period. The parking demand assessment would enable to plan for
providing alternate parking facility; and
(viii) Pedestrian Survey at all major intersections for peak periods. Both along and across
movements will be counted to gauge the Intensity of pedestrian Traffic for provision
of requisite pedestrian facilities as well as minimizing pedestrian vehicular conflicts.
(ix) Traffic Forecasts: the Contractor shall quantify both the direct and indirect impact of
the road development and the analytic approach must include appropriate forecasting
techniques/models and be supported by appropriate survey instruments, including:
a) Population and Settlement survey,
b) Economic and market survey; and
c) Transport survey (for motorized and non-motorized transport (NMT), including
pedestrians).
The traffic forecasts should include the generated, diverted and induced traffic. The
forecasts should include best estimate of likely demand (based on economic activity,
Thika Road BRT Section VIII: Employer’s Requirements
16 | P a g e
past growth trends, growth in vehicle population, etc) and the more critical variables
should be subjected to sensitivity analysis. The forecasts should also include the
impact on the project area during the construction period.
(x) Axle load survey and traffic engineering: The Contractor shall use appropriate
techniques to verify and adjust the existing unrepresentative sample data from
KeNHA weigh stations and data from their axle load surveys and Equivalent Standard
Axle (ESA) and preliminary pavement design. The Contractor shall use this data to
analyse traffic and specify the design of the required traffic features, including
alignment and junction design. Based on traffic analysis, the Contractor shall
determine the location of signs and markings, guardrails and guide posts, as well as
rest areas, bus stops, and pedestrian facilities, in accordance with standards and
guidelines provided by NaMATA.
(xi) Any other Survey as required.
The above traffic data shall be compiled into a Traffic impact report.
5.2.2 Soils Materials and Pavement Investigations
The Contractor shall undertake extensive soils and materials testing in relation to the:
(i) adequacy of sub grade materials on existing and new alignments;
(ii) stability of existing embankments and cuttings and their capacity for raising or
deepening;
(iii) suitability of cut materials to be utilized as fill;
(iv) identification of suitable borrow pit and gravel pit location and an estimate of the
volumes of suitable material they may yield and potential water points;
(v) Identification of suitable sources of aggregates and an estimate of the volumes they
may yield.
The Contractor shall take samples along the project road at intervals of a maximum of 500m.
The Contractor shall assume that, at each location, three types of material representing the
existent pavement layers are to be tested. Field and laboratory tests shall include soil
classification (sieve analysis and Atterberg limits), 5 point modified proctor test, moisture
content, 3 point CBR (4 days soaked) and 3 point CBR (un-soaked).
With regard to sampling from borrow areas and stone quarries, the Contractor shall carry out
tests as described below:
(i) Testing of construction materials shall include grain size distribution, maximum dry
density, moisture content and plasticity index.
(ii) Aggregate tests shall cover specific density, relative density and water absorption,
abrasion, crushing value, flakiness index, bitumen affinity, sodium sulphate
soundness and polishing value.
(iii) For borrow areas, at least three trial holes per site are to be excavated to prove
overburden, quality and quantity of materials at each location.
(iv) For quarries, at least three trial holes and at least one borehole per site to prove
overburden, quality of material and quantity of materials.
(v) Water tests to include pH value, Chloride content and Sulphate content.
The Contractor shall include a draft sampling and testing programme (to include numbers of
each type of test for testing work) for the road, borrow areas and quarries. This shall be
refined and updated once the assignment commences.
The Contractor shall consider issues in retaining existing embankments and cut areas,
widening of existing embankments and cut areas as well as the design of new embankments,
cut areas, areas of weak subgrade, swamps etc. Calculations showing the proposals are safe,
Thika Road BRT Section VIII: Employer’s Requirements
17 | P a g e
buildable, expected settlement as well as drawings showing assumptions for various
situations and any special Works are to be included.
Preliminary Design Report
The Contractor must submit a preliminary design report containing the following:
Construction Works or upgrade Works
(i) Design Base Statement and Design Departures Report
(ii) Description of the Works including preliminary investigation results, analyses
and interpretation of findings
(iii) Geometric design and road safety audit findings as well as analysis of design
options and recommendation of most viable option. This will include vertical
clearance calculations, sight distance calculations at bridges and other
obstructions, capacity analysis, junction design, etc
(iv) Geotechnical evaluation and Topographical survey report
(v) Preliminary materials report and pavement design with preliminary materials
investigation. This should include two alternative pavement designs for each
homogenous road section
(vi) Details regarding drainage design including positions and sizes of drainage
structures
(vii) Traffic accommodation during construction
(viii) Consideration of environmental impacts. This should include preliminary
findings with regard to environmental and social impact and road safety
(ix) Consideration of safety history for Upgrade Works
(x) Drawings consisting of the following:
Title Sheet
location maps, layout plans and profiles
typical cross sections showing cut and fill slopes
typical cross section drawings showing pavement details
Layout drawings, where applicable, indicating horizontal alignment
details, intersections and accesses
bridge drawings
drawings for cross drainage
Longitudinal sections indicating proposed vertical alignments and typical
road cross-sections and pavement details.
Structures
Compilation and submission of a preliminary design report containing inter alia the
following:
(i) Description of the Works
(ii) Traffic analysis if not already covered elsewhere
(iii) Preliminary foundation investigation
(iv) Hydraulic calculations or confirmation of previous hydraulic calculations in
the case of bridge widening (if applicable)
(v) Conceptual design
(vi) Accommodation of Utilities where applicable
(vii) Traffic accommodation during construction
(viii) Environmental impact details
(ix) Diagnostic Survey Report if appropriate.
5.3 Detailed Design The Detailed Design shall involve the preparation of detailed working drawings,
project specifications and the appropriate documentation for construction purposes.
Thika Road BRT Section VIII: Employer’s Requirements
18 | P a g e
The Detailed Design of the Road shall include, but will not be limited to, the
following:
(i) Design Base Statement.
(ii) All working drawings, schedules and designs required for the Construction Works in
accordance with the applicable standards and codes of procedure listed herein.
(iii) Project specifications and other provisions required for the Construction Works.
(iv) Design changes to the drawings, to comply with the Engineering Requirements or as
agreed by NaMATA.
(v) A detailed geotechnical report.
(vi) A detailed topographical survey report.
(vii) Hydrology, hydraulic and Drainage design report.
(viii) A detailed materials report.
(ix) Road Safety Audit report.
(x) Design drawing(s) for bridges consisting of a general arrangement drawing shall be
submitted for approval prior to the commencement of the Detail Design. All approval
requirements of other relevant authorities shall be adhered to.
(xi) Requirements for land acquisition related to borrow areas and temporary
accommodation of traffic and details of negotiations with land owners if applicable,
according to the procedures as agreed to from time to time.
(xii) Traffic analysis and traffic loading.
(xiii) Environmental and Social Impact Statement (compliance with environmental
requirements).
(xiv) Resettlement Action Plan and valuation Report
Design Drawings
The Contractor shall prepare and submit Contract drawings as specified below. For
bidding purposes the drawings shall be reduced in scale as indicated in the section on
preparation of bidding documents or to any other scale agreed to with NaMATA. The
Contractor shall submit and obtain approval from NaMATA the layout of all drawings
prior to preparation of any drawings.
The amount of detailing produced on the drawings shall be sufficient to convey in an
unambiguous manner the intentions of the designer and to facilitate construction of the
structure. No major or significant details shall be left to the discretion of the party
responsible for the supervision of the Works or to the Contractor.
All details drawn and dimensions shown on the drawings shall be to scale, however, in
circumstances where this is not the case, it shall be clearly stated on the drawings that
they are not to scale (NTS). To all such dimensions the abbreviation “NTS” shall be
added.
(i) Standard of draughting shall comply with the requirements of BS 5070 : Part 1;
(ii) The line thicknesses used shall not be less than the following:
Dimension drawings – 0,50 mm preferably with 0,35 mm minimum thickness in the
case of small or intricate detailing, and 0,25 mm for dimension lines;
Reinforcement detail drawings – 0,50 mm preferably with 0,35 mm minimum
thickness in the case of small or intricate reinforcing steel, 0,35 mm for structure
outlines and 0,25 mm for dimension or indicator lines;
Bending schedules – 0,50 mm thickness for sketches and 0,25 mm for dimension
lines.
Thika Road BRT Section VIII: Employer’s Requirements
19 | P a g e
(iii) The size (height) of letters for titles shall not be less than 5 mm, and for notes,
dimensions, etc., not less than 2,5 mm. The drawings shall be in black ink with the
writing on the drawing either stenciled or machine printed.
Standardized draughting practices shall be used for the arrangement of details on the
drawings, development and detailing of sections, presentation of details, dimensioning
and identification of items.
The information to be provided in the title block shall include the name of the bridge,
number of the structure, name of the watercourse, description or number of the road on
which the structure is located, kilometer distance.
Bridge drawings
For each bridge the set of working drawings shall consist of:
(i) Site plan
(ii) Longitudinal sections
(iii) Subsurface data
(iv) General arrangement drawing
(v) Foundation layout
(vi) Concrete drawing
(vii) Pre-stressing detail drawing
(viii) Reinforcement detail drawing
(ix) Parapet drawing
(x) Miscellaneous detail drawing
(xi) Bending schedules.
Major culvert drawings
For each major culvert the set of working drawings shall consist of the following:
(i) Site plan
(ii) General arrangement and concrete detail drawing
(iii) Reinforcement detail drawing
(iv) Bending schedules
Location Plan Scale
Key Plan 1: 20,000
Layout Plan and Longitudinal Section (1km) Hor: 1:2000
Plan: Contours at 0.5m intervals
Road Reserve and Coordinates
Control Beacons and Coordinates
Centre Line and 500m Coordinates
Utility Locations
Earthworks Limits
Properties in or near the road reserve
Vert:1:200
Line Diagrams:
Cross Road Drainage
Guardrails (L & R)
Kerbs (L & R)
Line Markings (L,C,R)
Road Signs
Subsurface Drain (L & R)
Side Drain (L & R)
Thika Road BRT Section VIII: Employer’s Requirements
20 | P a g e
Location Plan Scale
Climbing Lanes (L & R)
Longitudinal Section:
Original Ground Level
Existing Road Level
Final Road Level
Vertical Alignment data
Horizontal Alignment data
Final Levels (L,C,R)
Ground Level on c/l.
Camber and Super elevation.
Cross Sections Hor: 1:2000
Cross sections are to be provided at 100 m
intervals and at significant changes in cross section
Vert:1:200
Typical Cross Sections
Benching Details for Cut and Fill and Specification
Subgrade Preparation and Specification
Pavement Layer details
Soil Survey Layout Plan Hor: 1:2000
Contours at 0.5m intervals
Road Reserve and Coordinates
Control Beacons and Coordinates
Centre Line and 500m Coordinates
Utility Locations
Earthworks Limits
Vert:1:200
Longitudinal Section
Original Ground Level
Existing Road Level
Final Road Level
Test Pit Locations and Findings
Subgrade Preparation and Widening (L & R)
Borrow and Gravel Pit Details
Borrow Pit Location Plan 1:50,000
Roads
Land Boundaries
Pit Locations
Pit Design Sheet
Detailed Location Diagram
Pit Diagram
Control Beacons
Boundary Coordinates
Test Pit Coordinates
Contours
Ownership Details
Test Pit Materials Analysis Diagrams.
Recommended Materials Utilization.
At 20m intervals
Thika Road BRT Section VIII: Employer’s Requirements
21 | P a g e
Location Plan Scale
Drainage Schedules
Longitudinal Section through Culverts
Dimensions and Levels
Hydraulic Data
Culvert Type.
Schedule of Utility Services
Location
Service
Owner
Modification /Protection
Ducting Required
Remarks including Owners Contact (Name and Phone
Number)
General Drawings (if not covered in Design Manuals)
Typical Cross Sections
Transition Lane Details and Markings
Temporary Road Signs
Information Sign Details
Site Office Layouts
Site Laboratory Layout
Housing Layouts
Standard Culvert Details
Standard Guardrail Details
Junction and Urban Layout Drawings 1:200
Fully dimensioned layout drawings showing all road
furniture, lighting, road markings, guard rails etc for each
major rural junction and each urban or semi urban area
subject to a 50kph speed limit.
Design contours, setting out coordinates and levels
Accommodation Works Drawings and Schedules
To be prepared for each affected frontager Various
Structural Drawings Various
General Layout Drawings
Temporary Works Details
Abutment and Wing Wall Details
Deck Details
Foundations
Reinforcement Details
Scour and Erosion Protection Details
Bending Schedules
Precast Element Details
Standard Bearing Details
Railings and Ancillary Details
Thika Road BRT Section VIII: Employer’s Requirements
1 | P a g e
5.4 Construction Works shall be carried out in accordance with the provisions of the Conditions of
Contract, Standard Specification for Road and Bridges Construction 1986 Edition
Published by the Ministry of Transport and Communication and the special
specifications in Appendix B
Testing during Construction
Tests shall be done as per the Clause 7.4 of the Conditions of Contract and the
applicable Technical Standard. The type and nature of test shall depend on the type of
work and the approved design.
5.5 Test on/After Completion
5.5.1 Test on Completion
Test on completion shall be done as per the Conditions of Contract to demonstrate
that the Project performance and Contractual requirements have been met and the
road is functional. The following test shall apply;
1. Visual inspection of Works
2. Roughness Index
3. Deflection Test
4. Concrete strength
5. Cracking measurements/tests
6. Any other applicable test
5.5.2 As Built Documents and As Built Drawings
In addition to the provisions of the Conditions of Contract, within three (3) months
after the completion of each phase of the Construction Works the Contractor shall
provide NaMATA, with a Construction Completion Report, a schedule of fixed assets
and as-built drawings, in hard copy as well as in the agreed electronic format, and as
amended from time to time and all such other records as may be required and agreed
upon. Material as-built records shall be submitted in the same manner as the as-built
drawings within six weeks of each section being completed.
5.5.3 As-built Drawing
Prior to the commencement of Test on Completion, the Contractor shall submit to
NaMATA two sets of digitally-based as-built drawings for the entire project road on a
durable medium, suitable for reproducing copies, showing full details of the Works as
Constructed containing necessary identifiers to cross reference with specific
information in the Maintenance Manual. As–built drawings shall include:
The final layout of the Works at 1:500 scale or other approved scale
Finished ground levels for the whole of the in the form of spot levels on a 5 m
square plan grid for all earthworks/landscape slopes within the extent of the
Works undertaken, and, for carriageways and other paved areas, spot levels on
cross sections at maximum 20 m centres.
As-built records of all drainage systems including pipe class and levels,
bedding/surround details. etc.
All variations instructed by the Engineer;
Full pavement details;
Thika Road BRT Section VIII: Employer’s Requirements
2 | P a g e
Earthworks details including capping layer thicknesses and any special treatment
necessary at or below sub-grade level;
Drainage details showing all drainage runs, culverts and outfalls. If levels are not
indicated on drawings, schedules should be prepared and included as part of the
as-built records;
Structures details
Types of pipes and geotextiles used by the Contractor. Pollution traps, petrol
interceptors and flap valves, including access routes or arrangements and the
location of surface water drainage and channels shall also be indicated;
The precise location and depth of spare Utility ducts and their intended future use.
Depths and locations should be recorded relative to fixed reference points;
Road lighting, including column positions and electrical details;
Road signs, including legend, size and locations;
Road markings, Safety fences, including types, anchorages etc;
Kerbing, kerb types and paved verges.
Rock fall protection;
Details of sightlines/visibility splays; and
Areas of topsoil placing, including depth, and landscaping and planting (if any).
Electrical installations
5.5.4 Geotechnical Report
The Contractor shall provide a geotechnical report which will contain all geotechnical
data gathered by the Contractor as a result of investigations for the Works and
information of relevance to the maintenance of all earthworks. The Report shall
include, as a minimum, the following:
1. Earthworks: general description of earthworks - problems and their solutions, weather
conditions, plant used, haul conditions, comparison of predicted and actual quantities
of acceptable and unacceptable material, topsoil and planting details, etc.;
2. Cuttings: location of all materials excavated (and any replacement) and their
subsequent destination in the Works (with dates). Instability problems, unusual
ground conditions, ground water conditions and problems, etc.;
3. Embankments: source and location of all materials placed (with dates), plant used,
foundation treatments and settlements, instability problems, etc.;
4. Sub grade/pavement: problems with subgrade preparation. Placement methods (and
problems) for all pavement layers;
5. Imported materials: details of all imported materials - source, use, location in Works,
suitability, performance, etc.;
6. Structure foundations: records, effectiveness and problems of soil and ground water
conditions encountered, including Temporary Works. Pile logs, pile tests and other
relevant test details. Settlement records with dates of each major stage including
backfill of abutments and approach fills (give geometry). Settlement control stations,
as-built foundation dimensions, etc.;
7. Testing: summary of Site laboratory testing - moisture conditions value, dry density,
moisture content, particle size distribution, Atterberg limits, etc with comment on
results and effectiveness;
8. Instrumentation: give as-built details, including location, purpose, readings with dates,
and effect of resulting action. Performance and usefulness of installation, etc.
9. Summary: comment on need to continue monitoring or removal from Site; and give
summary of problems experienced and design changes.
Thika Road BRT Section VIII: Employer’s Requirements
3 | P a g e
5.5.5 Road Maintenance Manual
The Contractor will be required to supply a road maintenance manual, which is
intended to provide a reference document giving details of the road design and
construction and to identify areas where special maintenance (i.e. increased frequency
of inspection over the standard periods) is required and why. It shall be concise and
cross referenced to other relevant records, in particular to as-built drawings. It shall
contain the following:
a. A record of key design parameters (including pavement design) that could have a
bearing on future maintenance Works. Details such as assumed traffic flows used to
determine pavement thicknesses/PSV values etc should be included;
b. Details of the various pavement types and thicknesses used in the Contract, including
sub-base and capping (strengthened sub-grade) together with CBR’s taken or assumed
at sub-formation. Overlaid areas and the condition of existing foundations shall be
specifically noted. Material test results shall be listed and appended. Details shall also
be given of any pavement Works constructed during the hours of darkness. The
measurement of wind speed during laying of any wearing course material shall be
given;
c. Location and treatment of any items encountered, which could possibly become a
maintenance problem in the future such as soft areas, buried watercourses or unusual
or unforeseen conditions that arose during construction;
d. A brief description of the different material types used in embankment construction
and their locations. Any geotechnical problems that required special treatment shall be
recorded. Areas which required special drainage treatment or which need observation
after construction should be specifically noted, together with plans showing the areas
concerned;
e. A record of all features requiring particular attention by the maintaining authority,
with guidance on the type and frequency of the maintenance envisaged;
f. A record of where the road has been constructed through contaminated ground and
any special precautions that are required when working in the area both from an
engineering and health and safety point of view. Detailed location plans should be
included of any hazardous areas such as those likely to generate methane;
g. Drainage installation details and any problems with permanent drainage design and
construction. Details of any drainage runs which do not have self-cleansing velocity.
Potential problems with drainage outlets and lengths of water courses outside the
highway boundary where the Employer has a commitment to maintain them. Specific
reference shall be made to pollution control measures that have been incorporated in
the Works. This shall include pollution and petrol interceptors, pollution ponds and
flaps together with details of location, access arrangements for inspection and
maintenance, recommendations for maintenance, agreed emergency response
procedures for spillage of noxious substances and details of design and pollution
levels agreed with the relevant authority. Details of effectiveness of any temporary
drainage methods;
h. Any other items or areas for which the Employer will have a specific maintenance
responsibility, (e.g. acoustic fences and barriers, landscape areas or boundary fences,
including mammal proof fencing and details of noise fences);
i. Full details including accurate locations shall be given of any functioning
instrumentation or gas monitoring plant. The intention of any future monitoring shall
Thika Road BRT Section VIII: Employer’s Requirements
4 | P a g e
be specifically noted. Details of expected settlement of embankments should be
provided;
j. Full records of any experimental or trial features in the pavement construction or
elsewhere on the scheme, with liaison addresses and details, and details of reporting
procedures/reference;
k. Details of any operation/maintenance requirements arising from the RSA and agreed
by the Employer;
l. Details of pumping stations for highway drainage, including maintenance agreements
for pumps, availability of spares and automatic/emergency procedures for
breakdowns;
m. Any special conditions on balancing pond or ditch maintenance in terms of hydraulic
or environmental aspects;
n. Details of oil interceptors;
o. Appendices, including
key plan showing site chainage;
list of Contract drawings;
operations advice;
a copy of the Contractors defect list with programme showing outstanding Work
to be completed/rectified during the Defects Notification Period;
a copy of the Contractor’s Taking-Over Certificate for the whole or sections of the
Works
a list of Contractors and sub-Contractors and sources/suppliers of components;
and
the estimated costs of maintaining any non-standard elements;
p. full records shall also be included of any trials that have been carried out on Site; and
q. Fully detailed information necessary for a pavement management system.
5.5.6 Structures Maintenance Manual
The Contractor shall compile a structures maintenance manual in accordance with
Relevant Standards and in accordance with best international practice. The structures
maintenance manual shall include the following headings and sub-headings:
Inventory General Inventory Details
Structure Type Details
Structure Summary
Drawings Location Plan (and/or Strip Map)
General Arrangement Drawings
As-Built Drawings
Design and Check Certificates
Construction Compliance Certificates
Key Correspondence
Design Drawings
Design Option Choice
Construction Special Construction Techniques
Construction Problems and Repercussions
Materials, Components and Treatments Materials
Components
Thika Road BRT Section VIII: Employer’s Requirements
5 | P a g e
Surface and protective treatments
Certification and Tests
Operation Manual
Log Book
Access
Inspection Acceptance Inspection
Inspection Schedule
Inspection Records
Maintenance Routine Maintenance Schedule
Design Features Affecting Maintenance
Maintenance Cycle
Lifecycle Maintenance Plans
Assessment and Load Management Assessments and Review
Load Management
Legal
Environmental
Supplementary records
The structures maintenance manual shall include, without limitation:
1. The original (master) set of full size drawings, on a durable medium suitable for
reproducing copies, showing full details of the Works as constructed at an appropriate
scale;
2. A design calculations report. The Contractor’s designer shall prepare the design
calculations report which shall include, for each major element of the Works, design
the following information:
A description of the design philosophy, referring to principal standards employed
and
The various design parameters, and loadings used during design;
A schedule of principal calculations (including checks) required to define the
design details of the Contractor’s proposals forming the scheme; and
Copies of selected principal calculations, and records of checking procedures as
required by the Engineer;
3. Photographs of each structure. The photographs should show the general structural
elevations together with particular details such as bearing shelves (showing access for
inspection) and abutment inspection chambers. The photos should show good and bad
details with a note suggesting how the detail might be usefully improved in the future.
A general view of the bridge/structure in the surrounding landscape is also required.
Photographs must be in colour and to be a good standard. The colour prints should be
175 mm by 125 mm in size or any other agreed size and should be mounted and titled,
either in one album or in A4 loose leaf plastic wallets. The title should include, as a
minimum, the following information:
Structure;
Description;
Contract Name;
Designer;
Contractor;
Date; and
Photograph Reference; and
4. Fully detailed information necessary for a bridge management system.
Thika Road BRT Section VIII: Employer’s Requirements
6 | P a g e
5.5.7 Electrical Installations Maintenance Manual
The Contractor will be required to supply an Electrical Installations Manual, which is
intended to provide a reference document giving details of the installation design and
construction and to identify areas where special maintenance (i.e. increased frequency
of inspection over the standard periods) is required and why. It shall be concise and
cross referenced to other relevant records, in particular to as-built drawings. It shall
contain the following:
a) Sufficient as-built information and test certificates to enable any electrical equipment
to be operated on a day to day basis
b) The installation shall be commissioned and substantially completed so that no part of
the installation shall need to be de-commissioned for either electrical or civil remedial
Works. Adequate access shall be provided to the appropriate standard and shall be
compliant with the health and safety regulations;
c) As-built drawings details including site details, electrical circuits and electrical loads.
Any lines of demarcation between the Employer and local authorities must be clearly
identified. Details of mechanical equipment and labels;
d) An inventory of spare equipment held, quantities and where stored shall be provided
to the Employer;
e) An electrical certificate of compliance shall be handed to the Engineer.
5.5.8 Lighting Installations Manual
The Contractor will be required to supply a Lighting Installation manual, which is
intended to provide a reference document giving details of the installation design and
construction and to identify areas where special maintenance (i.e. increased frequency
of inspection over the standard periods) is required and why. It shall be concise and
cross referenced to other relevant records, in particular to as-built drawings. It shall
contain the following:
a) details of column supplier, make of lantern and model type, modification status, lamp
setting within lantern, lamp type and make of photo electrical cell (including serial
numbers of all units), shall be notified to the Engineer;
b) Schedules of equipment installed during the Works;
c) Schematic layouts of power distribution; and
d) A record of all cable joints.
5.5.9 Test after Completion
Test after completion shall be done as per the Conditions of Contract to demonstrate
that the Project performance and functionality of the road. The following test shall
apply;
1. Visual inspection of Works
2. Roughness Index
3. Deflection Test
4. Concrete strength
5. Cracking measurements/tests
6. Any other applicable test
Thika Road BRT Section VIII: Employer’s Requirements
7 | P a g e
CONTRACTOR’S REPORTING OBLIGATIONS
The Contractor shall be required to submit the following reports/documents to the Employer's
Representative during the project and at the completion of the Works for approval or
otherwise as a routine submission.
The Contractor is advised that there shall be project monitoring site meetings.
The Contractor shall include in the Contract Price costs related to Employer’s personnel
attending scheduled and ad hoc site related meetings where necessary. The costs shall cover
road and air travel, accommodation allowances, meals, among others.
The meetings at minimum shall include;
i. Preliminary and detailed design presentation meeting
ii. Presentations meeting with the project Key stakeholders
iii. Scheduled monthly progress monitoring site meetings
iv. Additional one ad hoc meeting per month
No extra cost will be paid to the Contractor for detailed design drawings and needed site
investigation. These costs are deemed to be included in the Contract Price.
5.6 Progress Monitoring The Contractor shall prepare the following project planning and progress reports:
Report Timing Description
Inception Report 4 weeks
from order
to
commence
Confirm methodology and work plan, task assignment,
project team and staff schedule and Log-Frame indicators
Project Control
Plan
6 weeks
from order
to
commence
Define all quality and performance controls for the
assignment
Monthly
Progress
Reports
Monthly* Concise summary of progress and key achievements in
previous month; planned activities for coming month; EVA
or similar update, identify critical issues to be addressed
and report against Log-Frame indicators. The Monthly
Progress Reporting should also include a presentation on
the Monthly Report to be made by the consultant to
NaMATA.
Quarterly
Progress
Reports
Quarterly* Update activity and staff schedule showing actual against
planned progress and achievement of Log-Frame
milestones / deliverables. Description of work completed in
previous quarter and planned activities for coming quarter.
Summary of issues addressed, identification of potential
problems, delays, etc. Quality Management Report. The
Quarterly Progress Reporting should also include a
presentation on the Quarterly Report to be made by the
consultant to NaMATA.
Draft 4 weeks Comparison of actual versus original planned activities,
Thika Road BRT Section VIII: Employer’s Requirements
8 | P a g e
Report Timing Description
Completion
Report
before
Contract
end
inputs, costs with reasons. Key issues raised and addressed
during the assignment. Evaluation of performance against
Log-Frame indicators. Outstanding issues.
Recommendations to NaMATA on how to improve service
provision. The Draft Completion Report should also
include a presentation on the Report to be made by the
Contractor to NaMATA.
Final
Completion
Report.
1 week after
Contract
end
As above, updated with final activities, inputs, costs, plus
incorporation of comments from NaMATA.
* Submission dates to be agreed with NaMATA
5.7 Contents of Monthly Progress Reports The Contractor shall submit a monthly progress report, and in any case accompanying
each interim payment request consisting of the following:-
A progress narrative;
Quality certifications;
Monthly baseline progress schedule update;
Monthly subContract report;
Quantity calculations;
Statement of materials and labour request
Order on Contract status report;
5.8 Contents of Progress Narrative Report The progress narrative shall summarize the following information:-
Activity and progress for the Contract, including design and construction and
identification of the start and completion dates of work on any major activities;
Quality Control efforts, including results of any Design Reviews and/or quality audits;
Problems/issues raised in previous progress reports or resolved during the period;
Critical schedule issues and proposed resolutions, proposal of actions planned to
correct negative float and explanation of potential delays and/or problems and their
estimated impact on performances and the substantial completion date; and
Issues which may need NaMATA’s attention on action for the next month, including
Design Reviews
5.9 Contents of Quality Certifications Report The Contractor shall submit monthly a certificate signed by the Design Quality Control
Manager and the Construction Quality Control Manager certifying the following to the
previous month:-
That all work, including that of the Designer, subContractor, suppliers, etc has been
checked and/or inspected by the Quality Control staff and that all work, except as
specifically noted in the certification, conforms to the requirements of the Contract; and
That the quality plan and all measures and procedures therein are functioning properly
and are being followed, except as specifically noted in the certification.
Thika Road BRT Section VIII: Employer’s Requirements
9 | P a g e
5.10 Contents of Order on Contract Status Report The Contractor shall provide a report of outstanding order on Contract requests
containing the following:-
The issue title;
A brief description of the change;
Any outstanding issues to be resolved;
The estimated cost and time implications; and
Projected resolution date.
5.11 Technical Reports In addition to the routine progress, inception and assignment completion reports described
above, the Contractor shall prepare the following technical reports, initially in draft form
for discussion with NaMATA and other relevant parties, and as Final Reports for as
approved by NaMATA.
The Contractor shall submit two electronic copy and one original hard copy of all draft
Technical Reports to NaMATA. Electronic reports shall be in a format that can be read
by Microsoft Office 2007 or earlier. NaMATA shall endeavour to review and approve or
comment on the draft reports and communicate its comments to the Consultant within
two weeks of their receipt. Documents and reports which are not structured
comprehensively will not be considered draft and will be returned to the Contractor for
revision.
The Contractor shall submit one electronic copy and one signed hard copy of all Final
Technical Reports to NaMATA.
The data files, if any, from calculations or drawings carried out using specialist software,
for example Road Design, Structural Design or Computer Aided Design, shall also be
submitted to NaMATA on non-rewritable discs or other agreed format. NaMATA shall
be the owner of all reports and documents submitted as a result of these services.
1. Design Base Statement
This shall define the set of design criteria and assumptions that are agreed by NaMATA
as the basis of all design work for the project. This may include revisions and alternatives
to the relevant technical manuals where appropriate.
2. Feasibility Study Report
This shall include a summary of all analysis carried out to assess the feasibility of the
proposed project, including route assessment, traffic studies, economic and financial
evaluation.
3. Preliminary Design Report
This shall include a summary of preliminary data collection and engineering
investigations including analysis and interpretation of findings, and preliminary design
drawings, cost estimates, risk assessment, and response to the safety audit findings.
4. Topographic Survey Report
This report shall contain a detailed description of the method of survey, a list of
established control points with their coordinates, the location of traverse control points, a
list of inter-visible control points, a list of scale factor for each established control point,
check control points, etc. All data shall be in electronic format for digital terrain model
usage.
Thika Road BRT Section VIII: Employer’s Requirements
10 | P a g e
The report should be sufficiently detailed to provide the supervision consultant and the
Contractor with adequate and easily referenced survey information during the
construction stage.
5. Hydrological and Hydraulic Report
This report shall detail all assumptions, standards and criteria used in the calculation of
peak run off from each catchment, and such calculations shall be submitted in full.
Hydraulic calculations shall be submitted for each existing or additional drainage
structure.
The condition of each existing structure shall be summarized and reasons stated for its
abandonment, extension or enlargement. The need for erosion or scour protection for
each structure shall be evaluated and quantified.
6. Soils Materials and Pavements Report
This report shall summarize all geotechnical, soils and pavement investigation findings,
including investigations relating to the identification and estimated volumes of borrow
pits, gravel pits and quarries.
Full details of identified geotechnical problems along the road alignment, such as weak
sub-grade and slope stability problems, shall be documented and calculations provided.
Remedial measures options shall be proposed and evaluated and quantified.
Testing regimes shall be described and all test results annexed.
7. Design Options Report
This shall be prepared where a number of design options have been considered and shall
include a description, summary of the analysis and recommendations as to the preferred
option proposed by the Contractor.
8. Detailed Design Report
The Report shall include a concise Design Statement, that provides a summary of all
design standards, criteria and assumptions used to prepare the design, and the dates and
scope of all survey and data collection activities. This shall be prepared in tabular form
and act as an Executive Summary to the design report.
The main report shall fully detail:
horizontal and vertical alignment design including the identification of key
constraints and considerations and mass haul calculations;
road pavement and drainage design including evaluation of whole life cost
options;
Structural Reports for all bridge and structures design, covering issues of
standardization, prefabrication, ease of construction and including annexed
detailed design calculations for each major structure;
Borrow pit, gravel pit and quarry identifications and design, including details of
haul routes and materials distribution within the Works;
Design of all highways ancillary features (safety fencing, road marking, traffic
signs, etc);
Provisional Traffic Management Plan.
Thika Road BRT Section VIII: Employer’s Requirements
11 | P a g e
The report shall include a list, in each section, the relevant design standards followed and
a Departures Report identifying all instances where these standards have been deviated
from and the reason for such deviation.
The report shall include the estimated Construction Quantities and Economic Analysis of
the presented design.
The report shall include a provisional traffic management plan detailing how motorized
and non-motorized traffic and pedestrians shall be accommodated during the construction
phase.
9. Road Safety Audit Reports
The reports for safety audits at each stage of the design process shall be prepared in
accordance with the Road Safety Audit Manual. The Contractor shall also prepare the
Responses Report to demonstrate how each item raised in the audit reports has been
addressed.
10. Environmental and Social Impact Assessment Report
The Contractor shall prepare the status of implementation of the EMP contained in the
Environmental and Social Impact Assessment Report (ESIA) prepared by NaMATA.
11. Special Specification
The design manual contains many options in relation to both materials requirements and
methods of construction. During the construction stage, the project site conditions and
availability of materials may render some options inappropriate. Further, for future
maintenance purposes there may be a need for standardization, particularly in relation to
street furniture and road markings.
The Contractor shall therefore review the General Specification and recommend specific
options, or possibly additional options, which shall be incorporated into the Works after
approval by NaMATA.
Thika Road BRT Section VIII: Employer’s Requirements
12 | P a g e
6 QUALITY ASSURANCE
6.1 Requirements
The Contractor shall operate a quality management system complying with ISO 9001:
2001 for the duration of the Contract.
The quality management system shall describe the management, organisation,
responsibilities, procedures, processes, resources and programme for the Works and
shall cover all stages of the Contract including design, procurement, execution,
construction, completion, testing, commissioning and activities during the Defects
Notification Period. The quality management system shall be contained in:
a. the design quality plan; and
b. the construction quality plan.
Where a quality plan refers to or relies on the Contractor’s quality manual or
procedures the relevant part of that manual or procedure shall be reproduced in the
relevant Quality Plan. There is no need to supply a complete quality manual.
6.2 Quality Plans
Specific quality plans shall be based on the requirements shown below unless
otherwise agreed by the Engineer and shall be submitted in two stages.
Stage 1 quality plans are required to be submitted with tenders and shall contain the
information required by Sections 22.3 and 22.4 below.
Stage 2 quality plans shall fully satisfy the needs of the Contract, the requirements of
ISO 9001:2000 and the relevant parties’ quality manuals and procedures. The stage 2
quality plans shall be approved by the Contractor’s Quality Director and shall then be
submitted to the Engineer for review and approval prior to commencement of any
related activity. No Work shall commence prior to the relevant quality certificate
(Annex 5) having been approved by the Engineer.
Each quality plan shall indicate “hold points”, i.e. points where no further Work or
activity will proceed without the written approval of the designated person identified
in the related quality procedure or Work instruction. All quality plans shall be
submitted with a completed quality certificate.
6.3 Design Quality Plan (Stage 1) The design quality plan (stage 1) shall contain (as a minimum):
• A copy of a current certificate from an accredited certification body showing that the
Contractor’s designer, and any associated or subContracted parties, operates a quality
management system complying with ISO 9001:2001;
• Identification of key personnel, with CV's, to be engaged in the design;
• Identification of key personnel, with CV's, to be engaged in checking and
• certification of the designs (where appropriate);
• List quality procedures to be provided;
• identify specialist activities and personnel;
• Describe arrangements for quality control; and
• Identify hold points.
Thika Road BRT Section VIII: Employer’s Requirements
13 | P a g e
6.4 Construction Quality Plan (Stage 1)
The construction quality plan (stage 1) shall contain (as a minimum):
• A copy of a current certificate from an accredited certification body showing that the
Contractor, and any associated or subContracted parties, operates a quality management
system complying with ISO 9001:2001;
• Identification of key personnel, with CV's;
• A list of Subcontractors to be employed;
• A list of quality procedures and method statements to be provided (paying particular
attention to control of Subcontractors' Work);
• Description of specialist activities and personnel;
• Description of arrangements for quality control of purchased products and materials;
• Description of control of workmanship;
• Identified hold points; and
• The Contractor’s designer's key personnel for examination of the Works, with CV's. The
Contractor shall provide an organisational chart showing the interrelationship between
these staff, design office staff and the Contractor’s staff for construction.
6.5 Quality Audits
The Contractor shall afford full opportunity for the Engineer to examine and audit his
quality management system and quality plans and those of its Subcontractors and
suppliers to ensure that the requirements of the Contract are being met. These quality
audits will be undertaken on a regular basis but reasonable notice shall be given to the
Contractor by the Engineer of the date of any such audit.
The Contractor shall rectify all non-compliances notified as a result of the audit by the
Engineer within the timescale set for such notification.
It is expected that the frequency of audits will be as follows:
a. Contractor and Contractor’s designer - no more than 2 audits per year; and
b. Supplier - 1 audit per year of a sample percentage.
In the event of specific problems arising, special audits, over and above the stated routine
audits may also be performed.
Thika Road BRT Section VIII: Employer’s Requirements
1 | P a g e
Appendix A:
Special Specifications for Road and Bridge Construction
Thika Road BRT Section VIII: Employer’s Requirements
2 | P a g e
Appendix A:
Special Specifications for Road and Bridge Construction
Description Clause Special Condition
Location and Extent
of Site
101 As specified in the Employer’s requirements.
Extent of Contract 102 As specified in the Employer’s requirements.
Drawings 103 As specified in the Employer’s requirements.
Programme 104 As specified in the Employer’s requirements.
Order of Work 105 As specified in the Employer’s requirements.
Submissions to the
Engineer
106 Time for submissions shall be as specified in the
Employer’s requirements.
Certificate of
Completion
107 The minimum length of road for which a Certificate of
Completion will be issued shall be as stated in the
Particular Conditions of Contract.
Method of
Construction
108 The Employer’s Representative normal working hours
shall be as stated in the Particular Conditions of
Contract.
Health, Safety and
Accidents
117 Add the following Sub-Clauses
(l) Compliance with the Occupational, Safety and Health
Act (OSHA), 2007.
(m) The Contractor shall take an active role in civic and
public health education to his employees and the
community in general. To this end the Contractor shall
initiate and co-ordinate a HIV/AIDS awareness
programme as detailed in the Employer’s requirement.
Use of Explosives 119 Add the following Sub-clause
119.1 Explosive and Blasting
The following shall apply to all provision, handling,
storage and use of explosives:
(a) The Laws of Kenya governing explosives
and other requirements and regulations of the
Government of Kenya and other authorities shall be
complied with.
(b) No explosives of any kind shall be used
without the prior written consent of the Employer.
Once this consent is granted, the Contractor shall be
solely responsible for obtaining, handling,
transporting, storing, accounting for using and
disposal of surplus detonators, fuses, bulk explosives
and any other thing associated with blasting, and for
complying in all respects with the safety and any
other regulations of the Government of Kenya for
blasting and shall indemnify the Employer against all
consequences whatsoever arising out of the consent
so given by the Engineer.
Thika Road BRT Section VIII: Employer’s Requirements
3 | P a g e
(c) The Contractor shall be solely responsible
for the provision, supply, handling, storage and
transportation of all explosive ancillary materials and
stores and all other things of every kind whatsoever
required for blasting operations and shall not
delegate or sub-Contract these activities without the
approval of the Employer.
(d) Before issuing the Contracts completion
Certificate, the Contractor shall remove all unused
explosives from the site on completion of the Works
or which are ordered by the Engineer, and shall
submit to the Employer written confirmation of
compliance with this instruction.
(e) The Contractor shall submit to the
Employer monthly returns detailing the quantity of
explosive brought to site together with quantities
used during the month and the location and quantity
of rock blasted.
Protection of Existing
Works and Services
120 Add the following:
Any damage to, or interference with, existing utilities,
caused by the Contractor’s operations during the
progress of the Works, shall be deemed to be the
responsibility of the Contractor, who shall undertake to
make good at his own expense any damage so caused to
the existing underground utilities or other features. The
Contractor shall be liable in respect of all claims arising
from such damages or interference that may occur.
The Contractor shall be responsible for arranging in
liaison with the relevant authorities as soon as the
requirements are known for the moving of or alterations
to services such as power and telephone lines, water
mains, sewers and surface water drains which are
affected by the Works. The arrangements for such
moving or alteration shall be subject to the agreement of
the Employer and the relevant authorities.
Diversion of services 121 Add the following;
a) The Contractor shall acquaint himself with the
position of all existing services such as sewers, water
pipes, underground drains, cables for electricity and
telephone lines, telephone and lighting poles etc
before commencing any excavation or other work
likely to affect existing services. The cost of all plant,
equipment and materials, labour, technical and
professional staff, transport and the like necessary for
Thika Road BRT Section VIII: Employer’s Requirements
4 | P a g e
determining such locations, including making good
any damage caused to such services, all to the
satisfaction of the Employer, shall be included in the
tender rates. No other payment will be made for the
costs of such operations, or for making good of
damage caused thereby to the existing services.
b) The Contractor shall pay any charges arising from
the moving of such services for which Provisional
Sums have been included in the Schedule of Prices.
Subject to the agreement of the Employer and upon
production of receipts, the Contractor shall be
reimbursed in interim certificates the net cost of such
moving or alteration plus the percentage inserted in
the Schedule of Prices for all costs and profits in
making the payments.
c) The Contractor shall be entirely responsible for and
shall repair at his own cost, any services that may be
damaged by his plant, equipment or personnel for not
following the laid down procedure of locating and
shifting services, or damage that may occur
subsequent to alteration of such services. The
Contractor shall indemnify the Employer against
claims arising from damages to existing services.
Liaison with
Government Officials
and Police
123 Add the following:
In addition to the requirements of maintaining liaison
with Government Officials and Police, the Contractor
shall be responsible for acquainting himself with all
current and valid ordinances or regulations, which may
affect the work.
Provision of land 124 Notwithstanding the provisions of this clause, all
requirements of land for deviations, quarries, stockpiles,
spoil areas and borrow pits when not in the road reserve
but required for construction purposes shall be approved
by the Employer, but the Contractor will make necessary
arrangements with the property owners concerned and
pay all charges arising therefrom, on or before
completion of the Contract.
The Contractor shall remove all temporary Works and
shall restore all such land to the condition in which it
was immediately prior to the occupation thereof as far as
is reasonable and practicable. No separate payment shall
be made to the Contractor on account of these items and
the Contractor shall make due allowance for them in his
rates.
Thika Road BRT Section VIII: Employer’s Requirements
5 | P a g e
The Employer shall not provide land for the Employer’s
Personnel houses.
Any encroachment of the road reserve, for example by
kiosks, shall be brought to the Employer’s attention by
the Contractor at the earliest opportunity.
Water Supply
125 Add the following:
There are some seasonal natural water courses, water
pans and boreholes which could be used as water
sources. In addition, there are privately owned boreholes
whose use can only be through private arrangements
between the owners and the Contractor.
The Contractor may create additional water sources by
systematic harvesting and conservation of seasonal
surface water runoff through various methods including
development of river courses, diversion of runoff to
borrow pits or other excavations he may have made. The
Contractor may also opt to drill new boreholes. No
separate payment will be made for such Works except
when the Contractor has received approval to sink
boreholes in which case payment will be made at rates
entered by the Contractor in the Schedule of Prices.
Before harvesting water from the natural watercourses,
water pans and boreholes, the Contractor will have to
seek the approval and obtain permits from the Ministry
responsible for Water and Natural Resources.
Excavations, borrow pits or natural ponds purposely used
for water harvesting shall be located, shaped, fenced or
otherwise safeguarded to the satisfaction of the Employer
so as not to present a danger to the people or animals nor
result into soil erosion.
In all cases and at all times the Contractor shall comply
with the regulatory provisions of the National
Environment Management Authority (NEMA). No
separate payment will be made for complying with
NEMA regulations.
Information from
Exploratory Borings
and Test Pits
127 Delete the contents of Clause 127 and substitute with the
following Sub-Clauses:
127.1 Materials Report
The Contractor shall include the material report
information from Exploratory Borings and Test pits.
A preliminary materials report may be availed by the
Employer for the Contractor’s information only, and any
Thika Road BRT Section VIII: Employer’s Requirements
6 | P a g e
conclusions in regard to suitability of materials, location
of borrow pits and material quantities, made by the
Contractor based on this information, shall be his own
responsibility.
127.2 Trial Sections
The Contractor shall allow in his programme for
construction of trial sections and carrying out tests upon
them as directed by the Employer. Trials would normally
be required at the start of each pavement layer and if
change of method or equipment deems it necessary as
directed by the Employer. The time for completion of the
Contract shall not be extended because of the time
needed to construct trial sections and evaluate the tests
on them.
At least fourteen (14) days before the work of laying any
pavement layer is commenced the Contractor shall
construct a trial at least 100 m in length and to the full
construction width and shall be laid to the specified
depth for the material. For each trial the Contractor shall
use the materials, mix proportions, mixing, laying,
compaction plants and construction procedure that he
proposes to use for the main work. The main work of
laying the pavement layer shall not be commenced until
this trial has been tested and approved by the Employer.
No variation in the construction procedure, mix
proportions, size, grading or source of any of the
constituents shall be made without the agreement of the
Employer who may first require new trial sections to be
carried out.
Trial sections, which eventually prove satisfactory, will
be paid for using the rates under the appropriate items in
the Schedule of Prices, as if the trial sections were part of
the normal work. No separate payment will be made for
trial sections and testing.
Signboards 131 Add the following Sub-Clause:
131.1 Provision of Signboards
At the commencement of the Contract, the Contractor
shall provide and erect five( 5No.) signboards, to be
located at the locations to be shown on the ground by the
Employer’s representative, and as instructed by the
Employer. All the signboards shall comply with the
requirements and details shown in the Book of
Thika Road BRT Section VIII: Employer’s Requirements
7 | P a g e
Drawings. Any amendments to the details in the Book of
Drawings, prior to the signboards being erected, shall be
with the approval of the Employer.
Housing
accommodation for
the Employer’s
Personnel, office and
laboratories for the
Employer’s Personnel
with laboratory and
survey equipment and
furniture
132 Facilities for Employer’s Personnel
Mobile Toilets
The Contractor shall provide adequate clean mobile
toilets on the various construction sites.
(a) Radio communication equipment
The Contractor shall install, maintain and license as
necessary a radio communications network for the
duration of the Contract and for the exclusive use of the
Employer. The communication network shall be
complete and shall consist of one fixed base radio station
complete with all accessories and complete trans-
receiver stations for each of the Employer’s Personnel
staff cars, mobile office and laboratory. 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. The model and make of
the radio communication system shall be approved by
the Employer.
The Contractor shall be responsible for obtaining all
necessary permits and licenses needed for the operation
of the radio call services. The Contractor shall maintain
the equipment in good working condition, including
charging of batteries for the mobile units.
Failure by the Contractor to provide or maintain the
equipment shall make him responsible for all costs that
may be incurred as a result of the Employer’s personnel
using alternative means of communication, including
delays in supervision and approval of the Works.
Ownership of the radio equipment shall revert to the
Employer on completion of the Contract.
Payment for complying with this requirement is included
in the Schedule of Prices.
(b) Mobile phones
The Contractor shall provide, connect and maintain six
(6) mobile phones for the exclusive use by the Employer
and for the duration of the Contract. The Contractor shall
provide airtime for these mobile phones as directed by
the Employer.
Thika Road BRT Section VIII: Employer’s Requirements
8 | P a g e
Employer’s Personnel Laboratory
The Contractor shall provide a fully equipped and
furnished standard ‘mobile’ laboratory with equipment
indicated in table below and maintain it for the duration
of the Contract. The mobile laboratory exterior shall be
of weather-proof construction material, provided with
mosquito-proof and burglar-proof windows and lockable
doors and suitably insulated against heat and cold, all to
the satisfaction of NaMATA in respect of construction,
design and siting. The floor shall be adequately damp,
and termite proofed.
The laboratory shall be connected with a piped potable
water supply, and 24-hour power supply suitable for
running the laboratory equipment, and with adequate
lighting and power points to the satisfaction of NaMATA
Equipment and Apparatus to be provided for the Employer’s Personnel mobile
laboratory
Scales and Balances Sample Preparation Equipment
No Item No Item
2
Heavy Duty Solution
Balance, 20 Kg Capacity ± 1
g
1 Hydraulic Sample Ejector
1 8-12 Kg Capacity Electronic
Balance, ± 0.1 g
1 Soil Mortar
1 5-8 Kg Capacity Electronic
Balance, ± 0.1 g
1 Soil Pestle
1 200-300 g Capacity
Electronic Balance, ± 0.01 g
1 Paraffin Warmer (2 qts.)
2 Buoyancy Balance, 6 Kg x
0.1g
1 Sealing Paraffin (50 lbs.)
Classification Equipment (BS1377) 1 Cone Mould and Tamping Rod, set
No Item 1 Density Basket
2 Complete Liquid Limit Set
(Casagrande ) Aggregates (BS 812-Complete set)
2 Plastic Limit Set Complete No Item
1 Pocket Penetrometer 2 Flakiness Gauge
1 Shrinkage Troughs 30 Sodium/Magnesium Sulfate salt, Kg
2 Shrinkage Limit Device 1 Los Angeles Abrasion Machine
Thika Road BRT Section VIII: Employer’s Requirements
9 | P a g e
Complete complete with all accessories
Specific Gravity Equipment (BS 1377)
(Coarse and Fine, also see Concrete Test
Set)
1 Organic Impurities Test complete
Set
No Item 1 Aggregate Crushing Value complete
set
1 Pycnometer Top and Jar 1 Aggregate Impact Value Device –
complete
4 Specific Gravity Bottles,
100ml.
10 Aluminium trays (0.45 x 0.2 x
0.03m)
3 Specific Gravity Bottles,
220-250 ml Field Density Test
Compaction Equipment (as per BS
1377)
No Item
No Item 4 25mm Steel Chisel
3 Procter Rammer (2.5 Kg) 4 Large Sand Scoop
6 Procter Mould (1 Liter) 10 Peg
5 Heavy Rammer (4.5Kg) 4 Density Pack
30 Ounce Moisture Content
Cans, 50 ml
4 Mixing Trowel
2 Dozen Straight Edge, 12” 4 Rubber Mallet
6 12” Ruler Knife 4 Field Density Plate
2 Vacuum air cleaner 4 Sampling Spoon
36 Complete set of CBR
Moulds
4 Sand Density Apparatus,
12 Swell Gauges complete with plastic jugs, set
Concrete Testing 4 Plastic Jugs and one gallon field
cans
No Item 4 Steel Hammer, 1 Kg
1 Concrete Measure ½ (cu. ft). 1 Cylindrical Container for Sand
Calibration, H = 152, dia = 152
4 Slump Cone, Set 2 Troxler or similar nuclear density
testing apparatus complete with
4 Tamping Rod Relative Density of Cohesion-less Soils for
Sand
4 Straight Edge No Item
2 Folding Rule, 3 m 1 Complete Relative Density Set.
220/50/1 ph A.C. (0.1 and 0.5 cu. ft.)
36 Cubic Moulds, 150x150x150
1 2000 Kn. Capacity Testing
Machine
1 Mixing Pan, 24 x 24 x 3” Deep
1 Guard for above tester, Set 1 Portable Platform Scale
1 Cubic Specimen Capping
Set
1 Straight Edge
6 Concrete Curing bottle, with
Thermometer
1 Hoist, minimum lifting capacity, 125
kg.
2 Cyclap Concrete Capping
Compound - 100 lbs Water
1 Concrete Test Hammer No Item
Thika Road BRT Section VIII: Employer’s Requirements
10 | P a g e
(Schmidt Hammer or
equivalent)
Sand Equivalent Test 1 Quality of Water Test, complete Set
No Item Sampling Bituminous Materials
1 Sand Equivalent Test Set No Item
10 Sand Equivalent Stock
Solution 1 kg Bottle
24 1Qt. Sample Can
Moisture - Density Test (BS 1377) 24 1 Qt. Small Mouth Can
No Item 6 Hubbard - Carmick Specific Gravity
testing Bottles
1 CBR Loading Machine,
electrical Mechanical Analysis of Soils
5 Heavy Compaction Rammer
(4.5 Kg) No Item
45 CBR Mould with all
accessories
1 Hydrometer, ASTM 151 H
2 Slotted Surcharge Weight 4 Stopwatch 30 min., 1/5 sec.
24 Surcharge Weight 1 Beaker Glass, 250 ml.
2 Filter Screen 6 Graduated Cylinder, 100 ml
2 Trimming Knife, 6” Blade 1 High Speed Stirrer
4 Plastic Graduated Cylinder,
100 ml.
3 Dispersing Agent, Kg
4 Plastic Graduated Cylinder,
200 ml. Penetration of Bituminous Materials
4 Plastic Graduated Cylinder,
1000 ml
Bitumen Penetrometer (Automatic
and Hand Operated)
10 Wash Bottle 12 Needles-Stainless steel or brass
Grade 440c
4 Small Sand Scoop Containers-Metal or glass cylindrical
flat bottom (tin boxes) 90ml capacity
4 Flexible Spatula 6”. Blade
1” wide
Water Bath
2 Sample Extruder Transfer dish for container
3 Collar, Detachable Thermometers for water bath
3 Tripod Stop watch or electric timer
2 Spacer Disc Heater-oven or hot plate
Asphalt Concrete Testing Viscosity of Bituminous Materials
No Item No Item
1 Bitumen extraction machine
(SMM type)
1 Kinematic Viscometer (Complete)
6 Beakers for above As
required solvent
2 Thermometers
2 Extractors 1 Water Bath (Thermostatical)
100 Cartridges for extractors 1 Timer
2 Bi-metal thermometer (0 –
300 0c) 100 and 300mm Time of Setting of Hydraulic Cement
2 Electrical thermometer (0 –
300 0c) No Item
1 0.10m core drilling machine Scales
Thika Road BRT Section VIII: Employer’s Requirements
11 | P a g e
with 12 core drills
Sampling and Testing Bituminous
Materials
1 Weights, Set
No Item Glass Graduate – 200 or 250 ml
capacity
12 0.5 ltr. Sample Can 1 Vicat Apparatus
12 0.5 ltr. Small Mouth Can Aggregate Testing
1 Penetro-meter with 5
needles No Item
1 Softening point devices
including heating
1 Flakiness Sieves
Marshall Test Miscellaneous
No Item No Item
1 Bench Mixer, 15 lt. capacity 1 Dynamic Cone Penetrometer (DCP)
2 Stirring Rod 1 Spare DCP Set - Penetrometer Shaft
and Hammer
1 Automatic Marshall
compaction machine with
hammer and pedestal
1 Heavy Duty DCP set(capable of 5m
depth)
12 Marshall compaction
moulds complete As
required filter paper for
moulds
40 Spare cones (additional cones to be
supplied as required)
1 Automatic Compression
Machine with flow and
stability gauges
1 Electric or petrol engine powered
light duty penetrometer on mobile
platform capable of penetration to 15
m depth, to include toolkit, spare set
of rods, sampling tubes to collect
undisturbed samples, spares for
engine, and 40 spare cones
(additional cones and rods to be
supplied as required)
1 Sample ejecting device 1 Piezometer
1 Stability Mould 1 Cictran DCP 3.0 software package
for DCP
1 Thermostatically controlled
Standard Water Bath to 60
deg. C
5 Settlement gauges
1 Refusal compaction
equipment BS 594
(Vibratory hammer)
2 Timing Device
1 Gyratory compaction
equipment full set including
spares
1 ¾” Sample Splitter
Miscellaneous
No Item No Item
1 2” Sample Splitter 1 Mechanical Sieve Shaker
20 Laboratory Thermometer 2 English Ruler
6 Armoured Thermometer 2 Metric Ruler
Thika Road BRT Section VIII: Employer’s Requirements
12 | P a g e
10 Pair - Asbestos Gloves 2 Large Log Book
10 Pair - Rubber Gloves 2 Pencil Sharpener
Sample Bags (number of
bags to be
2 6” Protractor
supplied as required) 1 Assorted French Curve Set
1 Trowel, Triangular blade 2 Claw Hammer
2 Deep Cement Pans, 18” X
18” X 3”
2 Hammer for Pull up Nails
1 Concrete Test Hammer 3 Dish Glass
1 Chloride, Alkalinity and 3 6” X 6” Ground Plate Glass
Water Hardness, Set 2 Assorted Screwdrivers (Set)
1 Extra 200,000 lb 12”
Capacity Gauge
6 Fire Extinguisher (Dry Type)
1 Gas or Kerosene - 3 Burner
Stove
6 Flash Light and Battery (Good
Quality)
3 Pocket Calculators,
Scientific
6 15” Clip Board
2 Type 30° and 45° - 12”
Triangle, Set
6 Cross Section Paper Pad
2 Type 30° and 45° - 6”
Triangle, Set
6 Table Brush
2 Rapidograph Lettering Set 1 10cm Coring Machine with set of
extra bits
2 Set English Lettering
Template (Plastic)
2 Vacuum Pump
12 Pocket Type Thermometers
25 - 125 F’, Set
12 Vacuum Pycnometers Plastic Tubing
for Vacuum Line, meter
2 200mm lid 3 Laboratory Tongs
2 200mm receiver 2 Vernier Caliper
2 300mm lid 3 Brass or Copper Brush
2 300mm receiver 3 Nailbrush (hard bristle)
2 Sieve, 75 mm, 300 mm
diam.
3 Point Brush 20-50 mm
2 Sieve, 63 mm, 300 mm diam 1 Point Brush 5-10 mm
2 Sieve, 50 mm, 300 mm
diam.
1 Trolley
2 Sieve, 37.5 mm, 300 mm
diam.
3 Refuse Bin
2 Sieve, 28 mm, 300 mm
diam.
1 Rain Gauge
2 Sieve, 20 mm, 300 mm
diam.
3 Shovel
2 Sieve, 14 mm, 300 mm
diam.
3 Spade
2 Sieve, 10 mm, 300 mm
diam.
3 Steel hammer, 2 Kg
2 Sieve, 6.3 mm, 300 mm
diam.
1 Water Still
2 Sieve, 5 mm, 300 mm diam. 1 Rapid Moisture Apparatus, Set
Thika Road BRT Section VIII: Employer’s Requirements
13 | P a g e
2 Sieve, 4 mm, 300 mm diam. 2 Mobile weighbridge.
2 Sieve, 3.35 mm, 300 mm
diam. Consumables
2 Sieve, 2.36 mm, 300 mm
diam. No. Item
2 Sieve, 2.0 mm, 200 mm
diam.
100 Cooking gas in 15 kg cylinders
2 Sieve, 1.18 mm, 200 mm
diam.
400 Gunny sacks
2 Sieve, 1 mm, 200 mm diam. 2500 Plastic bag 900 x 450 mm 1000
gauge
2 Sieve, 0.600 mm, 200 mm
diam.
2500 Plastic bag 300 x 450 mm 1000
gauge
2 Sieve, 0.425 mm, 200 mm
diam.
150 Filter paper 150 mm dia. Whatman
No. 5 (packs of 100)
2 Sieve, 0.300 mm, 200 mm
diam.
2 Sieve 0.212mm, 200 mm
diam
20 Filter paper 100 mm dia. Whatman
No. 5 (packs of 100)
2 Sieve, 0.150 mm, 200 mm
diam.
2 Sieve, 0.075 mm, 200 mm
diam.
100 Cotton waste (or drying cloths) kg.
2 Sieve 0.063 mm, 200mm
diam Additional consumables to be
Copies of the latest edition of the following Standard Specifications and publications.
2
Authentic
FIDIC
Copies
FIDIC Conditions of
Contract for EPC/Turnkey
Projects – First Addition
1999
1 Set BS.1924, complete set
1 Set BS.812, complete set 1 Set BS594, complete set
1 Set ASTM’s consolidation of
soils, testing and evaluation.
1 Set BS5835, Part 1.
1 Set BS.882, complete set. 1 Set BS598, complete set
1 Set BS.1377, complete set 1 Set Standard Specification for
Transportation Material and
Methods of Sampling and Testing
(AASHTO) Parts I and II
1 Set AASHTO – Guide for
designing of pavement
structures, Vol. 1 & 2
1 Set ASTM Volumes 04.01, 04.02 and
04.03
1 Set BS. 1881, complete set 1 Set Additional standard as requested
Description Clause Special Condition
Employer’s Personnel Survey Equipment
The Contractor shall provide the following survey equipment for the exclusive use of the
Employer’s Personnel
Thika Road BRT Section VIII: Employer’s Requirements
14 | P a g e
All the survey equipment shall be of a make and quality approved by the Employer and shall
be supplied to the Employer within one month of the Notice to Commence the Works. If not
supplied on time, the Contractor shall hire equipment at his own expense for use by the
Employer as a temporary measure. All the above survey equipment shall revert to the
Employer at the end of the Contract.
Survey Equipment to be provided for the Employer’s Personnel
Item
No. Equipment
Number
to be
Supplied
Remarks and accessories
1 Total Station Leica
TC 1201 or
approved equal
1 No. Plus accessories including on board,
downloading and processing Software, internal
battery and charger with connection cables.
Hard cover carrier case for the Total Station
2 Data Recorder 1 No. With charger unit, including downloading and
data processing software
3 External batteries
and charger
2 No. For the Total Station supplied.
4 Car Charger for
external battery
1 No. Including 4m long cables for connecting to the
12V car battery
5 Digital Level
Instrument
2 No. Plus accessories including tripods, internal and
external batteries and chargers, hard cover
carrier case.
6 Prisms 6 No. Compatible Tilting Super Prisms and carrier
bags
7 Traverse targets 3 No. With adopters for the prism
8 UHF FM 2-way
Portable Radios
2 pairs Plus accessories including batteries and charger
9 Optical Square 3 No. With carrier case
10 Tribrachs 4 No. With optical plumb, circular level bubble and
rotating adaptors
11 Prism Poles 4 No. 3.6m telescopic detail pole with attached bubble
and carrier cases
12 Metal Levelling
Staves - 5m long
4 No. Aluminium 5m-Invar Staves with bubble and
canvas covers
13 Ground plate 2 No. Ground plates for stable positioning of the
levelling staves
14 Tripods 4 No. Compatible adjustable Tripods
15 Vertical Bubbles 6 No. Universal levelling bubble
16 Precision Measuring
Wheel
1 No. Precision measuring wheel with folding grip for
distance measuring in the field. Shockproof
counting mechanism fitted over the measuring
Thika Road BRT Section VIII: Employer’s Requirements
15 | P a g e
Item
No. Equipment
Number
to be
Supplied
Remarks and accessories
wheel.
17 Steel Tape 50m 3 No. Nylon Clad steel open-reel tapes
18 Steel Tape 30m 4 No. Nylon Clad steel open-reel tapes
19 Metal Pocket steel
tapes (5m)
20No.
20 Steel tape repair kit 1No. With carrying case punch and eyeleting tool,
long and short eyelets and assortment of un-
graduated steel tape pieces.
21 Ranging Rods 2.0m
long
18No. 0.5m Red and White coloured point- jointed
rods. Metallic and joinable
22 Pole and staff stand
(holder)
2 No. Tripod like stand capable of holding poles and
staves vertically
23 Collapsible Safety
Traffic Cones
10 No. For road safety
24 Compass 2 No. with a highly resistant case
25 Steel Hammers (4kg
and 2kg)
3 No. 2 No. Sledge hammers 2kg weight and 1No.
4kg sledge hammer
26 Reflective Road
Safety Vests
12 No.
27 Vehicle mountable
Flashing road light
1 No. With adapters and cable
28 Scientific Calculator 4 No.
29 First Aid Kit 2 No. With first aid stuffs
30 Marking Paint 1doz White spray paint in cans(inverted marking
paint)
31 Survey Field Books 50 No. With Hard Cover
32 Marking Chalk To be supplied when required
33 Surveying Umbrella 3 No. Umbrella for protecting of the level from
obstructing light. Large diameter with carrying
bag, dismountable poles and guy ropes.
34 Pangas 6 No. Normal garden pangas or Machete
35 Gum Boots 8 pairs
36 12" Triangular
Architects’ Scale,
Plastic
3 No. Scale to be determined by the Engineer
37 Permanent Markers
Pens and Colour
Roll Flagging tape.
Red and Blue Markers. To be supplied when
required
38 Safety Hard Hat 10No.
Thika Road BRT Section VIII: Employer’s Requirements
16 | P a g e
Item
No. Equipment
Number
to be
Supplied
Remarks and accessories
39 3 metre straight
edge and wedges
3 No
In addition to the above, the following Items shall also be supplied.
Equipment Specification
A set of Dual Frequency
GPS receivers (1 Base
and 2 Rovers) with
accessories and
software, RTK facilities
and accessories.
Onboard, downloading
and processing
Software, internal and
external battery and
chargers with
connection cables. Hard
cover carrier cases
Rapid static (phase) Not more than
Static mode after initialization Horizontal: 5mm + 0.5 ppm
(rms)
Vertical: 10mm + 0.5 ppm
(rms)
Kinematic (phase) Not more than
Moving mode after initialization Horizontal: 10mm + 1 ppm
(rms)
Vertical: 20mm + 1 ppm (rms)
Not more than
Static (phase) with long
observations
Horizontal: 5mm + 0.5 ppm
(rms)
Vertical: 10mm + 0.5 ppm
(rms)
Not more than
Static and rapid static (phase) Horizontal: 5mm + 0.5 ppm
(rms)
Vertical: 10mm + 0.5 ppm
(rms)
Not more than
Kinematic (phase) Horizontal: 10mm + 1 ppm
(rms)
Vertical: 20mm + 1 ppm (rms)
Facilities for the Employer’s Personnel
(a) General
"Land for the office and laboratory shall be provided by the Employer."
"The design of the office and laboratory shall be as specified in the design drawings; any
alternatives shall be to the Employer’s approval. The office and laboratory may be new
or used subject to their condition being acceptable to the Employer. The Contractor shall
provide equipment and furniture in acceptance these Special Provisions."
"The supply of all potable water to all the facilities to be to World Health Organisation
Standards."
The Contractor shall provide accommodation facilities to the Employer’s personnel.
"The offices, laboratory and installations etc, including all required furniture and
equipment to be provided under this Contract shall be handed over to the Employer in a
Thika Road BRT Section VIII: Employer’s Requirements
17 | P a g e
finished and fully habitable condition not later than 30 days after the Engineer’s Order to
Commence Work and such buildings shall be to the entire satisfaction of the Employer.
Upon completion of the Contract, the office and laboratory if not rented and all furniture,
fixtures and equipment shall revert to the Employer and the Contractor shall clear the site
to the satisfaction of the Employer. All furniture and equipment to be transported to the
facilities of the Employer as instructed by the Employer."
"The power supply to all the facilities of the Employer to be made available 24 hours a
day. Generators should be made available at all the facilities. Emergency lighting to be
supplied at each facility."
Office for the Employer’s Personnel
a) General
"Upon completion of the Contract, the Employer’s Personnel office, buildings, furniture,
equipment, survey instruments, fixtures and services specified herein shall revert to the
Employer. At the end of the Project the Contractor shall be responsible for transportation
of office contents to the facilities of the Employer as directed."
"The Engineer’s office shall have a minimum and internal floor area of 150 m2. The
office shall be completely separate from that of the Contractor shall be fenced with a 2 m
high barbed wire fence and gate, with padlock and chain."
b) Documents
“Original documents of FIDIC Conditions of Contract for EPC/Turnkey Projects, First
Edition 1999, two copies for Employer.”
c) Furniture and Equipment
“All equipment, furniture, fixtures and surveying instruments to be provided as listed in
table 2 with additional attached list and survey instruments to be provided as listed in
table 3 to be approved by the Employer.
Table 3: Furniture and Equipment for Engineer's Office
No. Description Quantity
1. Meeting table, minimum 3.6 m x 1.5 m, with 8 chairs 1
2. Desk, minimum 1.8 m x 0.9 m, with lockable double chest of
drawers
8
3. Desk, minimum 1.5 m x 0.75 m, with lockable single chest of
drawers
10
4. Tables with smooth flat top, minimum 1.8 m x 0.9 m 4
5. Table for printers and scanner, minimum 1.2 m x 0.6 m 3
6. Swivel type sturdy and comfortable desk chairs 18
7. Visitors chairs 10
8. Table lamps 20
9. Waste paper baskets 18
Thika Road BRT Section VIII: Employer’s Requirements
18 | P a g e
No. Description Quantity
10. White board with accessories 6
11. Wall boards 2.4 m x 1.2 m 12
12. Steel filing cabinets, 1300 mm high, 460 mm wide and 600 mm
deep, each fitted with four lockable drawers on runners.
10
13. Steel general purpose lockable cabinets with shelves with at
least 1.5 sq.m. shelf area
10
14. Steel drawing cabinets suitable for storing all Contract
drawings
2
15. Drawing board for A1 drawings including draftsman's stool 1
16. Filing trays 18
17. Desktop with minimum Core i7 or, 3.0 GHz processor or
higher, multiscan 21” SVGA colour monitor (low radiation),
random access memory of min 32 GB, a CD/DVD
reader/writer (min 52xspeed), Network Card 10/100/1000 and a
hard disk with a capacity of 320 Giga bytes. The computer shall
have two serial ports, one parallel port, and four USB ports and
be supplied with a mouse. A voltage regulator and emergency
power interrupt unit (UPS) with 30 minutes duration shall also
be supplied. All of the above is to be supplied to the satisfaction
of the Employer. The tendered amount shall include for the
maintenance of the computers throughout the Contract period.
12
18. Desktop with minimum Core i7 or 3.0 GHz processor or
higher, multiscan 24” SVGA colour monitor (low radiation),
random access memory of min 2GB, a CD/DVD reader/writer
(min 52xspeed), Network Card 10/100/1000 and a hard disk
with a capacity of 320 Giga bytes. The computer shall have two
serial ports, one parallel port, and four USB ports and be
supplied with a mouse. A voltage regulator and emergency
power interrupt unit (UPS) with 30 minutes duration shall also
be supplied. All of the above is to be supplied to the satisfaction
of the Employer. The tendered amount shall include for the
maintenance of the computers throughout the Contract period.
2
Thika Road BRT Section VIII: Employer’s Requirements
19 | P a g e
No. Description Quantity
19 Laptop computer with a 17” XTFT colour screen, an i7 Core
3.0 GHz processor or higher, EISA Bus, IDE controller,
random access memory of min 4GB, a CD/DVD reader/writer
and a hard disk with a capacity of 400 Giga bytes minimum.
The computer shall have one parallel port, four USB ports and
be supplied with a mouse. A separate multiscan 24” SVGA
colour monitor 1024 x 768 resolution, 70 Hz refresh rate, ET
400 graphics card and a 201 keyboard shall also be provided
with necessary adaptor cable. The tendered amount shall
include for the maintenance of the computers throughout the
Contract period.
All desktop and laptop computers shall be supplied with the
latest version of the following fully licensed software:
Windows 7 Professional or later version
MS Office 2010 or later version
Approved virus detection software with update support
Latest version of MS Project for Windows
4
20 Laser printer with speed of 15 pages per minute and a
resolution of 1200x1200 DPI having carriage for up to A3
paper, plus stationery for the duration of the Contract.
2
21 Desk top hard drive for data storage with capacity up to 500
Gb, including USB connections
10
22 Photocopier with copy size up to A3, capable of reducing or
enlarging between A3 and A4, plus paper and other supplies for
the duration of the Contract.
1
23 A4 size laser colour printer 1
24 Facsimile transmitting machine (approved by the Engineer) 1
26 Scanner resolution 2400 DPI size A4 or similar approved by
the Engineer
2
27 Electronic calculators 12
28 Handheld GPS (Garmin GPSMAP 76C) or equivalent 3
29 Digital camera, min. 10.0 mega pixels and minimum 2
number 2 GB memory card
6
30 Binding machine 1
31 Paper punches 12
33 Paper staplers 12
34 Rain gauges 3
35 Thermometer (max/min) 2
36 First aid and snake bit kit 2
37 Fire extinguishers (dry type) 8
Thika Road BRT Section VIII: Employer’s Requirements
20 | P a g e
No. Description Quantity
38 Ceiling fans or portable fans as agreed with the Engineer 9
39 Air conditioners, 12,000 BTU/hr 9
40 Safe, min. size approx. 0.8 m x 0.5 m x 0.4 m, to be concreted
in place (either wall or floor mounted) complete with lock and
keys.
1
41 Refrigerator (minimum 120 litres) 1
42 Twin hot plates 1
43 Electric kettle 2
44 Water filters 2
45 Thermos jugs, 4.5 litres capacity 18
46 Set of plates, cups and glasses for 36 persons plus cutlery 1
Thika Road BRT Section VIII: Employer’s Requirements
21 | P a g e
Accommodation for the Employer’s Personnel
(a) General
The Contractor shall provide accommodation by renting the houses described below for
the entire Contract duration of the Contract for use by the Employer’s site personnel.
Upon completion of the Contract, furniture, equipment and fixtures as specified in the
design drawings and in Table 1 shall revert to the Contractor. All furniture, equipment
and fixtures to be transported to the facilities of the Employer as instructed."
(b) Upon completion of the Contract, the houses listed below shall revert to the Contractor ".
“The Type I house shall be furnished and equipped and in addition shall at least have
three bedrooms, two bathrooms (one en-suite), kitchen, dining room, living room and
store room/lock-up garage.”
“The Type II house shall be furnished and equipped and in addition shall at least have two
bedrooms, two bathrooms (one en-suite), kitchen, dining room, living room and store
room/lock-up garage.”
“The Type III house shall be furnished and equipped and in addition shall at least have
two bedrooms, one bathroom, kitchen, dining room, living room and store room.”
“The Type IV and V house shall be furnished and equipped and in addition shall at least
have one bedroom, one bathroom, kitchen, living room.”
Housing Units
House Type Number
I 4
II 5
III 5
IV 10
V 10
Thika Road BRT Section VIII: Employer’s Requirements
22 | P a g e
Furniture requirements for senior and junior staff houses
Description No. for each house unit
House Type I&II House Type III House
Type IV
House
Type
V
Double bed with mattress 1 1 Nil Nil
Single bed with mattress 2 2 2 2
Dining table 0.90 m by 1.5
m
1 1 2 2
Carver chairs 2 2 Nil Nil
Settee 1 1 Nil Nil
Dining chairs 6 4 4 4
Bedroom chairs 4 2 Nil Nil
Arm chairs with cushions 4 Nil Nil Nil
Dressing table with mirror
and stool
1 1 Nil Nil
Bathroom stool 1 1 Nil Nil
Cupboard (hanging and
shelved)
2 1 2 2
Desk ( 8 drawers) and
chair
1 1 Nil Nil
Thika Road BRT Section VIII: Employer’s Requirements
23 | P a g e
Coffee table 2 1 Nil Nil
Occasional table 2 1 Nil Nil
Book case 2 1 Nil Nil
Kitchen table 1 1 2 2
Side board 1 1 Nil Nil
Kitchen chairs 2 1 Nil Nil
Chest of drawers 2 1 Nil Nil
Table lamp 1 1 Nil Nil
Set of sheets for double
bed
2 1 Nil Nil
Set of sheets for single
bed
4 2 Nil Nil
Dinner service (set) 1 1 Nil Nil
Set of cutlery 1 1 Nil Nil
Set of pots and pans 1 1 Nil Nil
Set of kitchen utensils 1 1 Nil Nil
Table cloth 2 1 Nil Nil
Set of house cleaning
utensils
1 1 Nil Nil
Electric or gas cooker with
3 plates and oven
1 1 Nil Nil
Thika Road BRT Section VIII: Employer’s Requirements
24 | P a g e
Waste paper basket 4 2 2 2
Dustbin 1 1 2 2
Refrigerator with freezer
capacity 180 litres
1 1 Nil Nil
Gas or electric hot water
for kitchen and bathroom
1 1 Nil Nil
2 Kw Air conditioners 3 2 Nil Nil
Washing machine 1 1 Nil Nil
Table fans 4 2 Nil Nil
Carpets 2.0m x 1.0m 3 Nil Nil Nil
Carpet 3.0m x 4.0m 1 Nil Nil Nil
Curtains to all windows YES YES YES NO
Thika Road BRT Section VIII: Employer’s Requirements
25 | P a g e
Description Clause No Special Condition
Attendance upon the Engineer
and His Staff,
137 The following junior staffs required for
attendance to the Employer’s Personnel are
as listed below and shall be paid salaries,
allowances by the Contractor at prevailing
market rates.
Table 1.3: Staff for attendance upon the Employer’s Personnel
Staff description Number required Staff description Number
required
Assistant Resident Engineer 1 Survey Assistant 3
Inspector of Works 6 Draughtsman 1
Laboratory Technician 1 Levellers 6
Assistant Laboratory
Technician
3 Chain man 12
Laboratory Attendant 12 Office
Administrator
1
Secretary 1 General Clerk 1
Tea Girl/Office Attendant 1 Garden
Attendance
5
Office Messenger 1 House Attendant 4
Thika Road BRT Section VIII: Employer’s Requirements
26 | P a g e
Provision of vehicles, Clause 138
The Contractor shall provide fuel and maintain in good working conditions, with drivers all
the vehicles specified below.
All vehicles to be supplied by the Contractor shall be brand new, right hand drive, diesel
powered and fitted with air-conditioner and power steering as described below.
2 No. Type 1: Minimum 2.8 -litre 4-wheel drive, or equivalent approved, 5 door Sports
Utility Vehicle or similar approved, fitted with air bags, mobile telephone hands-free headset
and 2-way radio.
3 No. Type 2: Minimum 2.8 -litre 4-wheel drive, or equivalent approved, twin-cab pick-up,
fitted with mobile telephone hands-free headset and 2-way radio. .
2 No. Type 3: Minimum 2.7 -litre 4-wheel drive, or equivalent approved, single cab pick-up
(with canvas back and seat), fitted with mobile telephone hands-free headset and 2-way radio.
A minimum of 1 No. of either Type of vehicles above shall be for the Employer’s use on the
project and will be supplied and maintained by the Contractor throughout the Operations
Service Period. Payment will be made as for the vehicles to be supplied during the Design-
Build period.
The Contractor shall replace any vehicle by a similar new vehicle after it has completed
150,000Km.
Ownership of these vehicles will revert to the Contractor upon completion of the Contract.
Section 2: Materials and Testing of materials
Soils and gravels, Clause 205
Whenever in the Contract Documents, a minimum California Bearing Ratio (CBR) is
specified, the CBR of the material shall be at the specified degree of compaction after four
days of soaking in the case of virgin materials and after seven days curing plus seven days
soak in the case of cement or lime improved materials.
Bituminous binders, Clause 211
The ash content of penetration grade bitumen shall not exceed 0.5% by weight.
Setting out, Clause 301
Detailed setting out
Thika Road BRT Section VIII: Employer’s Requirements
27 | P a g e
Reference pegs shall be 50mm x 50mm in section, 600mm long driven 400 mm firmly into
ground and painted white above ground level. The offset from the centreline shall be
indicated by a small nail 20-25mm long with its head driven flush with the top of the peg.
Chainage, offset and reference elevation shall be clearly indicated on the sides of the peg to
the satisfaction of the Employer.
Site Clearance, Clause 401
Add the following as the last paragraph in Sub-clause (a):
The Contractor shall take care not to uproot or damage trees which are within the road
reserve but outside the construction width. After the Contractor has staked out the extent of
the road, the Employer, with the assistance of the Contractor, shall mark out the trees to be
removed. After removal, the trunks and branches of these trees shall be cut up into pieces
not more than 2.0 m in length, transported and neatly stored at the nearest Ministry of Roads
and Works camp at a position to be indicated by the Employer.
Section 5:Earthworks
Mass haul diagram, Clause 509,
No mass haul diagram has been provided with the Contract documents. The Contractor
shall locate suitable materials for constructing earthworks along the alignment and
elsewhere.
Borrow pits, Clause 511
“Fill material which is required in addition to that provided by excavation shall be obtained
from borrow pits to be located and provided by the Contractor but to the approval of the
Employer.”
Section 6: Quarries, Borrow Pits, Stockpile and Spoil Areas
General, Subclause 601
The Employer will not make available to the Contractor any land for quarries, borrow pits,
stockpile and spoil areas, except for those in the road reserves and specifically approved by
him.
The Contractor will be entirely responsible for locating and proving suitable sources of
materials complying with the Standard and Special specifications and for procurement,
winning, haulage to site of these materials, rehabilitating the borrow pits, quarries, stockpile
and spoil areas, and all costs involved therein. Similarly the Contractor will be responsible
for provision of areas for stockpiling materials and disposal of spoil, as well as the costs
thereof. Should there be suitable areas for spoil dumps or stockpiling within the road
reserve, the Contractor may utilise them, subject to the approval of the Employer.
Thika Road BRT Section VIII: Employer’s Requirements
28 | P a g e
No additional payment will be made to the Contractor to cover costs arising from the
requirements of this clause. The Contractor shall include the costs of complying with this
clause in the rates.
Section 7: Excavation and Fill for Structures
Description Clause Special Specification
Excavation
for River
Training
and new
watercourse
709
Add the following:
“For culvert widening the Contractor shall inspect the structures to
be widened and allow for any river training Works he deems
necessary in his rates for excavation.”
Stone
pitching
710
Add the following
All stone for pitching shall be capable of withstanding a crushing
stress of 20 N/mm² when soaked. The source of stone shall be free
from overburden, mudstone, cracks, sand holes, veins, laminations
or other imperfections as may be identified by the Employer
during the approval process.
Section 8: Culvert and Drainage Works
Bedding and
laying of pipe
culverts
809
Delete “round pipe culverts should normally be placed in the in
situ material directly”,and replace with "Usually the round
pipe culverts placed on the bottom of the ground not less than
100mm of macadam cushion" instead.
Minor
drainage
structures
816 Replace UF1 with F1
Thika Road BRT Section VIII: Employer’s Requirements
29 | P a g e
Appendix A:
Other Design Data
(To be provided to all bidders)
Thika Road BRT Section VIII: Employer’s Requirements
30 | P a g e
Appendix B: Other Design Data
The following data, will be provided by the client to all bidders within a period of one month
from the date of issue of bidding documents for information purposes only. Bidders should
however further appraise themselves of the project conditions through appropriate means to aid
in the preparation of their bids.
MOWT design manuals and specifications.
Traffic and axle load Data for the project road
Topographical survey report
Land Acquisition Management system
NaMATA Standard Special Specification Revision O (this should be read in conjunction
with the Ministry of Works and Transport General Specifications for Roads and Bridge
Works)