0% found this document useful (0 votes)
403 views636 pages

BID DOCUMENT (June 30, 2022)

1. The Government of Nepal is inviting bids for the upgrading of the Kakarbhitta - Laukahi Section of the East-West Highway funded by an ADB loan. 2. The project involves upgrading 45 km of the existing highway from a two-lane to a four-lane road along with service lanes, bridges and other structures. It is divided into five contracts. 3. Bids must be submitted electronically by August 14th, 2022. Bid security must be deposited and technical bids will be opened on the same date in the presence of bidder representatives.

Uploaded by

sujankhanal10
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
403 views636 pages

BID DOCUMENT (June 30, 2022)

1. The Government of Nepal is inviting bids for the upgrading of the Kakarbhitta - Laukahi Section of the East-West Highway funded by an ADB loan. 2. The project involves upgrading 45 km of the existing highway from a two-lane to a four-lane road along with service lanes, bridges and other structures. It is divided into five contracts. 3. Bids must be submitted electronically by August 14th, 2022. Bid security must be deposited and technical bids will be opened on the same date in the presence of bidder representatives.

Uploaded by

sujankhanal10
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 636

Government of Nepal

MINISTRY OF PHYSICAL INFRASTRUCTURE & TRANSPORT


DEPARTMENT OF ROADS
PROJECT DIRECTORATE (ADB)
Invitation for Bids (IFB)

IFB No.: SHEP/2022-01


Date of Publication: June 30, 2022
Loan No. Project No: 52097-003-NEP, SASEC Highway Enhancement Project for Kakarbhitta
and Title : - Laukahi Section of East-West Highway
Contract ID No. and Title: SHEP/OCB/KL/01, Upgrading of Kakarbhitta - Laukahi Section of East-West
Highway. (Ch: 0+000~45+000)
SHEP/OCB/KL/02, Upgrading of Kakarbhitta - Laukahi Section of East-West
Highway. (Ch: 45+000~85+000)
SHEP/OCB/KL/03, Upgrading of Kakarbhitta - Laukahi Section of East-West
Highway. (Ch: 85+000~95+760)
SHEP/OCB/MBKL /04, Construction of MAJOR BRIDGES, Ninda Bridge (Ch:
6+044), Biring Bridge (Ch: 23+261) & Kankai Bridge
(Ch:29+955) along East-West Highway
SHEP/OCB/MBKL/05, Construction of MAJOR BRIDGES, Ratuwa Bridge
(Ch:48+315), Bakra Bridge (Ch: 57+722) & Lohendra
Bridge (Ch:78+049) along East-West Highway
Deadline for Submission of August 14, 2022, 12:00 hours (Nepal Standard Time)
Bids:

1. The Government of Nepal has been going to receive the financing from the Asian Development Bank (ADB)
toward the cost of SASEC Highway Enhancement Project for Kakarbhitta - Laukahi Section of East-West
Highway. Part of this financing will be used for payments under the Contract named above. Bidding is open to
Bidders from eligible source countries of ADB.

2. The Ministry of Physical Infrastructure and Transport, Department of Roads, Project Directorate (ADB),
Kathmandu, Nepal (“the Employer”) invites sealed bids from eligible Bidders for the construction and
completion of projects mentioned below (“the Works”).

Contract ID No. : Title:


SHEP/OCB/KL/01 Upgrading of Kakarbhitta - Laukahi Section of East-West Highway. (Ch:
0+000~45+000) along East-West Highway
SHEP/OCB/KL/02 Upgrading of Kakarbhitta - Laukahi Section of East-West Highway. (Ch:
45+000~85+000) along East-West Highway
SHEP/OCB/KL/03 Upgrading of Kakarbhitta - Laukahi Section of East-West Highway. (Ch:
85+000~95+760) along East-West Highway
SHEP/OCB/MBKL/04 Construction of MAJOR BRIDGES: Ninda Bridge (Ch: 6+044) Biring Bridge (Ch:
23+261) &Kankai Bridge (Ch: 29+955) along East-West Highway
SHEP/OCB/MBKL/05 Construction of MAJOR BRIDGES: Ratuwa Bridge (Ch: 48+315) Bakra Bridge
(Ch: 57+722) & Lohendra Bridge (Ch: 78+049) along East-West Highway
Bidders may bid one or several contracts, as further defined in the bidding document. Bidders wishing to offer
discounts in case they are awarded more than one contract will be allowed to do so, provided those discounts are
included in the Letter of Price Bid.

3. Bidders are requested to specify the total price of the Bid in the Letter of Price Bid or the Total Bid Price in the
Summary of Bill of Quantities. Failure to specify the total price of the Bid in the Letter of Price Bid or in the
Summary of Bill of Quantities may be the ground for declaring the Bid non-responsive.
Government of Nepal
MINISTRY OF PHYSICAL INFRASTRUCTURE & TRANSPORT
DEPARTMENT OF ROADS
PROJECT DIRECTORATE (ADB)
Invitation for Bids (IFB)

4. Open competitive bidding (International Advertisement) will be conducted in accordance with ADB’s Single
stage: Two-Envelope bidding procedure and is open to all Bidders from eligible countries as described in the
Bidding Document.

5. To obtain further information and inspect the bidding documents, Bidders should contact:
Project Directorate (ADB), Department of Roads
Bishalnagar, Kathmandu, Nepal
Tel No.: +977 1 4437492 / 4437493 / 4414239
Fax No.: +977 1 4437488
E-mail: pdadb@dor.gov.np
Attention: The Project Director

Or may download the bidding document visiting PPMO e-GP system, www.bolpatra.gov.np/egp following
the procedure specified in e-GP guideline

6. To purchase the bidding documents in English,

 Eligible Bidders shall download the bidding documents for e-submission from PPMO e – GP system
www.bolpatra.gov.np/egp
 Bidders submitting their bids electronically should deposit a nonrefundable fee of NRs. 20,000.00 in case
of local currency or USD 200 (US$ Two hundred Dollars Only) for one set of bidding document of each
contract in the following Revenue Account.
Name of Name of Revenue Office Code Revenue Bank Swift
Bank office Account No. Heading No. code
Rastriya
Department of
Banijya
Roads, Project
Bank, 1000200010000 337013518 14229 RBBANPKA
Directorate
Thamel
(ADB)
Branch

7. A Pre-Bid Meeting will be held on July 26, 2022 at 13:00 hours (Nepal Standard time) at Department of Roads,
Project Directorate (ADB), Bishalnagar, Kathmandu, Nepal.

8. Deliver your bid

 electronically through PPMO’s e-GP system: www.bolpatra.gov.np/egp.

 on or before the deadline: Date: August 14, 2022, 12:00 hours ( Nepal Standard time).

 together with a Bid Security as described in the bidding document

The technical bids will be opened on August 14, 2022, 13:00 hours (Nepal Standard time) in the presence of
Bidders’ representatives who choose to attend.

9. When comparing Bids, ADB’s Domestic Preference Scheme will not be applied in accordance with the provisions
stipulated in the Bidding Document.
Government of Nepal
Ministry of Physical Infrastructure and Transport
Department of Roads
Project Directorate (ADB)
Bishalnagar, Kathmandu, Nepal

SASEC Highway Enhancement Project (SHEP)


(ADB Project No. 52097-003-NEP)

Kakarbhitta– Laukahi Section of East-West Highway (H01)


Package – 2: Ch 045+000 to Ch 085+000
Contract No. SHEP/OCB/KL/02

Phase 1: Upgrading Works


(Upgrading of existing road from 2-Lanes to 4 Lanes and Service Lanes,
Structures, Bridges, etc. including Defect Notification Period)

Phase 2: Performance Based Maintenance Works


(Maintenance works consisting of all activities to be carried out to
achieve and keep the road assets as defined in the PBM Specifications)

Bidding Document

Part I Bidding Procedures


Section1 Instruction to Bidders
Section2 Bid Data Sheet
Section3 Evaluation and Qualification Criteria Section
Section4 Bidding Forms incl. Bills of Quantities
Section5 Eligible Countries

June,2022

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate permission.
Preface
This Bidding Document for the Procurement of Works (Single Stage – Two Envelope) has been
prepared by the Government of Nepal, Ministry of Physical Infrastructure and Transport,
Department of Roads, Project Directorate (ADB) and is based on the Standard Bidding Document
for the Procurement of Works (SBD Works) issued by the Asian Development Bank dated
December, 2021.

ADB’s SBD Works has the structure and the provisions of the Master Procurement Document
entitled “Bidding Documents for the Procurement of Works”, prepared by multilateral
development banks and other public international financial institutions, except where ADB-
specific considerations have required a change.
SASEC Highway Enhancement Project (SHEP) Summary Description
Bidding Document Contract No. SHEP/OCB/KL/02

Table of Contents - Summary Description

PART I BIDDING PROCEDURES


Section 1 - Instructions to Bidders (ITB) ------------------------------------------------------------- 1-3
This Section specifies the procedures to be followed by Bidders in the preparation and
submission of their Bids. Information is also provided on the submission, opening, and
evaluation of bids and on the award of contract.

Section 2 - Bid Data Sheet (BDS) ----------------------------------------------------------------------- 2-1


This Section consists of provisions that are specific to each procurement and
supplement the information or requirements included in Section 1 - Instructions to
Bidders.

Section 3 - Evaluation and Qualification Criteria (EQC) ---------------------------------------- 3-1


This Section contains the criteria to determine the lowest evaluated bid and the
qualifications of the Bidder to perform the contract.

Section 4 - Bidding Forms (BDF) ----------------------------------------------------------------------- 4-1


This Section contains the forms which are to be completed by the Bidder and
submitted as part of his Bid.

Section 5 - Eligible Countries (ELC) ------------------------------------------------------------------- 5-1


This Section contains the list of eligible countries.

PART II REQUIREMENTS
Section 6 - Employer’s Requirements (ERQ) -------------------------------------------------------- 6-1
This Section contains the Specifications, Drawings, and Supplementary Information
that describe the Works to be procured, Personnel Requirements, and Equipment
Requirements.

Section 6A – Summary of Description of Works--------------------------------------


This Section contains the summary list of main works to be executed under the contract.
Specification, Special provisions and, the Drawings, that describe the Works to be procured.

Section 6B – Standard Specifications----------------------------------------------------


This document has been issued under the authority of the Government of Nepal, Ministry of
Physical Planning and Works, Department of Roads (2016 with amendment 2018), it can be
purchased from the Central Road Laboratory, Chakupat, Lalitpur.

Section 6C – Special Provisions


This section contains amendments, supplements, etc. to the standard specifications to suit the
specific requirements of the project, including sections regarding Minor Bridges and PBM works.

Section 6D – Environmental, Health and Safety Management Requirement


This section provides the Environmental, Health and Safety Management Requirement

Section 6E – Drawings
The drawings are presented in a separate volume.

.
SASEC Highway Enhancement Project (SHEP) Summary Description
Bidding Document Contract No. SHEP/OCB/KL/02
Section 6F
Supplementary Information Regarding Works to Be Procured
This section provides the supplementary information regarding the works

Section 6G– Personnel Requirements


This section provides the information on Personnel Requirements.

Section 6H – Equipment Requirements


This section provides the information on Equipment Requirements.

Section 6I- Check list for OCHS including arrangement for protection against COVID-19
This section provides check list for OCHS

PART III CONDITIONS OF CONTRACT AND CONTRACT FORMS


Section 7 - General Conditions of Contract (GCC) ------------------------------------------------ 7-1
This Section contains the general clauses that govern the Contract. These General
Conditions shall be the Conditions of Contract for Construction, Multilateral
Development Bank Harmonized Edition, prepared by the Fédération Internationale des
Ingénieurs-Conseil (FIDIC 2010 MDB version). These Conditions are subject to the
variations and additions set out in Section 8 (Particular Conditions of Contract).

Section 8 - Particular Conditions of Contract (PCC) --------------------------------------------- 8-1


This Section contains provisions that are specific to each contract and that modify or
supplement the GCC. Whenever there is a conflict, the provisions herein shall prevail
over those in the GCC

Section 9 - Contract Forms (COF) ---------------------------------------------------------------------- 9-1


This Section contains forms, which, once completed, will form part of the Contract.
The forms for Performance Security and Advance Payment Security, when required,
shall only be completed by the successful Bidder after contract award.

.
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

Section 1: Instructions to Bidders


This Section specifies the procedures to be followed by Bidders in the preparation and submission of their Bids.
Information is also provided on the submission, opening, evaluation of bids, and award of contract.

Table of Clauses

A. General ................................................................................................................................................. 1-6


1. Scope of Bid ...................................................................................................................................... 1-6
2. Source of Funds ................................................................................................................................ 1-6
3. Fraud and Corruption ....................................................................................................................... 1-6
4. Eligible Bidders .................................................................................................................................. 1-8
5. Eligible Materials, Equipment, and Services ................................................................................... 1-10

B. Contents of Bidding Document ........................................................................................................... 1-10


6. Sections of Bidding Document ...................................................................................................... 1-10
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting..................................................... 1-11
8. Amendment of Bidding Document................................................................................................ 1-12

C. Preparation of Bids ............................................................................................................................. 1-12


9. Cost of Bidding ................................................................................................................................ 1-12
10. Language of Bid............................................................................................................................... 1-12
11. Documents Comprising the Bid ...................................................................................................... 1-12
12. Letters of Bid and Schedules ........................................................................................................... 1-13
13. Alternative Bids ............................................................................................................................... 1-13
14. Bid Prices and Discounts ................................................................................................................. 1-13
15. Currencies of Bid and Payment ....................................................................................................... 1-14
16. Documents Comprising the Technical Proposal ............................................................................. 1-15
17. Documents Establishing the Qualifications of the Bidder .............................................................. 1-15
18. Period of Validity of Bids ................................................................................................................. 1-15
19. Bid Security/Bid-Securing Declaration ............................................................................................ 1-16
20. Format and Signing of Bid ............................................................................................................... 1-17

D. Submission and Opening of Bids ......................................................................................................... 1-17


21. Sealing and Marking of Bids ............................................................................................................ 1-17
22. Deadline for Submission of Bids ..................................................................................................... 1-18
23. Late Bids .......................................................................................................................................... 1-18
24. Withdrawal, Substitution, and Modification of Bids....................................................................... 1-18
25. Bid Opening .................................................................................................................................... 1-19

E. Evaluation and Comparison of Bids ..................................................................................................... 1-21


26. Confidentiality ................................................................................................................................ 1-21

1-4
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

27. Clarification of Bids ......................................................................................................................... 1-21


28. Deviations, Reservations, and Omissions ....................................................................................... 1-21
29. Examination of Technical Bids ........................................................................................................ 1-21
30. Responsiveness of Technical Bids ................................................................................................... 1-21
31. Nonmaterial Nonconformities ........................................................................................................ 1-22
32. Qualification of the Bidder.............................................................................................................. 1-22
33. Subcontractors ................................................................................................................................ 1-22
34. Correction of Arithmetical Errors ................................................................................................... 1-23
35. Conversion to Single Currency ........................................................................................................ 1-23
36. Domestic Preference ...................................................................................................................... 1-23
37. Evaluation and Comparison of Price Bids..................................................................................... 1-23
38. Abnormally Low Bids ...................................................................................................................... 1-24
39. Unbalanced or Front-Loaded Bids .................................................................................................. 1-24
40. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ................................................ 1-25
41. Notice of Intention for Award of Contract...................................................................................... 1-25

F. Award of Contract ............................................................................................................................... 1-25


42. Award Criteria ................................................................................................................................. 1-25
43. Notification of Award...................................................................................................................... 1-25
44. Signing of Contract .......................................................................................................................... 1-26
45. Performance Security ..................................................................................................................... 1-26
46. Bidding-Related Complaints ........................................................................................................... 1-26

1-5
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

A. General

1. Scope of Bid 1.1 In connection with the Invitation for Bids (IFB) indicated in the Bid Data Sheet
(BDS), the Employer, as indicated in the BDS, issues this Bidding Document
for the procurement of Works as specified in Section 6 (Employer’s
Requirements). The name, identification, and number of contracts of the
open competitive bidding (OCB) are provided in the BDS.

1.2 Throughout this Bidding Document,


(a) the term “in writing” means communicated in written form and
delivered against receipt;
(b) except where the context requires otherwise, words indicating the
singular also include the plural and words indicating the plural also
include the singular; and
(c) “day” means calendar day.

2. Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”) indicated in the
BDS has applied for or received financing (hereinafter called “funds”) from
the Asian Development Bank (hereinafter called “ADB”) toward the cost of
the project named in the BDS. The Borrower intends to apply a portion of the
funds to eligible payments under the contract(s) for which this Bidding
Document is issued.

2.2 Payments by the ADB will be made only at the request of the Borrower and
upon approval by ADB in accordance with the terms and conditions of the
Financing Agreement between the Borrower and ADB (hereinafter called
“Financing Agreement”), and will be subject in all respects to the terms and
conditions of that Financing Agreement. No party other than the Borrower
shall derive any rights from the Financing Agreement or have any claim to
the funds.

3. Fraud and 3.1 ADB requires Borrowers (including beneficiaries of ADB-financed activity) and
Corruption their personnel, as well as firms and individuals participating in an ADB-
financed activity, including but not limited to, Bidders, Suppliers, and
Contractors, agents, subcontractors, subconsultants, service providers, sub
suppliers, manufacturers (including their respective officers, directors,
employees and personnel) under ADB-financed contracts to observe the
highest standard of ethics during the procurement and execution of such
contracts in accordance with ADB’s Anticorruption Policy (1998, as amended
from time to time). In pursuance of this policy, ADB

(a) defines, for the purposes of this provision, the terms set forth below as
follows:
(i) “corrupt practice” means the offering, giving, receiving, or
soliciting, directly or indirectly, anything of value to influence
improperly the actions of another party;
(ii) “fraudulent practice” means any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other benefit
or to avoid an obligation;
(iii) “coercive practice” means impairing or harming, or threatening
to impair or harm, directly or indirectly, any party or the
property of the party to influence improperly the actions of a
party;

1-6
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

(iv) “collusive practice” means an arrangement between two or


more parties designed to achieve an improper purpose, including
influencing improperly the actions of another party;
(v) “abuse” means theft, waste, or improper use of assets related to
ADB-related activity, either committed intentionally or through
reckless disregard;
(vi) “conflict of interest” means any situation in which a party has
interests that could improperly influence that party’s
performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and regulations;
and
(vii) “integrity violation" is any act, as defined under ADB’s Integrity
Principles and Guidelines (2015, as amended from time to time),
which violates ADB’s Anticorruption Policy, including (i) to (vi)
above and the following: obstructive practice, violations of ADB
sanctions, retaliation against whistleblowers or witnesses, and
other violations of ADB's Anticorruption Policy, including failure
to adhere to the highest ethical standard.
(b) will reject a proposal for award if it determines that the Bidder
recommended for award or any of its officers, directors, employees,
personnel, subconsultants, subcontractors, service providers, suppliers
or manufacturers has, directly or through an agent, engaged in corrupt,
fraudulent, collusive, coercive, or obstructive practices or other integrity
violations in competing for the Contract;
(c) will cancel the portion of the financing allocated to a contract if it
determines at any time that representatives of the Borrower or of a
beneficiary of ADB-financing engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices or other integrity violations during the
procurement or the execution of that contract, without the Borrower
having taken timely and appropriate action satisfactory to ADB to
remedy the situation, including by failing to inform ADB in a timely
manner at the time they knew of the integrity violations;
(d) will impose remedial actions on a firm or an individual, at any time, in
accordance with ADB’s Anticorruption Policy and Integrity Principles and
Guidelines, including declaring ineligible, either indefinitely or for a
stated period of time, to participate1 in ADB-financed, -administered, or -
supported activities or to benefit from an ADB-financed, -administered,
or -supported contract, financially or otherwise, if it at any time
determines that the firm or individual has, directly or through an agent,
engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices or other integrity violations; and

(e) will have the right to require that a provision be included in bidding
documents and in contracts financed, administered, or supported by
ADB, requiring Bidders, suppliers and contractors , consultants,
manufacturers, service providers and other third parties engaged or
involved in ADB-related activities, and their respective officers, directors,
employees and personnel, to permit ADB or its representative to inspect
the site and their assets, accounts and records and other documents
relating to the bid submission and contract performance and to have

1
Whether as a Contractor, Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any other capacity (different names
are used depending on the particular Bidding Document).

1-7
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

them audited by auditors appointed by ADB.

3.2 All Bidders, consultants, contractors, suppliers, manufacturers, service


providers, and other third parties engaged or involved in ADB-related
activities, and their respective officers, directors, employees and personnel,
are obliged to cooperate fully in any investigation when requested by ADB to
do so. As determined on a case-by-case basis by ADB, such cooperation
includes, but is not limited to, the following:

(a) being available to be interviewed and replying fully and truthfully to all
questions asked;
(b) providing ADB with any items requested that are within the party’s
control including, but not limited to, documents and other physical
objects;
(c) upon written request by ADB, authorizing other related entities to
release directly to ADB such information that is specifically and
materially related, directly or indirectly, to the said entities or issues
which are the subject of the investigation;
(d) cooperating with all reasonable requests to search or physically inspect
their person and/or work areas, including files, electronic databases, and
personal property used on ADB activities, or that utilizes ADB’s
Information and Communications Technology (ICT) resources or systems
(including mobile phones, personal electronic devices, and electronic
storage devices such as external disk drives);
(e) cooperating in any testing requested by ADB, including but not limited
to, fingerprint identification, handwriting analysis, and physical
examination and analysis; and
(f) preserving and protecting confidentiality of all information discussed
with, and as required by, ADB.
3.3 All Bidders, consultants, contractors and suppliers shall require their officers,
directors, employees, personnel, agents to ensure that, in its contracts with
its sub-consultants, Subcontractors, and other third parties engaged or
involved in ADB-related activities, such sub-consultants, Subcontractors, and
other third parties similarly are obliged to cooperate fully in any investigation
when requested by ADB to do so.

3.4 The Employer hereby puts the Bidder on notice that the Bidder or any Joint
Venture partner of the Bidder (if any) may not be able to receive any
payments under the Contract if the Bidder or any of its Joint Venture
partners, as appropriate, is, or is owned (in whole or in part) by a person or
entity subject to applicable sanctions.

3.5 Furthermore, Bidders shall be aware of the provision stated in Subclause 1.15
and 15.6 of the Conditions of Contract.

4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, or government-owned
enterprise subject to ITB 4.5—or any combination of them with a formal
intent to enter into an agreement or under an existing agreement in the form
of a Joint Venture. In the case of a Joint Venture,

(a) all partners shall be jointly and severally liable; and


(b) the Joint Venture shall nominate a Representative who shall have the
authority to conduct all business for and on behalf of any and all the
parties of the Joint Venture during the bidding process and, in the event

1-8
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

the Joint Venture is awarded the Contract, during contract execution.

4.2 A Bidder, and all parties constituting the Bidder, shall have the nationality of
an eligible country, in accordance with Section 5 (Eligible Countries). A Bidder
shall be deemed to have the nationality of a country if the Bidder is a citizen
or is constituted, incorporated, or registered, and operates in conformity
with the provisions of the laws of that country. This criterion shall also apply
to the determination of the nationality of proposed Subcontractors or
Suppliers for any part of the Contract including related services.

4.3 A Bidder shall not have a conflict of interest. All Bidders found to have a
conflict of interest shall be disqualified. A Bidder may be considered to be in
a conflict of interest with one or more parties in the bidding process if any of,
including but not limited to, the following apply:
(a) they have controlling shareholders in common; or
(b) they receive or have received any direct or indirect subsidy from any of
them; or
(c) they have the same legal representative for purposes of this bid; or
(d) they have a relationship with each other, directly or through common
third parties, that puts them in a position to have access to material
information about or improperly influence the bid of another Bidder, or
influence the decisions of the Employer regarding this bidding process;
or
(e) a Bidder participates in more than one bid in this bidding process, either
individually or as a partner in a Joint Venture, except for alternative
offers permitted under ITB 13 of the Bidding Document. This will result
in the disqualification of all Bids in which it is involved. However, subject
to any finding of a conflict of interest in terms of ITB 4.3(a)-(d) above,
this does not limit the participation of a Bidder as a Subcontractor in
another Bid or of a firm as a Subcontractor in more than one Bid; or
(f) a Bidder, Joint Venture partner, associates, parent company, or any
affiliated entity, participated as a Consultant in the preparation of the
design or technical specifications of the works that are the subject of the
Bid; or
(g) a Bidder was affiliated with a firm or entity that has been hired (or is
proposed to be hired) by the Employer or Borrower as Engineer for the
contract; or

(h) a Bidder would be providing goods, works, or non-consulting services


resulting from or directly related to consulting services for the
preparation or implementation of the project specified in the BDS ITB
2.1 that it provided or were provided by any affiliate that directly or
indirectly controls, is controlled by, or is under common control with
that firm; or

(i) A Bidder that has a financial or familial relationship with staff of the
Employer including project implementing/executing agency, or of a
recipient of a part of the loan who: (i) are directly or indirectly involved
in the preparation of the bidding documents or specifications of the
contract, and/or the bid evaluation process of such contract; or (ii)
would be involved in the implementation or supervision of such contract
unless the conflict stemming from such relationship has been resolved in
a manner acceptable to ADB throughout the procurement process and

1-9
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

execution of the contract.

4.4 A firm will not be eligible to participate in any procurement activities under
an ADB-financed, -administered, or -supported project while under
temporary suspension or debarment by ADB pursuant to its Anticorruption
Policy (see ITB 3), whether such debarment was directly imposed by ADB, or
enforced by ADB pursuant to the Agreement for Mutual Enforcement of
Debarment Decisions. A bid from a temporarily suspended or debarred firm
will be rejected and such bid may be in breach of debarment conditions,
thereby subject to further ADB’s investigation.

4.5 Government-owned enterprises in the Employer’s country shall be eligible


only if they can establish that they (i) are legally and financially autonomous,
(ii) operate under commercial law, and (iii) are not a dependent agency of
the Employer.

4.6 A Bidder shall not be under suspension from bidding by the Employer as the
result of the execution of a Bid–Securing Declaration.

4.7 Bidders shall provide such evidence of their continued eligibility satisfactory
to the Employer, as the Employer shall reasonably request.

4.8 Bidders shall be excluded if, by an act of compliance with a decision of the
United Nations Security Council taken under Chapter VII of the Charter of the
United Nations, the Borrower’s country prohibits any import of goods from,
or payments to, a particular country, person or entity in respect of goods or
services originating in that country. Where the Borrower’s country prohibits
payments to a particular person or entity or for particular goods or services
by such an act of compliance, that firm shall be excluded.

4.9 In case a prequalification process has been conducted prior to the bidding
process, this bidding is open only to prequalified Bidders.

5. Eligible Materials, 5.1 The materials, equipment, and services to be supplied under the Contract
Equipment and shall have their origin in eligible source countries as defined in ITB 4.2, and all
Services expenditures under the Contract will be limited to such materials,
equipment, and services. At the Employer’s request, Bidders may be required
to provide evidence of the origin of materials, equipment, and services.

5.2 For purposes of ITB 5.1 above, “origin” means the place where the materials
and equipment are mined, grown, produced, or manufactured, and from
which the services are provided. Materials and equipment are produced
when, through manufacturing, processing, or substantial or major
assembling of components, a commercially recognized product results that
differs substantially in its basic characteristics or in purpose or utility from its
components.

B. Contents of Bidding Document

6. Sections of Bidding 6.1 The Bidding Document consist of Parts I, II, and III, which include all the
Document sections indicated below, and should be read in conjunction with any
addenda issued in accordance with ITB 8.

PART I Bidding Procedures


Section 1 - Instructions to Bidders (ITB)
Section 2 - Bid Data Sheet (BDS)
Section 3 - Evaluation and Qualification Criteria (EQC)

1-10
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

Section 4 - Bidding Forms (BDF)


Section 5 - Eligible Countries (ELC)
PART II Requirements
Section 6 - Employer’s Requirements (ERQ)
PART III Conditions of Contract and Contract Forms
Section 7 - General Conditions of Contract (GCC)
Section 8 - Particular Conditions of Contract (PCC)
Section 9 - Contract Forms (COF)

6.2 The IFB issued by the Employer is not part of the Bidding Document.

6.3 The Employer is not responsible for the completeness of the Bidding
Document and their addenda, if they were not obtained directly from the
source stated by the Employer in the IFB.

6.4 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Document. Failure to furnish all information or
documentation required by the Bidding Document may result in the rejection
of the bid.

7. Clarification of 7.1 A prospective Bidder requiring any clarification on the Bidding Document
Bidding Document, shall contact the Employer in writing at the Employer’s address indicated in
Site Visit, Pre-Bid the BDS or raise his inquiries during the pre-bid meeting if provided for in
Meeting accordance with ITB 7.4. The Employer will respond in writing to any request
for clarification, provided that such request is received no later than 21 days
prior to the deadline for submission of bids. The Employer shall forward
copies of its response to all Bidders who have acquired the Bidding
Document in accordance with ITB 6.3, including a description of the inquiry
but without identifying its source. Should the Employer deem it necessary to
amend the Bidding Document as a result of a request for clarification, it shall
do so following the procedure under ITB 8 and ITB 22.2.

7.2 The Bidder is advised to visit and examine the Site of Works and its
surroundings and obtain for itself on its own responsibility all information
that may be necessary for preparing the Bid and entering into a contract for
construction of the Works. The costs of visiting the Site shall be at the
Bidder’s own expense.

7.3 The Bidder and any of its personnel or agents will be granted permission by
the Employer to enter its premises and lands for the purpose of such visit,
but only upon the express condition that the Bidder, its personnel, and
agents will release and indemnify the Employer and its personnel and agents
from and against all liability in respect thereof, and will be responsible for
death or personal injury, loss of or damage to property, and any other loss,
damage, costs, and expenses incurred as a result of the inspection.

7.4 The Bidder’s designated representative is invited to attend a pre-bid


meeting, if provided for in the BDS. The purpose of the meeting will be to
clarify issues and to answer questions on any matter that may be raised at
that stage.

7.5 The Bidder is requested to submit any questions in writing, to reach the
Employer not later than 1 week before the meeting.

1-11
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

7.6 Minutes of the pre-bid meeting, including the text of the questions raised,
without identifying the source, and the responses given, together with any
responses prepared after the meeting, will be transmitted promptly to all
Bidders who have acquired the Bidding Document in accordance with ITB 6.3.
Any modification to the Bidding Document that may become necessary as a
result of the pre-bid meeting shall be made by the Employer exclusively
through the issue of an addendum pursuant to ITB 8 and not through the
minutes of the pre-bid meeting.

7.7 Nonattendance at the pre-bid meeting will not be a cause for disqualification
of a Bidder.

8. Amendment of 8.1 At any time prior to the deadline for submission of Bids, the Employer may
Bidding Document amend the Bidding Document by issuing addenda.

8.2 Any addendum issued shall be part of the Bidding Document and shall be
communicated in writing to all who have obtained the Bidding Document
from the Employer in accordance with ITB 6.3.

8.3 To give prospective Bidders reasonable time in which to take an addendum


into account in preparing their Bids, the Employer may, at its discretion,
extend the deadline for the submission of Bids, pursuant to ITB 22.2

C. Preparation of Bids

9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the Employer shall in no case be responsible or
liable for those costs, regardless of the conduct or outcome of the bidding
process.

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the bid
exchanged by the Bidder and the Employer, shall be written in the language
specified in the BDS. Supporting documents and printed literature that are
part of the Bid may be in another language provided they are accompanied
by an accurate translation of the relevant passages in the language specified
in the BDS, in which case, for purposes of interpretation of the Bid, such
translation shall govern.

11. Documents 11.1 The Bid shall comprise two envelopes submitted simultaneously, one called
Comprising the Bid the Technical Bid containing the documents listed in ITB 11.2 and the other
the Price Bid containing the documents listed in ITB 11.3, both envelopes
enclosed together in an outer single envelope.

11.2 The Technical Bid shall comprise the following:

(a) Letter of Technical Bid;


(b) Bid Security or Bid-Securing Declaration, in accordance with ITB 19;
(c) alternative Bids, if permissible, in accordance with ITB 13;
(d) written confirmation authorizing the signatory of the Bid to commit the
Bidder, in accordance with ITB 20.2;
(e) documentary evidence in accordance with ITB 17, establishing the
Bidder’s qualifications to perform the contract;
(f) Technical Proposal in accordance with ITB 16; and

1-12
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

(g) any other document required in the BDS.

11.3 The Price Bid shall comprise the following:

(a) Letter of Price Bid;


(b) completed Price Schedules, in accordance with ITB 12 and ITB 14;
(c) alternative price Bids, at Bidder’s option and if permissible, in
accordance with ITB 13; and
(d) any other document required in the BDS.

11.4 In addition to the requirements under ITB 11.2, Bids submitted by a Joint
Venture shall include a copy of the Joint Venture Agreement entered into by
all partners. Alternatively, a Letter of Intent to execute a Joint Venture
Agreement in the event of a successful Bid shall be signed by all partners and
submitted with the Bid, together with a copy of the proposed agreement.

12. Letters of Bid and 12.1 The Letters of Technical Bid and Price Bid, and the Schedules, including the
Schedules Bill of Quantities, shall be prepared using the relevant forms furnished in
Section 4 (Bidding Forms). The forms must be completed without any
alterations to the text, and no substitutes shall be accepted. All blank spaces
shall be filled in with the information requested and as required in the BDS.

13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative Bids shall not be
considered.

13.2 When alternative times for completion are explicitly invited, a statement to
that effect will be included in the BDS, as will the method of evaluating
different times for completion.

13.3 Except as provided under ITB 13.4 below, Bidders wishing to offer technical
alternatives to the requirements of the Bidding Document must first price
the Employer’s design as described in the Bidding Document and shall
further provide all information necessary for a complete evaluation of the
alternative by the Employer, including drawings, design calculations,
technical specifications, breakdown of prices, and proposed construction
methodology and other relevant details. Only the technical alternatives, if
any, of the lowest evaluated Bidder conforming to the basic technical
requirements shall be considered by the Employer.

13.4 When specified in the BDS, Bidders are permitted to submit alternative
technical solutions for specified parts of the Works. Such parts will be
identified in the BDS and described in Section 6 (Employer’s Requirements).
The method for their evaluation will be stipulated in Section 3 (Evaluation
and Qualification Criteria).

14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter of Price Bid and
Discounts in the Bill of Quantities shall conform to the requirements specified below.

14.2 The Bidder shall fill in rates and prices for all items of the Works described in
the Bill of Quantities. Items against which no rate or price is entered by the
Bidder will not be paid for by the Employer when executed and shall be
deemed covered by the rates for other items and prices in the Bill of
Quantities. Unit rates and prices for all items of the Works described in the
Bill of Quantities shall be expressed in positive values. If unit rates and prices
are expressed in negative values, the bid will be rejected.

1-13
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

14.3 The price to be quoted in the Letter of Price Bid, in accordance with ITB 12.1,
shall be the total price of the Bid, excluding any discounts offered. Absence
of the total bid price in the Letter of Price Bid may result in the rejection of
the Bid.

14.4 The Bidder shall quote any discounts and the methodology for their
application in the Letter of Price Bid, in accordance with ITB 12.1.

14.5 The prices shall be either fixed or adjustable as specified in the BDS.

(a) In the case of Fixed Price, prices quoted by the Bidder shall be fixed
during the Bidder’s performance of the contract and not subject to
variation on any account. A Bid submitted with an adjustable price will
be treated as nonresponsive and rejected.

(b) In the case of Adjustable Price, prices quoted by the Bidder shall be
subject to adjustment during performance of the contract to reflect
changes in the cost elements such as labor, material, transport, and
contractor’s equipment in accordance with the provisions of the
Conditions of Contract. A Bid submitted with a fixed price will be treated
as nonresponsive and be rejected. The Bidder shall furnish the indexes
and weightings for the price adjustment formulas in the Tables of
Adjustment Data included in Section 4 (Bidding Forms) and the Employer
may require the Bidder to justify its proposed indexes and weightings.
Any bid that omits indexes and weightings shall be subject to
clarification with the Bidder.

14.6 If so indicated in ITB 1.1, bids are being invited for individual contracts or for
any combination of contracts (packages). Bidders wishing to offer any price
reduction for the award of more than one Contract shall specify in their bid
the price reductions applicable to each package, or alternatively, to
individual Contracts within the package. Price reductions or discounts shall
be submitted in accordance with ITB 14.4, provided the Bids for all contracts
are submitted and opened at the same time.

14.7 All duties, taxes, and other levies payable by the Contractor under the
Contract, or for any other cause, as of the date 28 days prior to the deadline
for submission of bids, shall be included in the rates and prices and the total
Bid Price submitted by the Bidder.

15. Currencies of Bid and 15.1 The unit rates and the prices shall be quoted by the Bidder entirely in the
Payment currency specified in the BDS.

15.2 Bidders shall indicate the portion of the bid price that corresponds to
expenditures incurred in the currency of the Employer’s country in the
Schedule of Payment Currencies included in Section 4 (Bidding Forms).

15.3 Bidders expecting to incur expenditures in other currencies for inputs to the
Works supplied from outside the Employer’s country and wishing to be paid
accordingly may indicate the other currencies in the Schedule of Payment
Currencies included in Section 4 (Bidding Forms).

15.4 The rates of exchange to be used by the Bidder for currency conversion
during bid preparation shall be the selling rates for similar transactions
prevailing on the date 28 days prior to the deadline for submission of bids
published by the source specified in the BDS. If exchange rates are not so
published for certain currencies, the Bidder shall state the rates used and the

1-14
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

source. Bidders should note that for the purpose of payments, the exchange
rates confirmed by the source specified in the BDS as the selling rates
prevailing 28 days prior to the deadline for submission of Bids shall apply for
the duration of the Contract so that no currency exchange risk is borne by
the Bidder.

15.5 Foreign currency requirements indicated by the Bidders in the Schedule of


Payment Currencies shall include but not limited to the specific requirements
for

(a) expatriate staff and labor employed directly on the Works;


(b) social, insurance, medical and other charges relating to such expatriate
staff and labor, and foreign travel expenses;
(c) imported materials, both temporary and permanent, including fuels, oil
and lubricants required for the Works;
(d) depreciation and usage of imported Plant and Contractor's Equipment,
including spare parts, required for the Works;
(e) foreign insurance and freight charges for imported materials, Plant and
Contractor's Equipment, including spare parts; and
(f) overhead expenses, fees, profit, and financial charges arising outside the
Employer's country in connection with the Works.

15.6 Bidders may be required by the Employer to clarify their foreign currency
requirements, and to substantiate that the amounts included in the unit
rates and prices and shown in the Schedule of Payment Currencies are
reasonable and responsive to ITB 15.3 above, in which case a detailed
breakdown of its foreign currency requirements shall be provided by the
Bidder.

15.7 Bidders should note that during the progress of the Works, the foreign
currency requirements of the outstanding balance of the Contract Price may
be adjusted by agreement between the Employer and the Contractor in
order to reflect any changes in foreign currency requirements for the
Contract, in accordance with Subclause 14.15 of the Conditions of Contract.
Any such adjustment shall be effected by comparing the percentages quoted
in the bid with the amounts already used in the Works and the Contractor's
future needs for imported items.

16. Documents 16.1 The Bidder shall furnish a Technical Proposal including a statement of work
Comprising the methods, equipment, personnel, schedule, environmental, health and safety
Technical Proposal (EHS) management plan commensurate with the proposed scope of works,
EHS Code of Conduct, and any other information as stipulated in Section 4
(Bidding Forms), in sufficient detail to demonstrate the adequacy of the
Bidders’ proposal to meet the work requirements and the completion time.

17. Documents 17.1 To establish its qualifications to perform the Contract in accordance with
Establishing the Section 3 (Evaluation and Qualification Criteria) the Bidder shall provide the
Qualifications of the information requested in the corresponding information sheets included in
Bidder Section 4 (Bidding Forms).

17.2 Domestic Bidders, individually or in Joint Ventures, applying for eligibility for
domestic preference shall supply all information required to satisfy the
criteria for eligibility as described in ITB 36.

18. Period of Validity of 18.1 Bids shall remain valid for the bid validity period specified in the BDS. The

1-15
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

Bids bid validity period starts from the date fixed for the bid submission deadline
date prescribed by the Employer in accordance with ITB 22.1. A bid valid for a
shorter period shall be rejected by the Employer as nonresponsive.

18.2 In exceptional circumstances, prior to the expiration of the bid validity


period, the Employer may request Bidders to extend the period of validity of
their Bids. The request and the responses shall be made in writing. If a bid
security is requested in accordance with ITB 19, it shall also be extended 28
days beyond the deadline of the extended validity period. A Bidder may
refuse the request without forfeiting its bid security. A Bidder granting the
request shall not be required or permitted to modify its Bid.

19. Bid Security/Bid- 19.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part of its
Securing Declaration Bid, in original form, either a Bid-Securing Declaration or a bid security as
specified in the BDS. In the case of a bid security, the amount and currency
shall be as specified in the BDS.

19.2 If a Bid-Securing Declaration is required pursuant to ITB 19.1, it shall use the
form included in Section 4 (Bidding Forms). The Employer will declare a
Bidder ineligible to be awarded a Contract for a specified period of time, as
indicated in the BDS, if the Bid-Securing Declaration is executed.

19.3 If a bid security is specified pursuant to ITB 19.1, the bid security shall be, at
the Bidder’s option, in any of the following forms:

(a) an unconditional bank guarantee (hard copy of the bank guarantee or in


the form of SWIFT message MT760), or
(b) an irrevocable letter of credit, or
(c) a cashier’s or certified check.
all from a reputable source from an eligible country as described in Section 5
(Eligible Countries). In the case of a bank guarantee, the bid security shall be
submitted either using the Bid Security Form included in Section 4 (Bidding
Forms) or another form acceptable to the Employer. The form must include
the complete name of the Bidder. The bid security shall be valid for 28 days
beyond the original validity period of the bid, or beyond any period of
extension if requested under ITB 18.2.

19.4 Unless otherwise specified in the BDS, any Bid not accompanied by a
substantially compliant bid security or Bid-Securing Declaration, if one is
required in accordance with ITB 19.1, shall be rejected by the Employer as
nonresponsive.

19.5 If a bid security is specified pursuant to ITB 19.1, the bid security of
substantially nonresponsive Technical Bids shall be returned before opening
the Price Bids. The bid security of unsuccessful Bidders at Price Bid evaluation
shall be returned promptly upon the successful Bidder’s furnishing of the
performance security pursuant to ITB 45.

19.6 If a bid security is specified pursuant to ITB 19.1, the bid security of the
successful Bidder shall be returned promptly once the successful Bidder has
signed the Contract and furnished the required performance security.

19.7 The bid security may be forfeited or the Bid Securing Declaration executed, if

(a) notwithstanding ITB 24.3, a Bidder withdraws its bid during the period of
bid validity specified by the Bidder on the Letters of Technical Bid and

1-16
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

Price Bid, except as provided in ITB 18.2; or


(b) the successful Bidder fails to
(i) sign the Contract in accordance with ITB 44;
(ii) furnish a performance security in accordance with ITB 45;
(iii) accept the arithmetical correction of its Bid in accordance with ITB
34; or
(iv) furnish a domestic preference security, if so required.

19.8 If the bid security is required as per ITB 19.1, the bid security of a Joint
Venture shall be in the name of the Joint Venture that submits the Bid. If the
Joint Venture has not been legally constituted at the time of bidding, the bid
security shall be in the name of any or all of the Joint Venture partners. If the
Bid-Securing Declaration is required as per ITB 19.1, the Bid-Securing
Declaration of a Joint Venture shall be in the name of the Joint Venture that
submits the Bid. If the Joint Venture has not been legally constituted at the
time of bidding, the Bid-Securing Declaration shall be in the names of all
future partners as named in the letter of intent mentioned in ITB 4.1.

20. Format and Signing 20.1 The Bidder shall prepare one original set of the Technical Bid and one original
of Bid set of the Price Bid comprising the Bid as described in ITB 11 and clearly mark
it “ORIGINAL - TECHNICAL BID” and “ORIGINAL - PRICE BID.” Alternative Bids,
if permitted in accordance with ITB 13, shall be clearly marked
“ALTERNATIVE.” In addition, the Bidder shall submit copies of the Technical
and Price Bids, in the number specified in the BDS, and clearly mark each of
them “COPY.” In the event of any discrepancy between the original and the
copies, the original shall prevail.

20.2 The original and all copies of the Bid shall be typed or written in indelible ink
and shall be signed by a person duly authorized to sign on behalf of the
Bidder. This authorization shall consist of a written confirmation as specified
in the BDS and shall be attached to the bid. The name and position held by
each person signing the authorization must be typed or printed below the
signature. If a Bidder submits a deficient authorization, the Bid shall not be
rejected in the first instance. The Employer shall request the Bidder to
submit an acceptable authorization within the number of days as specified in
the BDS. Failure to provide an acceptable authorization within the period as
stated in the Employer’s request shall cause the rejection of the Bid. If either
the Letter of Technical Bid or Letter of Price Bid or Bid-Securing Declaration
(if applicable) is not signed, the Bid shall be rejected.

20.3 Any amendments such as interlineations, erasures, or overwriting shall be


valid only if they are signed or initialed by the person signing the Bid.

D. Submission and Opening of Bids

21. Sealing and Marking 21.1 Bidders shall submit their Bids as specified in the BDS. Procedures for
of Bids submission, sealing, and marking are as follows:

(a) Bidders submitting Bids by mail or by hand shall enclose the original of
the Technical Bid, the original of the Price Bid, and each copy of the
Technical Bid and each copy of the Price Bid, in separate sealed
envelopes, duly marking the envelopes as “ORIGINAL - TECHNICAL BID,”
“ORIGINAL - PRICE BID,” and “COPY NO… - TECHNICAL BID” and “COPY
NO…. - PRICE BID.” These envelopes, the first containing the originals

1-17
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

and the others containing copies, shall then be enclosed in one single
envelope per set. If permitted in accordance with ITB 13, alternative Bids
shall be similarly sealed, marked and included in the sets. The rest of the
procedure shall be in accordance with ITB 21.2 and ITB 21.5.
(b) Bidders submitting Bids electronically shall follow the electronic bid
submission procedures specified in the BDS.
21.2 The inner and outer envelopes shall

(a) bear the name and address of the Bidder;


(b) be addressed to the Employer in accordance with BDS 22.1; and
(c) bear the specific identification of this bidding process indicated in the
BDS 1.1.

21.3 The outer envelopes and the inner envelopes containing the Technical Bid
shall bear a warning not to open before the time and date for the opening of
Technical Bid, in accordance with ITB 25.1.
21.4 The inner envelopes containing the Price Bid shall bear a warning not to open
until advised by the Employer in accordance with ITB 25.7.

21.5 If all envelopes are not sealed and marked as required, the Employer will
assume no responsibility for the misplacement or premature opening of the
Bid.

22. Deadline for 22.1 Bids must be received by the Employer at the address and no later than the
Submission of Bids date and time indicated in the BDS.

22.2 The Employer may, at its discretion, extend the deadline for the submission
of Bids by amending the Bidding Document in accordance with ITB 8, in
which case all rights and obligations of the Employer and Bidders previously
subject to the deadline shall thereafter be subject to the deadline as
extended.

23. Late Bids 23.1 The Employer shall not consider any Bid that arrives after the deadline for
submission of bids, in accordance with ITB 22. Any bid received by the
Employer after the deadline for submission of Bids shall be declared late,
rejected, and returned unopened to the Bidder.

24. Withdrawal, 24.1 A Bidder may withdraw, substitute, or modify its Bid – Technical or Price –
Substitution, and after it has been submitted by sending a written notice, duly signed by an
Modification of Bids authorized representative, and shall include a copy of the authorization in
accordance with ITB 20.2 (except for withdrawal notices, which do not
require copies). The corresponding substitution or modification of the Bid
must accompany the respective written notice. All notices must be:

(a) prepared and submitted in accordance with ITB 20 and ITB 21 (except for
withdrawal notices, which do not require copies), and in addition, the
respective envelopes shall be clearly marked “WITHDRAWAL,”
“SUBSTITUTION,” “MODIFICATION”; and
(b) received by the Employer no later than the deadline prescribed for
submission of Bids, in accordance with ITB 22.

24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall be


returned unopened to the Bidders.

1-18
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

24.3 No Bid may be withdrawn, substituted, or modified in the interval between


the deadline for submission of Bids and the expiration of the period of bid
validity specified by the Bidder on the Letters of Technical Bid and Price Bid
or any extension thereof.

25. Bid Opening 25.1 The Employer shall open the Technical Bids in public at the address, on the
date and time specified in the BDS in the presence of Bidders` designated
representatives and anyone who chooses to attend. Any specific electronic
bid opening procedures required if electronic bidding is permitted in
accordance with ITB 21.1, shall be as specified in the BDS. The Price Bids will
remain unopened and will be held in custody of the Employer until the
specified time of their opening. If the Technical Bid and the Price Bid are
submitted together in one envelope, the Employer may reject the entire Bid.
Alternatively, the Price Bid may be immediately resealed for later evaluation.

25.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and
the envelope with the corresponding Bid shall not be opened, but returned
to the Bidder. No bid withdrawal shall be permitted unless the corresponding
withdrawal notice contains a valid authorization to request the withdrawal
and is read out at bid opening.

25.3 Second, outer envelopes marked “SUBSTITUTION” shall be opened. The inner
envelopes containing the Substitution Technical Bid and/or Substitution Price
Bid shall be exchanged for the corresponding envelopes being substituted,
which are to be returned to the Bidder unopened. Only the Substitution
Technical Bid, if any, shall be opened, read out, and recorded. Substitution
Price Bid will remain unopened in accordance with ITB 25.1. No envelope
shall be substituted unless the corresponding substitution notice contains a
valid authorization to request the substitution and is read out and recorded
at bid opening.

25.4 Next, outer envelopes marked “MODIFICATION” shall be opened. No


Technical Bid and/or Price Bid shall be modified unless the corresponding
modification notice contains a valid authorization to request the modification
and is read out and recorded at the opening of Technical Bids. Only the
Technical Bids, both Original as well as Modification, are to be opened, read
out, and recorded at the opening. Price Bids, both Original as well as
Modification, will remain unopened in accordance with ITB 25.1.

25.5 All other envelopes holding the Technical Bids shall be opened one at a time,
and the following read out and recorded:

(a) the name of the Bidder;


(b) whether there is a modification or substitution;
(c) the presence of a bid security or Bid-Securing Declaration, if required;
and
(d) any other details as the Employer may consider appropriate.

Only Technical Bids and alternative Technical Bids read out and recorded at
bid opening shall be considered for evaluation. Unless otherwise specified in
the BDS, all pages of the Letter of Technical Bid are to be initialed by at least
three representatives of the Employer attending bid opening. No Bid shall be
rejected at the opening of Technical Bids except for late bids, in accordance
with ITB 23.1.

1-19
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

25.6 The Employer shall prepare a record of the opening of Technical Bids that
shall include, as a minimum, the name of the Bidder and whether there is a
withdrawal, substitution, or modification; alternative proposals; and the
presence or absence of a bid security or Bid-Securing Declaration, if one was
required. The Bidders’ representatives who are present shall be requested to
sign the record. The omission of a Bidder’s signature on the record shall not
invalidate the contents and effect of the record. A copy of the record shall be
distributed to all Bidders who submitted Bids on time, and posted online
when electronic bidding is permitted.

25.7 At the end of the evaluation of the Technical Bids, the Employer will invite
bidders who have submitted substantially responsive Technical Bids and who
have been determined as being qualified for award to attend the opening of
the Price Bids. The date, time, and location of the opening of Price Bids will
be advised in writing by the Employer. Bidders shall be given reasonable
notice of the opening of Price Bids.

25.8 The Employer will notify in writing Bidders who have been rejected for
submitting nonresponsive Technical Bids and return their Price Bids
unopened together with their bid securities, before opening the Price Bids of
the substantially responsive Bidders.

25.9 The Employer shall conduct the opening of Price Bids of all Bidders who
submitted substantially responsive Technical Bids, in the presence of Bidders`
representatives who choose to attend at the address, on the date, and time
specified by the Employer. The Bidder’s representatives who are present
shall be requested to sign a register evidencing their attendance.

25.10 All envelopes containing Price Bids shall be opened one at a time and the
following read out and recorded:

(a) the name of the Bidder;


(b) whether there is a modification or substitution;
(c) the Bid Prices, including any discounts and alternative offers; and
(d) any other details as the Employer may consider appropriate.

Only Price Bids discounts, and alternative offers read out and recorded
during the opening of Price Bids shall be considered for evaluation. Unless
otherwise specified in the BDS, all pages of the Letter of Price Bid and Bill of
Quantities are to be initialed by at least three representatives of the
Employer attending bid opening. No Bid shall be rejected at the opening of
Price Bids.

25.11 The Employer shall prepare a record of the opening of Price Bids that shall
include, as a minimum, the name of the Bidder, the Bid Price (per lot if
applicable), any discounts, and alternative offers. The Bidders’
representatives who are present shall be requested to sign the record. The
omission of a Bidder’s signature on the record shall not invalidate the
contents and effect of the record. A copy of the record shall be distributed
to all Bidders who submitted Bids on time, and posted online when
electronic bidding is permitted.

1-20
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

E. Evaluation and Comparison of Bids

26. Confidentiality 26.1 Information relating to the examination, evaluation, comparison, and post
qualification of Bids and recommendation of contract award, shall not be
disclosed to Bidders or any other persons not officially concerned with such
process until information on the Contract award is communicated to all
Bidders.

26.2 Any attempt by a Bidder to influence the Employer in the evaluation of the
Bids or Contract award decisions may result in the rejection of its Bid.

26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of
Contract award, if any Bidder wishes to contact the Employer on any matter
related to the bidding process, it may do so in writing.

27. Clarification of Bids 27.1 To assist in the examination, evaluation, and comparison of the Technical
and Price Bids, the Employer may, at its discretion, ask any Bidder for a
clarification of its Bid. Any clarification submitted by a Bidder that is not in
response to a request by the Employer shall not be considered. The
Employer’s request for clarification and the response shall be in writing. No
change in the substance of the Technical Bid or prices in the Price Bid shall be
sought, offered, or permitted, except to confirm the correction of arithmetic
errors discovered by the Employer in the evaluation of the Price Bids, in
accordance with ITB 34.

27.2 If a Bidder does not provide clarifications of its Bid by the date and time set
in the Employer’s request for clarification, its Bid may be rejected.

28. Deviations, 28.1 During the evaluation of Bids, the following definitions apply:
Reservations, and
Omissions (a) “Deviation” is a departure from the requirements specified in the
Bidding Document;
(b) “Reservation” is the setting of limiting conditions or withholding from
complete acceptance of the requirements specified in the Bidding
Document; and
(c) “Omission” is the failure to submit part or all of the information or
documentation required in the Bidding Document.

29. Examination 29.1 The Employer shall examine the Technical Bid to confirm that all documents
of Technical Bids and technical documentation requested in ITB 11.2 have been provided, and
to determine the completeness of each document submitted.

29.2 The Employer shall confirm that the following documents and information
have been provided in the Technical Bid. If any of these documents or
information is missing, the offer shall be rejected.

(a) Letter of Technical Bid;


(b) written confirmation of authorization to commit the Bidder;
(c) Bid Security or Bid-Securing Declaration, if applicable; and
(d) Technical Proposal in accordance with ITB 16.

30. Responsiveness of 30.1 The Employer’s determination of a Bid’s responsiveness is to be based on the
Technical Bid

1-21
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

contents of the bid itself, as defined in ITB11.

30.2 A substantially responsive Technical Bid is one that meets the requirements
of the Bidding Document without material deviation, reservation, or
omission. A material deviation, reservation, or omission is one that,

(a) if accepted, would:


(i) affect in any substantial way the scope, quality, or performance
of the Works specified in the Contract; or
(ii) limit in any substantial way, inconsistent with the Bidding
Document, the Employer’s rights or the Bidder’s obligations
under the proposed Contract; or
(b) if rectified, would unfairly affect the competitive position of other
Bidders presenting substantially responsive Bids.

30.3 The Employer shall examine the technical aspects of the Bid submitted in
accordance with ITB 16, Technical Proposal, in particular, to confirm that all
requirements of Section 6 (Employer’s Requirements) have been met
without any material deviation, reservation, or omission.

30.4 If a Bid is not substantially responsive to the requirements of the Bidding


Document, it shall be rejected by the Employer and may not subsequently be
made responsive by correction of the material deviation, reservation, or
omission.

31. Nonmaterial 31.1 Provided that a Bid is substantially responsive, the Employer may waive any
Nonconformities nonconformities in the Bid that do not constitute a material deviation,
reservation, or omission.

31.2 Provided that a Technical Bidis substantially responsive, the Employer may
request that the Bidder submit the necessary information or documentation,
within a reasonable period of time, to rectify nonmaterial nonconformities in
the Technical Bid related to documentation requirements. Requesting
information or documentation on such nonconformities shall not be related
to any aspect of the Price Bid. Failure of the Bidder to comply with the
request may result in the rejection of its Bid.

31.3 Provided that a Technical Bidis substantially responsive, the Employer shall
rectify quantifiable nonmaterial nonconformities related to the Bid Price. To
this effect, the Bid Price shall be adjusted, for comparison purposes only, to
reflect the price of a missing or non-conforming item or component. The
adjustment shall be made using the method indicated in Section 3
(Evaluation and Qualification Criteria).

32. Qualification of the 32.1 The Employer shall determine to its satisfaction during the evaluation of
Bidder Technical Bids whether Biddersmeet the qualifying criteria specified in
Section 3 (Evaluation and Qualification Criteria).

32.2 The determination shall be based upon an examination of the documentary


evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to
ITB 17.1. Unless permitted in the BDS, the determination shall not take into
consideration the qualifications of other firms such as the Bidder’s
subsidiaries, parent entities or affiliates.

1-22
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

32.3 An affirmative determination shall be a prerequisite for the opening and


evaluation of a Bidder’s Price Bid. The Employer reserves the right to reject
the bid of any bidder found to be in circumstances described in GCC 15.2(e). A
negative determination shall result into the disqualification of the Bid, in
which event the Employer shall return the unopened Price Bid to the Bidder.

33. Subcontractors 33.1 Unless otherwise stated in the BDS, the Employer does not intend for the
contractor to execute any specific elements of the Works through nominated
subcontractors.

33.2 If subcontractors are proposed for any of the key activities listed in Section 3
(Evaluation and Qualification) Criteria 2.4.2, they shall be considered as
“Specialist Subcontractors” and shall meet qualification requirements for the
relevant key activities.

34. Correction of 34.1 During the evaluation of Price Bids, the Employer shall correct arithmetical
Arithmetical Errors errors on the following basis:

(a) If there is a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantity, the unit price shall
prevail and the total price shall be corrected, unless in the opinion of the
Employer there is an obvious misplacement of the decimal point in the
unit price, in which case the total price as quoted shall govern and the
unit price shall be corrected.
(b) If there is an error in a total corresponding to the addition or subtraction
of subtotals, the subtotals shall prevail and the total shall be corrected.
(c) If there is a discrepancy between the bid price in the Summary of Bill of
Quantities and the bid amount in item (c) of the Letter of Price Bid, the
bid price in the Summary of Bill of Quantities will prevail and the bid
amount in item (c) of the Letter of Price Bid will be corrected.
(d) If there is a discrepancy between words and figures, the amount in
words shall prevail, unless the amount expressed in words is related to
an arithmetic error, in which case the amount in figures shall prevail
subject to (a), (b) and (c) above.

34.2 If the Bidder that submitted the lowest evaluated bid does not accept the
correction of errors, its Bid shall be disqualified and its bid security may be
forfeited or its Bid-Securing Declaration executed.

35. Conversion to Single 35.1 For evaluation and comparison purposes, the currency(ies) of the Bid shall be
Currency converted into a single currency as specified in the BDS.

36. Domestic Preference 36.1 Unless otherwise specified in the BDS, domestic preference shall not apply.

37. Evaluation and 37.1 The Employer shall use the criteria and methodologies listed in this Clause.
Comparison of Price No other evaluation criteria or methodologies shall be permitted.
Bids

37.2 To evaluate the Price Bid, the Employer shall consider the following:

(a) the bid price, excluding Provisional Sums and the provision, if any, for
contingencies in the Summary Bill of Quantities, but including Daywork
items, where priced competitively;
(b) price adjustment for correction of arithmetic errors in accordance with
ITB 34.1;

1-23
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

(c) price adjustment due to discounts offered in accordance with ITB 14.4;
(d) converting the amount resulting from applying (a) to (c) above, if
relevant, to a single currency in accordance with ITB 35;
(e) adjustment for nonmaterial nonconformities in accordance with ITB
31.3;
(f) assessment whether the bid is abnormally low in accordance with ITB
38; and
(g) application of all the evaluation factors indicated in Section 3 (Evaluation
and Qualification Criteria).

37.3 The estimated effect of the price adjustment provisions of the Conditions of
Contract, applied over the period of execution of the Contract, shall not be
taken into account in bid evaluation.
37.4 If this Bidding Document allows Bidders to quote separate prices for different
contracts, and the award to a single Bidder of multiple contracts, the
methodology to determine the lowest evaluated price of the contract
combinations, including any discounts offered in the Letter of Price Bid, is
specified in Section 3 (Evaluation and Qualification Criteria).
37.5 The Employer shall compare all substantially responsive Bids to determine
the lowest evaluated Bid price, in accordance with ITB 37.2.

38. Abnormally Low bids 38.1 An abnormally low bid is one where the bid price, in combination with other
elements of the bid, appears to be so low that it raises concerns as to the
capability of the Bidder to perform the contract for the offered bid price.

38.2 When the offered bid price appears to be abnormally low, the Employer shall
undertake a three-step review process as follows:

(a) identify abnormally low costs and unit rates by comparing them with the
engineer’s estimates, other substantially responsive bids, or recently
awarded similar contracts;
(b) clarify and analyze the bidder’s resource inputs and pricing, including
overheads, contingencies and profit margins; and
(c) decide whether to accept or reject the bid.
38.3 With regard to ITB 38.2 (b) above, the Employer will seek a written
explanation from the bidder of the reasons for the offered bid price,
including a detailed analysis of costs and unit prices, by reference to the
scope, proposed methodology, schedule, and allocation of risks and
responsibilities. This may also include information regarding the economy of
the manufacturing process; the services to be provided, or the construction
method to be used; the technical solutions to be adopted; and any
exceptionally favorable conditions available to the bidder for the works,
equipment or services proposed.

38.4 After examining the explanation given and the detailed price analyses
presented by the bidder, the Employer may:

(a) accept the bid, if the evidence provided satisfactorily accounts for the
low bid price and costs, in which case the bid is not considered
abnormally low;
(b) accept the bid, but require that the amount of the performance security
be increased at the expense of the bidder to a level sufficient to protect

1-24
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

the Employer against financial loss. The amount of the performance


security shall generally be not more than 20% of the contract price; or
(c) reject the bid if the evidence provided does not satisfactorily account for
the low bid price, and make a similar determination for the next ranked
bid, if required.
39. Unbalanced or Front- 39.1 If the Bid, which results in the lowest evaluated Bid Price, is seriously
Loaded Bids unbalanced or front-loaded in the opinion of the Employer, the Employer
may require the Bidder to produce detailed price analyses for any or all items
of the Bill of Quantities, to demonstrate the internal consistency of those
prices with the construction methods and schedule proposed, as well as the
pricing and sources of materials, equipment and labor.

39.2 After the evaluation of the information and detailed price analyses presented
by the Bidder, the Employer may as appropriate:

(a) accept the Bid; or


(b) accept the Bid, but require that the total amount of the Performance
Security be increased at the expense of the Bidder to a level sufficient to
protect the Employer against financial loss in the event of default of the
successful Bidder under the Contract subject to ITB 45.2; or
(c) reject the Bid and make a similar determination for the next ranked bid.
40. Employer’s Right to 40.1 The Employer reserves the right to accept or reject any Bid, and to annul the
Accept Any Bid, and bidding process and reject all Bids at any time prior to contract award,
to Reject Any or All without thereby incurring any liability to Bidders. In case of annulment, all
Bids Bids submitted and specifically, bid securities, shall be promptly returned to
the Bidders.

41. Notice of Intention 41.1 If Standstill provisions apply as specified in the BDS, the standstill period shall
for Award of be defined in the BDS to specify the duration subsequent to notification of
Contract intention for award of contract (before making the actual contract award)
within which any unsuccessful bidder can challenge the proposed award.

F. Award of Contract

42. Award Criteria 42.1 The Employer shall award the Contract to the Bidder whose offer has been
determined in line with ITB 37 to ITB 39 above to be the lowest evaluated Bid
and is substantially responsive to the Bidding Document, provided further
that the Bidder is determined to be qualified to perform the Contract
satisfactorily.

43. Notification of 43.1 Prior to the expiration of the period of bid validity and upon expiry of the
Award standstill period specified in ITB 41.1, or upon satisfactory resolution of a
complaint filed within standstill period, if applicable, the Employer shall
transmit the Notification of Award through issuance of Letter of Acceptance
using the form included in Section 9 (Contract Forms) to the successful
Bidder, in writing, that its Bid has been accepted.

43.2 Unless standstill period applies, upon notification of award through issuance
of Letter of Acceptance, unsuccessful Bidders may request in writing to the
Employer for a debriefing seeking explanations on the grounds on which
their Bids were not selected. The Employer shall promptly respond in writing
and/or in a debriefing meeting to any unsuccessful Bidder who, after
publication of contract award, requests a debriefing.

1-25
SASEC Highway Enhancement Project (SHEP) Part I, Section 1- Instructions to Bidders
Bidding Document Contract No. SHEP/OCB/KL/02

43.3 Until a formal contract is prepared and executed, the notification of award
through issuance of Letter of Acceptance shall constitute a binding Contract.

43.4 Within 2 weeks of the award of contract or expiry of the standstill period,
where such period applies, or, if a complaint has been filed within the
standstill period, upon receipt of ADB’s confirmation of satisfactory
resolution of the complaint, the borrower shall publish in an English language
newspaper or widely known and freely accessible website the results
identifying the bid and lot or package numbers, as applicable and the
following information:

(a) name of each Bidder who submitted a Bid;


(b) bid prices as read out at bid opening;
(c) name and evaluated prices of each Bid that was evaluated;
(d) name of Bidders whose bids were rejected and the reasons for their
rejection; and
(e) name of the winning Bidder, and the price it offered, as well as the
duration and summary scope of the contract awarded.
44. Signing of Contract 44.1 Promptly after notification, the Employer shall send the successful Bidder the
Contract Agreement.

44.2 Within 28 days of receipt of the Contract Agreement, the successful Bidder
shall sign, date, and return it to the Employer.

45. Performance 45.1 Within 28 days of the receipt of notification of award through issuance of
Security Letter of Acceptance from the Employer, the successful Bidder shall furnish
the performance security in accordance with the conditions of contract,
subject to ITB 38 and ITB 39, using for that purpose the Performance Security
Form included in Section 9 (Contract Forms), or another form acceptable to
the Employer. If the bank issuing performance security is located outside the
Employer’s country, it shall be counter-guaranteed or encashable by a bank
in the Employer’s country.

45.2 Failure of the successful Bidder to submit the abovementioned performance


security or to sign the Contract Agreement shall constitute sufficient grounds
for the annulment of the award and forfeiture of the bid security or
execution of the Bid-Securing Declaration. In that event, the Employer may
award the Contract to the next lowest evaluated Bidder whose offer is
substantially responsive and is determined by the Employer to be qualified to
perform the Contract satisfactorily.

45.3 The above provision shall also apply to the furnishing of a domestic
preference security if so required.

46. Bidding-Related 46.1 The procedures for dealing with Bidding-Related Complaints arising out of
Complaints this bidding process are specified in the BDS.

1-26
SASEC Highway Enhancement Project (SHEP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/ICB/KL/02

Section 2 - Bid Data Sheet


A. General

ITB 1.1 The number of the Invitation for Bids (IFB) is: SHEP/2022-01

ITB 1.1 The Employer is:


Project Director, Project Directorate (ADB) of Department of Roads under Ministry of Physical
Infrastructure and Transport, Kathmandu, Nepal.

The Authorized Representative is: Project Director,


The Project Directorate (ADB)

ITB 1.1 The name of the open competitive bidding (OCB) is:
Upgrading of Kakarbhitta - Laukahi Section of East-West Highway.
The identification number of the OCB is: SHEP/OCB/KL
The contract identification number of this package is: SHEP/OCB/KL/02 The number and
identification of lots comprising this OCB are “5 (Five)” with the following Contract identification
numbers:
Contract package ID No.: SHEP/OCB/KL/01
Contract package ID No.: SHEP/OCB/KL/02
Contract package ID No.: SHEP/OCB/KL/03
Contract ID No.: SHEP/OCB/MBKL/04
Contract ID No.: SHEP/OCB/MBKL/05

A bidder may submit its bid for any one of the above packages, or any combination of the above
packages.

All the above packages shall be subject to multiple contracts evaluation, comparison and
aggregated capacity assessment, as stipulated in Clause 1.8 of Section 3 (Evaluation and
Qualification Criteria).

Separate Bidding documents are being issued for each of the above packages. This
Bidding document is for the Contract package ID No.: SHEP/OCB/KL/02: Upgrading of
Kakarbhitta-Laukahi Section of East-West Highway (Section 01) from Km 045+000 to Km
85+000 with two phases viz. Phase 1: Upgrading Works - Upgrading from 2- lanes to 4-lanes
and service lanes, structures, Bridges, etc. including Defect Notification Period and Phase 2:
Performance Based Maintenance (PBM) Works - PBM maintenance works consisting of all
activities to be carried out to achieve and keep the road assets as defined in the Specifications
on that upgraded road section.

2-1
SASEC Highway Enhancement Project (SHEP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/ICB/KL/02

The Works under the Contract package will consist of upgrading of Kakarbhitta-Laukahi Section of
ITB 1.1
East-West Highway (Section 01) from Km 045+000 to Km 85+000 with two phases viz:
Phase 1: Upgrading Works
Upgrading of existing road from 2-Lanes to 4 Lanes and Service Lanes, Structures, Bridges, etc.
including Defect Notification Period.
Phase 2: Performance Based Maintenance (PBM) Works
1.Maintenance Works consisting of all activities to be carried out by the Contractor to achieve and
keep the road asset as defined in the Performance Based Maintenance Specifications, and all
activities related to their management.
2.Emergency Works consisting of activities needed to reinstate any road assets which have been
abnormally damaged as a result of natural or manmade phenomena such as storms, flooding,
earthquakes, major accidents, etc. and which are not covered under monthly lump sum rates of
maintenance works.

ITB 2.1 The Borrower is: Nepal


ITB 2.1 The name of the Project is SASEC Highway Enhancement Project (SHEP)

ITB 3.1
Add the following paragraph at the end sub clause 3.1.

During evaluation process and/or even after recommendation for award If the Employer determines, based
on reasonable evidence, that a bidder has engaged in corrupt, fraudulent, collusive or coercive practices, or
other integrity violations, including the failure to disclose any required information which constitutes a
fraudulent practice, in competing for, then the Employer shall, and expel the bidder from the evaluation
and or contract award process, and the provisions of Clause 19.7 ( C ) shall apply. The Employer may
recommend for blacklisting to the concerned authorities.

ITB 4.1 After the last paragraph of ITB 4.1 add:


Throughout the bidding documents, including under Section 1, Section 2, Section 3, and Section 4,
the expressions “Joint Venture” or “JV” shall have the same meaning as stipulated under the
Conditions of Contract Sub-Clause 1.1.6.11; and “JV Undertaking” as stipulated in PCC Sub-Clause
1.1.6.12.
Similarly, in the context of Joint Venture, throughout the bidding documents, the word “leader”, as
stipulated under the Conditions of Contract Sub-Clause 1.14, is synonymous with the word
“Representative” and with the words “lead partner” and with “Lead Partner”; the word “member” is
synonymous with the word “partner” and with “Partner”; and the word “members” is synonymous
with “partners” and with “Partners”. The words “JV Undertaking” is synonymous with “JV
Agreement” and “Joint Venture Agreement”.

(i) Contents of Bidding Documents


ITB 7.1 For clarification purposes only, the Employer’s address is:
Attention: The Project Director
Project Directorate (ADB), Department of Roads, Bishalnagar,
Kathmandu
Tel No.: +977 1 4437492/4437493
Fax. No.: +977 1 4437488
E-mail: pdadb@dor.gov.np

ITB 7.4 A Pre-Bid meeting shall take place. It will be at the following date, time and place:

2-2
SASEC Highway Enhancement Project (SHEP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/ICB/KL/02

Date : As per IFB


Time : 13:00 hours (Nepal Standard Time)
Place: Project Directorate (ADB). Bishalnagar, Kathmandu
A site visit conducted by the Employer will not be organized.

(ii) Preparation of Bids

ITB 10.1 The language of the Bid is English.

ITB 11.2 (g) The Bidder shall submit with its Technical Bid the following additional documents:
 Up-to-date Firm/Company Registration Certificate (by all Firms in case of Joint
Venture)
 In case a Bidder is a Joint Venture, the Bidder shall submit a JV Undertaking
document, as follows:
 JV Undertaking, setting out the legal undertaking between the two or more
partner as a JV. This document shall be signed by all the partners who are
members of the JV, and shall be addressed to the Employer and shall include:
(a)each such member’s undertaking to be jointly and severally liable to
the Employer for the performance of the Contractor’s obligations
under the Contract;
(b)identification and authorization of the leader of the JV; and
(c)identification of the separate scope or part of the Works (if any) to
be carried out by each member of the JV.
The Undertaking shall indicate precisely the role of each partner of the JV, indicating
distribution of responsibilities of each partner in execution of the Works, in respect of
works execution and resource mobilization (construction equipment, key personnel,
financing), and percentage share of responsibility, in the following format:

Sl. No. Name of the Role of each Distribution of % Participation


Partner Partner responsibilities
in execution of
(Identify Lead
the Works
Partner / Each
Partner)

While distributing the roles and responsibilities among/between the partners their
responsibility distribution shall corresponds to the qualification requirement under
Section 3: EQC 2.4 Construction Experience.

ITB 12.1 The units and rates in figures entered into the Bill of Quantities and Day-work Schedule
should be typewritten or if written by hand, must be in print form Bill of Quantities and Day-
.

2-3
SASEC Highway Enhancement Project (SHEP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/ICB/KL/02

work Schedule not presented accordingly may be considered nonresponsive.

ITB 13.1 Alternative Bids shall not be permitted.

ITB 13.2 Alternative times for completion shall not be permitted.

ITB 13.4 Alternative technical solutions shall be permitted for the following parts of the Works:
Not Applicable

ITB 14.4 Add the following at the end of ITB 14.4: -


The Bidder shall quote any unconditional discounts and the methodology for their
application, on prices quoted in the bid so that the discounts can be evaluated by simple
arithmetic calculation during financial evaluation of the bids, to arrive at the net total price
of the bid. If the net total price cannot be calculated after application of the methodology of
the discount(s) quoted, the bid shall be considered without taking into account the discount
offered by the bidder in the Letter of Price Bid, in accordance with ITB 12.1.

ITB 14.5 The prices quoted by the Bidder shall be adjustable.


The formula for adjusting the prices and explanatory details is specified in the GCC
Clause 13.8. Bidder shall fill out the Tables of Adjustment Data in Section 4 (Bidding
Forms).

ITB 15.1 The unit rates and the prices shall be quoted by the Bidder entirely in: Nepalese Rupees
(NRs.)

ITB 15.4 The rates of exchange shall be the selling rates 28 days prior to the deadline for submission
of bids published by: Nepal Rastra Bank, Kathmandu, Nepal
ITB 16.1
Technical Proposal shall also include a Health and Safety COVID-19 Plan (HS-C19 Plan), in
accordance with the relevant government regulations and guidelines on COVID-19
prevention and control, or in the absence thereof, to international good practice guidelines
World Health Organization. 2020.

Any bid not accompanied by the HS-C19 Plan shall be rejected by the Employer as
nonresponsive. If a Bidder submits a HS-C19 Plan that does not provide sufficient
information in accordance to the required submission information listed in the bidding
document by the Employer, the Employer shall issue a clarification to request for further
information from the Bidder. The Bidder must submit the requested information within 5
working days of receiving such a request. Failure to provide a satisfactory response to the
request for further information within the prescribed period of receiving such a request shall
cause the rejection of the Bid.
ITB 18.1 The bid validity period shall be 180 days.

2-4
SASEC Highway Enhancement Project (SHEP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/ICB/KL/02

ITB 19.1 The Bidder shall furnish a bid security in the amount of NRs. 202.00 million or its
equivalent in freely convertible foreign currency.

Add the following at the end of the Sub-Clause:


The Bidder shall upload scanned copy of bid security at the time of electronic submission of the
bid. If a bidder does not submit scanned copy of bid security at the time of bid submission, its
bid shall be rejected by the Employer as nonresponsive.
The bidder submitting scanned copy of the bid security issued by a foreign bank shall submit
the bid security in original form within 14 days after the bid submission deadline. If the
bidder does not provide the bid security in original form by the date specified above, at the
Employer’s address indicated in the BDS (Ref. ITB 22.1), its bid shall be rejected.
If the submitted bid security in original form is different from the scanned copy, the bidder’s
bid shall be rejected by the Employer.
In case, however, that the Employer requests the Bidder to submit a compliant bid security
as per ITB 19.4 below, the original form of the compliant one, not the scanned one initially
uploaded, shall be submitted within 14 days of receiving such a request.

If the bid Security is issued by a bank located outside Nepal, it shall be counter
guaranteed by a commercial bank established in Nepal.

ITB 19.2 The ineligibility period will be: Not Applicable

ITB 19.4 Subject to the succeeding sentences, any bid not accompanied by an irrevocable and
callable bid security shall be rejected by the Employer as nonresponsive. If a bidder
submits a bid security that (i) deviates in form, amount, and/or period of validity, or (ii)
does not provide sufficient identification of the Bidder (including, without limitation,
failure to indicate the name of all future Joint Venture or, where the Joint Venture has
not yet been constituted, the names of the all-future Joint Venture Partners), the
Employer shall request the Bidder to submit a compliant bid security within Fourteen
(14) days of receiving such a request. Failure to provide a compliant bid security within
the prescribed period of receiving such a request shall cause the rejection of the Bid.

ITB 19.7 Add ITB 19.7(c) as follows:


; or
( c) if it is determined under ITB 3.1 that the Bidder or any of its officers, directors,
employees, personnel, subconsultants, subcontractors, service providers, suppliers or
manufacturers has, directly or through an agent, engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices or other integrity violations in competing for the Contract.

2-5
SASEC Highway Enhancement Project (SHEP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/ICB/KL/02

ITB 20.1
Add the following at the end of the Sub Clause:

In case of e-submission of bid, the Bidder shall submit its Bid electronically in PDF or
web forms files as specified in ITB Sub Clause 21.1 (b).

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall consist
of:
An organizational document, board resolution or its equivalent, or power of attorney
specifying the representative’s authority to sign the Bid on behalf of, and to legally
bind, the Bidder. If the Bidder is an intended or an existing joint venture, the power of
attorney should be signed by all partners and specify the authority of the named
representative of the joint venture to sign on behalf of, and legally bind, the intended
or existing joint venture. If the joint venture has not yet been formed, also include
evidence from all proposed joint venture partners of their intent to enter into a joint
venture in the event of a contract award in accordance with ITB 11.4.

ITB 20.2 The Bidder shall submit an acceptable authorization within Fourteen (14) days.

D. Submission and Opening of Bids


Bidders shall submit their Bids electronically. Paper submission of Bid is not permitted,
ITB 21.1
except as indicated below. Only electronically submitted bids will be considered for
evaluation.
Bidders shall submit the originals of Bid Security document and all the relevant documents
required by BDS ref. ITB 11.2(g), in the address stated in BDS ref. ITB 22.1.

In case, if bidders face issues registering or submitting its bid through the e-GP system, the
e-GP Help Desk information is:
Phone: 977-1-5300516, 977-1-4282639
Email: helpdeskppmo@gmail.com

2-6
SASEC Highway Enhancement Project (SHEP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/ICB/KL/02

Bidders submitting Bids electronically shall follow the following electronic bid
ITB 21.1 (b)
submission procedures:

The electronic bidding submission procedure shall be:


(i) The bidder is required to register in the e-GP system
https://www.bolpatra.gov.np/egp following the procedure specified in e-GP guideline.
ii. Interested bidders may download the IFB and bidding document from e-GP system.
iii. The registered bidders need to maintain their profile data required during
preparation of bids.
iv. In order to submit their bids the cost of the bidding document, ie. NRs. 20000.00 can
be deposited as follow.

Name of Revenue Office Revenue


Name of Office
Bank Account No. Code Heading
No.
Rastriya Department of
1000200010000 337013518 14229
Banijya Roads, Project
Bank Directorate
Thamel (ADB)
Branch

For Bidders who choose to pay required fee for bid documents out from Nepal in US$,
are required to deposit amount in US$ 200.00 (net of applicable bank charges) in the
bank account given below within the deadline (Day and time) of purchasing of the bid
documents:
Name of the Bank: Rastriya Banijya Bank, Thamel Branch (110)
Name of the Account: District Treasury Controller office, Lainchaur Kathmandu
Bank Swift Code: RBBANPKA
Office Code: 337013518
In addition, electronic scanned copy (.pdf format) of the bank deposit voucher/remit
voucher/ cash receipt/wire transfer document should also be submitted along with the
technical bid.

v. The bidder can prepare their technical and price bids using data and documents
maintained in bidder’s profile and forms/format provided in bidding document by
Employer. The bidder may submit bids as a single entity or as a joint venture. The bidder
submitting bid in joint venture shall have to upload joint venture agreement along with
partner(s) Bolpatra ID provided during bidder’s registration.

vi. Bidders (all partners in case of JV) should update their profile data and documents
required during preparation and submission of their technical bids.

vii. In case of bid submission in JV, the consent of the partners shall be obtained through
the confirmation link sent to the registered email address and the partners shall have to
acknowledge their confirmation.

2-7
SASEC Highway Enhancement Project (SHEP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/ICB/KL/02

The following required forms and documents shall be part of technical bids:

S. Document Requirement Remarks


N.
1 Letter of Technical Bid Mandatory PDF/Web Forms
2 Bid Security (Bank
Mandatory PDF
Guarantee)
3 Company/Firm
Mandatory PDF
Registration Certificate
(equivalent
documents for
Foreign Bidders)
4 VAT registration Certificate
Mandatory (for PDF
Nepalese Bidders)
5 Tax Clearance
Mandatory (for PDF
Certificate/Tax return
Nepalese Bidders)
submission
evidence/evidence of time
extension
6 Power of Attorney of Bid
Mandatory PDF
signatory
7 Business Registration
Mandatory, PDF
(Licence) Certificate
Applicable
(equivalent
documents for
Foreign Bidders)
8 Bank Voucher/Cash
Mandatory PDF
Receipt for cost of bid
document
9 Joint venture agreement
Mandatory in case PDF
of JV Bids Only
10 Qualification Documents
Mandatory PDF/Web forms
(Form FLI-1, ELI-2,
CON-1, LIT-1, Fin-1,
FIN-2, FIN-3, FIN-4,
FIN-5, EXP-1, EXP-2 as
mentioned in
“Section 4-Bidding
Forms”)
11 Technical Proposal
Mandatory PDF (Technical
proposal as
mentioned in
“Section 4-Bidding
Forms” including
Form PER-1, PER-
2,EQU
11 Additional Documents
If applicable PDF
specified in ITB 11.2 (g)

2-8
SASEC Highway Enhancement Project (SHEP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/ICB/KL/02

Price Bid:
S. Document Requirement Remarks
N.
1 Letter of Price Bid Mandatory PDF
2 Completed Bill of Mandatory Online Forms
Quantities (BOQ)
3 Price Adjustment Table
Mandatory Online Forms
4 Additional Documents
If applicable PDF
specified in ITB 11.3 (d)

Note: The documents specified as “Mandatory” should be included in e-submission.

viii. After providing all the details and documents, two separate bid response documents
i.e. technical bids and price bids will be generated from the system. Bidders are
advised to download and verify the response documents prior to bid submission.
ix. For verifying the authentic user, the system will send one-time password (OTP) in the
registered e-mail address of the bidder. System will validate the OTP and allow bidder
to submit their bid.
x. Electronically submitted bids can be modified and/or withdrawn through system. The
bidder may modify their bids multiple times online within bid submission date and
time specified in e-GP system. Once a Bid is withdrawn, bidder will not be able to
submit another bid response for the same bid.
xi. The Bidder / Bid shall meet the following requirements and conditions for e-submission
of bids;
a) The e-submitted bids must be readable through PDF reader.
b) The facility for submission of bid electronically through e-submission is to promote
transparency, non-discrimination, equality of access, and open competition in the
bidding process. The Bidders are fully responsible to use the e- submission facility
properly in e-GP system as per specified procedures and in no case the Employer
shall be held liable for Bidder’s inability to use this facility.
c) When a bidder submits electronic bid through the PPMO e-GP portal, it is assumed
that the bidder has prepared the bid by studying and examining the complete set of
the Bidding documents including specifications, drawings, supplementary
information regarding works to be procured, personnel requirements, equipment
requirements, conditions of contract and contract forms.
For the electronic bid submission, the address is:
ITB 22.1
https://www.bolpatra.gov.np/egp
The deadline for bid submission is:
Date: As per IFB
Time: 12:00 hours (Nepal Standard Time)
Fore-submitted bids:
i) The standard time for e-submission is Nepalese Standard Time as set out in the server
of Public Procurement Monitoring Office, Nepal
ii) Thee-procurement system will accept the-submission of bid from the date after
publishing of notice and will automatically not allow the-submission of bid after the
deadline for submission of bid, as specified above for Sealed hard copy Bids.

2-9
SASEC Highway Enhancement Project (SHEP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/ICB/KL/02

For the physical submission of only following original documents:


(a) Bid Security, and
(b) Items stated in BDS ref ITB 11.2(g),
the Employer’s Address is as follows:
Attention: The Project Director
Project Directorate (ADB), Department of Roads,
Bishalnagar, Kathmandu, Nepal.

For electronically submitted bids, the bids may be withdrawn, substituted or modified
ITB 24.1
electronically only and shall be done no later than the deadline prescribed for submission
of Bids, in accordance with ITB22. Paper submission will not be valid.
For electronically submitted bids which are requested to be withdrawn, bids will not be
ITB 24.2
returned to the Bidders.
The opening of the Technical Bid shall take place at:
ITB 25.1
Street address: Bishalnagar Kathmandu
City: Kathmandu
Country: Nepal
Date: As per IFB
Time: 13.00 hrs.
The bidders may have the option of viewing the opening via Zoom.
The links to the viewing will be
https://us02web.zoom.us/j/84355585496?pwd=9Su8JcaheDnHaU37HieMfL1Ex4pLLr.1
Meeting ID: 843 5558 5496
Passcode: 679293
For electronically submitted bids in accordance with ITB 21.1(b), the specific bid opening
ITB 25.1
procedures shall be:

i. The employer may download the technical bids only after technical bid opening date
and time and thereafter. Simultaneous login of two members of the opening committee is
required for bid opening.

ii. The Employer shall conduct the opening of technical bid at the address on the same
date and time as specified in bidding document in the presence of Bidders’
representatives who choose to attend.

iii. The e-GP does not open the bids marked by “WITHDRAWAL”.

iv. Electronic Bids shall be opened one by one, read out as per ITB 25. The e-submitted
technical bids must be readable through open standards interfaces. Unreadable and or
partially submitted bid files shall be considered incomplete.

ITB 25.5 The letter of Technical Bid shall be initialed by Three (3) representatives of the
Employer attending Bid opening.
For electronically submitted bids in accordance with ITB 21.1(b), the specific price
ITB 25.9
bid opening procedures shall be:

The e-GP system will send the email notification for price bids opening to all bidder(s) who
have submitted substantially responsive technical bids and are qualified for opening of
price bids.

2-10
SASEC Highway Enhancement Project (SHEP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/ICB/KL/02

ii. The Employer shall conduct the opening of Price Bids in the presence of Bidders`
representatives who choose to attend at the address, on the date, and time specified
by the Employer. Simultaneous login of two members of the opening committee is
required for price bid opening.

iii. The Employer shall download the e-submitted Price Bid files. The e-GP allows the
Employer to download the e-submitted price bid files (report) only after price bid
opening date and time after login simultaneously by at least two members of the Bid
opening committee.

iv. Electronic Bids shall be opened one by one and read out. The electronically submitted
price bids must be readable through open standards interfaces. Unreadable and or
partially submitted bid files shall be considered incomplete.

ITB 25.10 The letter of Price Bid and Bill of Quantities shall be initialed by Three (3)
representatives of the Employer attending Bid opening.

E. Evaluation and Comparison of Bids

ITB 32.2 Qualifications of other firms such as the Bidder’s subsidiaries, parent entities, affiliates,
subcontractors shall not be permitted.

ITB 33.1 The Employer does not intend for the contractor to execute any specific elements of the
Works through nominated subcontractors.

ITB 35.1 The currency that shall be used for bid evaluation and comparison purposes
to convert all bid prices expressed in various currencies into a single
currency is: Nepalese Rupees
The source of the selling exchange rate shall be: Nepal Rastra Bank,
Kathmandu, Nepal
The date for the selling exchange rate shall be: 28 days prior to the deadline for
submission of bids.

ITB 36.1 Domestic preference shall Not apply.

ITB 38.4 (b) Add the following in ITB 38.4(b):


If the bid price of the lowest evaluated bidder is lower than 15% of the “reference
price” defined below, the bidder shall be required to increase the amount of
performance security as follows:
(i) Performance security of 15% will apply in case the arithmetically corrected
price of the lowest evaluated bidder is within the range of lower than - 15% up
to - 25% of the reference price.
(ii) Performance security of 20% will apply in case the arithmetically corrected
price of the lowest evaluated bidder is lower than - 25% of the reference price.
The “reference price” to be used for increasing the performance security shall be
the average of all the arithmetically corrected, substantially responsive bid prices,
together with the Employer’s estimate (treated as one of the substantively
responsive bids).

2-11
SASEC Highway Enhancement Project (SHEP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/ICB/KL/02

ITB 41.1 The Standstill period shall apply. The duration of standstill period will be Seven (7)
days from the date of notice of Intention for award of contract.
The Employer shall, at the start of the Standstill period, notify in writing each bidder
that submitted a bid, of its intention to award a contract to the successful bidder at
the end of Standstill period. The notification (using the form included in Section 9
(Contract Forms) shall include the following information:
(a) the name of each Bidder who submitted the Bid;
(b) the bid prices as read out at bid opening;
(c) the name and evaluated prices of each bid that was evaluated;
(d) the name of bidders whose bids were rejected and the reasons for their
rejection;
(e) the name of the winning bidder, and the price it offered, as well as the
duration and summary scope of the contract awarded; and
(f) a statement of the reason(s) the bid of the unsuccessful bidder to whom the
notification is addressed was unsuccessful, unless the price information
under I of this paragraph already reveals the reason.

G. Award of Contracts

ITB 46.1 The procedures for Bidding-related Complaints are referenced in the “Procurement
Regulations for ADB Borrowers (Appendix 7).” The Bidder should submit its complaint
following these procedures, in writing, to:
For the attention: The Project Director
Title/position: Project Directorate (ADB),
Employer: Project Directorate (ADB), Department of Roads, Bishalnagar, Kathmandu
Email address: pdadb@dor.gov.np
Fax number: +977 1 4437488

2-12
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part I, Section 3- Evaluation and Qualification Criteria

Section–3 - Evaluation and Qualification Criteria


- Without Prequalification -

This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders. In
accordance with ITB 32 and ITB 36, no other methods, criteria and factors shall be used. The Bidder shall
provide all the information requested in the forms included in Section 4 (Bidding Forms).

Table of Criteria

1. Evaluation .................................................................................................................... 3-2

1.1 Adequacy of Technical Proposal ................................................................................................................ 3-2


1.2 Completion Time ....................................................................................................................................... 3-2
1.3 Technical Alternatives................................................................................................................................ 3-2
1.4 Specialist Subcontractors............................................................................................................................ 3-2
1.5 Quantifiable Nonconformities and Ommissions........................................................................................ 3-2
1.6 Domestic Preference ................................................................................................................................. 3-2
1.7 Other Criteria ............................................................................................................................................. 3-2
1.8 Multiple Contracts ..................................................................................................................................... 3-3
1.9 Joint Venture Participation ........................................................................................................................ 3-3

2. Qualification ................................................................................................................ 3-3


2.1 Eligibility ............................................................................................................................................... 3-3
2.1.1 Nationality ....................................................................................................................................... 3-3
2.1.2 Conflict of Interest ........................................................................................................................... 3-3
2.1.3 ADB Eligibility ................................................................................................................................... 3-4
2.1.4 Government-Owned Enterprise ...................................................................................................... 3-4
2.1.5 United Nations Eligibility ................................................................................................................. 3-4

2.2 Historical Contract Non-Performance ................................................................................................... 3-5


2.2.1 History of Non-Performing Contracts ............................................................................................. 3-5
2.2.2 Suspension Based on Bid-Securing Declaration .............................................................................. 3-5
2.2.3 PendingLitigation and Arbitration ................................................................................................... 3-5
2.2.4 Declaration: Environmental, Health and Safety past performance…………………….....................3-5
2.3 Financial Situation ................................................................................................................................ 3-6
2.3.1 Historical Financial Performance ..................................................................................................... 3-6
2.3.2 Average Annual Construction Turnover .......................................................................................... 3-6
2.3.3 Financial Resources .................................................................................................................... 3-7

2.4 ConstructionExperience ........................................................................................................................ 3-8


2.4.1 Contracts of Similar Size and Nature ............................................................................................... 3-8
2.4.2 Construction Experience in Key Activities ....................................................................................... 3-9
2.4.3 Specific Experience in Managing Environmental, Health and Safety Aspects ............................... 3-10

3-1
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part I, Section 3- Evaluation and Qualification Criteria

1. Evaluation
In addition to the criteria listed in ITB 37.2 (a)–(f), other relevant factors are as follows:

1.1 Adequacy of Technical Proposal


Evaluation of the Bidder’s Technical Proposal will include an assessment of the Bidder’s technical
capacity to successfully implement the contract considering its proposed site organization,
method statement, mobilization, and construction schedule (to be described by the Bidder in
sufficient detail to demonstrate the adequacy of its work methods, scheduling, and material
sourcing) including the extent to which they are presented in a consistent manner and comply
with requirements stipulated in Section 6 (Employer’s Requirements) without material deviation,
reservation, or omission.
Noncompliance with equipment and personnel requirements described in Section 6 (Employer’s
Requirements) shall not normally be a ground for bid rejection, and such noncompliance will be
subject to clarification during bid evaluation and rectification prior to contract award.

1.2 Completion Time


An alternative Completion Time, if permitted under ITB 13.2, will be evaluated as follows:
Not Applicable

1.3 Technical Alternatives


Technical alternatives, if permitted under ITB 13.4, will be evaluated as follows:
Not Applicable

1.4 Specialist Subcontractors


Only the specific experience of Specialist Subcontractors for key activities specified in criterion
2.4.2 Construction Experience in Key Activities will be considered. The experience of similar size
and nature and financial resources of the Specialist Subcontractors shall not be added to those of
the Bidder for purposes of qualification of the Bidder.

1.5 Quantifiable Nonconformities and Omissions


Subject to ITB 14.2 and ITB 37.2, the evaluated cost of quantifiable nonconformities
including omissions, is determined as follows:
Pursuant to ITB 31.3, the cost of all quantifiable nonmaterial nonconformities shall be
evaluated, including omissions in Daywork where competitively priced but excluding
omission of prices in the Bill of Quantities. The Employer will make its own assessment of
the cost of any nonmaterial nonconformities and omissions for the purpose of ensuring
fair comparison of Bids.

1.6 Domestic Preference


If a domestic preference shall not apply.

1.7 Other Criteria


(i) 1.7.1 Environmental, Health and Safety Management Plan (EHSMP)
Any bid not accompanied by the EHSMP may be rejected by the Employer as nonresponsive.
If a Bidder submits a EHSMP that is not commensurate with the risks and impacts of the
proposed works and activities in the bidding document, the Employer may issue a request for
clarification to request for further information from the Bidder. The Bidder must submit the

3-2
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part I, Section 3- Evaluation and Qualification Criteria

requested information within 5 working days of receiving such a request. Failure to provide a
satisfactory response to the request for further information within the prescribed period of
receiving such a request may cause the rejection of the Bid.

1.8 Multiple Contracts


If works are grouped in multiple contracts and pursuant to ITB 37.4, the Employer shall evaluate
and compare Bids on the basis of a contract, or a combination of contracts, or as a total of
contracts in order to arrive at the least-cost combination for the Employer by taking into account
discounts offered by Bidders in case of award of multiple contracts.

If a Bidder as defined in ITB 4.1 submits several successful (lowest evaluated substantially
responsive) bids, the evaluation will also include an assessment of the Bidder’s capacity to meet
the following aggregated requirements as presented in the bid:

 Average annual construction turnover,


 Financial resources,
 Equipment to be allocated, and
 Personnel to be fielded.

1.9 Joint Venture Participation

There should not be more than three partners in the Joint Venture. Lead Partner must have
majority share participation in the JV. Any change in constitution or percentage participation in JV
shall not be permitted at any stage after the bid submission otherwise the bidder shall be treated
as non-responsive.

2. Qualification

2.1 Eligibility

Criteria Compliance Requirements Documents


Joint Venture
Submission
Requirement Single Entity All Partners
Each Partner One Partner Requirements
Combined

2.1.1 Nationality

Nationality in accordance with must meet must meet must meet not Forms– ELI - 1–
ITB Sub-clause 4.2. requirement requirement requirement applicable ELI - 2
with
attachments

2.1.2 Conflict of Interest

No conflicts of interest in must meet must meet must meet not Letter of
accordance with ITB Sub-clause requirement requirement requirement applicable Technical Bid
4.3.

3-3
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part I, Section 3- Evaluation and Qualification Criteria

2.1.3 ADB Eligibility

Not having been declared must meet must meet must meet not Letter of
ineligible by ADB, as described in requirement requirement requirement applicable Technical Bid
ITB Sub-clause 4.4.

2.1.4 Government-Owned Entity

Bidder required to meet must meet must meet must meet not Forms –
conditions of ITB Sub-clause 4.5. requirement requirement requirement applicable ELI - 1– ELI - 2
with
attachments

2.1.5 United Nations Eligibility

Not having been excluded by an must meet must meet must meet not Letter of
act of compliance with a United requirement requirement requirement applicable Technical Bid
Nations Security Council
resolution in accordance with
ITB Sub-clause 4.8

3-4
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part I, Section 3- Evaluation and Qualification Criteria

2.2 Historical Contract Non-Performance

2.2.1 History of Non-Performing Contracts

Criteria Compliance Requirements Documents


Joint Venture
Submission
Requirement Single Entity All Partners Each One
Requirements
Combined Partner Partner

Non-performance of a Must meet Must meet Must meet N/A Form CON-1
contracta2did not occur as a result requirement requirement requirementba
3
of contractor default since 1st
January 2017.

2.2.2 Suspension Based on Execution of Bid-Securing Declaration

Criteria Compliance Requirements Documents


Joint Venture
Submission
Requirement Single Entity All Partners Each One
Requirements
Combined Partner Partner

Not under suspension based on must meet must meet must meet not Letter of Technical
execution of a Bid-Securing requirement requirement requirement applicable Bid
Declaration pursuant to ITB 4.6.

2.2.3 Pending Litigation and Arbitration


Pending litigation and arbitration criterion shall not apply.

2.2.4 Declaration: Environmental, Health and Safety Past Performance

Criteria Compliance Requirements Documents


Joint Venture
Submission
Requirement Single Entity All Partners Each One
Requirements
Combined Partner Partner

Declare any contracts that have Must make the Not Each partner must Not Form CON-2
been suspended or terminated declaration. If applicable make the applicabl
and/or performance security called the bidder declaration. If the e
proposes bidder proposes
by an employer for reasons related
Specialist Sub- Specialist Sub-
to the non-compliance of any
contractor/s to contractor/s to
environmental, health and safety meet EQC 2.4.2, meet EQC 2.4.2,
contractual obligations in the past those Specialist those Specialist
five years. Sub-contractor/s Sub-contractor/s
must also make must also make

aNon performance, as decided by the Employer, shall include all contracts where (i) nonperformance was not challenged by
the contractor, including through referral to the dispute resolution mechanism under the respective contract; and (ii)
contracts that were so challenged but fully settled against the contractor. Nonperformance shall not include contracts
where the Employer’s decision was overruled by the dispute resolution mechanism. Nonperformance must be based on all
information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the
dispute resolution mechanism under the respective contract and where all appeal instances available to the Bidder have
been exhausted.

b This requirement also applies to contracts executed by the Bidder as Joint Venture partner.

3-5
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part I, Section 3- Evaluation and Qualification Criteria

the declaration the declaration

2.3 Financial Situation


2.3.1 Historical Financial Performance

Criteria Compliance Requirements Documents


Joint Venture
Submission
Requirement Single Entity All Partners Each One
Requirements
Combined Partner Partner
Submission of audited financial must meet not must meet not For– FIN - 1
statements or, if not required requirement applicable requirement applicable with
by the law of the Bidder’s attachments
country, other financial
statements acceptable to the
Employer, for the last Five (5)
years to demonstrate the
current soundness of the
Bidder’s financial position. As a
minimum, (i) the Bidder’s net
worth for the last year
calculated as the difference
between total assets and total
liabilities should be positive.

2.3.2 Average Annual Construction Turnover

Criteria Compliance Requirements Documents


Joint Venture
Submission
Requirement Single Entity All Partners Each
LeadPartner Requirements
Combined Partner
Minimum average annual must meet must meet must meet must meet For– FIN - 2
construction turnover of requirement requirement 15% 60%
NRs. 5939.00 Million
of the of the
calculated as total certified
requirement requirement
payments received for
contracts in progress or
completed, within the last
Five (5) years.

3-6
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part I, Section 3- Evaluation and Qualification Criteria

2.3.3 Financial Resources


If the bid evaluation process and the decision for the award of the Contract takes more than 1 year from the date
of bid submission, Bidders may be asked to resubmit their current contract commitments and latest information
on financial resources supported by latest audited accounts or audited financial statements, or if not required by
the law of the Bidder’s country, other financial statements acceptable to the Employer, and the Bidders’ financial
capacity, will be reassessed on this basis.

Criteria Compliance Requirements Documents


Joint Venture
Submission
Requirement Single Entity All Partners
Each Partner Lead Partner Requirements
Combined
For Single Entities: must meet not not not Form FIN – 3 and
The Bidder must demonstrate that its requirement applicable applicable applicable Form FIN – 4
financial resources defined i– FIN - 3,
less its financial obligations for its
current contract commitments
defined i– FIN - 4, meet or exceed the
total requirement for the Subject
Contract of NRs. 1118.00 Million
For Joint Ventures: not not not must meet Form FIN – 3 and
(1) Lead partner must demonstrate applicable applicable applicable requirement Form FIN – 4
that its financial resources defined
i– FIN - 3, less its financial
obligations for its own current
contract commitments defined i–
FIN - 4, meet or exceed its required
share of NRs.671.00 Million. From
the total requirement for the
Subject Contract.
AND
(2) Each partner must demonstrate not not must meet not Form FIN – 3 and
that its financial resources defined applicable applicable requirement applicable Form FIN – 4
i– FIN - 3, less its financial
obligations for its own current
contract commitments defined i–
FIN - 4, meet or exceed its required
share of NRs. 168.00 Million from
the total requirement for the
Subject Contract.
AND
(3) The joint venture must not must meet not not Form FIN – 3 and
demonstrate that the combined applicable requirement applicable applicable Form FIN – 4
financial resources of all partners
defined i– FIN - 3, less all the
partners’ total financial obligations
for the current contract
commitments defined i– FIN - 4,
meet or exceed the total
requirement for the Subject
Contract of NRs. 1118.00 Million

3-7
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part I, Section 3- Evaluation and Qualification Criteria

2.4 Construction Experience

2.4.1 Contracts of Similar Size and Nature

Criteria Compliance Requirements Documents


Joint Venture
Submission
Requirement Single Entity All Partners
Each Partner LeadPartner Requirements
Combined

1. Participation** as a must meet must meet Must meet Form EXP – 1*


requirement requirement requirement
contractor, JV partner, or Must meet
as follows:
subcontractor, in at least Participation
requirement
two contracts that have as follows:
in at least
been satisfactorily and Participation
one contract
substantially completed*** in at least
that has
one contract
within the last Seven(7) been
that has
years and that are similar satisfactorily
been
to the proposed works, and
satisfactorily
where the value of the substantially
and
completed***
Bidder’s participation substantially
within the
under each contract last 7years
completed***
exceeds NRs 8053.00 within the
and that is
Million. The similarity of last 7 years
minimum two
the Bidder’s participation and that is
lane 5 km length
minimum four
shall be based on4 road,
lane 32 km
construction of at least where the
length road,
one road with 32km length value of the
where the
of four (4) lanes or more in Bidder’s
value of the
participation
each contract. Bidder’s
exceeds
participation
NRs. 1207.95
exceeds
Million or
NRs. 8053.00
equivalent.
Million or
equivalent.

2. The bidder shall have must meet Not Not Applicable must meet Form EXP – 15
satisfactorily and requirement Applicable requirement
substantially
completed***at least one
contract for Civil Work in
Road, Railway, Airport,
Bridges or Tunnel of

4
For contracts under which the Bidder participated as a Joint Venture partner or Subcontractor, only the Bidder’s share, by value,
shall be considered to meet this requirement. For contracts implemented by a Joint Venture contractor, if the Bidder
comprises the same Joint Venture, the 'Single Entity' requirements will apply.

5In addition to the submission requirement Form EXP – 1, the Bidder shall provide the following supporting documents:

1. Signed Contract Agreement, and


2. Taking-Over Certificate, Contract Completion Certificate or Performance Certificate,

in sufficient detail to verify the contract name, value and completion time (or substantial completion). If the documents are
other than in English, an accurate certified translation of these documents in English shall be provided.]

3-8
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part I, Section 3- Evaluation and Qualification Criteria

Criteria Compliance Requirements Documents


Joint Venture
Submission
Requirement Single Entity All Partners
Each Partner LeadPartner Requirements
Combined
minimum value NRs
8053.00 Million, either
in Nepal
or
in any other country
outside the country
of incorporation of the
Bidder.
In case of a Bidder
comprises JV, the Lead
Partner of the Bidder must
satisfy this requirement.
To satisfy this requirement
(S.No. 2 ), the contract
under consideration shall
have been executed under
FIDIC Conditions of
Contract.

* Submission requirements: Form EXP – 1 shall be supported by documents such as Signed Contract Agreement,
Taking-Over Certificate or Contract Completion Certificate indicating the contract name, value. Completion date
(or percentage of substantial completion), activities performed by Joint Venture partners, and other relevant
details.

** Only the value of contract as executed by the bidder in its own name should be indicated and shall be
considered. Where an eligible work was undertaken by a group (Joint Venture/Consortium), only that portion of
the work which is undertaken by the concerned bidder shall be considered and the remaining done by the other
partners of the group shall be excluded. This is to be substantiated with a specific certificate from the employer
who had awarded this work. In case specific division of works undertaken by the group partners is not stated in
the submitted documents, then the percentage participation of the bidder in the group as stated in the submitted
documents (JV/Consortium agreement or employer’s certificate) shall be considered as the value of the work
done by the bidder/partner of JV.

*** The Contract is considered as substantially and satisfactorily completed if 90% or more of the work is
physically completed, up to 28 days prior to the Bid submission, which is to be substantiated by a certificate from
the employer who has awarded the work to the bidder;
or
if 90% or more of the awarded contract value or revised contract value whichever is lower has been certified for
payment, up to 28 days prior to the Bid submission. This is to be substantiated by a certificate from the employer.

Without such certificate(s), any claimed experience of such work shall not be considered.

2.4.2 Construction Experience in Key Activities


2.4.2 (a) Must be complied with by the Bidder. In case of a Joint Venture Bidder, the Bidder or at least one
of the partners must meet the requirement in the key activity. For contracts under which the
Bidder participated as a Joint Venture partner, only the Bidder’s designated scope of works under
the contracts shall be considered to meet this requirement.

3-9
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part I, Section 3- Evaluation and Qualification Criteria

Table A

Criteria Compliance Requirements Documents

Submission
Requirement Single Entity Joint Venture
Requirements

For the above or other must meet must meet requirement Form EXP - 2
contracts executed during the requirement
period stipulated in 2.4.1 (1), a
minimum construction
experience is required in the
following key activities:

Must meet must meet requirement


(a) Production rate of
requirement
construction of roads with
Bituminous concrete works of
22470.00 cum per year
completed in any one year
within the last Seven (7)
years.
must meet must meet requirement
(b) Production rate of requirement
construction of at least total
length of 267.00 multilane
bridges per year in any one
year within the last Seven (7)
years.

must meet must meet requirement


(c) Production rate of
requirement
construction of at least
2314.00 m cast in-situ bored
pile of minimum pile
diameter1000 mm for
foundation of bridge per year
completed within the last
Seven (7) years.
Note:
1. Production rate of any activity in a particular Contract shall be computed by dividing the total quantity
of that activity by the total time of completion in a year. In such a way production rate of the activity
within different contracts will be calculated and will be summed up to compute the total production rate
for the evaluation purpose. The bidder has to mention the work in each year and the evidence must be
certified by the employer who had awarded the contract. Otherwise, the production rate will be
computed as mentioned above.

2.4.3 Specific Experience in Managing Environmental, Health and Safety Aspects

Criteria Compliance Requirements Documents


Single Entity or Its Joint Venture or Its Submission
Requirement Specialist Subcontractors Specialist Subcontractors Requirements

3-10
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part I, Section 3- Evaluation and Qualification Criteria

For the contracts in 2.4.1 and 2.4.2 above Must meet requirements One member must meet Form EXP – 3
and/or any other contracts [substantially requirements
completed and under implementation] as
prime contractor, Joint Venture partner,
or Subcontractor between 1st January
2017 and Bid submission deadline,
experience in managing EHS risks and
impacts in the following aspects:
i. Occupational Health and Safety
ii. Environment Management Plan

3-11
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Section 4 - Bidding Forms


- Without Prequalification -

This Section contains the forms to be completed by the Bidder and submitted as part of its Bid.

Table of Forms

Letter of Technical Bid .................................................................................................................................. 4-2


Letter of Price Bid ......................................................................................................................................... 4-6
Bid Security .................................................................................................................................................. 4-8
Bid-Security Declaration ............................................................................................................................... 4-9
Affiliate Company Guarantee ..................................................................................................................... 4-10

Technical Proposal ..................................................................................................................................... 4-11

Personnel ................................................................................................................................................... 4-13


Form PER – 1: Proposed Personnel .................................................................................................... 4-13
Form PER – 2: Resume of Proposed Personnel ................................................................................. 4-14
Equipment ................................................................................................................................................. 4-15
Site Organization ....................................................................................................................................... 4-16
Method Statement .................................................................................................................................... 4-17
Mobilization Schedule ............................................................................................................................... 4-18
Construction Schedule............................................................................................................................... 4-19
Environmental, Health and Safety Management Plan .............................................................................. 4-20
Environmental, Health and Safety Code of Conduct……………………………………………………………………………. 4-21

Bidders Qualification .............................................................................................................. 4-23


Form ELI – 1: Bidder’s Information Sheet ................................................................................................... 4-24
Form ELI – 2: Joint Venture Information Sheet ........................................................................................... 4-25
Form CON – 1: Historical Contract Nonperformance .................................................................................. 4-26
Form CON – 2: EHS Performance Declaration ............................................................................................ 4-27
Form FIN – 1: Historical Financial Performance .......................................................................................... 4-29
Form FIN – 2: Average Annual Construction Turnover................................................................................ 4-30
Form FIN – 3: Availability of Financial Resources ...................................................................................... 4-31
Form FIN – 4: Financial Requirements for Current Contract Commitments ............................................... 4-32
Form FIN – 5: Self-Assessment Tool for Bidder's Compliance to Financial Resources ................................ 4-33
Form FIN – 6: Format of Bank overdraft/unutilized Credit Limit Certificate ............................................... 4-34
Form EXP – 1: Contracts of Similar Size and Nature ................................................................................... 4-35
Form EXP – 2: Construction Experience in Key Activities ........................................................................... 4-37
Form EXP – 3: Specific Experience in Managing Environmental, Health and Safety Aspects ...................... 4-38
Form EXP – 5: Environmental, Health and Safety Documentation ............................................................. 4-39
Form EXP – 6: Environmental, Health and Safety Dedicated Personnel ..................................................... 4-39

Schedules ............................................................................................................................... 4-40


Schedule of Payment Currencies ...................................................................................................................... 4-40
Tables of Adjustment Data ................................................................................................................................ 4-41

Bill of Quantities ..................................................................................................................... 4-42

4-1
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Letter of Technical Bid


-Note-
The Bidder must accomplish the Letter of Technical Bid on its letterhead clearly showing the Bidder’s complete name and address.

Date: .......................................................
OCB No.: .......................................................
Invitation for Bid No.: .......................................................

To: [insert complete name of the Employer]

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda issued
in accordance with Instructions to Bidders (ITB) 8.

(b) We acknowledge that we have read and understand ADB’s Anticorruption Policy (1998) and
Integrity Principles and Guidelines (2015), both as amended from time to time.

(c) We offer to execute in conformity with the Bidding Documents the following Works: [insert narrative]

(d) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of 180 (One
Hundred Eighty days) days starts from the date fixed for the bid submission deadline in accordance
with ITB 22.1, and it shall remain binding upon us and may be accepted at any time before the
expiration of that period.

(e) Our firm, including any Subcontractors or Suppliers for any part of the Contract, have nationalities
from eligible countries in accordance with ITB 4.2.

(f) We, our directors, key officers, key personnel, including any Subcontractors, consultants, sub-
consultants, manufacturers, service providers or Suppliers for any part of the contract, do not have
any conflict of interest in accordance with ITB 4.3.

If there is any conflict of interest, please state details:


(i) Parties involved in the conflict of interest: __________
(ii) Details about the conflict of interest: _________

(g) We are not participating, as a Bidder, either individually or as partner in a Joint Venture, in more
than one Bid in this bidding process in accordance with ITB 4.3(e), other than alternative offers
submitted in accordance with ITB 13.

(h) Our firm, Joint Venture partners, our respective direct and indirect shareholders, directors, key
officers, key personnel, associates, parent company, affiliates or subsidiaries, including any
Subcontractors, consultants, sub-consultants, manufacturers, service providers or Suppliers for any
part of the contract, are not subject to, or not controlled by any entity or individual that is subject
to, a temporary suspension or a debarment imposed by the Asian Development Bank or a

4-2
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

debarment imposed by the Asian Development Bank in accordance with the Agreement for Mutual
Enforcement of Debarment Decisions between the Asian Development Bank and other
development banks.1

(i) Our firm, Joint Venture partners, our respective direct and indirect shareholders, directors, key
officers, key personnel, associates, parent company, affiliates or subsidiaries, including any
Subcontractors, consultants, sub-consultants, manufacturers, service providers or Suppliers for any
part of the contract, are not under ongoing investigation and/or sanctions proceedings by the Asian
Development Bank or any multilateral development bank.

If under ongoing investigation and/or sanction proceedings by the Asian Development Bank or any
multilateral development bank, please state details:
(i) Name of the multilateral development bank: __________
(ii) Reason for the ongoing investigation / allegations: __________

(j) Our firm, Joint Venture partners, our respective direct and indirect shareholders, directors, key
officers, key personnel, associates, parent company, affiliates or subsidiaries, including any
Subcontractors, consultants, sub-consultants, manufacturers, service providers or Suppliers for any
part of the Contract, are not temporarily suspended, debarred, declared ineligible, or subject to any
national and/or international sanctions by any country, any international organization, any
multilateral development bank and other donor agency.

If so temporarily suspended, debarred, declared ineligible, or subject to any national and/or


international sanctions by any country, any international organization, any multilateral development
bank and other donor agency, please state details (as applicable to each Joint Venture partner, their
respective direct or indirect shareholders, directors, key officers, key personnel, associate, parent
company, affiliate, subsidiaries, Subcontractors, consultants, sub-consultants, manufacturers,
service providers and/or Suppliers):
(i) Name of Institution: __________________
(ii) Period of the temporary suspension, debarment, ineligibility, or national or international
sanction [start and end date]: ____________
(iii) Reason for the temporary suspension, debarment, ineligibility, or national or international
sanction: ________________________

(k) Our firm, Joint Venture partners, associates, parent company, affiliates or subsidiaries, including any
Subcontractors, consultants, sub-consultants, manufacturers, service providers, Suppliers, key
officers, directors and key personnel have never been charged or convicted with any criminal
offense (including felonies but excluding misdemeanors) or infractions and/or violations of
ordinance; nor charged or found liable in any civil or administrative proceedings in the last 10 years;
or undergoing investigation for such, or subject to any criminal, civil or administrative orders,
monitorship or enforcement actions.
If so charged, convicted/found liable, under ongoing investigation, or subject to orders, monitorship
or enforcement actions, please state details:
(i) Nature of the offense, violation, proceedings, investigation, and/or monitorship or enforcement
actions: __________________

1
These institutions include African Development Bank, European Bank for Reconstruction and Development (EBRD), Inter-American
Development Bank (IADB), and the World Bank Group. According to paragraph 9 of the Agreement, other international financial
institutions may join upon the consent of all Participating Institutions and signature of a Letter of Adherence by the international financial
institution substantially in the form provided (Annex B to the Agreement). Upon adherence, such international financial institution shall
become a Participating Institution for purposes of the Agreement. Bidders are advised to check www.adb.org/integrity for updates.

4-3
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

(ii) Court, area of jurisdiction and/or the enforcement agency: __________________


(iii) Resolution [i.e. dismissed; settled; or convicted/duration of penalty ]: __________________
(iv) Other relevant details [please specify]:
(l) Our firm, Joint Venture partners, our respective direct and indirect shareholders, directors, key
officers, key personnel, associates, affiliates or subsidiaries, including any Subcontractors,
consultants, sub-consultants, manufacturers, service providers or Suppliers, can make and receive
electronic fund transfer payments through the international banking system or otherwise discharge
the Employer’s obligation upon initiation of wire transfer.
If unable to make or receive funds through the international banking system or otherwise discharge
the Employer’s obligation upon initiation of wire transfer, please state the details:
(i) Nature of the restriction: __________
(ii) Jurisdiction of the restriction: __________
(iii) Other relevant details: __________

(m) Our firm, Joint Venture partners, associates, parent company, affiliates or subsidiaries, including any
Subcontractors, consultants, sub-consultants, manufacturers, service providers or Suppliers, key
officers, directors and key personnel are not from a country which is prohibited to export goods or
services to, or receive any payments from the Employer’s country and/or are not prohibited to receive
payments for particular goods or services by the Employer’s country by an act of compliance with a
decision of the United Nations Security Council taken under Chapter VII of the Charter of the United
Nations.

(n) We have paid, or will pay the following commissions, gratuities, or fees with respect to the bidding
process or execution of the Contract.1

Name of Recipient Address Reason Amount


............................................. ............................................ ................................... ........................
............................................. ............................................ ................................... ....................... .

(o) We understand that it is our obligation to notify the Employer of any changes in connection with the
matters described in paragraphs (f), (h), (i), (j), (k), (l), (m) and (n) of this Letter of Technical Bid.

(p) [We are not a government-owned enterprise] / [We are a government-owned enterprise but meet
the requirements of ITB 4.5].2

(q) We have not been suspended nor declared ineligible by the Employer based on execution of a Bid-
Securing Declaration in accordance with ITB 4.6.

(r) At any time following submission of our Bid, we shall permit, and shall cause our Joint Venture
partners, directors, key officers, key personnel, associates, parent company, affiliates or
subsidiaries, including any Subcontractors, consultants, subconsultants, manufacturers, service
providers or Suppliers for any part of the contract to permit ADB or its representative to inspect our
site, assets, accounts and records and other documents relating to the bid submission and to have
them audited by auditors appointed by ADB. We understand that failure of this obligation may
constitute obstructive practice that may result in debarment and/or contract termination.

1
If none has been paid or is to be paid, indicate “None”.
2
Use one of the two options as appropriate.

4-4
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

(s) Regardless of whether the contract will be awarded to us, we shall preserve all accounts, records
and other documents related to bid submission for at least 3 years from the date of submission of
the bid or the period prescribed in applicable law, whichever is longer.

(t) If we are awarded the contract, we shall preserve all accounts, records and other documents related
to the procurement and execution of the contract for at least 5 years after completing the works
contemplated in the relevant contracts or the period prescribed in applicable law, whichever is
longer.

(u) If our Bid is accepted, we commit to mobilizing key equipment and personnel in accordance with the
requirements set forth in Section 6 (Employer’s Requirements) and our technical proposal, or as
otherwise agreed with the Employer.

(v) We certify on behalf of the Bidder, that the information provided in the bid has been fully reviewed,
given in good faith, and to the best of our knowledge is true and complete. We understand that it is
our obligation to inform the Employer of any changes to the information as and when it becomes
known to us. We understand that any misrepresentation that knowingly or recklessly misleads, or
attempts to mislead may lead to the automatic rejection of the Bid or cancellation of the contract, if
awarded; and may result in remedial actions, in accordance with ADB’s Anticorruption Policy (1998,
as amended to date) and Integrity Principles and Guidelines (2015, as amended from time to time).

Name ................................................................................................................................................................
In the capacity of ..............................................................................................................................................
Signed ...............................................................................................................................................................
...........................................................................................................................................................................
Duly authorized to sign the Bid for and on behalf of .......................................................................................
Date …………………………………………………………………………………………………………..

4-5
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Letter of Price Bid


-Note-
The Bidder must accomplish the Letter of Price Bid on its letterhead clearly showing the Bidder’s complete name and address.

Date: .......................................................
OCB No.: .......................................................
Invitation for Bid No.: .......................................................

To: [insert complete name of the Employer]

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda issued
in accordance with Instructions to Bidders (ITB) 8.

(b) We acknowledge that we have read and understand ADB’s Anticorruption Policy (1998) and
Integrity Principles and Guidelines (2015), both as amended from time to time.

(c) We offer to execute in conformity with the Bidding Documents and the Technical Bid submitted for
the following Works. [insert narrative]

(d) The total price of our Bid, excluding any discounts offered in item (d) below is:

[amount of foreign currency in words], [amount in figures], and [amount of local currency in words], [amount
(e) T in figures]
h
The total bid price from the Summary of Bill of Quantities should be entered by the bidder inside this box.
e
Absence of the total bid price in the Letter of Price Bid may result in the rejection of the bid.

d
iscounts offered and the methodology for their application are: [insert discounts and methodology for their
application if any]

(f) Our Bid shall be valid for a period of [insert bid validity period as specified in ITB 18.1 of the BDS] days starts
from the date fixed for the bid submission deadline in accordance with ITB 22.1, and it shall remain
binding upon us and may be accepted at any time before the expiration of that period.

(g) If our Bid is accepted, we commit to obtain a performance security in accordance with the Bidding
Documents.

(h) We understand that this bid, together with your written acceptance thereof included in your
notification of award through the issuance of Letter of Acceptance, shall constitute a binding
contract between us, until a formal contract is prepared and executed.
(i) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you
may receive.

4-6
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

(j) At any time following submission of our Bid, we shall permit, and shall cause our Joint Venture
partners, directors, key officers, key personnel, associates, parent company, affiliates or
subsidiaries, including any Subcontractors, consultants, sub-consultants, manufacturers, service
providers or Suppliers for any part of the contract to permit ADB or its representative to inspect our
site, assets, accounts and records and other documents relating to the bid submission and to have
them audited by auditors appointed by ADB. We understand that failure of this obligation may
constitute obstructive practice that may result in debarment and/or contract termination.

(k) Regardless of whether the contract will be awarded to us, we shall preserve all accounts, records
and other documents related to bid submission for at least 3 years from the date of submission of
the bid or the period prescribed in applicable law, whichever is longer.

(l) If we are awarded the contract, we shall preserve all accounts, records and other documents related
to the procurement and execution of the contract for at least 5 years after completing the works
contemplated in the relevant contracts or the period prescribed in applicable law, whichever is
longer.

(m) We confirm and stand by our commitments and other declarations made in connection with the
submission of our Letter of Technical Bid.

(n) We certify on behalf of the Bidder, that the information provided in the bid has been fully reviewed,
given in good faith, and to the best of our knowledge is true and complete. We understand that it is
our obligation to inform the Employer of any changes to the information as and when it becomes
known to us. We understand that any misrepresentation that knowingly or recklessly misleads, or
attempts to mislead may lead to the automatic rejection of the Bid or cancellation of the contract, if
awarded; and may result in remedial actions, in accordance with ADB’s Anticorruption Policy (1998,
as amended to date) and Integrity Principles and Guidelines (2015, as amended from time to time).

Name ................................................................................................................................................................
In the capacity of ..............................................................................................................................................
Signed ...............................................................................................................................................................
...........................................................................................................................................................................
Duly authorized to sign the Bid for and on behalf of .......................................................................................
Date ..................................................................................................................................................................
...........................................................................................................................................................................

4-7
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Bid Security
Bank Guarantee

[Bank’s name, and address of issuing branch or office]1

Beneficiary: [Name and address of the Employer]


Date:.................................................................................................................................................................................................................
Bid Security No.: ..........................................................................................................................................................................................

We have been informed that [name of the Bidder] (hereinafter called "the Bidder") has submitted to you its
bid dated [please specify] (hereinafter called "the Bid") for the execution of [name of contract] under Invitation
for Bids No. [please specify] (“the IFB”).
Furthermore, we understand that, according to your conditions, bids must be supported by a bid
guarantee.
At the request of the Bidder, we [name of bank] hereby irrevocably undertake to pay you any sum or sums
not exceeding in total an amount of [amount in words] [amount in figures] upon receipt by us of your first
demand in writing accompanied by a written statement stating that the Bidder is in breach of its
obligation(s) under the bid conditions, because the Bidder
(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Letters of
Technical and Price Bid; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter
“the ITB”); or
(c) having been notified of the acceptance of its Bid by the Employer during the period of bid validity, (i)
fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to furnish the performance
security, in accordance with the ITB, or (iii) fails or refuses to furnish a domestic preference security,
if required.
This guarantee will expire (a) if the Bidder is the successful Bidder, upon our receipt of copies of the
Contract Agreement signed by the Bidder and the Performance Security issued to you upon the instruction
of the Bidder; or (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy of
your notification to the Bidder of the name of the successful Bidder, or (ii) 28 days after the expiration of
the Bidder’s bid.
Consequently, any demand for payment under this guarantee must be received by us at the office
indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication No. 758.2

[Authorized signature(s) and bank’s seal (where appropriate)]

1
All italicized text is for use in preparing this form and shall be deleted from the final document.
2
Or the employer may use “Uniform Rules for Demand Guarantees (URDG) ICC Publication No. 458” as appropriate.

4-8
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Bid-Securing Declaration

Date: [insert date (as day, month and year)]


Bid No.: [insert number of bidding process]
Alternative No.:[insert identification No if this is a bid for an alternative]

To: [insert complete name of the Employer]

We, the undersigned, declare that:

We understand that, according to your conditions, Bids must be supported by a Bid-Securing Declaration.

We accept that we will automatically be suspended from being eligible for bidding in any contract with the
Borrower for the period of time of [insert number of years as indicated in ITB 19.2 of the BDS ] starting on the date that we
receive a notification from the Employer, if we are in breach of our obligation(s) under the bid conditions,
because we

(a) have withdrawn our Bid during the period of bid validity specified in the Letters of Technical and Price Bid;
or

(b) do not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter “the
ITB”); or

(c) having been notified of the acceptance of our Bid by the Employer during the period of bid validity, (i) fail
or refuse to execute the Contract, if required; or (ii) fail or refuse to furnish the Performance Security, in
accordance with the ITB; or (iii) fail or refuse to furnish a domestic preference security, if required.

We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon the earlier
of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) 28 days after the
expiration of our Bid.

Signed: [insert signature of person whose name and capacity are shown]
In the capacity of [insert legal capacity of person signing the Bid-Securing Declaration]
Name: [insert complete name of person signing the Bid-Securing Declaration]
Duly authorized to sign the bid for and on behalf of [insert complete name of the Bidder]
Dated on ____________ day of __________________, _______ [ insert date of signing]
Corporate Seal[where appropriate]

4-9
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

AFFILIATE COMPANY GUARANTEE


Name of Contract/Contract No.: __________________________________________________________

Name and address of Employer: _________________________________________________________

____________________________________________________________________________________
[together with successors and assigns].

We have been informed that [name of Contractor] (hereinafter called the “Contractor”) is submitting an offer for
the above-referenced Contract in response to your invitation, and that the conditions of your invitation
require its offer to be supported by an affiliate company guarantee.

In consideration of you, the Employer, awarding the Contract to the Contractor, we [name of affiliated company]
irrevocably and unconditionally guarantee to you, as a primary obligation, that (i) throughout the duration of
the Contract, we will make available to the Contractor our financial, technical capacity, expertise and
resources required for the Contractor’s satisfactory performance of the Contract; and (ii) we are fully
committed, along with the Contractor, to ensuring a satisfactory performance of the Contract.

If the Contractor fails to so perform its obligations and liabilities and comply with the Contract, we will
indemnify the Employer against and from all damages, losses and expenses (including legal fees and expenses)
which arise from any such failure for which the Contractor is liable to the Employer under the Contract.

This guarantee shall come into full force and effect when the Contract comes into full force and effect. If the
Contract does not come into full force and effect within a year of the date of this guarantee, or if you
demonstrate that you do not intend to enter into the Contract with the Contractor, this guarantee shall be
void and ineffective. This guarantee shall continue in full force and effect until all the Contractor’s obligations
and liabilities under the Contract have been discharged, when this guarantee shall expire and shall be
returned to us, and our liability hereunder shall be discharged absolutely.

This guarantee shall apply and be supplemental to the Contract as amended or varied by the Employer and the
Contractor from time to time. We hereby authorize them to agree on any such amendment or variation, the
due performance of which and compliance with which by the Contractor are likewise guaranteed hereunder.
Our obligations and liabilities under this guarantee shall not be discharged by any allowance of time or other
indulgence whatsoever by the Employer to the Contractor, or by any variation or suspension of the works to
be executed under the Contract, or by any amendments to the Contract or to the constitution of the
Contractor or the Employer, or by any other matters, whether with or without our knowledge or consent.

This guarantee shall be governed by the law of the same country (or other jurisdiction) that governs the
Contract and any dispute under this guarantee shall be finally settled under the [Rules or Arbitration provided in the
Contract]. We confirm that the benefit of this guarantee may be assigned subject only to the provisions for
assignment of the Contract.

Signed by:…………………………………………… Signed by: ……………………………………………


[signature] [signature]
…………………………………………… ……………………………………………
[name] [name]
…………………………………………… ……………………………………………
[position in parent/subsidiary company] [position in parent/subsidiary company]
Date:……………………………………………

-- Note --
If permitted in accordance with ITB 32.2 of the BDS, the Bidder shall provide the Affiliate Company Guarantee Form filled out and signed by
each subsidiary, parent entity or affiliate that the Bidder submits for consideration of the Employer in determining its qualifications.

4-10
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Technical Proposal
The Bidder shall submit Technical Proposal separately for each Phase 1: Upgrading Works and
Phase 2: Performance Based Maintenance Works in the forms and sheets as attached in the
Bidding Forms in the following pages.

Phase 1: Upgrading Works


Personnel
The bidder shall propose for deployment full complement of staff necessary for the successful
execution of the works.

Equipment
The bidder shall provide required construction equipment and ensure their maintenance for
efficient and continuous work progress. Bidder will also provide proper work shop and other
maintenance facilities at site.

Site Organization
The bidder is required to submit proposed site organization structure (organogram) showing the
management, supervisory and quality control units indicating their lines of communication and
responsibility shown in an organogram.

Method Statement
The bidder shall state all major works, site camp facilities (sanitary, water supply,
telecommunication, inspection vehicles etc.), road alignment, earth work, pavement work,
drainage structure, bridges & culverts works etc. The bidder is required to describe works how to
start and complete different sections of works.

Mobilization Schedule
The bidder shall mobilize personnel, equipment, deployment of work force, collection of
construction materials and prepare a mobilization bar chart. Likewise, the bidder will provide site
camp, stack yard etc. at different working places for efficient execution of works.

Construction Schedule
The bidder shall submit Schedule using MS Project or equivalent project management software
showing sequence of works for items in Bill of Quantities (BOQ) together with program and
progress of works.

Environmental, Health and Safety Management Plan (EHSMP)

The Bidder shall submit an outline Environmental, Health and Safety Management Plan (EHSMP)
commensurate with the risks and impacts of the proposed works and activities. These strategies and plans
shall describe in detail the actions, materials, equipment, management processes etc. that will be
implemented by the Contractor, and its subcontractors.

Environmental, Health and Safety Code of Conduct

The Bidder shall initial and submit the EHS Code of Conduct form as part of its bid.

4-11
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Phase 2: Performance Based Maintenance Works

Personnel
The bidder shall propose for deployment full complement of staff necessary for the successful
execution of the performance-based maintenance works and services.

Equipment
The bidder shall provide required equipment for the performance-based maintenance works and ensure
their maintenance for efficient and continuous work process. Bidder will also provide proper work shop
and other maintenance.

Site Organization
. The bidder is required to submit proposed site organization structure (organogram) showing the
management supervisory and quality control units indicating their lines of communication and
responsibility shown in as organogram.

Method Statement
The bidder shall state how he will execute the performance-based maintenance works and shall
submit a draft Program of Performance and a proposal for the Daily Inspections of Operational
Service Levels.

Environmental, Health and Safety Management Plan (EHSMP)

The bidder shall submit Environmental, Health and Safety Management Plan (EHSMP) and its
implementation schedule.

Environmental, Health and Safety Code of Conduct

The Bidder shall initial and submit the EHS Code of Conduct form as part of its bid.

4-12
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Personnel
Form PER – 1: Proposed Personnel

Bidder should provide the details of the proposed personnel and their experience record in the relevant
Information Forms below for each candidate:

The Bidder shall provide separately for each Phase 1: Upgrading Works and Phase 2: Performance Based
Maintenance Works

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

5. Title of position*

Name

6. Title of position*

Name

etc. Title of position*

Name

-- Note --
* As listed in Section 6 (Employer’s Requirements).

4-13
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Form PER – 2: Resume of Proposed Personnel (For both Phase 1 and Phase 2)

The Bidder shall provide all the information requested below. Use one form for each position.

Position

Personnel Name Date of birth


information

Professional qualifications

Present Name of employer


employment

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular technical and
managerial experience relevant to the project.

From To Company/Project/Position/Relevant Technical and Management Experience

4-14
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Equipment
Form EQU: Equipment(Bidder shall provide the details of equipment for both Phases 1
and 2)

The Bidder shall provide adequate information and details to demonstrate clearly that it has the capability to
meet the equipment requirements indicated in Section 6 (Employer’s Requirements), using the Forms below. A
separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by
the Bidder.

Item of Equipment

Equipment Name of manufacturer Model and power rating


Information

Capacity Year of manufacture

Current Status Current location

Details of current commitments

Source Indicate source of the equipment

 Owned  Rented  Leased  Specially manufactured

Omit the following information for equipment owned by the Bidder.


Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

4-15
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Site Organization
(For Both Phases)

4-16
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Method Statement
(For Both Phases)

4-17
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Mobilization Schedule
The Mobilization Schedule should reflect the no-objection request and approval step for Site Specific
Environmental, Health and Safety Management Plan as per Contract Conditions.
(For Both Phases)

4-18
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Construction Schedule
(for Both Phases)

4-19
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Environmental, Health and Safety Management Plan (EHSMP)


The Bidder shall submit an outline Environmental, Health and Safety Management Plan (EHSMP) commensurate
with the risks and impacts of the proposed works and activities. These strategies and plans shall describe in
detail the actions, materials, equipment, management processes etc. that will be implemented by the
Contractor, and its subcontractors.

In developing these strategies and plans, the Bidder shall have regard to the EHS provisions of the contract and
EHS risks including those as may be more fully described in Section 6 (Employer’s Requirements).

4-20
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Environmental, Health and Safety Code of Conduct

Environmental, Health and Safety Code of Conduct for Contractor’s Personnel Form

Note to Bidder
The minimum content of the EHS Code of Conduct form as set out by the Employer shall not be substantially modified. However, the Bidder
may add requirements as appropriate, including to take into account Contract-specific issues/risks.

The Bidder shall initial and submit the EHS Code of Conduct form as part of its bid.

ENVIRONMENTAL, HEALTH AND SAFETY CODE OF CONDUCT FOR CONTRACTOR’S PERSONNEL

We are the Contractor, [enter name of Contractor]. We have signed a contract with [enter name of Employer] for [enter
description of the Works]. These Works will be carried out at [enter the Site and other locations where the Works will be carried
out]. Our contract requires us to implement measures to address environmental, health and safety risks
related to the Works.

This EHS Code of Conduct is part of our measures to deal with environmental, health and safety risks related
to the Works. It applies to all our staff, labourers and other employees at the Works Site or other places
where the Works are being carried out. It also applies to the personnel of each subcontractor and any other
personnel assisting us in the execution of the Works. All such persons are referred to as “Contractor’s
Personnel” and are subject to this EHS Code of Conduct.

This EHS Code of Conduct identifies the behavior that we require from all Contractor’s Personnel.

Our workplace is an environment where unsafe, offensive, abusive or violent behavior will not be tolerated
and where all persons should feel comfortable raising issues or concerns without fear of retaliation.

REQUIRED CONDUCT
Contractor’s Personnel shall:
1. carry out his/her duties competently and diligently;
2. comply with this EHS Code of Conduct and all applicable laws, regulations and other requirements,
including requirements to protect the health, safety and well-being of other Contractor’s Personnel and
any other person;
3. maintain a safe working environment including by:
(a) ensuring that workplaces, machinery, equipment and processes under each person’s control
are safe and without risk to health;
(b) wearing required personal protective equipment;
(c) using appropriate measures relating to chemical, physical and biological substances and
agents; and
(d) following applicable emergency operating procedures.
4. report work situations that he/she believes are not safe or healthy and remove himself/herself from a
work situation which he/she reasonably believes presents an imminent and serious danger to his/her life
or health;
5. treat other people with respect, and not discriminate against specific groups such as women, people with
disabilities, migrant workers or children;
6. report violations of this EHS Code of Conduct; and

4-21
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

7. not retaliate against any person who reports violations of this EHS Code of Conduct, whether to us or the
Employer, or who makes use of the grievance mechanism for Contractor’s Personnel or the project’s
Grievance Redress Mechanism.
RAISING CONCERNS

If any person observes behavior that he/she believes may represent a violation of this EHS Code of Conduct,
or that otherwise concerns him/her, he/she should raise the issue promptly. This can be done by call [ ] to
reach the Contractor’s hotline (if any) and leave a message.

The person’s identity will be kept confidential, unless reporting of allegations is mandated by the country law.
Anonymous complaints or allegations may also be submitted and will be given all due and appropriate
consideration. We take seriously all reports of possible misconduct and will investigate and take appropriate
action. We will provide warm referrals to service providers that may help support the person who
experienced the alleged incident, as appropriate.

CONSEQUENCES OF VIOLATING THE ENVIRONMENTAL, HEALTH AND SAFETYCODE OF CONDUCT

Any violation of this EHS Code of Conduct by Contractor’s Personnel may result in serious consequences, up to
and including termination and possible referral to legal authorities.
FOR CONTRACTOR’S PERSONNEL:

I have received a copy of this EHS Code of Conduct written in a language that I comprehend. I understand
that if I have any questions about this EHS Code of Conduct, I can contact [enter name of Contractor’s contact person(s)
with relevant experience)] requesting an explanation.

Name of Contractor’s Personnel: [insert name]

Signature: __________________________________________________________

Date: [day month year]: _______________________________________________

Countersignature of authorized representative of the Contractor:


Signature: ________________________________________________________
Date: [day month year]: ______________________________________________

4-22
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Bidders Qualification
To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation and
Qualification Criteria) the Bidder shall provide the information requested in the corresponding Information
Sheets included hereunder.

4-23
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Form ELI - 1: Bidder’s Information Sheet

Bidder’s Information
Information of the Bidder If the Bidder is a subsidiary or
branch, information of any parent
company/companies

Full legal name(s)

Names
Full trading name(s) (if
any)

Registered address(es)

Trading address(es)
Addresses
Postal address(es) (if
different from trading
address)

Type of organization

Country of
constitution/incorporation/registration

Year of constitution/incorporation/
registration

Corporate or registration number

In case of a Joint Venture, legal name of


each partner

Bidder’s authorized representative


(name, address, telephone number(s), fax
number(s), e-mail address)

Attached are copies of the following documents:


1) In case of a single entity, articles of incorporation or constitution and company incorporation/registration of the legal entity named above, in
accordance with ITB 4.1 and ITB 4.2.
2) Authorization to represent the firm or Joint Venture named above, in accordance with ITB 20.2.
3) In case of a Joint Venture, a letter of intent to form a Joint Venture or Joint Venture agreement, in accordance with ITB 4.1.
4) In case of a government-owned enterprise, any additional documents not covered under 1 above required to comply with ITB 4.5.

4-24
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Form ELI - 2: Joint Venture Information Sheet

Each member of the Joint Venture and Specialist Subcontractor must fill out this form separately.
Joint Venture / Specialist Subcontractor Information
Bidder’s legal name

Information of Joint Venture If any Joint Venture Partner or


Partner or Specialist Specialist Subcontractor is a
Subcontractor subsidiary or branch,
information of any parent
company/companies
Names Full legal name(s)

Full trading name(s) (if


any)

Addresses Registered address(es)

Trading address (es)

Postal address (es) (if


different from trading
address)
Type of organization

Country of
constitution/incorporation/
registration
Year of constitution/incorporation/
registration

Corporate or registration number

Joint Venture Partner’s or Specialist


Subcontractor’s authorized
representative information
(name, address, telephone
number(s), fax number(s), e-mail
address)
Attached are copies of the following documents.
1) Articles of incorporation or constitution and company incorporation/registration of the legal entity named above, in accordance with ITB
4.1 and ITB 4.2.
2) Authorization to represent the firm named above, in accordance with ITB 20.2.
3) In the case of a government-owned enterprise, documents establishing legal and financial autonomy and compliance with commercial law,
in accordance with ITB 4.5.

4-25
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Form CON - 1: Historical Contract Non-Performance

Each Bidder must fill out this form in accordance with Criteria 2.2.1 and 2.2.3 of Section 3 (Evaluation and
Qualification Criteria) to describe any history of nonperforming contracts and pending litigation or arbitration
formally commenced against it.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint
Venture Partner’s name:

Joint Venture Partner: ___________________


Table 1: History of Nonperforming Contracts
Choose one of the following:
 No nonperforming contracts.
 Below is a description of nonperforming contracts involving the Bidder (or each Joint Venture partner if Bidder is a Joint Venture).
Amount of Non
performed
Year Description Portion of Total Contract
Contract ($ Amount ($
equivalent) equivalent)
[insert year] Contract Identification: [indicate complete contract name/ number, and any other [insert amount] [insert amount]
identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for nonperformance: [indicate main reason(s)]

Table 2: Pending Litigationand Arbitration (Not Applicable)


4-26
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Form CON – 2: EHS Performance Declaration

Each Bidder must fill out this form in accordance with Criterion 2.2.4 of Section 3 (Evaluation and Qualification
Criteria).

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint
Venture Partner’s name:

Joint Venture Partner: __________

In case of a Specialist Subcontractors, each Specialist Subcontractor must fill out this form and provide the
Specialist Subcontractor’s name:

Specialist Subcontractor: __________

Environmental and Health and Safety Performance Declaration


in accordance with Section 3 (Evaluation and Qualification Criteria)
 No suspension or termination of contract: An employer has not suspended or terminated a contract and/or called the
performance security for a contract for reasons related to Environmental or Health and Safety performance since the
date specified in Section 3 (Evaluation and Qualification Criteria), Criterion 2.5.
 Declaration of suspension or termination of contract: The following contract(s) has/have been suspended or
terminated and/or Performance Security called by an employer(s) for reasons related to Environmental or Health and
Safety performance since the date specified in Section 3 (Evaluation and Qualification Criteria), Criterion 2.5. Details are
described below:
 Declaration of request for replacement of Key Environment, Health and Safety Personnel: The following contract(s)
has/have experienced a request by the Employer to replace Environmental, Health and Safety Personnel for reasons
related to Environmental or Health and Safety performance since the date specified in Section 3 (Evaluation and
Qualification Criteria), Criterion 2.5. Details are described below:
 Declaration of past fatality resulted from EHS issues on site: The following contract(s) has/have experienced a fatality
resulted from EHS issues on site since the date specified in Section 3 (Evaluation and Qualification Criteria), Criterion 2.5.
Details are described below:

Year Suspended or Contract Identification Total Contract Amount


terminated (current value, currency,
portion of exchange rate and US$
contract equivalent)

[insert year] [insert amount Contract Identification: [indicate complete contract name/ [insert amount]
and percentage] number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for suspension or termination: [indicate main reason(s)
e.g. discharge over environmental limit, workers did not have
required health and safety permits to undertake high risk work,
work carried out was not adhered to approved construction
methodology and quality control plan]

[insert year] [insert amount Contract Identification: [indicate complete contract name/ [insert amount]
and percentage] number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]

4-27
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Reason(s) for suspension or termination: [indicate main reason(s)]

… … [list all applicable contracts] …

Performance Security called by an employer(s) for reasons related to EHS performance

Total Contract Amount


(current value, currency,
Year Contract Identification
exchange rate and US$
equivalent)

[insert year] Contract Identification: [indicate complete contract name/ number, and any other [insert amount]
identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for suspension or termination: [indicate main reason(s) e.g. discharge over
environmental limit, workers did not have required health and safety permits to
undertake high risk work, work carried out was not adhered to approved construction
methodology and quality control plan]

Key EHS personnel replacement requested by the Employer for reasons related to EHS performance

Personnel replacement
Year Contract Identification and Reasons
action and results

[insert year] Contract Identification: [indicate complete contract name/ number, and any other [insert description]
identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for requesting for replacement: [indicate main reason(s)]

Fatality due to EHS issues on Site

Follow-on actions
Year Contract Identification
taken by the contractor

[insert year] Contract Identification: [indicate complete contract name/ number, and any other [insert description]
identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Description of fatality event:
Causation:

4-28
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Form FIN - 1: Historical Financial Performance

Each Bidder must fill out this form.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint
Venture Partner’s name below:

Joint Venture Partner: ___________________

Financial Data for Previous ……… Years [$ Equivalent]

Year 1: Year 2: Year 3: Year 4: Year 5:

Information from Balance Sheet

Total Assets (TA)

Total Liabilities (TL)

Net Worth = TA – TL

Current Assets (CA)

Current Liabilities (CL)

Working Capital = CA - CL

Most Recent To be obtained for most recent year and carried forward to FIN - 3 Line 1; in case of
Working Capital Joint Ventures, to the corresponding Joint Venture Partner’s FIN – 3.

Information from Income Statement

Total Revenues

Profits Before Taxes

Profits After Taxes

 Attached are copies of financial statements (balance sheets including all related notes and income statements)
for the last five (5) years, as indicated above, complying with the following conditions:
1. Unless otherwise required by Section 3 of the Bidding Document, all such documents reflect the
standalone financial situation of the legal entity or entities comprising the Bidder and not the Bidder’s
parent companies, subsidiaries, or affiliates.
2. Historical financial statements must be audited by a certified accountant.
3. Historical financial statements must be complete, including all notes to the financial statements.
4. Historical financial statements must correspond to accounting periods already completed and audited (no
statements for partial periods shall be requested or accepted).

4-29
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Form FIN - 2: Average Annual Construction Turnover

Each Bidder must fill out this form.

The information supplied should be the Annual Turnover of the Bidder or each member of a Joint Venture in
terms of the amounts billed to clients for each year for work in progress or completed, converted to US
dollars at the rate of exchange at the end of the period reported.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint
Venture Partner’s name below:

Joint Venture Partner: ___________________

Annual Turnover Data for the Last 5 Years (Construction only)


Amount Exchange NRs. Or
Year
Currency Rate Equivalent

Average Annual Construction Turnover

4-30
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Form FIN – 3: Availability of Financial Resources

Bidders must demonstrate sufficient financial resources, comprising Working Capital supplemented by credit line
statements or overdraft facilities to meet the Bidder’s financial requirements for

(a) its current contract commitments, and


(b) the subject contract.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint
Venture Partner’s name below:

Joint Venture Partner: ___________________

Financial Resources
No. Source of financing Amount (NRs or equivalent)

1 Working Capital (to be taken from FIN - 1)

2 Credit Linea

Total Available Financial Resources

a
To be substantiated by a letter from the bank issuing the line of credit.In case of Credit Line, only (i)the unutilized credit limit and
overdraft facilities, and (ii) dedicated lines of credit issued specific to this project, in Form Fin-6 shall be considered.

4-31
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Form FIN- 4: Financial Requirements for Current Contract Commitments

Bidders (or each Joint Venture partner) should provide information on their current commitments on all
contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for
contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint
Venture Partner’s name below:

Joint Venture Partner: ___________________

Current Contract Commitments


Employer’s Outstanding Remaining
Contract Monthly Financial Resources
Name of Contact Contract Contract
No. Completion Requirement
Contract (Address, Tel, Value Period in
Date (X / Y)
Fax) (X)a months (Y) b
1

Total Monthly Financial Requirement for Current Contract Commitments NRs.. . . . . . . . . . . . . . . . .

a Remaining outstanding contract values to be calculated from 28 days prior to the bid submission deadline (NRS. Or equivalent based
on the foreign exchange rate as of the same date).
b
Remaining contract period to be calculated from 28 days prior to bid submission deadline.

4-32
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Form FIN - 5: Self-Assessment Tool for Bidder’s Compliance to Financial Resources (Criterion
2.3.3 of Section 3)

This form requires the same information submitted in Forms FIN - 3 and FIN - 4. All conditions of
“Available Financial Resources Net of CCC ≥ Requirement for the Subject Contract” must be satisfied to
qualify.

Form FIN - 5A: For Single Entities


For Single Total Available Total Monthly Financial Available Financial Requirement Results:
Entities: Financial Requirement for Current Resources Net of CCC for the Subject Yes or No
(A) Resources from Contract Commitments D = (B - C) Contract [D must be greater
FIN – 3 (CCC) from FIN – 4 (E) than or equal to E]
(B) (C) (F)
NRs. 1118.00
_________ million
(Name of Bidder)

Form FIN - 5B: For Joint Ventures


For Joint Total Available Total Monthly Financial Available Financial Requirement Results:
Ventures: Financial Requirement for Current Resources Net of for the Subject Yes or No
(A) Resources from Contract Commitments CCC Contract [D must be greater
FIN – 3 (CCC) from FIN – 4 D = (B - C) (E) than or equal to E]
(B) (C) (F)
Lead Partner:

____________ NRs.671.00
(Name of Partner) million
Each Partner:

_____________ NRs.168.00
(Name of Partner 1) million

NRs.168.00
_____________ million
(Name of Partner 2)

NRs.168.00
_____________ million
(Name of Partner 3)

All partners
NRs.1118.00
∑ D = Sum of available financial resources net of ∑ D = _______
combined current contract commitments for all partners

- Note -
Form FIN – 5 is made available for use by the bidder as a self-assessment tool, and by the employer as an evaluation work sheet, to
determine compliance with the financial resources requirement as stated in 2.3.3. Failure to submit Form FIN - 5 by the Bidder shall not
lead to bid rejection.

4-33
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Form FIN- 6: Format of Bank over draft/ unutilized Credit Limit Certificate

(To be filled on Letter Head of Bank)

No………………………… Date:……………………….

OVER DRAFT/ UNUTILIZED CREDIT LIMIT CERTIFICATE

This is to certify that M/s …………………… (Name of Bidder)……………………….. having Registered Office at
………………….. (address) and …………………………. Corporate/Head Office at ………………………….., a customer of our bank,
is a reputed company with a good financial standing.

If the contract(s) for the work(s) mentioned below is awarded to above firm, we shall be able to provide over
draft/ unutilized credit facilities to the extent of …[state the currency and amount in figure]……………….. (…………..in
words) to meet their working capital requirements for executing the Project(s).

Contract Package Country Name of Project Contract Package (s) Amount of Overdraft / Unutilized
Identification No. Credit Facilities in [state the currency,
eg USFD}

Total

4-34
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Form EXP – 1: Contracts of Similar Size and Nature

Fill out one (1) form per contract.

The exchange rate to be used to calculate the value of the contract for conversion to a specific currency shall be
the selling rate of borrower’s national bank on the date of the contract.

Contract of Similar Size and Nature


Contract
Contract No. . . . . . of . . . . .
Identification

Award Date Completion Date

Total Contract Amount NRs. or Its Equivalent

If partner in a Joint Venture or


subcontractor, specify participation Percent of Total Amount
of total contract amount

Employer’s name
Address
Telephone number
Fax number
E-mail

Description of the Similarity in Accordance with Criterion 2.4.1 of Section 3 (Evaluation and Qualification
Criteria)

1. Participation** as a contractor,
JV partner, or subcontractor, in at
least two contracts that have
been satisfactorily and
substantially completed*** within
the last Seven (7) years and that
are similar to the proposed works,
where the value of the Bidder’s
participation under each contract
exceeds NRs 8053.00 million. The
similarity of the Bidder’s
participation shall be based on 1
construction of at least one road
with 32 km length of four (4)
lanes or more in each contract.

1Forcontracts under which the Bidder participated as a Joint Venture partner or Subcontractor, only the Bidder’s share, by value,
shall be considered to meet this requirement. For contracts implemented by a Joint Venture contractor, if the Bidder comprises
the same Joint Venture, the 'Single Entity' requirements will apply.

4-35
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

2.The bidder shall have


satisfactorily and substantially
completed*** at least one
contract for Civil Work in Road,
Railway, Airport, Bridges or
Tunnel of minimum value NRs
8053.00 million, either
in Nepal
or
in any other country
outside the country
of incorporation of the
Bidder.
In case of a Bidder comprises JV,
the Lead Partner of the Bidder
must satisfy this requirement.
To satisfy this requirement (S.No.
2), the contract under
consideration shall have been
executed under FIDIC Conditions
of Contract.

4-36
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Form EXP - 2: Construction Experience in Key Activities

Fill out one (1) form per contract. Each contract shall be supported by documents such as Signed Contract
Agreement, Taking-Over Certificate or Contract Completion Certificate.

Each Bidder must fill out this form.

If complied by Specialist Subcontractor, each Specialist Subcontractor must fill out this form and provide the
Specialist Subcontractor’s name:

Specialist Subcontractor: ___________________

Contract with Similar Key Activities


Contract
Contract No. . . . . . of . . . . .
Identification

Award Date Completion Date

Total Contract Amount


NRs. or Its Equivalent
If partner in a Joint Venture or
subcontractor, specify
Percent of Total Amount
participation of total contract
amount

Employer’s name
Address
Telephone number
Fax number
E-mail

Description of the Key Activities in Accordance with Criterion 2.4.2 of Section 3 (Evaluation and Qualification
Criteria)
(a) Production rate of construction of
roads with Bituminous concrete
works of 22470.00 cum per year
completed in any one year within
the last Seven (7) years.
(b) Production rate of construction of
at least total length of 267.00 m
multilane bridges per year in any
one year within the last Seven (7)
years.

(c) Production rate of construction of


at least 2314.00 m cast in-situ
bored pile of minimum pile
diameter 1000 mm for foundation
of bridge per year completed
within the last Seven (7) years.

4-37
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Form EXP – 3: Specific Experience in Managing Environmental, Health and Safety Aspects

Fill out one form per contract.

Each Bidder must fill out this form.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint
Venture Partner’s name:

Joint Venture Partner: _________

1. Key Requirement no 1 in accordance with Criterion 2.4.3 of Section 3: ______________________


Contract Identification

Award date

Completion date

Role in Contract
Prime Member in Management
Subcontractor
Contractor JV Contractor

Total Contract Amount


US$

Details of relevant experience

2. Key Requirement no 2 in accordance with Criterion 2.4.3 of Section 3: ________________

3. Key Requirement no 3 in accordance with Criterion 2.4.3 of Section 3: ________________

4-38
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Form EXP – 5: Environmental, Health and Safety Documentation

Please provide the following information:


Availability of in-house policies and procedures acceptable to the Employer for EHS management:
1. Existence of an Ethics Charter.
2. Existence of a system for monitoring compliance with EHS commitments for the Bidder’s
Subcontractors and all its partners.
3. Existence of official company procedures for the management of the following relevant points:

-Traffic management practice;


-Protection of water resources;
-Site rehabilitation and revegetation practice;
-Control of infectious and communicable diseases (HIV/AIDS, malaria, COVID-19 etc)

Form EXP – 6: Environmental, Health and Safety Dedicated Personnel

Please provide CV [Form PER-2] of the in-house personnel of the main contractor/Joint Venture partners for the
EHS positions specified in Section 6 (Employer’s Requirements):

-Environmental Specialist
-Health and Safety Specialist

4-39
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Schedules

Schedule of Payment Currencies

For ...........................insert name of Section of the Works ................................................

Separate tables may be required if the various sections of the Works (or of the Bill of Quantities) will have
substantially different foreign and local currency requirements. In such a case, the Employer should prepare
separate tables for each Section of the Works.

A B C D
Percentage of
Name of Payment Amount of Rate of Exchange Local Currency Equivalent Net Bid Price (NBP)
Currency Currency to Local Currency C=AxB 100xC
NBP

Local Currency
1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #3

Net Bid Price 100.00

Provisional Sums
Expressed in Local 1.00
Currency

BID PRICE

- Note -
The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published by the source specified in
BDS 15.

4-40
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Tables of Adjustment Data


Table A - Local Currency

% Range of Bidder’s
Index Base Value
Index Description Source of Index Weighting Proposed
Code and Date
Weighting

A Nonadjustable - - 15

National Salary and Wage Index :


B Labour Construction Labour published by Nepal 10 - 20
Rastra Bank

C Diesel Nepal Oil Corporation 10 - 20

Nepal Bitumen & Barrel Udyog


D Bitumen 10 - 20

Udayapur Cement Udhyog, Nepal


E Cement 5 - 15

Ex-factory rate of Himal Steel, Nepal


F Reinforcement Bar 5 - 15

National Wholesale Price Index: Overall


G Other 15 - 25
Index published by Nepal Rastra Bank
Total 100% 1.00

Table B - Foreign Currency


Name of Currency:
If the Bidder wishes to quote in more than one foreign currency, this table should be repeated for each
foreign currency.

Bidder’s
Index Index Source of Base Value Bidder’s Currency in Equivalent
Proposed
Code Description Index and Date Type/Amount
in FC1 Weighting
A Nonadjustable -- -- -- -- 0.15
B
C
D
E
F
G
Total 1.00

- Note -
As per GCC 1.1.3.1, “Base Date” means the date 28 days prior to the latest date for submission of the bid.

Tables of Adjustment Data shall only be included if prices are to be quoted as adjustable prices in accordance with ITB 14.5.

4-41
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Bill of Quantities
A. Preamble

1. The Bill of Quantities shall be read in conjunction with the Instruction to Bidders, Bidding Data,
General and Particular Conditions of Contract, Standard Specifications and Special Provisions,
and Drawings.

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

3. The rates and prices bid in the priced Bill of Quantities shall, except as otherwise provided under
the Contract, include all constructional equipment, labor, supervision, materials, erection,
maintenance, insurance, profit, taxes, and duties, together with all general risks, liabilities, and
obligations set out or implied in the Contract.

4. A rate or price shall be entered against each item in the priced Bill of Quantities, whether
quantities are stated or not. The cost of items against which the Contractor has failed to enter a
rate or price shall be deemed covered by other rates and prices entered in the Bill of Quantities.
The units and rates in figures entered into the Bill of Quantities should be typewritten or if
written by hand, must be in print form. Bill of Quantities not presented accordingly may be
considered nonresponsive.

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

6. The Bid Price is inclusive of all Environmental, Health and Safety management and compliance cost.

7. General directions and descriptions of work and materials are not necessarily repeated or
summarized in the Bill of Quantities. References to the relevant sections of the Contract
documentation shall be made before entering prices against each item in the priced Bill of
Quantities.

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

9. The method of measurement of completed work for payment shall be in accordance with the
Specifications (see Part II: Employer’s Requirement, Section 6B and 6C of these documents).

10. Arithmetic errors will be corrected by the Employer as follows:


(a) If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price shall be
corrected, unless in the opinion of the Employer there is an obvious misplacement of the
decimal point in the unit price, in which case the total price as quoted shall govern and the
unit price shall be corrected.
(b) If there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail and the total shall be corrected.

4-42
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

(c) If there is a discrepancy between the bid price in the Summary of Bill of Quantities and the
bid amount in item (c) of the Letter of Bid, the bid price in the Summary of Bill of Quantities
will prevail and the bid amount in item (c) of the Letter of Bid will be corrected.
(d) If there is a discrepancy between words and figures, the amount in words shall prevail, unless
the amount expressed in words is related to an arithmetic error, in which case the amount in
figures shall prevail subject to (a), (b), and (c) above.

11. Bidders shall price the Bill of Quantities in Nepalese Rupees (NRs.) only and shall indicate in the
“Schedule of Payment Currencies” the percentage expected for payment in foreign currency or
currencies.

12. Payment for Performance Based Maintenance (PBM) Works and Services measured in kilometer-
month shall include the cost of all the activities that is required to be carried out by the
Contractor as per the Specifications during performance-based maintenance period except
determined under Emergency Works, subject only to any reduction as provided in the relevant
Section of the Specifications.

B. Dayworks Schedule

General
1. Work shall not be executed on a Daywork basis except by written order of the Engineer. Bidders shall
enter basic rates for Daywork items in the Schedules, which rates shall apply to any quantity of
Daywork ordered by the Engineer. Nominal quantities have been indicated against each item of
Daywork, and the extended total for Daywork shall be carried forward as a Provisional Sum to the
Summary Total Bid Amount. Unless otherwise adjusted, payments for Daywork shall be subject to
price adjustment in accordance with the provisions in the Conditions of Contract.

Daywork Labour
2. In calculating payments due to the Contractor for the execution of Daywork, the hours for labor
will be reckoned from the time of arrival of the labor at the job site to execute the particular item
of Daywork to the time of return to the original place of departure, but excluding meal breaks and
rest periods. Only the time of classes of labor directly doing work ordered by the Engineer and for
which they are competent to perform will be measured. The time of gangers (charge hands)
actually doing work with the gangs will also be measured but not the time of foremen or other
supervisory personnel.

3. The Contractor shall be entitled to payment in respect of the total time that labor is employed on
Daywork, calculated at the basis rates entered by him in the Schedule of Daywork Rates: 1. Labor.
The rates for labor shall be deemed to cover all costs to the Contractor, including (but not limited
to) the amount of wages paid to such labor, transportation time, overtime, subsistence
allowances, and any sums paid to or on behalf of such labor for social benefits in accordance with
(Country of Borrower) law, as well as Contractor’s profit; overheads; superintendence; liabilities
and insurance and allowance to labor; timekeeping and clerical and office work; the use of
consumable stores water, lighting, and power; the use and repair of staging, scaffolding
workshops and stores portable power tools; manual plant and tools; supervision by the
Contractor’s staff, foremen, and other supervisory personnel; and charges incidental to the
foregoing. The rates shall be stated in the Nepalese Rupees (NRs.) but the payments will be made
on currency proportions as indicated in the “Schedule of Payment Currencies”.

Daywork Material
4. The Contractor shall be entitled to payment in respect of materials used for Daywork (except for
materials for which the cost is included in the percentage addition to labor costs as detailed

4-43
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

heretofore), at the rates entered by him in the Schedule of Daywork Rates: 2. Materials and shall
be deemed to include overhead charges and profit as follows;

(a) the rates for materials shall be calculated on the basis of the invoiced price, freight,
insurance, handling expenses, damage, losses, etc., and shall provide for delivery to store for
stockpiling at the Site. The rates shall be stated in the Nepalese Rupees (NRs.) but the
payments will be made on currency proportions as indicated in the “Schedule of Payment
Currencies”.
(b) the cost of hauling materials for use on work ordered to be carried out as Daywork from the
store or stockpile on the Site to the place where it is to be used shall also be deemed included
in the same rate.

4-44
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Daywork Equipment

5. The Contractor shall be entitled to payments in respect of Contractor’s Equipment already on Site
and employed on Daywork at the basic rental rates entered by him in the Schedule of Daywork
Rates: 3. Contractor’s Equipment. The said rates shall be deemed to include due and complete
allowance for depreciation, interest, indemnity and insurance, repairs, maintenance, supplies,
fuel, lubricants, and other consumables, and all overhead profit and administrative costs related
to the use of such equipment. The cost of drivers, operators, and assistants shall also be included
in the rate of the equipment and no separate payment shall be made for it.

6. In calculating the payment due to the Contractor’s Equipment employed on Daywork, only the
actual number of working hours will be eligible for payment, except that where applicable and
agreed with the Engineer, the traveling time from the part of the Site where the Construction
Plant was located when ordered by the Engineer to be employed on Daywork and the time for
return journey thereto shall be included for payment.

7. The basic rental rates for Contractor’s Equipment employed on Daywork shall be stated in
Nepalese Rupees (NRs.) but the payments will be made on currency proportions as indicated in
the “Schedule of Payment Currencies”.

Units of Measurement

The following units of measurement and abbreviations are used:

Unit Abbreviation Unit Abbreviation


a) cubic meter m3 or cu m b) millimeter mm
c) hectare ha d) month mon
e) hour h f) number no
g) kilogram kg h) square meter m2 or sq m
i) kilometer km j) kilometer month km-mon
k) lump sum sum l) person day per day
m) meter m n) week wk
o) metric ton (1,000 kg) t p) square millimeter mm2 or sq mm
q) litre lt r) person month per mon
s) vehicle Month veh - mon t) provisional sum ps

4-45
SASEC Highway Enhancement Project (SHEP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHEP/OCB/KL/02

C. Work Items (Bill of Quantities)

4-46
SASEC Highway Enhancement Project (SHEP) Part I, Section 5- Eligible Countries
Bidding Document Contract No. SHEP/OCB/KL/02

Section 5 - Eligible Countries

This Section contains the list of eligible countries.

Regional Members
1. AFG Afghanistan 25. FSM Micronesia, Federated States of
2. ARM Armenia 26. MON Mongolia
3. AUS Australia 27. MYA Myanmar
4. AZE Azerbaijan 28. NAU Nauru
5. BAN Bangladesh 29. NEP Nepal
6. BHU Bhutan 30. NZL New Zealand
7. BRU Brunei Darussalam 31. PAK Pakistan
8. CAM Cambodia 32. PAL Palau
9. PRC China, People’s Republic of 33. PNG Papua New Guinea
10. COO Cook Islands 34. PHI Philippines
11. FIJ Fiji 35. SAM Samoa
12. GEO Georgia 36. SIN Singapore
13. HKG Hong Kong, China 37. SOL Solomon Islands
14. IND India 38. SRI Sri Lanka
15. INO Indonesia 39. TAP Taipei,China
16. JPN Japan 40. TAJ Tajikistan
17. KAZ Kazakhstan 41. THA Thailand
18. KIR Kiribati 42. TIM Timor-Leste
19. KOR Korea, Republic of 43. TON Tonga
20. KGZ Kyrgyz Republic 44. TKM Turkmenistan
21. LAO Lao PDR 45. TUV Tuvalu
22. MAL Malaysia 46. UZB Uzbekistan
23. MLD Maldives 47. VAN Vanuatu
24. RMI Marshall Islands 48. VIE Viet Nam

Non-regional Members
1. AUT Austria 11. NET The Netherlands
2. BEL Belgium 12. NOR Norway
3. CA Canada 13. POR Portugal
4. DEN Denmark 14. SPA Spain
5. FIN Finland 15. SWE Sweden
6. FRA France 16. SWI Switzerland
7. GER Germany 17. TUR Turkey
8. IRE Ireland 18. UKG United Kingdom
9. ITA Italy 19. USA United States
10. LUX Luxembourg

5-1
Government of Nepal
Ministry of Physical Infrastructure and Transport

Department of Roads
Project Directorate (ADB)
Bishalnagar, Kathmandu, Nepal

SASEC Highway Enhancement Project (SHEP)


(ADB Project No. 52097–003-Nep)

East-West Highway (H-01),


Kakarbhitta – Laukahi (Section -2)
From Km 45+000 to km 085+000

Contract No. SHEP/OCB/KL/02

Phase 1: Upgrading Works


(Upgrading of existing road from 2-Lanes to 4 Lanes and Service Lanes,
Structures, Bridges, etc. including Defect Notification Period)

Phase 2: Performance Based Maintenance Works


(Maintenance works consisting of all activities to be carried out to achieve and
keep the road assets as defined in the PBM Specifications)

Bidding Document
Part II Employer’s Requirements

Section6A Standard Specifications


Section6B Special Provisions to Standard Specifications
Section 6C Environmental, Health and Safety Management Requirement
Section6D Drawings (In Separate Volume)
Section 6E Supplementary Information Regarding Works to Be Procured
Section6F Personnel Requirements
Section6G Equipment Requirements
Section 6H Check List for OCHS Including Arrangement for Protection
against COVID-19

June,2022
Preface
This Bidding Document for the Procurement of Works (Single Stage – Two Envelope) has been
prepared by the Government of Nepal, Ministry of Physical Infrastructure and Transport,
Department of Roads, Project Directorate (ADB) and is based on the Standard Bidding
Document issued by the Asian Development Bank dated December 2022.
ADB’s SBD Works has the structure and the provisions of the Master Procurement Document
entitled “Bidding Documents for the Procurement of Works”, prepared by multilateral
development banks and other public international financial institutions, except where ADB-
specific considerations have required a change.
Table of Contents - Summary Description
PARTI BIDDINGPROCEDURES

Section 1 - Instructions to Bidders (ITB) ---------------------------------------------------------1-1


This Section specifies the procedures to be followed by Bidders in the preparation
and submission of their Bids. Information is also provided on the submission,
opening, and evaluation of bids and on the award of contract.

Section 2 - Bid Data Sheet (BDS) ------------------------------------------------------------------2-1


This Section consists of provisions that are specific to each procurement and
supplement the information or requirements included in Section 1 - Instructions
to Bidders.

Section 3 - Evaluation and Qualification Criteria (EQC) -------------------------------------3-1


This Section contains the criteria to determine the lowest evaluated bid and the
qualifications of the Bidder to perform the contract.

Section 4 – Bidding Forms (BDF)-------------------------------------------------------------------4-1


This Section contains the forms which are to be completed by the Bidder and
submitted as part of his Bid.

Section 5 – Eligible Countries (ELC) ---------------------------------------------------------------5-1


This Section contains the list of eligible countries.

PART II EMPLOYERS REQUIREMENTS

Section 6 -Employer’s Requirements (ERQ) ---------------------------------------------- 6-1


This Section contains the Specifications, Drawings, and Supplementary
Information that describe the Works to be procured, Personnel Requirements,
and Equipment Requirements.

Section 6A – Standard Specifications-----------------------------------------------------------6-1


This document has been issued under the authority of the Government of Nepal,
Ministry of Physical Planning and Works, Department of Roads (2016 with second
amendment 2022), it can be purchased from the Central Road Laboratory,
Chakupat, Lalitpur.

Section 6B – Special Provisions------------------------------------------------------------------6-2


This section contains amendments, supplements, etc. to the standard
specifications to suit the specific requirements of the project, including sections
regarding Minor Bridges and PBM works.

Section 6C – Environmental, Health and Safety Management Requirement----6-194


This section provides the Environmental, Health and Safety Management
Requirement

Section 6D – Drawings--------------------------------------------------------------------------6-196
The drawings are presented in a separate volume
Section 6E------------------------------------------------------------------------------------------6-197

Supplementary Information Regarding Works to Be Procured


This Section contains provides the supplementary information regarding the
works to be executed under the contract. Specification, Special provisions and, the
Drawings, that describe the Works to be procured

Section 6F– Personnel Requirements-------------------------------------------------------6-200


This section provides the information on Personnel Requirements-6-178

Section 6G – Equipment Requirements----------------------------------------------------6-202


This section provides the information on Equipment Requirements.

Section 6H- Check list for OCHS including arrangement for protection against
COVID-19-------------------------------------------------------------------------------------------6-204
This section provides check list for OCHS

PARTIII CONDITIONS OF CONTRACT AND CONTRACTFORMS

Section 7 - General Conditions of Contract (GCC)-------------------------------------------7-1


This Section contains the general clauses that govern the Contract. These General
Conditions shall be the Conditions of Contract for Construction, Multilateral
Development Bank Harmonized Edition, prepared by the Fédération
Internationale des Ingénieurs-Conseil (FIDIC June 2010 MDB version). These
Conditions are subject to the variations and additions set out in Section 8
(Particular Conditions of Contract).

Section 8 - Particular Conditions of Contract (PCC)-----------------------------------------8-1


This Section contains provisions which are specific to each contract and which
modify or supplement the GCC. Whenever there is a conflict, the provisions herein
shall prevail over those in the GCC.

Section 9 – Contract Forms (COF)--------------------------------------------------------------9-1


This Section contains forms, which, once completed, will form part of the
Contract. The forms for Performance Security and Advance Payment Security,
when required, shall only be completed by the successful Bidder after contract
award.
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

Part II - Employers Requirements


This Section contains the Summary of Description of Works, Specifications and
Drawings that describe the Works to be procured.

Table of Content
Section 6A: Standard Specifications 6-1
Section 6B: Special Provisions to the Standard Specifications 6-2
Section 100 - General 6-3
103a Office, Accommodation, Vehicles, Survey Equipment and Site 6-3
Laboratory
104 Traffic Management Provisions 6-11
105 Publicly and Privately Owned Services 6-19
106 Survey and Setting Out 6-19
108 Construction and Maintenance of Temporary Diversion Bridges 6-21
109 Maintenance of the Road 6-22
110 Site Information 6-22
111 Environmental Protection Works 6-23
113 Equivalency of Standards 6-27
117 Contractor’s Establishment on Site 6-27
118 Legal Relations and Responsibility to the Public 6-28
119 Provision of Insurances and Securities 6-28
120 Extension of Time due to Abnormal Rainfall 6-29
121 Labour Standards 6-30
122 Safety Plan and Provisions 6-31
123 Shop Drawings of Intersections 6-32
124 D GIS Data Creation 6-34

Section 200 Site Clearance 6-35


201 Clearing and Grubbing 6-35
202 Dismantling Culverts, Bridges, Other Structures and Pavements 6-35

Section 300 Soil Improvement 6-37


301 Reinforced Soil 6-37

Section 500 Quality Control 6-38


505 Testing Procedure and Set of Tests 6-38
507 Site Trials or Trials Sections 6-38
510 Schedule of Tests 6-38

Section 600 – Materials and Testing of Materials 6-39


603 Sources of Materials 6-39
604 Inspection and Acceptance of Materials 6-39
613 Stone, Aggregate, Sand and Fillers 6-39

6-i
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements
Section 700 Pipe Drains, Pipe Culverts and Concrete Channels 6-40
702 Concrete Channeling 6-40

Section 900 – Earthworks 6-42


902 Definitions and General Requirements 6-42
909 Forming of Embankment and Other Areas of Fill 6-42
918 Payment 6-42
919 Catch-water Drains 6-42

Section 1000 – Subgrades 6-44


1002 Definitions 6-44
1003 Preparation and Surface Treatment of Formation 6-44
1004 Capping Layer 6-45
1005 Mechanical Stabilization 6-46
1007 Measurement 6-46
1008 Payment 6-47

Section 1100 – Road Works Overall Requirements 6-48


1101 Horizontal Alignments, Surface Levels and Surface regularity of 6-48
Pavement Courses

Section 1200 – Subbase, Base, Hard Shoulder and Gravel Wearing Course 6-50
1201 Granular Subbase 6-50
1205 Shoulder Island and Median 6-51
1208 Wet Mixed Macadam Base and Sub-Base 6-51

Section 1300 – Bituminous Surface and Base Course 6-52


1302 Prime and Tack Coat 6-52
1308 Dense Bituminous Macadam 6-53
1309 Asphalt Concrete/ Bituminous Concrete 6-53

Section 1400 – Kerbs and Footpaths 6-54


1406 Precast Concrete Property Access Slabs 6-54
1407 Precast Reinforced Cement Concrete (RCC) Covered Drain 6-54
1408 Multi Blended Interlocking Concrete Block for Footpath 6-55
1409 Catch Pit for Rain water 6-56

Section 1500 - Traffic Signs, Road Marking, Road Marker Stones and Delineators 6-58

1501 Permanent Traffic Signs 6-58


1506 Road Marker Stones 6-59
1507 Delineator Posts 6-60
1512 Gabion Safety Barrier 6-60
1513 Stone Masonry Safety Barrier 6-60
1514 Confidence Blocks 6-61
1515 Precast New Jersey Barriers 6-61

6-ii
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements
1516 Solar Street Lighting Systems 6-62
1518 Bus Stop Shelters 6-68
1519 Traffic Signal 6-69

Section 1600 – Piling for Structure 6-79


1619 Ground Condition 6-82

Section 1900 – Bearings and Expansion Joints 6-86


1901 Expansion Joints 6-86

Section 2000 – Concrete for Structures 6-88


2004 The Design of Concrete Mixes 6-88
2006 Transportation of Concrete 6-88
2007 Placing of Concrete 6-88
2011 Concreting in Hot Weather 6-89
2012 Construction Joint 6-89
2014 Reinforcement 6-89

Section 2100 – Pre-stressing 6-90


2119 Lifting and Placing of Precast Girders 6-90

Section 2400 – River Training and protection works 6-92

Section 2600 – Masonry for structure 6-93


2603 Construction 6-93

Section 2800 – Bio Engineering 6-94


2802 Provision of Seeds 6-94
2803 Provision of Plant Cuttings 6-94
2806 Final Slope Preparation for Bio-Engineering 6-95
2807 Site Planting and Sowing 6-95
2810 Site Protection 6-97
2811 Site Aftercare and Maintenance 6-97
2813 Site Planting of Bamboo 6-97
2814 Live Check Dam Construction 6-98
2815 Measurement and Payment 6-98
2816 Priority on Bio-engineering Works 6-99

Section 2900 – Maintenance of Roads 6-100


2910 Performance Based Maintenance of Roads 6-100
2911 Performance Based Maintenance 6-100
2912 General 6-108
2913 Management Services 6-110
2914 Operational Services 6-126
2915 Payments 6-145
2916 Emergency Works 6-146
2917 Appendices for Phase 2 6-149

6-iii
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

Section 3000 – Sub-Surface Geotechnical Investigation 6-154


3001 Scope 6-154
3002 Field Investigation 6-154
3006 Conclusion and Recommendations 6-155
3007 Measurement and Payment 6-155

Section 3100 – Miscellaneous Works 6-156


3102 Precast Member 6-156
3105 Railing 6-156
3106 Approach Slabs 6-157
3107 Drainage Spouts 6-157
3108 Utility Facilities 6-158
3111 High Density Poly-Ethylene (HDPE) Pipe 6-158
3112 Galvanized Steel Base Plate 6-158
3113 Water management in Median 6-159
3114 Canopy Bridge for Primates 6-161
3115 Funnel Fencing 6-164
3116 Median Fencing 6-166
3117 Re-location/ Re-erection of electrical works 6-166

Appendices: 6-168
Appendix: 1 List of Standards 6-169
Appendix: 2 Notes on Construction and Finishing of Office and 6-173
Accommodation Building
Appendix: 3 Office and Furniture / Equipment for the Employer 6-180
Appendix: 4 Accommodation and Furniture / Equipment for the Employer 6-183
Appendix: 5 Vehicles for the Employer 6-186
Appendix: 6 Survey Instruments required at site 6-187
Appendix: 7 Site Laboratory 6-188
Appendix: 8 Laboratory Equipment 6-190
Appendix: 9 Project Signboard 6-193

Section 6C Environmental, Health and Safety Management 6-194


Requirement
Section 6D Drawings 6-196
Section 6E Supplementary Information Regarding Works to Be Procured 6-197
Section 6F Personnel Requirements: Phase1 6-200
Personnel Requirements: Phase1 6-201
Section 6G Equipment Requirements: Phase1 6-202
Equipment Requirements: Phase2 6-203
Section 6H Check list for OCHS including arrangement for protection 6-204
against COVID-19

6-iv
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

Specification
The Specification comprises the following documents:
 Section 6A: Standard Specifications;
 Section 6B: Special Provisions to the Standard Specifications (including all
Appendices);
 Section 6CEnvironmental, Health and Safety Management Requirement;
 Section 6F:
o Personnel Requirements: Phase1
o Personnel Requirements: Phase2;
 Section 6G:
o Equipment Requirements: Phase1
o Equipment Requirements: Phase 2; and

 Section 6H: Check list for OCHS including arrangement for protection against COVID-
19

6-v
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

Section 6A: Standard Specifications

Standard Specifications for this contract shall be the “Standard Specifications for Road and
Bridge Works-2073 (with second amendment 2078/2022)” issued under the authority of the
Government of Nepal, Ministry of Physical infrastructure and Transport, Department of Roads.
The Standard Specifications may be purchased from the Departments of Roads, Central Road
Laboratory, Chakupat, Lalitpur.

6-1
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

Section 6B: Special Provisions to the Standard Specifications

The Special Provisions contained herein shall be read in conjunction with Section 6A: the
Standard Specifications for Road and Bridge Works-2073 (with second amendment
2078/2022) issued by the Government of Nepal, Ministry of Physical Infrastructure and
Transport, Department of Roads and shall supplement, replace or supersede the Section 6A:
Standard Specifications as appropriate. Where there is any ambiguity or discrepancy between
the Standard Specifications and the Special Provisions; the Special Provisions shall have
preference and shall govern.

6-2
Section 100 – General

Add clause 103a after the clause 103 with the heading “Office, Accommodation, Vehicle, Survey
Equipment and Site Laboratory” as following:

103a Office, Accommodation, Vehicles, Survey Equipment and Site


Laboratory
(1) Provision of Office and Accommodation with Furnishing/Equipment, Operation
and Maintenance
A. General Requirements
The Contractor shall provide office and accommodation with the furniture, furnishing,
equipment, consumables, operation and maintenance for the Employer and his staff as
described below.
The office and accommodation provisions shall include the construction of new buildings on
the land provided by the Employer within the DOR premises at Itahari with the facilities and
maintenance. It also includes the clearance of site, access roads, parking facilities and other
necessary appurtenances such as power mains connection, water supply mains, drainage
systems, fences, utilities, area development etc., as mentioned in Appendix-2. Office shall be
with the facilities as shown in Appendix –3 and the accommodation shall be with the facilities
as shown in Appendix –4.
After providing the office and accommodation with the facilities the Contractor shall also
maintain until issuance of Taking Over Certificate.

B. Sole Use of Office and Accommodation


The office and accommodation facilities shall be for the sole use of the Employer.

C. Land for Offices and Accommodation


The Contractor shall construct the office and accommodation building on the land provided
by the Employer within the DoR premises at Itahari. The office and accommodation buildings
constructed by the contractor, equipment and furniture etc. will remain the property of the
Employer at completion of the contract.

D. Services
The Contractor shall arrange for the connection of water mains, drainage and sewerage and
electricity mains to the office and accommodation which facilities shall be functional at all
times. The Contractor shall ensure that these facilities of adequate power, supply of potable
water and sewage disposal etc. conform in full to the requirements mentioned in the
Conditions of Contract, Bill of Quantities and in this Specification.

6-3
E. Office and Accommodation Buildings
1.1 Office Building Structure
The Contractor shall construct complete office building (RCC Frame Structure, Multi Story with
brick wall in cement-sand mortar) in accordance with the BoQ and Building Specifications (The
Specifications “Specifications of Building Construction” issued by Department of Urban
Development and Building Construction) and that is acceptable to the Employer.

A. General description
The requirements for the Office shall be with the Total floor area of 250 sq.m within two
story.
The proposed building is designed following the RCC frame structure for the structural
member of the building. (NBC-National Building Code-105/1994) For the curtaining of the
building the material that will be used are brick, cement and sand. For the opening (doors
and windows) of the building aluminum and wood will be used as per the design and
drawings.
The contractor shall prepare the all working drawing of the buildings and get approval from
the engineer as well as from the concerned government authorities before commencement
of the building. The contractor shall pay all the taxes/duties for the approval of drawings
from the government authorities for both Accommodation and Office Buildings.

B. Finishing of the building


Finishing of Building shall be carried out as per BoQ, Specifications and Notes on Construction
and Finishing of Office and Accommodation Building (Appendix 2).

C. Other Requirements:
All approved structural and design drawings shall be provided by the Employer before
construction commences. All paints and floor finishes shall be approved by the Engineer
before painting or flooring work commences.
The Contractor shall require preparing and submitting the working drawings for the
Engineer’s approval before starting the construction works.
Office buildings along with the facilities in accordance with this Clause shall become the
property of the Employer on the completion of the Contract.

1.2 Accommodation Building Structure


A. General description
The Accommodation building shall be constructed in RCC framed structure with brick
masonry walls. The walls shall be of minimum thickness 230 mm with cement plaster works
on inside and outside. Roofs shall be constructed of RCC slab. The whole structure shall
comply with local regulations regarding earthquake resistance and shall in any case
incorporate a continuous system of reinforced concrete columns and beams. External wall
surfaces shall be finished with two coats of weather resistant paint. Internal wall surfaces
shall be finished with two coats of plastic emulsion. Room requirements for Accommodation

6-4
shall be with floor area of approximately 275sq m total in two and stories with the provisions
of four bed (4) rooms including one master bed rooms with attached toilet bathroom plus
kitchen, dining and two (2) additional toilet bathrooms in each floor.
The design is presented in drawing volume, the contractor shall prepare the detail design
drawing of the buildings and get approval from the engineer as well as from the concerned
government authorities before commencement of the building. The contractor shall pay all
the taxes/duties for the approval of drawings from the government authorities for both
Accommodation and Office Buildings.

B. Finishing of the building


Finishing of Building shall be carried out as per BoQ, Specifications and Notes on Construction
and Finishing of Office and Accommodation Building (Appendix 2).

C. Other Requirements:
All structural and layout drawings shall be approved by the Engineer before construction
commences. All paints and floor finishes shall be approved by the Engineer before painting or
flooring work commences.
Covered parking space shall be provided for the Employer's vehicles and this covered area
shall be connected to the office building by a covered concrete walkway having a minimum
covered width of 1.5 m.
The whole compound shall be fenced and gated with chain link fence at least 1.5 m in height.
Each room shall be provided with sufficient power outlet sand light fittings. Additional table
lamps shall be provided as required. External lighting shall be provided to give adequate
illumination of the whole area surrounding the buildings and covered parking spaces.
Each toilet shall be fitted with a wash basin with running water.
Typical drawings of the office and accommodation buildings shall be provided to the
Contractor. The Contractor shall require preparing and submitting the working drawings for
the Engineer’s approval before starting the construction works.
Office and Accommodation buildings along with the facilities in accordance with this Clause
shall become the property of the Employer on the completion of the Contract.

1.3 Provision of Temporary Office and Accommodation Facilities


The Contractor shall provide temporary office and accommodation facilities along with the
furniture/furnishing, equipment, consumables, operation and maintenance etc (as shown in
Appendix-3 and Appendix-4) for the period from the date of the Notice to Commence the
Works until the completion of the permanent office and accommodation facilities.
The construction and finishing of the office building and accommodation buildings including
fittings, furnishings and equipment shall be completed within 50 and 20 weeks respectively
from the date of the Engineer’s Notice to Commence the Works. If the contractor fails to
complete the construction of the mentioned permanent buildings within the expected
construction periods the contractor shall provide office and accommodation with facilities at
the contractor’s own cost until the above buildings are completed and provided to the

6-5
Employer.
The office and accommodation provisions shall be leased permanent building forming a single
or more block with the facilities and maintenance. The office shall have an internal area of at
least 250 m2, a ceiling height of at least 2.5 m and shall have at least, 6 office rooms (each
having not less than 13 m2), one conference room (not less than 20 m2), one kitchen and a
toilet. Parking Space for minimum six (6) vehicle shall be provided.
The accommodation provisions shall have an internal area of at least 200 m2, a ceiling height of
at least 2.5 m and shall have at least, 3 bed rooms including one master bed room (each having
not less than 13 m2), on living room (not less than 16 m2), one dinning, one kitchen and two
attached to the bed room and one general toilet. Parking Space for minimum four (4) vehicle
shall be provided.
Each office and accommodation rooms shall be weatherproof, shall have a floor that is at least
200 mm above the ground, and shall be provided with a ceiling and a lining to the walls, or
equivalent insulation, with an acceptable type of door with a secure lock, and two opening
windows of glazed area at least 6 m2. Each office and accommodation rooms shall be well
ventilated and shall be so insulated as to provide comfortable working conditions.
The window frames shall be close fitting and protected by fly screens. Sun blinds shall be
provided. A continuous supply of cold and hot water under adequate pressure shall be
maintained, either from the public supply or from another source of equivalent standard and
shall have drinking water quality. If water has to be provided by tankers to the office and
accommodation, 2 (two) storage tanks (1 ground tank of at least 12 m3 and 1 roof tank of 1 m3
capacity including booster pump) shall be provided and connected to the piping of the office
and accommodation. A suitable drainage system with septic tank or otherwise shall be
provided.
Each office and accommodation shall be provided with Air-condition facilities and fluorescent
lighting and shall have at least 6 no. 13 Amp power sockets in each room of these office and
accommodation. The contractor shall provide and maintain a standby generator or power
backup system of adequate capacity, in addition to the public power supply.
Each office and accommodation shall have a telephone Connected to the public system. The
Office and accommodation shall have broadband internet connection with Wi-Fi system. The
telephone and wireless internet shall be available for use by the Engineer at all times.
After the completion of the office and accommodation office the Contractor shall made all
provisions for shifting of the office and accommodation to the newly constructed complex and
arrange all furniture and equipment as on order.
If the Contractor fails to provide the temporary and permanent office and accommodation
facilities within the stipulated time the Employer will arrange suitable office and
accommodation for his use and the full costs of doing so will be deducted by the Employer
from any monies due to the Contractor.
The layout of the site office and the sizes of the individual rooms shall be agreed upon between
the Employer and the Contractor.

6-6
1.4 Furnishings and Equipment
The fittings, furnishings and equipment to be provided in office and accommodation are
described in the Appendix - 3 and Appendix -4 respectively, and shall become the property of
the Employer on completion of the Works.

1.5 Maintain and Run Office and Accommodation and Provision of Supplies
The Contractor shall maintain the buildings and the contents thereof supplied under the
Contract in good working order. The Contractor shall be responsible for supplying all power,
water and telephone services to the office and accommodation, and shall meet all costs for
these services, except for the cost of any overseas calls. A standby generator of specified
capacity is required at both office and accommodation to provide a continuous supply of power
during the period of load shedding and power failure.
The Maintenance of the Employer’s office and accommodation shall include daily cleaning to
the satisfaction of the Employer and including the manpower and materials required for. The
Contractor shall maintain all grounds and gardens that surround the building to the satisfaction
of the Employer.
The Contractor shall maintain in good condition, provide services regularly and repair or
replace all items of furniture, fittings and equipment supplied and installed in the buildings as
required.
The Contractor shall provide adequate security to guard and secure the buildings on a 24 hours
per day basis.
The Contractor shall provide stationery for the Employer as required and duly requisitioned by
personnel authorized by the Employer. Stationery shall include all consumable office items and
shall include paper, writing materials, printing materials (e.g., printer cartridges, printer
ribbons, copier toner etc.) and all general office requisites. Likewise, the Contractor shall supply
all other consumables for office and accommodation as required and provisioned in the
Contract.
A wireless internet facility shall be provided at both office and accommodation in order to
facilitate the transmission of project data and information.

1.6 Measurement and Payment


Construction of office building and accommodation building including electrical, plumbing and
sanitary works all complete as per the Drawings and the Specifications and to the satisfaction
of the Engineer/Employer shall be measured as a unit quantity item as provisioned in the
respective items in the Bill of Quantities.
Maintaining and operating the Employer’s office and accommodation at site including supply of
consumables etc., all complete as per the Specifications and to the satisfaction of the Employer
shall be measured on a monthly basis as provisioned in the in the respective items of the Bill of
Quantities.
Provision of furniture, furnishings and equipment, etc for the office and accommodation of the
Employer as detailed in these Specifications and to the satisfaction of the Employer shall be
measured on a Lump Sum basis as provisioned in the respective items of the Bill of Quantities.

6-7
Payment of the construction of office building and accommodation building (RCC Structure)
including electrical, plumbing and sanitary works all complete shall be made as per following
schedule:

After completion of foundation and plinth : 20% of the total bid amount;
After slab casting of first floor : 10 % of the total bid amount;
After slab casting of Second floor : 10 % of the total bid amount;
After completion of all structural works : 20%of the total bid amount;
After Completion of fixing of Door and Windows : 10% of the total bid amount;
After Completion of Electrical, Water Supply and Sanitary
: 10% of the total bid amount;
works
After Completion of finishing works (Ceiling works, Painting,
HVAC, fixtures for Electrical, Water Supply and Sanitary : 10% of the total bid amount;
works)
After Completion of all works including land development,
: 10% of the total bid amount.
Boundary Wall and Parking spaces:
Payment for maintaining and operating the Employer’s office and accommodation at site
including supply of consumables etc., all complete shall be made against the respective items
of the Bill of Quantities. However, no separate payment shall be made for the provision of the
temporary office and accommodation facilities. The Contractor shall include his cost for the
provision of temporary office and accommodation facilities within the price quoted for the
permanent office and accommodation facilities in the respective items of the Bill of Quantities.
However, the maintaining and operating the Employer’s temporary office shall be measured
under respective BOQ items till first 12 months from the date of Commencement. Similarly
maintaining and operating the Employer’s temporary accommodation shall be measured under
respective BOQ items till first 9 months from the date of Commencement. Incase additional
months are required to maintain operate because of delay in provision of permanent office and
accommodation within the above respective months, Contractor shall maintain and operate
them from their own cost.
Payment for the provision of furniture, furnishings and equipment, etc for the office and
accommodation of the Employer shall be made against the respective items of the Bill of
Quantities upon the supply and installation of these facilities to the satisfaction of the Engineer
and the Employer. The payment shall represent full and final payment for the contract items
and the Contractor shall not be entitled to any further compensation. The Contractor shall
provide such facilities during the extended time period as long as the Employer may require.
In the event the Contractor fails to maintain, repair or replace any defective or inadequate
office, or equipment item, the Employer shall effect such maintenance, repairs or replacement
and shall deduct the cost from any monies due to the Contractor.
The rate quoted by the Contractor for the lump sum pay items shall deem to cover the full
contract period including any Extensions of Time (EOT). No additional payment shall be made
for the period of any Extension of Time (EoT) for such items.

(2) Vehicles for the Employer


2.1 General Requirements

6-8
The Contractor shall provide new plain-colored motor vehicle as described in the Appendix-5
for the exclusive use of the Employer, for any purpose in connection with the Works. The
Contractor shall obtain approval from the Employer before supplying the vehicle. The vehicle
shall be licensed and insured for use on the public highway with comprehensive insurance
cover for any qualified driver, together with any authorized passengers and the carriage of
goods or samples.
The Contractor shall provide a competent and qualified driver holding a valid driver’s license
having an experience of minimum 5 years as a driver of similar vehicle types. The Contractor
shall provide fuel, oil and maintenance in conformity with the vehicle manufacture’s
recommendations.
The Contractor shall provide a suitable replacement for any vehicle that is out of service for
more than 24 hours. Vehicles shall be provided and maintained in accordance with the above
for as long as they are required by the Employer. Vehicles shall be reverted to the Contractor
when no longer required by the Employer.

2.2 Measurement
Provisions of the vehicles for the Employer shall be measured as the number of months the
vehicles are provided and maintained. Measurement shall be made during the total period the
vehicle is in use by the Employer. Vehicle not provided for the full 24-hour day will be
measured for payment on pro- rata basis of the actual hours available out of the 24 hour day.

2.3 Payment
Payment for vehicles shall be made at the unit price per vehicle month for each vehicle as
contained in the Bill of Quantities. Payment shall include the supply of the vehicle and driver,
fuel, oil, insurance, license, maintenance, spares, repairs and all other running and
maintenance costs.

(3) Provision of Site Laboratory

3.1 General Requirements


The Contractor shall provide, operate and maintain an adequately equipped site Laboratory
complete with all utilities, services apparatus and fittings as set out in Appendix - 7and
Appendix - 8to undertake the required testing to ensure the quality of the materials and the
works. The Contractor shall also supply and provide, at the laboratory the standards listed and
set out in Appendix - 1. The laboratory space including lab office and lab arrangement shall be
with plinth area of approximately120 sq m with two (2) rooms plus one additional large hall,
outside covered veranda and toilet bathroom.
The Site Laboratory shall be located within 500 m of the site and the lab building may be
located at the rented building or newly constructed on rented land. The laboratory shall be
available up to the end of the project.
The complete laboratory facilities shall include the provision of land, site grading, access roads,
covered parking facilities for vehicles, construction of building and all necessary appurtenance
such as electricity, drainage systems, fences and utilities etc.
The contractor shall supply furniture, fittings, equipment, vehicle, manpower and materials to

6-9
provide fully functional site laboratory.
The site laboratory shall be ready to use within 10 weeks from the date of the Engineer’s notice
to commence the Works. Alternative arrangement for testing shall be made by the date of
commencement of works.
The Contractor shall be fully responsible for the equipment including: -
 Maintaining, calibrating and servicing equipment as required.

 Repairing all defects including accidental damage as required.

 Replacing any lost or stolen items.


 Effecting insurance of the equipment against damage or loss.

 The tests which cannot be performed at site shall be carried out off the site at
renowned laboratory acceptable to the Engineer.
The site lab shall be made available for testing as long as it is required including any period
after the Completion of construction during which it is required for final measurement
purposes.
At the completion of the project, the furniture and equipment shall be the property of the
Contractor.

3.2 Measurement
Providing laboratory space, maintaining and operating the material testing laboratory at site,
etc., all complete, shall be measured on monthly basis as provided in the Bill of Quantities. It
includes establishing the site laboratory which includes construction/renting of lab building,
required consumables, maintenance and operation of the site laboratory and supply of
laboratory personnel and staff at laboratory for day to day works and testing etc.
Providing furniture and equipment etc., all complete for the material testing laboratory at site
shall be measured on Lump Sum basis as provided in the Bill of Quantities. It includes supply
and fixing of a complete set of equipment, furniture and other requisite items, etc, detailed in
the Appendices.

3.3 Payment
Payment for providing laboratory space, maintaining and operating the material testing
laboratory at site, etc. all complete shall be made against the respective item of the Bill of
Quantities.
Payment for providing furniture and equipment etc., all complete for the material testing
laboratory at site shall be made in the respective Lump Sum item as provisioned in the Bill of
Quantities. The Lump sum payment shall be made in two installments. First installment of 70%
of item rate shall be made upon the completion of supply and installation of the equipment
and furniture to the satisfaction of the Engineer. The remaining second 30% of the item rate
shall be made upon the completion of 100% of the Works.
Payment shall represent full and final payment for the Contract Items and the Contractor shall
not be entitled to any further compensation. The Contractor shall provide such facilities during

6-10
the extended time period as long as the Employer may require.
In the event the Contractor fails to maintain, repair or replace any equipment item, the
Employer shall carryout such maintenance, repairs or replacement and the Employer shall
deduct the cost from any monies due to the Contractor.
The rate quoted by the Contractor for the lump sum pay items shall deem to cover the full
contract period including any Extensions of Time (EOT). No additional payment shall be made
for the period of any Extension of Time (EoT) for such items.

104 Accommodation of Traffic


Delete Clause 104 in its entirety and substitute with the following:
Change heading of Clause 104 Accommodation of Traffic to Clause 104 Traffic Management
Provisions as follows:

104 Traffic Management Provisions


(1) Scope
This Clause covers the requirements to be met by the Contractor in relation to traffic
management provisions at construction sites which include management of regular traffic on
existing road or proposed temporary works (diversions), management of construction traffic
and traffic control and guidance schemes in order to ensure safe and reasonably efficient
operation of vehicular and pedestrian traffic along the subject road corridors.
The passage over or through the Works shall be used by the public or the representative of the
Employer or by public traffic or by vehicles of the Employer, whether connected with the
Contract or not and that shall not constitute use or occupation by the Employer. So the
Contractor shall make proper traffic management provisions at construction sites to open the
traffic during construction and provide the alternate route for traffic in case of closure of a
particular section.

(2) Preparation of Traffic Management Plan


The Contractor shall prepare Traffic Management Plan (TMP) based on the guidelines provided
by the Engineer and submit it to the Engineer for approval prior to the commencement of
construction. The Plan shall show the means and methods of operation and control of existing
as well as its construction traffic during the construction works. The means and methods of
managing traffic shall be suitable and adequate for ensuring safety of all road users as well as
Contractor's own workers and to the satisfaction of the Engineer. The Traffic Management Plan
shall include but not be limited to the following.
i. Traffic control equipment the Contractor proposes to use for the Works;
ii. Traffic control signage including location and sign descriptions;
iii. How and when the Contractor proposes to use traffic control flagmen;
iv. Traffic control means during non-working periods;
v. Traffic control means and devices for night and off-peak periods;
vi. Lane closure plan, where the Contractor intends to close the road partially;

6-11
vii. Traffic diversion plan, where the Contractor proposes to close the road fully.
The general traffic management requirements will be as given below.

(3) General Traffic Management Requirements


The following conditions shall apply in regard to traffic management:
(i) The Contractor shall keep existing roads open to traffic during the performance of the
Works, provided that when approved by the Engineer the Contractor may bypass traffic
over a detour. The Contractor shall at all times keep roads and footpaths, affected by
his operations, free from soil and material spillage;
(ii) TheContractorshallkeepthelengthoftheconstructionareasinsuchconditionthattrafficwill
be accommodated safely. Traffic control devices and services shall be provided and
maintained both inside and outside the Project limits as needed to facilitate traffic
guidance should this be necessary;
(iii) In order to facilitate the better traffic management as well as convenience to road
users, the construction works shall be divided into the stretches of less than 5 Km each
and the contractor shall prepare the work schedule for constriction works on each
stretch such that no major construction works shall be carried out in adjoining stretches
and submit it for engineer’s approval. Construction works shall not be carried out in
adjoining stretches without prior written instruction of the engineer.
(iv) Prior to the start of construction operations, the Contractor shall erect such signs,
barricades, and other traffic control devices as may be required by the plans,
specifications or as directed by the Engineer. Traffic control devices shall be operated
only when they are needed and only those devices that apply to conditions actually in
existence shall be operable. The Contractor shall obtain prior approval from the
competent authority (Traffic Police) of the plans and specification of the proposed
traffic management works before the commencement of work;
(v) Temporary fences shall be placed to provide a visual barrier between the work area and
adjacent traffic or buildings and at locations directed by the Engineer;
(vi) Any devices provided under this Clause that are lost, stolen, destroyed, or deemed
unacceptable while their use is required on the Project shall be replaced by the
Contractor without additional compensation;
(vii) During non-working hours and following completion of a particular construction
operation, all warning signs, except those necessary for the safety of the public, shall be
removed or entirely covered with either metal or plywood sheeting so that the sign
panel will not be visible;
(viii) The contractor shall keep retro-reflective sheeting on signs, barricades, and other
devices. The Contractor shall also promptly correct stretches, rips, and tears in the
sheeting. Retro- reflective sheeting shall have a maintained retro-reflection;
(ix) Night time operations, if any approved by the Engineer, shall be illuminated by a lighting
system approved by the Engineer. The lighting system shall be positioned and operated
to preclude glare. Incandescent lights will not be permitted;

6-12
(x) The Contractor shall take necessary care at all times during the execution of the works
to ensure the existing convenience and safety of residents along and adjacent to the
road, and any public highway or other facility that may be affected by the Works. Street
lighting shall be relocated as necessary to maintain the same standard of lighting during
the course of the works until new lighting facilities are brought in to operation;
(xi) The Contractor shall thoroughly acquaint himself with existing traffic conditions and
understand the importance of maintaining traffic safety and the avoidance of excessive
traffic delay. The Contractor shall co-operate with the pertinent agencies regarding
traffic control and all details will be subject to the Engineer's approval;
(xii) The Contractor shall be responsible for investigating and establishing the requirements
for traffic control and safety in all work areas and shall submit all details to the
Engineer;
(xiii) The Contractor’s requirements shall include, but not be limited to, construction of
detours, diversion roads, temporary bridges and approach roads, of traffic control
devices and services for the control and protection of traffic through areas of
construction;
(xiv) Any failure of the Contractor to meet these requirements will entitle the Employer to
carry out such works as he deems to be necessary and to charge the Contractor with the
full cost there of plus ten percent of such cost, which sum will be deducted from any
money due or which may become due to the Contractor under the Contract.
(xv) Road Damage: Contractor will be responsible for all road damage that may occur from
the transporting of his materials and equipment to and from the Works and will be
responsible for coordinating with all concerned agencies for implementing all necessary
repairs and/or restorations. The Contractor shall be required to repair to the
satisfaction of the Engineer and at no cost to the Employer any damage that he causes
to the road;
(xvi) When construction under traffic is permitted, the Contractor shall arrange its
construction program so that traffic flow is maintained through the Works in
accordance with the requirements as laid out by Traffic Police or as approved by the
Engineer;
(xvii) Vehicular access points to and from the site shall be in accordance with the
requirements of the best practice design standards, guides and manuals approved by
the Engineer. Acceleration and deceleration lanes and tapers shall comply with the
traffic volume, speed and sight distance warrants specified in the standards and guides
or as approved by the Engineer. Cross section widths for acceleration and deceleration
lanes shall be a minimumof3.5 m. The contractor shall provide traffic controllers at all
entry and exit points.

(4) Temporary Road Works Requirements for Traffic Management


The following conditions shall apply in regard to temporary works:
(i) The Contractor shall furnish, maintain, and remove on completion of the work for which
they are required, all temporary roads and road works such as sleeper tracks and

6-13
staging over roads, access and service roads, temporary crossings of bridges over
streams or unstable ground, and shall make them suitable in every respect for carrying
materials for the work, for providing access for traffic for himself or others, or for any
other purpose. Such temporary road works shall be constructed to the satisfaction of
the Engineer, but the Contractor shall nevertheless be responsible for any damage done
to or caused by such temporary road works;
(ii) Before constructing temporary road works, the Contractor shall make all necessary
arrangements, including payment if required, with the public authorities or landowners
concerned, for the use of the land and shall obtain the approval of the Engineer. Such
approvalwillbedependentontheEngineerbeingsatisfiedwiththeContractor’sproposalsfor
items such as signing, lighting and riding quality of the temporary road together with
the proposed maintenance arrangements. Such approval will not, however, relieve the
Contractor of his responsibilities under the Contract. Upon completion of the works the
Contractor shall clean up and restore the land to the satisfaction of the Engineer;
(iii) The Contractor, when required by the Engineer, shall submit for the Engineer’s approval
drawings giving full details of temporary roads. Such details shall include alignment,
profile, pavement construction, signing, lighting and the duration of the temporary
road;
(iv) The Contractor shall make all arrangements necessary to permit the passage of
materials and employees;
(v) In cases where it is necessary or required by the Engineer, the Contractor shall construct
and maintain temporary traffic ramps, and furnish all labour and materials required.

(5) Scope of Traffic Management Plan


The Traffic Management Plan submitted by the contractor shall:
(i) Provide details of the consultative process proposed to ensure consultation with and
notification to the community, business, road users and other stakeholders in advance
of alterations to existing traffic conditions. The Contractor’s proposed inputs into the
communication process shall ensure the timely notification of the Traffic Police,
relevant departments, travelling public, emergency services, adjacent landowners and
businesses of impending changes to traffic conditions. This process shall take
cognizance of any Department's requirements with respect to public notifications;
(ii) Describe traffic arrangements which provide for any necessary sequencing of the work
under the Contract while minimizing disruption and confusion to road users, local
traffic, emergency vehicles, pedestrians and cyclists;
(iii) Where required, describe how the construction work area shall be physically and
visually isolated from road users;
(iv) Provide details of how local access to communities and adjacent private properties and
businesses will be maintained;
(v) Provide details of arrangements to be made for detouring traffic;
(vi) Provide details of all road closures and/or restrictions required to undertake the work

6-14
under the Contract;
(vii) Detail provisions to maintain the specified number of traffic lanes in each direction at
the minimum nominated operating speed between the hours stated elsewhere in the
contract or as approved by the Engineer;
(viii) Provide for participation of a senior member of the Contractor’s site personnel on any
traffic coordination committee convened by the Department or its designated
representative;
(ix) Include the names and contact details of the representatives nominated by the
Contractor
andnotifiedtotheEngineer.TheContractorshallnominateaminimumoftworepresentatives
with the authority to address traffic management issues one of whom shall be available
at all times outside of the Contractor’s normal working hours. The Contractor shall
notify the Engineer and Department or its designated representative of the name,
address and telephone number of the nominated persons. Such persons, when
requested by the Engineer shall coordinate and expedite immediate repairs to and
maintenance of such part of the work under the Contract as may be considered
necessary by the Engineer and shall carry out such work to the satisfaction of the
Engineer;
(x) If a nominated person leaves the employment of the Contractor during the period of the
Contract, the Contractor shall immediately nominate another person and provide the
full details of that person;
(xi) Include the name of the Nominated Traffic Officer;
(xii) Include a schedule of Traffic Guidance Schemes giving a general description of the
relevant traffic arrangements and the date when the Traffic Guidance Scheme will be
submitted;
(xiii) Provide details of the Contractor’s organizational structure for traffic management
issues including a list of the duties and responsibilities of each position nominated in
that structure;

(6) Traffic Control


The following conditions shall apply in regard to traffic control:
(i) In order to facilitate traffic through or around the Works, or wherever ordered by the
Engineer, the Contractor shall erect and maintain at prescribed points on the work and
at the approaches to the work, traffic signs, lights, flares, barricades, rubber cones with
traffic lamp sand other facilities as necessary or required by the Engineer for the proper
direction and control of traffic;
(ii) As necessary for proper control of traffic or when/where directed by the Engineer, the
Contractor shall furnish and station competent flagmen whose sole duties shall consist
of directing the movement of traffic through or around the work;
(iii) The Contractor shall furnish and erect, within or in the vicinity of the project area, such
warning and guide signs as may be necessary or ordered by the Engineer;

6-15
(iv) In order to minimize disruption to traffic flows the Contractor shall enclose the Site with
temporary fence to provide a visual barrier between his work and adjacent traffic. The
temporary fence shall be two meters high and the movement of men, materials and
plant into and out of the barrier area shall be controlled by flagmen (traffic controller);
(v) The Contractor shall erect multimedia display device at the start and end point of the
road section which should provide the information about the traffic control and traffic
management plan for the road’s users. Likewise, the Contractor should broadcast these
information from the local FM Radio as may be necessary or requested by the Engineer.

(7) Number of Lanes for Traffic Control


In so far as possible, the existing number of traffic lanes shall be maintained insofar as possible
during the work and if diversions are provided these must be of the same traffic capacity as the
original road. Notwithstanding the above, the Engineer may give approval to reductions in
traffic capacity if the Contractor can show that these will not cause excessive delay to traffic. If
such approval is given, the Engineer may specify the hours during the day when the reduction
in capacity may be applied and it should be anticipated that these hours may not include the
peak period for the traffic movement under consideration.
The Contractor shall cooperate with the pertinent agencies regarding traffic control and all
details will be subject to the Engineer’s approval.

(8) Half-Width Construction


The following conditions shall apply to half-width construction:
(i) Where, in the opinion of the Engineer, a detour is not feasible, construction on existing
public roads shall be undertaken only over half of the full width of the roadway. The
length of such half-width construction shall be kept as short as possible;
(ii) Where half-width construction is necessary, work on culverts commenced in the dry
season must be completed and the embankments adjacent to them must be reinstated
so that at least half the full width shall be available for use by the public throughout the
next rainy season.
(iii) Where single-lane traffic becomes necessary over a particular length of the works or
over the approaches thereto, the Contractor, in maintaining through traffic, shall
provide a single lane at least three and a half meters wide on the roadway or
embankment to be kept open to traffic.
The Contractor shall so conduct his operations as to offer the least possible obstruction,
inconvenience, and delay to traffic and shall be responsible for the adequate control of the
traffic using such lengths of single lane.

(9) Extraordinary Traffic


The Contractor shall be responsible for carrying out any necessary investigations and the
obtaining of approvals, licenses, escorts and any other necessary facilities in order to enable his
extraordinary traffic to be moved on the roads in the Project Area.

6-16
(10) Vertical Clearance
In general any temporary works placed over roads or diversions used by public traffic should
maintain a vertical clearance of at least 4.5 meters. Where required by the Engineer the
Contractor shall erect and maintain suitable approved check-gates, fitted with warning signs
indicating the vertical clearance.

(11) Materials for Traffic Control Devices


Materials for traffic control devices shall conform to the requirements set forth below:
(i) Unless otherwise specified in the contract, sign panels, barricades, cones, vertical
panels, and flagger paddles shall have retro-reflective sheeting meeting requirements
for retro-reflective material as specified by the Engineer;
(ii) Sign Panels shall be orange with black legend unless otherwise required;
(iii) Sign Posts shall be fabricated from untreated softwood, metal, or other materials
acceptable to the Engineer. Signs shall be capable of remaining in position during
normal traffic flow and wind conditions;
(iv) Barricades shall be constructed of wood, metal or plastic;
(v) Cones shall be a minimum of 75 centimeters in height with a broadened base and shall
be capable of withstanding impact without damage to the cones or vehicles. All cones
shall be orange/white colored and highly visible both in daylight and darkness. Cones
shall be capable of remaining bright and in position during normal traffic flow and
adverse weather conditions in the area where they are used. Lamps for cones shall be
suitable for purpose;
(vi) Temporary fencing shall be fabricated in panels with timber framework and galvanized
metal panels. The panel face towards the traffic shall be painted;
(vii) Vertical panels shall be constructed of wood, metal or plastic;
(viii) Warning lights shall be Type A (low intensity flashing), Type B (high intensity flashing), or
Type C (steady burn) as approved by the Engineer.

(12) Preparation of Traffic Guidance Scheme


The Traffic Guidance Scheme shall be prepared by suitably qualified and experienced persons
and shall be submitted by the Nominated Traffic Officer to the Engineer for a direction as to its
suitability, at least 14 days prior to the date of the proposed traffic rearrangement.
Where any change to existing traffic arrangements is proposed or where construction conflicts
with normal traffic movements, the Contractor shall prepare a Traffic Guidance Scheme which
clearly details the revised traffic arrangements at all locations affected by the change or
conflict. Planning of Traffic Guidance Schemes shall be undertaken in accordance with best
practice road works traffic management manual or guide as approved by the Engineer.
The Traffic Guidance Scheme shall show proposed temporary signing and other traffic control
device layouts (including temporary barriers, temporary pavement marking and temporary
islands) to a suitable scale and be fully dimensioned and shall generally agree with the
construction sequence and other requirements shown elsewhere in the Contract. The Traffic

6-17
Guidance Scheme shall also state the period for which these are to be in place (time and date)
and the person who is responsible for installing, maintaining and removing them. Site access
arrangements shall form part of the Traffic Guidance Scheme.
Where the Traffic Guidance Scheme includes changes to regulatory signs or devices, the
Contractor shall seek prior approval from the Engineer of such regulatory signs certified by the
Nominated Traffic Officer with the Traffic Guidance Scheme.
The Contractor and the Engineer shall cooperate to ensure that the Traffic Guidance Scheme
receives the Department's direction with respect to suitability at least 14days prior to the
proposed traffic rearrangement. Failure to comply with this requirement may result in
deferring the date for traffic rearrangement so as to ensure sufficient time for public
notification is maintained. Such deferment shall not be a cause for an extension of time under
the Contract.
No traffic rearrangements shall be carried out until 14 days after the Engineer has advised the
Contractor that the relevant Traffic Guidance Scheme has been deemed suitable by the
Engineer. Engineer may direct the Contractor to consult with Area Traffic Police Officer and
seek approval of the traffic guidance scheme from the officer.

(13) Implementation of Traffic Management Plan


The Contractor shall implement the Traffic Management Plan in accordance with the schedule
included in the Plan. The Contractor shall provide details of the Traffic Management Plan or any
changes to that Plan to any bodies nominated by the Engineer. The Contractor shall monitor
the continued effectiveness of the Traffic Management Plan during the Contract and shall
revise and update the Plan where necessary.

(14) Implementation of Traffic Guidance Scheme


The Contractor shall implement only those traffic management arrangements that have been
deemed suitable by the Engineer. Should the Contractor wish to depart from such
arrangements, an amended Traffic Guidance Scheme shall be submitted to the Engineer for
determination of suitability prior to implementation of any new arrangements.
Prior to any change to existing traffic arrangements, the Contractor shall ensure that the traffic
management arrangements conform to the Traffic Guidance Scheme.
In a daily basis, the Contractor shall ensure that all applicable traffic redirection and/or warning
measures and safety requirements are implemented prior to proceeding with any relevant
work under the Contract.
The Contractor shall monitor the effectiveness of the Traffic Guidance Scheme and revise it in
response to incidents and/or traffic disruptions. Details of a Traffic Guidance Scheme shall be
provided on request to any other body nominated by the Engineer.

(15) Measurement and Payment


Compliance with Traffic Management Provisions (preparation and implementation of traffic
management plan, traffic guidance schemes and traffic control scheme, traffic Marshals etc),
including construction and maintenance of temporary road diversion works either in full new
land length or using existing roads, irrespective of the length and extent of traffic control

6-18
measures in such diversions; construction and maintenance of temporary bridge diversions;
construction of access roads to bridge construction site; etc. shall not be measured and/or no
payment shall be made for all materials and works required under this clause. All cost in
connection with the work specified herein shall be considered to be included with other related
items of the work in the Bill of Quantities.

105 Publicly and Privately Owned Services


Delete Sub-clause (6 and 7) and substitute the following:

(6) The Contractor may be required to coordinate with the concerned GoN and other authority
and carry out the removal or shifting of certain services/utilities on specific instruction from
the Engineer for this purpose the contractor shall when required by the Engineer, submit the
required document for executing of the works as per the General Condition of Contract for
which payment shall be made to him. Such works shall be taken up by the Contractor only
after obtaining clearance by the Engineer and ensuring adequate safety measures.
(7) Payment for Shifting, re-installation, maintenance of water, electricity, drainage, etc.,
passing through the site made in the respective item as provisioned in the Bill of
Quantities and General Condition of Contract. Payment shall represent full and final
payment for the Contract Items and the Contractor shall not be entitled to any further
compensation.

106 Survey and Setting Out


Delete Sub-clause (1 and 2) and substitute the following:

(1) During the period of Commencement of Works the Contractor and the representative of the
Engineer shall jointly resurvey the Base Lines, Traverse Point, and Bench Marks and confirm
the co-ordinates and levels of the stations. They shall immediately notify the Engineer of any
discrepancies and shall agree with the Engineer any amended values to be used during the
contract, including replacements for any stations missing from the original stations.
(2) The Contractor and the representative of the Engineer shall jointly check, replace and
supplement as necessary the station points and agree any revised or additional station details
with the Engineer.
Add the following to Sub-clause (5)
“If at any time the Contractor believes that there exists a discrepancy between the location of
the works as defined by the setting out and the apparent location of the works as shown in the
plans he shall immediately inform the Engineer and request clarification.”
Delete Sub-clause (6) and substitute the following:
“Some survey data of the project site is held by the Engineer and this survey data will be made
available to the Contractor in digital format. But the existing profile and cross sections shall be
checked against the survey data by the Contractor and the Engineer and, should any changes be
found necessary in the Survey Traverse Points and Bench Marks, after the procedures required
in Sub-clauses (1) & (2) above, the existing data set shall be amended accordingly. Should the
Engineer consider that design modifications of the center-line and/or gradient are required or if
the Contractor find that the existing survey data set is in adequate or in accurate in any area of

6-19
the Works, the Engineer shall issue detailed Instructions to the Contractor and the Contractor
shall perform the necessary modification sin the field, as required, and modify the cross
sections accordingly.
The final survey data set so obtained in combination with the final horizontal and vertical
alignment of the road shall form the basis for the measurements and payments. Measurement
shall be based on a Digital Terrain Model generated from the agreed survey data set with the
final designed road horizontal and vertical alignment and road cross-section, including any
widening and super-elevation, applied. The model will be used to generate cross-sections
complete with cut and fill data at intervals not exceeding 10 meters or as instructed by the
Engineer. Measurement of volumes and areas of earthworks and pavement related items, with
the Engineer’s approval, shall be derived from these cross-sections.
The software currently used for the preparation of survey and design data is SW-Roads
developed by Softwel (P) Ltd. of Kathmandu Nepal. Should the Contractor wish to use
alternative software he may propose this to the Engineer. He will be required to demonstrate
that his proposed alternative is at least as accurate as and is functionally equivalent in all
respects to SW-Roads. Should the Engineer agree to the use of alternative software, the
Contractor shall be entirely responsible for the adaptation, under the supervision of the
Engineer, of all input data to the alternative software requirements and for the training of the
Engineer’s personnel in the use of the alternative software. In the event that alternative
software is approved the Contractor shall supply the Engineer with two, fully licensed, copies of
the alternative for the exclusive use of the Engineer.”
If required a complete set of Software shall be provided by the Contractor at his own cost for
the use of the Engineer in carrying out the checking and approval of the cross sections and
quantities.
Delete Sub-clause (8) and substitute the following:
The Contractor shall provide the Engineer with all necessary assistance for checking the setting
out, agreement of levels and any other survey or measurement which the Engineer needs to
carry out in connection with the contract during the entire period of contract. Such assistance
shall include:
(a) Provision of suitably qualified surveyors to work under the direction of the Engineer as
required.
(b) Provision of all necessary support for these surveyors including assistant, survey helpers,
labours, hand tools, pegs and materials.
(c) Provision of survey equipment (As per Appendix 5: Survey Instrument Required at Site) as
required by the Engineer for survey works.
This equipment shall be in the possession of the Contractor at Site within 10 weeks from the
date of Engineer's notice to commence the Works. The Contractor shall at all-times be
responsible for:

 Maintaining, calibrating and servicing equipment as required.


 Repairing all defects including accidental damage as required.

6-20
 Replacing any lost or stolen items.
 Effecting insurance of the equipment against damage or loss.
The Contractor shall maintain the survey equipment at site for as long as it is required including
any period after the Completion of Works during which it is required for final measurement
purposes.
The Contractor shall ensure that the Engineer and his staff have full access to this equipment at
all times during the course of the execution of works.
The joint survey, including the preparation of the drawings, calculation of the quantities and
obtaining the approval from the Engineer shall be carried out by the Contractor within sixty (60)
days from the commencement Date.
The Contractor shall provide the survey equipment as per Appendix-6. No separate payment
shall be made for the providing survey equipment, the cost shall deem to be included in the
other items of works.

108 Diversion Bridges


Delete Clause 108 in its entirety and substitute with the following:
Change heading of Clause 108 Diversion Bridges to Clause 108 Construction and Maintenance of
Temporary Diversion Bridges as follows:

108 Construction and Maintenance of Temporary Diversion Bridges


(1) Temporary diversion bridges shall be provided by the Contractor at the location of the
construction of minor bridges, where the existing bridges are dismantled and new
bridges are required to be constructed as shown on the Drawings or instructed by the
Engineer.
(2) The Contractor is required to prepare Design, Drawing and Specifications of the
temporary diversion bridges. He shall submit his proposal accompanied with sufficient
ground and hydraulic information to enable the Engineer to decide on the stability of
the structures.
(3) The temporary diversion bridge shall be double lane crossing with the all provisions of
safety arrangements facilitating free flow of two-way traffic during day and night
throughout the period till the new constructed bridge is opened for the use. The
diversion bridge may consist of series of pipe culvert, Belly Bridge, slab culvert etc. as
per the site conditions and acceptable to the Engineer.
(4) TheContractorshallmaintainthetemporarybridgesinaconditionsatisfactorytotheEngineers
olong as required until the completion of the construction of bridges at the river
location.
(5) On completion of the construction of bridges, the Contractor shall obtain the approval of
the Engineer before removing the temporary bridges. The materials arising from the
removal of the temporary diversion bridges shall become the property of the Contractor
(6) No separate payment shall be made for the construction and maintenance of diversion

6-21
bridges for the required period. The cost shall deem to be included in the item of
compliance with traffic management provisions.

109 Maintenance of the Road


Delete the fourth paragraph of Sub-clause Clause 109 (1) and substitute:
(1) The Contractor shall perform the maintenance works as often as required to keep the
carriageway, shoulders, adjoining structures and roadside slopes stable all in proper
working order to the satisfaction of the Engineer. The Contractor shall strictly adhere to
the stipulations of the latest publication of the document “Road Maintenance Manual”
published by the Department of Roads.
The Contractor shall perform the Routine and Recurrent Maintenance of existing Road
including existing bridge over rivers where a separate new bridge contracts are there, as
per DoR norms including any type of maintenance works to keep the road pavement “Pot
Holes Free (as of original pavement surface)” during the entire construction period.
In the Road stretches where works supervisors and length workers are being engaged by
the Department of Roads for the routine maintenance of the Road, the Contractor shall
have to engage them under the same terms and conditions regarding the wages and
other facilities.

(2) Measurement and Payment


Delete the wording of Sub-clause (2) in its entirety and substitute:
Maintenance of the existing road during both the construction period (Routine and
Recurrent/Responsive) and Defect Notification Period (Routine maintenance only) shall be paid
at the contract unit rate per km-month commencing on the date for the commencement of the
works and terminating at the end of the Defect Notification period including any extension of
time granted pursuant to the relevant Clause of the Conditions of Contract.
In the event the Contractor fails to perform such maintenance, the Employer shall effect such
maintenance works and cost incurred shall be deducted from any payment due under this
Contract Item or from any other monies due to the Contractor.

110 Site Information


Delete the first sentence and replace with the following:
The Contractor shall erect where directed by the Engineer signboards in accordance with
Appendix - 9: Project Signboard which shall be protected and maintained up to the end of
Defect Notification Period.
Add the following:
Project signboards shall be measured as the number of signboards, satisfactorily provided,
installed, maintained throughout the Contract period and subsequently removed.
Payment shall be made at the stated unit rate per signboard. The price shall be full
compensation for all materials and labour required to perform the work described.

6-22
111 Environmental Protection Works
Delete the second paragraph and substitute:
The Contractor shall take all precautions for safeguarding the environment during the course of
construction of the works. He shall abide by all prevailing laws, rules and regulations governing
pollution and environmental protection. In particular, the Contractor shall fully comply with the
environmental protection mitigation measures specified in the latest version of the project’s
specific Initial Environmental Examination (IEE)/ Environmental Impact Assessment (EIA) or
Environmental Management Action Plan (EMAP), as provided by the Engineer. If any activity of
the Contractor may cause damage to the environment in ways not envisaged under project-
specific documents, then he shall comply with the measures specified in the latest publication of
“Environmental Management Guidelines”, and “Environmental and Social Management
Frame Work” published by the Department of Roads.

(1) Borrow/Quarry Sites


In the first set of bullet points, delete the words “they may be environmentally unsuitable” in
point (iii) and substitute:
“they may lead to general environmental or instability problems or may be environmentally
unsuitable in any other way”
At the end of Sub-clause (1) add the following:
“Ten percent (10%) of all payments due to the Contractor in respect of the construction of
embankment using borrow material or which are due under any other item of the Bills of
Quantities in respect of material won from borrow pits, gravel pits or quarries shall be withheld
until the sites of the borrow pits, gravel pits or quarries to which such payments relate have
been completely reinstated to the full satisfaction of the Engineer and in accordance with the
Specification provisions.”

(2) Disposal of Spoil and Construction Waste


Insert additional paragraph to Sub-clause 111 (2) Disposal of Spoil and Construction Waste,
between existing first and second paragraphs
Under no circumstances whatsoever shall the Contractor allow spoil from any excavation or cut
to fall or be pushed down the slope below. In any situation where this occurs by accident or on
purpose, the Contractor shall, at his own cost, remove the debris to a location approved by the
Engineer and make good the affected area through appropriate structures and re-vegetation as
specified by the Engineer and following guidelines published in the Department of Roads’
manual “Roadside Bio- Engineering”. Failure in compliance with the Engineer’s instruction in
respect of spoil disposal will lead to a reduction or with-holding of payment.
Add an additional paragraph after the existing second paragraph
Any construction waste that includes bitumen products, unused cement, fuel, oil or plastics
shall be disposed of in a Government-approved or municipal landfill site. If this is not practical
then it may be disposed of by burial in a specially excavated pit at a site approved by the
Engineer. Land compensation shall be paid by the Contractor for the area occupied by the pit
as if for permanent construction. If the land is owned by the Government, then the Contractor

6-23
must obtain written permission from the appropriate authority for its use in this manner, and
must pay any royalties due. The pit shall be located at least 100 meters from any seasonal or
permanent water course or spring. A hole shall be excavated below ground level so that, when
the original surface profile is regained through backfilling, the disposed waste is covered by at
least two meters of soil. Following the closure of the waste disposal site, the Contractor shall
provide any structures necessary to prevent erosion and shall re-vegetate the topsoil with
appropriate plants.

(3) Provision and Maintenance of Camps, Offices, Stores, Equipment Yards and
Workshops
Replace the first paragraph of the Sub-clause 111(3) with the following:
The Contractor shall provide and maintain such accommodation and amenities as necessary for
all his staff and labour, employed for the purposes of or in connection with the Contract,
including all fencing, water supply(both for drinking and other purposes), electricity supply,
sanitation, cookhouses
andotherrequirementsinconnectionwithsuchaccommodationoramenities.OncompletionoftheC
ontract, unless otherwise agreed with the Employer, all the temporary camps/housing
provided by the Contractor shall be removed and the site(s) reinstated to its (their) original
condition, all to the approval of the Engineer.
All accommodation facilities of whatsoever nature provided by the Contractor shall be
provided with adequate sewage and wastewater collection and treatment facilities to a design
and of a capacity approved by the Engineer. Under no circumstances shall untreated sewage or
wastewater be discharged to the natural environment.

(6) Provision of Safety Clothing and Equipment


Insert new Sub-clause 111 (6)
The Contractor shall provide all laborers, supervisors and site staff with suitable basic safety
clothing manufactured to an appropriate ISO standard. This shall include but not necessarily be
limited to safety helmets and boots. Gloves shall be issued when any form of hazardous
material such as cement and bitumen is being handled, and when there is a risk off hand injury,
for example when using hammers and chisels. Eye goggles shall be issued when there is a risk
of eye injury, such as when using hammers. Breathing masks shall be issued when there are
dusty or smoky conditions.
Additional safety equipment is to be provided by the Contractor to all workers and supervising
staff in certain sites. In sites with moving traffic or machinery, fluorescent or brightly colored
waistcoats shall be issued. Where workers are required to venture on to slopes steeper than 40
degrees, safety belt, safety clamps, harnesses and safety ropes shall be provided.
All workers and supervisory staff when on any site shall wear the basic safety clothing
specified. Where additional safety equipment is required by nature of the site, then all workers
and supervisory staff when on any part of that site shall use the additional equipment in
addition to the basic safety clothing specified.
The Contractor shall provide a set of safety clothing to all members of the Consultant’s
supervising staff and keep adequate stock for personnel visiting the project.

6-24
In hot weather the Contractor shall provide appropriate lightweight safety equipment, such as
cotton gloves in place of rubber gloves and canvas boots in place of rubber boots.
The Contractor shall be responsible for ensuring that all his employees and the employees of
any Subcontractor and any visitor to the site comply with the Engineer’s requirement to use
safety clothing and equipment at all times. Failure in compliance with the Engineer’s
instruction in respect of safety clothing and equipment may lead to a suspension of works and
are deduction or with-holding of payment until the Contractor complies.

(7) Provision of First Aid/Medical Facilities


Renumber existing Sub-clause 111 (6) to 111 (7) Add the following after last paragraph
The Contractor shall provide information to his workers on methods of avoiding sexually
transmitted diseases and infection by HIV/AIDS.
The Contractor shall arrange all medical facilities as per Standard Operation Procedure
Guideline (SOP) of ADB / Government of Nepal Guideline for COVID-19 Pandemic and any
other Pandemic.

(8) Crushing Plants


Renumber existing Sub-clause 111 (7) to 111 (8)

(9) Hot Mix Plants and Batching Plants


Renumber existing Sub-clause 111 (8) to 111 (9)

(10) Hazardous Materials


Delete entire existing Sub-clause 111 (9) Hazardous Materials (all three paragraphs) and
substitute Sub-clause 111 (10) Hazardous Materials
Hazardous materials are defined as cement, lime, bitumen and emulsion, paint, fuels, oils, acid
of the battery, pesticides and herbicides. The Contractor may not store hazardous materials
within 100 meters of seasonal or permanent water courses or springs. They must be housed in
secure weather- proof buildings and protected against attacks by vermin and accidental
contact by children. Contaminated runoff from storage areas shall be captured in ditches or
ponds with an oil trap at the outlet. Water Quality monitoring shall be carried out as per EMP.
Any worker handling hazardous materials must be appropriately equipped as described in Sub-
clause 111 (6) above.
Any hazardous material requiring disposal must be handled as described in Sub-clause 111 (2)
above.
Explosives, detonators, blasting powder and fuses are also classed as hazardous materials. The
Contractor may only bring explosives on to the site with the specific written permission of the
Engineer. In this event, the Contractor is responsible for alerting the appropriate security forces
and ensuring that all Government regulations are fully met concerning the transport, storage
and use of explosives and associated equipment.
If the Engineer instructs the use of explosives, only controlled methods shall be used as
described in Clause 904 Explosives and Blasting.

6-25
(11) Air Pollution
Insert new Clause 111 (11)
The Contractor shall avoid creating any high concentration of airborne dust or smoke within
100 meters of a house or other occupied building, or in situations likely to affect people,
animals, crops or natural vegetation.
Dust from moving construction plant and road traffic shall be controlled by the regular spraying
of water on to road surfaces in Terai and valley bottom sites. In the hill sites, dust control may
also be carried out, in addition to regular spraying of water, by the use of speed bumps to
restrict traffic speeds to 30 km/h in open ground and 15 km/h within 100 meters of any
occupied building. The Contractor is responsible for all water spraying and the erection and
maintenance of adequate speed bumps. The Engineer may instruct additional measures at his
discretion.
Where earthwork excavations cause dust to blow into areas where it causes a nuisance, the
Contractor is responsible for altering the schedule of works to minimize the nuisance. This may
involve restricting the timing of work to certain hours of the day or completing works and
restoring a dust-free surface as rapidly as possible. The Engineer may instruct additional
measures at his discretion. Air quality monitoring shall be carried out as per EMP.

(12) Noise Pollution


Insert new Clause 111 (12)
The Contractor shall take every precaution to control excessive noise resulting in disruption to
the local population and to wildlife. All static plant shall be located at least 100 meters from
occupied buildings and at least 800 meters from sites deemed by the Engineer to have sensitive
wildlife. The Engineer may require the construction of baffles or bunds around noisy plant in
order to reduce the pollution caused.
The Contractor shall ensure that no employee plays loud music in any residential camp at any
time. Noise level monitoring shall be carried out as per EMP.

(13) Special Provisions for Sensitive Ecology


Add new Clause 111 (13)
In addition to the provisions of other Clauses, the Engineer may require the Contractor to
undertake special provisions to protect any plant or animal deemed to be environmentally
sensitive or otherwise worthy of unusual protection.

(14) Reinstatement of Environment


Renumber existing Clause 111 (10) to 111(14) Add between existing two paragraphs:
The Contractor shall reinstate the environment of areas polluted by the use or spillage of
hazardous materials as defined in Sub-clause 111 (10). All such materials and polluted soil will
be removed to a safe disposal site as described in Sub-clause 111 (2) Disposal of Spoil and
Construction Waste. The site will then be restored and re-vegetated as described above. This
provision applies in particular to all areas affected by bitumen.
The following sustainable technical requirements shall be carried out by the Contractor during

6-26
the implementation of the Contract.
a) Preparation of project reports e.g., IEE/EIA/EMP
b) Preparation of CEMP (Contractor Environmental Management Plan)
c) Provide and maintain a healthy and safe work environment and safe systems of work

(15) Measurement and Payment


Renumber existing Clause 111 (11) to 111 (15) Measurement and Payment
Delete the paragraph and substitute with the following:
No separate measurement and payment shall be made for the works described under this
Clause.
In the event that the Contractor fails to comply these provisions then the Engineer shall
withhold the equivalent amount required to carry out those activities from the Contractor’s IPC
and shall release after they are complied. If the Contractor does not provide them in time as
per the Specifications or within the time instructed by the Engineer, the Employer upon
recommendation of the Engineer may procure by quotation from third party/i.e. sand deduct
the cost incurred from the Contractor's payment including logistics, transportation costs,
miscellaneous cost, if any, and administration cost.

113 Equivalency of Standards


Add new sub-clause 113(3) the following:
The Contractor shall provide and/or make available the Standards as shown in the Appendices
as and when requested. There shall be no separate payment for the provision of such standard
sand payment shall be deemed to be included in the Contractor’s rates for the provision of the
Laboratory. In the event of the failure of the Contractor to provide documents for the required
standards the Engineer may purchase the document and deduct the cost from the payment
due to the Contractor for the provision of the Laboratory.
Add the following New Clauses after Clause 116 “Supply of Project Record”:

117 Contractor’s Establishment onsite


Office, Equipment Yard, workshops, stores etc.
It is the Contractor’s responsibility to acquire land for the siting of all his offices,
accommodation, stores, testing facilities, equipment yards and workshops and for all
temporary works and for the reinstatement of such land on completion of the Contract to the
satisfaction of the owners and of the Engineer. The Contractor shall obtain the approval of the
Engineer for the siting of offices, accommodation, stores, testing facilities, equipment yards
and workshops before such land is acquired and he shall indemnify the Employer against all
claims and charges in respect of the occupation, use and reinstatement of the land. The
physical provisions of the Contractors camp shall satisfy the EMAP.
The Contractor is solely responsible for the satisfactory accommodation of all his employees
and for complying with all regulations and requirements in this respect.

6-27
118 Legal Relations and Responsibility to the Public
The Contractor shall take the steps necessary to comply with the terms of the Conditions of
Contract, particularly in respect of the insurances and indemnities required, and he shall
comply with all regulations of statutory authorities.

119 Provision of Insurances and Securities


The Contractor shall provide all necessary Insurances, Guarantees and Securities as are
required and detailed in the Conditions of Contract, Bill of Quantities or this Specification, for
Phase 1: Upgrading Works and Phase 2: Performance Based Maintenance Service.
Measurement and payment for Insurances under the Contractor’s All Risks (CAR) policy shall be
made on Lump Sum basis as provided in the Bill of Quantities in the following sub-headings of
the Bill of Quantities:
a) Insurance cover for Works, Plant and Materials and the Contractor's Equipment
b) Insurance cover for third party property and persons.
The lump sum price for Insurance under the Contractor’s All Risks (CAR) policy includes all
expenditures expected in providing and maintaining from Date of Commencement until the
end of the Defect Notification Period an insurance of Phase 1: Upgrading Works and until the
end of acceptance of Memorandum of Final Formal Inspection (Normally 49 months) of Phase
2: Performance Based Maintenance Service, Plant and Materials, the Contractor's Equipment,
third party properties and personal injury or death as prescribed in the Contract document,
including expenditures resulting from administration work, dealing with and reporting of
claims, stamps duties, taxes, etc.
The Contractor shall also require providing insurance of his personnel, employees and labours
as prescribed in the Contract document. No separate payment shall be made for the insurance
of his personnel, employees and labours and are deemed included in other items of the Bill of
Quantities.
No separate payment shall be made for Bank Guarantees and Securities that are required as
per the Contract. The costing of such Guarantees and Securities are deemed included in other
items of the Bill of Quantities.
In case of any damages to the works during PBM Service for which payment has been made by
the Employer and if it is established that the damage is because of the Contractor’s faulty
construction during the construction or because of any other actives of the Contractor even
during PBM then the Contractor shall reconstruct the same. The Cost incurred shall be fully
borne by the Contractor and may claim with insurance companies if applicable. Even if the
insurance Company does not entertain the Contractor’s claim the Contractor shall not be
relieved from the obligation. No payment for the reconstruction of the damaged works and
PBM Service shall be made by the Employer.
Measurement of the lump sum payment for item of the Insurance for Contractors All Risk
Policy (CAR) shall be made to the Contractor under the relevant items in the Bill of Quantities
upon the submission of the acceptable insurance policies with the proof of payment of
insurance premiums to the insurance company from the date of commencement to the end of

6-28
acceptance of Memorandum of Final Formal Inspection for and after approval by the Engineer.
The payment of the quoted lump sum amount for the provision of insurance shall be made
after the Contractor submits and obtains approval from the Engineer of the required insurance
policies for the period covering from the Commencement Date to the acceptance of
Memorandum of Final Formal Inspection of Phase 2: Performance Based Maintenance Service
Period and the submission of the proof of the payment of premiums for that period.
The payment shall be made in three installments. The first installment, 80% of the amount
under the respective item in the BOQ, shall be made upon approval of the insurance policy by
the Engineer, the second installment, 10% shall be made after taking over of the Contract by
the Employer and remaining 10% shall be made after successful completion of the Contract
including phase 2.
The rate quoted by the Contractor for these lump sum items shall deem to cover the full
Contract period including Defect Notification Period and PBM Service Period including any
extension of time under the Contract.

120 Extension of Time due to Abnormal Rainfall


Extension of time due to exceptionally adverse climatic conditions as referred to in the relevant
Clause of the General Conditions of Contract shall be considered only in respect of the number
of days lost during each month which are in excess of the number of working days on which
delays might reasonably be expected having due regard to the time of year. The Contractor
shall, therefore, make due allowance in his rates for the loss of the following number of
working days for each month due to the effects of rainfall as detailed below:

Month Number of Days Remarks

January 4
February 4
March 4
April 6
May 12
June 20
July 25
August 25
September 15
October 5
November 4
December 4
The number of days considered for Extension of Time shall be based on the full number of “rain
days” occurring during the month less the number of days required to be allowed for the
month as detailed above. “Rain days” shall be defined as those days on which the rainfall
during the full 24-hour day exceeds 10mm and on which the Contractor is prevented from

6-29
working on site for the furtherance of the major Works due solely to conditions caused by
inclement weather.
The total number of days for extension of time shall be calculated on a month-by-month basis.
Carrying over of days “not used” from one month to the next is not permitted.
For the proper application of this Clause the Contractor shall establish rain gauging stations to a
design and using automatic equipment approved by the Engineer. Such stations shall be spaced
along the site at intervals not exceeding 10kilometres. In the event of failure to establish such
approve drain gauging stations no “rain days” will be measured and no requests for Extension
of Time on the basis of inclement weather will be considered.

121 Labour Standards


The Contractor shall abide by international standards in his treatment of workers. There shall
be no discrimination between individuals on the basis of race, sex, caste or belief.

(1) Rates of Wages


The Contractor shall pay rates of wages not less favorable than those approved by the
Government for the various classes of labour engaged in the same district. All payments shall
be in cash unless employees request, in writing, payment by cheque or other negotiable
financial instrument. Payment in kind or through trade goods of any sort is prohibited. Food
rations, accommodation, or any other allowances will be over and above cash wages complying
with the minimum levels described. Men and women shall receive equal rates of pay for the
particular grade of work, trade or skill for which they are employed.

(2) Payment of Wages


The Contractor shall pay his employees promptly and regularly at intervals of no more than two
weeks, and all employees shall be paid in full and up to date before the issue of the Engineer’s
Maintenance Certificate.

(3) Records
The Contractor shall keep proper records of the days, dates and hours worked by every
employee engaged on the contract, their gender, the class of work in which employed, whether
as a casual or permanent employee, and the wages (and allowances if any), paid. These records
shall be made available at any time for in section by the Engineer or the Engineer’s
representative or any authorized representative of the Government.

(4) Default of Payment of Wages


In the event of default in payment of wages to petty contractors, local labour groups or any
worker employed on the contract, by the Contractor or his Subcontractor, and, if a claim with
satisfactory proof thereof is received by the Engineer, then the Employer may make the
payment upon recommendation by the Engineer of such a claim out of the monies at any time
payable under the contract, and the amount so paid shall be deemed payments to the
Contractor under the Contract.

122 Safety Plan and Provisions

6-30
(1) Scope
This Clause covers the requirements to be met by the Contractor in relation to the safety
provisions at construction sites which include workplace health and safety of the workers, all
road users (drivers, passengers, pedestrians) and members of the community along the road
corridors.

(2) Emergency Response Plan


An emergency response plan to deal with accidents and emergencies, including
environmental/public health emergencies associated with hazardous material spills and similar
events, shall be prepared for the approval of the Engineer.

(3) First Aid Base


A fully equipped first aid base shall be climatically controlled to maintain the temperature of
the inside of the building at 20 degrees Celsius. Arrangements for emergency medical services
shall be made to the satisfaction of the Engineer.

(4) On-Site Safety Publicity


The Contractor shall ensure that safety, rescue and industrial health matters are given a high
degree of publicity to all persons regularly or occasionally on the site. Posters, in Nepali and
English, drawing attention to site safety, rescue and industrial health regulations shall be made
or obtained from the appropriate sources and shall be displayed prominently in relevant areas
of the site.

(5) Safety Training Program


A Safety Training Program is required and shall consist of:
(a) Initial Safety Induction Courses: All workmen shall be required to attend a safety
induction course within their first week onsite.
(b) Periodic Safety Training Courses: Periodic safety course shall be conducted not less
than once every six months. All Contractor employees will be required to participate in
relevant training courses appropriate to the nature, scale and duration of the contract
works. Training courses for all workmen on the Site and at all levels of supervision and
management,
(c) Safety Meetings: Regular Safety meetings will be conducted on a monthly basis and
shall require attendance by the Engineer and safety representatives of Contractors
unless otherwise agreed by the Engineer. The minutes of all safety meetings will be
taken and sent to the Engineer within seven (7) days of the meeting.
(d) Safety Inspections: The Contractor shall regularly inspect, test and maintain all safety
equipment, scaffolds, guardrails, working platforms, hoists, ladders and other means of
access, lifting, lighting, signing and guarding equipment. Lights and signs shall be kept
clear of obstructions and legible to read. Equipment which is damaged, dirty, incorrectly
positioned or not in working order, shall be repaired or replaced immediately.

(6) Safety Equipment and Clothing

6-31
Safety equipment, materials and protective clothing are required to be available on the site at
all times and measures for the effective enforcement of proper utilization and necessary
replacement of such equipment and clothing, and all construction plant and equipment used
on or around the site shall be fitted with appropriate safety devices. These shall include but not
be limited to:
 Effective safety catches for crane hooks and other lifting devices;

 Functioning automatic warning devices and, where applicable, an up-to-date test


certificate, for cranes and hoists;
 Functioning beeping devices in all trucks and other equipment while reversing as well
as operating flashing lights attached to all equipment while in motion.

(7) Requirements for Contractors’ Safety Plans


The Contractor will be supplied with copies of the Environmental Management Plan (EMP)
prepared by the Engineer. Provisions shall be incorporated by the contractor into all sub-
contracts to ensure the compliance with the EMP at all tiers of the sub-contracting. All
subcontractors shall be required to appoint a safety representative who shall be available on
the site throughout the operational period of the respective sub-contract unless the Engineer’s
approval to the contrary is given in writing. In the event of the Engineer's approval being given,
the safety representative, without prejudice to his other duties and responsibilities, shall
ensure, as far as is practically possible, that employees of subcontractors are conversant with
appropriate parts of the EMP.

(8) Temporary Evacuations


In the event that temporary evacuations are required due to safety or other considerations
appropriate compensation will be provided to all workers.

(9) Measurement and Payment


Unless specified in the contract, no separate payment shall be made for compliance with these
Safety Provisions and the costs for compliance shall be deemed to be included in the rates of
the relevant Bill of Quantity items.

123 Shop Drawings of Intersections


(1) Scope
This Section covers the requirements to be met by the Contractor in relation to the survey,
design, detailed layout of civil works, traffic signs and road marking of the intersections along
the contract road corridors. The scope also includes the preparation of construction works
traffic management plans which include management of regular traffic on existing main and
side roads and management of construction traffic and traffic control and guidance schemes in
order to ensure safe and acceptable level of vehicular and pedestrian traffic operation around
the subject intersection and adjoin sections of roads.
A set of typical layout plans of various types of intersections are included in the drawings. The
scope of this Section is to customize these typical designs to each site and produce shop
drawings (plans, profile, cross sections, details, layout of traffic signs, road markings) and

6-32
submit it to the Engineer for approval prior to the construction of intersection related works
commence.

(2) Land Survey


The contractor shall carry out detailed topographical survey of the intersection sites showing
all manmade and physical features. The survey will cover enough area required to determine
all necessary elements that may have effect in the design of intersections. The survey map will
also show all overhead, at grade and underground utility services and both permanent and
temporary roads/ walkways.
Thesurveyplanshallbeproducedat1:500scalewithcontourintervalof0.5morasinstructedbythe
Engineer. Where manmade drains exist, invert levels will be shown and drainage line shown
clearly on the plan.

(3) Traffic Survey


Before the commencement of construction, Contractor shall undertake 12 hours (commencing
06:00 hrs and ending 18:00 hrs) turning movement traffic counts at all intersections identified
in the plans in the manner prescribed by the Engineer. Traffic counts shall be done by
pedestrians, cycles/rickshaws, motorcycles, three-wheeler, cars (sedan, jeep, microbus), buses
(mini and conventional) and all kinds of trucks (mini tippers, conventional trucks) and reported
for the period ending each 15min.
Turning movement diagrams shall be plotted by the contractor separately for the AM and PM
peak hours. Where peak hours are not distinct, contractor shall seek advice from the Engineer
and turning movement diagrams for hours ending specified period shall be presented together
with the tabular data of turning movements. Engineer may supply to the contractor samples of
the Traffic Count Table and Diagrams for guidance. Two sets of tables and diagrams (one with
type of vehicles and other with Equivalent Passenger Car Units (for vehicles) shall be produced
and submitted to the Engineer for reference, record and approval.

(4) Drawings
Using the type designs of the intersections (three way median open, three ways median closed,
four way median open, four way median closed at sections with and without service roads for
four laning sections), the contractor shall prepare shop drawings of each intersection and
submit to the Engineer for review and approval. Shop drawings of four way or three-way
intersections with Basic Right (BAR) Turn or Basic Left (BAL) Turn or both treatments to be
constructed along two lane sections of road without service roads shall also be prepared by the
contractor and submitted to the Engineer for review and approval.
Shop drawings shall be prepared using appropriate CAD software. Hand sketches shall not be
accepted. Four colour copies shall be submitted to the Engineer for review and approval at
least 21 days prior to the date the contractor wishes to commence work at the intersection
site. The contractor shall not be allowed to execute any works at intersections without getting
approval from the Engineer.
Shop drawings shall include but are not limited to:

 Layout Plans (1:500 or larger as directed) showing all lines and levels as required to

6-33
enable lay out of the intersection at site accurately;

 At least nine cross sections (for three-way intersections) and twelve cross sections
(for four way intersections);

 Traffic Signs and road marking layout plans (separate to the lay out plans showing
civil works/ electrical works);

 Profile / Longitudinal section of each leg (for a length of 40 m for each leg of side
roads and 200 m along each leg from the center of intersections);
 Any other details requested by the Engineer; and

 Traffic Management Plan as per the provision of Section102


A set of drawings together with the traffic count tables and turning movement diagrams shall
be signed and sent back to the Contractor for use in the construction site within one week of
the receipt of the same from the contractor. All shop drawings shall be to the satisfaction of
Engineer.

(5) Measurement and Payment


No separate measurement and payment for the activities required and the preparation of shop
drawings at intersections shall be made. The cost for the required activities and preparation of
shop drawings of intersections shall be deemed to be completely covered by the respective
items of work relevant to the construction of intersections.

124. GIS Data Creation


The Contractor shall prepare and submit to the Employer 2 sets of softcopies in original
formats drawing showing newly constructed road, drainage structures (Culverts, Bridges, side
drains, subsurface drains), utilities (electrical, telecommunication, water supply and sewerage
lines etc.) including as built drawing in a format (*.shp) suitable for transferring to GIS database
at the completion of first phase works.
The “GIS Data Creation” shall be paid at its respective contract unit rate which shall be full and
the final compensation to the Contractor as per Clause 112 and for the cost of all activities
involved for satisfactory completion of this item.

125. Safeguard and GESI Requirement


The Contractor shall comply the requirements of EMP, RP and GESI Action Plan. And the
indicators shown in the relevant Plan shall be complied if this is under the obligation of the
Contractor as stipulated in the Contract. As per GESI Action Plan the Contractor shall employ at
least 10% women for the execution of the work.
The payment shall be made only under the relevant items in the BOQ.

6-34
Section 200 – Site Clearance

201 Clearing and Grubbing


(5) Payment
At the end of this Sub-clause add the following:
No payment shall be made for clearing and grubbing carried out at the sites for quarries or
borrows pits, Contractor’s facilities, Employer’s facilities or any other area other than those
areas specifically directed to be cleared and grubbed by the Engineer for the execution of the
permanent works.

202 Dismantling Culverts, Bridges, Other Structures and Pavements


(2) General Para(d)
Delete the contents under (d) to (j) and replace with the followings:
(d) All operations necessary for the removal of any existing structure which might
endanger new construction shall be completed prior to the start of new work
(e) All materials obtained from dismantling operations which, in the opinion of the
Engineer, cannot be used or auctioned shall be disposed off as directed by the Engineer.
(f) All materials obtained from dismantling operations which, in the opinion of the
Engineer, meet the requirements of the specification, may be used by the Contractor.
(g) It is envisaged that some reusable construction materials might be obtained from the
dismantling of the existing structures in the project road. The Contractor shall be
permitted using those construction materials if they meet the standards provisioned in
these Specifications. The Contractor is advised to assess the suitability and quote his
price accordingly taking into consideration of using those re- usable materials from the
dismantled structures.
(h) Whatsoever written in the above sub sections the materials obtained from the
dismantling of electric poles, conductors, stay sets, telephone cabinets, steel telephone
poles and solar lights shall be hand overed to the concerned Nepal Electricity office.

(6) Measurement
Delete “(i) Dismantling brick/stone masonry/concrete (plain and reinforced)” and substitute:
(i) Dismantling brick and stone masonry
Delete “(iv) Dismantling timber structures cu.m” and substitute:
(iv) Dismantling timber structures lump sum
Delete “(viii) Dismantling pipe culverts no.” and substitute:
(viii) Dismantling pipe culverts m.
Add
(x) Dismantling concrete (plain and reinforced) cu.m

6-35
(7) Payment
At the end of this paragraph add the following words:
This payment shall be made under the respective BOQ item and the quoted rate is deemed to
be included with all costs of dismantling, all costs of disposing of scrap materials, all scrap
materials shall be disposed of in an environmentally sound manner approved by the Engineer
which shall ensure that the existing environment is maintained free of all forms of
contamination, including visual contamination, arising from the disposal of such materials.

6-36
Section 300 – Soil Improvement

301 Reinforced Soil


Add the following after the Sub-clause (2) “Design”:
The Contractor shall design/review reinforced soil structure to cater for all the design loads
including earth pressure, surcharge, live loads, seismic loads etc., as per Annexure 300-1 of
Standard Specifications for Road and Bridges Works-2073 (with Second Amendment, 2078) and
National Highway traffic and other design criteria specified in IRC codes. During the
design/review of the reinforced soil wall, the Designer shall consider global stability, external
and internal stability under standard and seismic loading. The design of reinforced soil structure
shall be based on the actual site conditions and shall match with the approved construction
drawings of bridges/flyovers/underpasses/ROB etc.
The Contractor shall submit within three months from the date of commencement to the
Engineer, the complete proposal including design, computation and working drawing, and also
the methodology proposed to be adopted for the works. The submission shall include the
following:
I. Existing ground levels including cross-sections that have been verified by the contractor for
each location involving the construction wholly or partially in the original ground.
II. Layout of walls, detailed design calculations and drawings, material specifications and
construction methodology including quality control and quality assurance of different
components.
III. Earthwork requirements, and results of tests conducted on selected fill material.
IV. Details of drainage systems and any other facilities.
V. Test results of soil reinforcing structural element from manufacturers/ suppliers.
VI. Test results of various materials from an independent laboratory acceptable to the Engineer.
VII. Any other information required in the plans or special provisions or requested by the
Engineer.
The Contractor shall furnish design, drawings, method statement, QA plan etc., for approval by
the engineer and make his own arrangements to secure the supplies and services needed. The
Contractor needs to consider and take due care that the reinforced soil structure is a product of
specialized technology.

6-37
Section 500 – Quality Control

505 Testing Procedure and Set of Tests


Delete the final words of the second paragraph commencing “as per the prevalent accepted …..”
and substitute with:
“In accordance with National Specifications stipulated by the Engineer. In case no such National
Specifications are prevalent then tests shall be carried out in accordance with the directions of
the Engineer.”

507 Site Trials or Trials Sections


(3) Production of Materials and Crushing Plant
In the second line of the first paragraph of this Sub-clause; after the words “to be processed
using….” Insert the following:
“the initial material collection procedures,”

510 Schedule of Tests


Add the following after the second paragraph of the Sub-clause ending with the words “main
types of works”.
“The testing frequencies set forth are desirable minimums and the Engineer shall have the full
authority to carry out additional tests as frequently as he may deem necessary to satisfy himself
that the material and works comply with these Specifications”.

6-38
Section 600 – Materials and Testing of Materials

603 Sources of Materials


Add the following at the end of the last paragraph of this Clause:
“These provisions regarding delivery and haulage shall not apply to any material salvaged from
the site of the works and the Contractor shall be entirely responsible for all haulage and costs of
haulage of such salvaged material.”

604 Inspection and Acceptance of Materials


Delete the second and third paragraphs of this Clause and substitute with the following:
“A preliminary inspection of the materials may be made at the source for the convenience and
accommodation of the Contractor, but neither the presence of the Engineer nor the subsequent
testing of work or materials by the Engineer shall relieve the Contractor of his responsibility for
furnishing work and materials complying with these Specifications.
The representative of the Engineer shall have free entry at all times to those parts of any plant
which concern production of any materials for incorporation into the Works and the Contractor
shall ensure that any order for materials which he places includes the necessary provisions to
ensure that such free entry is available.”

613 Stone, Aggregate, Sand and Fillers


Amend Table 6.5: Tests Procedures Applicable to Stone Aggregate and Fillers as follows:
Add

iii) a. Flat and Elongated Particles for AC ASTMD4791


xxi) Fine Aggregate Angularity AASHTO T 304 Method A
xxii) Standard Test Method for Determining the Percentage of Fractured Particles in
Coarse Aggregates (CAFF) ASTM D5823

6-39
Section 700 – Pipe Drains, Pipe Culverts and Concrete Channels

702 Concrete Channeling


In the heading of this Clause after the word “Concrete” add the words “and Stone Masonry”
In Sub-clause (1) Scope after the word “concrete” add the words “and stone masonry”
At the end of Sub-clause (2) Materials add the following additional paragraph:
“Channels may also be constructed of masonry where directed or shown on the drawings.
Masonry channels shall be fitted with precast concrete cover slabs where directed or shown on
the drawings.”
In Sub-clause (3) Construction (a) Excavation and Bedding after the word “concrete” in the
penultimate line add the words “or stone masonry”.
At the start of Sub-clause (3) Construction (b) add:
“The length of the pre cast channel (if any) section shall be uniform throughout and shall be
equal to 3m, except where shorter sections are necessary for closures and where otherwise
shown on the Drawing. The type and size of channels with its cover are as following:
Type A: L=3000mm, B=1000mm (Opening=700mm), Depth=1050 (Opening=800mm)
Type B: L=3000mm, B=900mm (Opening=600mm), Depth=950 (Opening=700mm)”
At the end of Sub-clause (3) Construction add the following additional item:
(d) Stone Masonry Channels
“Stone masonry channels shall be constructed in accordance with the lines levels and
dimensions for the various types of channel shown on the drawings.
They shall be constructed throughout of Random Rubble Stone Masonry set in sand cement
mortar having a minimum strength of 5.0 MPa and the stone/mortar matrix shall be complete
and solid throughout the whole of the structure.
The joints in the exposed faces of the channels shall be carefully pointed up to provide a neat,
well- sealed surface.
Where the channel type requires the provision of a reinforced concrete cover slab these shall
be manufactured in an approved casting yard in accordance with the details in the drawings
or as directed by the Engineer. The upper surfaces of the channel walls where these are
required to carry cover slabs shall be carefully dressed and mortared to provide a smooth,
strong, accurate bearing surface.”
(5) Delete the contents under sub-section “702 (5): Measurement" and replace with
the followings:
Unless stated otherwise, concrete for precast/cast in situ concrete channeling
shall be measured in Cubic meter under relevant item in the BOQ,
Formworks shall not be measured separately. Similarly, reinforcement for
precast/cast in situ Concrete-channeling shall be measured in Metric Tons under

6-40
relevant item in the BOQ.
Excavation and bedding shall be measured as provided under respective Sections of these
Specifications.
“Excavation for channels at or near the road edge shall be classified as general roadway
excavation and shall be paid as either excavation to spoil or as formation of embankment as
appropriate. In the event that channels are directed to be constructed more than 5 meters
from the back of the shoulder, excavation for channels shall be paid as excavation for
structures.”
(6) Delete the contents under sub-section “702 (6): Payment" and replace with the
followings:
Concrete and reinforcement for precast/ cast in situ concrete channeling shall be
paid as per the respective contract unit rates which shall be the full
and the final compensation to the Contractor as per Clause 112. Excavation and
bedding shall be paid as provided under respective Sections of these
Specifications.

6-41
Section 900 – Earthworks

902 Definitions and General Requirements


Delete the final sentence of Sub-clause (viii). At the end of the first sentence of Sub-clause (8)
add the following:
“The surveyed points thus obtained shall be used to correct or augment the existing survey data
referred to in Clause 106 above.”

909 Forming of Embankment and Other Areas of Fill


Add the following additional Sub-clause:
“(10) All materials which are deposited in place prior to compaction shall be evenly spread over
the whole of the designated area for the layer concerned and in such quantity that the
thickness of any one layer, when measured after compaction, shall comply with the
requirements specified.
Any new layer less than 75 mm in compacted thickness shall be bonded to the previous layer by
scarifying the previous layer to a depth not less than 25 mm or to such greater depth so that the
total compacted thickness of the new layer plus the scarified portion of the previous layer will
not be less than 100 mm.”
The material obtained from the roadway excavation as per the design may be used by the
Contractor for the purpose of roadway embankment provided that the excavated soil meet the
requirements of the Specification.

918 Payment
At the end of Sub-clause (1) add the following:
The payment for earthwork excavation shall be made in two (2) instalments. First instalment
80% of the unit rate quoted in the Bill of Quantities shall be made after carrying out excavation
works. The second instalment of remaining 20%of the unit rate quoted in the Bill of Quantities
shall be made after reuse, haulage and safely dispose of the material at the locations approved
by the Engineer.
Add new Clause 919 “Catch-water Drains” as follows:

919 Catch-water Drains


“Where directed by the Engineer the Contractor shall excavate catch-water drains to intercept
water flowing towards the road alignment and divert it to the nearest watercourse or culvert.
Catch-water drains shall be of the size as directed by the Engineer.
Unless directed to the contrary catch-water drains shall be unlined.
Where instructed by the engineer catch water drains shall be lined with dry stone masonry or
with mortared stone masonry as directed.
Where catch water drains fall outside the limits of the general works of cut and fill i.e. beyond 5
m from the back of shoulders they shall be paid for as excavation for structure at the unit rate

6-42
per cu.m. of including the volume required to be excavated for any lining, under the relevant
item in the Bill of Quantities.
Where catch water drains are directed to be lined the lining shall be paid for as dry-stone
masonry or mortared stone masonry as appropriate under the items for such work in the bills of
quantities.”

6-43
Section 1000 – Subgrades

1002 Definitions
(3) Capping Layer
Delete the definition and replace with:
Capping layers (also known as selected fill or selected or improved subgrade) are layers of
subbase materials laid and compacted generally over weaker materials either to aid the passage
of construction traffic or to improve the condition of the layer immediately below the subbase
or base layer. Such improvements may be made through the addition of imported material
(materials conforming to Clause 1200, Table 12.5, 12.6 and 12.7).

1003 Preparation and Surface Treatment of Formation


In the opening paragraph delete the words of the first sentence following “the sub-base or….” to
the end of the sentence and replace with “any embankment or pavement layer “.
Add the following immediately after the opening paragraph:
“Preparation of formation shall also apply to the preparation of the base of embankment and
shall include scarification, spreading and compaction of material across the full width of the
layer or area. Such preparation shall not be measured twice at any one location.
If instructed by the Engineer, any processing of in-situ material that meets the Specification for
subgrade will include scarification to a depth not less than 150 mm or to a depth as agreed with
the Engineer, watering, shaping and compaction of the material. Measurement and payment
for this processing shall be for the cubic meter of material so processed in accordance with the
provisions in this sub-section. In this case the measurement for preparation of formation shall
be deemed to be included in the rate for the provision of the layer concerned and no separate
payment for preparation of formation will be made.”
(1) Formation of Loose Untreated Materials
In the first sentence delete the words “particles larger than 60 mm” and replace with “particles
larger than 75 mm”.
Add the following after the first paragraph:
The Contractor shall arrange the provision of materials for embankment construction such that
out of the suitable material, better quality materials are reserved for the subgrade and lesser
quality materials are used in other embankment layers.
In the second paragraph delete the words “in the layers of 150 mm compacted depth” and
replace with
“in layers not exceeding 200 mm compacted depth. Greater thicknesses of layer may be
compacted provided the contract or can demonstrate that the required compaction throughout
the whole layer may be obtained with the proposed equipment.
Add after first sentence in the second paragraph ending with words "150 mm compacted depth"
the following:

6-44
Where the new formation is to abut an existing embankment as part of road widening, the
Contractor shall ensure that any new layer of fill shall be benched into the old embankment for
formation in a manner that comply with Clause 912 of these Specifications.
At the end of Clause 1003 add the following additional Sub-clauses:
(6) Widening to Embankment and Use of Existing Pavement Material
Widening of the road embankment, where required, shall proceed from the formation in the
following manner:
a) Scarify the existing sub-grade up to a depth of 300 mm and re-compact it as described in
Sub- clause 1003(1).
b) If the sub-grade is very weak, the sub-grade shall be strengthened by capping layer
(Clause 1004) or by blending the scarified sub-grade material with granular material
pursuant to Clause 1002 (5) Mechanical Stabilization as per the instruction of the
Engineer.
c) The mechanical stabilization with granular material shall be to ensure a minimum CBR of
8.
No separate payment shall be made for works carried out under Sub-clause 1003 (6) (a).
Measurement for the subgrade layer shall be in accordance with the relevant Clauses of the
Specification. Providing and laying of capping layer shall be measured and paid as per Clause
1004.
Providing, blending and laying of granular material for mechanical stabilization of sub-grade
pursuant to Sub-clause1003(6)(b) and (c) will be measure din cubic meter and paid for granular
material only.
The contractor may use existing pavement material for the construction of the road pavement
layers providing the material so used meets the required Specification for the layer in which the
material is used. When this material is used it shall be spread across the full width of the layer.
No separate measurement or payment shall be made for this operation.

1004 Capping Layer


Delete the first sentence and replace with:
Where shown on the drawings a Capping (Selected Sub Grade - SSG) Layer (either type 1 or type
2) shall be placed at, or on, the top of the subgrade to a thickness as indicated on the drawings.
The materials for this layer may be from borrow pits. The Contractor shall demonstrate that
suitable for the purpose. Any use of in-situ material shall be subject to the Engineer’s approval.
If instructed by the Engineer any processing of in-situ material that meets the Specification for
the capping layer will include scarification to a depth not less than the specified thickness of
capping layer or to a depth as agreed with the Engineer, watering, shaping and compaction of
the material.
Measurement and payment for this processing shall be for the cubic meter of material so
processed in accordance with the provisions in this sub-section. In this case no separate
payment for preparation of formation will be made.

6-45
(2) Material Requirements
Delete the contents and replace with the following requirements:
Material and Testing Requirements for Capping Layers
Materials conforming to Clause 1200, Table 12.5, 12.6 and 12.7

1005 Mechanical Stabilization


(1) General
Delete the first and second paragraphs and replace with:
The extent of mechanical stabilization shall be at the Contractor’s discretion.

(2) Material Requirement


(a) Stabilizer
Delete and replace with:
The Contractor is at liberty to mechanically stabilize any material, whether in-situ or
imported, to provide any pavement layer material, provided that the resulting material is in
conformity with the Specification.
The type and amount of stabilizer used shall be such that when mixed with the in-situ or
imported material the specified requirements for the layer material are achieved.
(b) Stabilized Material Requirements
Delete this sub-section:

(3) Amount of Stabilizer to be added


Delete this sub-section

1007 Measurement
Delete the Contents in the Section 1007 and replace with the followings:
1) The scarification of the existing blacktop surface shall be measured in square meter by
multiplying average of widths taken at intervals of 10 meter along the center line of the road
multiplying by the respective lengths.
2) Loosening, leveling and compacting original ground support embankment shall be measured
in square meter by multiplying average of widths taken at intervals of 10-meter multiplying
by the respective lengths.
3) Subgrade preparation in existing pavement in cutting or filling shall be made in square meter
by multiplying average of widths taken at intervals of 10-meter multiplying by the respective
lengths.
4) Whatsoever written above, no separate measurement for subgrade preparation shall be
made if the formation level is obtained after roadway embankment provided that the
compacting original ground support is separately measured.

6-46
1008 Payment
Add following paragraph at the end of this sub clause:
In the area/section where “Loosening, leveling and Compacting original ground support
embankment” were carried out for formation of sub grade or for formation of road way
embankment and if they are measured and paid separately under respective pay item in the
BOQ then only remaining area shall be measured and paid under formation of subgrade
preparation in the BOQ.

6-47
Section 1100 – Road Works Overall Requirements

1101 Horizontal Alignments, Surface Levels and Surface regularity of


Pavement Courses
Add the following:

(3) (a) Remedial Work


When upon examination by the Engineer any part of the Works or any plant fails to conform to
the Specification requirements, or is at any stage before final acceptance damaged so that it no
longer conforms to the requirements of the Specifications, the Engineer shall instruct its
complete removal and replacement, at the Contractor’s expense, with satisfactory work, plant
or material. In special cases the Engineer may instruct the Contractor to apply remedial
measures in order to make good any such defects or damage.
The actual remedial measures taken shall be entirely at the Contractor’s own cost but subject to
the Engineer’s approval regarding the details thereof.
In particular remedial measures shall ensure that the final product is in full compliance with the
Specifications, shall not endanger or damage any other part of the Works and shall be carefully
controlled and submitted to the Engineer for examination when completed or at any
intermediate stage as may be required.
For the guidance of the Contractor an indication about what may be required in the more
common cases of defects or damage is given below, but the Engineer will in no way be bound to
approve of or adhere to the measures indicated, as the actual remedial measures will be
dictated by the circumstances of each particular case.
Earthworks
i) Where a cut slope has been over-excavated, reinstatement by backfilling will not
normally be permitted and the entire slope may need to be re-trimmed to obtain a
uniform slope;
ii) Where the floor of a cutting has been over excavated it will normally require backfilling
and re- compaction with approved material of higher quality then the cut material. All
necessary measures shall be taken to drain ground water that may accumulate in
backfilled sections;
iii) Excess widths of fills will need to be trimmed to the design profile;
iv) Where erosion has occurred on the surface of cuts or fills, the damage shall be made
good by backfilling with suitable material and re-trimming. In more serious cases the
slope may have to be cut back and backfilled after benching and compacted to the
required standard of compaction with suitable small equipment followed byre-
trimming.
Local Defects in Pavement Layers
i) Where remedial measures are taken to make good localized defects the length and

6-48
width of the area to be repaired by equipment shall be such as to accommodate the full
width of the equipment used and of a reasonable length to ensure effective repair;
ii) The depth to which material will have to be removed will depend on the defect and the
type of material. Gravel layers will need to be broken up to a depth of at least 75mm
and crushed stone will usually need breaking up over its full depth. Asphalt material will
normally require removal for its full depth.

6-49
Section 1200 – Subbase, Base, Hard Shoulder and Gravel Wearing
Course

1201 Granular Subbase


(1) Scope
Add at the end "crushed or otherwise".
Add an additional paragraph at the end as follows:
The scope of works includes:
(a) Construction of new sub base in one or two layers as instructed by the Engineer over
carriageway and shoulder in accordance with the stipulations laid down in Clause 1003
and relevant Sub Clauses;
(b) Construction of sub base layer over shoulders or as shown in the drawing or as instructed
by the Engineer utilizing the sub base and base material from the existing pavement in
accordance with the stipulations laid down in Clause 1003 and relevant Sub Clauses.

(2) Sources of Material


Add to the second paragraph after “……..or from such other sources”
“or from material obtained during scarification of existing pavement surface granular course if
satisfy the required quality for sub base”

(3) Material Requirement


Add to the first paragraph:
“The specific grading requirement shall be controlled before and after the material has been
transported, stockpiled, mixed, spread and compacted”.
Replace the last sentence of sub clause 1201 (3) by following:
“Grading to be adopted for granular sub base material shall be Grade II for upper sub base and
Grade III for lower sub base”

(5) Laying and Compacting


Add the following at the beginning:
The sub-base shall be constructed after checking that the underlying layer conforms to the
specified requirements and has been approved by the Engineer.
Add the following at the end:
The Contractor shall protect and maintain the subbase at his own expense. Maintenance shall
include the immediate repair of any damage or defects which may occur and shall be repeated
as often as is necessary to keep the subbase continuously intact. Repairs shall be done in such a
manner that will ensure restoration to an even and uniform surface and may involve scarifying,
watering and re-compacting.

6-50
1205 Shoulder Island and Median
Add Sub Clause 3a after sub clause 3[Construction of shoulder]
3a. Construction of Island and Median
Island and median filling material shall be placed and compacted in layers in compliance with the
requirement of clause 910 [Compaction of embankment and other area of fill/back fill]. The filling
shall be placed in by such method which shall avoid loading the structures (Kerb stone, sub surface
drain and geo membrane layer, abutment of culverts, retaining structures near the bridges,
abutments of box bridges and twin bridges) in any manner which may affect its stability or overload
its underlying foundation material or substructure. The back fill in front of such structures shall be
placed first to avoid the possibility of forward movement. Precaution shall be taken to prevent any
wage action against the upright surfaces, and the slopes of bounding the excavation (if any) shall be
stepped as directed by the Engineer before filling is placed.
Add following paragraph at the end of the sub clause 6 [Measurement and payment]
Construction of island and median shall be measured in cubic meter by taking cross section at
interval of 10m or as directed by the Engineer and shall be paid at their respective contract unit rate
which shall be full and final compensation to the contractor as per clause 112 of the Specification.

1208 Wet Mix Macadam Base and Sub base


(3) Material Requirement
Add at the end of 3(b) following:
“Physical requirement for material for wet mix macadam base is B1”

6-51
Section 1300 – Bituminous Surface and Base Course

1302 Prime and Tack Coat


Replace VG 10 by VG 30 at the Sub Clause 1302(2) “Material” in para 2

(4) Spraying of Prime Coat and Tack Coat


Add the following:
Spray record sheets containing details of ambient temperature, spraying temperature, areas sprayed
and quantities of materials used shall be submitted by the Contractor on a daily basis for approval by
the Engineer.
Following the prime coat application, the primed, un-blinded surface shall be allowed to cure for a
minimum 24 hours, or for a time as agreed with the Engineer, without being disturbed so as to allow
the prime coat to fully penetrate the surface unless full penetration and curing has taken place in the
opinion of the Engineer in a shorter period. If after this period the prime coat has not sufficiently
cured to permit trafficking without being picked up, and the Contractor wishes to open the section
to traffic, the Engineer shall either instruct that the area be left for a further period until the prime
coat has fully penetrated and aired to allow traffic to pass or shall permit the Contractor to place
mineral aggregate for blinding, at his own cost, applied at a rate and in the places instructed to blot
up the excess bitumen. Where the Engineer agrees that blinding is necessary in limited areas to
permit the unavoidable movement of traffic, at locations such as road junctions, the Contractor shall
place mineral aggregate for blinding applied at a rate and in the places agreed and shall be paid for
this work at the rate in the Bills of Quantities.
As soon as the primed surface has cured sufficiently or sufficient mineral aggregate for blinding has
been applied to allow traffic to pass over the road without the prime coat being picked up, the road
shall, where practicable, be opened to public traffic for a period of 14 days or less if agreed by the
Engineer. During this period the primed area under traffic shall be maintained and all damage
caused by traffic shall be repaired as instructed by the Engineer at no extra cost. Thereafter the
contractor shall maintain the primed surface and shall protect the surface until the application of
surfacing by taking suitable precautions including for example supplying and spreading a protective
layer of sand at no extra cost.
(7) Testing
Add the following at the beginning:
Samples of the bituminous material that the Contractor proposes to use, together with a statement
as to their source and character shall be submitted and approved before use of such material. The
Contractor shall require the manufacturer or producer of the material to furnish material subject to
this and all other pertinent requirements. Only satisfactory materials, so demonstrated by service
tests, shall be acceptable.
The Contractor shall furnish vendor’s certified test reports for each consignment of bituminous
material supplied. The reports shall be delivered to the Engineer before permission is granted for use
of the material. The furnishing of the vendor’s reports shall not be interpreted as basis for final
acceptance. All such test reports shall be subject to verification by testing samples of materials

6-52
received.

1308 Dense Bituminous Macadam


(4) Material
Replace first sentence of (e) aggregate grading and binder content by following:
“When tested in accordance with IS:2386 Part I (wet sieving method), the combined grading of the
course and fine aggregate the filler for the particular mixture shall fall within the limits given in Table
13.28 for grading 2.”

1309 Asphalt Concrete/ Bituminous Concrete


(2) Material
Replace last sentence of (e) aggregate grading and binder content by following:
“The grading shall be 1 as per table 13.33.”

6-53
Section 1400 – Kerbs and Footpaths
Add new “Clause 1406: Precast Concrete Property Access Slabs” after “Clause 1405: Cycle Tracks” as
follows:

1406 Precast Concrete Property Access Slabs


The Contractor shall provide and install precast concrete slabs in accordance with the detail shown
in the drawings to permit access across lined and unlined side drains wherever directed by the
Engineer.
The materials and workmanship used in the fabrication of these slabs shall be entirely in accordance
with the requirements of the relevant Clauses of this Specification governing concrete,
reinforcement and formwork. Formwork for the slabs shall be such as to provide a class F3 finish
throughout.
The measurement of precast concrete property access slabs shall be in numbers of each type of slab
fabricated, transported and placed in accordance with the Drawings and these Specifications.
Thequantitiesmeasuredasprovidedaboveshallbepaidattherespectivecontractunitratesforeach type of
slab. The contract unit rates shall be the full and the final compensation to the Contractor for
installation where and as directed and shall include for fabrication of the slabs including the concrete
of specified grade, reinforcement and form works, transport to the location for installation, any
necessary trimming and bedding and placing of the slabs in their final position.
Add new “Clause 1407: Precast Reinforced Cement Concrete (RCC) Covered Drain” after “Clause
1406: Precast Concrete Property Access Slabs” as follows:

1407 Precast Reinforced Cement Concrete (RCC) Covered Drain


The Contractor shall provide and install precast Reinforced Cement Concrete (RCC) covered drains in
accordance with the details shown in the drawings along the road side wherever directed by the
Engineer.
The materials and workmanship used in the fabrication of RCC covered drain shall be entirely in
accordance with the requirements of the relevant Clauses of this Specification governing concrete,
reinforcement and formwork. Formwork for works shall be such as to provide a class F3 finish
throughout.
The measurement of precast Reinforced Cement Concrete (RCC) covered drains shall be in meter of
each type of RCC covered drain fabricated, transported and placed in accordance with the Drawings
and these Specifications.
The quantities measured shall be paid at the respective contract unit rates for each type of
Reinforced Cement Concrete (RCC) covered drains. The contract unit rates shall be the full and final
compensation to the Contractor for installation where and as directed and shall include for
fabrication of the Reinforced Cement Concrete (RCC) covered drains including the concrete of
specified grade, reinforcement and form works, transport to the location for installation, any
necessary trimming, bedding and placing in their final position, use of cement sand mortar at joints
etc to meet the requirements of the drawings and these Specifications and to the satisfaction of the

6-54
Engineer.
Add new “Clause 1408 Multi Blended Interlocking Concrete Block for Footpath:” after “Clause 1407:
Precast Reinforced Cement Concrete (RCC) Covered Drain” as follows:

1408 Multi Blended Interlocking Concrete Block for Footpath


(1) General
Multi Blended Interlocking Concrete Block Pavements shall be used in footpaths for the pedestrians
or as per the instruction of the Engineer. Laying of the blocks shall be done, precisely at the indicated
level and profile. The blocks shall be laid to the pattern as shown in the drawings or as directed by
the Engineer. The blocks shall be laid as tight as possible to each other. The maximum joint width
shall be limited to 4 mm. Fine angular sand as per specification shall be brushed into the joints, and
thereafter compaction shall be done with a vibrating plate compactor on a clean surface.

(2) Design Parameters


(a) Block Thickness
The thickness of interlocking blocks shall be 60 mm. The blocks shall be constructed with M
25/20 grade concrete and shall confirm Nepal Standard. All blocks should be of the same
thickness, with a maximum allowable tolerance limit of±3 mm.
(b) Sand Bedding and Jointing
A layer of stone dust /fine sand bedding is provided between block pavement and compacted
base with granular sub-base material to provide a cushion between the hard base and the
paving blocks and to correct the permitted surface unevenness of sub-base.
The stone dust /fine sand bed should not be too thick lest it would be difficult to control the
surface level of the blocks. A layer thickness of 50 mm is found to be satisfactory. The stone
dust /fine sand used should be free from plastic clay and should be angular type.
Joints between blocks are filled by stone dust /fine sand. Normally, the bottom 20 to 30 mm
of the joint gets filled with bedding sand, whereas, the remainder space has to be filled with
jointing sand by brooming it from the top. The joints are normally 2 to 4 mm wide.
(c) Base Construction
This layer is the important structural layer of a block pavement. The material used for base
construction consists of granular sub-base material meeting the standard of Clause 1201 of 75
mm thickness.

(3) Construction
(a) General
The construction of interlocking concrete block involves preparation of sub-grade and sub-
base layers, bedding sand and finally the laying of blocks. The block paving can be done
entirely by manual labour. However, for efficient construction work, the work force has to be
properly trained for this specialized job.

6-55
(b) Preparation of Sub-grade
Sub-grade should be compacted in layers of 150 mm to 200 mm thickness as per the use of
compaction equipment. The prepared sub-grade should be graded and trimmed to a
tolerance of ± 20 mm of the design level.
(c) Sub-base Course
The granular sub-base course shall be constructed following the section 1201 of this
Specification.
(d) Placing and Screeding of Bedding Sand
The thickness of the sand bed after compaction should be in the range of 20 - 40 mm,
whereas, in the loose form it can be 25 to 50 mm. Bedding sand should not be used to fill-up
local depressions on the surface of a sub-base layer. The depressions should be repaired in
advance before placing sand. Sand to be used should be uniformly in loose condition and
should have uniform moisture content. Best moisture content is between 6 to 8 percent.
The processed sand is spread to the required thickness. The sand is subsequently compacted
with plate vibrators weighing 0.6 tonnes or more.
(e) Laying of Blocks
Blocks can be laid generally by manual labour.
As far as possible, laying should proceed in one direction only, along the entire width of the
area to be paved.
While locating the starting line, the following should be considered:

 In case of irregular shaped edge restraints or strip, it is better to start from straight
sting line.

 Influence of alignment of edge restraints on achieving and maintaining laying bond.

(4) Measurement and Payment


The measurement and payment of the interlocking concrete block shall be made in Square
meter. Payment made at the contract unit rate for interlocking concrete block shall be
payment in full compensation for furnishing all labour, material, tools, equipment at site
conforming to the Specifications section 112 and as per approved drawings or as directed by
the Engineer.
The subbase laid under the stone dust shall be measured in cubic meter and shall be paid
under the respective item in the BoQ.
Add new “Clause 1409 Catch pit for rain water” after “Clause 1408: Multi Blended Interlocking
Concrete Block for Footpath” as follows:

1409 Catch Pit for Rain water


Catch Pit shall be used for collection of surface water during rainy period. The contractor shall
construct the same catch pit as per drawing. Materials used in construction of catch pit shall
confirm these specification clauses.

6-56
The measurement and payment of the Catch Pit shall be made in number. Payment made at the
contract unit rate for Catch pit shall be payment in full compensation for furnishing all labour,
material, tools, equipment including all incidental costs necessary for carrying out the works at
site conforming to the Specifications as per approved drawings or as directed by the Engineer.

6-57
Section 1500 – Traffic Signs, Road Marking, Road Marker Stones
and Delineators

Add General Requirement before “Clause1501-Permanent Traffic Sign”

General Requirements
This Clause covers the changes in the requirements to be met by the Contractor in relation to the
installation of permanent traffic signs, road markings and various other traffic control devices as
provided in the schedule of quantities (BOQ). Construction drawings issued with the contract
document contain standard layout plan of traffic signs, road pavement marking and other ancillary
traffic control devices. Their locations in the plan, where applicable, are indicative only.
The contractor shall prepare the detailed layout plans showing all traffic signs (cautionary, regulatory
and informatory) and pavement parking and other road safety items and submit to the Engineer for
approval 21 days prior to the commencement of their installation. The layout plan will be prepared
in detail based on the guidelines / templates provided by the Engineer. The plans shall include but
are not limited to the following elements of traffic control and safety management:
i. Traffic signs (cautionary, regulatory, informatory) including speed limit signs;
ii. Pavement marking / painting including all longitudinal and transverse lines (RRPM
included);
iii. Transverse and longitudinal rumble strips;
iv. Other traffic calming measures such as raised platforms;
v. Pedestrian crossing facilities (at mid-blocks as well as at intersections zebra/ signalized,
wombat);
vi. Lane control signs, Variable Speed Limit Signs including with gantry girders where
required/ shown in the construction plan or as instructed by the Engineer;
vii. Traffic signals (at intersections and at mid-blocks)
viii. Roadside barriers (with types and length), hazard markers; and
ix. Any other traffic control devices and / or road safety measures shown in the BOQ or in the
construction drawings.
All traffic signs shall comply and layout requirements shall be in accordance with the Nepal Traffic
Sign Manual (NTSM). In cases where the provisions are not described in the NTSM, other
international practices such as IRC or AGTM’s recommendations will be used.

1501 Permanent Traffic Signs


(2) Materials
(a) Mounting Post
In first line delete: “either 50mm internal diameter steel tube of “heavy” category or”

6-58
(11) Payment
Add the following additional paragraph at the end of this Sub-clause:
“The Bills of Quantities provide for two classes of sign for payment purposes:
i. Single post
ii. Double or more posts
All signs supported by a single post shall be classed as “single post”
“All signs supported by two or more posts shall be classified as “double post or more posts”.

1506 Road Marker Stone


(3) Construction (b) Placing and Painting of Marker Stones
Insert the following additional paragraph at the end of this Sub-clause:
The concrete bedding for marker stones shall have a minimum volume below ground level of 0.25
cu.m. for 5th kilometer marker stones and of 0.125 cu.m. for standard marker stones. In addition,
the actual volume of concrete used shall be sufficient to ensure the secured and permanent bedding
of the marker stones in position to the satisfaction of the Engineer having due regard to the soil and
slope conditions and to the size of the initial excavation. Excavation for foundation pits for marker
stones shall be wholly backfilled with concrete including the backfilling of any over excavation which
may have taken place.
Insert the following additional Sub Clause (3c) “Reflectorized Enamel Painting Works” after Sub-
clause (3b):
(3c) Reflectorized Enamel Painting Works
This Clause covers the enamel painting works of safety and/or warning barrier with black or yellow
paint as indicated on the Drawing or instructed by the Engineer.
The colour, width and layout of the painting on safety and/or warning barrier shall be in accordance
with the Traffic Signs Manual (latest publication), Department of Roads.
Paint shall comply with the requirements of NS 408/054 or BS 6044 (1987) or as specified in the
Contract. If specified in the contract, the paint may also be reflectorised paint, in which case the
paint shall be reflectorised by the addition of reflecting beads (ballotini). The ballotini shall comply
with BS 6088:1981 (1993).
The paint shall be delivered to the site in sealed containers bearing the name of the manufacturer
and the type of paint.
The viscosity of the paint shall be such that it can be applied without thinning. Under no
circumstance thinning shall be allowed.
The paint shall not be applied to damp surfaces or when the relative humidity exceeds 80%, or at
temperatures lower than 10o C, or when, in the opinion of the Engineer, wind strength is such that it
may adversely affect the painting operations.
Before the paint is applied, the surface shall be clean and dry and completely free form any soil
grease, oil, acid or any other material which shall be detrimental to the bond between the paint and

6-59
the surface. The portions of the surface where the paint is to be applied shall be properly cleaned by
means of watering, brooming or compressed air.
If any material not complying with the requirement is delivered on the site or used in the works, or if
any sub-standard work is carried out, such material or work shall be removed, replaced or repaired
as required by the Engineer at the Contractor’s own cost. Rejected paint which has been splashed or
dripped on the surfacing, kerbs, structures or other such surfaces, shall be removed by the
Contractor at his own cost, in such a way that the marking or split paint shall not show up again
later. After the application of paint, it shall be protected against damage by traffic or other causes.
The Contractor is responsible at his own cost for the correction of the painting works damaged by
the external means.

1507 Delineator Posts


(4) Erection and Painting
Delete last sentence of first paragraph and substitute with
“Delineator Posts shall be bedded into ground with concrete foundation of grade M10/40 as
shown on the drawings”.
Add followings new Clauses after “1511 Steel Crash Barrier”:
1512 Gabion Safety Barrier
1513 Stone Masonry Safety Barrier
1514 Confident Blocks
1515 Precast New Jersey Barriers
1516 Solar Street Lighting Systems
1517 Tubular Steel Pole
1518 Relocation/Re-erection of Electrical Works
1519 Bus Stop Shelter
1520 Traffic Signal

1512 Gabion Safety Barrier


(1) General
This work shall consist of furnishing and erection of stone filled wire crates (Machine Made Gabion)
to function as barrier of dimensions and at locations as shown on the drawing (s) or as directed by
the Engineer in the same way as the Gabions as described under Clause 2401.
The measurement and payment shall also be as per the same clause.

1513 Stone Masonry Safety Barrier


(1) General
This work shall consist of furnishing and erection of random rubble stone masonry walls to function
as barrier of dimensions and at locations as shown on the drawing (s) or as directed by the Engineer
in the same way as the Masonry for Structures as described under Clause 2600.
The measurement and payment shall also be as per the same clause.

6-60
1514 Confidence Blocks
(1) General
Thisworkshallconsistoffurnishinganderectionofconfidenceblockswiththerespectivematerialson the
respective types of structures to function as barrier of dimensions and at locations as shown on the
drawing (s) or as directed by the Engineer in the same way as the type of structures as described
under the respective Clauses of the Specifications.
The measurement and payment shall also be as per the respective Clause of the Specifications.

1515 Precast New Jersey Barriers


(1) Scope
This Section covers the requirements to be met by the Contractor in relation to the materials,
fabrication, transportation and installation of Precast New Jersey (NJ) Barriers along the roads. The
purpose of NJ barriers is to reduce the risk of an out-of-control vehicle crossing the main road and
colliding with the traffic on service roads or vice versa. These can also be used for barricading
construction site from moving traffic during road construction to increase the safety of road
workers. NJ Barriers also reduces the risk of a vehicle deflecting back into the traffic stream after
colliding with the barriers by allowing the errant vehicles decelerate within tolerable limits and by
directing traffic in a prescribed manner.

(2) Applicable Standards


RCC NJ barriers shall comply with the requirements of ASTM 825: Standard Specification for Precast
Concrete Barriers or its equivalent IS or NS (where available). If required by the Engineer, the
contractor shall demonstrate the functioning of crash barriers employing the standard procedure for
safety performance evaluation recommended by the Manual for Assessing Safety Hardware (MASH),
previous (NCHRP – 350).
Concrete strength shall be tested in accordance with ASTM C39 or equivalent and average strength
values for daily testing shall be equal to or greater than the specified design strength. Cross-sectional
and longitudinal dimensions, locations and positioning of anchoring devices and reinforcement shall
be acceptable to the Engineer.
Two cubes for each 20 cum of concrete or a minimum of 2 cubes per day's production shall be tested
in accordance with ASTM C31 or equivalent procedure. These cubes shall have compression strength
required for M25 Grade concrete.

(3) Materials
Cement, aggregates, admixtures and steel reinforcement shall conform to applicable ASTM
Specifications or to the relevant Clauses of the Specifications as applicable for the materials used for
other similar RCC structures in Clause 2000 of these Specifications.

(4) Manufacture
Concrete mixture shall be proportioned and mixed to meet the minimum strength level and cured as
per the methods outlined in Section 7 of the ASTM C 825 specification. Formwork used shall be
sufficiently rigid to maintain dimensional parameters. All casting surfaces shall be of smooth and tidy

6-61
finishes free from honeycombs, porous materials or cement sand plasters. Concrete design strength
shall be for M25 in 28 days. Air entrainment shall have air content of 5 ½ +/- 1% as measured by
ASTM test method C 173 or C 231 or equivalent applicable standards.
Concrete surfaces shall be finished at the option of the manufacturer (contractor) but these should
be comparable to the F3 finish and be uniform for all sections in the contract lot.
Steel Reinforcement shall be provided as shown in the drawing or as designated by the Engineer.
Reinforcement shall be designed by the producer or contractor (as the case may be) and be
sufficient to permit handling delivery and placement of sections without damage. Minimum
concrete cover is 50 mm, except for end sections where cover may be less. See applicable project or
ASTM specifications for specific details.
Barriers shall be assembled as a cage with sufficient mat and bar to maintain shape during casting.
Reinforcement design for the ends of barrier sections should be in accordance with the publication
“Concrete Median Barrier Research,” Volume 2, Research Report, prepared by the Southwest
Research Institute for the FHA, to prevent fracture at the joints. Laps, welds and splicing shall be
acceptable to the Engineer and develop full strength of reinforcement.
Cross sectional dimensions shall not vary from design by more than 6 mm. Vertical centerline shall
not be out of plumb by more than 6 mm. Longitudinal dimensions shall not vary from design by
more than 6 mm in 3 m long barriers and not exceed 20 mm per section.

(5) Handling and Transport


Unless otherwise specified, the minimum length of each barrier section will be 3 m long. For straight
sections, Engineer may ask the contractor to provide NJ barriers of 6 m long or more (up to 10 m).
Lifting devices (hooks etc.) shall not be cast into the side surfaces of the barriers. Anchorage to
prevent lateral movement of the barrier shall consist of dowels and keyway joints on interlocking
devices shall be as specified by the Engineer. Location of anchoring shall be as specified by the
Engineer.

(6) Measurement and Payment


Erection of NJ barriers shall be measured by the linear meter in place and paid under the Bill of
Quantity Item. The rate shall include for the manufacture / supply / transportation of new precast
barriers (loading, handling, unloading, excavation, foundation preparation (sand pad, leveling,
concreting), preparation of surface, laying in the position, fixing correctly to the lines and levels as
per drawings or as directed by the Engineer. No separate payment for concrete or reinforcing steel
or formworks etc. shall be paid. Any barriers that have edges broken, concrete chipped away during
transportation shall not be paid not plastering would be allowed to make surface look good.

1516 Solar Street Lighting Systems


(1) Definition
A standalone solar photovoltaic (SPV) street lighting system (SLS) is an outdoor lighting unit used for
illuminating a street or an open area. It consists of photovoltaic (PV) module(s), compact Light-
emitting diode (LED), lead acid battery, control electronics, inter-connecting wires/cables, module
mounting Pole including hardware and battery box. The LED is fixed inside a luminaire which is
mounted on the pole. The PV module is placed at the top of the pole at an angle to maximize

6-62
incident solar radiation, and a battery is placed in a box attached to the pole. The module is
mounted facing south, so that it receives solar radiation throughout the day, without any shadow
falling on it. Electricity generated by the PV module will charge the battery during the day time. This
system operates from dusk to dawn.

(2) Scope
This section covers the requirements to be met by the Contractor in relation to the materials,
fabrication, installation, testing and commissioning of solar street lighting systems. The street light
system consists of the specificatied electrical hardware, mast arm poles, and footing which includes
excavation, breaking of concrete or any other hard surface such as road pavement, concreting,
erecting poles to lines and levels and curing the concrete and re-instatement of the surface to its
original condition and disposal of excess spoil materials: on an all-complete net basis.
The solar street lighting system shall be provided along the sections of road passing through built up
areas, on areas of high pedestrian activity and at all pedestrian zebra crossings and intersections as
shown in the drawings or as directed by the Engineer. Electric poles along the bridges shall be
anchored as shown in the bridge drawings or as directed by the Engineer. The Contractor shall be
required to submit shop drawings of the anchorage details for Engineer's approval.

(3) Specifications of the Solar Street Lighting System


A. Duty Cycle
The system should automatically switch ON at dusk, operate throughout the night and automatically
switch OFF at dawn.
B. PV Modules(s)
(i) Both crystalline and thin film technology modules are allowed in the system. The PV
module should have a certificate of testing conforming to IEC 61215 Edition II / BIS
14286or IEC 61646 for crystalline and thin film PV modules respectively. The certificate
should be from an NABL or IECQ accredited Laboratory;
(ii) The power output of the module(s) under STC should be a minimum of 150 Wp. Either
two modules of minimum 75 Wp output each or one module of 150 Wp output should be
used. In case of thin film technology PV modules, the specified values refer to the
stabilized power output after the initial degradation. The module efficiency should not be
less than12%;
(iii) The operating voltage corresponding to the power output mentioned above should
be16.4 ± 0.2V;
(iv) The open circuit voltage of the PV modules under STC should be at least 21.0Volts;
(v) The terminal box on the module should have a provision for opening for replacing the
cable, if required;
(vi) Each PV module must use a RF identification tag (RFID), which must contain the following
information:
a. Name of the manufacturer of PV Module.
b. Model or Type Number

6-63
c. Serial Number
d. Month and year of the manufacture
e. I-V curve for the module
f. Peak Wattage of the module at 16.4volts
g. Im, Vm and FF for the module
h. Unique Serial No and Model No of the module Until March 2013, the RFID can be
inside or outside the module laminate, but must be able to withstand harsh
environmental conditions.
(vii) A distinctive serial number starting with NSM will be engraved on the frame of the
module. The distinctive number starting NSM will also be screen printed on the tedlar
sheet of the module.
C. Battery
(i) Lead Acid, tubular positive plate flooded electrolyte or Gel or VRLA Type;
(ii) The battery will have a minimum rating of 12V, 150 Ah (at C/10 discharge rate);
(iii) 75 % of the rated capacity of the battery should be between fully charged and load cut off
conditions.
D. Lamp
(i) The lamp should be 40Watt LED;
(ii) The light output from the lamps should be around 4000±5 % lumens (for 40 W LED);
(iii) The lamp should be housed in an assembly suitable for outdoor use, with a reflector on its
back;
(iv) No blackening or reduction in the lumen output by more than 10%, should be observed
after 1000 ON/OFF cycles (two minutes ON followed by four minutes OFF is one cycle);
E. Electronics
(i) The inverter should be of quasi sine wave/ sine wave type, with frequency in the range
of20 - 30 KHz. Half-wave operation is not acceptable;
(ii) The total electronic efficiency should be not less than 85%;
(iii) The idle current consumption should not be more than 10mA;
(iv) The PV module itself should be used to sense the ambient light level for switching ON and
OFF the lamp.
F. (F) Electronic Protections
(i) Adequate protection is to be incorporated under no load conditions e.g., when the lamp is
removed and the system is switched ON;
(ii) The system should have protection against battery overcharge and deep discharge
conditions;
(iii) Fuses should be provided to protect against short circuit conditions;

6-64
(iv) Protection for reverse flow of current through the PV module(s) should be provided;
(v) Electronics should have temperature compensation for proper charging of the battery
throughout the year.
G. (G) Mechanical Hardware
(i) A metallic frame structure (with corrosion resistance paint) is to be fixed on the pole to
hold the SPV module(s). The frame structure should have provision to adjust its angle of
inclination to the horizontal between 0 and 45, so that the module(s) can be oriented at
the specified tilt angle;
(ii) The pole should be made of mild steel pipe with a height 6m above the ground level, after
grouting and final installation. The pole should have the provision to hold the
weatherproof lamp housing. It should be painted with a corrosion resistant paint; All poles
will be of slip base type. This type of special purpose Street Lighting Pole addresses the
universal problem of high-speed road accidents (over 60km/h) involving roadside
collisions with light poles. These poles shall comply with Australian Standards1158.1.3 or
equivalent Indian Standards. Slip Base Poles differ in design which features the two base
plates bolted together with the facility of freely coming apart if a crash occurs. This
separation lessens resistance and mitigates the overall effects of the impact (and
subsequent damage to the vehicle or injury to its occupants);All poles shall be tapered
round of specified diameter and consist of standard base-plate mounted with either in-
ground section or connection spool on rag bolts, bolts, slip washer and rectangular
washers. All poles shall be hot dip galvanized to Australian Standards4680:2006 or
equivalent Indian Standards and shall be either powder coated or painted as approved by
the Engineer. The slip base poles shall be in a single and double outreach arm
arrangement, curved or straight as approved by the Engineer. Poles shall have security or
tamper proof screws for access door covers;
(iii) A vented, acid proof and corrosion resistant painted metallic box for outdoor use should
be provided for housing the battery with a provision of lock and key.
H. (H) Other Features
(i) The system should be provided with 2 LED indicators: a green light to indicate charging in
progress and a red LED to indicate deep discharge condition of the battery;
(ii) There will be a Name Plate on the system, which will give: (a) Name of the Manufacturer
or Distinctive Logo. (b) Serial Number;
(iii) Components and parts used in the solar street lighting systems should conform to the
latest BIS specifications, wherever such specifications are available and applicable;
(iv) The PV module(s) will be warranted for a minimum period of 25 years from the date of
supply and the street lighting system (including the battery) will be warranted for a period
of two years from the date of supply. PV modules used in Solar Street Lighting System
must be warranted for their output peak watt capacity, which should not be less than
90%at the end of Twelve (12) years and 80% at the end of Twenty-five (25) years. The
Warranty Card to be supplied with the system must contain the details of the system;
(v) Necessary lengths of wires/cables and fuses should be provided;

6-65
(vi) An Operation, Instruction and Maintenance Manual, in English should be provided with
the Solar Street Lighting System. The following minimum details must be provided in the
Manual: basic principles of photovoltaics; a small write-up (with a block diagram) on the
Solar Street Lighting System – describing its components (PV module, battery, electronics
and luminaire) and their expected performance; a section on charging and significance of
indicators; together with clear instructions about erection of poles and mounting of
Module (s) and lamp housing assembly on the pole.
(4) Measurement and Payment
The solar street lighting system including all the PV modules, battery, lamp, electronics and
electronics protection, mechanical hardware including solar light pole including foundation
excavation, placing, foundation concreting as per drawings and other features for the complete
functioning of the solar street lighting system shall be measured in number or in sets (Nos./Sets) and
paid under the respective contract price on BOQ. The contract price and/or rates shall be the full and
the final compensation to the Contractor as per Clause 112.Tubular Steel Pole

1. Description
i. The steel tubing used in pole fabrication shall be of steel of any approved process
possessing a minimum tensile strength of 42 Kg/sq. mm and a chemical composition of
not more than 0.06% sulphur and not more than 0.06% phosphorous.
ii. The tubing diameter and tubing wall thickness shown in Table 1 for each length of pole
are the minimum size to be used in fabricating each length of pole.
iii. Tubular poles shall be made of welded tubes, swagged and joined together. The upper
edge of each joint shall be chamfered at an angle of about 45-degree. The steel poles
shall be composed of three sections of diminishing diameters and minimum diameter
thickness and lengths of pole shall be as shown in Table 1. Steel Tubular pole street
lights are of three types, viz double armed, single armed and dislocated double armed.
iv. All tubes forming parts of the above supports shall be made from hot insulated seamless
or continuously welded steel in accordance with BS 6323 or equivalent applicable
Standards.
v. The bottom section of the poles shall be galvanized with minimum coating of weight not
less than 460-gm/-sq. m internally and externally. The length of the bottom section
including the base plate to be galvanized shall be as follows:
11 m pole 2.5 m
9 m pole 2.25 m
vi. The remaining portion of the pole shall be painted with one coat of red oxide primer as
specified in IS 2074-1997.
vii. Each pole shall be provided with a steel top plate 3-mm minimum thickness welded to
the end of the section. The top plate shall not project beyond the perimeter of the top
section. Each pole shall also be provided with a welded base plate welded to the bottom
of the pole.
viii. The size of the base plate shall be as per governing standard.

6-66
2. Tolerance
The following tolerances shall be maintained:
a. Tolerance of diameter: +/-1%
b. Tolerance on weight: +/-7.5% on each pole.
1. +/-5% on a bulk load.
c. Tolerance on thickness: +/10% on each sheet.
d. Straightness: The finished poles shall not be out of straightness by more than 1/600 of
the height.
3. Tests
The following test (s) shall be performed for the pole furnished.
a. Tensile test and chemical analysis for sulphur and phosphorous
b. Deflection test
c. Permanent set test
d. Drop test
List of testing equipment available with the manufacturer for final testing of equipment specified
and the test plant limitation, if any, vis-à-vis the type, special, acceptance and routine tests specified
in the relevant standards.

Table 15.1 Poles Specification

IS Designation 410SP- 52 410 SP-43 410 SP-31 410 SP-13


Overall Height 11 m 10 m 9m 8m
Planting depth. m Sections:
1.8 1.8 1.5 1.5
Length, m
Top (h1) 2.7 2.4 2 1.75
Middle (h2) 2.7 2.4 2 1.75
Bottom (h3)
5.6 5.2 5 4.50
Outside Diameter, mm
Top (h1) 114.3 114.3 114.3 88.9
Middle (h2) 139.7 139.7 139.7 114.3
Bottom (h3) 165.1 165.1 165.1 139.7
Thickness, mm
Top (h1) 3.65 3.65 3.65 3.25
Middle (h2) 4.5 4.5 4.5 3.65
Bottom (h3) 4.5 4.5 4.5 4.5
Approximate weight, Kg 175 160 147 101
Crippling load, kgf
307 348 367 301
Application of load from
top of pole, m 0.6 0.6 0.3 0.3

Must be supplied Along with standard Cross Arms and Bracings Angles,
Pole Clamps, GALVANISED STEEL BOLTS, NUTS AND MISCELLANEOUS FASTENING COMPONENTS,
TRANSFORMER PLATFORMS fabricated from hot-rolled channels, angles and steel members. The

6-67
steel channels and angles for transformer platform shall be fabricated in accordance with Indian
Standards IS: 226-1975 and IS-808-1964or any revision thereof or other equivalent national or
international standard provided that the resulting steel stock is of equal quality and strength. The
minimum tensile strength of the steel shall be 4200 kg/cm2. Existing Transformer shall be reused.

1. Payment
Up to 10% of the steel tubular poles of the street Lighting will be single armed and dislocated double
armed swan types as shown in drawing. Rates for this reduced portion quantity of single armed
poles will be proportionately reduced by 20%.

1518 Bus Stop Shelters


(1) General
Bus stop shelter has been provided at bus stops with an aim of a comfortable environment with
some protection and basic facilities during waiting periods for the passengers seeking transport
service. These structures are constructed with steel RCC frame support, RCC roofing system,
aluminum frame glass panels/walls, wooden seats for waiting passengers, and with solar lighting
facility.
(2) Bus Shelter
It comprises of RCC frame, which support the of the RCC Slab roof. The foundations/base for the RCC
Frame to be constructed as per drawing and design. The floor shall be of 100mm thick Plain Cement
Concrete (Grade M20/20) with the class F2 finish and cement interlocking tile.
On two sides of the bus shelter comprising width sides and the backside, aluminum frame panels
fitted with 8mm thick unbreakable glass panel/walls shall be installed as shown in the drawing.
The seating bench base shall be made of Ist class brick masonry (1:4 c/s) and having cement
plastered top. On top of the base a wooden seat/bench made of 50mm thick hardwood (Sakhuwa)
strips laid and fitted intact without gaps with proper joinery. The size of seats shall be 500mm wide
and back rest shall be of 400mm height. All fixtures shall be properly planed, polished and fitted at
site as per drawing and instruction of the Engineer.
The bus stop area and the shelter shall be illuminated and have electric power points required for
other purposes (like mobile charging). A PSC electric pole of 9m height shall be supplied with all
accessories and erected at site as per drawings and specifications. This will be connected to a solar
power system having a solar panel of capacity 100-Watt output and wirings and required fixtures
shall be located at site as per drawing or instruction of the Engineer.
The digital information display board (in English and Nepali Language) shall be installed at the bus
shelter.
The construction of bus shelter shall include supply, fabrication and installation of all components,
fixtures at site all complete as indicated in the drawings. Testing of solar panel, lighting system is also
to be included in this item.
(3) Measurement and Payment
The Bus-stop shelters will be measured in number for each Type. Payment for each unit and type
shall be made after the completion and testing of unit and type with all its components.

6-68
1519 Traffic Signal
(1) Basic Requirements
All civil works, field equipment and facilities shall be installed in accordance with the requirements
of the DOR or its designated representative (Engineer). The contractor shall submit details of the
proposed equipment and facilities, installation methods, footing details, etc., and shall obtain
approval of the Engineer before installation.
The contractor shall supply a FSD (Final System Design) for approval by the Engineer before any
Notice to Proceed (NTP) to install traffic light at the intersection or pedestrian crossing (as the case
may be) is issued. FSD shall be prepared in accordance with the best international practice for the
installation of civil, electrical and telecommunication infrastructure which shall be approved by the
Engineer.

(2) Traffic Controllers and Allied Equipment


Controllers and ancillary equipment provided shall at a minimum meet the requirements of the
Electro-Magnetic Compatibility standards of the country of origin.
All controllers must be microprocessor based and compatible with the operation of an ITS and must
be the type approved at least to the standards of the country or state of origin. The supplier shall
submit type approval documentation stating clearly the conformity to environmental and
destructive tests – wind, rain, dust, dampness, humidity, dry-heat and vibration.
All controllers shall be capable of signal display voltage dimming between 230V AC and 160V AC.
Dimming shall be operated by the time-of-day schedule.

(3) Power Supply Requirements


Power Supply for the installation shall be arranged by the Contractor by means of a secured 24-hour
local supply (recommended) as proposed by the Contractor during the FSD process and shall be
metered where appropriate, single phase with filter protection against over-current, and shall
incorporate earth leakage and short circuit protection. The Power Supply shall be terminated in a
separate fuse-box unit, located in close proximity to the controller, or in an agreed position with the
Engineer. Ducting shall be installed between the fuse unit and the controller as directed.
The supply compatibility of the controller and ancillary equipment shall be 230V AC (+/- 15 percent),
50 Hz (+/- 1 percent), 30 amp minimum. Actual power supply requirements shall be confirmed by
the Contractor taking into account the number of heads, length of cable runs etc. It is the
responsibility of the contractor to establish electrical power supply availability and conditions with
the Electricity Supply Company.
The power requirement, range to connect to the LED signal heads under undimmed and dimmed
mode shall be as specified in the relevant items in the BOQ or as per the requirement of the
equipment supplier.
A consumer earth terminal shall be supplied and located adjacent to the mains "cut out'. The
controller power supply should be able to absorb mains power interruptions of 75 milliseconds
without any interference to the operation of the microelectronics or signal displays and this applies
equally to dimming operation.

6-69
A minimum of two 13-amp electricity sockets (General Purpose Outlets – GPOs), comprising RCD or
equivalent shall be provided within the controller case and shall be of Universal 13 Amp design.
These outlets shall not be used to support any permanent equipment, and are for the use of
maintenance personnel only.

(4) Backup Power System Requirements


Uninterruptible Power Supply units that provide operational continuity in the event of loss of Mains
AC power shall be required. The UPS and Batteries shall be rated to industrial temperature ranges
and shall be designed to operate in hot and cold conditions dependent on the ambient temperature
of the batteries. The intended backup system shall operate at 230VAC / 50Hz.
The unit shall be robust and sufficiently protected against lightning power surges and other spurious
power surges on the mains inputs. Solar Panel shall be supplied in order to assist charging
mechanisms.
The intersections in the East West Highway require a separate cabinet solution for small to medium
intersections that cater up to 18 signal groups with a maximum load of 850VA. The UPS shall be
housed in a separate cabinet to that of the Traffic signal controller and CCTV network but adjacent
to them.
At this maximum load level, the UPS and Battery combination shall be required to provide
approximately 12 hours of backup time in the event of loss of Mains AC.
The UPS charging unit shall be fitted with a front panel display so that maintenance technicians can
monitor input voltages, output voltages and currents, and other historical data such as time of
disconnection and time on UPS power. The display shall also provide information on expected time
remaining on UPS at current consumption.
The UPS charging unit shall have a front panel interface that allows service personnel to view the
status of all critical values such as input, output voltages and currents as well as time of loss of Mains
AC.
The UPS shall provide an interface (clean contacts) to the traffic signal controller special inputs in
order that the central traffic computer may receive warnings on mains power and battery health and
levels.
The case or cabinet for the UPS shall be lockable and vandal proof and be of a similar minimum
standard and specification as that of the traffic signal controller.

(5) Telecommunications Connections


Telecommunication circuits (if specified) shall be terminated within the controller case through a
separate conduit. The termination point shall consist of a firmly anchored telecommunication box
containing a line isolation unit for fixed lines, or encompassing a master termination box (telephone
type socket) for dial-up PSTN connections (To be agreed in the FSD or advised by the Engineer during
system expansion). The Engineer may specify a separate, termination and test, access panel on the
controller cabinet.
Ducting from the controller case to the nearest telecommunication chamber or pole shall be
provided, and remain separate from all other ducting.
The location of the telecommunication chamber (where applicable), shall be agreed on site with the

6-70
Engineer.

(6) Modes of Operation


The traffic signal controller shall be capable of operating in the following modes:
i. Full Computer Control;
ii. Linked and coordinated by means of synchronized clock (cable-less);
iii. Vehicle Actuated (VA) or Isolated;
iv. Hurry call for priority to particular movements (e.g., ambulance, fire brigade, other
emergency vehicles, VVIP vehicles/ motorcade etc.);
v. Manual intervention and option for setting different phase cycle for different time
duration (minimum time duration 60 minutes), option for always green/red (as per
requirement) traffic light;
vi. Amber flashing on all approaches for linkage with pedestrian push-buttons and signals
and coordinated controls; and
vii. Fault Mode – either blacked out or hardware flashing yellow displays.
The priority mode (in future) shall be that of control by a central computer. Real time – second – by -
second monitoring shall be the preferred option, but this ultimately depends on the type of
communications available or approved by the Engineer. Real time monitoring may not be achievable
in the absence of fixed telecommunication / fiber optic circuits. Until the stage of establishment of
the Regional Traffic Management Centre (RTMC), the priority mode will be vehicle actuated or
isolated mode by time of day. The controller shall however be capable of resorting to fully adaptive,
real time detection and signal time assignment with computer control in the regional or central
traffic management center.
The contractor shall establish the availability of landlines or Fiber Optic Network (FON) or other
proposed modes of communications where applicable.
In the event of a loss of communications or computer control or any fault, each controller should
immediately revert to (CLF) cable less linking mode and failing that should then fallback to vehicle
actuated mode, or as programmed by the operators.

(7) Controller Facilities


The controller shall incorporate the following basic facilities:
 Capability to switch, operate, monitor type approved LED vehicles and pedestrian signal
heads including (a) dimming of the LED displays; (b) monitor “last red’ for all vehicle
displays including arrow, Bus, Cycle displays with minimum 5W undimmed power for
each aspect;
 Up to 32 vehicle movements to include 8 pedestrian movements;
 Up to 48 vehicle detector inputs monitored for s/c or o/c;
 Up to 16 physical pedestrian pushbutton inputs monitored for s/c or o/c;
 Pedestrian demand acknowledgement output – e.g., ‘wait’ indicator
 Time of day control of pedestrian audio / tactile facilities;
 Time of day and light sensor control of dimming facilities;

6-71
 Maximum Green timing control for each stage – 3 selectable sets per stage;
 Minimum Green selectable for each stage/phase movement;
 Vehicle Amber or Yellow adjustable and with s/w flashing control;
 Controllable clearance intervals for pedestrian movements;
 Selectable Flashing Red Man or Flashing Green Man clearances;
 All Red time adjustable between stage/phase changes;
 Inter-green time adjustable dependent on controller stage/phase movements;
 Stage extension timers associated with VA control – 3 per phase;
 Late start and Early Cut Off (ECO) timing facilities for phase movement control;
 Lamp failure monitoring facilities for each lamp of each phase;
 Full conflicting displays monitoring (green versus green or loss of reds);
 Hand Held Terminal (HHT) facilities for on-site maintenance;
 Integral self-tuning detectors and test functions (e.g., group flash, lamp loads);
 Detector fault monitoring (open circuit, short circuit and occupancy);
 Integral modem facilities for computer control;
 Up-loadable and downloadable timings and linking plans;
 Non-corruptible safety timings (usually held in EPROM);
 Input and output monitoring for detectors and pedestrian pushbuttons;
 Programmable general-purpose inputs and outputs;
 Stage/phase hurry call facilities – e.g., bus priority or emergency vehicle or VVIP
vehicles;
 Stage/phase call/cancel facilities;
 CLF – 10 plans and 20 Time of Day / Week schedules;
 Manual selection of either Vehicular Activation (VA) or CLF modes for maintenance
 Comprehensive remote fault monitoring (Control Centre) for the following:
o Controller on/off (by fault or power failure);
o Controller in flashing mode;
o Operational mode – CC - CLF – VA – Manual- Hurry call- Amber flashing
o Dimming on/off;
o Display conflict or loss of Reds;
o Lamp failure;
o Vehicle detector or pedestrian pushbutton failure;
o Faulty general-purpose inputs or outputs
In addition, the controller should be able to remotely count traffic as configured – volume and
occupancy – and to download such data as a basis for selectable plan changes. The exact features
and operational design shall depend on the system approach to adjusting the control of timings in
order to meet changes in traffic demands.
Controller programming facilities shall be configurable in every respect by a PC based programme
that shall produce an EPROM (or some other non-volatile method) holding the controller basic
operational dimensions and safety timings. Up-loadable and downloadable information for day-to-
day controller traffic operations may be held in RAM or as directed in real time from the regional or
central TMC computer (provision for future) and the controller (now).
All controller manual stage selection buttons (where specified) shall be clearly identifiable as defined

6-72
in the controller specifications or as otherwise agreed with the Engineer.

(8) Computer Control and Monitoring


The competent Authority of GON shall set the standard for controller compatibility within the
preferred ITS System Architecture. At that time and thereafter - all controllers shall be fitted with all
necessary interface equipment for remote monitoring and on-line real-time monitoring capabilities.
All intersection traffic signals and pedestrian crossing installations shall be capable of supporting on
line control and monitoring equipment as advised by the DOR.
The Adaptive Traffic Control (ATC) system shall be based on strategically placed detectors (or virtual
imaging detectors) throughout the East West Highway that shall feedback data on saturation and
volumes to the TMC (when established in future). Based on this data the central control computer
(or the local controller - if specified in the programming) shall allocate priority by selective phase
introduction, and/or set plan selection or phase movement times and cycle times for the system
controllers in the network. Strategic detectors (real or virtual) may be included as Vehicular
Actuation (VA) or Bus actuated in the future) detectors at any particular intersection or crossing.
In accordance with the capacity building process, it is envisaged that all intersections shall eventually
be connected to a central computer, for part-time or full-time control and monitoring. This
communication facility may consist of a standard two-wire telephone landline circuit that may
consist of a dedicated point-to-point connection or FON. It is not envisaged to utilize a PSTN dial-in
and dial-out connection for traffic control. Interface modems in the controller should be integrated
in the rack or on board the CPU.
Separately, and in future plans, a cellular network or Private Mobile Radio network-based system
may be incorporated for Fleet Management, Ticketing, Weather Information, VVIP movement and
Bus Information and in this regard each bus or VVIP vehicle shall transmit a priority call to any
intersection traffic signal controller. Traffic controllers shall be capable of receiving and relaying such
radio signal inputs.

(9) Detection – Vehicles and Pedestrians


Vehicular Actuation (VA) detection and pedestrian push button Unit (PBU) detection shall be
supported at all traffic signal installations.
Pedestrian crossings shall use detection as defined by the DOR at the time of bidding. This will
consist of inductive loop detection or virtual imaging detection for the vehicle lanes. The DOR may
stipulate Pedestrian presence detection or on-crossing detection at the time of bidding.
Intersection traffic signal equipment shall initially be installed with inductive loop or virtual imaging
detection for the vehicle lanes. In accordance with the capacity building programme of the DOR,
loops (inductive or otherwise) will have a tactical and strategic designation. In general, one loop per
approach (whether inductive, actual or virtual) is deemed adequate by the DOR and its position shall
be near the stop-line, or as directed by the Engineer. Vehicle or bus queue/flow loops may also be
required to support the planned ITS control and monitoring facilities. Additional loop detectors if any
proposed are as provided in the BOQ.

(10) Vehicle Actuated - Isolated Operation


Isolated controllers should support operation in VA mode and make best use of maximum green

6-73
timings in order to achieve optimum operation. At least 3 sets of scheduled maximum green times
shall be provided. Unused max green time from a movement should be capable of transfer to any
other movement. Also, if a movement is to be skipped out of a sequence its maximum green time
should be available to the running movement, or transferable to any other movement.

(11) Facilities for Pedestrians / Cyclists and Disabled Road-Users


It is the policy of the DOR to provide facilities for visually and aurally impaired road-users and those
with mobility disadvantages. All new traffic scheme installations in the national highways shall (as
agreed in the specific and detailed design), be provided with suitable facilities for these road-users.
At the appropriate time facilities for cyclists may also be stipulated for any specific scheme. In
particular, the following points should be noted:

 Dropped kerbs and 'T' shaped tactile paving aprons may be specified in some cases and
shall therefore be provided as agreed in the contract or with the Engineer.

 Tactile and/or audio-tactile signals shall be provided in pushbutton units and connected
in accordance with the Final System Design (FSD) or as directed by the Engineer. Audible
signals shall not be provided unless the all red phase for vehicles is present. Similarly,
tactile signals can only be used if all vehicles in conflicting directions can be signaled to
stop.

 If the signals displays are off or in flashing yellow mode, the tactile and audible facilities
shall be inoperative.
 Fall-back flashing yellow must be provided from a separate hardware flasher within the
controller.
Push Buttons shall be installed so that pedestrians are prompted to look towards the nearest
approaching traffic stream whilst pressing the button. Additional push buttons may occasionally be
required and provided if instructed by the Engineer. Push Button Units shall operate at ELV 50 Hz.

(12) Selected Vehicle Priority (SVP)


Selected vehicle priority technology is constantly evolving and becomes available in many options
for many different vehicles and transport modes. No particular option is discounted by the DOR and
each shall be considered on its merit at the time of the Invitation to Tender (ITT). The SVP shall be
specified indicatively at the time of bidding. In general, all traffic systems and control equipment
shall support:
For Buses:

 An inductive loop system (or virtual imaging system) usually used for selective signal
control or hurry call
 Special bus transponders for remote monitoring and selective signal control

 Reception of Short-Range Radio signal for controller and/or ATC instructions


For Priority Vehicles (Ambulance, Fire Truck, VVIP)

 Strategically placed inductive loops for selective signal control (or virtual loops)

 Special tag / transponders for remote monitoring and computer signal control

6-74
 Hurry Call for Emergency Vehicles (Ambulance or Fire Tender) - Usually ‘hurry call’
facilities based on a manual input (e.g., fire station emergency button), or selective loop
positioned in order to call a special stage or phase movement, and to send a message to
a central computer.

(13) LED Lanterns – General Requirements


Vehicle signal heads shall be of a sturdy moulded construction and fitted with backing boards,
appropriate visors or hoods. The aspects shall be supplied with LED type technology for both
vehicles and pedestrians and complete technical details shall be submitted at the time of bidding
and must be finally agreed with the Engineer prior to installation. In general, the vehicle signal head
should conform to the requirement detailed below.
Traffic signal display sequences shall be agreed during the FSD process. The contractor shall provide
sequences for each intersection in a summarized tabular form for approval by the Engineer. Signal
head and aspect configurations shall be shown on intersection detail shop drawings of intersections
prepared by the contractor and the same submitted to the Engineer for approval.
The Colour displays shall be as follows:

 Green / Amber / Red - to vehicles (Flashing Amber as directed)


 Green Man / Flashing Red Man / Steady Red Man - to pedestrians
Single multi-colored aspects or animated aspect displays are not acceptable.
The fabrication and supply of all components for the traffic signal heads shall conform to relevant
AS, BS standards and specification.
The electrical requirements of the LED vehicle signal head shall also be clearly stated by the
contractor for the specific manufacturer but in general should conform to or exceed relevant AS or
BS including the capability to operate at the following voltages.
The Contractor shall furnish details for the proposed specific manufacturer to the Engineer for
approval but in general the lanterns should conform to, or exceed relevant AS or BS within a
temperature range of -25° to 70° C.
Signal head assembly and backing board shall be able to withstand wind speeds up to 160 kmph in
any direction.
The minimum electrical requirements are as follows:

 180V to 240V AC main supply for LV installations


 42 V AC for ELV installations
 12 V DC for solar installations
 Capability to operate on both 180V to 240V AC or 42 VAC with minor modification
 LV Maximum load Undimmed = 15 Watts
 LV Minimum Load Undimmed = 5 Watts (For ELV = 3W)
 Maximum Power use in shut down mode undimmed = 0.6 Watts
 Luminous intensity in the dimmed state = 50% to 75% of undimmed
The lantern bodies shall be of adequate strength and durability in order to withstand the conditions
during installations and normal operations. Lanterns shall be dust-proof, weather-proof against

6-75
corrosion and not suffer any significant deterioration or degradation from direct sunlight.
All traffic signal heads, displays and associated hardware should have Type Approval from the
concerned approving agency in the country of origin and should be compatible for operation and full
function of the traffic signal controller proposed for this contract.

(14) LED Lanterns - General Specification


In general, signal lanterns should meet and agree with ISO 9001:2000 certification
Luminous intensity should comply or exceed EN12368. Other requirements include:
 No LED dots should be visible and there should be a uniform signal glow as with a single
light source aspect
 A high Anti-Phantom Performance is required (Class 5)
 Aspects shall have a Low Power Consumption and Brilliant Light Output
 All products shall be traceable by Serial Number
 Aspect Masks shall allow for any Symbol Display
 The Life Cycle shall exceed 5 Years
 Degradation shall be reduced to a minimum by optimum heat balance
 Aspects shall exhibit Automatic Light Compensation in the case of individual LED failures
 LEDs shall be capable of Dimming Function Control by reduced voltage
The rear-side of the pedestrian signal head should have the manufacturer’s name, model number,
serial number engraved. In addition, the operating characteristics such as nominal operating voltage,
power consumption, VA, load for the walking and standing person display, standard specification
that the signal head conforms to, etc., should also be labelled on the backside.

(15) Requirement:
Requirement of accessories for 4-Way, 3-Way and Signalized Pedestrian Crossing are as follows:
i. Supplying, installing, testing, commissioning, remote monitoring and providing advice on
operation and maintenance of traffic lights at 4-way intersections with the following items
included, all complete:
a) Beacon controller- 18 signal groups and 8 loop detectors with 1xCentral
Management Unit (CMU), 3xLamp Control Unit (LCU), 8XLoop detectors, and
1xUSB Memory Stick for Personality No, Dimming No 5-position Manual Facility
Switch No independent Flasher with complete set;
b) Traffic Software License required for controller;
c) Beacon BX0-86-30-18-00 Equipment Plate with Logic Rack for 18 signal groups and
6 loop detectors with 1xCMU, 3xLCU, 4 loop detectors and 1xUSB Memory Stick
for Personality;
d) Lamp Control Unit (LCU) with 18 signal groups;
e) Central Management Unit (CMU) with built-in LED indicators, SD Memory Slot,
Ethernet Port, USB and Seriall Ports;
f) Hand held terminal 4 for operators with 1 spare (total 5);
g) Media XML communication interface for queue length data;
h) Spare Stop Line Camera Detector for commissioning;

6-76
i) Controller Flasher Module;
j) Police (Facility) with required positions;
k) GPS Clock and related hardware for Controller;
l) 4X Stop Line camera detectors;
m) Camera Interface Unit (CIU).
ii. Supplying, installing, testing, commissioning, remote monitoring and providing advice on
operation and maintenance of traffic lights at 3-way intersections with the following items
included all complete
a) Beacon controller- 18 signal groups and 6 loop detectors with 1xCentral
Management Unit (CMU), 3xLamp Control Unit (LCU), 6XLoop detectors, and
1xUSB Memory Stick for Personality No, Dimming No 5-position Manual Facility
Switch No independent Flasher with complete set;
b) Traffic Software License required for controller;
c) Beacon BX0-86-30-18-00 Equipment Plate with Logic Rack for 18 signal groups and
6 loop detectors with 1xCMU, 3xLCU, 4 loop detectors and 1xUSB Memory Stick
for Personality;
d) Lamp Control Unit (LCU) with 6 signal groups;
e) Central Management Unit (CMU) with built-in LED indicators, SD Memory Slot,
Ethernet Port, USB and Seriall Ports;
f) Hand held terminal 4 for operators with 1 spare (total 5);
g) Media XML communication interface for queue length data;
h) Spare Stop Line Camera Detector for commissioning;
i) Controller Flasher Module;
j) Police (Facility) with required positions;
k) GPS Clock and related hardware for Controller;
l) 3X Stop Line camera detectors;
m) Camera Interface Unit (CIU).
iii. Supplying, installing, testing, commissioning, remote monitoring and providing advice on
operation and maintenance of traffic lights at signalized pedestrian crossings with:
a) Beacon controller- 6 signal groups and 4 loop detectors with 1xCentral
Management Unit (CMU), 3xLamp Control Unit (LCU), 4XLoop detectors, and
1xUSB Memory Stick for Personality No, Dimming No 5-position Manual Facility
Switch No independent Flasher with complete set;
b) Traffic Software License required for each controller;
c) Beacon BX0-86-30-18-00 Equipment Plate with Logic Rack for 6 signal groups
and 4 loop detectors with 1xCMU, 3xLCU, 4 loop detectors and 1xUSB Memory
Stick for Personality;
d) Lamp Control Unit (LCU) with 18 signal groups;
e) Central Management Unit (CMU) with built-in LED indicators, SD Memory Slot,
Ethernet Port, USB and Seriall Ports;
f) Hand held terminal 4 for operators with 1 spare (total 5);
g) MediaXML communication interface for queue length data;
h) Spare Stop Line Camera Detector for commissioning;

6-77
i) Controller Flasher Module;
j) Police (Facility) with required positions;
k) GPS Clock and related hardware for Controller;
l) 2X Stop Line camera detectors;
m) Camera Interface Unit (CIU).

(16) Measurement and Payment


Supplying, installing, testing, commissioning and providing training on remote monitoring, operation
and maintenance of the traffic signals/system shall be measured in number1 of intersection and
shall be paid as per the respective contract unit rate which shall be the full and final compensation
to the Contractor as per Clause 112.

1
Number of intersections shall be measured in such a way that “ Supplying, installing, testing,
commissioning and training on remote monitoring, operation and maintenance of traffic
signal/system in the intersection under consideration shall be measured as one number”

6-78
Section 1600-Piling for Structure

Delete first and second sentence of Sub clause 1612 (1) and replace with the following:
All the piles shall be lined with 6mm thick permanent MS casing from bottom of pile cap to 0.5m
below the maximum scour level.
Add the following sub section as 1612 (5) (a) Viii
1612 (5) (a) Viii: While carry out the pile boring to placing of concrete, necessary testing,
construction of pile cap and sub structure the Contractor shall make necessary arrangement to
protect the stability and protection of existing structures. The Contractor shall start the work after
providing such arrangement to the satisfaction of the Engineer.
Insert the following above last paragraph of sub section as 1612 (5) (b)
The Contractor shall propose the requirement of any protection arrangement as mentioned in sub
section 1612 (5) (a) Vito the Engineer for his approval. Unless otherwise specifically instructed by the
Engineer about type and design of the protection work, the Contractor shall arrange sheet pile with
required retaining capacity so as to maintain the stability and safety of existing structure.
Replace last sentence of 1612 (6) (a) by:
Drilling/Boring works for pile is allowed only with rotary or oscillator type drilling equipment.
Percussion hammer drilling/DTH Hammer drilling/ Vibratory type of drilling like water or air jetting
for boring of piles shall not be allowed. Use of other methods of borehole stability is subject to
approval by the engineer.
Add the following after first sentence of 1612 (6) (b):
Boring /Drilling of the piles is preferred in a staggered pattern.
Replace clause 1612 (7) by the following:
Stability of borehole shall be ensured by use of temporary casing of approved quality. Use of other
methods of borehole stability is subject to approval by the engineer. As well as the Contractor shall
ensure the stability of the existing structure during the construction of the new bridge.
Replace the last paragraph under 1614(1) with the following:
The Contractor shall carry out the loading test on test pile as specified in sub section 1614(2) and
1614 (3). Before constructing the pile works the Contractor shall construct a test pile to the location
as specified by the Engineer and perform the above-mentioned loading test. If the test results are
found to the satisfaction of the Engineer the pile shall be a part of permanent structure.
Add following Sub Clauses 1614 (5) after sub clause 1614(4) “Pile Integrity Test” as below.

(5) PDA Test –Foundation Piles


The Contractor shall carry out the following High Strain Dynamic Test (popularly known as Pile
Dynamic Analyzer or PDA) on;
a) Foundation piles on which load test will be carried out,

6-79
b) One of working piles selected by the Engineer in each sub structure with pile foundation.
i. Specification
a) The purpose of high strain dynamic testing shall be to obtain pile capacities for bridge
foundation piles with a higher confidence level than obtainable with a static load test.
This shall be achieved by correlating dynamic tests with static load tests on pilot piles.
b) The equipment for dynamic testing shall be 'Pile Dynamic Analyzer'(PDA )or similar
approved equipment conforming to the requirements of as finalized by the Engineer.
c) Ram weight, height of fall, cushioning (wood + steel plate) to prevent damage to pile
head shall all be in accordance with standard documented international practice.
d) This work shall be carried out by a specialist sub-contractor who shall employ a
professionally qualified engineer with a minimum of 5 years of experience in pile
dynamic testing using PDA or similar equipment. He shall be in charge of testing and
interpretation of results. He shall present himself at least by video contact for interview
prior to being engaged.
ii. Number of Test Piles
Dynamic pile testing shall be carried out on one working pile for each substructure with pile
foundation as selected by the Engineer. However, the Engineer may reconsider the total number of
piles to be tested depending on the quality of results.
iii. Test Report
On completion of all field work, the specialist engineer shall prepare a final report covering all aspect
of pile load-settlement behavior including ultimate tip resistance and ultimate shaft resistance. This
final report shall incorporate results of the PDA monitoring, and results of all CAPWAP-Case Pile
Wave Analysis Program computer analyses. The results of CAPWAP analysts shall be compared to
the PDA results and correlations shall be drawn between the CAPWAP results and the PDA field
monitoring results.
Add following text at the end of the first paragraph of clause 1616 (2) “Loading Test”
“Loading test shall be carried out on working pile of one in each bridge”
Rewrite the second paragraph under Section 1617 “Measurement” as below:
For cast-in-situ driven and bored concrete piles of specified cross-section, the
measurement, for boring and providing & installation of 6mm thick permanent steel casing from
bottom of pile cap up to 0.5m below the maximum scour level and as specified in 1614 (1), shall be
the length in meters of the accepted pile that remains in the finished structure complete in place.
Reinforcement in cast-in-situ driven and bored concrete piles shall be measured for payment as per
Section 2000
Rewrite the third paragraph under Section 1617 “Measurement” as below:
Boring, installing 6mm thick steel casing, reinforcement, concreting for the test pile shall be
measured under relevant items in the BOQ separately. But the loading tests on test pile (working
pile) as mentioned under 1614 (2) shall be measured in number.
Please delete second last paragraph under Section 1617 “Measurement”.

6-80
The Pile integrity test shall not be measured separately. It is deemed to be included in the relevant
item in the BOQ.
High Strain Dynamic Test (popularly known as Pile Dynamic Analyzer) shall be measured in number.

Please add the following at the end of the Section 1617


The measurement of the protection work (sheet pile) done for the existing structures as per
1612(5a, viii) and 1612 (5b) shall be made in square meter (depth x length).
Please delete the contents under section 1618 “Payment” and replace with the following:
The payment for cast-in-situ driven and bored concrete piles of specified cross-section, for boring
and providing & installation of 6 mm thick permanent steel casing as specified in 1614 (1) and those
specified in Clause 112, shall be made at the contract unit rate
Reinforcement in cast-in-situ driven and bored piles shall be paid at the contract unit rate as
specified in Section 2000.Concrete and reinforcement in pile cap shall be paid separately at the
contract unit rate as specified in Section 2000.
Pile shoes when called for on the Drawing or by the Engineer shall not be paid for separately, but full
compensation for all the work involved in supplying and fitting pile shoes shall be considered as
included in the unit rate for pre cast concrete piles and no additional compensation shall be allowed.
Splicing of piles, when allowed, shall not be paid for separately but full compensation for all the work
involved shall be considered as included in the unit rate from pre cast concrete piles.
Additional quantities of concrete, reinforcement and form work, caused by incorrect
location of piles or additional piles necessary to replace defective piles shall be at the
Contractor’s expense.
The Payment of the protection work (sheet pile) done for the existing structures as per 1612 (5a, viii)
and 1612 (5b) shall be made as per the respective BOQ item rate.
No separate payment shall be made for the Pile Integrity test.
High Strain Dynamic Test shall be paid at the contract unit as provisioned in Bill of Quantities which
shall be full compensation for Pile Instrumentation, Accelerometer, Strain transducer, Pile Driver
Analyzer, Impact Pile Driving Hammer, labour, transportation, professionals, recording and reporting
including all incidentals necessary to complete the test.
Loading tests on Test piles (working pile) shall be paid at contract unit rate which shall be full and
final compensation for the cost of all operations and incidental costs associated with
testing operation thereof in addition to those specified in Clause 112.
Whatsoever the written above, the rate shall also include the cost of undertaking ‘confirmatory sub-
soil investigation’ as per Clause 1619, boring equipment, standard penetration testing, split spoon
sampling, boring, excavation, concreting, inspection and control, cutting off, welding, coupling and
all related tools, rigs, cranes, jets, frames, leads, labour, barge mounted platform/island of adequate
sizes and other incidental equipment and work necessary to complete the work.
Add new Clause “1619 Ground Conditions”

6-81
1619 Ground Conditions:
No responsibility is accepted by the Engineer or the Employer for any opinions or conclusions given
in any factual or interpretative Site Investigation Reports. The Contractor shall report immediately to
the Engineer any circumstances which indicates that in the Contractor's opinion the ground
conditions differ substantially from those reported in or which could have been inferred from the
site investigation reports, geotechnical design report, or from pilot pile test results or from trial
boreholes SPT values and tests.
The Contractor shall drill one borehole at each pier and abutment to the design depth of the piles at
that location. The bore log shall be provided to the Engineer within three days of the completion of
each borehole for his assessment of the consistency of the subsurface conditions with those used for
design. No separate payment will be made for such boreholes.
The pile lengths shown on the Drawings are design lengths. Final pile lengths will be determined in
the field by the Contractor and approved by the Engineer after considering the pilot pile load test
results. If the results vary significantly the Engineer may order confirmatory subsoil investigation.
(1) Confirmatory Sub Soil Investigation
(a) Boreholes
Confirmatory boring and sub soil investigation during construction shall be carried out by the
Contractor,
(b) Boring
Boring shall be carried out in accordance with the provisions of AASHTO T-86 or ASTMD 420 and
ASTM D 1452 as agreed with the Engineer. Field identification and logging of soil samples shall be
made in accordance with the Unified Soil Classification System (USCS).
Before taking any undisturbed samples or making any in-situ test, the lining shall be carried down to
the bottom of the borehole at the test depth. Augers of proper size shall be used in very soft to soft
clays and silts to avoid suction, the use of shell shall only be restricted to moderately stiff to very stiff
and hard clays and also in sandy strata below water table. The use of a chisel will be permitted only
in boulder or rock formation or through local obstructions etc.
Uncased boreholes may be permitted only up to a depth where, the sides of the hole canst and
unsupported. In case side fall or squeezing is noticed, steps shall be taken immediately to stabilize
the sides of the borehole by casing pipes as directed by the Engineer. Use of bentonites slurry of 5%
concentration may be permitted to stabilize the borehole.
No water shall be added while boring through cohesive soils and cohesion- less soils above the water
table. While boring through cohesion- less soil below the water table, the water level in the casing
shall always be maintained at or above the water table. The cuttings brought up by the auger, shell
or the split-spoon or undisturbed sampler shall be carefully examined and the soil description duly
recorded after performing field identification tests.
After completion of the boring at any borehole, a bore log shall be prepared in an approved standard
template in consultation with the Engineer and submitted to the Engineer in triplicate. After
observing the position of the water table after 24 hours, backfilling of the borehole shall be carried
out with approved materials and in a manner as directed by the Engineer.

6-82
(c) Standard Penetration Test (SPT)
SPT tests will be carried out at in accordance with the procedure in AASHTO T-206 or ASTM D-1586
at 1.5 m interval or at every identifiable change of strata, whichever is earlier. The driving of split-
spoon shall be recorded for every 150 mm of penetration until the total penetration is 450 mm.
Boring shall be terminated when a combined 100 blow count (from SPT) is recorded for300 mm of
penetration or less in the borehole. Other conditions for termination of SPT and subsequently, the
borehole are as follows:
i. 50 blows produce less than 150 mm advance
ii. 10 successive blows produce no advance

When termination conditions are met, the borehole log shall show the number of recorded
blows for the amount of penetration e.g., 70/100 (or 50/100) will indicate that 70 (or 50)
blows resulted in a penetration of 100 mm.
N-values as observed in the field shall be reported in the bore logs without any correction
for overburden and water table.
(d) Disturbed Samples
Disturbed samples shall be taken from borehole cuttings and split-spoon for visual classification tests
at the site. The samples shall be taken at 1.5 m intervals or ate very identifiable change of strata,
whichever is met earlier to give a reliable record of the variations in the conditions of the soils.
Disturbed samples shall be sent to the laboratory in air-tight plastic container with proper labelling
for the purpose of record and laboratory testing.
(e) Undisturbed Samples
Undisturbed samples (75 mm diameter) shall be collected in good quality thin-walled seamless
Shelby Tubes conforming to the ASTM D-1587/AASHTO T-207 from cohesive soil strata. No SPT shall
be conducted immediately before collection of an undisturbed sample.
Undisturbed samples shall be taken from the boreholes at following intervals or at every identifiable
change of strata if met with earlier.
0.00 m to 15 m @ 1.5 m interval 15 m and above @ 3.0 m interval. The size of the thin-walled
sampler should be such that a sample having a minimum size of75 mm diameter and 450 mm length
can be recovered. The sampler shall be pushed straight by jacking in soft to firm deposit and no
hammering shall be allowed. Use of thick wall samplers may be permitted in case of deposits having
very high consistency, subject to the approval of the Engineer. Recovery ratio shall be observed and
reported in the boreholes, for every sample. The top and bottom of a sample must be indicated
clearly on the sample tube to facilitate laboratory testing in proper orientation.
(f) Handling and Labeling of Samples
The following conditions of handling and protection of undisturbed samples shall be undertaken on
undisturbed sample.
a) Immediately after being taken from the borehole pit, the ends of the sample shall be cut
and removed to a depth of about 25 mm (or more in the top to cover any obviously
disturbed soil). Several layers of molten wax should then be applied to each end to give a

6-83
plug about 25 mm thick. If the sample is very porous a layer of waxed paper should first be
placed over the ends of the sample. Any space left between the end of the samples tube
and the top of the wax should be tightly packed with saw dust or other suitable material,
and a close-fitting lid or screwed cap shall be placed on each end of the sample tube. The
lids should, if necessary, be held in position by adhesive tape.
b) A label bearing the number of the sample, borehole number, depth of sample, date etc.,
shall be placed inside the container just under the lid. It shall be placed at the top of the
sample, In addition, the number of the sample shall be painted on the outside of the
container, and the top or bottom of the sample shall be indicated.
c) Undisturbed soil sample tubes shall be placed in a stout wooden box, and packed with moist
saw dust, paper, etc. to prevent damage during transit to the laboratory.
(g) Dispatch of Samples
Samples shall be dispatched to the laboratory as soon as possible after being obtained and
shall not be allowed to accumulate on site. If it appears to the Engineer that there is a
danger of samples deteriorating through further storage, the contractor shall dispatch such
samples as soon as directed by the Engineer.
(h) Groundwater Table Measurement
Groundwater table shall be measured 24 hours after drilling and shall be recorded in the
bore log.
(i) Laboratory Tests
Laboratory tests shall be carried out as per relevant AASHTO or ASTM specifications, the
results of all tests shall be submitted in the template approved by the Engineer
(j) Reports and Records
On completion of each borehole, three copies of each bore log shall be submitted to
the Engineer, together with one copy of the list of disturbed and undisturbed samples
taken from the borehole.
The bore log shall show:
i. Ground level at borehole referred to the reduced level;
ii. Co-ordinates of the bore hole location;
iii. A detailed description of each stratum;
iv. The position, type and identification of each sample and SPT value;
v. Location of samples in bore log;
vi. Any other site test results available;
vii. The levels at which each separate ground water level is first encountered and at which it
comes to rest (standing water level).
The Engineer shall select the samples and type of test to be conducted.
On completion of all field and laboratory testing, three copies of all the results shall

6-84
be submitted to the Engineer in hard and digital format.
(k) Measurement and Payment
There shall be no separate payment to the Contractor for the subsoil boring and testing.
The cost for these investigations and related works is covered under payment under the
relevant Clause of these Specifications.

6-85
Section 1900 – Bearings and Expansion Joints

1901 Expansion Joints


Add following Clauses after clause 1901(6) “Strip Seal Joint” and renumber 1901(7) and 1901(8)
to 1901(9) and 1901(10)

(7) Compression Seal Expansion Joint


Compression seal joint consists of steel armored nosing at two edges of the joint gap suitably
anchored to the deck concrete and a preformed chloroprene elastomer/closed cell foam joint
sealer compressed and fixed into the joint gap with special adhesive binder. The seal is
supposed to remain in continual compression due to pressing of the seal wall against joint faces
throughout the service life to ensure that the joint remains water tight and capable of repelling
debris. Typical compression seal joint is shown in Fig.19.1

Fig. 19.1 Compression Seal Expansion Joint


Fabrication/ Pre-installation, handling and storage, installation and acceptance tests shall be
same as sub clause 1901(6).

(8) Reinforced elastomeric Expansion Joints


This type of joint consists of reinforced elastomeric pads connected to a supporting steel
structure which itself is cast into the concrete structure of the bridge. The joint accommodates
movement by shear deformation of elastomer and opening and closing of grooves at upper and
lower surface. The maximum movement is limited by the gap width. Typical reinforced
elastomeric joint is shown in Fig19.2.

Fig19.2 Reinforced Elastomeric Expansion Joints


Fabrication/ Pre-installation, handling and storage, installation and acceptance tests shall be

6-86
same as sub clause 1901(5).
Add following at the end of first paragraph of sub clause 1902 (4) “Elastomeric Bearing”
Proposed bridge are laminated type. For the laminated bearing the dimensions and properties
shone on the drawings are tentative, based on IRC: 83-2018, Part II, Table B2. The actual design
shall be carried out by the manufacturer on the basis of provided load and deformation data.

6-87
Section 2000 – Concrete for Structures

2004 The Design of Concrete Mixes


Add after Sub-Clause: 5(a)
The test cubes prepared during the trial mixes shall be designated preliminary test cubes and as such
shall comply with Clause 2004 Sub-Clause 5(a) of the Standard Specifications.
The engineer shall require the contractor to make trial mixes and preliminary test cube at least 40
days before the start of concreting.
Add Sub clause (6) “Contractors Responsibility” after Sub clause (5) “Quality Control of Concrete
Production”:

(6) Contractors Responsibility


All necessary labour, materials, equipment, etc., for sampling, preparing test cubes, curing, crushing
of cubes, etc. shall be provided by the contractor. The cube-crushing machine to be provided by the
contractor, in accordance with this special provision, shall be approved by the engineer and shall be
duly calibrated by an independent inspector/ agency approved by the engineer.
The machine shall be recalibrated at one (1) year intervals or more frequently if instructed by the
Engineer, all at the Contractor's expense.
TestingofothermaterialsandconcretemaybearrangedbytheEngineerinanapprovedindependent
laboratory at the cost of the Contractor in case the equipment is not operational or test facility does
not exist at site.
As a confirmatory test, the Contractor shall carry out the third-party lab test on his own cost upon
the request of the Engineer.

2006 Transportation of Concrete


In the last paragraph delete from the end of first sentence “…shall not be longer than the initial
setting time of the concrete” and substitute:
“.. shall not be longer than 45 minutes. At the discretion of the Engineer, when the ambient air
temperature is below 30 degrees Centigrade and conditions are suitable this period may be
increased to 90 minutes but in no case shall it be longer than the initial setting time of the concrete.”

2007 Placing of Concrete


(3) Placing Procedures
In the first sentence delete “…as nearly as possible in its final position.” and substitute with:
“…as nearly as possible to and in no case more than 3 meters from its final position.”
Add to the 8th Paragraph as a final sentence.
“In no case shall concrete be discharged from such devices at a height of more than 1.5 meters
above its place of final disposition.”

6-88
2011 Concreting in Hot Weather
(2) Concrete Placing in Hot Weather
Insert as Final Paragraph:
“Concrete shall not be placed when the ambient air temperature exceeds 40 Degrees Celsius unless
the Contractor submits a proposal for special precautions and receives written approval from the
Engineer.”

2012 Construction Joint


Add after Clause 2012
The surface of the concrete against which fresh concrete is to be placed is to be maintained in a
damp condition for 24 hours before placing the fresh concrete.

2014 Reinforcement
Add after Sub-Clause (4)
Prior to pouring the concrete all reinforcement placed in position shall be checked and approved by
the Engineer.

6-89
Section 2100 – Pre-stressing

Insert new Clause 2119 “Lifting and Placing of Precast Girders” after 2118” payment” as follows:

2119 Lifting and Placing of Precast Girders


(1) Description
The Work shall consist of:
1. Lifting or launching of the precast post-tensioned girders from the precast yard;
2. Transportation if required;
3. Installation of the girders at the designated space on the substructure;
4. Securing the girders in place for further operations with necessary false work or
bracings.

(2) Submittals
The Contractor shall submit the following to the Engineer, in accordance with this Specification, for
his approval:
a) A Girder Transportation Plan, if required, identifying the loading and transportation
procedures, including the proposed route, schedule and traffic control procedures.
b) A Girder Erection Plan comprised of a schedule and detailed procedure clearly
illustrating the method and sequence by which the Contractor proposes to unload and
erect the precast pre-stressed concrete girders.
The Girder Erection Plan shall include detailed notes and Shop Drawings, as necessary to describe
the following:
i. Access to undertake work, including earth berms, work bridges, and/or platforms;
ii. Type and capacity of equipment;
iii. Sequence of operation, including position of cranes, trucks with girders, and traffic
accommodation for all stages of unloading an direction;
iv. Detailed crane position on the ground, particularly adjacent to substructure elements,
such as piers and abutments;
v. Details of temporary supports, false work and bracings, including proposed methods to
be used to ensure structure stability during further construction activities.

(3) Compliance
The Contractor shall strictly adhere to the following instructions:
Duringanyoperationoftransportationorerectionthegirdersshallbelifted by two nos of Crain, only by
the lifting loops provided at both ends. In the absence of such loops the girders shall be lifted by
holding at both ends, the position of grip or support being at the designated position of bearing
centerline. Lifting the girder by any kind of grip or support towards the mid-span is strictly
prohibited.
a) The re-bars projecting outside the girder concrete surface, such as shear connector bars
at the topo the dowel bar sat the positions of cross girders or diaphragms, or any other

6-90
bar provided for the purpose of further construction shall not be used for any operation
of lifting, transportation or securing the girder in place. All such bars shall be kept in the
shape shown in the drawings.
b) Any kind of support, fulcrum or underpinning at any position towards the mid-span from
the designated position of bearing centerline is strictly prohibited during storage, lifting,
transportation or installation of the precast girders.

(4) Measurement and Payment


Unless specified otherwise in the contract, the item of lifting, transportation and installation of the
girders shall be considered one job per girder and shall be measured and paid in number per girder.
All the incidental costs including the submittals shall be considered included in the quoted rate.

6-91
2400 River Training and Protection Works

Add to the Sub clause 2402 (7) “Construction” paragraph (v) “Filling” following:
“Stones obtained from dismantling of existing stone masonry works and Gabion structures may be
used by the Contractor for the permanent work if they comply with requirement of the
Specification.”

6-92
Section 2600 – Masonry for Structures

2603 Construction
(1) General
Add the words “levelled, compacted” after the word “cleaned” in the first sentence of fourth
paragraph.

6-93
Section 2800 – Bio-Engineering Works

2802 Provision of Seeds


(2) Tree and Shrub Seed Collection
Delete Clause 2802 (2) (f) and substitute:
(f) Seeds shall only be collected when fully ripe. Seeds collected early shall not be
accepted. The Contractor shall be held liable if the germination rate of seeds is lower
than the rates given for each species in manuals and information bulletins published by
the Geo- Environmental Unit of the Department of Roads or the Ministry of Forests and
Soil Conservation.

2803 Provision of Plant Cuttings


(2) Provision of Hardwood Cuttings
Delete Clause 2803 (2) (g) and substitute:
(g) Hardwood cuttings are to be 20 to 40 mm in diameter and 300 to 500 mm long for
palisades, vegetated stone-pitched wall sand for pegging jute netting; 450 to 600mm for
brush layers; and aminimumof1000mmlongfor fascines. These sizes should not be
exceeded unless specified or approved by the Engineer.
Delete Clause 2803 (2) (h) and substitute:
(h) For live check dams, all cuttings are to be 2000 mm in length; the cuttings for cross
pieces
shouldbe20to50mmindiameterandthetruncheoncuttingsfortheverticalelementsshould
be 30 to 80 mm in diameter: truncheon cuttings are made from the species listed in
Clause (i) below. These sizes should not be exceeded unless specified or approved by
the Engineer.
Delete Clause 2803 (2) (j) and substitute:
(j) Once cuttings have been made, they shall be wrapped in wet hessian jute immediately.
At all times, cuttings shall be kept moist and as cool as possible, and shall be wrapped in
wet hessian between all operations such as taking from the parent plant, trimming and
planting. Under any circumstances, all cuttings shall be planted the same day that they
are made.

(1) Provision of Bamboo Cuttings


Delete Table 28.2: Types of bamboo cuttings and substitute:

Table 28.2: Types of Bamboo Cuttings

Local name Botanical name Best Details


propagation
Choya/tama Dendrocalamush Rhizome cuttings Rhizome cuttings: culm2500-3000mmlength,
bans amiltonii / Single node leave all branches; rhizome300-500mm.

6-94
Local name Botanical name Best Details
propagation
culm Single node Culm cuttings: 1 node and 150mm
of culm each side, straight and fine cut, main
branch should be 200-300 mm long.
Dhanu bans Bambusabalcooa Rhizome cuttings Rhizome cuttings: culm2500-3000mmlength,
/ Single node leave all branches; rhizome300-500mm.
culm Singlenodeculmcuttings:1nodeand150mm of
culm each side, straight and fine cut, main
branch should be 200-300 mm long.
Kalo bans Dendrocalamus Rhizome cuttings Rhizome cuttings: culm 2500-3000 mm length,
hookeri / leave all branches; rhizome 300-500 mm.
Single node culm Single node culm cuttings: 1 node and150mm
of culm each side, straight and fine cut, main
branch should be 200-300 mm long.
Mal bans Bambusanutans( Rhizome cuttings Rhizome cuttings: culm 2500-3000 mm length,
subsp. cupulata) leave all branches; rhizome 300-500 mm.
Nibha/ghopi Ampelocalamusp Rhizome cuttings Rhizome cuttings: culm 2500-3000 mm length,
/ lyas bans atellaris leave all branches; rhizome 300-500 mm.

Padang Himalayacalamus Rhizome cuttings Rhizome cuttings: culm1500-2000 mm length,


bans hookerianus leave higher branches; rhizome 200-300 mm.
Tharu bans Bambusanutans Rhizome cuttings Rhizome cuttings: culm 2500-3000 mm length,
(subsp. nutans) leave all branches; rhizome 300-500 mm.
Titenigalo Drepanostachyu Rhizome cuttings Rhizome cuttings: culm1500-2000 mm length,
bans m intermedium leave higher branches; rhizome 200-300 mm..

2806 Final Slope Preparation for Bio-Engineering


(2) Final preparation of fill Slopes for Bio-Engineering
Add, between Clauses (b) and (c) the following:
If backfilling is required behind a retaining structure, the trimmed material shall be compacted at
intervals as the operation proceeds. This will require halting the trimming. The debris shall be
redistributed and compacted as backfill. Compaction shall be carried out in level layers
approximately 100 – 150 mm thick, laid back into the slope at about 5 meters. In dry conditions,
water shall be added while compacting the material.

2807 Site Planting and Sowing


(2) Direct Seed Sowing of Shrubs and Trees on Site
Delete 2807 (2) (a) and substitute:
a. The Contractor shall be required to carry out the sowing of shrub and tree seeds along
the green belt, median, road side or any other location specified by the Engineer in
accordance with the Engineer’s specific instructions (if any).

6-95
Delete 2807 (2) (g) and substitute:
(g) In some cases, the Engineer will instruct that seed shall be broadcast on to the slope. In
this case, seeding shall be started at the top of the site, working down slope as evenly as
possible so that the whole site is lightly covered. This shall be instructed where the site
is still active and only warrants minimum expenditure, or where the site is naturally
rough, providing plenty of niches in which the seed can catch. Quantities of seed shall
depend on the type of seed involved but are generally half that of the quantities used in
the nursery. With utis (Alnusnepalensis) seed it should beat rate of1 gramme of seed per
square meter.
Delete 2807 (2) (h) and substitute:
(h) Measurement and Payment: Work shall be measured in square meters on the basis of
the actual area of surface over which seeds have been sown. The payment shall be the
full land the final compensation to the Contractor for making arrangements for traffic
control, providing seeds, all labour, tools, equipment, safety harness and incidentals to
complete the work as specified herein. If the seeds are supplied through a separate
contract, costs for the supply of the same shall not be included herein. However, if the
Contractor is responsible for the supply and storage of seeds no separate payment shall
be made for these items.
(3) Site Planting of Grass Slips and Cuttings
Delete 2807 (3) (e) and substitute:
(e) All grass slips, whether supplied to the Contractor from a nursery (if so provided in the
Contract) or otherwise obtained by the Contractor, shall be prepared for planting by the
Contractor as given below. The Contractor shall transport them from the source
wrapped in hessian jute. At all times, plants shall be kept moist and as cool as possible,
and should be wrapped in wet hessian between all operations such as extraction from
the bed, pruning and planting. Under any circumstances, all plants shall be planted in
the same day that they are lifted from the nursery or other source.
(4) Site Planting of Shrubs and Trees raised in Polythene Pots
Delete 2807 (4) (a) second sentence and substitute:
(a) The Contractor shall be required to carry out the planting of seedlings along the green belt,
median, road side or any other location specified by the Engineer in accordance with the
Engineer’s specific instructions (if any).
(6) Brush Layering, Palisades and Fascines
Delete 2807 (6) (d) and substitute:
(d) If the instruction to the Contractor includes the provision of cuttings, then the Engineer
shall specify the species and expected sources, and the Contract or must then obtain the
cuttings required. This shall be done in the manner described in Sub-clause 2803 (2),
wherein the size of the cuttings shall be 20-40mmindiameterandoflength300-
500mmforpalisades,450-600 mm for brush layering, and a minimum of 1000mm for
fascines.

6-96
Delete 2807 (6) (e) and substitute:
(e) Cuttings of the following species, if specified for truncheons, shall be a minimum of
2000 mm in length: chuletro (Brassaiopsishainla), dabdabe (Garugapinnata), kavro
(Ficuslacor), phaledo (Erythrina species) and Gliricidiasepium.
Delete 2807 (6) (k) (iv) and substitute:
(k) (iv) Cuttings shall then be laid along each trench, so that they lie horizontally along the
trench. There shall normally be eight cuttings together, although where materialism
short a minimum of four cuttings is permissible at the Engineer’s discretion. They shall
be over lapped so that no two ends coincide. Under no circumstances shall buds be
damaged. The cuttings shall then be tied using jute or coir (coconut fiber) string at 500
mm intervals to form a bundle, as the fascine is created, it there by forms a continuous
bundle right across the slope.

2810 Site Protection


Add Clause 2810 (5) as follows:
(5) Fabrication and Placement of Steel Tree Guards
The Contractor shall provide steel tree guards as shown on the Drawings in place of the bamboo tree
guards as specified in the Clause 2810 (2). No bamboo tree guards shall be accepted.
The steel tree guards shall be placed in line with the provisions detailed in the Clause 2810 (3).
No separate payment shall be made for the fabrication and placement of steel tree guards. All the
associated cost is deemed to be included in the relevant item of tree and/or shrub plantation.

2811 Site Aftercare and Maintenance


Delete Clause 2811 (12) and substitute:

(12) Measurement and Payment


“No separate payment will be made for site aftercare and maintenance and all the associated cost is
deemed to be included in the relevant item rate”.
Add new Clause 2813 “Site Planting of Bamboo” as follows:

2813 Site Planting of Bamboo


(a) Theplantingofbambooisintendedtoreplaceorrestoresomethingofthenaturalvegetation
on the slope to be treated. The Contractor is required to carry out the planting of
seedlings to the Engineer’s specific instructions.
(b) The spacing of plants will be determined according to individual site conditions.
However, it will normally be at two meters across a slope and five meters up and
down the slope.
(c) Select a suitable culm of the parent clump and dig out the rhizome carefully. Cut off
the clump about two meters above the ground level. Cut the rhizome where it
branches from the main plant, taking great care not to damage bud sand small roots.
(d) Wrap the root ball in damp Hessian and transport the cuttings to site for planting on
the same day

6-97
(e) Dig a hole (at least five times the size of the cutting rhizomes) and plant the rhizome
either upright or at right angles to the slope. Carefully backfill the hole and firm the
soil as much as possible.
(f) The Contractor is required to supervise all field operations very closely. The planting
of bamboo is a delicate business and should be approached in the same way as the
planting of horticultural seedlings. The Contractor should employ experienced
agricultural or forestry labourers for this work.
(g) Measurement and Payment:
The measurement shall be made in number of plants planted, counted and accepted by the engineer
at site. The quantities measured shall be paid at the unit rates shown in the Bill of Quantities.
Add new Clause 2814 “Live Check Dam Construction” as follows:

2814 Live Check Dam Construction


(a) The cuttings should be at least 2000 mm long and 50-80 mm in diameter made from
woody material that is 6 to 30 months old. The contractor is to collect the cuttings
from local area and transport them from there wrapped in hessian jute. At all times,
cuttings are to be kept moist and as cool as possible. Under any circumstances, all
plants supplied must be planted the same day.
(b) Cuttings of the following species, if specified, should be a minimum of 2000 mm in
length: dabdabe (Garugapinnata), kavro (Ficuslacor), phaledo (Erythrinaspp) and
Gliricidiasepium.
(c) Spacing between check dams depends on the steepness of the gully slope and the
profile of the floor. Live check dams should normally be at intervals of between three
and five meters. Within check dams, cuttings should be about 30 to 50 mm apart.
(d) Live check dams should be constructed as given below, unless specified differently.
i. Make a hole deep and big enough to insert vertical hardwood cuttings of the
largest size available. Use a crowbar if necessary to extend the hole.
ii. Insert the vertical cuttings by carefully pushing them into the hole and firming
the soil around them. Try not to damage the bark. They should protrude about
300 mm above the ground surface.
iii. Place long hardwood cuttings on the uphill side of the vertical stakes.
iv. Backfill around the check dam and compact the soil.
(e) Measurement and Payment: The measurement shall be measured separately as per
the accepted final product in linear meter. The quantities measured shall be paid at
the unit rates shown in the Bill of Quantities.
Add new Clause 2815 “Measurement and Payment” as follows:

2815 Measurement and Payment


All the bioengineering items shall be measured in the respective units of the items of works specified
in the Bill of Quantities (BoQ).
The payment of all the bio-engineering work items shall be made in two installments. First

6-98
installment of 50% of the unit rate quoted in the BoQ shall be made after the completion of the
works as per the Specifications and satisfaction to the Engineer. The second installment 50% of the
unit rate quoted in the BoQ shall be made at the end of Defect Liability/Notification Period after
carrying out the aftercare and maintenance of the bioengineering works that deem to be covered
within the quoted rate, and acceptable to the Engineer.
Add new Clause 2816 “Priority on Bioengineering Works” as follows:

2816 Priority on Bio-engineering Works


The bioengineering works are very important to stabilize the side slopes. The Contractor shall
require prioritizing the bioengineering works and stabilizing the side slopes before carrying out the
bituminous works at the locations as instructed by the Engineer. In case of the bituminous works are
carried out by the Contractor without carrying out the bioengineering works, and hence the
bituminous works are damaged due to the slope failure in the absence of the bioengineering works,
it is the responsibility of the Contractor to repair the bituminous works at his own cost. In no case,
the Works shall be considered as completed unless the Contractor completes the bioengineering
works to the satisfaction of the Engineer.

6-99
Section 2900-Maintenance of Roads

Delete Clause 2910 “Performance Based Maintenance of Roads” and Substitute by following:

2910 Performance Based Maintenance of Roads


2911 Performance Based Maintenance
(1) Description
This Section Performance Based Maintenance of Roads describes the works and services to be
undertaken during Phase 2: Performance Based Maintenance Works.
The major objective of this works is to satisfy the road user with good accessibility, comfort, travel
speed and safety, minimized the total system cost and environmental impacts.
Major works of this project is Improvement of the Kakadbhitta-Laukahi Section (120.62 km) of the
East-West Highway. The performance-based maintenance works is the one of the components of
the whole works. After completion of the Improvement works the supervision consultant with
consent of the Client will issue the improvement works completion certificate and then after the
PBMC component will start.
For fulfilment of the above-mentioned objectives the scope of works and services of PBCs may cover
routine and recurrent maintenance or one or several of the other works and services involved in
road network management and operation, improvement works, monsoon services, and emergency
works.
In traditional road maintenance contracts, the Contractor is responsible for the execution of works
which are normally defined by the Engineer, and the Contractor is paid on the basis of unit prices for
different work items and quantities of works executed. In Performance Based Maintenance
contracts, the Contractor is responsible to identify, plan and carry out the Works and Services to
achieve and maintain the Service Levels (Management Service Levels and Operational Service Levels)
specified in this Section. He will not receive instructions by the Employer and/or Engineer of what to
do when, where and how as in traditional maintenance contracts, except for Emergency Works or
Day Works.
The role of the Engineer, on behalf of the Employer, is to enforce the contract by verifying
compliance with the agreed Service Levels and with all applicable legislation and regulations.
The Contractor will receive a Monthly Lump Sum Fee for the Performance Based Maintenance
Works and Services. Payment reductions will be applied if the Contractor fails to comply with the
Service Levels in any given month. Emergency Works are paid on unit price basis.

(2) Required Services


Two groups of services are required:

 Management Services; and


 Operational Services.
The management services include providing the information and data the Employer requires to
manage the road asset during the Maintenance Phase of the Contract and to facilitate either the

6-100
next tendering process or handover to the Employer, such as:

 Information on how the Contractor assures the quality of his services, manages the
health and safety of his staff, manages emergencies, and manages traffic at the
worksite;
 Contractor’s work programs and schedules;
 Regular work progress reports;
 Inventory and Road Register updates and other data sharing requirements;
 Maintenance history;
 Management of enquiries from third parties (public, police, etc.).
The operational services include the activities needed to maintain the satisfactory condition of the
road assets, to assure their durability, as well as to satisfy the road users riding comfort requirement.
These include, inter alia:
 Road and lane width
 Road roughness
 Scabbing
 Control of potholes and cracking
 Drainage
 Rutting
 Corrugation
 Visibility of road signs and markings
 Response times to rectify defects that compromise the safety of road users
 Vegetation control
 Littering control
 Edge break
 Depression
 Slickness/Bleeding
 Raveling
 Shoving
 Shoulder condition

(3) Contractor’s Responsibilities


Besides the timely provision of management information to the Employer, the Contractor shall be
responsible for defining, optimizing and carrying out in a timely manner the works which are needed
to ensure the roads remain at or above the Operational Service Levels (It is minimum condition of
road, bridge roadside and traffic asset that must be met by the contractor over the entire contract
period, Clause 2914 of these Specifications) defined in the Contract. In doing this, the Contractor
shall comply with local legislation, the Specifications, environmental and social regulations.
The Contractor shall set up a Performance Monitoring Unit to observe road conditions and plan the
various works needed to ensure the roads meet the defined Operational Service Levels. The
Performance Monitoring Unit will provide the Contractor with information on the Contractor’s
compliance with the Operational Service Levels, and data required to define and plan all works.
Under the maintenance works and services, the Employer will not issue instructions to the
Contractor regarding the types and volumes of works to be carried out but instead, the Contractor

6-101
will decide what to do where, when, and how.

(4) Work Flow


A typical work flow for road maintenance under the PBC contract is shown in Figure29.1. For
performance-based maintenance, the contract period is composed of the Initial Mobilization Period
and the Routine Maintenance Period. During the Initial Mobilization Period, the Service Levels must
be brought up to the required levels. Service Levels are evaluated during monthly formal inspections
and the amount to be paid each month shall be determined considering the payment reduction for
non-compliance with the Service Levels in the contract.

6-102
Figure: 29.1 A Typical Work Flow

6-103
6-104
(5) Action by the Contractor
In PBC the maintenance work is not undertaken based on the instruction of the client. Instead, the
Performance Monitoring Unit should be established within the organizational setup of the
contractor to support the Contract Manager in gathering the information needed by the contractor
to manage the works and services. The information gathered is used to prepare Monthly Statements
and ensures that a complete database of the road condition, both on- and off-carriageway, is
available at all times.
The contractor must establish the Performance Monitoring Unit after the award of the contract. The
Performance Monitoring Unit is a team within the contractor’s organization responsible for
supervision of service levels while the Execution/ Routine Maintenance Unit is responsible for
implementation of the work on site. The Performance Manager shall be the head the PMU.

Figure 29.2 Illustrates the recommended organizational structures of the contractor.

Client/Department of Roads
Project Manager
Assestants

Formal Inspection Contractor


Performance Based Performance Monitoring Unit
Road Maintenance Performance Manager
Corrective Order
Expert (Part Time)
 Data Collection/ Data
Payment Collection coordination
 Communication
 Patrol
 Self-Inception

Contract Manager
Execution/ Routine
Maintenance Unit
Maintenance Engineer
 Execution of Works
 Progress Control
 Quality Control
 BOQ Works (if any)

(a) Role of Performance Monitoring Unit


The contractor is obliged to establish within its organization a Performance Monitoring Unit PMU
staffed with qualified personnel. The roles of the PMU are:
I. Self-inspection to verify the degree of compliance with the required service levels and

6-105
preparation of PBC inspection record;
II. Patrol;
III. Assessment of the road;
IV. Generation and presentation of the information requested by the Road Manager for the
documentation required for the monthly statement; and,
V. Formal Inspection together with Road Manager and Project Manager

Typical tasks of the Performance Monitoring Unit are shown in Table 29.1

Table29.1 Tasks of the Performance Monitoring Unit


Stage Task Report
Plan Site condition assessment Report for site condition assessment
Development of Work Execution Plan of the road
Do Data Collection/ Reporting Daily Work Record
Communication with the client Daily Patrol Record
Communication with road users Photo Record
Incident Report
Check Self-inspection Defect Detection and Rectification List
Formal and Ad hoc inspection Self-Inspection Result Report
Development of Draft Monthly Draft Payment Reduction Calculation
Statement Table Draft Monthly Statement
Action Remedy action to Non-compliance Remedial work report

(b) Role of the Contract Manager


The roles of the Road Manager include:
I. Drafting of Work Program including monitoring system;
II. Monthly formal inspection together with Project Manager;
III. Preparation of monthly statement; and,
IV. Coordinating the work of the PMU and the Execution/Maintenance Unit
(c) Role of the Execution/ Routine Maintenance Unit
The roles of the Execution/ Routine Maintenance Unit include:
I. Execution of works;
II. Quality control testing required for routine works and emergency works;
III. Progress control; and,
IV. Executing Instructed (BoQ) works (if any)

(6) Definitions
In addition to the terms defined in the Conditions of Contract, the following words and expressions
shall have the meanings stated.
“Day” means calendar day

6-106
“Emergency Work” means the works that are defined under Clause3306.
“End Date of Phase 2: Performance Based Maintenance Works” means the date on which the
maintenance works were completed in accordance with the Contract as stated in the Taking-
Over Certificate issued for Phase 2: Performance Based Maintenance Works.
“GPS” means Global Positioning System.
“Management Service Levels” means Service Levels associated with the Management Services.
“Maintenance Unit” means the Contractor crew dedicated to execute the maintenance works.
This Unit shall also act as the initial response unit in case of any emergency.
“Maintenance Works” means all Works and Services required to comply with the Service Levels.
This includes replacements of road assets, if necessary.
“MSL” means Management Service Levels.
“Performance Monitoring Unit” means the Contractor’s dedicated personnel tasked among
other things to evaluate and report on the condition of the road as well as plan the necessary
maintenance and rectification works.
“Monthly Lump Sum” means the monthly rate per Kilometer of road payable to the Contractor
for completed Maintenance Works, subject to reductions as provided in the Contract.
“Operational Service Level” means the level of usability of the road and its various assets as
established by the prescribed allowable non-conformances, beyond which the road is
considered as non-complying and requiring rectification works to be executed.
“OSL” means Operational Service Level.
“Phase 1” means the period for which the upgrading works of the road is to be executed by the
Contractor under Phase 1: Upgrading Works.
“Phase 2” means the period for which the performance-based maintenance works and services
to be executed by the Contractor under Phase 2: Performance Based Maintenance Works.
“PRP” means Payment Reduction Point.
“Payment Reduction Point Value” means the monetary value of one PRP.
“Rainy Season” means generally the time between June 15 and September15.
“Road Assets” means all road related assets, including road furniture, within the right of way of
the Kakarbhitta – Laukahi Road section of East – West Highway belonging to the Department of
Roads.
“SL” means Service Level, a generic abbreviation for both OSL and MSL.
“Commencement Date of Phase 2” means the day immediately following the conclusion of the
Defects Notification Period of the Phase 1: Upgrading Works.
“Works” means Works and Services
“Work Order” means an order issued by the Employer in response to the Contractor’s proposal
for the execution of works under Emergency Repair Works, which details the works required as
well as the agreed time and cost.

6-107
2912 General
(1) Project Site
The project site is Kakarbhitta – Laukahi Road Section of East – West Highway.
Maintenance is to be provided for the road and all associated items for the full width of the road
right of way and for any ancillary works outside the right of way such as drainage inlets and outlets,
slope and structure protection works etc. The area to be maintained includes the first 10 m length
beyond the Right of Way of the side/approach roads.

(2) Scope of Services


The performance-based maintenance works specified under this sub section shall cover the whole
length from 45+000 to 85+000 after completion of DNP of the Contracts within these chainages (1
road Contract and 1 major Bridge Contract). The Works to be provided by the Contractor include all
managerial, administrative and physical activities that the Contractor needs to carryout, to comply
with the Service Levels specified herein, or with any other requirements of the Contract. In
particular, they include physical activities associated with the following road-related assets and
items:
i. Paved areas of roads, parking areas, lay-bys, shoulders, approach roads footways and
the like;
ii. Unpaved shoulders, medians, greenery areas and verges;
iii. Signs and signals, road markings and road safety furniture including bus and truck bays,
bus stands, resting area;
iv. Road lighting and associated facilities;
v. Bridges, culverts, cross drainage, earth retaining structures and other structures;
vi. Surface and sub-surface Drainage ditches, pipes, manholes and related items;
vii. Slopes of cuttings and embankments;
viii. Landscaped and bio-engineering areas; and
ix. Other road assets, which have been constructed or installed during Phase1 and before
that.
Management services include processes and procedures such as:
i. Assure the quality of the services;
ii. Manage the health and safety of the Contractor’s personnel;
iii. Protect the environment;
iv. Manage emergencies;
v. Manage traffic at work sites, and
vi. Collect, manage and report on data specifically required by the Contract and in addition
necessary for the effective management of the services
vii. Daily inspection patrols.

6-108
(3) Performance Criteria and Service Levels
The required condition of road assets is achieved by satisfying performance criteria designed to limit
the presence of defects such as potholes and cracking in the pavement. Performance criteria are
defined by Service Levels, which are the specified threshold for each of the performance criteria; for
example, it may be specified that there shall be no pothole in excess of 150 mm in diameter or 50
mm deep and no crack shall be wider than 5 mm. The defined Service Levels are the accepted
minimum thresholds for the quality levels of the road assets for which the Contractor is responsible.

Service Levels are specified in two categories:


a) Management Service Levels relating to the various management processes and
procedures of the Contractor that deliver the Operational Service Levels, ensure good
governance of the asset during the term of the Contract, provide information that the
Employer concerning the delivery of the Works and facilitate the next tender round.
They address matters such as:
(i) Information on how the Contractor assures the quality of his services,
manages the health and safety of his staff, protects the environment,
manages monsoon period and emergencies, and manages traffic at worksites;
(ii) Contractor’s work schedule and programmes;
(iii) Regular progress reports;
(iv) Recording of network and inventory updates;
(v) Recording of maintenance history; and
(vi) Management of enquiries from third parties (public, police etc.)
b) Operational Service Levels that are measures of the condition of the assets to assure
their durability, to provide road user services and to ensure safe operation and comfort,
such as:
(i) Timely response to rectify defects that compromise the safety of road users;
(ii) Repair of potholes and cracking;
(iii) Repair of Rutting and other defects of the pavement;
(iv) Maintenance of drainage systems;
(v) Keeping road signs and markings clean, visible and in good condition;
(vi) Keep lighting equipment suitably visible and in good condition;
(vii) Vegetation control, manage sight distance;
(viii) Maintenance of structures; and
(ix) Safety Inspection Patrol
(x) Litter control within Right of Way along the alignment.
For each performance criterion, a Service Level (SL) is specified. Throughout the contract period, if
the Contractor fails to comply with an SL, reductions will be made from amounts due to the
Contractor. The fundamental concept associated with such reductions is the Payment Reduction
Point (PRP). Each SL breach attracts PRPs, which are accumulated and combined with the value of
the individual PRP to evaluate the total reduction applicable.

6-109
(4) Monitoring of Performance
Under the terms of the contract, the Contractor shall also be responsible for the continuous
monitoring and control of road conditions and Service Levels for the road or road sections included
in the contract. This shall be necessary not only to fulfill the contract requirements, but the activity
shall also provide the Contractor with the information needed to be able (i) to know the degree of
his own compliance with Service Level requirements, and (ii) to define and plan, in a timely fashion,
all physical interventions required to ensure that service quality indicators never fall below the
indicated thresholds. The Contractor shall not receive instructions from the Employer concerning the
type and volume of road maintenance works to be carried out. Instead, all initiative rests with the
Contractor who shall do whatever is necessary and efficient to achieve the quality levels required.
Some emergency works are to be foreseen. Those are meant to remedy unexpected damage which
occurs as a result of extraordinary natural phenomena, and which affect the normal use of the road
network, or the safety and security of the users. For emergency works, the contract limits the
responsibility of the Contractor, establishing that the Employer will approve execution of services
and separate remuneration based on specific amounts proposed by the Contractor for each case, on
the basis of volume of works estimated at each time and on unit prices included in the bid and in the
contract.

2913 Management Services


Management Services are the various management processes and procedures of the Contractor that
deliver the Operational Service Levels, ensure good stewardship of the road asset during the term of
the Contract, provide information that the Employer requires concerning the delivery of the Services
and facilitate the next tender round.

(1) Functions of Contractor’s Key Personnel


During the Maintenance Phase of the Works, the Contractor’s key personnel shall include but not be
limited to the following key personnel whose duties are outlined below:

 Contractor’s representative / Contract Manager shall act and represent the Contractor
during the Phase 2 of the Contract. His duties and responsibilities include those
discussed in the General Conditions of Contract.
 Performance Manager shall be responsible for the Performance Monitoring Unit and
for the development and monitoring of the Program of Performance.

 MaintenanceEngineershallinstructandsupervisetheworksundertakenonthesitebasedon
the requirements of the Contract.

 Performance Based Road Maintenance Expert (part time) to coach and train the staff
of the contractor and subcontractors in the planning, execution and monitoring of the
performance-based maintenance works.

(2) Performance Monitoring Unit


The Contractor shall establish a Performance Monitoring Unit staffed by qualified personnel, who
shall verify continuously the Contractor’s degree of compliance with the required Operational
Service Levels. The Performance Monitoring Unit shall also be responsible for undertaking the

6-110
quality control testing required for all Works.
The Performance Monitoring Unit shall maintain, at all times, a detailed and complete knowledge of
the condition of the road sections included in the Contract and shall provide the Contractor with all
the information needed in order to efficiently manage and maintain the roads. The Performance
Monitoring Unit shall carry out, together with the Employer, the formal and scheduled inspections of
Operational Service Levels.

(3) Facilities for the Employer


The facilities provided to the Employer under the Construction Phase of the Contract such as offices,
accommodations, laboratory, vehicles, supplies, consumables, telephone services, internet services,
utilities and the like shall not be required.

(4) Communication System


The Contractor shall provide and maintain in operation for the duration of the Contract a
communications system or systems that ensure that both written (letter, fax or E-mail) and oral
(voice) communications can be established at all times:
(i) between the Contract Manager and his senior field staff;
(ii) between the Employer/Engineer and the Contract Manager;
(iii) between the public telephone system and the Contract Manager;
(iv) between the public telephone system and the Employer/Engineer;
The equipment to be provided and maintained includes the equipment located at the Employer’s
and/or Engineer’s office.
The equipment may comprise cellular mobile phones, satellite phones, radio equipment, tele-
facsimile equipment and computers with broad band internet access linked by local area network
and/or similar. The Communications System shall provide for “24/365” (i.e 24 hours per day, every
day of the year) communication with security and redundancy provisions that are fully fit for
purpose.

(5) Site Regulations


The Contractor shall prepare Site Regulations setting out the rules to be observed in the execution of
the Contract at the Site and shall comply therewith. Such Site regulations shall include, but shall not
be limited to:
a) Security;
b) Gate control;
c) Safety;
d) Traffic control;
e) Accident, monsoon and Emergency response;
f) Dealing with third party enquiries and complaints;
g) Sanitation;
h) Medical care; and
i) Fire prevention.
The Site Regulations shall comply with the relevant laws and regulations of Nepal.

6-111
(6) Specifications and Work Methods
The Maintenance Works shall be executed in accordance with the Specifications and the Special
Provisions for Performance Based Maintenance Works and/or any applicable Standards stated in the
Specifications.
In case of conflict between the Specifications and Work Procedures defined in Phase 1 and the
Service Levels or specifications of Phase2, the Service Levels and Work Procedures of Phase2 shall
take precedence. If an ambiguity or discrepancy is found in the documents, the Engineer shall issue
any necessary clarification or instruction.
With the prior written approval of the Employer, the Contractor may introduce new materials and
work methods as long as they provide a better quality of work.
Under no circumstances shall the Contractor be entitled to any additional payment or relief from
payment reduction due to the inadequacy of the materials and work procedures that he has
proposed and employed in the Works and Services, notwithstanding any consent by the Employer to
their use.

(7) Program of Performance


The Contractor shall develop, implement and maintain a Program of Performance, which shall set
out in detail the management processes, procedures and controls that he will employ to deliver the
Services and Works. The Program of Performance shall comprise the following components:
a) Operational Plan
The Operational Plan shall describe how the Contractor will undertake the Works to achieve the
Service Levels, including but not limited to the following matters:
(i) Organizational structure for management and delivery of the Services;
(ii) Locations and coverage of depots and storage facilities;
(iii) Numbers, classification and deployment of equipment and personnel;
(iv) Provisions for procurement and storage of materials;
(v) Procedures for Safety Inspections and Service Level Inspections;
(vi) Procedures for Structural Inspections;
(vii) Procedures for routine maintenance and repair works;
(viii) Procedures for incident response and emergency works;
(ix) Procedures for response to third party enquiries, reports and complaints;
(x) Procedures for data collection, recording and storage.
b) Contractor’s Quality Assurance Plan
The purpose of the Contractor’s Quality Assurance Plan is to integrate the requirements of the
Contract and the Contractor’s quality assurance systems to deliver the Services.
The Quality Assurance Plan describes the methods and procedures, which the Contractor will
apply for the execution of the Contract, including how the Contractor will:
(i) Identify the quality requirements specific to the Contract;

6-112
(ii) Plan and execute the Services and Works to satisfy those requirements;
(iii) Inspect and/or test work and materials to ensure compliance with the quality
requirements;
(iv) Record and monitor the results as evidence of compliance;
(v) Audit the Quality Assurance processes and procedures to ensure compliance; and
(vi) Ensure that prompt action is taken to correction-compliance.
The Quality Assurance Plan shall comply with the principles of ISO 9001:2008 or any revision
thereof. It shall clearly describe the systems, procedures and methods that will be used to deliver
and monitor compliance of the Services.
c) Health and Safety Management Plan
The purpose of the Health and Safety Management Plan is to foster a responsible attitude towards
occupational health and safety and to comply with the provisions of the Law of Nepal.
Because of the nature of the Services, the Contractor may occasionally be exposed to hazardous
situations, which could involve risk of various degrees of harm, to the Contractor’s personnel
and/or the public.
Situations will arise when it is not practical to eliminate or isolate significant hazards. In these
situations, the Contractor must mitigate hazards by ensuring planned protection systems (e.g.
equipment, clothing) are available and used. The Contractor’s personnel and all sub-contractors
must comply with the Health and Safety Management Plan, including all types of pandemic at all
times.
The Health and Safety Management Plan shall, when implemented in accordance with the plan
requirements:
(i) Ensure the systematic identification of existing and new hazards on work site(s) and
at depots, storage facilities, in offices or wherever activities are undertaken;
(ii) Ensure the mitigation of significant hazards, where elimination and isolation are
impractical;
(iii) Ensure the provision and use of appropriate protective measures;
(iv) Include emergency procedures for dealing with accidental spillage, pollution or
imminent danger;
(v) Ensure regular review and assessment of each hazard identified and monitor own
staff and subcontractor’s exposure to these hazards;
(vi) Ensure reporting and recording of work site safety incidents so health and safety
problems can be addressed quickly and regularly. It is a requirement of this Contract
that any such incident be advised promptly to the Engineer;
(vii) Comply with all other health and safety aspects requirements of Nepalese law and
regulations.

6-113
d) Environmental Management Plan
The purpose of the Environmental Management Plan is to foster a responsible attitude towards
protection of the environment, occupational health and safety and shall comply with all applicable
national, provincial and environmental laws and regulations of Nepal. The Environmental
Management Plan shall comply with the principles of ISO 14001:2008 or any revision thereof.
Because of the nature of the Services, the Contractor’s operations have the potential to cause
adverse environmental impacts. Situations will arise when it is not practical to avoid such impacts.
In these situations, the impacts must be mitigated by planned actions and protection measures,
which must be employed.
The Contractor’s shall execute the contract in accordance with the Environmental Management
Plan (EMP) and approved Initial Environmental Examination (IEE) prepared for the Project at all
times.
The Environmental Management Plan shall, when implemented be in accordance with the plan
requirements:
(i) Contractor shall establish an operational system for managing environment impacts.
(ii) The means by which the environmental management systems will be supervised,
monitored and audited to ensure compliance with the principles and objectives of the
EMP at all times;
(iii) Carry out all of the monitoring and mitigation measures set forth in the EMP and
approved IEE prepared for the project.
(iv) Records to be prepared and maintained by Environmental Management staff and
communication procedures to be followed so that the Employer and others associated
with the Works (e.g. sub-Contractors) are kept fully informed on matters relating to the
EMP and approved IEE and applicable regulations throughout the Contract period;
(v) Proposals to ensure that maintenance methods do not compromise the Contractor’s
commitment to the EMP and IEE and compliance with all relevant statutory regulations;
(vi) An organizational structure showing the appointed environmental management staff and
the responsibilities of environmental protection participants;
(vii) The names, addresses, telephone and fax numbers of all participants;
(viii) The criteria used for the appointment of the principal staff;
(ix) The proposed interactions and communications procedures between the Contractor’s
personnel and the environmental protection staff, including proposals for the
communications facilities to be provided. In particular, the establishment of a regular
communications and reporting system;
(x) The frequency, coverage and intent of environmental management meetings together
with the rationale for attendance;
(xi) Frequency, coverage and intent of regular environmental reports;
(xii) Methods proposed for promoting awareness of environmental protection issues among
all personnel directly or indirectly associated with the maintenance works;
(xiii) Provisions for storage of liquid, toxic and dust creating materials;
(xiv) Waste control and management;

6-114
(xv) Materials handling;
(xvi) Erosion prevention, including take care of planted grass, shrubs and trees;
(xvii) Dust Control;
(xviii) The powers vested in the environmental management staff that would enable them to
take urgent, appropriate and direct action to prevent or correct environmental impacts;
(xix) The means by which environmental management matters will be communicated to Sub-
Contractors to ensure effective compliance by subcontractors.
Further details of the Environmental Management are described in Appendix B of Phase 2 and
approved IEE for the project.
e) Risk Management Plan
The Purpose of the Risk Management Plan is to ensure that uncertain events that may have
adverse impacts on the integrity and condition of the road assets or on the Operational Service
Levels are identified, analyzed and placed under a proactive management regime. The Risk
Management Plan shall, as a minimum, include:
(i) Establishment of a risk register, in which all foreseeable adverse events are identified
and assigned values of probability and consequence of occurrence;
(ii) Analysis of risks in which the impact of potential combinations of events is considered
across a range of scenarios;
(iii) Identification of risk management strategies involving avoidance and mitigation of
risks together with management strategies for residual risks;
(iv) Assignment of responsibility for risks to the organizations or individuals best able to
manage them;
(v) A process for the regular review and updating of the risk register and the risk
management plan.
f) Emergency Procedures and Contingency Plan
The Emergency Procedures and Contingency Plan shall establish the roles, practices and
procedures to be followed during and following the occurrence of natural phenomena with
imponderable consequences, such as strong storms, flooding and earthquakes. The Emergency
Procedures and Contingency Plan shall be developed by the Contractor and agreed with the
Engineer and any other stakeholders the Engineer may identify.
The purpose of the Emergency Procedures and Contingency Plan is to ensure the safety of the
Contractor’s personnel and road users in the case of emergency and/or road closure. It should
include:
(i) An effective communication and event recording system;
(ii) The names, 24-hour contact telephone numbers and specific duties of the
Contractor’s personnel nominated to respond to an emergency event;
(iii) The contact telephone numbers of other parties who need to be notified in cases of
emergency events, e.g. police;
(iv) Detailed response procedures for all potential emergency events;
(v) Possible detour routes in the event of road closure.

6-115
g) Traffic Management Plan
The Traffic Management Plan establishes the practices for traffic management at work sites and
shall comply with the relevant rules and regulations in Nepal. The Traffic Management Plan must
be developed by the Contractor and agreed with the Engineer.
The objectives of the Traffic Management Plan are to:
(i) Clearly define and document the responsibilities and chain of command for the
development, implementation and management of traffic control measures and
systems,
(ii) Establish the minimum requirements for temporary traffic control,
(iii) Establish the minimum geometric, cross section and surfacing standards for
temporary works,
(iv) Provide appropriate transitions and enable safe and efficient traffic flow into, through
and out of work sites,
(v) Protect the Contractor’s personnel at all times,
Protect the Road and related assets and the Contractor’s resources at all times, and Meet the
operational requirements for the Road.
The Traffic Management Plan must include at least the following:
(i) A documented process for preparation, review and approval of the Traffic
Management Plan;
(ii) A document tracking and control system to ensure that only the latest operative copy
of the Traffic Management Plan is in circulation;
(iii) 24-hour contact telephone numbers for Contractor, Engineer, Employer, emergency
services and other stakeholders; and
(iv) Layout diagrams, method statements, etc. for implementation of traffic control while
undertaking each aspect of the Services (including site specific layout diagrams and
method statements if the Services require traffic control measures not covered by
standard codes of practice.

h) Road Management Database


Data about the conditions of the road assets being maintained under this Contract are required for
current and future reference. The Contractor shall prepare and maintain a road management
database of accuracy and completeness appropriate to the uses for which it is intended, which
shall be kept current at all times. The Contractor shall supply all information necessary to prepare
and maintain this data. The following information is to be collected and updated:

 Road and bridge inventory and treatment history


 Road condition and section rating
 Traffic and classification details
 Maintenance history
The Contractor shall undertake whatever actions may be necessary including detailed road

6-116
condition surveys to obtain the above data and all information required to maintain the road
management database.
The Contractor shall provide hard and electronic copies of the updated road management
database and all relevant information to the Employer. Report and subsequent updates shall be
submitted every three months thereafter together with the relevant monthly progress report.

8) Daily Inspections
The Contractor shall undertake Inspections of all lengths of road in both directions for which he is
responsible on at least a daily basis to ensure the continuous safe operation of the roads and the
compliance of all road related assets with the Operational Service Levels.
The procedures for Inspections shall be described in detail in the Contractor's Operational Plan. The
Daily Inspection shall as a minimum record the following information:
(i) Date and time of inspection at start and end of each of each day and the route
covered;
(ii) Weather;
(iii) Route of inspection;
(iv) Summary of general operating conditions;
(v) Recording of all non-compliances with Operational Service Levels detected;
(vi) Incidents, hazards and defects discovered and actions taken;
(vii) Record of interactions with:
 Police
 Engineer’s staff
 Official bodies
 Members of the public
9) Inspection of Structures
All bridges and all culverts with span or diameter in excess of two (2) meters together with all earth
retaining structures with a height in excess of two (2) meters and other significant structures shall be
visually inspected at least once in each calendar month to ensure that they are in a safe operating
condition.
This inspection shall record:
(i) Vehicular damage to structures;
(ii) Scour of foundations in watercourses and erosion of protective structures such as
revetments, gabions and the like;
(iii) Settlement of foundations, movement or rotation of abutments, wing walls and earth
retaining structures;
(iv) Significant corrosion of steel reinforcement in reinforced concrete members causing
spalling of concrete;
(v) New or worsened deflection or cracking of reinforced concrete members;
(vi) Corrosion of structural steelwork with significant loss of metal.

6-117
(vii) Anything else that impairs the safe operating condition of the bridge.
Where defects appear to be worsening rapidly, the Contractor shall inform the Engineer without
delay and shall take appropriate measures to ensure the safety of road users and employees.
Any non-compliance with the Operational Service Levels discovered during any inspection shall be
recorded. The record of each defect shall include an accurate positional reference, description and
dimensions of the defect and a photograph taken with a digital camera and bearing a date and time
stamp. The record of each inspection shall be recorded. Upon completion of remedial works for each
defect or group of defects, the record of works together with a further date and time stamped
photograph shall be recorded as well and included in the Monthly Report.

10) Execution/ Routine Maintenance Unit


The Contractor shall provide on a daily basis a minimum of one Routine Maintenance Unit (RMU)
comprising of personnel and equipment required to undertake the carrying out of the Routine
Maintenance Works. The Contractor may increase the number of RMUs as he may deem necessary
to meet the requirements of the Works.
Each RMU shall have the following minimum resources:

 1 No. Foreman
 1 No. Light/Heavy vehicle driver
 1 No. double cabin pick-up with identification (contractor’s name, Employees’ name,
road name, and emergency contact phone no.)
 1 Set Operational flashing amber lights fitted to the RMU truck
 No. Maintenance workers
 No. Mobile phones
 1 No. Jack
 1 No. Compressor
 1 No. Vibrating plate compactor
 1 No. Chain saw
 1 m3 Cold storable bituminous premix and 0.5 m3 of sand
 No. “Half Road Closed” Signs
 No. “Roadwork Ahead” Signs
 12 No. 300 mm plastic ‘high visibility’ colored traffic cones
 200 kg drum of bitumen
 1 No. Bituminous spray pump
 1 No. 200 litre drum of clean water
 No. Rakes
 2 No. Long handle shovels
 2 No. Long handle heavy duty brooms
 2 No. Picks

6-118
 8 No. Reflectorized safety jackets for the RMU crew
The RMU shall be available to work for a minimum of 8 daylight hours per day from Sunday to Friday
inclusive. The starting and finishing times are to be agreed with the Employer.
The RMU shall also be the "Initial Emergency Response Unit" and shall have the following
capabilities in case of an emergency:
 Haul a half cubic meter of sand (or other suitable granular material depending on the
nature of the requirement)
 Provide an after-hours response with a minimum of a two-person crew
 Mobilize emergency kits such as temporary warning signs, flashing lights, barriers,
safety clothing, shovels, brooms, etc.
The RMU shall carry at all times mobile phones to contact police, fire, ambulance, and hospital or
medical center to obtain help in the event of accidents or any emergency encountered.
A listing of all emergency contact phone numbers shall be circulated by the Contractor to all relevant
officers, including the Contractor’s staff and the Employer within 14 days from the Commencement
Date of Phase 2. It is the Contractor’s duty to engage the regular length worker /supervisor of the
DoR during the PBM Phase of the contract and pay them the wages and perks (as per Standard
Norms of the concerned Division Road Offices).

11) Reporting
a) Inception Report
Within 28 days after the Commencement Date of Phase 2, the Contractor shall submit an
inception report to the Employer. The report shall include the following:

 Initial condition survey


 Video survey
 Roughness survey
 Initial road management database
 Detailed maintenance program for the first 3 months
 Information regarding environmental, safety and social issues and other information
as may be necessary
The Contractor’s initial condition survey of the roads, structures and other appurtenances shall be
attended by the Engineer. The detailed results of the survey shall be recorded by the Contractor
and submitted to the Engineer for confirmation.
The initial condition survey will establish a baseline of road conditions at the time of
commencement of the Phase 2. The video survey shall be undertaken during daylight hours from
the passenger’s seat of a slow moving vehicle with the camera aligned towards the center of the
road. Video shall also be taken of all bridges, major culverts and any other major structures to
show the conditions of each structure from all angles. The Contractor shall complete and formally
submit to the Engineer two copies of the video record on DVD.
The roughness data is required to establish the actual roughness condition of the road at the time
of commencement of the Phase 2. Roughness shall be measured using a method and equipment

6-119
approved by the Engineer.
The environmental, safety and social surveys shall establish the issues existing prior to the
commencement of Phase 2.
The Employer shall confirm the accuracy of the initial condition survey within 21 days of his receipt
of the inception report. The Engineer’s opinion on the condition of any road asset or any item shall
be final.
Interim Payment Certificates will not be released until such time as the inception report is
approved by the Employer.

b) Daily Report to be submitted to the Employer


The Contractor shall prepare and submit daily reports to the Engineer on all inspections, incidents,
non-compliance with Operational Service Levels detected, remedial actions taken and other works
executed by the Contractor. The format and the information to be supplied shall have to be
approved by the Engineer.
The information provided in the daily reports shall be summarized by the Contractor and included
in the relevant sections of his Monthly Reports.

c) Monthly Reports
The Monthly Report shall be submitted by the Contractor to the Engineer each month no later
than the seventh calendar day of the following month; except for the reports under (ii) and (iii)
below, which shall be submitted on the last working day of the respective month; shall comprise
the following components:
(i) Narrative Report, describing Services and Works undertaken during the period,
problems and issues arising and measures taken to deal with them;
(ii) Contractor’s Monthly Operational Service Level Inspection Report;
(iii) Monthly Evaluation Form for Compliance with Operational Service Levels;
(iv) Memorandum of Non- Compliance with Operational Service Levels – based on the
Monthly Formal Inspections;
(v) Memorandum of Non-Compliance with Operational Service Levels – based on
Informal Inspections;
(vi) Report on all Maintenance Works and Services;
(vii) Report on any Emergency Works or other Works instructed by the Engineer due to
defects to be repaired under the Defects Notification Period liabilities;
(viii) Report on the compliance with the Contractor’s Quality Assurance Plan, Health and
safety Management Plan, Environmental Management Plan, Risk Management Plan,
Emergency Procedures and Contingency Plan, and Traffic Management Plan;
(ix) Report on Testing under taken in accordance with the Contractor’s Quality Assurance
Plan or as required by the Engineer. Tests shall be undertaken in accordance with the
specifications and appropriate standards and the detailed test results shall be
submitted to the Engineer in the respective month;
(x) Structural Inspection Reports on inspections undertaken. First inspection reports shall
be provided within two (2) calendar months of the Commencement Date of Phase2;

6-120
(xi) Summary of Incident Reports shall be submitted for each month (or a nil return);
(xii) Updated Monthly Work Program, detailing the location, timing and extent of all works
the Contractor proposes to complete during the next month;
(xiii) Any other information as the Engineer may require from time to time.
d) Incident Reports
Every occurrence of an Emergency that requires "Emergency Works" as defined in Section 2916
Emergency Works below shall be reported to the Engineer as described below:
(i) Any road closer should be reported within one (1) hour of discovery and road closer report
should be submitted after twenty-four (24) hours of road re-opened;
(ii) Landslides, defined as movement of earth or rocks encroaching on any carriageway or
shoulder or blocking any drainage system or watercourse; reported without delay and in
any event within one (1) hour of discovery;
(iii) Flooding, defined as large volumes of water occupying all or parts of the roadway,
shoulders and adjoining areas; reported without delay and in any event within one (1)
hour of discovery;
(iv) Any other event where the Contractor proposes to request issue by the Employer of an
Emergency Work Order; reported without delay and in any event within one (1) hour of
discovery;
(v) Road Accidents involving injury to people, significant vehicular damage and/or damage to
the road surface, structures or road furniture; without delay and in any event within
twenty-four (24) hours of discovery;
(vi) Other Damage, including vandalism, theft, damage of highway furniture and structures;
reported weekly.

Incident reports shall include:


(i) The precise location, timing and extent of the incident, supported by maps/plans and
date/time stamped digital photographs;
(ii) A brief narrative description of the circumstances.
(iii) Where applicable, the names of the people and/or organizations responsible for
causing the damage. This information is required so that the Employer may seek
recovery of the costs associated with repairing the damage.
Copies of incident reports shall be included in the monthly reports.

e) Handover Report
No later than two (2) months prior to the Date of Completion of the Contract the Contractor shall
submit the Handover Report in draft to the Engineer. The purpose of the Handover Report is to
provide a smooth transition to the next contract and ensure that the next Contractor is aware of
any outstanding issues.

The Report shall:


(a) Summarize any unresolved issues,

6-121
(b) Include the most recent complete set of data on the Road and related assets included
in the Contract; and
(c) Provide the following details:
i. The current and up-to-date Program of Performance including all sections and
particularly the updated risk register;
ii. A schedule of outstanding defects and liabilities;
iii. Any unresolved issues, especially those that may impact on the next
Contractor;
iv. Details of any sensitive issues;
v. Any on-going special monitoring/maintenance needs.
The final Handover report shall be submitted no later than 14 days prior to the Date of Completion
of Phase 2.

12) Management Service Levels


Table 29.2 lists Management Service Levels (MSL), which relate to the overall management of the
Works along with the corresponding Submission Dates and resulting PRPs for each MSL.
The Management Services cease on the Date of Completion of the Contract. If any requirements
are unfulfilled at that time, the Employer and/or Engineer may procure their completion and
recover the cost thereof from amounts due to the Contractor.
The Management Service Level Number (see MSL No column in Table 29.2) comprises a section
reference to one of the sections above followed by a count within that section.

(i) Table 29.2 – Required Submission Dates and Payment Reduction Points for
Management Service Levels.
Table 29.2Required Submission Dates and Payment Reduction Points for Management
Service Levels

Management MSL Payment


Action Submission Dates Reduction Point
Services No
Key Personnel 1 Key Personnel appointed, At the 10 pts. per day
approved by the Employer Commencement
and on the site Date of Phase 2
Performance 2 Performance Monitoring At the 10 pts. per day
Monitoring Unit fully established Commencement
Unit Date of Phase 2
Communications 4 (1) Details of Contractor’s At the 4pts. per day
System proposed Communications Commencement
System submitted in draft Date of Phase 2

6-122
Management MSL Payment
Action Submission Dates Reduction Point
Services No
4 (2) Engineer either issues a Within 14 days after N/A
notification of “no submission of the
objection” to the proposal Draft
or notifies Contractor that
the Communications
System is unsatisfactory,
stating the specific areas of
concern
4 (3) Contractor submits revised Within a further 7 4pts. per day
details days of Engineer’s
notification
4 (4) Communications System Within 60 days after 4 pts. per day during
complete and fully the Commencement which any significant
operational Date of Phase 2 element is inoperable
for the entire day. (For
the avoidance of doubt,
a “significant element” is
a communication
medium, such as
telephone or internet,
for which there is no
redundancy or
equivalent alternate
system
in operation)
Site 5 (1) Draft Site Regulations At the 4 pts. per day
Regulations. submitted to the Employer, Commencement
and copied to the Date of Phase 2
Engineer, for approval,
which shall not be
unreasonably withheld.
5 (2) Engineer either issues a Within 14 days after N/A
notification of approval of submission of draft
the draft Site Regulations Site Regulations
or notifies the Contractor
that they are not
approved, stating the
specific reasons for
rejection.
5 (3) Contractor submits revised Within a further 7 4 pts. per day
draft Site Regulations days of Engineer’s
notification

6-123
Management MSL Payment
Action Submission Dates Reduction Point
Services No
5 (4) Contractor implements Site N/A 2 pts. during the first
Regulations and remedies week, 4pts. payment
breaches forthwith reduction points during
the second week and
1pts. per day thereafter
until the deficiencies
remedied
Program of 7 (1) Contractor’s Program of At the 4 pts. per day
Performance Performance submitted in Commencement
draft Date of Phase 2
7 (2) Engineer either issues a Within 14 days after N/A
notification of “no submission of
objection” to the Plan or Program of
notifies the Contractor that Performance
his Program of
Performance fails to
comply with the Contract,
stating the specific areas of
“non-compliance”
7 (3) Contractor submits a Within a further 7 4 pts. per day
revised Program of days of Engineer’s
Performance notification
7 (4) Contractor implements Continuous 5 Pts for each material
Program of Performance breach of the Program
of Performance per day
during which the breach
persists (For avoidance
of doubt, a material
breach is a neglect or
disregard of any
element of the Program
of Performance notified
inwriting to the
Contractor by the
Engineer)
7 (5) Contractor updates Road Every three months 1pts. per day
Management Data Base together with the
relevant Monthly
Report
7 (6) Contractor updates Within 14 days of 4pts. per day
Program of Performance each anniversary of
annually or upon the the Commencement
occurrence of any material Date of Phase 2 or
change to any of the upon the occurrence
constituent processes and of any material
procedures or upon the change to any of the
reasonable request of the constituent processes

6-124
Management MSL Payment
Action Submission Dates Reduction Point
Services No
Engineer and submits to and procedures or
Engineer upon the reasonable
request of the
Engineer

Daily Safety 8 Contractor undertakes During each calendar 5 pts for each instance
Inspections Safety Inspections on at day of failure to undertake
least a daily basis to ensure an inspection in
the continuous safe whole or in part
operation of the roads
Inspection of 9 (1) Contractor inspects all As per Operational As per Program of
Structures bridges and all culverts Plan Performance
with span or diameter in
excess of three (3) meters
together with all earth
retaining structures with a
length in excess of 3 m and
other significant structures
at least once in each
month to ensure that they
are in a safe operating
condition
Contractor records any Within 24 hours of 2 per day
non- compliance with the completion of
Operational Service Levels inspection
discovered during any
inspection and submits
report to Engineer
Inception Report 28 days after the 2Pts per day
9 (2) Submission of Inception Commencement
Report
Date of Phase 2
Daily Reports 11a Submission of Daily Report By the end of the 2Pts per day
following day
Monthly 11b Contractor submits the No later than the 7th 3Pts per day
Report Monthly Report to the calendar day of the
Engineer following month
(starting with the
report on the first
month after the
Commencement
Date of Phase 2)
Incident 11c 5Pts per hour
(i) Landslides, defined as Within one hour of
reports discovery
movement of earth or
rocks encroaching on
any carriageway or
shoulder or blocking any

6-125
Management MSL Payment
Action Submission Dates Reduction Point
Services No
drainage system or
watercourse; reported
without delay.
(ii) Flooding, defined as
large volumes of water
occupying all or parts of
the roadway, shoulders
and adjoining areas;
reported without delay.
(iii) Any
other event where
the Contractor proposes
to request issue by the
Employer of an
Emergency Work Order;
reported without delay.
11d (iv) Road Accidents Within twenty-four 2 per day
involving injury to (24) hours of
people, significant discovery.
vehicular damage
and/or damage to the
road surface, structures
or road furniture
without delay.
Hand Over 11e No later than two 10 per day
Contractor submits draft
Report (1) months prior to the
Handover Report to the
Engineer. Date of Completion
of the Contract
11e Engineer either accepts the Within 14 days after N/A
(2) report or notifies the submission of the
Contractor of any Handover Report
inaccuracies or other
inadequacy of the report.
11b Contractor submits final One day prior to the 15 per day
(3) Handover Report, in which Completion of the
the comments of the Contract
Engineer are addressed
and the report updated
with any changes in the
information contained in
therein.

2914 Operational Services


The operational services include the activities needed to maintain the satisfactory condition of the
road assets, to assure their durability, as well as to satisfy the road users riding comfort requirement.
This includes basically routine maintenance works but could include resurfacing, asphalt concrete

6-126
overlays and replacement of road side assets such as road signs, crash barriers or other road related
assets. These requirements are defined through Operational Service Levels, which the contractor
needs to comply with during the entire Phase2.

There are 3 Categories of Operational Service Levels:


a) Operational Service Levels Category A: They are the ones that are considered very
important and need to be rectified within a short period of between 1 hour and 48
hours.
b) Operational Service Levels Category B: They are considered less important. Although
the Contractor is required to frequently control that these OSL are complied with, they
will attract Payment Reduction Points only if they are not complied and detected
during the Joint Monthly Inspection.
c) Operational Service Levels Category C: They are controlled only once per year.
For each of the 3 Categories of Operational Service Levels the OLS number, the Item, the Operational
Service Level, the Count Unit and the Payment Reduction Points are specified. For the Categories A
and C, the Rectification Periods are specified as well.
The Count Unit defines the unit for the application of the Payment Reduction Points, which is either
per item, per event, per 1 km of double lane roadway, per 100 m of shoulder, etc. The Count Unit of
1 km of double lane roadway means between two adjacent kilometer posts. The Count Unit per 100
m of double lane roadway refers to 1/10 of a kilometer, whereby the kilometer is divided into 10
sections of 100 m.
For each Item defined in the Tables 29.3 to 29.4, the Payment Reduction Points shall be applied
when one or more Operational Service Levels are not complied with. Payment Reduction Points shall
be applied for each Item only once, even if several OSL are not complied with for the same Item.
For any section of a four-lane highway, “double lane roadway” means the two lanes on each side of
the medium.

6-127
(1) Operational Service Levels Category A
Note: The detection and measurement of Operational Service Level shall be achieved by visual
inspections using the appropriate measuring tools such as a ruler, tape measure, 3.5 m spirit level
straight edge (unless indicated differently in the respective OSL), measuring wheel, odometer of a
vehicle, reflectometer or equipment for compaction testing and for coring.

Table 29.3: Operational Service Level for Category A


Payment Rectification
OLS
No. Item Operational Service Level Count Reductions Period
Unit Points
Maximum number of closed lanes at
A.1 Lane Closure Per event 3pts. 12 hours
any given time: 1 lane
Maximum length of closed lane: 300m
Minimum distance between closed lane
sections: 500 m
Minimum advance notice: 24 hours
A.2 Potholes, Maximum diameter: 150 mm or Per item 3 pts. 48 hours
including equivalent surface area and /or
de-laminations Maximum depth: 30 mm.
on paved
surfaces (Not more than 3 potholes in 1 km of
double lane roadway. During the rainy
season temporary patching of potholes
is allowed. These potholes shall be
patched permanently latest during the
following dry season.)
A.3 Slides up to 50 No slide of slope material on the road Per event 4pts. On roadway:
m3 blocking any lane or shoulder 24 hours On
Notes: shoulders:
Clearing of slides up to 50 m3 shall be 48 hours
part of Maintenance Works.
Clearing of slides over 50 m3 shall be
part of Emergency Works
A.4 Oil spills on No oil spills more than 50 cm3 shall be Per event 5pts. 6 hours
pavements allowed
A.5 Other No obstruction posing a potential traffic Per 100 m 4 pts. 4 hours if
Obstructions or safety hazard shall be allowed. of double hazardous
on paved Maximum volume of obstruction that is lane
roadway and not posing a traffic or safety hazard: 150 highway 48 hours if
shoulder, cm3 not
unpaved hazardous
shoulders and Maximum quantity of debris that does
roadway not pose a traffic or safety hazard: 1 kg
(e.g.: rocks, per 5 m2 pavement surface
tree branches,
animal
carcasses,
abandoned
Vehicles, etc.)

6-128
OLS Payment Rectification
No. Item Operational Service Level Count Reductions Period
Unit Points
A.6 Culverts, inlets, Not more than 25% of flow area or Per 4pts. 24 hours
outlets, cross section is blocked during structure
Drainage pipes rainy season
A.7 Ditches Not more than 25% of flow area or Per 50 m of 4pts. 24 hours
cross section is blocked during ditch
rainy season
A.8 Catch basis Not more than 25% of Per 4pts. 24 hours
sedimentation structure
A.9 Regulatory and Missing sign Per sign 4pts. 24 hours
Warning signs
Sign obscured by vegetation (sight
distance of a driver of 100 m on the
roadway)
A 10 Temporary signs Missing sign or safety device Per work 4pts. 24 hours
and safety devices place
for works Signs and safety devices not
removed after termination of
works
A.11 Waterways During rainy season: Per bridge 4pts. 48 hours
Free flow of water under bridge
and up to 50 m upstream and
downstream shall not be
obstructed by more than 15% of
the cross section of riverbed up to
design
clearance under bridge as per
original design

(2) Operational Service Levels Category B


Note: Count unit of 1 km means between two adjacent kilometer posts. The detection and
measurement of Operational Service shall be achieved by visual inspections using the appropriate
measuring tools such as a ruler, tape measure, 3.5 m spirit level straight edge (unless indicated
differently in the respective OSL), measuring wheel, odometer of a vehicle, reflectometer or
equipment for compaction testing and for coring.

(ii) Table 29.4.1: Operational Service Levels for Bituminous/Asphalt Concrete


Pavement
Payment
OLS Item Operational Service Level Count Unit Reduction
No. Points
B.1.1 Cross fall of Maximum tolerance: +0% and -0.5% for Per 100 m of
30 pts
pavement of road sections repaired by Contractor double lane
double lane roadway
roadway

6-129
Payment
OLS Item Operational Service Level Count Unit Reduction
No. Points
B.1.2 Patches Shape: Rectangular and parallel to road Per patch 1 Pts
centerline. Circular patches less than 100
mm diameter are allowable;
Maximum level tolerance with
surrounding pavement: +/-10 mm
including seals
Materials: Equal or better than the
surrounding pavement
No unsealed cracks wider than 3 mm
Temporary patching is allowed during
rainy season, but permanent patching is
required during the following dry season
B.1.3 Linear Cracks Maximum width of unsealed cracks: 5 Per 100 m of 2pts
mm of more than 10 m aggregated double lane
length. roadway
Sealant height tolerance: +/- 5 mm of
adjacent pavement surface of more than
5 m aggregated length
B.1.4 Multiple Maximum cracked area of 20 m2 and Per 1 km of 2 pts
cracks(alligato maximum width of unsealed cracks: 3 double lane
r cracking) mm. roadway
Sealant height tolerance: +/- 10 mm of
adjacent pavement The “cracked area” is
equivalent to the rectangular area fully
enclosing the cracks, where the
outermost crack is at least 100 mm inside
the rectangle.
B.1.5 Depression, Maximum depth of 20 mm for an Per 1 km of 2pts.
Rutting, aggregated length of more than 50 m. double lane
Corrugation Depth measured with a 1.2 m straight roadway
edge
B.1.6 Heaves and Maximum height: 25 mm measured with Per item 1 pts.
Shoves 1.2 m spirit level straight edge centered
on the heave and adjusted parallel to the
pavement surface
B.1.7 Surface Ponding of water: Per 100 m 3 pts
of
defects Maximum depth of 20 mm at any point double lane
and surface area of more than 1 m2 roadway
B.1.8 Raveling Less than an aggregated surface area of Per 100 m of 3 pts
15 m²Raveling is defined as a loss of double lane
binder of more than 5 mm in depth or roadway
loss of surface material of more than 10
mm in depth.
B.1.9 Edge damage Maximum length from the edge of the Per 1 km of 3pts
paved roadway towards the centerline of double lane
the roadway of 150 mm and an roadway
aggregated length along the road edge of

6-130
Payment
OLS Item Operational Service Level Count Unit Reduction
No. Points
maximum of 2m
Edge damage of pavement with sealed
shoulders shall be treated like potholes,
see items A.2 and B.1.2above
B.1.10 Edge drop off Pavement edge shall not be lower than Per 1 km of 2Pts
the adjacent paved shoulder and not double lane
higher than 20 mm at any point; roadway
Maximum height difference between
pavement and adjacent paved road
surfaces at junctions:
+/- 30 mm for an aggregated length of 3
m
Pavement edge shall not be lower than
the adjacent unpaved shoulder and not
higher than 50 mm for an aggregated
length of 10 m
Maximum height difference between
pavement and adjacent unpaved paved
road surfaces at junctions: +/- 20 mm for
an aggregated length of 1 m
B.1.11 Flushing, Within horizontal curves, approach to Per 1 km of 4Pts
bleeding or curves or intersections, and within an double lane
Glazing intersection: Maximum aggregated roadway
surface area 10 m2
In other road sections: Maximum
aggregated surface area 100 m2

B.1.12 Surface Shape: Rectangular and parallel to the Per 1 km of 4Pts


dressing, road center line double lane
overlays roadway
Maximum level tolerance with
surrounding pavement: – 0 mm and +15
mm
Materials: Equal or better than the
surrounding pavement
Applications of surface dressings or
overlays require the prior approval of the
Engineer. Pavements have to be repaired
and inspected by the Project Manager
prior to applying surface dressings or
overlays.
B.1.13 Pavement Road width after completing upgrading Per 1 km of 3Pts
Width works to be maintained with a tolerance double lane
of + / - 50 mm roadway
For edge damage see B.1.11 above

6-131
Table 29.4.2: Operational Service Levels for Unsealed Roads Crossing at Intersections
Note: Unsealed roads crossing the main roadway at intersections shall comply with the following
Operational Service Levels up to a distance of 10 meters (both ways) from the edge of the main
roadway.

OLS Item Operational Service Level Count Unit Payment


No. Reduction
Points
Maximum diameter: 250 mm or equivalent
B.2.1 Surface Per item 1
defects surface area and
Maximum depth: 50 mm

(iii) Table 29.4.3: Operational Service Levels for Sealed Shoulders


Payment
OLS
Item Operational Service Level Count Unit Reduction
No.
Points
B.3.1 Width Maximum tolerance: +200 mm / -50 mm of Per 1 km of 10 pts.
design width shoulder
B.3.2 Cross fall Maximum tolerance: +0% and -2% for Per 1 km of 5 pts.
shoulders repaired by Contractor shoulder
B.3.3 Potholes Not more than 5 potholes smaller than 150 Per 1 km of 2 pts.
mm shoulder
B.3.4 Patches Shape: Rectangular and parallel to road Per item 1 pts.
centerline. Circular patches less than 100
mm in diameter or equivalent surface area
are allowable
Maximum level tolerance with surrounding
shoulder: -10mm and +20 mm including
seals
Materials: Equal or better than the
surrounding shoulder
No unsealed cracks wider than 3 mm
For repairs of the base of more than 5 m²
compaction data shall be supplied.
B.3.5 D5: Linear Maximum width of unsealed cracks: 5 mm Per 100 m of 2 pts.
Cracks Maximum width of unsealed cracks: 3 mm shoulder
for an aggregated length of 10 m
Sealant height tolerance: +/- 10 mm of
adjacent shoulder surface
B.3.6 Multiple Maximum width of unsealed cracks of 3 Per 100 m of 2pts
Cracks mm for an aggregated surface area of shoulder
(alligator more than 15m2
cracking) Sealant height tolerance: +/- 10 mm of
adjacent shoulder
The “cracked area” is equivalent to the
rectangular area fully enclosing the
cracks, where the outermost crack is at
least 100 mm inside the rectangle.

6-132
Payment
OLS
Item Operational Service Level Count Unit Reduction
No.
Points
Depression, Maximum depth of an 25mm for an
Per 100 m of
B.3.7 Rutting, aggregated length of 10 m measurement 1 pts
Shoulder
Corrugation of depth 1.2 m straight edge.
Maximum height: 25 mm measured with Per item
1.2 m
Heaves and
B.3.8 spirit level straight edge centered on the 1 pts
Shoves
heave and adjusted parallel to the
pavement surface
Ponding of water: Per 100 m of
Surface Drain
B.3.9 Maximum depth of 30 mm and maximum Shoulder 2 pts
Defects
surface area of 2 m2

Maximum length from the edge of the


paved shoulder towards the centerline of Per 100 m of
B.3.10 Edge Damage 2 pts
the road: 150 mm and an aggregated Shoulder
length along the road edge of 3 m

Shoulder shall not be higher than 60 mm for


Per 100 m of
B.3.11 Edge Drop off an aggregate’s length of 10 m than the 1 pts
Shoulder
adjacent surface on the outer edge
Per 100 m
No vegetation growing on the sealed
B.3.12 Vegetation of 1 pts
shoulders
Shoulder

Table 29.4.4: Operational Service Levels for Unsealed Shoulders


OLS Item Operational Service Level Count Payment
No. Unit Reduction
Points
B.4.1 Width Maximum tolerance: +200 mm / -50mm Per 100 m of 2 pts
shoulder
of design width
B.4.2 Cross fall Maximum tolerance: +0% and -2% for Per 100 m of 2 pts
shoulder
shoulders repaired by Contractor
B.4.3 Potholes There shall be no pothole bigger than 350 Per 1 km of 2 pts
mm in diameter or equivalent surface shoulder
area and deeper than 30 mm
There shall be not more than 10 potholes
bigger than 200 mm in diameter and
more than 30 mm deep in any continuous
1 km of shoulder
B.4.4 Patches Patches shall be of the same material as Per 1 km of 1 pts
the surrounding road surface material, shoulder
properly compacted and in level with the
adjacent road surface within a tolerance
of+/- 30 mm

6-133
OLS Count Payment
Item Operational Service Level
No. Unit Reduction Points
B.4.5 Ruts or Maximum depth of 60 mm for an Per 1 km of 2 pts
corrugations aggregated length of 50 m in any 1 km of shoulder
shoulder
Maximum depth measured with a 1.2 m
straight edge
B.4.6 Surface drain There shall be no ponding of water more Per 100 m of 2 pts
defects than 40mm deep with an area of more shoulder
than 1 m² within a distance of 1.5 m of
the edge of the pavement
B.4.7 Vegetation Maximum height of 200 mm for an Per 1 km of 2 pts
(e.g.: grass, aggregated surface area of 100 m2 shoulder
weeds,
plants)

Table 29.4.5: Operational Service Levels for Drainage System, Slope Protection
Structures
Payment
OLS Count
Item Operational Service Level Reduction
No. Unit
Points
B.5.1 Slopes of There shall be no negative slope. Per 100 m of 2 pts
drainage dual lane
system roadway
B.5.2 Uncovered Maximum area of obstructed cross-sectionPer 50 m of 2 pts
ditches and at any point: 15% during the non-rainy ditches and
drains with or season; drains
without lining Maximum width of cracks in lined channels:
15mm;
Maximum diameter of holes: 40 mm;
Maximum area of damaged lining: 10% per
5 m length
B.5.3 Covered No major damage that may pose safety Per 50 m of 2 pts
Drains hazards to pedestrians or vehicles or allow covered
water to leave the channel. drains
Maximum area of obstructed drainage
cross-section: 15% during the non-rainy
season;
Maximum damaged surface area of each
cover: 10%;
Maximum space between covers: 40 mm;
Maximum area of obstructed cover
openings: 20% (excluding covers sealed
with asphalt or concrete); Maximum level
tolerance with adjacent covers: +/- 20
mm; Maximum level tolerance with
adjacent pavement: +15 mm and -20 mm.

6-134
Payment
OLS Count
Item Operational Service Level Reduction
No. Unit
Points
B.5.4 Culverts and Culverts shall be structurally sound and Per culvert 2 pts
headwalls firmly contained by surrounding soil or or
material with no major damage to allow headwall
water to seep through the wall of any
culvert.
Maximum area of obstructed culvert
cross- section of 15% during the dry
season;
Headwalls shall be structurally sound and
firmly contained by surrounding soil or
material with no major damage
Manholes, Manholes, inlets, outlets, drainage pipes, Per item 1 pts
B.5.5
inlets, outlets, and catch and sedimentation basins shall be
drainage structurally sound and firmly contained by
pipes, and surrounding soil or material with no major
catch basins damage to allow water to seep through the
structure
Maximum sedimentation: 20% during the
non-rainy season;
Maximum area of obstructed cross section:
15% during the non-rainy season;
Less than 30% of the cross-section shall be
obstructed up to 2 m in front of any
manhole, inlet and catch basin.
B.5.6 Manhole Maximum level tolerance with surrounding Per item 1pts
cover, grates surfaces: +/- 10 mm Less than 20% of the
flow area is obstructed
B.5.7 Kerb sand Maximum surface damage: 10% of any 10 m Per 100 m 1pts
gutters length length per
item
Debris racks Debris racks shall be structurally sound and
less than 30%obstructed
B.5.8 Slopes and Slope protections and gabions in place and Per 100 m of 1pts
cuts functional. slope
Maximum cross-sectional dimension of measured
erosion gullies: 200 mm x 200 mm for more parallel to
than 10m the
centerline of
the roadway

6-135
OLS Item Operational Service Level Count Unit Payment
No. Reduction
Points
B.5.9 Retaining Structurally sound and not more than 100 Per item 1pts
walls, cut-off mm displaced from the original place and
walls and firmly contained by surrounding soil or
similar material Maximum surface damage: 5%
structures of any surface area of 1m2; Maximum width
of cracks on concrete structures: 5 mm;
Maximum width of cracks on non-concrete
structures: 10 mm; Maximum numbers of
blocked weep holes: 10% per structure.

Table 29.4.6: Operational Service Levels for Road Signs, Pavement Markings and
other Safety Devices

OLS Item Operational Service Level Count Unit Payment


No. Reduction
Points
B.6.1 Regulatory, All signs as per Drawings are in place Per item 2pts
Warning, Uniform intensity, clean, legible, and
Information structurally sound;
Signs and Minimum visibility distance at day and
Hazard night (with low beam headlights) 150 m or
markers if in doubt more than 70% of the required
original retro reflectivity;
Maximum bending of sign face from
original position: 30mm;
Post must be in place, structurally intact
and properly connected to the foundation
with less than 5% of its surface corroded;
Maximum inclination of posts from the
vertical: 5%.
B.6.2 Road Markings All markings as per Drawings are in place; Per 100 m of 2pts
Uniform color and intensity, legible and double
firmly attached to pavement; lane
Minimum visibility distance at night: 150 roadway
m with low beam headlights;
Maximum length of damaged or missing
edge or centerline markings: 15 m;
Maximum area of damaged or faded sign
markings or markings of pedestrian
crossings: 20%;
Maximum misalignment: 30 mm

6-136
Payment
OLS Item Operational Service Level Count Unit Reduction
No. Points
B.6.3 Raised Maximum missing/damaged markers: 5; Per 100 m 2pts
pavement Maximum number missing/damaged of double
markers or markers in curves:1; lane
reflective Minimum visibility distance at night:150 m roadway
pavement with low beam headlights;
studs The reflective area of markers is higher than
the pavement level.
B.6.4 Kilometer Present, properly painted, clean, legible, Per item 1 pts
posts
and firmly founded on the ground;
Maximum inclination from vertical:8
degrees.
B.6.5 Drainage All structures as per drawings are in place; Per item 1 pts
markers, Properly painted, clean, 90% free of
bollards or corrosion or damages
similar Maximum inclination from vertical: 8
structures degrees
B.6.6 Kerb stones, Maximum surface damage of any Per 1 km of 1 pts
traffic islands kerbstone:10% double
Kerb stones and traffic islands shall not pose lane
potential hazard to pedestrians roadway
B.6.7 Concrete All structures as per drawings are in place, Per 1 km of 1 pts
barriers properly painted, clean and structurally double lane
sound; roadway
Maximum misalignment: 100 mm;
Maximum damages: 5% of the surface area
of any 1 m of barrier.
B.6.8 Guard rails Guard rails and safety or crash barriers are Per item 2pts
and safety or in place; and per 50
crash barriers Not more than 3 reflectors are missing or m length
of metal not functional Properly painted where
required and free of severe corrosion;
Structurally sound with all fixing bolts
present and secure;
Maximum misalignment: 100 mm of the
original horizontal or vertical position.
B.6.10 Highway Lightning pole must be present, functional Per 1 km of 2pts
lighting and more than 95% free from damage and double lane
corrosion; Electrical installations must be roadway
electrically safe and functional

6-137
Table 29.4.7: Operational Service Levels for Vegetation and Litter Control
Payment
OLS Item Operational Service Level Count Unit Reduction
No.
Points
B.7.1 Vegetation Vegetation height shall be between 50 mm Per 1 km of 3pts
(Grass, and 600 mm within 50 cm of the outer the
weeds, edges of drainage ditches or the outer edge centerline of
plants) of the shoulders or embankments; the double
For grass and weeds there shall be not more lane roadway
than 20 m2 deviations from the above-
mentioned heights in any continuous 100 m
of double lane road section;
Vegetation height shall be between 30 mm
and 300 mm around:
 Edge marker posts
 Signposts
 Bridge end and culvert markers
 Guardrails
 Sight rails
 Lighting Columns
 Bridge abutments;
Vegetation height shall be less than 250 mm
around or in:
 Kilometer post
 Drainage markers
 Culvert ends
 Culvert headwalls
 Side drains
 Culvert waterways
 Surface water channels
 Kerb and channel
 Lined channels
 All sealed surfaces
 Bridge decks.

Vegetation height shall be between 30 mm


and 200 mm on:
 Medians
 Traffic islands
 Verges
AND
There shall be not more than 30 m2
deviations from the above-mentioned
heights in any continuous 100 m of double
lane road section. Vegetation shall not
 Hinder the free flow of water.

6-138
Payment
OLS Item Operational Service Level Count Unit Reduction Points
No.
B.7.2 Trees, limbs, There shall be not shrubs or trees Per 1 km of 2 pts
Shrubs and encroaching into the Vegetation Free Zone the
creepers from the side or top. centerline of
located withinThe Vegetation Free Zone is the area up to 5 the double
the right-of- m above the roadway and shoulders, and 3 lane roadway
way m above a zone of 2 m lateral clearance
besides shoulders;
Vegetation shall not obscure any road signs
or markers or limit sight distance on the
inside of curves by more than 50 m;
There shall be no dead or leaning trees or
other vegetation within the right-of-way;
Approval of the Employer is required to
remove trees with stem diameter more
than 100mm.
The Contractor shall take care planted
vegetation during the construction of the
road they shall not be dead.
B.7.3 Litter Maximum number of litter items greater Per 1 km of 15 pts
than a fist size in any 1 km of double the
laneroad: 50 pieces in the right of way centerline of
outside built-up areas the
double lane
roadway
B.7.4 Structures No structures like billboards of third Per 1 km of
made by third parties within the right of way unless the
parties authorized by the Employer. centerline
of the
double lane
roadway

Table 29.4.8: Operational Service Levels for Bridges


Payment
OLS Item Operational Service Level Count Unit Reduction
No. Points
B.8.1 Approach to Maximum level tolerance between bridge Per 2 pts
bridges deck and approaches: +/- 25 mm bridge
measured from the end of deck up to
1.5minto the approaches
B.8.2 Structures Less than 10% of each the structural Per 3 pts
element shall show corrosion or missing bridge
paint
The color of the paint shall be uniform
and of the same intensity
B.8.3 Expansion More than 95% of each expansion joint Per bridge 2 pts
joints shall be clean, without major damage, and
shall not pose any hazard to vehicle

6-139
Payment
OLS Item Operational Service Level Count Unit Reduction Points
No.
B.8.4 Drains More than 80% of drains of each bridge Per bridge 3 pts
shall be more than 80% open
B.8.5 Railings Less than 10% of the surfaces of the Per bridge 1pts
railings shall show corrosion or missing
paint;

Paint shall be of uniform color and of same


intensity.
B.8.6 Scouring Erosion around bridge abutments and Per bridge 2 pts
around bridge piers and on retaining walls (gabions,
piles and pitch, concrete) shall be less than 5% of
erosion the respective surface areas;
retaining
walls Cracks shall be less than 30 mm wide for
pitch walls and less than 10 mm for
concrete walls
B.8.7 Waterways Free flow of water under bridge and up to Per bridge 3pts
50 m upstream and downstream shall not
be obstructed by more than 15 % of the
cross section of riverbed up to design
clearance under bridge as per original
design

(3) Operational Service Levels Category C


a) Pavement Roughness
The indicator to be used to determine the road roughness will be the International Roughness
Index (IRI), whose measure unit is expressed in meters per kilometer (m/km).
An equipment meeting the Class III: Response Type Road Roughness Measuring System (RTRRMS)
precision shall be used to measure the IRI. The measure of roughness shall be made in a
continuous manner in the wheel-tracks of each lane of the carriageway. The equipment shall be
calibrated/validated in accordance with the manufacturer’s recommendations and from
observation during previous use.
The IRI shall be measured at the end of Phase 1: Upgrading Works, at the beginning of Phase 2 and
in 12 months’ interval thereafter. The final measurement of IRI will be done 3 months before the
end of Phase 2. The measurement shall be made in the presence of the Employer’s and/or
Engineer’s Representative.

Table 29.5 Operational Service Level for Pavement Roughness Survey


OLS Item Count Payment
No. Operational Service Level Unit Reduction
Points
C.1.1 Roughness of Lane-wise average IRI of the entire Entire 1,000
pavement of contract road length less than 3 m/km Contract
highway Road Length

6-140
OLS Item Count Payment
No. Operational Service Level Unit Reduction
Points
C.1.2 Roughness of Average IRI of any continuous one lane 1 km lane 100
pavement of
highway kilometer less than 4 m/km

b) Surface Distress Index Survey


Any unsatisfactory performance of a pavement short of failure is the surface distress. Surface
distress comprises cracking, disintegration (potholes), deformation, texture deficiency; pavement
edge defaults and maintenance work (patchwork). The above distress shall visually assessed and
recorded using a cumulative index called a “Surface Distress Index (SDI)”. The method shall be
simplified, “drive and walk” and also shall be by video recording the road and watching throughout
the length of the roads which have been adopted instead of assessing only certain portion of the
road.
The SDI is a six-level rating index from 0 to 5. The rating 0 indicates a perfect pavement that is
without any defects and rating 5 indicates a maximum possible deterioration (Table 29.6.1 SDI
Score). The distress elements are divided into two groups; major defects and minor defects. (Table
29.6.2 Definition of Minor and Major Defects for Bituminous Roads)

Table 29.6.1 SDI Score


Scores Incidence of minor defects Incidence of major defects
0 None None
1 1 to 200 sq.m. per 1000 m. 1 Occurrence
2 <50% of the area 2 to 4 occurrence
3 = 50% < 30% of area
= 30% or potholes and base exposed < 20% of
4
the area
5 Potholes and exposed base = 20% of the area

Table 29.6.2 Definition of Minor and Major Defects for Bituminous Roads
Sub Type
S.N. Types Sub Type Definition
Abbreviation
Minor Defects
CN Narrow interconnected cracks (1-3 mm width)
i. Cracking CL Line cracks (longitudinal or transverse)
CS Sealed cracks
Maintenance
ii. M Distinct localized patchwork has been applied
Patches
RA Shallow raveling or scabbing (<20 mm)
iii. Texture S Slickness (texture depth, 1 mm)
B Bleeding
iv. Short Edge Break ES Short edge break (> 100 mm < 5 m length)
Major Defects
i. Cracking CW Wide interconnected cracks (>3 mm)
ii. Texture V Scabbing (>20 mm depth)
iii. Rutting RL Rut depth >15 mm

6-141
Sub Type
S.N. Types Sub Type Definition
Abbreviation
iv. Pothole P Pothole (>30 mm depth, >150 mm dia/length)
v. Exposed base G Exposed base or sub base or gravel
vi. Edge Break LE Long edge break (>100 mm, >5 m Length)
Depression/
vii. D Corrugations of any type and extent
humps

Scoring system of the various distress shall be as per HMIS established system, SDI is averaged over
each road link or section under consideration and can only be used to provide an objective
assessment of pavement condition.
The SDI shall be measured at the end of Phase 1: Upgrading Works, at the beginning of Phase 2 and
in 12 months’ interval thereafter. The final measurement of SDI will be done 3 months before the
end of Phase 2. The measurement shall be made in the presence of the Employer’s and/or
Engineer’s Representative.

Table: 29.6.3 Operational Service Level for Surface Distress Index


OLS Item Count Payment
No. Operational Service Level Unit Reduction
Points
C.2.1 Surface Lane-wise average SDI of the entire Entire
Distress Index contract road length less than 1.5. Contract 500
of Highway Road Length
C.2.2 Surface Average SDI of any continuous one lane 1 km lane
50
Distress Index kilometer less than 1.7.
of Highway

c) Falling Weight Deflectometer (FWD) Survey


Falling weight deflectometer is (FWD) is a none destructive impulse-loading device in which a
transient load is applied to the pavement and the deflected shape of the pavement surface is
measured. It is used to evaluate structural condition of the pavement.
Falling Weight Deflectometer (FWD) is an impulse-loading device in which a transient load is
applied to the pavement and the deflected shape of the pavement surface is measured. The
working principle of a typical FWD is illustrated in Fig. 1. DO, D1, etc., mentioned in Fig. below are
surface deflections measured at different radial distances. Impulse load is applied by means of a
falling mass, which is allowed to drop vertically on a system of springs placed over a circular
loading plate. The deflected shape of the pavement surface is measured using displacement
sensors which are placed at different radial distances starting with the center of the load plate.
The working principle of FWD: a mass of weights is dropped from a pre-determined height onto a
series of springs/ buffers placed on top of a loading plate. The corresponding peak load and peak
vertical surface deflections at different radial locations are measured and recorded.

6-142
Figure:29.3 Working Principle of Falling Weight Delfectometer
The FWD shall be measured as per IRC:115-2014 "Guidelines for Structural Evaluation and
Strengthening of Flexible Road Pavements using Falling Weight Deflectometer (FWD) Technique" at
the end of Phase 1: Upgrading Works, at the beginning of Phase 2 and in 12 months’ interval
thereafter. The final measurement of FWD will be done 3 months before the end of Phase 2. The
measurement shall be made in the presence of the Employer’s and/or Engineer’s Representative.
The resulting load-deflection data shall be interpreted through appropriate analytical techniques, to
estimate the elastic moduli of the pavement layers. The computed moduli are, in turn, used for:
(i) The strength evaluation of different layers of in-service pavements;
(ii) The estimation of the remaining life of in-service pavement;
(iii) Determination of strengthening requirement, if any; and
(iv) Evaluation of different rehabilitation alternatives.
The technical report of FWD comprising measurements, interpretation, analysis and
recommendations shall be submitted to the Engineer.

(4) Verification of Operational Service Levels

a) Service Level Inspections by the Contractor


Under the terms of the contract, the Contractor is required to inspect all roads and road assets
that have to be maintained under this contract with sufficient frequency to ensure that they
always comply with the Operational Service Levels (OSLs). The contractor shall therefore develop
and implement a regime of inspections, sufficient to comply with this requirement, and shall
document this inspection regime in his Operational Plan.
Any non-compliance with the OSLs discovered during any inspection shall be recorded. The record
of each defect shall comprise:
(i) Its location reference (GPS position);
(ii) Attributes of the defect;
(iii) As appropriate, further textual notes;

6-143
(iv) A photograph taken with a digital camera and bearing a date and time stamp. The
same procedure applies to the repair of each defect.
The record of each inspection shall be recorded and shall be included in the Monthly Reports.
The contractor shall submit the Contractor’s Monthly Operational Service Level Inspection Report
and the Monthly Evaluation Form for Compliance with Operational Service Levels to the Engineer
on the last working day of the respective month. The format of these tables shall be submitted by
the Contractor for the Employer’s approval within 15 days after the Commencement Date of Phase
2.
For all non-compliances with Operational Service Levels detected by the Contractor during a
month and that are rectified during the same month, no payment reductions will be made with
the exception of Operational Service Levels of the Category A. In this case Payment Reduction
Points will be applied if the contractor does not rectify the non-compliance within the rectification
period defined in Table 29.3.
The Contractor shall conduct night inspections at least every month at the end of the month to
ensure that when driving at night the road is safe and signs are readily visible at night.

b) Inspections by the Engineer


The Engineer may carry out inspections at anytime and anywhere on the roads included in the
contract in order to assure that:
 The Contractor is complying with the Operational Service Levels of the Category A,

 The Contractor has reported the compliance with the Operational Service Levels
correctly, and
 The Works are executed in accordance with the Contract provisions.

c) Joint Monthly Inspections by the Engineer and the Contractor


Joint Monthly Inspections are carried out by the Contractor (through his Performance Monitoring
Unit) under the supervision of the Engineer. The main purpose of the Joint Monthly Inspections is
to enable the Employer to verify the information given by the Contractor in his Monthly Evaluation
Form for Compliance with Operational Service Levels.
Starting on the first working day of each month the Contractor and the Engineer shall jointly
inspect at least 50% of the road length to check the correctness of the Contractor’s Monthly
Operational Service Level Inspection Report of the previous month. The selection of road sections
to be inspected shall be decided by the Engineer. Any additional non-compliance detected during
the joint monthly inspection will be recorded. If the Engineer finds more than 20% additional
number of non- compliances during this inspection than have been recorded by the Contractor in
his Monthly Operational Service Level Inspection Report for the inspected road sections, the
Payment Reduction Points for all non-compliances detected by the Engineer will be multiplied by a
factor of four for the respective month.
In every 3 months, the Joint Monthly Inspection shall include an inspection by night.
As a result of the joint monthly inspection a Memorandum of Non-Compliance with Operational
Service Levels shall be issued and signed by the Contractor and the Employer. Based on the

6-144
Memorandum of Non-Compliance with Operational Service Levels, the Employer will, within 21
days, review and correct as necessary the Contractor’s monthly statement and issue the
corresponding Interim Payment Certificate to the Contractor in accordance with the General
Conditions of Contract.

2915 Payments
1) Basis of Payments
All works and services performed in Phase 2 are deemed to be covered and paid for by the Monthly
Lump Sum per kilometer indicated in the Bill of Quantities. Only Day works and Emergency Works
shall be paid on unit price bases as specified in the Bill of Quantities.
The works and services shall cover all costs associated with Contract obligations during Phase 2,
which are not specifically provided for elsewhere, including (but without being limited to) the
provision of insurances, security, implementing quality plan requirements, all social, environmental,
safety and traffic management requirements, conducting various inspections, surveys, etc.

2) Payment Reductions
In accordance with these Specifications, payment reductions are applied in case of non-compliance
with Operational Service Level requirements.
Where the Contractor fails to comply with Management Service Levels or Operational Service Level,
the Employer shall deduct moneys from payments due under the Contract. Payment Reduction
Points are specified for each non-compliance with Service Levels.
For the Management Service Levels Payment Reduction Points shall be applied when the Contractor
does not comply with the Management Service Levels defined in Table 29.2 above.
For Operational Service Levels Category, A, the Payment Reductions Points shall be applied when
the Engineer detects the non-compliance and communicates the non-compliance to the Contractor.
After receipt by the Contractor of the communication of the Engineer concerning the non-
compliance, the time starts for the Contractor to rectify the respective non-compliance with in the
Rectification Period in Table 29.3. Payment Reduction Points shall be applied if the Contractor does
not rectify the non- compliance within the Rectification Period. For each additional Rectification
Period in which the Contractor does not rectify the non-compliance further Payment Reduction
Points shall be applied until the non-compliance has been rectified. If the same non-compliance is
not rectified within one month after the date of the first detection, the Employer may contract a
third party to rectify the non- compliance at the cost of the Contractor. The same procedure shall be
applied if the Contractor detects a non-compliance, except that no Payment Reduction Points shall
be applied for the detection of the non-compliance.
For the Operational Service Levels Category B, the Payment Reduction Points shall be applied for any
non-compliance of OSL detected by the Contractor at the end of the month or the Joint Monthly
Inspection. If any non-compliance has not been rectified before the next Joint Monthly Inspection,
the non-compliance will be counted. In addition, 1 Payment Reduction Point shall be applied for
each calendar day the non-compliance is not rectified. If the same non-compliance is still not
rectified until the following Joint Monthly Inspection, the Employer may contract a third party to
rectify the non- compliance at the cost of the Contractor.

6-145
For the Operational Service Levels Category C, The Payment Reduction Points shall be applied when
the Contractor does not rectify the non-compliance within the Rectification Period. For any further
period of one month, in which the non-compliance is not rectified, the Payment Reductions Points
shall be applied again, until the non-compliance is rectified. If the same non-compliance is still not
rectified within 6 months of the first detection, the Employer may contract a third party to rectify
the non-compliance at the cost of the Contractor.

2916 Emergency Works


(1) Description of Emergency Works
The Contract includes Day works and Provisional Sum for Emergency Works to be executed during
Phase 2 of the Contract. Emergency Works are designed to repair damage to the roads caused
directly by natural or manmade phenomena with consequences occurring either in the area of the
roads or elsewhere, but with a direct impact on the roads. Such phenomena may include: tropical
depression, rainfall and winds of extraordinary intensity and/or duration, major landslides within or
outside the right-of-way, floods with water levels above normal maximum flood levels, earthquake,
major accidents or similar events causing considerable damage to the road.
Damage requiring repair by Emergency Works can be generally described as for example:
(i) Complete destruction of a culvert or other similar structure,
(ii) Road washouts or other damage equivalent to more than 50 m3 of material on a road
section of 500 meters length,
(iii) Submersion of road along more than 100 meters length provided that the submersion
is, in the opinion of the Employer, not the result of deficiencies in the drainage system
or of insufficient maintenance of drainage structures, among others.
Eligible damage does not include “normal” damage, such as trees falling on the road, minor erosion
of the road and embankments, and minor damage caused by traffic accidents, which shall be made
good by the Contractor as part of the Works. Providing full support to the police and road users and
arranging of signing and clean-up of the site or similar works as necessary are part of Works.
(2) Obligations of Contractor during Emergencies
During execution of Emergency Works the Contractor shall ensure that Operational Service Levels on
the road are maintained. In particular, the Contractor shall ensure the normal use of the road
including those sections affected by emergencies.
The Contractor shall provide the notice with description of the emergencies and expected date/time
of reopening of the road, by the public media (FM Radio, Television or/and established multimedia
display board) of the emergency with road closer, partial closer or any other obstacles for vehicular
movement to the road user.
The Contractor shall take the measures necessary to reopen the road to traffic at the earliest
possible time and maintain the road open during Emergency Works, without being entitled to any
separate compensation for those measures. If necessary, the Contractor shall provide temporary
detour roads as approved by the Employer.
(3) Minor Works
Minor works that are below the thresholds indicated in the following Table 29.5 shall be carried out

6-146
by the Contractor as part of the normal PBM Works, and a Work Order is not required. The
Contractor shall inform the Employer of the damage and the rectification works undertaken.

Table 29.5: Thresholds of Some Activities for the Normal PBM Works

Activity Unit Maximum quantity per event to be rectified


under normal PBM Works
Slides of material m3 50
Asphalt concrete m3 7
Sub-base course m3 25
Base course m3 15
Concrete (of any type) m3 5
Stone masonry m3 10
Gabion masonry m3 15
Embankment m3 50

(4) Procedure for Requesting Emergency Works


When damage falling under Emergency Works results in a reduction of any of the Operational
Service Levels specified in this Contract, the Contractor shall make a formal request to the Employer
to allow him to carry out Emergency Works to rectify that damage.
In such a case, the Contractor shall:
(i) Immediately inform the Employer of his intention to do so by telephone, SMS or other
means,
(ii) Document the circumstances of the event and the damage caused through
photographs, video and other suitable means,
(iii) Prepare a written request stating the type of works he intends to carry out, their exact
location, the estimated quantities and costs, the time required to complete the works
and any other information as the Contractor may deem necessary. The request for
Emergency Works shall be made immediately after the Contractor becomes aware of
the existence of the damage.
Within 48 hours after receipt of the request, the Employer shall evaluate the request based on a site
visit, and issue a Work Order to carry out the Emergency Works. The Work Order shall specify the
type of works, their estimated quantities, estimated valuation, and the time allowed for their
execution.
(5) Operational Service Levels
The Emergency Works shall comply with the requirements of the Specifications and/or applicable
Standards and be subject to the Employer’s approval. There is no individual Operational Service
Level requirement for these works.
The Emergency Works are intended to assist the Contractor in bringing the road up to the required
Operational Service Levels within the time frame allowed by the Employer in the corresponding
Work Order.

6-147
Failure to bring the road to the required Operational Service Levels within the stated time frame
shall result in deductions of the Monthly Payments to be decided by the Employer. The payment
deductions shall not be higher than 15% of the amount for the Emergency Works.
The Contractor shall correct all non-conformances relating to Emergency Works as specified in the
Work Order prior to the Time for Completion of Phase 2. If any section of the road does not meet
the Operational Service Levels at the Time for Completion due to uncompleted Emergency Works,
Liquidated Damages shall apply.
If the maximum amount of Liquidated Damages has been exhausted and the non-conformance on
road has not been rectified, the cost of remaining rectifications shall be recovered from Retentions,
Performance Security, any/or any other monies due or that may become due to the Contractor.
(6) Measurement and Payment
The quantities of completed Emergency Works shall be measured net on drawings or measured at
Site, whichever is more appropriate as determined and approved by the Employer. Where required
by the Employer, the Contractor shall verify both quantity and quality of the completed works.
Valuation of the completed Emergency Works shall be as established in the corresponding Work
Order issued by the Employer for the particular work using appropriate BOQ Unit Rates and Prices or
Day works Rates, if appropriate.
For the emergency works the budget is allocated in the Day works and/or the provisional sums, as
appropriate for the payment of the works. The payment for emergency works shall be made at
existing Bill of Quantities (BoQ) rates or at appropriate Day works rates for each corresponding BoQ
pay items with the CPA (Change in Price Adjustment) Such payments shall not be subject to
additional overhead as per because of the fact that the BoQ and Day works rates quoted by the
Contractor are with his overhead.
The payment beyond the contract period to the ADB shall paid by the Government of Nepal
budgetary provisions.

6-148
2917 Appendices for Phase 2
Appendix A: Additional Technical Specifications
(a) Patching of Potholes/Delaminating
(i) General
This covers the repair of the potholes, delaminating and the damaged bituminous surface. The
area to be repaired shall be located by the Contractor and marked out in square or rectangular
shape, 30 mm beyond the extent of the damaged area, and then it shall be excavated with suitable
equipment. The edges shall be cut vertically down to the required depth where the lower layer is
suitable without any loose material. If the existing road base is damaged, it shall be also excavated
to a depth required and removed as directed by the Engineer. The surface of the excavated area
shall be thoroughly cleaned with compressed air to remove all dust and loose particles. The
patching then shall be carried out as detailed below. On completion, the patch shall have the
tolerances of -0 mm/+10 mm, under a straight edge laid across it.
(ii) Shallow Potholes and Delaminating
Shallow patching shall consist of repairs to the bituminous surface to a depth not exceeding 40
mm.
The area to be repaired shall be excavated and prepared as described in (i) above. The cleaned
surface shall be primed with MC 30 cutback bitumen. The sides shall also be tacked / primed with
cut back bitumen using brush. The excavated area shall, then, be filled with asphalt premix
material. The premix shall have a net bitumen content of 5% to 6% by weight or as per design mix.
It shall be compacted with approved mechanical tampers/vibratory roller. After compaction, the
surface of the patched area shall be true to the lines and levels of the surrounding existing surface
(no “skin patches” are allowable). All loose and/or surplus materials on the surface shall be
removed.
Potholes of less than 80 mm in diameter or equivalent surface area do not need to be marked out
in square or rectangular shape. They may be filled with asphalt premix after careful cleaning with
compressed air to remove all dust and loose particles.
(iii) Deep Patching
Deep patching shall consist of repairs to the bituminous surface to a depth exceeding 40 mm.
The area to be repaired shall be excavated and prepared as described in (i) above. The excavation
shall be filled with base course material with each layer not exceeding 75 mm in thickness and duly
compacted up to the existing crust thickness less 40 mm. The surface of the compacted base after
thoroughly cleaned with compressed air to remove all dust and loose particles shall be primed
with MC 30 cutback bitumen and the sides shall also be tacked/primed with cut back bitumen
using brush. The top 40 mm portion above the repaired pothole shall be filled with asphalt premix
material. The premix shall have a net bitumen content of 5% to 6% by weight or as per design mix.
It of the patched area shall be true to the lines and levels of the surrounding existing surface (no
“skin patches” are allowable). All loose and/or surplus materials on the surface shall be removed.
(b) Bituminous Surface Edge Repair
Where loss of bituminous surfacing exists at the edge without damaging the base, edge repair

6-149
shall be performed as described for shallow patching.
Where damage of the edge extends into the base/subbase, the edge repair shall generally be
carried out as specified for deep patching. Excavation shall be to a minimum width of 750 mm
covering not less than 200 mm of the carriageway and not loose less than 500 mm of the shoulder.
The excavated area shall be filled with base material to a level 40 mm of below the existing level of
the road and compacted as mentioned in deep patching. The surface of compacted base and sides
of the excavated area shall be primed/tacked with MC 30 cut back the area shall be filled with
asphalt premix material and compacted as specified for the patching. The final surface shall match
with the adjacent surface in line and levels.
(c) Repair of Failed Sections
The depth of all dig outs to repair failed sections shall be a minimum 400 mm and all excavated
material shall be removed from the site. Where full depth excavation is required, the limit of
excavation shall be 25 mm below the existing sub-grade level.
Work shall include the supply, placement and compaction of base course material and the
construction of a surfacing layer of 40 mm asphalt premix material, including prime/tack coat.
(d) Removal of Landslide Material
Material from major land slips or other debris or unsuitable material shall be removed and carted
to a spoil site approved by the Employer. Work shall include clearing all debris and material from
the site, loading, cartage to spoil and disposal.

Appendix B Environmental Management and Safety


(a) General
The Contractor shall be solely responsible for any remedial or mitigation measures required by the
environment-related effects of any of his maintenance activities. The Contractor shall demonstrate
compliance with all environmental stipulations for this project in his Environmental Management
Plan (EMP). In case of an environmental problem, the Contractor shall immediately notify the
Employer and seek advice on his proposed corrective action. Among the situations that may arise
are complaints or legal actions by third parties on matters such as environmental damage to
property and natural resources, ground subsidence, interruption of groundwater flow and surface
or groundwater contamination.
The Contractor shall conform to the Environmental Management Plan, which was prepared by the
Employer for this Contract. The Contractor shall take all measures and precautions to avoid any
nuisance or disturbance arising from the execution of project activities. This shall, wherever
possible, be achieved by suppression of the nuisance at source rather than abatement of the
nuisance once generated.
The Contractor is encouraged to recruit local skilled and unskilled labour to increase direct benefits
in the project area and to minimize potential environmental issues related to construction camps,
disease transmission and cultural disputes. Specific requirements in this regard are noted below. In
conformance with the Specifications of which this environmental specification is a part, the
Employer may withhold payments and/or stop work in the event of serious or repeated violations
of the conditions stipulated herein.

6-150
(b) Compliance with Environmental Laws and Regulations
The Contractor shall conform to the Government of Nepal’s laws for the protection of the
environment and other relevant legislation in force, or in the absence of these, with Asian
Development Bank requirements.
The Contractor shall comply with all current environmental laws and regulations of the country, be
they national or local, relating to (but not limited to) the following:

 Dust
 Noise
 Vibration
 Air pollution
 Water contamination
 Solid waste disposal
 Liquid waste disposal
 Occupational health and safety
 Sanitary conditions (water supply, sewerage, etc.).
(c) Avoidance of Nuisance
The Contractor shall be responsible for ensuring that no earth, rock or debris is deposited on
public or private rights-of-way as a result of operations, including any deposits arising from the
movement of plant or vehicles. The Contractor shall ensure that vehicles exiting the Site of the
works do not carry excessive material on the tires.
All water and waste products arising from the site operation shall be collected and removed from
the site via a suitably designed temporary drainage system. They shall be disposed of at a location
and in a manner that will not cause pollution problems or other nuisance.
The Contractor shall construct, maintain, remove and reinstate as necessary, temporary drainage
works and take all precautions needed to avoid damage by flooding and silt transport in the works.
He shall also provide adequate precautions to ensure that no spoil or debris of any kind is allowed
to be pushed, washed down or deposited on land adjacent to the site.
In the event that any spoil or debris from maintenance works is deposited on adjacent land or
washed into the area, then all such materials shall be immediately removed and the affected land
restored to its natural state by the Contractor, to the satisfaction of the Employer.
(d) Air Quality
The Contractor shall not install any furnaces, boilers or other similar plant or equipment using fuel
that may produce air pollutants without prior written consent from the Employer.
The Contractor shall not burn debris or other materials on the Site.
The Contractor shall implement dust suppression measures that shall include:

 Effective water sprays shall be used during the delivery and handling of all raw sand
and aggregate and other similar materials, when dust is likely to be created and to
dampen them during dry, windy weather.
 The Contractor shall require that all vehicles, while parked on the site have their
engines turned off.

6-151
 The Contractor shall check all equipment and machinery on the site at least once per
week and make any necessary corrections or repairs to ensure compliance with safety
and air pollution requirements.
 The Contractor shall ensure that vehicles are properly cleaned (bodies and tires free
from sand and mud) prior to allowing them to leave the Site.
 The Contractor shall provide necessary cleaning facilities on site and ensure that no
water or debris from such cleaning operations is deposited off-site.
 The Contractor shall ensure that trucks used for transporting materials to and from
the site are covered with canvas tarpaulins or other type of cover acceptable to the
Employer, properly secured to prevent debris and/or materials falling from, or being
blown off the vehicle(s).
(e) Water Quality Management
The Contractor shall ensure that no tools or machinery are washed in any water source or areas
that drain into a watercourse, canals or channel.
The Contractor shall ensure that all temporary maintenance facilities are located at least 50 m
away from any water body.
The Contractor shall check weekly that all equipment is prevented from dripping oil and other
lubricants and to ensure that all lubrication and repair operations are carried out only in approved
maintenance areas.
(f) Noise and Vibration Control
The Contractor shall consider noise and vibration as an environmental constraint in planning and
executing maintenance works.

(i) Noise Control:


The Contractor shall at his own expense, take all appropriate measures to ensure that work
carried out by the Contractor, whether on or off the Site, will not cause any unnecessary or
excessive noise that may disturb local residents.
Night time work will require the prior written approval of the Employer.

(ii) Vibration Control:


The Contractor shall take all necessary measures to ensure that machinery used in the Works
will not cause any excessive vibration that may cause damages to any building or structure.
The Contractor shall be responsible for repairing any damage caused by vibrations generated
from or by the use of any equipment, plant and machinery.
(g) Environmental Reports
The Contractor shall submit regular environmental reports to the Employer as a requirement of
the EMP. A summary report shall be submitted as part of the Monthly Progress Report. Reports
shall comprehensively address all relevant aspects of environmental management.

(h) Environmental Inspections


All project locations including maintenance work sites, plant and equipment areas, staff offices,

6-152
camps and accommodations that are directly or indirectly associated with the Contract shall be
regularly inspected for compliance with the requirements of the EMP and related statutory
regulations.

(i) Safety
The contractor shall ensure the all-safety provisions as par clause 111 of this Specifications.

6-153
Section 3000 – Sub-Surface Geotechnical Investigation

Delete Clause 3001 “Scope” and substitute:

3001 Scope
The Contractor shall carry out confirmatory sub surface exploration for cross checking of design of
foundation. It shall be planned in such a way that the profiles of different types of soil and/or rock
up to the desired depth for at least in the full length of the proposed bridge are recorded and other
information such as physical/mechanical properties like grain size distribution, sensitivity, existence
of deleterious materials, etc. in soil and/or ground water etc. are also determined.
Delete Clause 3002 “Field Investigation” and substitute:

3002 Field Investigation


The field investigation of subsurface shall be carried out in three phases, namely, Reconnaissance,
Preliminary Explorations and Detailed Explorations.
(1) Reconnaissance
It shall include review of available bore log, topographic and geological information, data/ report
from previous investigations and site examination, and design drawings and calculations.
(2) Preliminary Explorations
Detail subsoil exploration shall be planned the information and data obtained after reconnaissance
investigation, as per above clause 3002(1).
Preliminary exploration shall be carried out to determine the soil profile showing the boundaries
between the different types of soil and between loose and dense parts in the same type of deposits.
For this purpose, as a first step, a suitable type of sub-surface sounding (e.g. static or dynamic cone
penetration test) shall be carried out. As many soundings as necessary shall be made until
penetration data is complete to provide the general shape and the trend of boundaries of the
various soil deposits. Confirmatory drill holes shall then be made at one or two locations where
average condition prevails and near those points where the penetration diagrams indicate maximum
deviations from the average.
(3) Detailed Confirmatory Explorations
The scope of the detailed confirmatory exploration shall include boring program based on data
obtained after preliminary investigations. The bridge site, types of structure with span arrangement
and the location & type of foundation are already decided during the detailed design phase. The
Contractor shall drill one borehole at each pier and abutment to the design depth plus 20% of design
depth or as directed by the Engineer of the piles at that location. The bore log shall be provided to
the Engineer within three days of the completion of each borehole for his assessment of the
consistency of the subsurface conditions with those used for design.
For bridge works, the investigations shall be comprehensive enough to enable the designer to
estimate or determine the followings:

6-154
(a) The engineering properties of the soil and/or rock,
(b) The location and extent of soft layers under the hard founding strata,
(c) The geological condition like type of rock, faults, fissures or subsidence due to mining,
porosity etc.,
(d) The ground water level,
(e) Artesian conditions, if any,
(f) The location, type and extent of different layers,
(g) Quality of water in contact with the foundation,
(h) Probable settlement and probable differential settlement of the foundations,
(i) Likely sinking or driving effort,
(j) Likely construction difficulties,
(k) The depth and extent of scour,
(l) Suitable depth of foundation, and
(m) Bearing capacity of the foundation.
Delete Clause 3006 “Conclusion and Recommendations” and substitute:

3006 Conclusion and Recommendations


The confirmatory investigation shall conclude with the engineering analysis and design review of the
proposed foundation of the related structure for approval of the Engineer. The recommendation
shall be supported by all details of investigations, their engineering analysis and results, design
calculations and drawings all complete.
Delete Clause 3007 “Measurement” and Clause 3008 “Payment” and substitute Clause 3007
“Measurement and Payment:

3007 Measurement and Payment


There shall be no separate payment to the Contractor for the confirmatory sub surface exploration
and testing, their engineering analysis and results, design calculations and drawings. The cost for
these investigations and related works is covered under payment under the relevant Clause of these
Specifications.

6-155
Section 3100 – Miscellaneous Works
3102 Precast Member
Add at the end of sub-clause 3102(2) as follows:
Precast concrete member shall be laid with close joins with 1:2 cement sand mortar at the ends. The
joints shall not exceed 10 mm in thickness and shall be neatly pointed with a pointing trowel. Guide
lines and straight edges shall be used to ensure that the exposed faces and edgings are set to true
lines and levels. Care shall be taken to protect all precast units against chipping or breakage during
handling and laying. Broken or chipped Sections shall not be used and shall be replaced with
undamaged units.
Add at the end of first sentence of sub-clause 3102(4) payment as follows:
Payment of precast member (Precast Drain, Culverts, Bridge Girders and Precast Kerb Stone
elements) shall be made in two installments First installment of 75% of item rate shall be made upon
the completion of pre-casting on the contractor’s yard and receiving the satisfactory laboratory
reports and the remaining second installments of 25% of item rate shall be made upon
transportation and installation/laying of the precast elements and completion of 100% of the Works.

3105 Railings
(5) GI Pipe Railing with RCC Posts
(a) GI Pipe
Add at the end of the second paragraph as follows:
“The diameter of GI Pipe shall be as shown in the Drawings and/or as mentioned in the Bill of
Quantities.”
(b) RCC Posts
Add at the end of the second paragraph as follows:
“The size of the RCC poles shall be as shown in the Drawings.”
Insert new Sub-clause (6) “GI Pipe Railing” as follows:

(6) GI Pipe for Railing


GI pipe shall comply with NS: 199/2046 (Heavy Duty). The diameter of GI Pipe shall be as shown in
the Drawings and/or as mentioned in the Bill of Quantities.
All GI pipes shall be free from abrasions, rough or sharp edges, and shall not be kinked, twisted or
bent. Any pipe which does not meet the requirements of the field Specifications shall be replaced at
the Contractor's expense.
“The diameter of GI Pipe shall be as shown in the Drawings and/or as mentioned in the Bill of
Quantities.”
Renumber the Sub Clause (6) “Measurement” to Sub Clause (7) Measurement:

6-156
(9) Measurement
Delete the whole content of (7) “Measurement” and replace with the followings:
Measurement for GI Pipe Railing with RCC Posts
GI Pipe Railing with RCC Post shall be measured in linear meter for complete railing set including GI
pipes and RCC posts installed and accepted. Railing shall include both horizontal and vertical
members, posts including bolts, nuts, fittings, etc. as shown in the Drawings. It also includes the
excavation for the foundation of the RCC post, preparation of the foundation and backfilling with the
concrete of grade as shown in the Drawings to the satisfaction of the Engineer.
Measurement for GI Pipe for Railing in bridges
GI Pipe for Railing shall be measured in Mt. installed and accepted. The works shall also include
complete fixing with the respective elements including bolts, nuts, fittings, etc. as shown in the
Drawings to the satisfaction of the Engineer.
Measurement for MS for Railing
GI Pipe for Railing shall be measured in linear meter installed and accepted. The works shall also
include complete fixing with the respective elements including bolts, nuts, fittings, etc. as shown in
the Drawings to the satisfaction of the Engineer.
Renumber the Sub Clause (7) “Payment” to Sub Clause (8) “Payment”:

3106 Approach Slabs


(1) General
At end of the first paragraph delete “..M20/40.” and substitute with: “As per drawings”

(2) Measurement
Delete existing sentence and substitute:
“Approach slabs shall be measured as per the respective items in Section 2000 - Concrete for
Structures”.

3107 Drainage Spouts


(5) Measurement
Delete the entire content and modify as follows:
The drainage spouts shall be measured in number for the complete set including the materials,
fabrication, and placement and finishing and the pipes for drainage spouts as shown in the Drawings
and to the satisfaction of the Engineer.

(6) Payment
Delete the entire content and modify as follows:
The drainage spouts shall be paid at the contract unit price as mentioned in the Bill of Quantities.
Such cost shall include all the cost for the complete set including the materials, fabrication, and
placement and finishing and the pipes for drainage spouts as shown in the Drawings and to the
satisfaction of the Engineer.

6-157
3108 Utility Facilities
(3) Measurement
Delete the entire content and modify as follows:
The galvanized steel bracket under utility facilities shall be measured in number (no) for the
complete set including procurement of materials, fabrication, installation and completion as shown
in the Drawings and to the satisfaction of the Engineer.
(4) Payment
Delete the entire content and modify as follows:
The galvanized steel bracket under utility facilities shall be paid at the contract unit price as
mentioned in the Bill of Quantities. The payment shall include all the cost for the complete set
including procurement of materials, fabrication, installation and completion as shown in the
Drawings and to the satisfaction of the Engineer.
Add new Clause 3111 “High Density Poly-Ethylene (HDPE) Pipe” after Clause 3110 “Filter
Material” as follow:

3111 High Density Poly-Ethylene (HDPE) Pipe


The pipes to be used for sub-surface drain, grouting purpose etc. if specified in the Bill of Quantities
shall be made of high-density polyethylene and shall comply with series as specifiedbyNS40/2040.
Jointing of pipes shall be done by fine-cutting and heating following with equipment complying with
the prescription of the HDPE pipe manufacturer. Pipes may be jointed with angles to fit the
requirements of the terrain, but angles shall not exceed the maximum specified by the
manufacturer. The joints shall be water tight and develop the same strength as unjointed HDPE
material. The method of jointing shall be approved by the Engineer prior to starting the works.
For sub-surface drain purpose, pipes shall be provided with holes of minimum 5 mm diameter. The
pipes shall be perforated by drilling minimum 50 holes per meter length on the upper half of the
pipe in a staggered pattern uniformly distributed. The Engineer might adjust these specifications
according to the site conditions.
The measurement and payment of HDPE pipe shall be made in meter (m) including jointing, fitting
etc. all complete. The contract unit rate shall be the full and the final compensation to the
Contractor as per Clause 112 to complete the works as per these Specifications.
Add new Clause 3112 “Galvanized Steel Base Plate” after Clause 3111 “High Density Poly-Ethylene
(HDPE) Pipe” as follow:

3112 Galvanized Steel Base Plate


The galvanized steel base plate shall be used in fixing the pedestrian handrails and crash barriers
railings in the bridges as shown in the drawings. Materials, fabrication, transportation, installation
and painting for base plate shall conform to the requirements of Section 2200.
All complete steel base plate elements, bolts, nuts, hardware and other steel fittings shall be
galvanised or painted with an approved paint as specified in the Contract. If galvanized, all elements
of the base plate shall be free from abrasions, rough or sharp edges, and shall not be kinked, twisted

6-158
or bent.
Galvanising shall be carried out as per Clause 2209. Damaged galvanised surfaces, edges of holes and
ends of base plate cut after galvanising shall be cleaned and re-galvanised.
The galvanized steel base plate shall be measured and paid in Kilogram (kg) for the complete works
as shown in the drawings and specified in these specifications.
Add new Clause 3113 “Water Management in Median” after Clause 3111 “Galvanized Steel Base
Plate” as follow:

3113 Water Management in Median


(1) Scope
This clause shall cover the work related to the construction of rain water management structures in
median of the road. The work consists a) Laying of Geomembrane and b) Construction of sub-surface
drain.
Sub-surface drains shall be of close-jointed perforated pipes, surrounded by granular material laid in
a base of the median.
HDPE geo-membrane as important components of base liner system as per design, drawings for
rainwater protection and leachate drainage to the leachate collection pipes (Drain Pipes).

(2) Material
The materials used for construction of sub-surface drains shall comply with following requirements:
(a) Filter Material
Filter materials used in drains shall comply with the requirements specified in Clause 3110.
(b) Geomembrane
An essentially impermeable membrane (liner or barrier) used to control fluid movement.
Geomembrane (textured both sides) shall be made of HDPE of at least 1.5 mm thickness, duly
protected from ultra-violet exposure with 2.5 per cent carbon black, in black color, supplied in roll
form with a minimum of 3 m width.
The joints of these sheets shall be heat bonded or seamed for effective permeation cut off. While
fixing on to a base of the median, they shall not be punctured or stapled to impair their use.
(a) Geotextile
The geotextile fabric shall be a woven or non-woven or knitted fabric consisting of long-chain
polymeric filaments or yarns such as polypropylene, polyethylene or polyester or any combination
thereof, formed into a stable network such that the filaments or yarns retain their relative position
to each other.
(b) Drain Pipe
Perforated pipes for the drains shall be of HDPE 160 mm internal diameter. Holes for perforated
pipes shall be on one half of the circumference only and conform to the spacing indicated on the
drawings. Size of the holes shall not ordinarily be greater than half of D85 size of the material
surrounding the pipe, subject to being minimum 3 mm and maximum 6 mm. D85 stands for the

6-159
size of the sieve that allows 85 percent of the material to pass through it.
Jointing of pipes shall be done by fine-cutting and heating following with equipment complying
with the prescription of the HDPE pipe manufacturer. The joints shall be watertight and develop
the same strength as unjointed HDPE material. The method of jointing shall be approved by the
Engineer prior to starting the works. Drain pipes shall be provided with holes of minimum 5 mm
diameter. The pipes shall be perforated by drilling minimum 50 holes per meter length on the
upper half of the pipe in a staggered pattern uniformly distributed. The pipe shall be wrapped with
the Geotextile. The Engineer might adjust these specifications according to the site conditions.
(c) Back Fill Material
Backfill material shall consist of sound, tough, hard, durable particles of free draining sand-gravel
material or crushed stone and shall be free of organic material, clay balls or other deleterious
matter. Any particular grading for the backfill material or requires these to be designed on
inverted filter criteria for filtration and permeability to the approval of the Engineer, the backfill
material shall conform to the grading requirement as set out in following table:

Table 31.1 Grading Requirement for filter Material

S. No. Sieve Designation Passing percentage


1 11.20 mm 100
2 5.60 mm 91-100
3 2.80 mm 83-100
4 1.40 mm 59-96
5 710 micron 35-80
6 355 micron 14-40
7 180 micron 3-15
8 90 micron 0-15

(3) Construction
The detailed layout of the rain water management in median works shall be as instructed by the
Engineer, based on the general layout given in the Drawing.
The work shall start with construction at outlet side and then go upgrade.
The line and level for laying of Geomembrane and sub surface drain shall be fixed.
Dumping and construction material from the construction shall be removed and base of median
shall be compacted to the line and level.
Surface receiving the geomembrane shall be free of loose material and sharp object. Adjacent rolls
of the geomembrane shall be overlapped to a minimum width 450 mm. The preceding roll shall
overlap the following roll in the direction to the upgrade.
Laying of geotextile wrapped half perforated HDPE pipe of 160mm internal diameter above the
geomembrane shall be started at the outlet end and proceed towards the upper end, true to the
lines and grades specified. Before placing the pipe, filter material shall be laid for the full width of
the base of the median and compacted. Unless otherwise shown on the Drawing, the thickness of
this layer shall be 150 mm.

6-160
After the pipe installation has been completed and approved filter material shall be placed over the
pipe to the required level in horizontal layers not exceeding 150 mm. The minimum thickness of
material above the top of pipe shall be 300 mm.
For remaining depth, the filling works shall be carried out as per clause 1205 of these specification.
The finished slope shall be reshaped to facilitate proper surface drainage towards drains/culvert
/bridges.

(4) Tests and Standard of Acceptance


Copies of the manufacturer's certificates for geotextile/geomembrane and drain pipe to be used
while shall be furnished by the Contractor. In addition, the Engineer may ask for testing in
independent laboratories. All test results shall meet the specified requirements.
Minimum one set of test for gradation analysis and compaction of filter material shall be checked as
per Table 5.2. And/or every change in source of material. The results shall meet specified
requirements

(5) Measurement
Laying of Geomembrane shall be measured in sq.m. Overlapping of geotextile/geomembrane shall
not be measured for payment.
Laying of Geotextile wrapped HDPE pipe including geotextile and filter material shall be measured in
linear mater.

(6) Payment
Laying of Geomembrane shall be paid at the respective contract unit rates.
Laying of Geotextile wrapped HDPE pipe including geotextile and filter material shall be paid at the
respective contract unit rates.
The contract unit rates shall be the full and the final compensation to the Contractor as per Clause
112 to complete the works as per these Specifications.

3114 Canopy Bridges for Primates


(1) Objectives
Major objective of the Canopy Bridge is to assess if it supports habitat connectivity of arboreal
animal fragmented by linear Infrastructure development such as roads and to minimize the effects
of linear barriers. As many wild animal casualties including arboreal animal are recorded along the
highway traversing through dense and critical habitat area, the bridge aims to minimize roadkill and
maintain canopy connectivity in long run.

(2) Scope
This clause covers the furnishing of material and construction of Canopy Bridge which is a system
used for primate conservation.

(3) Material
Steel Pole: The steel tubing used in pole fabrication shall be of steel of any approved process
possessing a minimum tensile strength of 42 Kg/sq. mm and a chemical composition of not more

6-161
than 0.06% sulphur and not more than 0.06% phosphorous.
The tubing diameter and tubing wall thickness shown in Table 1 for 9m height pole.
IS Designation 410 SP-31
Overall Height 9m
Planting depth. m Sections:
1.5
Length, m
Top (h1) 2
Middle (h2) 2
Bottom (h3) 5
Outside Diameter, mm
Top (h1) 114.3
Middle (h2) 139.7
Bottom (h3)
165.1
Thickness, mm
Top (h1) 3.65
Middle (h2) 4.5
Bottom (h3) 4.5
Approximate weight, Kg 147
Crippling load, kgf
367
Application of load from
top of pole, m 0.3

The poles shall be galvanized with minimum coating of weight not less than 460-gm/-sq. m internally
and externally.
Each pole shall be provided with a steel top plate 3-mm minimum thickness welded to the end of the
section. The top plate shall not project beyond the perimeter of the top section. Each pole shall also
be provided with a welded base plate welded to the bottom of the pole.
Pole Must be supplied Along with standard Cross Arms and Bracings Angles, Pole Clamps,
GALVANISED STEEL BOLTS, NUTS AND MISCELLANEOUS FASTENING COMPONENTS for installation
of wire rope fabricated from hot-rolled channels, angles and steel members. The steel channels and
angles for transformer platform shall be fabricated in accordance with Indian Standards IS: 226-1975
and IS-808-1964or any revision thereof or other equivalent national or international standard
provided that the resulting steel stock is of equal quality and strength. The minimum tensile strength
of the steel shall be 4200 kg/cm2. Existing Transformer shall be reused.
Wire Rope: The wire rope shall be ordinary type having a 32 mm dia for main cable and 26 mm dia
for diagonal cable. Wire rope must be supply along with required quantity of thimbles, bulldog grips
bolts, nuts and miscellaneous fastening components for hoisting of cables and anchoring of it.
Cement Concrete: The cement concrete shall be M20 (for anchoring the cables on the ground and in
foundation of steel pole. The cement concrete shall comply requirements as per Clause 2000:
Concrete for Structure of Standard Specifications for Road and Bridge Works 2073 (Second
amendment 2078).

6-162
(4) Construction
Construction methodology shall be as per following:
Erection of Steel Pole:
i. Preparation of foundation for steel pole, foundation shall be 0.50x0.50x1.5m (LxBxD).
ii. Steel Pole shall be erected vertically and set to plumb on the foundation hole with no lateral
inclination.
iii. The foundation hole shall be filled by the placing of cement concrete, M20. Compaction,
curing and protection of concrete shall be carried out as per Clause 2000: Concrete for
Structure of Standard Specifications for Road and Bridge Works 2073 (Second amendment
2078).
iv. After hardening of the concrete i.e. after 28 days the contractor shall fasten the steel poles
and conduct preparation works for hoisting of cable.
Anchorage Block:
i. The contractor shall design the anchorage block for anchoring the cable and get approval
from the Engineer before construction works shall be commence.
ii. The contractor shall construct the anchorage works as per approved design, drawing and
instruction of Engineer.
iii. The contractor shall prepare the foundation.
iv. Anchorage element shall be erected as per drawing and design on the foundation.
v. Placing of cement concrete, M20 shall be carried out. Compaction, curing and protection of
concrete shall be carried out as per Clause 2000: Concrete for Structure of Standard
Specifications for Road and Bridge Works 2073 (Second amendment 2078).
i. After hardening of the concrete i.e. after 28 days the contractor shall start hoisting of cable
works.
ii. The contractor shall hoist main cable and then fastening of diagonal cables shall completed.
All node points shall be fastened by using thimbles, bulldog grips and bolt and nuts as
required.
iii. The contractor shall maintain the sag of the cable which should not be greater than:

S=wL2/8T
Where:
S-Permissible sag
w-Weight per unit of the cable
L-Span Length
T-Tension in the cable

(5) Measurement and Payment


Construction of Canopy Bridge as specified in the Drawing and as directed by the Engineer shall be
measured in number of Canopy Bridge all complete. The Canopy Bridge shall be paid at the contract
unit rate which shall be full and the final compensation to the Contractor as per Clause 112 and for
all costs required to complete the work as per these Specifications.

6-163
3115 Funnel Fencing
(1) Scope
This Section covers the erection of new funnel fences along the boundaries of the road or/and other
required locations for restriction of the movement of the wild animal from unauthorized locations.
Fencing is often used to direct (funnel) wildlife to a specific area, such as road and highway
crossings. Funnel fencing is used to prevent wildlife crossing at high-risk points and guide them to
safer crossings (e.g., underpasses, overpasses, bridges, culverts) or to open areas with adequate
visibility to allow motorists to avoid collisions.

(2) Materials
Posts, Stays, Standards and Droppers: Posts, stays, standards and droppers shall be of the type and
size indicated on the Drawing. Concrete posts shall comply with the requirements of IS: 4996.
Bolts for Stay: Bolts shall be galvanized steel bolts of the required length and diameter. The
diameter shall not be less than 12 mm. All the necessary bolts, together with nuts and washers, shall
be supplied with each post.
Wire:
(a) Barbed Wire:

Barbed wire shall comply with the requirements of NS: 168 and shall be of mild steel grade, double
strand, unidirectional twist wire, each strand 2.50 mm diameter for use at any height above ground.
The wire shall be either lightly galvanized or fully galvanized, as specified in the Bill of Quantities.
(b) Smooth Wire (Barbless):

Smooth wire (Barbless) shall comply with the requirements of NS: 163 and shall be of the type
specified below: Straining wire shall be 4 mm diameter, lightly galvanized wire. Fencing wire shall be
high tensile grade, 2.24 mm diameter wire, either lightly or heavily galvanized, as specified in the Bill
of Quantities. Typing wire shall be 2.50 mm diameter, mild steel, lightly galvanized wire for tying
fencing wire to standards and droppers, and 1.6 mm diameter, mild steel, lightly galvanized wire for
tying netting and mesh wire to fencing wire.
Manufacturing Tolerances for Wire: Nowhere the actual diameter of the wire shall be less than the
specified diameter by more than the following tolerances:
Specified diameter Tolerances
Up to 1.5 mm ± 0.03 mm
Above 1.5 mm up to 2.5 mm ± 0.04 mm
Above 2.5 mm ± 0.05 mm

(3) Installation of Post and Standard


Straining posts shall be erected at all ends, corners and bends in the line of fences and at all
junctions with other fences. Straining posts not be spaced further apart than shown on the Drawing.
The height of posts above ground shall be such that the correct clearance between the lowest wire
and the ground can be obtained.
Posts shall be accurately set in holes and where shown on the Drawing be provided with concrete
bases to the dimensions shown on the Drawing.

6-164
Holes shall be dug to the full specified depth of the posts.
Corner, end and straining posts shall be braced by means of stay or anchors, as shown on the
Drawing or as directed by the Engineer.
Standards shall be firmly planted into the ground at the spacing shown on the Drawing or as directed
by the Engineer. The spacing of standards between any two straining posts shall be uniform and not
greater than that shown on the Drawing. In hard material standards shall be either driven or set in
holes drilled into the hard material. The size of drilled holes shall be such that a tight fit is obtained.
Care shall be exercised when driving standards in order to prevent buckling or damaging them.
All posts and standards shall be accurately aligned and set to plumb. After posts and standards have
been firmly set in accordance with the fore -going requirements, the fence wire shall be attached
thereto at the spacing shown on the Drawing.

(4) Installation of Wire


The funnel fence is composed of 4 strands of wire. Top and bottom wire shall be barbless and middle
2 strands shall be barbed wire.
All fencing wire shall be wired to the sides of standards or posts in order to prevent the wires from
being displaced and becoming loose. The wire shall be carefully stretched and hung without sag in
true alignment. It shall not be stretched so tightly that it breaks or the end, corner, straining or gate
posts are pulled up.
Each strand of fencing wire shall be securely fastened in the correct position to each standard with
soft galvanized binding wire. The binding wire for each horizontal fence wire shall pass through a
hole in the standard to prevent slipping of the fence wire in a vertical direction, while the ends of the
wire shall be wrapped at least four times around the fencing wire to prevent it from moving in a
vertical direction.
At end, corner, and straining posts the fencing wire shall be securely wrapped twice around the
posts and secured against slipping by tying the end tightly around the wire by means of at least six
snug, tight twists.
Splices in the fencing wire shall be permitted if made in the following manner using a splice tool. The
end of each wire at the splice shall be carried at least 75 mm past the splice tool and wrapped snugly
around the other wire for not less than six complete turns, the two separate wire ends being turned
in opposite directions. After the splice tool is removed the space left by it in the splice wire shall be
closed by pulling the wire ends together. The unused ends of wire shall be cut close so as to leave a
neat splice.
Droppers shall be tied to each fence wire with soft binding wire in the required position as specified
for standards, to prevent slipping in a vertical direction. The spacing of droppers between any two
straining posts shall be uniform. Anchoring to structures shall be done as shown on the Drawing.
The completed fences shall be plumb, true to line with all posts, standards and stays firmly set. The
height of the lower fencing wire above the ground at posts and standards shall not vary by more
than 50 mm from their prescribed relative vertical positions.

6-165
(5) Measurement and Payment
The funnel fencing shall be measured in linear meters inclusive of all excavations, installation of
posts and standards, barbed/barbless wires and other requirements necessary to complete the work
as per this Specification.
The fencing, measured as stated above, shall be paid at the contract unit rate which shall be the full
and the final compensation.

3116 Median Fencing


(1) Scope
This Section covers the construction of median fencing as per the approved contract drawing. The
location of the fencing and the sequence of the construction shall be as directed by the Engineer.
The vertical members, their spacing, foundation excavation and concreting shall be to the required
line and level and specified size shown in the drawing and as per the relevant section in this
specification. Similarly, the horizontal members and the jointing requirement shall be as directed by
the Engineer. The finished surface shall be painted with the 1 coat primer and 2 coats of enamel
painting to the satisfaction of the Engineer.

(2) Measurement and Payment

The finished median fencing as a whole as mentioned above and as shown in the drawing shall be
measured in running meter.
The fencing, measured as stated above, shall be paid at the contract unit rate which shall be the full
and the final compensation as specified in section 112.

3117 Relocation/Re-erection of Electrical Works


Scope of the Work:
The work under this sub section shall be executed under the supervision of the Nepal Electricity
Authority (NEA) and the work under the scope of the BOQ shall comply the requirement in the
Specification followed by the NEA and this can be available in Nepal Electricity Authority, Main
Office, Ratnapark, Kathmandu, Nepal.
The Contractor shall execute the works as mentioned in the various items in the BOQ to the
Satisfaction of the Nepal Electricity and the Engineer.
If the scope of the work is required to be changed as per the relavant Agency’s, ie. NEA’s,
requirement the quantity provided under various items in the BOQ may require to be deleted or
increased. Based on the Agency’s requirement the Contractor shall allow the Agency to carry out
some activities together with their own activities.
Upon the request of the relevant Agency the Contractor may require to carry out some activities
beyond the scope under this BOQ for which the Contractor will receive the payment separately from
the Agency but while doing so the Contractor shall get written approval from the Engineer.
Measurement and Payment:
The works under various items in the BOQ shall be measured in the unit provided under the
respective items and payment will be made with the contract unit price in the respective items in
the BOQ. While carrying out the scope of works under the BOQ supervision shall be made by NEA.

6-166
The supervision charge and shutdown charge (if required) shall be paid from the Provisional Sum.
If there is any change in the scope in the work specified above the additional work measurement
and payment shall be made based on the agreement between the Employer and the Contractor
upon recommendation of the Engineer.

6-167
Appendices:
Appendix1: List of Standards
Appendix2: Notes on Construction and Finishing of Office and Accommodation
Building
Appendix2: Office and Furniture / Equipment for the Employer
Appendix3: Accommodation and Furniture / Equipment for the Employer
Appendix4: Vehicles for the Employer
Appendix5: Survey Instruments required at site
Appendix6: Site Laboratory
Appendix7: Laboratory Equipment
Appendix8: Project Signboard

6-168
Appendix 1: List of Standards

The Contractor shall provide for the use of the Engineer, in accordance with the Specifications,
copies of the latest editions of the following Standards, Publications and Codes of Practice; or copies
of manuals containing details of these Standards: -
TRL ORN 3: A guide to surface dressing in topical and sub-tropical countries
TRLORN18: A guide to the pavement evaluation and maintenance of bitumen –
surfaced roads in tropical and sub-tropical countries
TRLORN31: A guide to the structural design of bitumen – surfaced roads in tropical
and sub- tropical countries.
TRLRR104: Preparation of cut-back bitumen.

NEPAL STANDARDS (NS)


NS163-2045(1988) Method of Test for adhesion of galvanizing of Gabion Wire
NS169-2045(1988) Requirements for mild steel wire (for Gabions)
INDIAN STANDARDS (IS)
IS: 73– 1992 Paving Bitumen Specification
IS: 217-1988 Cutback Bitumen-Specification
IS: 1124-1974 Method of Test for water
absorption, apparent specific
gravity and porosity of natural
building stones
IS: 1597–1992 Code of Practice for
construction of stonemasonry
Part 1 Rubble stone
masonry Part 2 Ashlar
masonry
IS: 2116–1980Sand for masonry mortars
IS: 2250-1981 Method of Test for cement mortar
IS: 2386-1963 Method of Test for Aggregates
Parts 1-6
IS: 2720 Method of Test for Soils
Parts 1-5, 7, 8, 10, 14, 16, 22, 28, 29, 37& 40
BRITISH STANDARDS (BS)
BS: 812-1975 Testing Aggregates

6-169
Part 1: Methods for determination of particle size and shape. Part 2:
Methods for determination of physical properties
BS: 1377 Methods of test for soil for civil engineering purposes
BS: 1881 Methods of testing concrete
Parts 5,101-122,124,125,127,129,201-207 & 209

AMERICAN PUBLICATIONS & STANDARDS (ASTM/AASHTO).

AASHTO Part I: Standard Specification for Materials Part II: Method of Sampling
and Testing
All standards provided shall remain the property of the Contractor on completion of the contract.

OTHER PUBLICATIONS
In addition, the Contractor is to be familiar with and be able to provide, in part or in full or
photocopies where possible, to the Engineer on a temporary basis the latest editions of the
following Standards.
And/or Publications, which are mentioned in the most relevant Sections of the Standard
Specifications for Road and Bridge Works, when so requested.

NEPAL STANDARDS (NS)


NS: 1 –2035(1978) Specification for Burnt Clay Bricks
NS: 40-2040(1983) Specification for High Density Polythene Pipes
NS: 80-2042(1985) Specification for Reinforced Concrete Pipes
NS: 84-2042(1985) Specification for Reinforcing Steel
NS: 112-2042(1985) Specification for Enamel and Non-reflectorized Paint
NS: 163-2045(1988) Specification for Smooth Wire
NS: 168-2045(1988) Specification for Barbed Wire
NS: 190-2045(1988) Specification for Primer Paint
NS: 191-2045(1988) Specification for Reinforcing Steel
NS: 199-2046(1989) Specification for Galvanised Iron (GI)Pipe
NS: 408-2054(1997) Specification for Road Marking Paint
Other relevant NS documents as required by these Specifications.

6-170
INDIAN PUBLICATIONS & STANDARDS
IS: 277-1992 Galvanised Steel Sheets (Plain and Corrugated)
IS: 432-1982 Mild steel and medium tensile steel bar sand hard-drawn steel wire
for concrete rein for cement
IS456-2000 Code of Practice for plain and reinforced concrete
IS: 1079 Steel plate
IS: 1161 Steel tubes
IS: 1566-1985 Steel mesh fabric (for concrete reinforcement)
IS: 1786-1985 High strength deformed steel bars and wires for concrete
reinforcement
IS: 2062-1999 Steel for general structural purpose
IS: 2062-1986 Method of Test for galvanized hardware
IS: 2386 Method of Test for Aggregates
Parts 7 & 8
IS2629-1985 Hot-Dip Galvanising of Iron and Steel
IS: 4031 Method of Test for Cement
Parts 2, 3, 5& 6
IS: 5758:1992 Pre-cast concrete kerbs, channels, edgings and quadrants

Indian Roads Congress (IRC)


Specifications for Road and Bridge Works (Fourth Revision) 2001
IRC:89 Stone for Pitching/ Revetment on Slopes (Clause5.5.5.1) Other relevant IS and IRC
documents as required by these Specifications.
BRITISH PUBLICATIONS & STANDARDS
BS: 12 Specification for Portland cement
Requirements for composition, strength, physical and chemical properties of
four strength classes.
BS: 63 Specification for Single-Sized aggregate for general purposes.
BS: 812 Testing Aggregates
Methods for determination of soluble Chloride Content. Part 117 BS:
1707Specificationforhotbinderdistributorsforroadsurfacedressings
BS: 3049 Pedestrian guard rails(metal)
BS: 3148 Methods of test for water for making concrete (including notes on the
suitability of water)

6-171
BS: 5075 Specification for concrete admixtures/workability agents
BS: 6044 Road Paint
BS: 6088 Reflecting beads (Ballotini)
BS: 6906 Method of Testing Geotextiles
Part 1 - Determination of tensile properties using wide width strips
Part 3 - Determination of water flow normal to the plane of
geotextile under a constant head.
Part 4 - Determination of puncture resistance (CBR puncture test)
Part 6 - Determination of resistance to perforation (Cone drop test)
BS: 7263 Part 1:1990
Pre-cast concrete kerbs, channels, edgings and quadrants
Other relevant BS documents as required by these Specifications.

AMERICAN PUBLICATIONS & STANDARDS (Including ASTM/AASHTO)


ASTM: D5 Bitumen Penetration of bitumen/(asphalt)
ASTM:D6/D1754 Loss on heating of bitumen/ (asphalt)
ASTM:D36 Softening point of bitumen/ (asphalt)
ASTM:D92 Flash and fire points of bitumen/(asphalt)
ASTM:D113 Ductility of bitumen/(asphalt)
ASTM: D2026 Standard specification for cutback asphalt (Slow curing type)
ASTM: D2027 Standard specification for cutback asphalt (Medium curing type)
ASTM: D2028 Standard specification for cutback asphalt (Rapid curing type)
ASTM: D4694 Standard specification for Pavement Falling Weight
Deflectometer(FWD)
ASTM:E950 Standard specification for Road roughness
Other relevant ASTM documents as required by these Specifications.

Asphalt Institute
Manual SeriesNo.2 (MS-2)-Asphalt concrete hot mix manual
Manual Series No.4 (MS-4) - The Asphalt Hand book
Manual Series No.14 (MS-14) - Asphalt cold mix manual
Other relevant Asphalt Institute documents as required by these Specifications.

6-172
Appendix 2: Notes on Construction and Finishing of Office and
Accommodation Building

The following are the essential components for Construction and Finishing of the Office and
Accommodation Building:
The following are the essential components for Construction and Finishing of the Office and
Accommodation Building:
1. The Specification for Building Construction shall be the latest released version of
Standard specifications for Building works issued under Government of Nepal, Ministry of
Urban Development, Department of Urban Development and Building Construction
(DUDBC), and in addition to this “Standard Specifications for Road and Bridge Works-
2073 (with second amendment 2078/2022)”issued under the authority of the
Government of Nepal, Ministry of Physical Planning and Works, Department of Roads can
be used for the items if any excluded in the specification published by (DUDBC)” issued
under the authority of the Government of Nepal, Ministry of Physical infrastructure and
Transport, Department of Roads.
2. The Standard Specifications may be purchased from the Department of Urban Development
and Building Construction (DUDBC), Singhadurbar, Kathmandu, Nepal and Departments of
Roads, Central Road Laboratory, Kupondole, Lalitpur.

3. The contractor shall prepare the detail Architectural and engineering design and
drawing of the buildings based on the conceptual drawing and in close coordination
with Engineer and get approval from the engineer as well as from the concerned
government authorities before commencement of the building. The contractor shall
pay all the taxes/duties for the approval of drawings from the government authorities
for both Accommodation and Office Buildings.
4. The proposed building shall be designed following the RCC frame structure for the
structural member of the building, and shall follow the “NBC-National Building Code-
105/1994, Nepal”
5. The Contractor shall layout and setting out of building and clearance of construction
site and disposal of excavated material at appropriate location.
6. The Contractor shall carried out earthwork in excavation in all types of soil and filling in
trenches and floor with soil and sand as directed by the Engineer.
7. All cement concrete works shall be machined mixed with F3 finished form works and
false works including supply, mixing, placing, compacting and curing as required which
shall comply specification and as directed by the Engineer.
8. The Contractor shall place in position TMT Reinforcement bars including supply, fixing,
cutting, binding with 18 gauge binding wire which shall comply specification and as
directed by the Engineer.
9. The contractor shall carried out stone and brick soling works as required including
providing required material, laying, filling with sand, watering and ramming in true line

6-173
and level as per specification and as directed by the Engineer.
10. For the curtaining of the building the material that will be used are brick, cement and
sand the ratio of the cement sand mortar shall be as directed by the Engineer.
11. For the opening (doors and windows) of the building aluminum and wood will be used
as per the design and drawings and instruction of the Engineer.
Aluminum door and windows shall be fabricated from 15 micron natural or color anodized
Aluminum profiles conforming to IS: 733-1983. The glazing glass shall be clear IAG float glass
or equivalent without any distortion. The window shall be made out of extruded Aluminum
section (Al. Mg.Si.) and shall conform to IS – 63400, AA-6063 unless otherwise directed.
Aluminum sections shall be anodized and the anodic film shall be 12-15 microns. The colors
shall be as directed by engineer. The 2-3 tracks on outer frame of standard size otherwise
directed shall be fixed in the position by using heavy duty plastic grips with necessary plugs
and fillers. All the sliding shutters shall be provided with two ball bearing rollers and ratting
pieces/guides one each at the top and bottom, weather strips all around. Openable window
shall be double weather stripped, one strip shall be provided in outer frame and outer shall
be in the shutter frame. The hinges or stay hinges of open able window shall be strong. Pin
of the hinges shall be of non-corroding materials, preferably nylon/steel. All the joints shall
be mechanically fixed. All the window shutter shall be provided with special locking
arrangement. Glass shall be fixed in the shutter by means of rubber gaskets.
The contractor shall Supply, fabrication and fixing in position of Aluminum door,
window and ventilations made of bronze anodized section including all necessary
accessories such as rollers, weather brush, hook locks, slide lock and pull SS handle,
tower bolt, dual locks, gaskets, floor springs, water drainages, silicon , 5 mm thick glass
& GI fly screens on all openable windows & 9mm thick laminated particle board for
doors with SS handles etc for following sections all complete as per drawing,
specification and approval of engineer..
- Single glazed aluminum window with ventilation of section not less than (101x45x1.5)
mm with all necessary fittings.
- (Main Entrance door with 12mm th. Clear glass) Supply & fixing of aluminum Door
section size 101*45*1.5 mm with all necessary fittings all complete work as per
instruction and drawings.
- Supply & fixing of Aluminum Window (Curtain) without ventilation or with ventilation
section size 101*45*1.5 mm all complete including 5mm glass with all necessary fittings
as per drawing and instructions.
The Contractor shall provide and fixed Salwood Timber Frames in doors and windows
made of specified size and section as per drawing including the cost of protective paint (
i.e. black Japan or equivalent) and holdfast and 40mm thick Fully Paneled Door Shutter
single or double leaf made up of salwood timber including all necessary accessories
such as rollers, weather brush, hook locks, slide lock and pull SS handle, tower bolt, dual
locks, gaskets, floor springs, water drainages, etc for following sections all complete as
per drawing, specification and approval of engineer.

6-174
12. The Contractor shall finish the floor with providing, mixing laying and compacting 38
mm thick (1:2:4 Concrete) screeding on floor and 1:1 cement punning, Vitrified
homogenous tile, glazed porcelain tile on floor and wall, Crema marble tile and marble
of approved colour and approved brand as per specification and approval of engineer.
13. The Contractor shall provide and lay cement sand plaster on vertical outer/inner
surface and ceiling and shall make 1”*3/4” water drip course along the projected ceiling
edge, and fix 12 mm thick decorative pattern gypsum board of size (2”*2”) false ceiling
fixed under the framing of GI channel with necessary hook, clamp in perfect line and
level including the cost of joint filler, PVC tape etc. as per specification and instructed by
engineer.
14. The Contractor shall supply and apply wall putty of approved quality, Two Coat Water
Based Plastic Emulsion Paint on wall and ceiling interior, One Coat of self-primer and
Two or more Coat of Apex ULTIMA or equivalent as Exterior Coating, Enamel Paint on
Steel Surface and Two coat of Enamel paint over one coat of primer on wooden
surfaces and skirting with approved color and proper finishing, as per specification and
approval of site Engineer.
15. The Contractor shall fabricate, supply and fix in position of different type of metal
section & related works by connecting plate, angle iron, MS plate, and making metal
stair case, MS gate, gratings etc. including necessary hole cutting metal grit, welding,
red oxide paint with all necessary fixtures as per drawing specification and instruction
of engineer all complete. (Spiral Staircase, Water tank Stand, Railing for Water Tank
etc.) and 900 mm high 16 gauge stainless steel railing for staircase and varandha with
50 mm dia for King/newal post, 40 mm dia for intermediate/balustars @ 1 to 1.5 m c/c
spacing and one no. 50 mm dia for hand rail on top, and 4 layer of 25 mm dia
horizontal/inclined members with all necessary fixtures and fitting such as brass caps,
necessary hole cutting, metal grip, welding, jointing all complete as per specification &
approval of Engineer.
16. The Contractor shall provide and lay 60 mm thick heavy duty interlocking blocks on 50
mm thick crusher dust with sand filling in joints as per specification & approval of
engineer.
17. The Contractor shall supply, delivery, installation, testing and commissioning of the
Ceiling Mounting/Wall Mounting Fixtures with Fluorescent Tubes/CFL Light Bulbs and
necessary electronics ballast and pushfit bi-pin rotor lamp holder, capacitor, required
connecting terminal, solar lamp fixture with street light pole with 60 W lamp including
battery backup capacity for 24 hr. and required accessories of reputed Brand/
manufacturer of IS Standard as per specification and instructed by the Engineer all
complete.
18. The Contractor shall supply, delivery, installation, testing and commissioning of Ceiling
Fan, Exhaust Fan and Wall Fan with necessary hook, nut bolts, Electronic Regulator and
necessary accessories of reputed Brand\manufacturer of IS Standard as per
specification and instructed by the Engineer all complete.
19. The Contractor shall Supply, Delivery, Installation, Testing and Commissioning of Air

6-175
conditioning system of VRF DC inverter System (HEAT PUMP) WITH POWER SAVING with
fully charged ECO Friendly refrigerant R-410A inclusive of interconnecting power and
control cables, drain pipes, copper tubes, insulation tube, individual wired remote
controllers and supports for indoor units, outdoor units and pipes made of MS angle/ rods
(Make: Mitsubishi Heavy, Daikin or Japanese Equivalent Brand.) as per specifications of the
appropriate capacity (depending upon the size of rooms and temperature variation) as
per specification and instructed by the Engineer all complete.
20. The Contractor shall supply, delivery, installation, wiring, testing and commissioning of
Light and Fan circuit, modular type gang switch plates, make: NORTH-WEST /
SIEMENS/C&S/Legrand/ABB and Distribution board (Distribution board (DB) Ankur
metal or equivalent with busbar Neutral link Earth bar and Din Rail Conforming IS130
32, IS8632, Powder coated 14SWG CRCA sheet steel housing. Geco, North-West, C&S or
equivalent) MCB: Siemens, GE, Legrand as per specification and instructed by the
Engineer all complete.
21. The Contractor shall supply, delivery, installation, conceal wiring, testing and
commissioning of service cable and Drop wires, make: Janta, Prakash, Nepal, Trishakti
or equivalent NS certified Nepali manufacturers, Metal Boxes and copper shoe and
power out let and power circuit wiring with necessary accessories as per specification
and instructed by the Engineer all complete.
22. The Contractor shall supply, delivery, installation, wiring, testing and commissioning of
Telephone and Data points with concealed wiring with necessary accessories as per
specification and instructed by the Engineer all complete.
23. The Contractor shall supply, Delivery, Installation, Testing and Commissioning of CCTV
system with VISTA Box camera with adaptor, IR view distance 25mm Mirror shutter; with
mirror image switchable, white balance; auto, Horizontal resolution; 480 TV line , system
signal , Hikvision Ezviz 8 Channel Wireless NVR X5S with 4 indoor 360 Degree wireless IP
1MP PT CCTV camera (500GB Hdd included) ; NTSC/PAL Blacklight compression
:ON/OFF(Switchable) , AGC; ON/OFF (Canon, Sony, Linx or other reputed manufacturer of IS
standard, 16 Chanel Digital Video Recorder and 17” monitor with necessary accessories as
per specification and instructed by the Engineer all complete.
24. The Contractor shall supply, delivery and installation of Fire Extinguisher of: 6 Kg ABC Stored
Pressure Multi-purpose type Fire Extinguisher with fixing accessories per the drawings,
specifications, electricity rules and instructions all complete. With Following Certification
UL, LPCB, KITE MARKE, NFPA, FM, CE APPROVED. MAKE NAFFCO, ANSUL, KIDDE, 2 Kg ABC
Stored Pressure Multi-purpose type Fire Extinguisher with fixing accessories per the
drawings, specifications, electricity rules and instructions all complete. With Following
Certification UL, LPCB, KITE MARKE, NFPA, FM, CE APPROVED. MAKE NAFFCO, ANSUL,
KIDDE and 2 Kg Clean Agent (236 FA) Type Fire Extinguisher with fixing accessories per the
drawings, specifications, electricity rules and instructions all complete. With Following
Certification UL, LPCB, KITE MARKE, NFPA, FM, CE APPROVED. MAKE NAFFCO, ANSUL,
KIDDE or equivalent manufacturer of IS standard with necessary accessories as per
specification and instructed by the Engineer all complete.

6-176
25. The Contractor shall Supply & erect funnel type earthing having earth electrode of Copper
plate (600 mm X 600 mm X 3 mm ) buried in earth pit 3 meter below ground with 40 kg
charcoal and salt with alternate layers of charcoal & salt, 20mm diameter HDPE Pipe with
Funnel with a wire mesh for watering & bricks masonry block, C.I. Cover complete as per IS:
3043 with necessary length copper earth strip (size: 25 mm X 3mm ) bolted with lug to the
Distribution panel with end socket as per direction & duly tested by earth tester confirming
to IS.
26. The Contractor shall Providing and fix in position SDR 11 (ASTM 2846) Chlorinated Poly Vinal
Chloride (CPVC) pipes with all necessary SDR 11 (ASTM D 2846) and brass mounted fittings,
reducer, socket, union, plug, clamp, crossover, fittings, tee, cross, bend, elbow (male and
female), reducer, socket, union, plug, clamp, omega, transition piece, etc. for complete
installation. Installation of pipes including cutting and Solvent CEMENT: Astm F 493 joining
the pipe making holes on walls and floors and repairing the same to original finish all
complete with testing and ready for operation as per specifications and instruction of the
Engineer.
27. The Contractor shall provide and fix in position CPVC quarter turn ball valve, GM Float Valve
all complete with testing and ready for operation as per specifications and instruction of the
Engineer.
28. The Contractor shall provide and fix in position Hilltake Roof top or equivalent HDPE
overhead heavy duty water tanks of min 1000 ltr capacity for storing water for flushing,
including inlet, outlet, overflow, washout vent pipe including auto sensor water pump of 2
HP and necessary accessories all complete with testing and ready for operation as per
specifications and instruction of the Engineer.
29. The Contractor shall supply, Install and fix in position of 3 nos of solar panel capacity of 300
ltr. (Locally Fabricated) Hot water tank including electric booster with automatic
thermostat, all necessary pipes and fittings and testing and commissioning all complete with
testing and ready for operation as per specifications and instruction of the Engineer.
30. The Contractor shall provide and fix in position SDR 11 (ASTM 2846) CPVC pipes with all
necessary SDR 11 (ASTM D 2846) and brass mounted fittings, reducer, socket, union, plug,
clamp, crossover, fittings, tee, cross, bend, elbow (male and female), reducer, socket, union,
plug, clamp, omega, transition piece, 6mm thick insulation for hot water pipe etc. for
complete installation. Installation of pipes including cutting and Solvent CEMENT: Astm F
493 joining the pipe making holes on walls and floors and repairing the same to original
finish all complete with testing and ready for operation as per specifications and instruction
of the Engineer.
31. The contractor shall provide and fix in position Auto Multi Media Sand Filter with diameter
300mm and flow rate 5 cubic meter per hour and kent Elite II water filter and disinfection
plant with necessary fittings complete with water testing and ready for operation all
complete with testing and ready for operation as per specifications and instruction of the
Engineer.
32. The Contractor shall supply and Installation of Garden Tap including earthwork excavation,
necessary fittings and joinning with main pipe, 20 mm GI pipe of 1200mm length with

6-177
Gunmetal body Garden tap with nozzle and Gunmetal 15mm Globe valve in branch pipe and
ready for operation all complete with testing and ready for operation as per specifications
and instruction of the Engineer.
33. The Contractor shall provide and fix in position of following sanitary items with necessary
fittings complete with testing and ready for operation as per drawings, specifications,
manufacturer’s recommendations and instruction of the Engineer:
33.1 Floor mounted water closets (White Glazed): Hind ware pastel or Parry ware Special
or equivalent constellation cat no 20024 white glazed floor mounted water closets
with "P" or "S" trap with 3 and 6 liters capacity white glazed dual flushing cistern
including CP flushing bend, CP angle valves, CP connector, CP spray, flushing valve
connection to water and soil lines.
33.2 Wall Mounted Wash Basin (White Glazed): Hindware pastel cat no 10036 or
Parryware Special or or equivalent 460mm x 360mm white glazed earthenware wall
mounted wash basin with CI brackets, rubber plug stay and chain, angle valves,
feeder pipes, CP waste pipe, bottle trap connection to water and waste water line.
33.3 Flat Back type Urinal (White Glazed): Large (61X41X38) flat back white glazed
Hindware flat back cat no 60002 white or Parryware flat back cat no C0502 or
equivalent bowl type urinal including 15 mm urinal push angle valve, brackets,
connecting to water and soil lines.
33.4 Bib Cock: Jaquar or equivalent 15 mm CP bib cock for wc, wc spray, wash basin,
shower, ss-sink with water connections to the mains and testing.
33.5 Sink with drain board (Stainless Steel): 18 swg. thick approved stainless steel sink
with double bowl with drain board 62" long & 8" deep size including CI bracket,
rubber plug and chain, angle valves, feeder pipe, CP waste pipe, bottle trap,
connection to water and waste water lines, 15 mm CP Sink Cock.
33.6 Mirror: 600 mm x450 mm belevelled edge 6 mm thick modiguard or equivalent
looking mirror with asbestos backing and CP screws, clips.
33.7 Towel Rod: CP towel rod 1.5 x 60 cm (1/2" x 24") heavy duty with caps and SS screws.
33.8 Robe Hook: heavy duty Jaquar, American Standard or equivalent CP Robe hook.
33.9 Toilet Paper Holder: Porcelain clay toilet paper holder (recessed type) American
standard or equivalent.
33.10 Soap Dish: Jaquar, American standard or equivalent soap dish.
33.11 Glass Shelf: European pattern or American standard or equivalent glass shelf.
33.12 Wash Basin Mixer: 15 mm diameter Jaquar or equivalent CP Single lever Basin Mixer
without popup waste system with 450mm long braided hoses, cat no - 3001B, water
connections and testing.
33.13 Sink Mixture: 15 mm diameter Jaquar wall mounted Sink mixer with swinging spout -
cat no 6309 or equivalent CP sink cock with aerator, water connections and testing.
33.14 Shower Head: Jaquar or equivalent shower head qith arm and flange with cold and

6-178
hot water connections and testing.
33.15 Shower Mixer: European pattern or Jaquar or Marc or equivalent CP shower mixer
with Long body spout, stop cocks, water connections and testing.
33.16 Soil, Waste, Rain and Vent PVC Pipes: Providing, Earthwork excavation, laying and
installation of panchakanya or equivalent uPVC pipes with socket, tee, wai, door
vent, clean out, cowl, reducer, P trap, S trap etc all complete installation, including
laying, cutting, jointing, making holes on walls or floor with sleeves and repairing the
same to original finish all complete with testing and ready for operation.
33.17 Multi floor trap with SS gratings: hunter or equivalent PVC multi floor trap with
stainless steel gratings all complete including waste line connections, cutting floors
and repairing to original position.
33.18 Manhole with CI covers: Construction of manhole for soil, waste water and rain water
lines including excavation, back filling, reinforced concrete foundation, brick masonry
wall, hunching, plaster, punning etc all complete with light CI Cover. Depth of
manhole depending upon site condition upto 3m and gradient of soil and waste lines.
33.19 Anchorage of GI, UPVC and HDPE pipes: GI hanger or brackets for vertically or
horizontally laid pipes with necessary nut, bolt, welding joints, drilling holes through
RCC/masonry structure wherever required, anchor bolt and finish the surface.
34 The Contractor shall construct covered parking space for minimum six (6) vehicle for
office building and four (4) vehicle for accommodation building for the Employer's
vehicles and this covered area shall be connected to the office building by a covered
concrete walkway having a minimum covered width of 1.5 m.
35 The whole compound shall be fenced and gated with chain link fence at least 1.5 m in
height.

6-179
Appendix 3: Office and Furniture/ Equipment for the
Employer

Office for the Employer


Each room shall be fitted with sufficient fluorescent light fittings, ceiling fans with regulators and
electric outlets. The Contractor shall provide one outside telephone line; with necessary extensions
for use in the office. The Contractor shall supply and keep replenished all consumable items.

Furniture and Equipment for the Employer’s Office


The furniture and equipment to be supplied and installed in the offices shall be new, and of
acceptable quality. The furniture may be steel, aluminum, wood or combination of these. The
Contractor should forward details of the items he intends to supply and obtain prior approval from
the Engineer.
The Contractor shall provide, install and maintain the furniture and equipment detailed in the table
below to the satisfaction of the Employer until the Completion of the Contract.
At Contract Completion the Furniture and Office equipment shall become the property of the
Employer.

Furniture and Equipment for the Office of the Employer:

S. Item Description Unit Quantity


No.
1. Executive table 750 mm x 1500 mm with two drawer No 3
on either side
2. Clerk table 750 mm x 1250 mm with two drawer No 2
on either side
3. Secretary table 750 mm x 1250 mm with two drawer No 1
on one side
4. Computer table Purpose made No 3
5. Conference Table 1250 mm x 3000 mm No. 1
6. Cushion Chairs No. 4
7. Arm Chairs with cushion No. 6
8. Computer operator Chairs No. 1
with cushion
9. Swivel Chairs No. 3
10. Steel Almirah 2.0 m high x 1.0 m wide x 0.35m No. 3
deep with shelves and two doors
11. Steel Filling Cabinet With four drawers No. 3
12. Book Shelves 1 m x 2 m x 0.3 m 3 shelves No. 3
13. Electric Heater 3 Kw No. 3
14. Bulletin Board 1.2 m x 2.4 m 1
15. White Magic Board 1.5 m x 1.0 m No. 1
16. Telephone System EPABX One independent outside line No. 1

6-180
S. Item Description Unit Quantity
No.
17. Facsimile Machine No. 1
18. 3 in 1 Printer, photocopier A4 LaserJet Printer or equivalent No.
and scanner complete with connecting cables, 1
software etc
19. Stapler No 56 size heavy duty No. 4
20. Punch 2 holes heavy duty No. 4
21. Pencil Sharpener Table Type No. 4
22. Office Bag No. 4
23. Rain Coats No. 4
24. Desktop Computer of Processor:-Core i5 or above,
Acceptable Brand Memory:- 2 GB or above,
Hard Drive:-500 GB or above, No. 3
Mouse:-USB Optical Mouse,
Keyboard:-USB Standard,
Monitor:-18.5" wide LCD Monitor
25. Flat Bed Scanner Cannon Scan D646UeX No. 1
26. Laptop Processor:-Core i5 or above, Display
:- 14" Diagonal Bright view
Widescreen Display, Memory:- 8 GB No. 2
or above, HDD:- 500 GB or above,
Power backup: minimum 6 Cell
Battery
27. External hard drive 1 TB Capacity No. 3
28. Color Printer A4 size, HP color, LaserJet 2600 or No. 1
equivalent
29. UPS 500 VA, Uninterrupted Power Supply No. 3
for the above computer equipment
30. Switch and Server Network Hub, Lintec Fe 2400 R No. 1
31. Networking for 6 nos No. 1
32. Electric Fan No. 4
33. Fire Extinguisher No. 2
34. First Aid Box No. 1
35. Filing Trays No. 4
36. Stationery Provision of Consumable Items No. As required
37. Waste Paper Basket No. 4
38. Refrigerator 8 cu.Ft. Capacity No. 1
39. Gas Hub With two gas rings complete with No. 1
two gas cylinders
40. Cooking Utensils Complete Sets Set 1
41. Sink Unit Double Basin With cold water taps and waste No. 1
water outlet
42. Crockery Complete set for 12 persons No. 1

6-181
S. Item Description Unit Quantity
No.
43. Cutlery Complete set for 12 persons No. 1
44. Tea Service Complete set for 12 persons No. 1
45. Electric Kettle 2 Liter capacity No. 1
46. Emergency Lantern Rechargeable No. 4
47. Doormats Complete Set No. 1
48. Curtains Complete Set No. 1
49. Cleaning Equipment Toilets Complete Set No. 1
50. Cleaning Equipment Kitchen Complete Set No. 1
51. Micro oven Complete Set No. 1
52. Multi-media projector Complete Set with screen and stand No. 1
53. Diesel Generator/Solar Sound Proof min 15 KVA No. 1

Note: The consumables required for smooth running and maintaining the Office
shall be supplied by the Contractor as per the requirement, and to the
satisfaction, of the Employer and the Engineer.

6-182
Appendix 4: Accommodation and Furniture / Equipment for the
Employer

The Contractor shall provide, install and maintain the furniture, equipment and fittings as shown in
the following table to the satisfaction of the Employer. The items shall be new and subject to the
approval of the Employer.
The Contractor shall provide, install and maintain the furniture and equipment detailed in the table
below to the satisfaction of the Employer until the Contract Completion.
At Contract Completion the Furniture and equipment shall become the property of the Employer.

Furniture and Equipment for the Accommodation of the Employer:

S. Item Description Unit Quantity


No.
A Verandah
1. Verandah Table 2.0 m X 1.0 m No 1
2. Veranda Chair No 6
B Living / Dining Room
1 No. 3 seater, 2 No. 1 seater,1
3. Lounge Suite No. coffee table and 2 Nos.side No 2
tables.
4. Dining Table Formica Topped 2.0 m x 1.2 m No 1
5. Dining Room Chairs Cushioned No 6
6. Occasional table No 2
C Study Room
7. Writing Desk 1.5 m x 0.75 m No 1
8. Chairs No 2
9. Book case 1.0 m x 2.0 m x 0.35 m x 3 shelves No 1
IBM compatible assembled
Computer or equivalent. Intel
Pentium - I5 at 2.66 Ghz core to due
processor, 4 MB Advanced Transfer
10. Desk top Computer L2 Cache 965 Intel Original 1GB DDR- No 1
2 RAM 667 MHZ Intel Extreme
Graphics 129 MB Interated ADI Audio
with Internal Speaker.
11. Computer Table Purpose made No 1
12. Steel Almirah 2.0m high x 1.0m wide x 0.35m deep No 1
with shelves and two doors
13. Steel Filling Cabinet With four drawers No 1
D Bed Rooms
14. Beds (double) With mattress and two pillows. No 1
15. Beds (single) With mattress and two pillows. No 4

6-183
S. Item Description Unit Quantity
No.
16. Bedside Cabinet No 5
17. Wardrobe with fittings 2 m high, 1.0 m wide, 0.35 m deep, No 5
with shelves and two doors
18. Bedside Lamp No 5
19. Mattress covers No 5
20. Pillow Cases No 10
21. Mosquito Nets No 5
22. Waste paper basket No 5
E Pantry
23. Store shelves set No 1
24. Electric Iron and ironing board No 3
25. Pantry Cupboards set No 1
26. Glass Cabinet No 2
27. Refrigerator 8 cu.ft Capacity No 1
28. Water Filter 8 litre capacity No 1
29. Sink Unit with draining board with cold water taps and waste water No 1
outlet
F Kitchen
30. Kitchen Cupboards set No 1
31. Kitchen Table No 1
32. Chairs No 2
33. Sink Unit with draining board with cold water taps and waste water No 1
outlet
with 3 - Heater Rings , Grill and Oven
34. Electric or Gas Cooker complete (with two gas cylinders if No 1
gas).
35. Electric Kettle 2 - litre capacity. No 1
36. Microwave Oven Complete Set No 1
37. Cooking Utensils Complete set for 8 persons Set 1
38. Crockery Complete set for 8 persons No 1
39. Cutlery Complete set for 8 persons No 1
40. Tea Service Complete set for 12 persons No 1
41. Plate Rack No 2
G Watch Person Accommodation No
42. Bed Single with mattress and two No 2
pillows.

43. Wardrobe with fittings 2 m high, 1.0 m wide, 0.35 m deep, No 2


with shelves and two doors
44. Armless Chairs No 2
45. Occasional Table No 1
46. Mattress covers No 2
47. Pillow Cases No 4

6-184
S. Item Description Unit Quantity
No.
48. Mosquito Nets No 2
H General
49. Rugs/blankets No 7
50. Doormats No 8
51. Curtains Complete Set No 1
52. Cleaning Equipment Toilet Complete Set No 1
53. Cleaning Equipment Kitchen Complete Set No 1
54. Cleaning Equipment General Complete Set No 1
55. Diesel Generator/Solar Minimum 10 KVA complete set No 1

Note: The consumables required for smooth running and maintaining the
Accommodation shall be supplied by the Contractor as per the requirement,
and to the satisfaction, of the Employer and the Engineer.

6-185
Appendix 5: Vehicle for the Employer

The type of vehicles the Contractor is required to provide for the exclusive use of the Employer and
his staff shall be in accordance with the Specification and Bill of Quantities and shall be as shown
below:

Vehicle Type 1
New, or nearly new (not more than one year old), five door Station Wagon (including one rear door)
with a diesel engine of at least 2.2(10%) liter capacity, 110 BHP, 28 kgm torque, four-wheel drive, a
minimum ground clearance (unladen) of 180 mm, Air Conditioner, cloth seats, seat belts, locking fuel
cap, spare wheel, power window, central locking, tool kit, tow rope, jump leads, fire extinguisher
and first aid kit.

Vehicle Type 2
New, or nearly new (not more than one year old), “Double Cab” Pick-Up with a diesel engine of at
least 2.2(10%) liter capacity, 110 BHP, 28 kgm torque, four-wheel drive, a minimum ground
clearance (unladen) of 180 mm, Air Conditioner, cloth seats, seat belts, locking fuel cap, spare wheel,
power window, central locking, tool kit, tow rope, jump leads, fire extinguisher and first aid kit.
“Nearly new” means less than one (1) year old and with less than 30,000 km travelled and in general
good condition.
All vehicles shall be of current manufacture and shall be registered in the name of the Contractor
and shall have a guarantee/warranty for a minimum period of one year. It is assumed that the
average running distance is 5,000 km per month for vehicles Type - 1 and Type - 2.
Vehicles will revert to the Contractor when no longer required by the Employer.

Vehicle Type 3
New motorcycle with minimum 150 cc and 4 –stroke engine, with accessories like helmet with visor,
leg guard, gloves, jacket, utility box raincoat and boot.
All motorcycles shall be of current manufacture and shall be registered in the name of the
Contractor
andshallhaveaguarantee/warrantyforaminimumperiodofoneyear.Itisassumedthattheaverage
running distance is 3,000 km per month for motorcycles.
Motorcycles will revert to the Contractor when no longer required by the Employer.

6-186
Appendix 6: Survey Instrument Required at Site

The Contractor shall provide and maintain the following survey instruments and equipment until
Contract Completion or as instructed by the Engineer. The items shall be new or nearly new and
subject to the approval of the Engineer.
At Contract Completion the survey instruments and equipment shall become the property of the
Contractor.
The survey instruments shall for the use of the Engineer’s Representative until Contract Completion.
The Contractor shall supply immediately replacement for damaged/lost items and be responsible for
insurance against theft.

Survey Equipment Required at Site


S. No Description Quantity
1 Total Station with Standard Accessories and Aluminum 1 Set
Tripod prism less
2 3 mtr. 3 Section Aluminum Ranging Rod 4 Set
3 Digital The dolite 1 Set
3 Measurement Tool Kit (with GPS, Laser Distance Meter, 3 Set
Digital Verner Caliper, 5 m steel tape, Protector, Set
squares, Scale etc.)
5 Auto Level with Tripod 3 Set
6 5 mtr 5 Section Levelling Staff 6 Set
7 Clip on Bubble 3 Set
8 50 mtr Nylon Coated Steel Tape 3 Set
9 50 mtr Fiberglass Tape 3 Set
10 30 mtr Fiberglass Tape 3 Set
11 5 mtr Steel Tape 5 Set
12 Field Books/ Note Books As required
13 Other miscellaneous accessories As required

The above equipment are minimum numbers required. Depending upon the actual requirements at
site, the Contractor shall arrange for other and/or additional survey equipment as instructed by the
Engineer.

6-187
Appendix 7: Site Laboratory

1. Scope

The Contractor shall provide and maintain an adequately equipped site laboratory complete with all
manpower, utility services, apparatus, furniture and fittings to undertake the required testing to
assure the quality of the materials and the works.
Site Laboratory shall be fully equipped with a complete set of equipment as indicated in Appendix –
8. The Contractor is responsible for the cost of undertaking all testing necessary for Quality
Assurance purposes. Tests which cannot be carried out in Site Laboratory shall be undertaken by an
outside laboratory acceptable to the Engineer. The Contractor shall be responsible for providing the
vehicles required carrying out day to day (regular) process control testing and collecting the samples
to be tested in Site Laboratory at his own cost.
The Site Laboratory shall be located within 500 m of the site and the laboratory building may be
located at the rented building or newly constructed on rented land or constructed on land on lease
whatsoever shall be available up to the end of the project.
The working table with shelves for storing the equipment, heavy duty working table, and other racks
shall be provided by the Contractor at the laboratory as per the instruction of the Engineer. The
Contractor shall supply desktop computer and A-4 size printer at laboratory for sole use of the
laboratory. First aid kit box, fire extinguisher and other safety appliances shall also be provided at
the laboratory by the Contractor.
In order to operate the site laboratory, the Contractor shall deploy at least the following:
 Generator 20 KVA minimum
 Pickup truck
 Quality Control Engineer – 1No.
 Senior Laboratory Technician-1No.
 Laboratory technician – 2No.
 Laboratory helpers – 6 Nos (minimum but shall supply additional numbers as required)
 Office boy – 1No.
 Security guards (day and night)
2. Description

The Site laboratory shall be newly constructed or rented and furbished to be a laboratory and
provided with amenities including water supply, electric supply etc. as indicated below:
 The laboratory shall be provided with 240 volt, 50 HZ electricity. Lighting and sufficient
electrical outlets shall be provided to the satisfaction and approval of the Engineer.
 A continuous supply of water with a minimum of two sinks with faucets shall be provided.
 The floor of the building shall be concrete suitably sealed and adequate to support operating
test equipment without vibration and undue noise.
 A minimum of 10 meters of work benches, 900 mm high by 750 mm wide, shall be provided.
The work benches shall have tops covered with approved plastic laminate or equivalent shall
contain adjustable shelves and drawers and shall be constructed of concrete / 19 mm
plywood. A minimum of 6 meters of cupboards shall be constructed approximately 600 mm
above the workbenches. These cupboards shall have a minimum of two 450 mm high

6-188
shelves approximately 300 mm deep. All cupboards shall be provided with doors.
 A minimum of four exhaust fans, three ceiling fans with regulators and three opening
windows with blinds.
 The laboratory shall be provided with double entrance doors wide enough to unload
materials from site vehicles into the laboratory. A minimum clear opening of 2 meters shall
be provided.
The laboratory shall be operated strictly under the supervision of the Consultant’s Material Engineer.
The manpower supplied by the contractor for the operation of the site laboratory shall work to the
satisfaction of the Consultant’s Material Engineer and they will use the facilities detailed above
together with the Consultant’s Material Engineer. The Contractor shall provide additional office
space/accommodation for his other staff in addition to the designated laboratory to the Engineer.
The Contractor’s other staff shall strictly be prohibited in using the laboratory space for their
office/accommodation.
Prior to the construction of the laboratory, the Contractor shall obtain written approval from the
Engineer for the proposed construction and arrangement of the laboratory.
Office for Material Engineer
Each room shall be fitted with two 40-watt fluorescent light fittings, ceiling fans with regulators. The
laboratories shall have at least five 5A and two 15A electric outlets. The Material Engineer’s office
shall have minimum required furniture and equipment for the operation of the day-to-day office
works.
The Contractor shall provide the facility for communications between the Consultant’s staff and the
Contractor’s staff.
The Contractor shall supply and keep replenished all consumable items.

6-189
Appendix 8: Laboratory Equipment

The following items of laboratory equipment shall be provided in the laboratory, as a minimum,
however, this does not relieve the Contractor of his responsibility to equip the laboratory with all
equipment needed to perform the full range of tests required by the Specifications:
S. No. Particulars Quantity
General
1 Oven 18” x 18” x 18" Aluminum Chamber 1
2 Platform balance 300 kg 1

3 Electronic Balance Model CH30R11 Capacity 30 kg x 5 gm 1


preferably OHAUS or equivalent

4 Electronic Balance Model CT6000 Capacity 6010 gm x 0.5 gm 1


preferably OHAUS or equivalent

5 Electronic Balance Model NDB110 Capacity 2100 gm x 0.1 gm 1


preferably OHAUS or equivalent
6 Water bath serological 2 rack solar 1
0
7 Mercury Thermometer 250 C 2
0
8 Dial Thermometer 400 C 2
0
9 Mercury Thermometer 50 C 2
Glassware: containers and small tools including;
10 Wet and Dry Thermometer 1
11 Spatulas 200 mm 2
12 GI Wire Zinc coating and diameter test 1
GI Tray
300 mm x 300 mm x 75 mm 6
13
400 mm x 400 mm x 75 mm 6
600 mm x 600 mm x 75 mm 6
14 Aluminum Moisture Container 75 mm x 50 mm 50
15 Rubber Mallet 1
16 Aggregate Steel Scoop (690 mm x 300 mm x 100 mm) 1
17 Aluminum Scoop (125 mm x 200mm x 75 mm) 1
18 Gauging Trowel 2
19 S.S Bowl 2 Lit 2
Volumetric Flasks
1000 ml 2
20
500 ml 2
250 ml 2
Measuring Cylinders
21
1000 ml 2
500 ml 2

6-190
S. No. Particulars Quantity
250 ml 2
Beakers
1000 ml 2
22
500 ml 2
250 ml 3
23 Evaporating Disc 100 mm 3
24 Vernier Caliper 150 mm 1
25 Steel Ruler 300 mm 1
26 Pairs of heat resistant Asbestos hand gloves 2
27 Set of sampling tools all materials 1
28 Set of crowbar, pick, spade and 5 kg hammer, GI Tray 2
29 Gunny bags and plastic bags 50

30 GI Sieve 450 mm dia Size; 75, 69, 63,50, 37.5, 31.5, 25, 20, 14, 16, 1
12.5,
9.5, 6.3, 4.75, Lid and pan set of 16 pcs

31 Brass Sieve 200 mm dia Size; 4, 2.8, 2.36, 2, 1.18mm, 600, 425, 1
300, 150,170, 75 mic,90 mic ,Lid and pan set of 14 pcs

32 Dynamic Cone Penetrometer equipment complete with 2 extra 1


cones and 2 extension rods (set)
33 Water Testing kit (set) 1
34 Organic Content testing kit (set) 1
Soil and Aggregate
35 Sample Splitters (Riffle boxes) 50 mm 1
36 Liquid limit device with grooving tools and counter 1
37 Glass Plate 400mm x 600 mm x 6 mm 2
38 Specific Gravity Bottle 100 ml 1
39 Compaction Mould 100 mm, 150 mm and Rammer 2.5 kg and 4 1
kg
40 Sand Pouring Apparatus 200 mm (sand replacement test) 2
41 Sand Pouring Apparatus 100 mm (sand replacement test) 1
42 Core Cutter Apparatus 1
43 Aggregate Impact Value Test Apparatus 1 set
44 Los Angeles Abrasion Test Apparatus 1
45 Flakiness Test Apparatus 1
46 Elongation Test Gauge 1
47 Standard Measure 30 lit, 15 lit and 3 lit 1
48 Tamping Rod 1
49 Aggregate Crushing Value Test Mold 1
50 Set equipment for specific gravity determination of both 1 set
course and fine graded soils, including ancillary glass ware
including pycnometers, and Guy Lussure type density bottles of

6-191
S. No. Particulars Quantity
Capacity 100 ml.
CBR Apparatus 1
51 CBR Load Frame 1
Dial Gauge (0.01 - 0.25 mm) 5
Annular Weight 2.5 kg 3
Central Hole Weight 2.5 kg 3
CBR Mould 150 mm 9
Perforated Plate Brass 9
Space Disc 9
Penetration Piston 1
Tripod 9
Rammer 2.6 kg 3
Rammer 4.89 kg 3

52 Unconfined Compression Test Apparatus (5 Tonne Capacity plus 1


5 kN, 10 kN and 20 kN Proving Rings)
Bitumen and Bituminous Mixes
53 Penetrometer with standard needle automatic 1
54 Viscometer 1
55 Standard spray trays 12
56 Centrifuge Type land operated bitumen extractor 500 ml 1
57 3 m straight edge 1
58 Camber board and spirit level 2
59 Marshall Stability test Apparatus, complete 1 Set
60 Softening point test (Ring and Ball) 1 Set
61 Flash point Apparatus 1 Set
62 Ductility test Apparatus 1 Set
Cement and Cement Concrete / Mortar
63 Vicat Apparatus 1
64 Slump Test Apparatus 1
65 Concrete Cube Mould 150 mm 18
66 Mortar Cube Mould 75 mm 42
67 Compression Strength Testing Machine 200 tonne capacity 1
68 Compression Strength Testing Machine 50 tonne capacity 1

69 Sand equivalent test set, complete with graduate plastic 1


cylinder, manual or mechanical shaker and stock solution

70 Curing tank for test cubes (2 m x 2 m x 0.75 m) with controlled 1


heating facilities
71 Light weight hammer test 1
The site laboratory equipment and furniture shall become the property of the Contractor when no
longer required by the Engineer unless stated to the contrary elsewhere in the contract.

6-192
Appendix 9: Project Signboard

The Contractor shall provide and erect at the beginning and end of each section of Project road a
signboard approx. 2.50 m wide by 1.80 m high with the wording in Nepali or English.
Final details to be agreed with the Engineer (see drawing).
The board is to be made of galvanised steel; the lettering and border are to be in black on yellow
background. The lower edge of the board shall be at approx. 1.20 m above adjacent ground and shall
be mounted on suitable posts with struts on concrete foundations. The paint to be used shall be
sunshine resistant paint.
The Contractor will be responsible for the repair and maintenance of the signboards up to the
completion of all construction works.
The Engineer will direct the location and placing of the signboards.

GOVERNMENT OF NEPAL
MINISTRY OF PHYSICAL INFRASTRUCTURE AND TRANSPORT
DEPARTMENT OF ROADS
PROJECT DIRECTORATE (ADB),
Bishalnagar, Kathmandu

ASIAN DEVELOPMENT BANK ADB


Project No. 52097- 003-Nep

KAKARBHITTA-LAUKAHI ROAD SECTION OF


EAST-WEST HIGHWAY (SECTION – 2)

CONTRACT NO. :SHEP/OCB/KL/02


CHAINAGE : Km 045+000 to 085+000 Km

CONTRACTOR : xxxxxxxxxxxxxxxxxxxxx

: xxxxxxxxxxxxxxxxxxxxxxxxx

CONSULTANTS : xxxxxxxxxxxxxxxxxxxxxxxxxxxx

: xxxxxxxxxxxxxxxxxxxxxxxxxx

6-193
Section 6C – Environmental, Health and Safety Management
Requirement

A satisfactory code of conduct will contain obligations on all Contractor’s Personnel (including
subcontractors and day workers) that are suitable to address the following issues, as a minimum.
Additional obligations may be added to respond to particular concerns of the region, the location
and the project sector or to specific project requirements. The code of conduct shall contain a
statement that the term “child” / “children” means any person(s) under the age of 18 years.
The issues to be addressed include:
(i) Compliance with applicable laws, rules, and regulations
(ii) Compliance with applicable health and safety requirements to protect the local
community (including vulnerable and disadvantaged groups), the Employer’s Personnel,
and the Contractor’s Personnel (including wearing prescribed personal protective
equipment, preventing avoidable accidents and a duty to report conditions or practices
that pose a safety hazard or threaten the environment). The successful bidder shall comply
with the guidelines such as applicable Environmental Acts & Regulations, ESMF, and
OCCUPATIONAL AND COMMUNITY HEALTH & SAFETY GUIDELINE, etc. stated in ACC and
other relevant sections of Bidding Document.
(iii) The use of illegal substances
(iv) Non-Discrimination in dealing with the local community (including vulnerable and
disadvantaged groups), the Employer’s Personnel, and the Contractor’s Personnel, (for
example on the basis of family status, ethnicity, race, gender, religion, language, marital
status, age, disability, (physical and mental), sexual orientation, gender identity, political
conviction, social, civic, or health status).
(v) Interactions with the local community(ies) members of the local community (ies), and any
affected person(s)(for example to convey an attitude of respect, including to their culture
and traditions)
(vi) sexual harassment (for example to prohibit use of language or behavior, in particular
towards women and/or children, that is inappropriate, harassing, abusive, sexually
provocative, demeaning or culturally inappropriate)
(vii) Violence, including sexual and/or gender-based violence (for example acts that inflict
physical, mental or sexual harm or suffering, threats of such acts, coercion, and
deprivation of liberty)
(viii) Exploitation including sexual exploitation and abuse (for example the prohibition of the
exchange of money, employment, goods, or services for sex, including sexual favors or
other forms of humiliating, degrading or exploitative behavior or abuse of power)
(ix) Protection of children (including prohibitions against sexual activity or abuse, or otherwise
unacceptable behavior with children, limiting interactions towards children, and ensuring
their safety in project areas)

6-194
(x) Sanitation requirements (for example, to ensure workers use specified sanitary facilities
provided by their employer and not open areas)
(xi) Avoidance of conflicts of interest (such that benefits, contracts, or employment, or any
sort of preferential treatment or favors, are not provided to any person with whom there
is a financial, family, or personal connection)
(xii) Respecting reasonable work instructions (including regarding environmental and social
norms)
(xiii) Protection and proper use of property (for example, to prohibit theft, carelessness or
waste)
(xiv) Duty to report violations of this Code
(xv) Non retaliation against workers who report violations of the Code, if that report is made in
good faith.
The Code of Conduct should be written in plain language comprehensible to the workers and signed
by each worker to indicate that they have:

 received a copy of the code;


 had the code explained to them;
 acknowledged that adherence to this Code of Conduct is a condition of employment;
and
 understood that violations of the Code can result in serious consequences, up to and
including dismissal, or referral to legal authorities.
A copy of the code shall be displayed in a location easily accessible to the community and project
affected people. It shall be provided in languages comprehensible to the local community,
Contractor’s Personnel, Employer’s Personnel and affected persons.
Also, please refer the Initial Environmental Examination (IEE) and Environmental Management Plan
(EMP) reports which are attached herewith as separate volumes.
AND
Clause 111 [Environmental Protection Works], Clause 117 [Contractors Establishment on Site],
Clause 122 [Safety Plan and Provisions], Clause 2917 [Appendices for Phase 2].

6-195
Section 6D – Drawings

Provided as Section 6D in a separate volume.

6-196
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

Section 6E: Supplementary Information Regarding Works to Be


Procured

East-West Highway, Kakarbhitta - Laukahi Road Section is a National Highway (H-01) under strategic
road networks of Nepal and lies in Jhapa, Morang and Sunsari districts of Province no 2) of Eastern
Region of the Country.
The road starts from Kakarbhitta (Km 0+000) of Jhapa district and ends at Laukahi (Km 120+620.00)
of Sunsari district. The road has been split into two (3) packages for procurement of works and major
bridges into Two Packages
(i) Package-1 from Km 0+000 to Km 45+000;
(ii) Package-2 from Km 45+000 to Km 85+000;
(iii) Package-3 from Km 85+000 to Km 95+760;
(iv) Package-4 Construction of NINDA, BIRING and KANKAI major bridges
(v) Package-5 Construction of RATUWA, BAKRA and LOHENDRS major bridges
The Works under this Contract (Section-1 from Km 45+000 to Km 85+000) consist of:
Phase 1: Upgrading Works; with Upgrading of existing road from 2-Lanes to 4 Lanes and
Service Lanes, Structures and Construction of Bridges, etc. including Defect
Notification Period; and
Phase 2: Performance Based Maintenance Works; with Maintenance works consisting of all
activities to be carried out to achieve and keep the road assets as defined in the
PBM Specifications on upgraded 4-Lane Kakabhitta- Laukahi Road Section of East-
West Highway.
The Detail Drawings related to the improvement works have been included as Section 6E and
provided in a separate volume. The estimated quantities of individual work items are contained in
the Bill of Quantities. Description of works, materials, and workmanship, methods of testing and
requirement and criteria for acceptance of Works etc. are detailed in the Standard Specifications and
Special Provisions to the Standard Specifications in Sections 6B and 6C respectively. The Bidders shall
make their own investigations, assessment and judgment with regards to the location and quantity
of suitable local construction materials. The Employer shall take no liability for any conclusion
inferred by the Bidder.
The Summary Description of the main works, however, is as follows:
i) Traffic management provisions during construction including the construction of
diversions roads and bridges;
ii) Roadway excavation and formation of embankment for widening of road section and
for geometric improvement of road;
iii) Construction of side drains, retaining structures;
iv) Construction of cross-drainage structures;
v) Construction of sub-base, base and bituminous pavement;
vi) Supply, erection and installation of road safety measures,

6-197
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

vii) Construction of bridges and their elements;


viii) Construction of overpasses, underpasses and fly overs;
ix) Dismantling of existing RCC bridges;
x) Performance based maintenance works to achieve and keep the road assets as
defined in the PBM Specifications, etc.
In addition to above following supplementary information shall apply:
Special Operation Procedure (SOP)
In response to COVID-19, countries across the globe have implemented a range of public health and
social measures, including movement restrictions, partial closure or closure or closure of schools and
businesses, quarantine in specific geographic areas and international travel restrictions. Alike global
condition Nepal is also suffering with rapid transmission of COVID 19 cases in recent days which
seems to be continuous for long run. Asian Development Bank (ADB), Nepal Government (GoN) as
well as World Health Organization (WHO) has established their own measures to be followed for
construction sites. Hence, there are several standard procedures by different organizations to
perform construction work at controlled environment with reduced transmission capability of
COVID-19 in workplace so that construction work will not be vanished. Here the bidder should offer
their modality to work in COVID-19 condition ensuring safe environment in terms of its transmission.
For this purpose, the bidder shall prepare detail SOP based on the best practical and effective
measures considering the guideline of GoN, WHO as well as ADB without limiting to the following
mentioned sectors.
Workplace risk assessment
Please categorize the working areas in to different category based on exposure risk. Low exposure
risk - Workers in this category have minimal occupational contact with the public and other co-
workers.
Medium exposure risk- In areas without community transmission of COVID-19, the scenario may
include frequent contact with persons returning from areas with community transmission.
High exposure risk- jobs or work tasks with high potential for close contact with people who are
known or suspected of having COVID-19, as well as contact with objects and surfaces possibly
contaminated with the virus.
Measures for All Workplaces
Include your proposal for preventing transmission of COVID-19 that apply to all workplaces and all
people at the workplace, such as employers, managers, workers, contractors, customers and visitors,
include the following:
Broad provisions for preventing transmission through following measures.

 Hand hygiene
 Respiratory hygiene
 Physical distancing
General provision for Preventing Transmission in Office

 Reduce and manage work-related travels

6-198
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

 Regular environmental cleaning and disinfection


 Cleaning and disinfecting office
 Office arrangement
 Staff management
 Staff behavior
I. Physical Distancing
II. Personal Hygiene
III. Meeting Etiquette
IV. Visiting Site or Client's Office
Commencement of Work in Construction Sites

 Preparation before work


 Procedure to be followed at entry
 Measure to minimize worker and community contact
 Restriction of workers movement outside the camp
 Disinfection of plant machineries
 Batching plant site (enclosed area)
 Manage delivery Zones
 Manage storage area
 Personal protective equipment
 Manage workers accommodation (permanent and make-shift camps)
I. Camp Arrangements
II. Kitchen and Dinning
III. Toilets
IV. Changing Facilities and Showers
Emergency Handling Protocol (Covid-19)
 Emergency response team
 Preparedness for emergency
 Emergency protocol for symptomatic case
 Management of people with COVID-19 or their contacts
Specific Measures for jobs Based on Risk Level

 Workplace and jobs at medium risk


 Workplace and jobs at high risk
SOP Implementation, Internal Monitoring and Reporting Mechanism

 Organogram for SOP implementation


 Internal monitoring and reporting mechanism
 Risk communication, training, and education
 Right, duties and responsibilities of workers and employers.

6-199
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

Section 6F – Personnel Requirements: Phase 1

Phase 1: Upgrading Works


Using Form PER-1 and PER-2 in Section 4 (Bidding Forms), the Bidder must demonstrate that it has
Personnel who meet the following requirements:

Total
Similar Experience
S. Required in Similar
Position Minimum Qualification Work
No. Nos. Position[ye
Experience
[years] ars]
Contract Manager / MSc in Civil Engineering/
Contractor’s Construction 10 3
1 Representative1 1 Management
2 Site Engineer 3 BE in Civil Engineering 7 3
Quality Control BE in Civil Engineering
3 Engineer 2 7 3
Environment BE in Civil
Safeguard/ Safety / Environment
4 Engineer 1 Engineering 5 3
Diploma in Civil
Sub Engineers Engineering or
5 4 equivalent 5 3
Senior Lab
Senior Laboratory
6 1 Technician or Sub- 5 3
Technician
engineer

The Bidder shall provide details of the proposed personnel and their experience records in the
relevant Information Forms included in Section 4 (Bidding Forms).
All submitted curriculum Vitae should be duly signed by the concerned person.
1 Note:
(i) The Contract Manager/ Contractor’s Representative shall require being the Senior
Employee from the Bidder (or in case of JV, the partner who meets the major requirement
of experience in Contracts of Similar Size and Nature) and working with the firm for at least
three year prior to the bid submission deadline; and
(ii) The Contract Manager / Contractor’s Representative shall be at the site location during the
period of Upgrading Works. If the personnel is to be temporarily absent during the period,
a suitable replacement shall be temporarily appointed, subject to the Engineer’s prior
consent. However, the temporary appointment shall not be valid if each absent period
exceeds 21days with the cumulative period of more than 42 days within a one-year period.

6-200
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

Section 6F – Personnel Requirements: Phase 2

Phase 2: Performance Based Maintenance Works


Using Form PER-1 and PER-2 in Section 4 (Bidding Forms), the Bidder must demonstrate that it has
Personnel who meet the following requirements:

Total Similar Experience


S. Required Minimum Work in Similar
No. Position Nos. Qualification Experience Position[year
[years] s]
Contract Manager / MSc in Civil
Contractor’s Representative Engineering/
1 1 Construction 7 5
Management
Performance Manager
BE in Civil
2 1 5 2
Engineering

Maintenance Engineer
BE in Civil
3 1 5 2
Engineering

Diploma
in Civil
4 Sub Engineers 2 Engineeri 3 2
ng or
equivalent
Performance Based Road
Maintenance Expert (part
5** 1
time)

The Bidder shall provide details of the proposed personnel and their experience records in the
relevant Information Forms included in Section 4 (Bidding Forms).
All submitted curriculum Vitae should be duly signed by the concerned person.
** The successful bidder shall deploy a Performance Based Road Maintenance Expert (part time),
who has extensive experience in PBM Works to coach and train the staff of the contractor and
subcontractors in the planning, execution and monitoring of the performance based maintenance
works.

6-201
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

Section 6G – Equipment Requirements: Phase 1

Phase 1: Upgrading Works


Using Form EQU in Section 4 (Bidding Forms), the Bidder must demonstrate that it has the
key equipment listed below:

S. No. Equipment Type and Characteristics Minimum Number


Required
1 Excavator ( > 0.50 m3) 4
2 Loader ( > 1.5 m3) 3
3 Motor Grader ( > 100 HP) 3
Two Stage Stone Crusher Plant (production > 60 cu m
4 3
per Hr)
5 Water Bowser ( > 5,000 liters) 4
6 Bitumen Distributor ( > 4,000 liters) 3
7 Pneumatic Roller ( > 8 Ton) 3
8 Steel Roller (> 8 Ton) 2
9 Tipper Truck ( > 5 cu m) 16
10 Vibrating Roller ( > 10 Ton at static condition) 3
11 Concrete Batch Plant ( > 50 m3/hour) 2
12 Concrete Mixer Truck: ( > 6 m3 ) 8
13 Asphalt Plant ( > 100 tonne/hour) 2
14 Asphalt Paver with Electronic Sensor ( > 3.0 m) 2
15 Tandem Roller ( > 8 tonne) 2
16 Crane ( > 50 tonne) 2

The Bidder shall provide further details of proposed items of equipment using the relevant
Form in Section 4 (Bidding Forms).
Ownership attestation documentation for each item of equipment and, where, relevant, the
original leasing agreements should be attached.
Resources committed by the Bidder should be physically mobilized at site throughout the
contract period.
All equipment to be proposed for this project shall not be over 15 years from its production date.

6-202
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

Section 6G– Equipment Requirements: Phase 2

Phase 2: Performance Based Maintenance Works


Using Form EQU in Section 4 (Bidding Forms), the Bidder must demonstrate that it has the
key equipment listed below:

S. No. Equipment Type and Characteristics Minimum Number


Required
1 Excavator ( > 0.50 m3) 1
2 Loader ( > 1.5 m3) 2
3 Water Bowser ( > 5,000 liters) 1
4 Bitumen Distributor ( > 2,000 liters) 1
5 Tipper Truck ( > 5 cu m) 3
6 Vibrating Roller ( > 10 Ton at static condition) 1
7 Tandem Roller ( > 8 tonne) 1
8 Mini Asphalt Plant 1
9 Concrete Mixer Portable (1 bag) 1
10 Portable Air Compressor 1
11 Rammer Compactor 1
12 Generator Set 1
13 Flood Lights set 1
14 Truck Mounted Crane ( > 20 tonne) 1

The Bidder shall provide further details of proposed items of equipment using the
relevant Form in Section 4 (Bidding Forms).
Ownership attestation documentation for each item of equipment and, where, relevant,
the original leasing agreements should be attached.
Resources committed by Bidder should be physically mobilized at site throughout the
contract period.

6-203
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

Section 6H: Check list for OCHS including arrangement for


protection against COVID-19

S.N Description Yes No N/A Remarks


PRELIMINARIES

OCCUPATIONAL SAFETY & HEALTH

1 Part 1 General

1.1 Preparation and submission of safety and health plan.


The preparation and submission of the Safety and Health Plan
comprising with but not limited to;
a. Description of project
b. Site project organization structure
c. Arrangements for controlling significant site risks, and;
d. Detail - Refer item 1.1 in Occupation Safety and Health
Specification

1.2Approval of Temporary Works

Upon request from the engineer the contractor shall submit and
get approval for the following works
a) Formwork and support system
b) Scaffolding
c) Support for stability of structure where adjoining area to be
excavated or piled
d) Loading platform
e) Material and passenger hoist
f) Tower crane foundation

1.3 Workplace Safety and Health Officer (WSHO)

Full time competent Workplace Site Safety and Health Officer for
the entire duration of the contract for Contractor Class IV, Class V
and Class VI.

1.4 Medical Check Up

Conduct health fitness by a medical officer at least on yearly basis


to ensure their operator/workers are in good health before and
during their engagement in the period of contract.

1.5 Personal Protective Equipment

Provide, maintain and replace any damage personal protective


equipment as per specification to all employees.

6-204
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

S.N Description Yes No N/A Remarks


Provide, maintain and replace any damage; the following personal
protective equipment during the construction period (Minimum 20
Numbers/pairs for visitors only).

a) Eye and face protection


b) Fall protection (Harnesses, lanyards, lifeline, safety belt)
c) Foot protection (Safety shoes/boots)
d) Hand protection (suitable glove - pair)
e) Head protection (safety helmet)
f) Hearing protection
g) Respiratory protection
h) Protective clothing
i) Protection against radiant energy (filter lenses)
j) Others (please specify)

Note: The quantity of the PPE priced here is the minimum quantity
provided for PWD or other visitors who enters the worksites and
may varies depending on project size.

1.6 Safety and Health Training & Briefing

Conducting briefings and induction course to each worker and any


related courses that required for the entire project.

Plan and conduct relevant safety and health training plan as per
site requirement.

a) Site safety and health induction course for site personnel.


b) Site health and safety induction for approved visitors.
c) Fire fighting.
d) Emergency preparedness, respond and evacuation.
e) Tool box meetings/briefing (once a week at site).

1.7 Hazards Identification Risk Assessment And Risk Control


(HIRARC)

Prepare and undertake Hazards Identification, Risk Assessment


and Risk controls (HIRARC) for all construction activities.

1.8 Monthly Report

Printing/copying, papers, inks, binding or related cost in providing


the monthly report within the contract period inclusive of any
investigation expertise.

1.9 Notification of Accidents, Dangerous Occurrences,


Occupational Diseases

6-205
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

S.N Description Yes No N/A Remarks


Provision for Accident / Incident Investigation Report inclusive for
the cost to engage if there is any third parties involve (competent
person / specialist) to investigate any accident at workplace.

1.10 General Signage


Safety signage at workplace to ensure the workers and the public
are aware about safety within the contract period. At least one (1)
each for each safety signage and it is mandatory for standard MOD
safety signage – refer Ministry of Development Health Safety and
Environment Manual.

Provide, install and maintain the following approved 1.067m (3.5ft)


x 1.524m (5ft) as per Ministry of Development safety warning
signs. Others warning signs but not limited to :

a) Keep Site Clean


b) No Open Burning
c) Emergency exit routes
d) Any other safety signs as instructed and approved by the S.O.
(please specify)

1.11 Site Safety and Health Information Board

Provide at least one (1) information board to update any HSE


information to the employee at worksite.

Provision and maintenance of Safety and Health information board


(min area 2.9 sq m) including regular updating of safety and health
information.

1.12 First Aid Facilities.


A trained first-aider for any minor accident and first aid
arrangement in case of any accidents at the workplace. This
includes providing complete set of first aid kit for office and
quarters within the period of contract. Minimum requirement to
be at site are two competent / trained First Aider and two
complete first aid kits.
a) To provide suitable two (2) trained person to attend first-aid
treatment.

b) To provide and maintain first aid kit.

1.13 Portable Fire Extinguisher.

Provide enough fire extinguishers at the workplace. The locations


of the fire extinguishers include the site office, quarters and
standby for any hot works activities within the contract period. The
cost also includes the maintenance and training of the use of
equipment. At least one unit for office, two units for each quarters
and one unit standby for hot work area.

6-206
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

S.N Description Yes No N/A Remarks


Provision and maintenance of approved fire extinguisher to be
provided for around each 200m2 of floor space with a minimum of
one per floor at designated area.

Part 2 Amenities and Facilities (Construction Site and Site


2
Accommodation)

2.1 Toilets

Provide, maintain and the dislodging of toilets for workers.


Toilet shall be connected to a sewer / temporary septic tank with
the approval of the relevant competent authority. Contractor shall
estimate the number of workers for entire project and at least 1
toilet per every 25 workers. For every 100 workers, there should
be 4 numbers of toilet.

2.2 Temporary Structures and Sanitary conveniences at


construction worksites

Temporary site office with adequate lighting and ventilation.

Living quarters with a room space of not less than 10 cubic meters
shall be provided for each worker. It shall be adequately lit and
ventilated. Sanitary facilities in the ratio of 1 water closet, 1
shower and 1 wash basin for every 25 workers or less shall be
provided. The toilet facilities shall be connected to a
sewer/temporary septic tank.

2.3 Temporary rest area

Provide and maintain rest area for the workers and site staff with
safe area, ventilated and lighted.

2.4 Lighting

Provide adequate lighting in dark environment at work areas,


access and egress.
Note: Dark environment with inadequate lighting (access to upper
floor, tanks, any confined space, etc).

2.5 Ventilation

Provide mechanical ventilator in areas where natural ventilation is


not possible and in accordance to the specification. Areas which
requires constant air circulation which involves fumes and smoke
e.g. generator, welding activities, confine space, etc.

3 Part 3 Prevention of fall at Workplace

6-207
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

S.N Description Yes No N/A Remarks


3.2 Safety nets

Install and maintain safety net as close as possible to the working


level. Should it be on the outside of the structure, the outer edges
should be higher that the inner edge. Contractor to calculate the
area to be close/cover base on the proposed design of the
building.

3.3 Individual fall arrest systems

Fall arrest systems must be provided for every workers working at


height above 1.8m. Double lanyards to be equipped on the safety
harness.

Provide, anchor /install and maintain individual fall arrest systems


that includes :

a) Inertia reel systems;


b) Safety harness;
c) Lanyards; and
d) Static lines

3.6 Ladders

Supply, install and maintain suitable lockable step ladder spreader


bars on both sides connected to the front and rear stiles. All
ladders must be specified with its certification standards.

Note: Home-made ladders are forbidden and must be removed


from site.

3.7 Scaffolding for Temporary Working Platform, Access and


Egress

Scaffold board should not be less than 225mm wide. Working


platforms for men without materials or only for passage of
materials must be 500mm width. For men and materials provided
there is 800mm width, provided there is 430mm left clear for the
passage of men or 600mm if barrows are used. Toe-board must be
fitted in conjunction with all guard rails, a minimum height of
150mm.

Erect, maintain and dismantle suitable scaffolding for temporary


working platform including access and egress.

3.9 Safety Signage

Provide the safety signs at workplace to ensure awareness for


workers and public as per MOD HSE Manual.

6-208
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

S.N Description Yes No N/A Remarks


Provision for the following safety signage but not limited to:

a) Beware of falling object


b) Use safety harness
c) Use safe access and egress
d) Beware of openings
e) Use rubbish / debris chute

S.N Description Yes No N/A Remarks


4 Part 4 Electrical

4.1 Reports

Submission of regular safety inspection and maintenance reports


on electrical distribution box, switch box, temporarily wiring and
generator set both indoors and outdoors on weekly basis.

4.2 Electrical Safety Signage

Provide electrical safety signs at workplace to ensure workers and


public aware about electrical safety within the contract period.

Provide, install and maintain the following approved 300mm x


400mm safety warning signs but not limited to:

a) BEWARE ELECTRICITY
b) USE ELECTRICITY SAFELY
c) USE SAFE ELETRICAL TOOLS
d) BEWARE OF OVERHEAD CABLE
e) Others ( please specify )

4.3 Inspection of equipment

Inspection of all electrical tools and equipment prior to their first


use at site and throughout the contract period.

5 Part 5 Hazardous Chemicals and Materials

5.1 Chemical Health Risk Assessment

a) Prepare a Chemical Register for all hazardous chemical to


health used in the place of work inclusive of updating during the
contract period.

b) Carry out Chemical Health Risk Assessment by a registered


assessor.

c) Develop control measures and policies to ensure the hazardous


chemical to health are handled and used safely inclusive of
updating during the contract period but not limited to :

6-209
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

S.N Description Yes No N/A Remarks


i. Handling
ii. Correct and safe storage
iii. Transportation procedure
iv. Disposal procedure include schedule waste

5.2 Labeling and Storage

Provision of labeling, control and safe storage area for hazardous


material at site to the requirement of the authority.

5.3 Personal Protective Equipment

Suitable PPE for handling hazardous chemical at workplace as per


MOD HSE Manual.

Provide the following PPE for visitors/inspectors and other


personnel working with hazardous chemical but not limited to:

i. Goggles
ii. Mask
iii. Gloves
iv. Suitable full-face mask (where necessary)
v. Protective clothing (where necessary)

5.4 Waste Disposal


The cost for handling any chemical waste as required including
proper arrangement by the approved contractor (third party).
Handle, transport and disposal of schedule waste by licensed /
approved contractor to the requirement of the authority.
5.5 Hazardous chemical training and handling

Provisions to provide the following:

a) Training of hazardous chemicals on site


b) Monitoring of exposure hazardous chemical on site
c) Health surveillance for workers expose to the hazardous
chemical on site

6 Part 6 Special Work Situations

6.1 Traffic movement within site

c) Provision of the following to be used by the worker and flagman


but not limited to :
i. Reflective safety vast.
ii. Dust mask
iii. Traffic control baton light
iv. Flags (Both Green and Red flags)
v. Any other suitable PPE

6-210
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02 Part II- Employer’s Requirements

S.N Description Yes No N/A Remarks

6.2 Excavations (more than 1.5m deep)

The cost to ensure safety and proper arrangement for any


excavation activities at workplace by providing all the following
items within the contract period. Minimum one (1) no. per item
when the excavation is more than 1.5m deep.

a) Provision for the designing of safe strutting for deep excavation


work by professional.

b) Provision for the competent / designated person to supervise


the excavation work.

c) Provision for the protection and barricading the excavated


work.

d) Provide, install and maintain an approved hazard warning


lights for the excavated area during the night.

6.3 General Demolition Works

j) Provision of the following personal protective equipment (PPE)


to be used by visitor/inspectors on site during demolition works,
but are not limited to :

i. Goggle
ii. Dust mask
iii. Ear protection
iv. Gloves
v. Any other PPE

6-211
Government of Nepal
Ministry of Physical Infrastructure and Transport
Department of Roads
Project Directorate (ADB)
Bishalnagar, Kathmandu, Nepal

SASEC Highway Enhancement Project (SHEP)


(ADB Project No. 52097-001)

Kakarbhitta – Laukahi Section of East-West Highway (H01)


Package – 2: Ch 045+000 to Ch 085+000

Contract No. SHEP/OCB/KL/02

Phase 1: Upgrading Works


(Upgrading of existing road from 2-Lanes to 4 Lanes and Service Lanes,
Structures, Bridges, etc. including Defect Notification Period)

Phase 2: Performance Based Maintenance Works


(Maintenance works consisting of all activities to be carried out to
achieve and keep the road assets as defined in the PBM Specifications)

Bidding Document
Part III Conditions of Contract
Section7 General Conditions of Contract
Section8 Particular Conditions of Contract
Section9 Contract Forms

June, 2022

.
Preface
This Bidding Document for the Procurement of Works (Single Stage – Two Envelope) has been
prepared by the Government of Nepal, Ministry of Physical Infrastructure and Transport,
Department of Roads, Project Directorate (ADB) and is based on the Standard Bidding Document
for the Procurement of Works (SBD Works) issued by the Asian Development Bank dated
December 2021.

ADB’s SBD Works has the structure and the provisions of the Master Procurement Document
entitled “Bidding Documents for the Procurement of Works”, prepared by multilateral
development banks and other public international financial institutions, except where ADB-
specific considerations have required a change.
SASEC Highway Enhancement Project (SHEP) Summary Description
Bidding Document Contract No. SHEP/OCB/KL/02

Table of Contents - Summary Description


PARTI BIDDINGPROCEDURES
Section 1 - Instructions to Bidders (ITB)--------------------------------------------- 1-1
This Section specifies the procedures to be followed by Bidders in the
preparation and submission of their Bids. Information is also provided on
the submission, opening, and evaluation of bids and on the award of
contract.
Section 2 - Bid Data Sheet (BDS) ------------------------------------------------------ 2-1
This Section consists of provisions that are specific to each procurement
and supplement the information or requirements included in Section 1 -
Instructions to Bidders.
Section 3 - Evaluation and Qualification Criteria (EQC) ------------------------ 3-1
This Section contains the criteria to determine the lowest evaluated bid
and the qualifications of the Bidder to perform the contract.
Section 4 – Bidding Forms (BDF) ------------------------------------------------------ 4-1
This Section contains the forms which are to be completed by the Bidder
and submitted as part of his Bid.
Section 5 – Eligible Countries (ELC) --------------------------------------------------- 5-1
This Section contains the list of eligible countries.

PARTII REQUIREMENTS
Section 6 -Employer’s Requirements (ERQ) ------------------------------------------ 6-1
This Section contains the Specifications, Drawings, and Supplementary
Information that describe the Works to be procured, Personnel
Requirements, and Equipment Requirements.

Section 6A – Summary of Description of Works--------------------------------------


This Section contains the summary list of main works to be executed
under the contract. Specification, Special provisions and, the Drawings,
that describe the Works to be procured.

Section 6B – Standard Specifications----------------------------------------------------


This document has been issued under the authority of the Government of
Nepal, Ministry of Physical Planning and Works, Department of Roads
(2016 with amendment 2018), it can be purchased from the Central Road
Laboratory, Chakupat, Lalitpur.

Section 6C – Special Provisions


This section contains amendments, supplements, etc. to the standard
specifications to suit the specific requirements of the project, including
sections regarding Minor Bridges and PBM works.

Section 6D – Environmental, Health and Safety Management


Requirement
This section provides the Environmental, Health and Safety Management
Requirement
SASEC Highway Enhancement Project (SHEP) Summary Description
Bidding Document Contract No. SHEP/OCB/KL/02

Section 6E – Drawings
The drawings are presented in a separate volume.

Section 6F Supplementary Information Regarding Works to Be Procured


This section provides the supplementary information regarding the
works

Section 6G– Personnel Requirements


This section provides the information on Personnel Requirements.

Section 6H – Equipment Requirements


This section provides the information on Equipment Requirements.

Section 6I- Check list for OCHS including arrangement for protection against
COVID-19
This section provides check list for OCHS

PART III CONDITIONS OF CONTRACT AND CONTRACT FORMS


Section 7 - General Conditions of Contract (GCC) ------------------------------------ 7-1
This Section contains the general clauses that govern the Contract. These
General Conditions shall be the Conditions of Contract for Construction,
Multilateral Development Bank Harmonized Edition, prepared by the
Fédération Internationale des Ingénieurs-Conseil (FIDIC June 2010 MDB
version). These Conditions are subject to the variations and additions set
out in Section 8 (Particular Conditions of Contract).

Section 8 - Particular Conditions of Contract (PCC) ---------------------------------- 8-1


This Section contains provisions which are specific to each contract and
which modify or supplement the GCC. Whenever there is a conflict, the
provisions herein shall prevail over those in the GCC.

Section 9 - Contract Forms (COF) ---------------------------------------------------------- 9-1


This Section contains forms, which, once completed, will form part of the
Contract. The forms for Performance Security and Advance Payment
Security, when required, shall only be completed by the successful Bidder
after contract award.
SASEC Highway Enhancement Project (SHEP)
Bidding Document Contract No. SHEP/OCB/KL/02

Table of Contents

SECTION 7: GENERAL CONDITIONS OF CONTRACT ----------------------------------------------------- 7 -1

SECTION 8: PARTICULAR CONDITIONS OF CONTRACT ------------------------------------------------ 8 -1

PART A: CONTRACT DATA ----------------------------------------------------------------------- 8 -1

PART B: SPECEFIC PROVISIONS ---------------------------------------------------------------- 8 -13

APPENDIX – 1: INITIAL ENVIRONMENTAL EXAMINATION


APPENDIX – 2: ENVIRONMENTAL MANAGEMENT PLAN
APPENDIX – 3: RESETTLEMENT PLAN
APPENDIX – 4: GENDER EQUITY AND SOCIAL INCLUSION PLAN

SECTION 9: CONTRACT FORMS------------------------------------------------------------------------------- 9 -1

Notice of Intention for Award of Contract .................................................... 9 -2


Letter of Acceptance ...................................................................................... 9 -3
Contract Agreement ...................................................................................... 9 -4
Performance Security .................................................................................... 9 -5
Advance Payment Security ............................................................................ 9 -6
SASEC Highway Enhancement Project (SHEP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHEP/OCB/KL/02

Section 7 - General Conditions of Contract


Ministry of Physical Infrastructure and Transport
Department of Roads
Project Directorate (ADB)

Kakarbhitta – Laukahi Section of East-West Highway (H01)


Package – 2: Ch 045+000 to Ch 085+000

Contract No. SHIP/OCB/KL/02

The Conditions of Contract consists of two parts, this Section 7 (General Conditions of Contract) and
the following Section 8 (Particular Conditions of Contract).

The General Conditions shall be the Conditions of Contract for Construction for Building and
Engineering Works Designed by the Employer, Multilateral Development Bank Harmonized Edition,
prepared by the Fédération Internationale des Ingénieurs-Conseil, or FIDIC (FIDIC MDB Harmonized
Construction Contract) available at FIDIC MDB June 2010. The FIDIC MDB Harmonized Construction
Contract is exclusive for the use of ADB Borrowers and their project implementing agencies as
provided under the License Agreement dated 9 June 2005 and its amendment to the said
Agreement dated 29 June 2020, and 11 October 2021, between ADB and FIDIC, and, consequently,
no part of this publication may be reproduced, translated, adapted, stored in a retrieval system or
communicated, in any form or by any means, whether mechanical, electronic, magnetic,
photocopying, recording or otherwise, without prior permission in writing from FIDIC, except by the
Employer identified in the contract and only for the exclusive purpose of preparing bidding
documents for ADB-financed contracts.

The standard text of the General Conditions chosen must be retained intact to facilitate its reading
and interpretation by Bidders and its review by ADB. Any amendments and additions to the GCC,
specific to the contract in hand, should be introduced in Section 8 (Particular Conditions of
Contract), Part A (Contract Data) and Part B (Special Provisions). Clause numbers in the Particular
Conditions of Contract (PCC) correspond to those in the General Conditions of Contract (GCC). As
per GCC 1.5 (Priority of Documents), the PCC takes precedence over the GCC.

Part A (Contract Data) of the PCC includes data to complement the GCC in a manner similar to the
way in which the Bid Data Sheet (BDS) complements the Instructions to Bidders (ITB).

Part B (Specific Provisions) is to be used to introduce country- or project-specific provisions, if so


required. Whoever drafts the Specific Provisions should be thoroughly familiar with the provisions
of the GCC and with any specific requirements of the Contract. Legal advice is recommended when
amending provisions or drafting new ones.

The Conditions of Contract have been prepared for an ad measurement (unit price or unit rate) type
of contract and cannot be used for other types of contracts.

7-1
SASEC Highway Enhancement Project (SHEP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHEP/OCB/KL/02

APPENDIX
General Conditions of Dispute Board Agreement

1. Definitions Each “Dispute Board Agreement” is a tripartite agreement by and between:


(a) the “Employer”;
(b) the “Contractor”; and
(c) the “Member” who is defined in the Dispute Board Agreement as being:
(i) the sole member of the "DB" (or “dispute board”) and, where this is the case,
all references to the “Other Members” do not apply, or
(ii) one of the three persons who are jointly called the “DB” and, where this is the
case, the other two persons are called the “Other Members.”

The Employer and the Contractor have entered (or intend to enter) into a contract, which
is called the "Contract" and is defined in the Dispute Board Agreement, which
incorporates this Appendix. In the Dispute Board Agreement, words and expressions
which are not otherwise defined shall have the meanings assigned to them in the
Contract.

2. General Unless otherwise stated in the Dispute Board Agreement, it shall take effect on the latest
Provisions of the following dates:
(a) the Commencement Date defined in the Contract,
(b) when the Employer, the Contractor, and the Member have each signed the Dispute
Board Agreement, or

(c) when the Employer, the Contractor and each of the Other Members (if any) have
respectively each signed a dispute board agreement.

This employment of the Member is a personal appointment. At any time, the Member
may give not less than 70 days’ notice of resignation to the Employer and to the
Contractor, and the Dispute Board Agreement shall terminate upon the expiry of this
period.

3. Warranties The Member warrants and agrees that he/she is and shall be impartial and independent
of the Employer, the Contractor, and the Engineer. The Member shall promptly disclose,
to each of them and to the Other Members (if any), any fact or circumstance, which might
appear inconsistent with his/her warranty and agreement of impartiality and
independence.

When appointing the Member, the Employer and the Contractor relied upon the
Member’s representations that he/she is
(a) experienced in the work, which the Contractor is to carry out under the Contract;
(b) experienced in the interpretation of contract documentation; and
(c) fluent in the language for communications defined in the Contract.

4. General The Member shall


Obligations of
the Member (a) have no interest, financial or otherwise, in the Employer, the Contractor or
Engineer, nor any financial interest in the Contract except for payment under the

7-2
SASEC Highway Enhancement Project (SHEP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHEP/OCB/KL/02

Dispute Board Agreement;

(b) not previously have been employed as a consultant or otherwise by the Employer,
the Contractor, or the Engineer, except in such circumstances as were disclosed in
writing to the Employer and the Contractor before they signed the Dispute Board
Agreement;

(c) have disclosed in writing to the Employer, the Contractor, and the Other Members
(if any), before entering into the Dispute Board Agreement and to his/her best
knowledge and recollection, any professional or personal relationships with any
director, officer, or employee of the Employer, the Contractor or the Engineer, and
any previous involvement in the overall project of which the Contract form’s part;

(d) not, for the duration of the Dispute Board Agreement, be employed as a consultant
or otherwise by the Employer, the Contractor, or the Engineer, except as may be
agreed in writing by the Employer, the Contractor, and the Other Members (if any);

(e) comply with the annexed procedural rules and with Subclause 20.4 of the
Conditions of Contract;

(f) not give advice to the Employer, the Contractor, the Employer’s Personnel or the
Contractor’s Personnel concerning the conduct of the Contract, other than in
accordance with the annexed procedural rules;

(g) not, while a Membe, enter into discussions or make any agreement with the
Employer, the Contractor, or the Engineer regarding employment by any of them,
whether as a consultant or otherwise, after ceasing to act under the Dispute Board
Agreement;

(h) ensure his/her availability for all site visits and hearings as are necessary;

(i) become conversant with the Contract and with the progress of the Works (and of
any other parts of the project of which the Contract form’s part) by studying all
documents received, which shall be maintained in a current working file;

(j) treat the details of the Contract and all the DB’s activities and hearings as private
and confidential, and not publish or disclose them without the prior written consent
of the Employer, the Contractor, and the Other Members (if any); and

(k) be available to give advice and opinions, on any matter relevant to the Contract
when requested by both the Employer and the Contractor, subject to the agreement
of the Other Members (if any).

5. General The Employer, the Contractor, the Employer’s Personnel and the Contractor’s Personnel
Obligations of shall not request advice from or consultation with the Member regarding the Contract,
the Employer otherwise than in the normal course of the Dispute Board’s activities under the Contract
and the and the Dispute Board Agreement. The Employer and the Contractor shall be responsible
Contractor for compliance with this provision, by the Employer’s Personnel and the Contractor’s
Personnel respectively.

The Employer and the Contractor undertake to each other and to the Member that the
Member shall not, except as otherwise agreed in writing by the Employer, the Contractor,
the Member, and the Other Members (if any),
(a) be appointed as an arbitrator in any arbitration under the Contract;
(b) be called as a witness to give evidence concerning any dispute before arbitrator(s)
appointed for any arbitration under the Contract; or
(c) be liable for any claims for anything done or omitted in the discharge or purported
discharge of the Member’s functions, unless the act or omission is shown to have

7-3
SASEC Highway Enhancement Project (SHEP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHEP/OCB/KL/02

been in bad faith.

The Employer and the Contractor hereby jointly and severally indemnify and hold the
Member harmless against and from claims from which he is relieved from liability under
the preceding paragraph.

Whenever the Employer or the Contractor refers a dispute to the Dispute Board under
Subclause 20.4 of the Conditions of Contract, which will require the Member to make a
site visit and attend a hearing, the Employer or the Contractor shall provide appropriate
security for a sum equivalent to the reasonable expenses to be incurred by the Member.
No account shall be taken of any other payments due or paid to the Member.

6. Payment The Member shall be paid as follows, in the currency named in the Dispute Board
Agreement:
(a) a retainer fee per calendar month, which shall be considered as payment in full for
(i) being available on 28 days’ notice for all site visits and hearings;
(ii) becoming and remaining conversant with all project developments and
maintaining relevant files;
(iii) all office and overhead expenses including secretarial services, photocopying
and office supplies incurred in connection with his duties; and
(iv) all services performed hereunder except those referred to in sub-paragraphs
(b) and (c) of this Clause.

The retainer fee shall be paid with effect from the last day of the calendar month in which
the Dispute Board Agreement becomes effective; until the last day of the calendar month
in which the Taking-Over Certificate is issued for the whole of the Works.

With effect from the first day of the calendar month following the month in which the
Taking-Over Certificate is issued for the whole of the Works, the retainer fee shall be
reduced by one third. This reduced fee shall be paid until the first day of the calendar
month in which the Member resigns or the Dispute Board Agreement is otherwise
terminated.
(b) a daily fee, which shall be considered as payment in full, for
(i) each day or part of a day up to a maximum of 2 days’ travel time in each
direction for the journey between the Member’s home and the site, or another
location of a meeting with the Other Members (if any);
(ii) each working day on Site visits, hearings, or preparing decisions; and
(iii) each day spent reading submissions in preparation for a hearing.
(c) all reasonable expenses, including necessary travel expenses (air fare in less than
first class, hotel and subsistence, and other direct travel expenses) incurred in
connection with the Member’s duties, as well as the cost of telephone calls, courier
charges, faxes and telexes: a receipt shall be required for each item in excess of five
percent (5%) of the daily fee referred to in sub-paragraph (b) of this Clause;
(d) any taxes properly levied in the Country on payments made to the Member (unless a
national or permanent resident of the Country) under this Clause 6.

The retainer and daily fees shall be as specified in the Dispute Board Agreement. Unless it
specifies otherwise, these fees shall remain fixed for the first 24 calendar months, and
shall thereafter be adjusted by agreement between the Employer, the Contractor, and the
Member, at each anniversary of the date on which the Dispute Board Agreement became
effective.

7-4
SASEC Highway Enhancement Project (SHEP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHEP/OCB/KL/02

If the parties fail to agree on the retainer fee or the daily fee, the appointing entity or
official named in the Contract Data shall determine the amount of the fees to be used.

The Member shall submit invoices for payment of the monthly retainer and air fares
quarterly in advance. Invoices for other expenses and for daily fees shall be submitted
following the conclusion of a site visit or hearing. All invoices shall be accompanied by a
brief description of activities performed during the relevant period and shall be addressed
to the Contractor.

The Contractor shall pay each of the Member’s invoices in full within 56 calendar days
after receiving each invoice and shall apply to the Employer (in the Statements under the
Contract) for reimbursement of one-half of the amounts of these invoices. The Employer
shall then pay the Contractor in accordance with the Contract.

If the Contractor fails to pay to the Member the amount to which he/she is entitled under
the Dispute Board Agreement, the Employer shall pay the amount due to the Member
and any other amount which may be required to maintain the operation of the Dispute
Board; and without prejudice to the Employer’s rights or remedies. In addition to all other
rights arising from this default, the Employer shall be entitled to reimbursement of all
sums paid in excess of one-half of these payments, plus all costs of recovering these sums
and financing charges calculated at the rate specified in Subclause 14.8 of the Conditions
of Contract.

If the Member does not receive payment of the amount due within 70 days after
submitting a valid invoice, the Member may (i) suspend his/her services (without notice)
until the payment is received, and/or (ii) resign his/her appointment by giving notice
under Clause 7.

7. Termination At any time, (i) the Employer and the Contractor may jointly terminate the Dispute Board
Agreement by giving 42 days’ notice to the Member; or (ii) the Member may resign as
provided for in Clause 2.

If the Member fails to comply with the Dispute Board Agreement, the Employer and the
Contractor may, without prejudice to their other rights, terminate it by notice to the
Member. The notice shall take effect when received by the Member.

If the Employer or the Contractor fails to comply with the Dispute Board Agreement, the
Member may, without prejudice to his other rights, terminate it by notice to the Employer
and the Contractor. The notice shall take effect when received by them both.

Any such notice, resignation and termination shall be final and binding on the Employer,
the Contractor, and the Member. However, a notice by the Employer or the Contractor,
but not by both, shall be of no effect.

8. Default of the If the Member fails to comply with any of his obligations under Clause 4 (a)-(d) above, he
Member shall not be entitled to any fees or expenses hereunder and shall, without prejudice to
their other rights, reimburse each of the Employer and the Contractor for any fees and
expenses received by the Member and the Other Members (if any), for proceedings or
decisions (if any) of the Dispute Board which are rendered void or ineffective by the said
failure to comply.

If the Member fails to comply with any of his obligations under Clause 4 (e) - (k) above, he
shall not be entitled to any fees or expenses hereunder from the date and to the extent of
the noncompliance and shall, without prejudice to their other rights, reimburse each of
the Employer and the Contractor for any fees and expenses already received by the
Member, for proceedings or decisions (if any) of the Dispute Board, which are rendered

7-5
SASEC Highway Enhancement Project (SHEP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHEP/OCB/KL/02

void or ineffective by the said failure to comply.

9. Disputes Any dispute or claim arising out of or in connection with this Dispute Board Agreement, or
the breach, termination, or invalidity thereof, shall be finally settled by institutional
arbitration. If no other arbitration institute is agreed, the arbitration shall be conducted
under the Rules of Arbitration of the International Chamber of Commerce by one
arbitrator appointed in accordance with these Rules of Arbitration.

Procedural Rules

Unless otherwise agreed by the Employer and the Contractor, the Dispute Board shall visit the site at
intervals of not more than 140 days, including times of critical construction events, at the request of either
the Employer or the Contractor. Unless otherwise agreed by the Employer, the Contractor, and the Dispute
Board, the period between consecutive visits shall not be less than 70 days, except as required to convene a
hearing as described below.

The timing of and agenda for each site visit shall be as agreed jointly by the Dispute Board, the Employer,
and the Contractor, or in the absence of agreement, shall be decided by the Dispute Board. The purpose of
site visits is to enable the Dispute Board to become and remain acquainted with the progress of the Works
and of any actual or potential problems or claims, and, as far as reasonable, to endeavor to prevent
potential problems or claims from becoming disputes.

Site visits shall be attended by the Employer, the Contractor, and the Engineer and shall be coordinated by
the Employer in cooperation with the Contractor. The Employer shall ensure the provision of appropriate
conference facilities and secretarial and copying services. At the conclusion of each site visit and before
leaving the site, the Dispute Board shall prepare a report on its activities during the visit and shall send
copies to the Employer and the Contractor.

The Employer and the Contractor shall furnish to the Dispute Board one copy of all documents which the
Dispute Board may request, including Contract documents, progress reports, variation instructions,
certificates, and other documents pertinent to the performance of the Contract. All communications
between the DB and the Employer or the Contractor shall be copied to the other Party. If the Dispute Board
comprises three persons, the Employer and the Contractor shall send copies of these requested documents
and these communications to each of these persons.

If any dispute is referred to the Dispute Board in accordance with Subclause 20.4 of the Conditions of
Contract, the Dispute Board shall proceed in accordance with Subclause 20.4 and these Rules. Subject to the
time allowed to give notice of a decision and other relevant factors, the Dispute Board shall

(a) act fairly and impartially as between the Employer and the Contractor, giving each of them a
reasonable opportunity of putting his case and responding to the other’s case; and

(b) adopt procedures suitable to the dispute, avoiding unnecessary delay or expense.

The Dispute Board may conduct a hearing on the dispute, in which event it will decide on the date and place
for the hearing and may request that written documentation and arguments from the Employer and the
Contractor be presented to it prior to or at the hearing.

Except as otherwise agreed in writing by the Employer and the Contractor, the Dispute Board shall have
power to adopt an inquisitorial procedure, to refuse admission to hearings or audience at hearings to any
persons other than representatives of the Employer, the Contractor, and the Engineer, and to proceed in the
absence of any party who the Dispute Board is satisfied received notice of the hearing; but shall have
discretion to decide whether and to what extent this power may be exercised.

The Employer and the Contractor empower the Dispute Board, among other things, to

(a) establish the procedure to be applied in deciding a dispute;

7-6
SASEC Highway Enhancement Project (SHEP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHEP/OCB/KL/02

(b) decide upon the Dispute Board’s own jurisdiction, and as to the scope of any dispute referred to it;

(c) conduct any hearing as it thinks fit, not being bound by any rules or procedures other than those
contained in the Contract and these Guidelines;

(d) take the initiative in ascertaining the facts and matters required for a decision;

(e) make use of its own specialist knowledge, if any;

(f) decide upon the payment of financing charges in accordance with the Contract;

(g) decide upon any provisional relief such as interim or conservatory measures; and

(h) open up, review and revise any certificate, decision, determination, instruction, opinion or
valuation of the Engineer, relevant to the dispute.

The Dispute Board shall not express any opinions during any hearing concerning the merits of any
arguments advanced by the Parties. Thereafter, the Dispute Board shall make and give its decision in
accordance with Subclause 20.4, or as otherwise agreed by the Employer and the Contractor in writing. If
the Dispute Board comprises three persons:

(a) it shall convene in private after a hearing, in order to have discussions and prepare its decision;

(b) it shall endeavor to reach a unanimous decision: if this proves impossible, the applicable decision
shall be made by a majority of the Members, who may require the minority Member to prepare a
written report for submission to the Employer and the Contractor; and

(c) if a member fails to attend a meeting or hearing, or to fulfil any required function, the other two
Members may nevertheless proceed to make a decision, unless

(i) either the Employer or the Contractor does not agree that they do so, or

(ii) the absent Member is the chairman and he/she instructs the other Members to not make
a decision.

7-7
SASEC Highway Enhancement Project (SHEP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHEP/OCB/KL/02

7-8
SASEC Highway Enhancement Project (SHEP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHEP/OCB/KL/02

Section 8 - Particular Conditions of Contract


The following Particular Conditions of Contract (PCC) shall supplement the General Conditions of Contract
(GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

Part A – Contract Data


Subject Ref. GCC Data
Employer’s name and 1.1.2.2 & Project Director, Project Directorate (ADB) of Department of Roads
address 1.3 under Ministry of Physical Infrastructure and Transport, Kathmandu,
Nepal.
Engineer’s name and 1.1.2.4 & Engineer will be appointed in-house before the contract commencement
address 1.3 date if Construction Supervision Consultant (CSC) will not be in place.
Replacement of in-house Engineer by CSC will be notified to the
Contractor at least 21 days prior to the effective mobilization of the CSC.
Then after the CSC will act as the Engineer.
Bank’s name 1.1.2.11 Asian Development Bank (ADB)
Borrower’s name 1.1.2.12 Nepal
Time for Completion 1.1.3.3 Phase 1: Upgrading Works
1,095 days from commencement date plus 365 days of Defect
Notification Period
Phase 2: Performance Based Maintenance Works
1,825 days (This Phase will start at the end of the Defects Notification
Period for Phase 1).

Defects Notification 1.1.3.7 Phase 1: Upgrading Works


Period 365 days
Phase 2: Performance Based Maintenance Works
Not applicable

Sections 1.1.5.6 Not Applicable


Electronic transmission 1.3 Email, fax supplemented by original hard copy through post, courier or
systems hand delivered.
Governing Law 1.4 The Law of Nepal
Ruling language 1.4 English
Language for 1.4 English
communications
Inspection and Audit by 1.15
Replace GCC 1.15 by the following paragraphs:
the Bank
“The Contractor shall permit ADB or its representative to inspect the
Contractor’s site, assets, accounts and records and other documents
relating to the bid submission and contract performance of the
Contractor and to have them audited by auditors appointed by ADB, if
so required by ADB.
To add the following paragraph at the end of GCC 1.15:
ADB’s right to inspect the Site and/or the Contractor’s accounts and
records relating to the performance of the Contract stated in Sub-Clause
1.15 and 15.6 (e) shall survive termination and/ or expiration of this
Contract.”

8-1
SASEC Highway Enhancement Project (SHEP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHEP/OCB/KL/02

Subject Ref. GCC Data


Time for access to the 2.1
The right of access to the site :14 days after Commencement Date.
site
However, the possession to site shall be given in stages as below:
i. The sites within following chainages shall be given 14 days after the
commencement date:

Chainage Length,
S. No. m Remarks
From To
1 45+000 54+680 9680.00
2 57+400 57+940 540.00
3 58+660 85+000 26340.00
Total 36560.00
ii. The sites within following chainages shall be given fully no later than
6 months after the Commencement Date:

Chainage Length,
S. No. m Remarks
From To
1 54+680 57+400 2720.00
2 57+940 58+660 720.00
Total 3440.00
There shall be no work nor construction activities at the Site or any
part thereof (as the case may be) unless the Employer has granted
access to the Site or part thereof (as the case may be) in accordance
with this Sub-Clause 2.1.
The Employer shall be responsible for acquiring and providing legal
and physical possession of the Site or any part thereof (as the case
may be) and access thereto, and for providing possession of, and
access to, all other areas reasonably required for the proper
execution of the Contract, including all requisite rights of way.
Prior to, and as a condition of, granting the Contractor access to the
Site or a relevant part thereof (as the case may be), for commencing
work or any construction activities on the Site or part thereof, the
Employer shall issue a notice to the Contractor (with a copy to ADB)
confirming in writing (“Notice”) all of the following with respect to
the Site or part thereof:
(i) the corresponding final Resettlement Plan (“RP”) and/ or the
Due Diligence Report based on the detailed design of the Site or
part thereof (as the case may be) have been submitted to, and
accepted by, ADB;
(ii) due consultation, compensation payments and other
entitlements have been provided to affected people fully in
accordance with the RP for the Site or part thereof (as the case
may be), and ADB has been duly notified of such provision in the
Resettlement Plan Compliance Report accepted by ADB for the
Site or part thereof;
(iii)completion of any other actions as required by the Employer;
and
(iv) as a result of the confirmations contained above, the Employer
accordingly grants the Contractor access to the Site or part
thereof.”

8-2
SASEC Highway Enhancement Project (SHEP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHEP/OCB/KL/02

Subject Ref. GCC Data


Engineer’s Duties and 3.1
GCC 3.1 third paragraph shall be replaced with the following paragraph:
Authority
The Engineer may exercise the authority attributable to the Engineer as
specified in or necessarily to be implied from the Contract. If the
Engineer is required to obtain the approval of the Employer before
exercising a specified authority, the requirements shall be as stated in
the Particular Conditions. There will be no requirement for the Engineer
to obtain the Employer’s consent before the Engineer exercises his/her
authority under Sub-Clause 3.5 [Determinations]. The Employer shall
promptly inform the Contractor of any change to the authority
attributed to the Engineer.

Engineer’s Duties and 3.1(B)(ii) Variations resulting in an increase of the Accepted Contract Amount in
Authority excess of 0.1% shall require approval of the Employer. Similarly, when the
cumulative sum of Variations results in an increase of the Accepted Contract
Amount by more than 2 %, any Variation thereafter shall require approval of
the Employer.
Determination 3.5
GCC 3.5 first paragraph shall be replaced with the following paragraph:
When carrying out his/her duties under this Sub-Clause, the Engineer
shall act neutrally between the Parties and shall not be deemed to act
for the Employer. Whenever these Conditions provide that the Engineer
shall proceed in accordance with this Sub-Clause 3.5 to agree or
determine any matter, the Engineer shall consult with each Party in an
endeavor to reach agreement. If agreement is not achieved, the
Engineer shall make a fair determination in accordance with the
Contract, taking due regard of all relevant circumstances.

Contractor’s General 4.1


The following two paragraphs shall be added at the end of GCC 4.1:
Obligations
The Contractor has the obligation to notify the Employer of any
changes in connection with the matters described in paragraphs (i),
(k), (l), (m), (n), (o), (p) and (t) of the Letter of Bid.
If the Contactor is debarred or temporarily suspended by ADB, it
shall inform the Employer of such debarment or suspension, and that
the endorsement of ADB’s Office of Anticorruption and Integrity is
required for any variations, extensions or modifications to the
Contract.

8-3
SASEC Highway Enhancement Project (SHEP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHEP/OCB/KL/02

Subject Ref. GCC Data


Performance Security 4.2 The performance security must be in the form of an unconditional bank
guarantee in the amount of 10% (Ten percentage) to 20% (Twenty
percentage) of the Accepted Contract Amount [the applicable
percentage shall be as determined by the Employer following ITB 38 and
ITB 39], issued by a reputable bank located in Nepal or abroad,
acceptable to the Purchaser, in the format included in Section 9
(Contract Forms). If the institution issuing the security is located outside
Nepal, it shall have a correspondent financial institution located in Nepal
to make it enforceable.

Safety Procedure 4.8 After bullet point (b), add the following:

“In particular, the Contractor is responsible for providing site workers


with safe and healthy working conditions and establish an operating
system to prevent accidents, injuries, and disease.”
At the end of this Sub-Clause, add the following paragraph:
“Within twenty-eight (28) days of the Commencement Date unless
otherwise instructed by the Engineer, and before commencing any
construction on Site, the Contractor shall provide a Site Safety
Manual, which shall be subject to the Engineer's consent, specifically
for the Site which shall establish all of the requirements for effecting
and maintaining a safe working environment for Contractor's and
Employer's Personnel and any other authorized personnel entering
the Site in accordance with the Contractor's obligations. The Site
Safety Manual shall include all of safety obligations of the Contractor
including safe traffic management for all Site activities and personal
protective equipment required for each working area. The Manual
shall be revised as deemed necessary to suit with the changed site
situation by the Contractor with the consent of the Engineer."

8-4
Subject Ref. GCC Data

Protection of the 4.18 Add the following paragraphs at the end of the sub-clause in 4.18
Environment Protection of the Environment:
“The Contractor shall comply with all applicable national, provincial,
and local environmental laws and regulations.
The Contractor shall also comply with all reasonable requests of the
national and local authorities responsible for enforcing
environmental controls.
Within 28 days of the Commencement Date unless otherwise
instructed by Engineer the Contractor shall submit a detailed Site
Specific Environmental Management Plan (SSEMP), based on the
Environmental Health and Safety Management Plan submitted in the
technical proposal, for the Engineer’s no objection showing how the
Contractor intends to comply with environmental laws and regulations
and other specific requirements prescribed in the Contract, addressing
all the monitoring and mitigation measures set forth in the
Environmental Impact Assessment (“EIA”) and the Environmental
Management Plan (“EMP”) of the project attached in Section 6-
Employer’s Requirements. Work shall not commence on the Site until
the no objection of SSEMP has been obtained from the Engineer and is
being implemented.
The Contractor shall (a) establish an operational system for
managing environmental impacts, (b) comply with the approved
SSEMP and any corrective or preventative actions set out in
safeguards monitoring reports that the Employer will prepare from
time to time to monitor the implementation of the project EMP
through the SSEMP, (c) allocate the budget required to ensure that
such measures, requirements and actions are carried out, (d) submit
semi-annual reports on the compliance of such measures to the
Employer.
Where unanticipated environmental risks or impacts become
apparent during the Contract, the Contractor is required to update
the SSEMP to outline the potential impacts to site works and
associated mitigation measures for the Engineer’s approval.”

Normal working hours 6.5 Phase 1: Upgrading Works

Normal working hour shall be as per Labour ACT 2074.


Phase 2: Performance Based Maintenance Works
Normal working hours shall not be applicable. Daily Inspections and
emergency response needs to be done on Saturdays and Public
Holidays as well.
Before the first paragraph of 6.7 Health and Safety, insert
Health and Safety 6.7
the following:
The Contractor shall disseminate, or engage appropriate service
providers to disseminate, information on the risks of sexually
transmitted diseases including HIV/AIDS, to the employees of
contractors engaged under the Project and to members of local
communities surrounding the Project areas, particularly women.
Add the following after the first paragraph:
“The Contractor is responsible for establishment of preventive and
emergency preparedness and response measures to avoid, and

8-5
Subject Ref. GCC Data
where avoidance is not possible, to minimize, adverse impacts and
risks of the construction site work to the health and safety of local
communities.
Within 28 days of the Commencement Date unless otherwise
instructed by the Engineer, the Contractor shall submit a detailed Site
Specific Health and Safety Management Plan (SSHSMP), based on the
Environmental Health and Safety Management Plan submitted in the
technical proposal, for the Engineer’s no objection showing how
he/she intends to comply with the local Health and Safety laws and
regulations and other specific requirements prescribed in the
Contract, taking into account the Supplementary Information in
Section 6- Employer’s Requirements. Work shall not commence on
the Site until the confirmation of no objection of the SSHSMP has
been obtained from the Engineer and is being implemented.
Where unanticipated health and safety hazards or risks become
apparent during the Contract, the Contractor is required to update
the SSHSMP to outline the potential impacts to site works and
associated mitigation measures for the Engineer’s no objection.
The Contractor shall comply with the approved SSHSMP and any
corrective or preventative actions set out in safeguards monitoring
reports that the Employer will prepare from time to time to monitor
the implementation of the project EMP through the SSHSMP.
In particular, the Contractor is required to provide all personnel on
site including Employer’s Personnel and visitors with personal
protective equipment, including protection for feet (safety boots),
head, eyes, ears (safety helmets) and hands, etc., in accordance with
the Contractor’s SSHSMP. The Contractor should ensure that his
Subcontractors comply with the SSHSMP and provide all such
necessary equipment to their personnel.
The Contractor shall bear the costs to ensure that such measures,
requirements and actions are carried out.
The Contractor shall submit semi-annual reports on the compliance
of such measures to the Employer.”
Add after the third paragraph the following:
“In the event of a significant injury involving medical treatment or
hospitalization and fatal accident the Contractor shall notify the
Engineer immediately by verbal communication and submit a formal
report as soon as practicable after its occurrence. For all accidents,
whether fatal or not, the Contractor shall also notify the appropriate
local authorities in accordance with the Laws of the Country.”
Respectful Work 6.25 The following sentence shall apply:
Environment
The Contractor shall ensure that its employees and sub-contractors
observe the highest ethical standards and refrain from any form of
bullying, discrimination, misconduct and harassment, including sexual
harassment and shall, at all times, behave in a manner that creates an
environment free of unethical behavior, bullying, misconduct and
harassment, including sexual harassment. The Contractor shall take
appropriate action against any employees or sub-contractors, including
suspension or termination of employment or sub-contract, if any form
of unethical or inappropriate behavior is identified.
The Contractor shall conduct training programs for its employees and
sub-contractors to raise awareness on and prevent any form of

8-6
Subject Ref. GCC Data
bullying, discrimination, misconduct and harassment including sexual
harassment, and to promote a respectful work environment. The
Contractor shall keep an up-to-date record of its employees and
subcontractors who have attended and completed such training
programs and provide such records to the Employer or the Engineer at
their first written request.
Delay damages for the 8.7 & Phase 1: Upgrading Works
Works 0.05 % of the Accepted Contract Amount per day, in the currencies and
14.15(b)
proportions in which the Contract Price is payable.
Phase 2: Performance Based Maintenance Works
Not Applicable

Maximum 8.7 Ten (10) percent of the Accepted Contract Amount.

Provisional Sums 13.5(b)(ii) Fifteen (15) percent

Adjustments for Changes 13.8 The Contract Price shall be adjustable during Contract Execution.
in Cost

The Contract Price 14.1


The following sentence under Clause 14.1 shall not apply:
“Notwithstanding the provisions of sub-paragraph (b), Contractor’s
Equipment, including essential spare parts therefor, imported by the
Contractor for the sole purpose of executing the Contract shall be
exempt from the payment of import duties and taxes upon
importation.”
Total advance payment 14.2 Ten (10) Percentage of the Accepted Contract Amount Less
Provisional sum and VAT payable in the currencies and proportions
in which the Accepted Contract Amount is payable.
The total advance payment shall be made in Two (2) installments as
follows:
First (1st) installment of 5% within 28 days after the submission of
advance payment guarantee.
Second (2nd) installment of 5% after (a) the completion of the
Contractor’s mobilization of all required resources to the Site, (b)
submission by the Contractor of a statement of utilization with
supporting documents of the first instalment of the advance paid to
the Contractor along with a certificate from the Engineer that such
amounts were utilized in a purposeful manner in relation to the
Works, and (c) submission of bank guarantee as required by the
Contract. The Advance Payment Guarantee shall be valid until Time
for Completion of the Works of Phase 1.
If the Advance Payment Guarantee is issued by a bank located outside
Nepal, it shall be counter guaranteed by a commercial bank established
in Nepal.
Delete “exceeds thirty percent (30%) of the Accepted Contract
Repayment of advance 14.2(a)
Amount Less Provisional Sums” in third line and replace with:
payment
“Exceeds thirty percent (30%) of the Accepted Contract Amount less

8-7
Subject Ref. GCC Data
Provisional sum and VAT”.

Repayment 14.2(b) Amortization Rate shall be: 30% for both phase
amortization of
Delete “when 90 percent (90%) of the Accepted Contract Amount
advance payment
Less Provisional Sums” in fifth and sixth lines and replace with:
“when 80 percent (80%) of the Accepted Contract Amount less
Provisional Sum and VAT”

Percentage of Retention 14.3(c) Phase 1: Upgrading Works


Ten percent (10%)
Phase 2: Performance Based Maintenance Works
Not applicable

Limit of Retention 14.3 (c) Phase 1: Upgrading Works


Money
Five Percent (5%) of the Accepted Contract Amount
Phase 2: Performance Based Maintenance Works
Not applicable

Plant and Materials 14.5(b)(i) Not Applicable


14.5(c)(i) Applicable for the following materials:
 Reinforcement bar,
 Structural Steel,

Minimum Amount of 14.6 Phase 1: Upgrading Works


Interim Payment
One half of a percent (0.5%) of the Accepted Contract Amount
Certificates
Phase 2: Performance Based Maintenance Works
Not Applicable

Termination by Employer 15.2 This sentence will apply as Sub-clause 15.2(g):


(g) the Engineer gives two consecutive Notices to update the Program
and accelerate the works to ensure compliance with Sub-clause 8.2
(Time for Completion) and the Contractor fails to update the Program
and demonstrate acceleration of the works within a reasonable period
of time determined by the Engineer;

8-8
Subject Ref. GCC Data

Corrupt and Fraudulent 15.6 Revise the two-entry paragraph of GCC 15.6 as:
Practices
If the Employer determines, based on reasonable evidence, that the
Contractor has engaged in corrupt, fraudulent, collusive or coercive
practices, or other integrity violations, including the failure to disclose any
required information which constitutes a fraudulent practice, in competing
for or in executing the Contract, then the Employer may, after giving 14
days’ notice to the Contractor, terminate the Contract and expel him from
the Site, and the provisions of Clause 15 shall apply as if such termination
had been made under Sub-Clause 15.2 [Termination by Employer].
Should any employee of the Contractor be determined, based on
reasonable evidence, to have engaged in corrupt, fraudulent or coercive
practice or other integrity violations during the execution of the work then
that employee shall be removed in accordance with Sub-Clause 6.9
[Contractor’s Personnel]
The following sentence shall apply:
For the purposes of this Subclause:
ADB requires Borrowers (including beneficiaries of ADB-financed activity)
and their personnel, as well as firms and individuals participating in an
ADB-financed activity, including but not limited to, Bidders, Suppliers,
Contractors, agents, subcontractors, subconsultants, service providers, sub
suppliers, manufacturers (including their respective officers, directors,
employees and personnel) under ADB-financed contracts to observe the
highest standard of ethics during the procurement and execution of such
contracts in accordance with ADB’s Anticorruption Policy (1998, as
amended from time to time). In pursuance of this policy, ADB
(a) defines, for the purposes of this provision, the terms set forth below
as follows:
(i) “corrupt practice” means the offering, giving, receiving, or
soliciting, directly or indirectly, anything of value to influence
improperly the actions of another party;
(ii) “fraudulent practice” means any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other benefit
or to avoid an obligation;
(iii) “coercive practice” means impairing or harming, or threatening
to impair or harm, directly or indirectly, any party or the
property of the party to influence improperly the actions of a
party;
(iv) “collusive practice” means an arrangement between two or
more parties designed to achieve an improper purpose,
including influencing improperly the actions of another party;
(v) “abuse” means theft, waste, or improper use of assets related to
ADB-related activity, either committed intentionally or through
reckless disregard.
(vi) “conflict of interest” means any situation in which a party has
interests that could improperly influence that party’s
performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and regulations;
and
(vii) ““integrity violation" is any act, as defined under ADB’s Integrity
Principles and Guidelines (2015, as amended from time to time),
which violates ADB’s Anticorruption Policy, including (i) to (vi)
above and the following: obstructive practice, violations of ADB

8-9
Subject Ref. GCC Data
sanctions, retaliation against whistleblowers or witnesses, and
other violations of ADB's Anticorruption Policy, including failure
to adhere to the highest ethical standard.
(b) will reject a proposal for award if it determines that the Bidder
recommended for award or any of its officers, directors, employees,
personnel, subconsultants, subcontractors, service providers,
suppliers or manufacturers has, directly or through an agent, engaged
in corrupt, fraudulent, collusive, coercive, or obstructive practices or
other integrity violations in competing for the Contract;
(c) will cancel the portion of the financing allocated to a contract if it
determines at any time that representatives of the Borrower or of a
beneficiary of ADB-financing engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices or other integrity violations during
the procurement or the execution of that contract, without the
Borrower having taken timely and appropriate action satisfactory to
ADB to remedy the situation, including by failing to inform ADB in a
timely manner at the time they knew of the integrity violations;
(d) will impose remedial actions on a firm or an individual, at any time, in
accordance with ADB’s Anticorruption Policy and Integrity Principles
and Guidelines, including declaring ineligible, either indefinitely or for
a stated period of time, to participate 1 in ADB-financed, -
administered, or -supported activities or to benefit from an ADB-
financed, -administered, or -supported contract, financially or
otherwise, if it at any time determines that the firm or individual has,
directly or through an agent, engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices or other integrity violations; and
(e) will have the right to require that a provision be included in bidding
documents and in contracts financed, administered, or supported by
ADB, requiring Bidders, suppliers and contractors, consultants,
manufacturers, service providers and other third parties engaged or
involved in ADB-related activities, and their respective officers,
directors, employees and personnel, to permit ADB or its
representative to inspect the site and their assets, accounts and
records and other documents relating to the bid submission and
contract performance and to have them audited by auditors
appointed by ADB.

All Bidders, consultants, contractors, suppliers, manufacturers, service


providers, and other third parties engaged or involved in ADB-related
activities and their respective officers, directors, employees and personnel,
are obliged to cooperate fully in any investigation when requested by ADB
to do so. As determined on a case-by-case basis by ADB, such cooperation
includes, but is not limited to, the following:
(a) being available to be interviewed and replying fully and truthfully to
all questions asked;
(b) providing ADB with any items requested that are within the party’s
control including, but not limited to, documents and other physical
objects;
(c) upon written request by ADB, authorizing other related entities to

1
Whether as a Contractor, Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any other capacity
(different names are used depending on the particular Bidding Document).

8-10
Subject Ref. GCC Data
release directly to ADB such information that is specifically and
materially related, directly or indirectly, to the said entities or issues
which are the subject of the investigation;
(d) cooperating with all reasonable requests to search or physically
inspect their person and/or work areas, including files, electronic
databases, and personal property used on ADB activities, or that
utilizes ADB’s Information and Communications Technology (ICT)
resources or systems (including mobile phones, personal electronic
devices, and electronic storage devices such as external disk drives);
(e) cooperating in any testing requested by ADB, including but not
limited to, fingerprint identification, handwriting analysis, and
physical examination and analysis; and
(f) preserving and protecting confidentiality of all information discussed
with, and as required by, ADB.
All Bidders, consultants, contractors and suppliers shall require their
officers, directors, employees, personnel, agents to ensure that, in its
contracts with its sub-consultants, Subcontractors, and other third parties
engaged or involved in ADB-related activities, such sub-consultants,
Subcontractors, and other third parties similarly are obliged to cooperate
fully in any investigation when requested by ADB to do so.
The Contractor undertakes that no fees, gratuities, rebates, gifts,
commissions or other payments, other than those shown in the
bid, have been given or received in connection with the
procurement process or in the contract execution.
Maximum total liability 17.6 The product of 1.10 times the Accepted Contract Amount
of the Contractor to the
Employer
General Requirements for
18.1 The issuing party shall be the Contractor.
Insurances
Periods for 18.1 (a) a. evidence of insurance: 14 days
submission of
18.1 (b) b. copies of relevant policies: 21 days
insurance:

Maximum amount of
18.2 (d) NRs. 500,000.00 (Five hundred thousand only)
deductibles for
insurance of the
Employer's risks
Minimum amount of NRs. Fifteen (15.00) Million with no limit on the number of
18.3
third-party insurance occurrences.
Date by which the DB 20.2 28 days after the Commencement
shall be appointed
The DB shall be 20.2 Three Members
comprised of
List of potential Dispute 20.2 None
Board sole members
President of FIDIC (International Federation of Consulting Engineers)
Appointment (if not 20.3
World Trade Center II –Geneva Airport Box 311
agreed) to be made by
29 route de Pres-Bois

8-11
Subject Ref. GCC Data
CH-1215 Geneva 115
Switzerland

Obtaining Dispute Board’s 20.4 This sentence shall be added as last paragraph in GCC Sub-clause
Decision 20.4:
"If the decision of the DB requires a payment by one Party to the
other Party, the DB may require the payee to provide an appropriate
security in respect of such payment”
International arbitration 20.6 (a) International arbitration shall be:
shall be administered by
(i) Administered by: Singapore International Arbitration Centre (SIAC)
shall be the institution to administer the arbitration.
(ii) Conducted in accordance with the rules of: Singapore
International Arbitration Centre (SIAC)

Place of Arbitration 20.6 Singapore

Failure to Comply with 20.7 GCC Sub Clause 20.7 shall be replaced with the following sentence:
Dispute Board’s Decision
“In the event that a Party fails to comply with any decision of the DB,
whether binding or final and binding, then the other Party may,
without prejudice to any other rights it may have, refer the failure
itself to arbitration under Sub-Clause 20.6 [Arbitration] for summary
or other expedited relief, as may be appropriate. Sub-Clause 20.4
[Obtaining Dispute Board’s Decision] and Sub-Clause 20.5 [Amicable
Settlement] shall not apply to this reference."

8-12
Part B – Specific Provisions
Subject Ref. GCC Data

Definitions 1.1

Specifications 1.1.1.5 The Specifications includes:


(a) Standard Specifications issued under the authority of the
Government of Nepal, Ministry of Physical Infrastructure and
Transport, Department of Roads (2073/2016 with amendment
2078/2022),
(b) Special Provisions to the Standard Specifications

Commencement Date 1.1.3.2 At the end of the Sub-Clause add the followings paragraph.
“Commencement Date of the Phase 2: Performance Based
Maintenance Works” means the day immediately following the
conclusion of the Defects Notification Period of the Phase 1:
Upgrading Works.

Time for Completion 1.1.3.3 At the end of the Sub-Clause add the followings paragraphs.
“Time for Completion of the Phase 2: Performance Based
Maintenance Works” means the time for completing the Phase 2:
Performance Based Maintenance Works which will start at the end of
the DNP for Phase1.”

Defects Notification 1.1.3.7 In the fifth line immediately after “calculated” delete the remaining
Period texts and add “from the date on which the Phase 1: Upgrading Works is
completed as certified under Sub-Clause 10.1 [Taking Over of the Works
and Sections] and as stated in the Taking-Over Certificate of the Phase 1:
Upgrading Works.”

Accepted Contract 1.1.4.1 Immediately after “execution” delete “and” and replace with “,” and
Amount immediately after “completion” add “and performance-based
maintenance”.

Works 1.1.5.8 Delete the sentence and insert the following:


“Works” means the Permanent Works, the Temporary Works and
Performance Based Maintenance Works.
Additional Sub Add the following Sub-Clauses1.1.5.9 and 1.1.5.10to Clause 1.1.5 [Works
Clauses: and Goods]
Maintenance Phase 1.1.5.9 “Maintenance Phase Works” means the Phase 2: Performance Based
Works Maintenance Works to be executed by the Contractor.

Construction Phase 1.1.5.10 “Construction Phase Works” means the Phase 1: Upgrading Works to
Works be executed by the Contractor including Defect Notification Period.

Other Definitions 1.1.6 Add Sub-Clauses 1.1.6.11 and 1.1.6.12 after Sub-Clause 1.1.6.10, as
follows:
Sub-Clause 1.1.6.11: Joint Venture
“Joint Venture” or “JV” means a joint venture, association,
consortium or other unincorporated grouping of two or more
persons, whether in the form of a partnership or otherwise.
Sub-Clause 1.1.6.12: JV Undertaking

8-13
Subject Ref. GCC Data
“JV Undertaking” means the letter provided to the Employer as part
of the Tender setting out the legal undertaking between the two or
more persons constitute the Contractor as a JV. This letter shall be
signed by all the persons who are members of the JV, shall be
addressed to the Employer and shall include:
(a) each such member’s undertaking to be jointly and severally
liable to the Employer for the performance of the Contractor’s
obligations under the Contract;
(b) identification and authorization of the leader of the JV; and
(c) identification of the separate scope or part of the Works (if
any) to be carried out by each member of the JV.
The words “JV Undertaking” is synonymous with “JV Agreement” and
“Joint Venture Agreement”.

Priority of Documents 1.5 The document to be added in the list of Priority of Documents after
(e):
(f) List of Eligible Countries that was specified in Section 5 of the Bidding
Document
and the list renumbered accordingly
Care and Supply of 1.8 Add the following text at the end of Sub-clause 1.8:
Documents
Irrespective of the above, the Contractor shall be responsible for the
production of detailed construction drawings as may be necessitated
by his work programme pursuant to Sub-Clause 8.3 and as the
Engineer may deem necessary for the proper execution of the Works.
The Contractor shall supply two copies of draft prints of all such
detailed construction drawings for the Engineer’s review and when
approved by the Engineer shall supply six final prints together with a
reproducible copy on computer disk or as may be otherwise
approved by the Engineer.

Joint and Several 1.14 Delete the entire contents of Sub-Clause 1.14 and replace with:
Liability
If the Contractor is a Joint Venture:
(a) the members of the JV shall be jointly and severally liable to
the Employer for the performance of the Contractor’s obligations
under the Contract;
(b) the JV leader shall have authority to bind the Contractor and
each member of the JV; and
(c) neither the members nor (if known) the scope and parts of the
Works to be carried out by each member nor the legal status of the JV
shall be altered without the prior consent of the Employer (but such
consent shall not relieve the altered JV from any liability under sub-
paragraph (a) above).
In the context of JV, the word “leader” is synonymous with the words
“lead partner” and “Lead Partner”, the word “member” is
synonymous with “partner” and “Partner”, and “members” with
“partners” and “Partners”.
Add following at the end of the subclause:
Engineers Duties and 3.1
The Engineer shall obtain the specific approval of the Employer before
Authorities
taking action under the following Sub-Clauses of these Conditions:

(A) Sub-Clause 4.12: agreeing or determining an extension of time

8-14
Subject Ref. GCC Data
and/or additional cost.

(B) Sub-Clause 13.1: instructing a Variation, except;


(i) in an emergency situation as determined by the Engineer,

(C) Sub-Clause 13.3: approving a proposal for Variation submitted by


the Contractor in accordance with Sub-Clause 13.1 or 13.2.

(D) Sub-Clause 13.4: specifying the amount payable in each of the


applicable currencies.
Notwithstanding the obligation, as set out above, to obtain approval,
if, in the opinion of the Engineer, an emergency occurs affecting the
safety of life or of the Works or of adjoining property, he may,
without relieving the Contractor of any of his duties and
responsibility under the Contract, instruct the Contractor to execute
all such work or to do all such things as may, in the opinion of the
Engineer, be necessary to abate or reduce the risk. The Contractor
shall forthwith comply, despite the absence of approval of the
Employer, with any such instruction of the Engineer. The Engineer
shall determine an addition to the Contract Price, in respect of such
instruction, in accordance with Clause13 and shall notify the
Contractor accordingly, with a copy to the Employer.
Contractor’s General 4.1 In the fourth paragraph immediately after “construction” add “and
Obligations maintenance”
In the fifth paragraph delete "whenever required by the Engineer"
and replace with "as part of his quality assurance obligations".
After the fifth paragraph, add the following paragraph:
"The Contractor shall prepare and submit working drawings, shop
drawings and schedules for all works to be constructed and
maintained under the Contract and shall be fully responsible for the
accuracy of these working drawings, shop drawings and schedules
which shall be deemed to be Contractor's Documents in accordance
with the Contract and be submitted in accordance with the
provisions for the same. The working drawings, shop drawings and
schedules shall be based on the Drawings and the actual site
conditions as surveyed by the Contractor and agreed with the
Engineer."

At the end of this Sub-Clause add the following paragraph:


“On or before completion of the Construction Phase Works, the
Contractor shall arrange to furnish to the Engineer, as part of
Contractor’s Documents, “as-built” drawings of the permanent
works of the construction phase works (not limited to works
designed by the Contractor), in the quality and detail to be
approved by the Engineer. The “as-built” drawings shall be
prepared, and submitted for the Engineer’s checking and
acceptance, progressively with the progress of the construction
phase works. The Taking-Over Certificate for the construction phase
works shall not be issued by the Engineer until the “as-built”
drawings of the permanent works of the construction phase works
are submitted and accepted.

8-15
Subject Ref. GCC Data

Performance Security 4.2 In the third paragraph immediately after “Certificate” add “for the
Phase 1: Upgrading Works and
Phase 2: Performance Based
Maintenance Works”.
Add the following paragraph after the sixth paragraph
The Contractor may prepare two separate performance
securities: (i) One 5% of the Accepted Contract Amount
with the validity period of 109 months and (ii) Remaining portion of the
required performance security with the validity period of
49 months, hence totaling accepted performance Security Amount.
At the completion of the Defects Notification Period of
the Phase 1: Upgrading Works, the Contractor may be
released with the performance security amount as per (ii) above with
the validity period of 49 months.
The remaining Performance Security amount as per (i) above, ie 5% of
the Accepted Contract Amount may be
released during PBM phase in the manner described
below:
If the Contractor complies with the Operational Service Levels
defined in Table 29.5 and 29.6.3 Pavement Roughness and Surface
Distress Index in Section 2914 of Part II Employers Requirements, the
Performance Security may be reduced by zero-point eight percent
(0.80%) of the Accepted Contract Amount after the completion of each
year of first three years of Phase 2.
The remaining Performance Security of the Accepted Contract
Amount shall be retained until the Contractor has complied with all
obligations of the Contract.
At the end of second paragraph of Sub-Clause 4.3, add the following:
Contractor’s 4.3
Representative
If the Contractor is a Joint Venture, the Contractor’s Representative
shall be from the Lead Partner.

The Contractor’s Representative shall be a Senior Employee of the


Contractor and working with the firm continuously for at least three
years prior to the bid submission deadline.
The Contractor’s Representative shall be at the Site continuously
during the period of Phase 1 Works, who shall not be engaged in any
other business unrelated to the Contract or the Works. If s/he/she is
required to be temporarily absent during the period (which shall not
exceed 21 days in any single occasion and 42 days in any year), a
suitable replacement personnel shall be temporarily appointed,
subject to the Engineer’s prior consent.

Add the following at the end of the Sub-clause 4.4 :


Subcontractors 4.4
Maximum percentage of Subcontracting permitted is: 60% of the total
Contract Amount.
The proposed Subcontractor shall meet, on a pro rate basis, the following
criteria as specified in Section 3Evaluation and Qualification Criteria:
i) Construction Experience in contract of Similar Size, value and Nature that

8-16
Subject Ref. GCC Data
is similar to the proposed subcontract; and
(ii) Construction Experience in Key Activities, if the sub-contractor is
proposed for key activities.
Add new text to this Sub-clause 4.4, after item (d) as follows:
(e) In the event of approved subcontracting the Contractor shall ensure
that Subcontractors do not further subcontract their contract;
(f) The Contractor shall keep a log showing the following information on all
Subcontractors, suppliers and transporters engaged in the Contract Works:
(a) Name and address
(b) Copy of Subcontracting agreement
(c) Works and value of Subcontract
(d) Commencement and completion dates
(e) Copy of payments and Interim payments made to Subcontractor
The Contractor shall submit a copy of the above log monthly to the
Engineer’s representative
_________.”
Co-operation 4.6 Add new text to this Sub-clause 4.6 at the end as follows:
There may be other contractors working on the similar and/or
adjacent road. The Contractor shall at all times allow the free passage
of all traffic, including vehicles and equipment of other Contractors.
The maintenance for the road or way shall be the responsibility of
the Contractor.

Setting Out 4.7 At the end of the second paragraph, add the following:
"For this purpose, before commencement of the work on the site,
the Contractor and representative of the Engineer jointly shall carry
out a check/setting out survey, in the presence of the Engineer, to
verify the accuracy of the items of reference and submit the results
of the verification survey to the Engineer for his acceptance."

Unforeseeable 4.12 Add the following subparagraph at the end of GCC Sub- clause 4.12:
Physical Conditions
In addition to notice of any unforeseeable physical conditions, the
Contractor shall provide the Engineer with a written notice of any
unanticipated environmental, resettlement risks or impacts that arise
during construction, implementation or operation of the Project that
were not considered in applicable IEE, EMP and RP; attached hereto
as Appendix 1 through Appendix 4.

8-17
Subject Ref. GCC Data

Rights of Way and 4.13 Add the following paragraphs as first paragraphs of Sub- clause4.13:
Facilities
The Contractor shall ascertain the location of all access paths,
watercourses, irrigation channels, sewers, drains, water pipes,
electricity and telecommunication cables and other services, and
structures etc. which may be encountered during the execution of
the Works. He shall temporarily support or divert and subsequently
reinstate all such services and structures as necessary and to the
satisfaction of the Engineer. As soon as any such service or structure
is encountered on, over, under, in or through the Site during the
performance of the Contract, the Contractor shall make a record of
the location and description of such service or structure and shall
send the same forthwith to the Engineer.
Where permanent diversion or support of such service or structure is
rendered necessary as the unavoidable result of the execution and
maintenance of the Works in accordance with the Contract, the
Engineer after consultation with the Employer will instruct the
Contractor as to the diversion or support to be provided and the
Contractor shall be paid the costs thereof in accordance with Clause
13hereof.
Add the following paragraphs at the end of Sub-clause 4.13:
The Contractor shall comply with (i) the measures and requirements
set forth in the Resettlement Plan (“RP”), to the extent it concerns
impacts on affected people during construction; and (ii) any
corrective or preventive actions set out in safeguards monitoring
reports that the Employer will prepare from time to time to monitor
implementation of the RP. The Contractor shall allocate a budget at
his own cost for compliance with these measures, requirements and
actions.

Avoidance of 4.14 After the first paragraph of this Sub-Clause, add the following
Interference paragraph:
"Without in any way limiting the Contractor's obligations and
responsibilities under the Contract, because the Site or part thereof
is used by the public, the Contractor shall programme and execute
the Works to avoid inconvenience or disruption of the public.
No work on any part of the Site used by the public shall be permitted
until such time as alternate routes in the form of roads, diversions,
footpaths, accesses and the like (whether permanent or temporary)
have been provided by the Contractor, together with all necessary
safety features and devices and appurtenant drainage, and the
alternate route(s) have been deemed acceptable for public use by
the Engineer."
Transport of Goods 4.16 Add the following paragraph at the end of Sub-clause 4.16:
The Contractor shall agree with the Engineer and adequately record
the condition of roads, agricultural land and other infrastructure
prior to the start of transporting materials, goods and equipment,
and construction.

8-18
Subject Ref. GCC Data
Protection of the
4.18 Add the following paragraphs at the end of Sub-clause 4.18:
Environment
The Contractor shall, to the satisfaction of the Engineer, take all necessary
precautions for the efficient protection of all surface and sub-surface
water courses against all kinds of pollution arising from the execution of
the works.
The Contractor shall ensure that at all locations where his labour force are
living or working, other than labour living in their own homes, adequate
facilities are provided to collect and treat all sewage and wastewater and
to ensure that the outflows from such treatment facilities comply with
recognized national or
international standards for sewage treatment discharges.
The Contractor shall ensure that fuelwood is not used as firewood and as
a means of heating during the preparation
or processing of any materials forming part of the Works.
The Contractor shall take special precautions in connection with the
establishment of storage facilities for diesel fuel, petrol, lubricants,
bitumen and bituminous materials. Storage facilities
shall not be placed in rock- fall prone areas. They shall have barriers and
impervious surfaces preventing leakages
of spilt material outside the storage area or into the underlying soils.
The Contractor shall ensure that any cut or fill slopes are planted with
grass or other approved plant cover as soon as possible to protect them
from erosion.
This planting shall follow the recommendations in the Nepali manual
entitled “Vegetative Structures for Stabilizing Highway Slopes” (DoR), or
the requirements of the Specification as
directed by the Engineer.
The water used in the construction shall not be allowed to affect water
availability in the local communities. Where a scarcity of
water is expected to arise, the Contractor shall explore and tap alternative
sources of safe water. In case of interference with the
water supply of a settlement, the Contractor is liable to provide the
affected population with potable drinking water from alternative sources
at no extra cost to the Contract or the local people.
The Contractor shall also comply with all applicable national, regional,
provincial and local environment laws and
regulations. The Contractor shall (a) establish an operational system for
managing environmental impacts, (b) carry out all of
the monitoring and mitigation measures set forth in the EMP attached
hereto as Appendix 2 and IEE, and (c) allocate the
budget required to ensure that such measures are carried out. The
Contractor shall submit quarterly reports on the carrying out of such
measures to the Employer. The Contractor shall allocate a budget at his
own cost for compliance with these measures, requirements and actions.

8-19
Subject Ref. GCC Data

Progress 4.21 In the sub-paragraph (g) just after “relations;” delete “and”
Reports
At the end of sub-paragraph (h), delete "." and replace with ";", and
add the following sub-paragraphs (i), (j), (k), (I), (m) and (n):
(i) the status of all Variations;
(j) details of all matters affecting, or likely to affect, the progress or
cost of the Works and particulars of the preventative and remedial
measures which have been, are being, or may be taken in respect
of those matters;
(k) any other particulars reasonably required by the Engineer;
(l) monitoring of the obligations in Sub-Clauses 4.7, 4.13, 4.18, 6.4,
6.7, 6.20, 6.21 and6.23;
(m) daily diary of the site works;

(n) safe guard status of the project;

(o) Material delivered to the site and material consumed in the works;

(p) Plant and equipment on Site together with number of hours worked
by and current of each item; and
(q) All incidents affecting the safety and the health and welfare of
persons and causing damage to property together with such other
records as the Engineer may from time to time require to be kept and
provided.

Labour Laws 6.4 Add at the end following sentence:


The Contractor shall comply with the Employer’s applicable Labour Laws
and regulations and incorporate applicable workplace occupational
Safety norms.

Health and Safety 6.7 Add at the end following sentence:


“The Contractor shall arrange all medical facilities as per Standard
Operation Procedure Guideline (SOP) of ADB / Government of Nepal
Guideline for COVID-19 Pandemic and any other Pandemic to its
employees engaged under the project and to members of the local
communities surrounding the Project area, particularly women.”

The Contractor shall provide appropriate facilities (latrines, drinking water,


the likes) for workers at construction site.

8-20
Subject Ref. GCC Data

Contractor’s 6.9 Add the following para at the beginning of Sub Clause 6.9.
Personnel The Contractor shall appoint the natural persons named in the Bid to the
positions of Key Personnel. If not so named, or if an appointed person fails
to act in the relevant position of Key Personnel, the Contractor shall
submit to the Engineer for consent the name and particulars of another
person the Contractor proposes to appoint to such position. If consent is
withheld or subsequently revoked, the Contractor shall similarly submit
the name and particulars of a suitable replacement for such position.
The Contractor shall not, without the Engineer’s prior consent, revoke the
appointment of any of the Key Personnel or appoint a replacement
(unless the person is unable to act as a result of death, illness, disability or
resignation, in which case the appointment shall be deemed to have been
revoked with immediate effect and the appointment of a replacement
shall be treated as a temporary appointment until the Engineer gives
his/her consent to this replacement, or another replacement is
appointed, under this Sub-Clause).
All Key Personnel shall be based at the Site (or, where Works are being
executed off the Site, at the location of the Works) for the whole time
that the Works are being executed. If any of the Key Personnel is to be
temporarily absent during execution of the Works, a suitable replacement
shall be temporarily appointed, subject to the Engineer’s prior consent.
All Key Personnel shall be fluent in the language for communications
defined in Sub-Clause 1.4 [Law and Language].If any of the Key Personnel
are not fluent in this language, the Contractor shall make competent
interpreter(s) available during all working hours, sufficient for that person
to properly perform his/her duties under the Contract.

Child Labour 6.21 Please delete the contents within this subclause and replace with the
followings:
“The Contractor shall not employ any child to perform any work, including
work that is economically exploitative, or is likely to be hazardous to, or to
interfere with, the child’s education, or to be harmful to the child’s health
or physical, mental, spiritual, moral, or social development. “Child” means
a child below the statutory minimum age specified under applicable
national law in Nepal.”

8-21
Subject Ref. GCC Data
Add new GCC Sub-clause 6.26:
Keeping Records of 6.26
Contractor’s The Contractor shall prepare and submit to the Engineer on a monthly
Materials, basis detailed records showing:
Equipment and
(i) materials delivered to the Site and materials consumed in the
Incidents
Works;
(ii) plant and equipment on Site together with number of hours
worked by and current condition of each item;
(iii) all incidents affecting the safety and the health and welfare of
persons and causing damage to property together with such
other records as the Engineer may from time to time require to
be kept and provided;
(iv) Daily diary shall be included in this records.

Manner of Execution 7.1 Insert the following paragraphs at the end of Sub-Clause 7.1:
The Contractor shall submit complete documents and information
pertaining to the method statements for manufacture, installation and
construction which the Contractor proposes to adopt or use, (and if
applicable such calculations of stresses, strains and deflections and the
like that will or may arise in the Works or to the other works comprising
the Project or any parts thereof during installation from the use of such
methods). The Engineer will then check to see whether, if such method
statements are adhered to, the Works can be executed in accordance
with the Contract and without detriment to the Works (when completed)
and to other works comprising the Project and in a manner which
minimizes disruption to road and pedestrian traffic.
The Engineer shall inform the Contractor in writing within 21 days after
receipt of the above information,
a) that the Contractor's proposed method statements for
manufacture, installation and construction have the consent of
the Engineer; or
b) in what respects, in the opinion of the Engineer the
Contractor's proposed method statements for manufacture,
installation and construction:
(i) fail to comply with the Specification and Drawings;
(ii) would be detrimental to the Works and/or to the
other works comprising the Project;
(iii) do not comply with the other requirements of the
Contract; or
c) as to the further documents or information which is required to
enable the Engineer to properly assess the proposed method
statements for manufacture, installation and construction.
In the event that the Engineer does not give his consent, the Contractor
shall take such steps or make such changes in the said method
statements or supply such further documents or information as may be
necessary to meet the Engineer's requirements and to obtain his

8-22
Subject Ref. GCC Data
consent. The Contractor shall not change the method statements for
manufacture, installation and construction which have received the
Engineer's consent without further review and consent in writing of the
Engineer.
Notwithstanding the foregoing provisions of this Sub-Clause, or those
certain of the Contractor's proposed method statements for
manufacture, installation and construction may be the subject of the
consent of the Engineer, the Contractor shall not be relieved of any of its
liability or obligation under the Contract.

Inspection 7.3 In sub-paragraph (b) delete “and construction” and replace with “,
construction and performance-based maintenance”.

Commencement of 8.1 Delete subparagraph (d) of GCC 8.1 and replace with:
Works
(d) receipt by the Contractor of the first instalment of the Advance
Payment under Sub-Clause 14.2 [Advance Payment] provided that the
corresponding bank guarantee has been delivered by the Contractor. If
however the Contractor does not submit the advance payment
guarantee for the first installment in accordance with Sub-Clause 14.2
[Advance Payment] within 42 days after receiving the Letter of
Acceptance, the conditions precedent for the Commencement of Works
as provided in this sub-paragraph (d) is deemed to have been fulfilled.

Programme 8.3 In sub-paragraph (a) immediately after “erection” insert “, performance-


based maintenance”.

Incentive for early 8.13 Add this Sub-Clause 8.13, after the Sub-Clause 8.12:
completion
This Sub-Clause shall apply only if the Contractor completes the whole of
the Works within the Time for Completion under Sub-Clause 8.2 [Time for
Completion], and without any extension under Sub-Clause 8.4 [Extension
of Time for Completion]. In case of any extension of Time for Completion
of the whole of the Works under Sub-Clause 8.4, Sub-Clause 8.13 shall not
apply, and the Contractor shall not be entitled for any incentive payment
under this Sub-Clause or for any additional payment in lieu of the
incentive, under any Clause of these Conditions or otherwise in
connection with the Contract.
Subject to the preceding paragraph, and for achieving an early completion
of the whole of the Works (Phase 1) in accordance with the Contract, the
Contractor will be paid, at a sole discretion of the Employer, 0.02% of the
Accepted Contract Amount (excluding Provisional Sum and VAT) per each
day completed earlier, within a maximum limit of 10% of the Accepted
Contract Amount (excluding Provisional Sum and VAT).
Early completion period shall be counted, with reference to the
Commencement Date, backward from the Time for Completion for the
whole of the Works under Sub-Clause 8.2 [Time for Completion] (Phase 1)
and without any extension under Sub-Clause 8.4 [Extension of Time for
Completion], provided that on the date on which the Works are
completed in accordance with the Contract, as stated in the Taking-Over
Certificate issued to the Contractor under Sub-Clause 10.1(a), no minor
outstanding work or defects remain in the Works.

8-23
Subject Ref. GCC Data

In case any minor outstanding work or defects remain in the Works on the
date on which the Works are completed in accordance with the Contract,
as stated in the Taking-Over Certificate issued to the Contractor under
Sub-Clause 10.1(a), the early completion of the whole of the Works will be
deemed to have been achieved only on the date the Contractor
completes all the minor outstanding works and remedies all the defective
works.
Payment for achieving early completion shall follow the same currencies
and proportion as in the Schedule of Payment Currencies.
Any incentive payment for achieving early completion shall be made only
after the Engineer issues-
(a) the Taking-Over Certificate for whole of the Works under Sub-
Clause 10.1, stating the date on which the Works were completed in
accordance with the Contract;
(b) the certificate indicating the date on which the Contractor has
completed all minor outstanding works and remedied defects noted in
issuing the Taking-Over Certificate under Sub-Clause 10.1(a); and
(c) the certificate for achieving an early completion of the whole of
the Works in accordance with this Sub-Clause, stating the achieved early
completion period and its corresponding early completion incentive
amount to be paid to the Contractor in accordance with this Sub-Clause.
To apply for an incentive payment for achieving early completion for
which the Contractor considers himself entitled under this Sub-Clause, he
must include all the support documents (a) to (c) indicated above, in a
monthly Statement under Sub-Clause 14.3.
Taking Over of the 10.1 Replace the last sentence of second paragraph with the following
Works and Sections sentence:
“The Contractor may similarly apply for a Taking-Over Certificate for Phase 2:
Performance Based Maintenance after its completion.”
After the third paragraph, add the following paragraph:
"Pursuant to sub-paragraph (a) above, any works related to road, traffic
or public safety or which may affect the protection of the Works in any
respect, as determined by the Engineer, shall not be deemed to be minor
outstanding works or defects which will not substantially affect the use
of the Works within the meaning of this Sub-Clause."

Interference with 10.3 In the second paragraph immediately after “Defect Notification Period”
Tests on Completion add “of the Phase 1: Upgrading Works”.
Completion of
11.1 In sub-paragraph (a), after “Taking-Over Certificate” insert “for Phase 1:
Outstanding Work
Upgrading Works”.
and Remedying
Defects

8-24
Subject Ref. GCC Data

Cost of Remedying 11.2 Add the following at the end of Sub-clause 11.2:
Defects
Upon the completion of construction (Phase:1 and Phase:2), the
Contractor shall fully reinstate pathways, other local infrastructure, and
agricultural land to at least their pre-project condition as recorded by
the Contractor in consonance with its obligation in Sub-clause 4.16.

Extension of Defects 11.3 In the first paragraph immediately after “taking over” add “for Phase 1:
Notification Period Upgrading Works”.

Performance 11.9 Delete the second paragraph and replace with the following:
Certificate “Separate Performance Certificate shall be issued for Phase 1: Upgrading
Works and Phase 2: Performance Based Maintenance Works. The
Engineer shall issue Performance Certificate for Phase 1 within 28 days
after the latest of the expiry dates of the Defect Notification Periods, or
as soon thereafter as the Contractor has supplied all the Contractor’s
Documents and completed and tested all the Works, including
remedying any defects. The Engineer shall issue Performance Certificate
for Phase 2 after completing all the works specified in Special Provisions
to the Standard Specifications for Performance Based Maintenance. A
copy of the Performance Certificates shall be issued to the Employer.”
Provisional Sums 13.5 (b) (ii) Add the following paragraphs at the end of (b) (ii) of Sub-clause 13.5:
For the emergency works as determined by the Engineer during Phase 2,
the budget is allocated in the provisional sums for the payment of the
works.
The payment for emergency works shall be made at existing Bill of
Quantities (BoQ) rates or at appropriate Day-works rates for each
corresponding BoQ pay items with the Adjustments for Changes in Cost
in accordance with Sub-clause 13.8. Such payments shall not be subject
to additional overhead because of the fact that the BoQ and Day-works
rates quoted by the Contractor are with his overhead.

Adjustments for 13.8 Phase 1: Upgrading Works


Changes in The Contract Price shall be adjustable during Contract Execution for Phase 1:
Cost Upgrading works.
The formulae to be applied shall be as given in the GCC Clause 13.8 and the
coefficients shall be as stated in the relevant table of adjustment data.

Phase 2: Performance Based


Maintenance Works
The Contract Price shall be adjustable during Contract Execution for Phase 2:
Performance Based Maintenance Works. In the manner described below.
The amount certified in each payment certificate shall be adjusted by
applying the formulae below
Pc=Ac+BcImc/Ioc
Where:
Pc is the adjustment factor for the portion of the Contract Price Payable
The non-adjustable and adjustable coefficients shall be as follows:
Ac= 0.15
Bc= 0.85

8-25
Subject Ref. GCC Data
The index (I) shall be National Salary and Wage Index: Construction Labourer
published by Nepal Rastra Bank.
Imcis the index value prevailing at the end of the month being invoiced.
Iocis the index value prevailing 28 days before the commencement of the
Phase 2”Performance based Maintenance Works

The Contract Price 14.1 Add the following paragraph at the end of Sub-clause 14.1:
The Contractor shall also pay royalties, tolls, value added tax and income
tax. With respect to the income taxes including taxes on the Contractor’s
staff, personnel and labour, the Contractor shall perform such duties in
regard to Tax Deductions at Source (TDS) thereof as may be applicable by
the laws and regulations of Nepal.

Payment of 14.9 In the first paragraph in the first and second sentence after “Taking-Over
Retention Money Certificate” insert “for Phase 1: Upgrading Works”.
Delete the second paragraph and replace with the following:
“Promptly after the expiry date of the Defects Notification Period of
Phase 1: Upgrading Works, out of the 50% outstanding balance of the
Retention money, the Engineer shall certify 25% of it for payment to the
Contractor.”
In the fifth paragraph in the first sentence after “Taking- Over
Certificate” and insert “for Phase 1: Upgrading Works”.
Delete the sixth (last) paragraph of the Sub-clause 14.9.
Add the following paragraph at the end of Sub-clause 14.9:
If the Contractor complies with the Operational Service Levels defined in
Table 29.5 and 29.6.3 Pavement Roughness and Surface Distress Index in
Section 2914 of Part 2 Employers Requirements; the outstanding 25% of
the Retention Money after the Defects notification Period of Phase 1:
Upgrading Works shall be repaid to the Contractor in the following
manner:
At the end of each completed year of the Phase 2: Performance Based
Maintenance Works by 5 % of the Retention Money at the end of each
year, so that the Retention Money will be reduced to nil at the
completion of 5 (five) years of Phase 2: Performance Based Maintenance
Works.

Payment Reduction 14.16 Add additional Clause 14.16 “Payment Reduction” as below:

(Additional Reduction of monthly payments for performance-based maintenance


Clause) works shall be applied in case of non- compliance with Service Levels by
means of Payment Reduction Points (PRP), as indicated in the Section
2910 to 2917, of Part 2: Employers Requirements.
The value of each Payment Reduction Point (PRP) is NRs. 800.00 during
the first full six (6) months of Phase 2 and NRs.1,300.00 thereafter.
The Payment Reduction Points are subject to price adjustment in a
manner as described in Clause 13.8 for Phase 2 works.

8-26
Subject Ref. GCC Data

Eligibility 21 Add New GCC Clause 21 “Eligibility”

21.1 Add new GCC Sub-clause 21.1 as follows:


The Contractor shall have the nationality of an ADB member country.
The Contractor shall be deemed to have the nationality of a country if
the Contractor is a citizen or is constituted, or incorporated, and
operates in conformity with the provisions of the laws of that country.
This criterion shall also apply to the determination of the nationality of
proposed subcontractors or suppliers for any part of the Contract
including related services.

21.2 Add new GCC Sub-clause 21.2 as follows:


The materials, equipment and services to be supplied under the Contract
shall have their origin in eligible source countries and all expenditures
under the Contract will be limited to such materials, equipment, and
services. At the Employer’s request, the Contractor may be required to
provide evidence of the origin of materials, equipment and services.

8-27
Appendix 1 – Initial Environmental Examination
(In separate Volume)
Appendix 2 – Environmental Management Plan
(In separate Volume)
Appendix 3 – Resettlement Plan
(In separate Volume)
Appendix 4 – Gender Equity and Social Inclusion Plan

Note –This Kakarbhitta-Laukahi Road Section of East-West


Highway, which falls under “Gender Category (3rd)”.
- Some Gender (SG) Elements do not require GESI Action Plan.

INTERNAL. This information is accessible to ADB Management and staff. It may be shared outside ADB with appropriate
permission.
SASEC Highway Enhancement Project (SHEP) Part III, Section 9 – Contract Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Section 9 - Contract Forms


This Section contains forms which, once completed, will form part of the Contract. The forms
for Performance Security and Advance Payment Security, when required, shall only be
completed by the successful Bidder after contract award.

Table of Forms
Notice of Intention for Award of Contract ..................................................................................... 9-2
Letter of Acceptance ...................................................................................................................... 9-3
Contract Agreement ...................................................................................................................... 9-4
Performance Security..................................................................................................................... 9-5
Advance Payment Security ............................................................................................................ 9-6

9-1
SASEC Highway Enhancement Project (SHEP) Part III, Section 9 – Contract Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Notice of Intention for Award of Contract


[on letterhead paper of the Employer]

[date of notification]

To: [name of the Bidder]


Attention: [insert name of the Bidder’s authorized representative]
Address: [insert address of the Bidder’s authorized representative]
Telephone/Fax numbers: [insert telephone/fax numbers of the Bidder’s authorized representative]
E-mail Address: [insert e-mail address of the Bidder’s authorized representative]

This is to notify you of our intention to award the contract [insert name of the contract and identification number,
as given in the Bid Data Sheet]. You have [insert number of days as specified in ITB 41.1 of the BDS] days from the date
of this notification to (i) request for a debriefing in relation to the evaluation of your Bid; and/or (ii)
submit a bidding-related complaint in relation to the intention for award of contract, in accordance
with the procedures specified in ITB 46.1.

The summary of the evaluation are as follows:

1. List of Bidders
Bid Price as Read Out
Name of Bidder Evaluated Bid Price
at Opening

2. Reason/s Why Your Bid Was Unsuccessful

…………………………………………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………………………………………
…………………………………

3. The Successful Bidder


Name of Bidder:
Address:
Accepted Contract Amount:
Duration of Contract:
Scope of the Contract Awarded:
Amount Performance Security Required:

Authorized Signature: ……………………………………………………………


Name and Title of Signatory: ……………………………………………………
Name of Agency: …………………………………………………………………

9-2
SASEC Highway Enhancement Project (SHEP) Part III, Section 9 – Contract Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Letter of Acceptance
[on letterhead paper of the Employer]

[date]

To: [Name and address of the contractor]

Subject: Contract No. [please specify]

This is to notify you that your Bid dated [date] for execution of the [name of the contract and identification
number, as given in the Bid Data Sheet] for the Accepted Contract Amount in the equivalent of [amount in words
and figures and name of currency], as corrected and modified in accordance with the Instructions to Bidders
is hereby accepted by our Agency.

You are requested to furnish the Performance Security within 28 days in accordance with the
Conditions of Contract and any additional security required as a result of the evaluation of your bid,
using for that purpose the Performance Security Form included in Section 9 (Contract Forms) of the
Bidding Document.

Authorized Signature: ......................................................................................................................................

Name and Title of Signatory: ...........................................................................................................................

Name of Agency: ..............................................................................................................................................

Attachment: Contract Agreement

9-3
SASEC Highway Enhancement Project (SHEP) Part III, Section 9 – Contract Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Contract Agreement
THIS AGREEMENT made the [date] day of [month], [year], between [name of the Employer] (hereinafter
“the Employer”), of the one part, and [name of the contractor] (hereinafter “the Contractor”), of the
other part:

WHEREAS the Employer desires that the Works known as [name of the contract] should be executed by
the Contractor, and has accepted a Bid by the Contractor for the execution and completion of these
Works and the remedying of any defects therein.

The Employer and the Contractor agree as follows:

1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Contract documents referred to.
2. The following documents shall be deemed to form and be read and construed as part of
this Agreement. This Agreement shall prevail over all other Contract documents.
(a) Letter of Acceptance,
(b) Letter of Technical Bid,
(c) Letter of Price Bid,
(d) Adenda Nos. [insert addenda numbers if any]
(e) the Particular Conditions of Contract – Part A,
(f) Particular Conditions of Contract – Part B,
(g) List of Eligible Countries that was specified in Section 5 of the Bidding Document
(h) General Conditions of Contract,
(i) Specifications,
(j) Drawings,
(k) Completed Schedules including Bill of Quantities,
(l) the JV Undertaking (if the Contractor is a JV), and
(m) any other documents shall be added here.
3. In consideration of the payments to be made by the Employer to the Contractor as
indicated in this Agreement, the Contractor hereby covenants with the Employer to
execute the Works and to remedy defects therein in conformity in all respects with the
provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the execution
and completion of the Works and the remedying of defects therein, the Contract Price or
such other sum as may become payable under the provisions of the Contract at the times
and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of [name of the borrowing country] on the day, month and year indicated
above.

Signed by ........................................................... Signed by ..........................................................................

for and on behalf of the Employer for and on behalf the Contractor
in the presence of in the presence of

Witness, Name, Signature, Address, Date Witness, Name, Signature, Address, Date

9-4
SASEC Highway Enhancement Project (SHEP) Part III, Section 9 – Contract Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Performance Security
[Bank’s name, and address of issuing branch or office]

Beneficiary: [Name and address of the Employer]


Date: .....................................................................................................................................................................................................
Performance Guarantee No.: ........................................................................................................................................................

We have been informed that [name of the contractor] (hereinafter called "the Contractor") has entered
into Contract No. [reference number of the contract] dated[date] with you, for the execution of [name of contract
and brief description of works] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance


guarantee is required.
At the request of the Contractor, we [name of the bank] hereby irrevocably undertake to pay you any sum
or sums not exceeding in total an amount of [name of the currency and amount in words]1[amount in figures] such
sum being payable in the types and proportions of currencies in which the Contract Price is payable,
upon receipt by us of your first demand in writing accompanied by a written statement stating that the
Contractor is in breach of its obligation(s) under the Contract, without your needing to prove or to
show grounds for your demand or the sum specified therein.
This guarantee shall expire, no later than the [date] day of [month], [year],2 and any demand for payment
under it must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded.3

....................................
[Signature(s) and seal of bank (where appropriate)]

Note to Bidder
If the bank issuing performance security is located outside the Employer’s country, it shall be counter-guaranteed
or encashable by a bank in the Employer’s country.

1
The guarantor shall insert an amount representing the percentage of the accepted contract amount specified in the
contract and denominated either in the currency(ies) of the contract or in any freely convertible currency acceptable
to the Employer.
2 Insert the date 28 days after the expected expiry of defect notification period. The Employer should note that in the
event of an extension of the time for completion of the contract, the Employer would need to request an extension of
this guarantee from the guarantor. Such request must be in writing and must be made prior to the expiration date
established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to
the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee
for a period not to exceed [6 months] [1 year], in response to the Employer’s written request for such extension, such
request to be presented to the Guarantor before the expiry of the guarantee.”
3 Or the employer may use “Uniform Rules for Demand Guarantees (URDG), ICC Publication No. 458, except that
subparagraph (ii) of Sub-article 20(a) is hereby excluded” as appropriate.

9-5
SASEC Highway Enhancement Project (SHEP) Part III, Section 9 – Contract Forms
Bidding Document Contract No. SHEP/OCB/KL/02

Advance Payment Security


[Bank’s name, and address of issuing branch or office]

Beneficiary: [Name and address of the Employer]


Date: .....................................................................................................................................................................................................
Advance Payment Guarantee No.: ..............................................................................................................................................
We have been informed that [name of the contractor] (hereinafter called "the Contractor") has entered into Contract No.
[reference number of the contract] dated[date] with you, for the execution of [name of contract and brief description of works]
(hereinafter called "the Contract").
Furthermore, we understand that, according to the Conditions of the Contract, an advance payment in the sum [ name
of the currency and amount in words]1 [amount in figures] is to be made against an advance payment guarantee.

At the request of the Contractor, we [name of the bank] hereby irrevocably undertake to pay you any sum or sums not
exceeding in total an amount of [name of the currency and amount in words]2 [amount in figures] upon receipt by us of your first
demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation
under the Contract because the Contractor:
(a) used the advance payment for purposes other than the costs of mobilization and cash flow support in
respect of the Works; or
(b) has failed to repay the advance payment when it has become due and payable in accordance with the
conditions of the Contract, specifying the amount payable by the Contractor.
It is a condition for any claim and payment under this guarantee to be made that the advance payment referred to
above must have been received by the Contractor on its account number [Contractor’s account number] at [name and address
of the bank].

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance payment
repaid by the Contractor as indicated in copies of interim statements or payment certificates which shall be
presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the interim payment
certificate indicating that eighty percent (80%) of the Contract Price has been certified for payment, or on the [date]
day of [month], [year],3 whichever is earlier. Consequently, any demand for payment under this guarantee must be
received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No.
758, except that the supporting statement under Article 15(a) is hereby excluded .4

....................................
[Signature(s) and seal of bank (where appropriate)]

Note to Bidder
If the bank issuing advance payment security is located outside the Employer’s country, it shall be counter-guaranteed or
encashable by a bank in the Employer’s country.

1
The guarantor shall insert an amount representing the amount of the advance payment denominated either in the currency(ies) of
the advance payment as specified in the Contract, or in any freely convertible currency acceptable to the Employer.
2 Footnote 1.
3 Insert the expected expiration date of the time for completion. The Employer should note that in the event of an extension of the
time for completion of the contract, the Employer would need to request an extension of this guarantee from the guarantor. Such
request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee,
the Employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees
to a one-time extension of this guarantee for a period not to exceed [6 months] [1 year], in response to the Employer’s written
request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee."
4 Or the employer may use “Uniform Rules for Demand Guarantees (URDG), ICC Publication No. 458, except that subparagraph (ii) of
Sub-article 20(a) is hereby excluded” as appropriate.

9-6
201

Table 94: Environmental Management Plan


Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
Pre-construction Stage
Kakarbhitta-Laukahi section of the Highway improvement Check
Private structures
project will not require any private land beyond the RoW. acquisition
acquisition
Compensation assistance and rehabilitation of all records; Provisioned
and compensation,
DPs as provided in the approved Entitlement Matrix (RP), Along the Road and Interview in
total of 377 private DOR/PD DoR
Sufficient advance notice and requested to vacate bridges with provisional
structures will be
premises and dismantle affected structures prior to project affected sum
affected by the
implementation. persons
project
Impact on These community properties will be relocated during the Check
Community implementation phase in close coordination and relocation,
Structures. The collaboration with Municipalities and local community. The reinstate
SC,
construction of road affected community structures will be reinstated and record; Provisioned
DOR/PD,
and new bridges will relocated by the project. The cost is incorporated into the Along the Road and Interview in Contractor,
Local
affect 269 numbers engineering cost estimates bridges with local provisional DOR/PD
Authoritie
of public structures people sum
s
during the
construction

• Planning and coordination with concerned authorities Record,


and local body. Prior notice to and consultation with field visit,
concerned authority, local body and public to be Interview
Relocation of affected so as to ensure that work does not get with local
Public Utilities: affected and impact on public is minimum. people
Provisioned Concerned
Electric pole (5349 • Irrigation canal and water supply lines – contractor will
in utility
nos.) Telephone relocate the irrigation canal, water pipelines – provision Along the road site SC,
provisional agencies
pole (533 nos.) and in the engineering costs clearance DOR/PD
sum/ DOR/PD,
transformer (203 • Electric poles and power lines – coordination with Nepal
17,392,513 Contractor
nos.) Water supply Electricity Authority for relocation
pipe, irrigation canal • Telephone lines – Communication Department
• Public toilet– Coordination with local government
• Access roads – Realign the roads before demolition of
the existing roads
202

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
• Tube wells - new tube well before demolishing the
existing on.
Compensation will be provided to private land and the Spot
crops, for public land approval will taken from concerned Inspection
At least 500 meters
DDC, Municipalities and local community, and will be
Camps from SC,
reinstated with original condition. Restoration plan will be 72,691,500 Contractor
establishment Settlements, DOR/PD
prepared by the contractor. Environmental baseline will be
Forests
established prior to installation of the camps and checked
after dismantling of the camp.
A wildlife study will be carried out to reconfirm wildlife Camera
movement, crossing points along the road and establish an traps, field
updated baseline on biodiversity. This study will be surveys,
Forest area, Charali
conducted by the Wildlife Expert of the Construction habitat 500,000/Incl
Biodiversity studies and Pathari-
Supervision Consultants before the start of any civil works. suitability uded in SC, DoR SC, DoR
and plans Kanepokhari forest
Appropriate methods such as use of camera traps, field mapping EMoP
section
surveys, habitat suitability mapping etc. will be used for the
study. Based on the findings of the study, the location and
design of the proposed underpasses will be reconfirmed.
Prior approval from Deparment of Forest/Divisional Forest Approval
Office. Breeding birds will not be disturbed. The loss of letters from
Vegetation clearing,
vegetation from forests will be compensated through DoF/DFO,
4,253 trees from
compensatory plantation. According to GoN rules a Marking of Included in
forest and 8,195
compensatory plantation at a ratio of 1:10,124,480 tree trees, project Contractor/
trees from roadside, Along the road DoR/DFO
seedlings will be planted. Details of the compensatory cost/75,962, DoR
Total 12,448 trees to
afforestation program as provided in Appendix-L. The 079
be cleared for
afforestration program during implementation will be more
upgrading the road
elaborated and confirmed in consultation with the local
forestry officials
Construction Stage
Physical Environment
Embankment Soil erosion shall be stabilized by applying engineering as High embankment Site
erosion, river bank well as bio-engineering techniques. During road locations, bridges observation SC,
80,994,383 Contractor
instability due to improvement, only required vegetation shall be cleared and embankment , DOR/PD
earthwork all high embankment, eroded bare slopes shall be re- (Chainage 2+630, photos
203

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
excavation of road vegetated. 76,195 Sqm for road embankment protections 5+440, 8+050, discussion
and bridge and 9,240 Sqm bridge and river side slope protection will be 12+400, 13+580, with
done by applying bio-engineering technique (Grass 22+660, 23+500, people and
plantation, Brush layering, and Tree/Shrub plantation) with 26+520, 29+400, technicians
combination of civil structures. Excess spoil will be 30+480,31+190,
managed at designated locations. The top soil (0-25 cm) 32+050, 32+600,
from the productive land (borrow areas, road widening 33+200, 34+140,
areas, etc.) shall be preserved and reused for plantation and 38+100, 38+600,
restoration purposes. 52,314 Cum retaining structures is 40+000, 41+200,
proposed for embankment and river bank protection. 43+150 etc.)
All crusher plants, asphalt, hot mix, batching plants Site
sandstone crushers will be located at least 1 kilometer observation
from the nearest sensitive receptors (school, hospital ,
settlement, forest habitat). Construction equipment and photos
vehicles will comply with emission standards of Nepal discussion
Vehicle Emission Standards 2012. Regular maintenance of with
construction vehicles and machinery must be undertaken people,
to reduce noise and air pollution.. Water sprinkling shall be Construction
carried out throughout the construction period. Spray water camp, asphalt Particulate
before loading and transportation of soil and sand plant, hot mix plant, matter
Provisioned
particularly during windy conditions, Personal protective crusher plant, Monitor
Air, noise pollution in SC,
equipment shall be provided to the construction workers, active (PM 10, PM
and Vibration provisional Contractor DOR/PD
activities will be done only during day time to minimize construction sites, 2.5),
sum/
disturbance. contractors are required to fit noise shields haulage roads, SO2,NO2
5,400,000
and silencers on construction machinery and to maintain urban and CO
these properly. Noise barriers such as earth mounts or areas, settlements, analyzer,
walls of wood, metal that form a solid obstacle between the Camp Sound level
road and roadside community shall be used, especially Meter
nearschools and hospitals. Stone quarry and borrow pit Vibration
shall be shielded with appropriate materials. monitoring
Periodic air and noise quality monitoring will be carried out equipment
to meet emission standards will follow both Nepal’s
Ambient Air and Noise Quality Standards and WHO Air
and Noise Quality Guidelines.
204

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
Precaution shall be taken while using the machines and
equipment, especially nearby public and private
infrastructures.
Contractor shall make the operator aware of careful
handling of machines and equipment, limit the time spent
by workers on a vibrating surface. The Contractor will
inform the municipality and community in due time about
construction activities that bear the risk of any crack,
accidents due to the vibration the project will provide
compensation against the impact. Prior to the execution of
the works contractor will do a survey to locate any high risk
receivers close to the project road and to document the
existing status of the building or structure involved.
Whenever construction work takes place within 50 meters
of such high risk receivers, continuous monitoring will be
conducted. The workers will be provided Personal
Protective Equipment (PPE) such as anti-vibration gloves,
avoid continuous exposure by taking rest periods.
• Prohibited to dispose excavated spoils and wastes into
Nearby rivers, and Water
streams water. All chemicals and oil shall be stored
water bodies quality
away from water and shall be stored at impervious
streams, rivulets, sampling.
concrete platform with catchment wall and pits for
Betana wetland Site
spills collection.
Deterioration on • The Contractor shall arrange awareness programme to observation Provisioned
71 rivers and .
Water Quality of all equipment operators, drivers, on immediate in
rivulets and at SC,
rivers and other response for spill contamination and eventual clean- provisional Contractor
12+400 (water DOR/PD
sources due to up. Further, emergency procedures and reports sum/
ponding), 64+200
construction preferably written in easy-to-understand local dialects 1,800,000
(used as irrigation
shall be distributed to the workers as well as local
purposes) and at
people.
Ch 76+100 (Betana
• Silt fencing and/or brush barrier shall be installed for wetland) area
collecting sediments before letting them into the water
body. Silt/sediment shall be collected and stockpiled
205

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
for possible reuse as surfacing of slopes for re-
vegetation.
• All wastes arising from the construction sites shall be
disposed in a designated location outside of the
riverbed. The wastes shall be collected, stored and
transported to approved disposal sites.
• No vehicles or equipment shall be washed, parked or
refueled near streams water, to avoid contamination of
streams water from fuel and lubricants.
• Vehicle parking and maintenance areas will have
waterproof floors from which drainage is collected and
treated to legal standards.
• Construction labourers shall be given priority from the
local community. No untreated sanitary wastewater
from camps shall be discharged into the streams
water.
• Bridge and cross drainage works at river/streams will
not be undertaken during the peak monsoon season.
All supporting structures, construction materials, waste
materials and debris will be removed from the riverbed
prior to the peak monsoon season. Sedimentation
ponds of adequate size and capacity will be built for
the treatment of discharges from the batching plants
and the crushing plants to allow the sediments to
settle. Final discharges from the sedimentation ponds
shall comply with the National standards for
wastewater standards. The settled sediments will be
periodically removed and will be disposed of at the
designated spoil disposal sites;
• Construction of wastewater treatment facilities at the
campsite (e.g., septic tank and soak pit and site
drainage);
• The contractor will take appropriate measures to avoid
and contain any spillage and pollution of the water;
206

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
• Quarterly monitoring of wastewater quality and regular
monitoring of surface water quality to ensure
compliance with the standards. Regular monitoring of
groundwater quality.
• Existing natural drainage system will not be disturbed Site
by providing temporary measures (such as humepipe). inspection
Bridge and cross drainage works at river/streams will and
not be undertaken during the peak monsoon season. observation
The contractor shall submit their construction work
Construction of
schedule accordingly. The excess spoil will be
cross drainage and
stockpiled in designated location outside of the river
side drainage Included in
bed. The size of the drainage structures shall be Cross drainage and
structures project SC,
designed to accommodate increasing volumes of side drainage Contractor
71 Major/minor cost/269,71 DOR/PD
water. During upgrading of road additional 62,970 Rm location
bridges and 369 Box 4,681
side drainage, 71 nos. new major/minor bridges and
culverts and 62,970
369 nos. of box culverts will be constructed.
m side drainage.
• Contractor will not disturb river water course during the
operation of quarry, maintain a buffer zone of at least 5
meter between the low flow channel and the mining
operations to minimize the downstream impacts.

Damage to services Record,


running parallel or Immediately reinstate all affected services such as Site
across the irrigation, canal, water supply pipe etc. Along the road and inspection Included in SC,
Contractor
alignment of road bridges and project cost DOR/PD
and Bridges, observation
interruption in supply
• Before commencing the construction activities, the Record,
Generation of contractor will be required to prepare a Waste Site
Construction site,
Hazardous, Non Management Plan.The plan will cover hazardous inspection Contractor
Equipment yard,
Hazardous and material useage, storage, transport, and disposal. The and responsibilit
Camps,
Liquid Waste area allocated for temporary storage of hazardous observation y
Maintenance yard
waste shall have special preventive measures
implemented, in particular, containers shall have
207

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
secondary containment and no mixing of hazardous
waste with any other waste shall be allowed. The
contractor will place containers of separately and
adequate size and numbers in place for the collection
of various types of wastes such as non-hazardous,
hazardous and liquid from the worksites, and transport
these wastes regularly to a centralized facility.

For Hazardous and Liquid Waste Management


following mitigation measures will be implemented:
• The contractor will return batteries, bottles and the
empty containers to the suppliers as far as possible.
• Oily wastewater is collected in the oil interceptor
constructed at each workshop location and the stored
in drums for further disposalBatteries and tyres those
are out of service and become un-usable are stored in
a covered designated place with concrete pavement.
Those wastes when collected in sufficient amount are
generally sold in the market for re-use. Hazard to the
surrounding due to such waste are prevented and
income to the pocket is added by just good practices.
The proper record of such waste must be maintained
at site. Impervious concrete base and a sump will be
constructed at all the fuel, waste oil and bitumen,
emission and chemical storage yards. A berm will also
be constructed along the periphery of the concrete
platforms. An oil interceptor will be constructed for
providing for treating the oil wastes collected in the
sumps.
• All petroleum products and chemicals meant for
construction shall be stored in accordance with
guidelines provided in Materials Safety Data Sheet
(MSDS). Procedures and Plans shall be in place for
cleaning up of any accidental spills.Clearly identifying
208

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
(label) and demarcating the area, including
documentation of its location on a facility map or site
plan. Storage of hazardous materials in an area of the
facility separated from the main production works.
Where proximity is unavoidable, physical separation
should be provided using structures designed to
prevent fire, explosion, spill, and other emergency
situations from affecting facility operations.The waste
shall be removed at least once month. Treatment,
utilisation, disposal of waste shall be carried out by an
authorised contractor. Soil polluted with petroleum
hydrocarbons because of accidental small scale
fuel/oil spills (leakages) can be remediated onsite (e.g.
in situ bioremediation) under the supervision of a soil
remediation expert. A proper record of any accidental
spills and cleanup works must be maintained at site.
• Provision of suitable personal protection equipment
(PPE) (footwear, masks, protective clothing and
goggles in appropriate areas), emergency eyewash
and shower stations, ventilation systems, and sanitary
facilities.
• Use of a catch basin around the fill pipe to collect
spills.
• For Non Hazardous Waste Management following
mitigation measures will be implemented:
• Collection and segregation of solid waste into kitchen
waste (organics), paper and plastic (recyclable) and
garbage (non-recyclable). Three kinds of waste bins
(with different colors) with adequate numbers and
capacities will be placed at the campsite (kitchen,
offices, and rooms) for the segregation of the waste at
source.
209

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
• Organic waste will be treated through onsite
composting in pits covered with a layer of earth within
the camp site.
• Procure the services of waste management
contractors for the collection and management of
recyclable waste. Metal, paper, cardboard and plastics
will be recycled. Recyclable waste will be compressed
through bailers to minimize the volume of waste to be
stored and transported.
• Staff must be trained in good waste management
practice.
• The Contractor will also be responsible in coordinating
with service providers to recycle and to dispose wastes
that will not be accepted by the local authorities
• Discarded plastic bags, paper and paper products,
bottles, packaging material, gunny bags, hessian,
metal containers, strips and scraps of metal, PVC pipe
drums and other such materials shall be either reused
or sold /given out for recycling. Necessary
arrangements should be made for regular sprinkling of
water for dust suppression. Raw materials and
products should be transported with proper cover to
prevent spreading of dust.
• The material collection for scarification of bituminous
road or from dismantling of existing road are stored at
site and preserved. These materials may be mixed in
required percentage with WMM (Wet Mix Macadam)
material to achieve the desired gradation.The material
is carted by tippers to the stockyard and preserved for
reuse.
• Dismantled Concrete/Bricks waste is generally stacked
at or near the site and later is disposed in suitable
locations. The suitable and reusable materials are
stacked separately for reuse.
210

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
• With coordination and getting approval from Itahari
Sub-Metropolitan City, local municipal landfill sites
(Itahari Sub-Metropolitan City) could be used for the
disposal of waste. No disposal sites will be established
by the contractor.
Source the material from the dry river beds and the non- Record of
Operation of Quarry
perennial streams. Contractor will prepare borrow pits and approval,
and Borrow Pits
quarry sites restoration plan (Refer Appendix-F Guidelines Site
About 1,515,300
For Borrow And Quarry Areas Management) and submit for inspection.
cubic meters of
approval from Engineer before beginning the quarry activity. Check
aggregates 401,000
Operate the quarry sites only at approved locations. Obtain estimates
cubic meters sand,
approval from authorities of government and private land for
and 2,597,106 cubic
owners. Suitable size of borrow pits and quarry sites shall quarry/borr
meters of fill Proposed quarry
be operated as per required volume of materials. Material ow material 6,000,000
(borrow) material and borrow pits SC,
will be covered with tarpaulin during transportation to requirement
1250,000 cum locations (17 DOR/PD,
prevent dust emission. Stockpiles will be kept wet by Contractor
subbase, 885,000 possible locations Local
sprinkling water or covered so that erosion by wind causing
cum base materials of construction authorities
dust will not occur. The contractor will be responsible for
will be required for materials)
maintenance of any damage to haul roads to their original
construction
state. Does not disturb river water course during the
activities. 17
operation of quarry, Maintain a buffer zone of 5 to 10m
possible locations of
between the low flow channel and the mining operations to
construction
minimize the downstream impacts and limit the excavation
materials are
activities to the low flow season (non-monsoon). Restore
identified
the site as per restoration plan maintaining natural contours
and revegetation after use.
Management of • Minimize the generation of spoils by reusing it for Site
Construction construction of road embankment. Backfilling for inspection,
Materials retaining structures and road material can be used as record of
Proposed stockpile Contractor
(Generation of spoils the base or subbase. If spoil disposal is needed, the approval,
locations and spoil responsibilit Contractor SC
1.3 million cum),and borrow sites developed for the project will be used as agreement
disposal locations y
Stockpiling of spoil disposal sites. The spoils will be used for the with private
Construction restoration of the borrow sites. land
Materials owners,
211

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
• Analyse the PAH content of the asphalt of the existing PAH
road by laboratory analysis or field test. If the asphalt is Marker
contaminated with PAH it can only be re-used in as sub-
base or in enbankments that will remain above
groundwater level at all times. The contaminated
material must either be covered by a hard layer (i.e. new
asphalt, stone wall, concrete, etc) or a layer of 50 cm of
clay before being re-vegetaged.
• Locate, peg and seek approval from the supervising
consultant for the use of stockpile sites. Stockpile shall
not be located on water courses, shall not be located
within 50 m of schools, hospitals or public standpipes
and shall not affect locals and their properties. Obtain
written permission from landowners and local bodies for
stockpiling on their land. Stockpiles will be covered with
tarpaulins. For large stockpiles, it will be enclosed with
side barriers and also covered when not in use. Hard
surface will be prepared for chemical hazard materials
store to prevent the contamination/leakage in the soil.
Sedimentation ponds of adequate size and capacity will be
Wastewater
built for the treatment of discharges from the batching plants
discharges from
and the crushing plants to allow the sediments to settle.
construction sites
Final discharges from the sedimentation ponds shall comply Batching plants,
(Batching plants,
with the National standards for wastewater standards. The crusher plants,
crusher plants,
settled sediments will be periodically removed and will be sanitary effluents Contractor’s
sanitary effluents Site SC,
disposed of at the designated spoil disposal sites. from workers camp, responsibilit Contractor
from workers camp, inspection DOR/PD
Construction of wastewater treatment facilities at the and vehicle and y
and vehicle and
campsite (e.g., septic tank and soak pit and site drainage), machinery washing
machinery washing)
The contractor will be required to take appropriate area
and pollute the
measures to avoid and contain any spillage and pollution of
surface water and
the water. Quarterly monitoring of wastewater quality to
ground water
ensure compliance with the standards.
Natural Hazard due For minimization of flood impacts, road embankment level Along the road, Record, site Provisioned SC,
Contractor
to Flood, has been designed to be 0.50 m higher than existing level. Cross drainage inspection in DOR/PD
212

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
Earthquake, Forest Cross drainage structures bridges are designed for 100- structures, side provisional
fire year return flows, culverts are designed for 50-year return drain, Forest area sum
flows, and side drains are returned for 25-year return flows.
Landmark bridges are designed for 200 years return period.
For all these flows, an additional 16% flows are added for
free board of cross drainage structures.
Free board at Tyangra bridge (>3m) and Sunsari bridge (1-
2m) is added in new bridges for high flood and sediment.
Dredging of accumulate sediment in the riverbed.
Increase capacity of side drains, 62,970 m new side drain
will be constructed; Replace all pipe culvert in box culvert,
369 new box culverts will be constructed to reduce impact
of clogging drains and cross-drainage free board (1-2m) is
added in new bridges for high flood and sediment.
Increase capacity of side drains, cross drains and
embankment height, 62,970 m new side drain will be
constructed; Replace all pipe culvert in box culvert, 369 nos
new box culverts will be constructed to reduce impact
clogging drains and cross-drainage free board (1-2m) is
added in new bridges for high flood and sediment.
Provision of perforated pipe wrapped with geotextile has
been considered (subsurface drainage) to collect water
from the median land to safe discharge location so that
there will be no problem in pavement/ structures due
to subsurface water, there are longitudinal drains on both
sides (between main carriage way and service lane) to
collect surface water and drain out at safe locations to
reduce water ponding.
Regular maintance of cross drainage structures mainly
before monsoon.
52,314 Cum additional protection works to resist erosion
and scour in close proximity to adjacent rivers is proposed.
Bio-engineering measures are included for 76,195 Sqm
road embankment protections and 9,240 Sqm bridge and
river side slope protection.
213

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
The project structures been designed with the consideration
of seismic factors as per IS IRC: SP-114-2018 for the road
and bridge.
Contractor will be responsible to prevent labours from direct
entrance into the adjacent forest during construction. Follow
code of conduct during construction of forest sections,
awareness about environment and conservation will be
provided to construction labours in order to maintain and
control ambient environment from degradation and human
interference upon existing forests.
Contractor shall prepare an Emergency Response Plan and
Disaster Management, preparedness (APPENDIX K)
during implementation.
Automated asphalt plants will be used. Bitumen drums will
Storage & handling be stored in a secure place within the construction and
of hazardous/Non camp site and at least 500m from any water bodies.
hazardpous Bitumen mixing plant should have in-built mechanisms for
Materials/Chemicals, the absorption of gases. Contractor
The proposed No bleeding of bitumen into the soil and nearby water Record, site responsibilit
project involves bodies will be allowed. inspection, y/Included SC,
Asphalt plant Contractor
asphalt concrete All fuel, lubricants and chemicals will be stored in an Air quality in air DOR/PD
pavement which will enclosed and proper designated area within the camp site test monitoring
require safe storage with restricted access. cost
and use of bitumen The area will have an impervious concrete floor with
(Approximately provision to capture any spilled fuel or chemicals. Regular
36,000Mt). monitoring will be conducted and record data sheets will
be maintained
The Contractor shall arrange to prepare a comprehensive Site
Traffic Hazard and
traffic management plan (Refer Appendix I: Guidelines For inspection
Road Safety,
Traffic Management And Safety During Construction) with Along the and Contractor
The upgrading of the SC,
the aim of preventing unsafe situations, especially near construction sites of observation responsibilit Contractor
road works will DOR/PD
schools, housing areas and to avoid disruption of the road and bridges y
disrupt smooth flow
existing traffic due to construction activities. Provision of an
of traffic
adequate number of flag persons for traffic control.
214

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
Installation of speed calming/controlling structures like
bumps near designated pedestrian crossing areas shall be
arranged, Erecting signs, signals or barriers on sensitive
and risky areas, which shall be visible from long distance.
Use of traffic cones, and barricades/ hard fencing shall be
used to ensure traffic management and safety. Regular
safety audit on safety measures shall be conducted during
construction.
Ecological Environment
According to GoN rules a replacement plantation at a ratio
of 1:10 ratio 124,480 tree seedlings will be planted. About
20,000 native species will be planted all along the median
and roadside/avenue plantation in possible locations of
Semi urban -17 Km and Urban area 39 Km. The median and
roadside tree plantation will be carried out by the contractor
and will be later maintained by DOR. Project shall arrange Provisioned
Loss of
for planting suitable species of shrubs and small trees in
Vegetation/Trees
including grass seeding in roadside, embankment provisional
(Total 12,448) 4,353 Throughout the
protection. Plantation shall be conducted in the land sum/ SC,
nos from forest area road alignment Site PIU/PD,
designated by the District Forest Offices of the concerned 34,426,554 DOR/PD,
8195 nos from other especially at forest inspection Contractor
district; i.e., the DFO of Jhap, Morang and Sunsari district. is estimated DFO
roadside to be areas
The suitable site for the plantations will be finalized after forcompens
cleared during the
discussion with Community Forest User Groups and the atory
construction period
District Forest Office. plantation
An elaborated and detailed Compensatory Afforestation
Plan (Refer Appendix L Guidelines for Compensatory
Afforestation plan) will be prepared for implementation.
These activities shall be carried out in coordination with CF,
DFO.
215

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
Modified wildlife crossing facilities especially underpass will
be constructed at the location of existing culvert at 12+412
(that has been using by the elephant to cross the highway
in Charali forest). Additional warning sign, speed limit,
display board of wildlife will be erected in the crossing areas.
Informatory signboards on the presence of wildlife and
importance of will be installed along the forested road
sections that have wildlife movement. Size of the box culvert
for biggest wildlife will be increased considering the
standard openness index followed by Government of Nepal.
Similarly, another underpass will be constructed for Forest area, at
Impacts on Wildlife angulates at Pathari-Kanepokhari forest section. Special Charali Chainage
due to road widening consideration will be made to follow the openness index 11+400 to 13+600.
wildlife movement required for the targeted species (medium size of wildlife). RatuwamaiPlantatio
Direct
across the road Locations of the underpass identified in this EIA are n forest lies from
Observatio
could result into proposed at Chainage 66+784, 67+549, 67+855 with Chainage 31+400-
n, Included in
accidents/kills funneling fence, which will help in smoothening the natural 34+800; 36+400- SC,
discussion project cost DOR/PD,
movement of the species. 39+900.The other DOR/PD,
with / Contractor
(This will be updated Canopy bridges are proposed at Chainage 68+200 and major block of forest DFO
workers 24,086,696
as per 68+900 for monkey pass. in the project area is
and local
recommendation of An underpass tunnel will be constructed for turtles at Pathari-Kanepokhar
people
critical habitat Chainage 76+200. Similarly the guiding structures will also forest Chainage
assessment). be constructed for restricting random crossing around 60+400-77+200,
Betana lake/river outlet area. The underpass is built within Roadside, River
1 m depth from the road surface (more than 1 m width) with bank
enough light so that all the herpetofauna and small
mammals could as well benefit.Beside above chainages, at
forest area most of the cross drainage structures (box
culvert) are proposed bigger than small wildlife crossing
standard of Nepal considering the standard openness index
followed by Government of Nepal. These structures will
enhance the crossing medium to small wildlife and
herpetofauna if it is exist aroung this area. Existing pipe
culvert are replaced by box culverts raising height and width,
which could be used by wildlife, vegetation improvement by
216

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
planting grasses, bamboo, fodder and other species may
enhance the natural movement of wildlife, through these
structures.

Maintenance of existing water sources/pond will be done at


both side of forest area mainly Charali forest and Pathari-
Kanepokhar forest section for wildlife.
Warning sign, speed limit, display board of wildlife will be
erected in the crossing areas. Informatory signboards on
the presence of wildlife and importance of it
will be installed along the forested road sections that have
wildlife movement.
Speed control facilities signboards such as speed bumps
and speed signage for vehicles to not exceed 40km/hour will
be provided in all wildlife crossing points. This will also help
to minimize noise generated by vehicles. To minimize noise
and disturbance to wildlife honking will be restricted.
Awareness on wildlife co-existence and regulation of illegal
wildlife hunting to the community residing in the area is
recommended which would help lessen poaching triggered
wildlife movement in the periphery of highway.
As much as possible, compensatory plantation locations will
be selected considering ecological connectivity and
potential wildlife movement corridors.
Code of conduct especially for the workers working at forest
section will be prepared and implemented during
construction. Hunting, poaching and destructive fishing will
be strictly prohibited.

Canalize river and do not disturb river regime as far as Site


Impact on aquatic All areas of water Provisioned
possible. Excavation, sand and gravel extraction will be inspection,
species due to bodies (rivers and in SC,
done only at approved locations without affecting river record, Contractor
bridge construction streams) provisional DOR/PD
regime, reinstate all affected locations immediately. Water interview
and due to sum
flow will be maintained providing hume pipes during bridge with local
217

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
extraction of sand construction. Prohibited destructive fishing by the
and gravel from river construction workers. All chemicals, bitumen, oil and fuel
shall be stored on impervious floor with drainage facility, so
that no leakage or spillage will reach water bodies.
Construction activities will not be carried out near Betana
Wetland during monsoon period.
Unnecessary sounds produced during the construction
work shall be regulated through regular awareness and Site
Provisioned
traffic no-horn zones. Roadside plantations and plantations inspection,
Along the road, in SC,
Impact on Avifauna of affected area will be carried as soon as the construction record, Contractor
Betana provisional DOR/PD
work is completed. interview
sum
Construction activities near Betana Wetland will not be with local
carried out during breeding season.
Socio-Economic and Cultural Environment
A Resettlement Action Plan (RAP) has been prepared to
Observatio
address and mitigate the impacts on the affected
n
households. RAP is provision, the affected households will
and
Private Structures, not only receive cash compensation for assets at prevailing
site
the project will affect rates for full replacement cost, but also additional Provisioned
inspection, DOR,
a total of 377 private assistance will be given for relocation and livelihood in
Along the road and Record of SC, Local
structures, 42 are restoration. Compensation of livelihood impacts on the provisional
bridges compensati DOR/PD Authoritie
fully affected and affected businesses will be paid to the affected households sum/
on, s
335 will be partially for lost income from businesses in accordance with RAP. 23,324,789
interview
affected Additional cash compensation will be paid to vulnerable
with
households. Livelihood restoration measures will also be
affected
implemented in accordance with the RAP. Provision of
people
temporary employment in the construction works.
Disruption of Record,
Prior inform to public before shifting of the respective
Community Observatio SC,
structures, utility. Along the road, Provisioned Concerned
Structures and n DOR/PD,
Take advanced actions and process necessary clearance, Throughout the in utility
Public Utilities. Road and Local
transfer of funds etc. to the respective utility service provider road COI provisional agencies,
widening will affect site Authoritie
so as not cause any delays to the road construction sum Contractor
269 community inspection, s
schedule. Plan shifting activities.
structures (142 interview
218

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
resting places, 22 Community structures- Rebuilt with consultation of the local
temples, 22 tube community, local authorities, the cost is allocated in project
well, 40 police beat, cost.
1 statue, 9 public
toilets and 33 Chance Finding: The Contractor will be provided with a
governments and Chance Find Protocol for encountering any finding of
semi government physical cultural resources at sites by the project/CSC
structures). before start of works.
In the event encounters any findings of archaeological value
Physical cultural during the works, the Contractor will follow the Chance Find
resources, Protocol instructions. Chance find protocol/procedures
Chance finds during which will be used during this Project are as follows:
construction Stop the construction activities in the area of the chance
find;
Delineate the discovered site or area;
Secure the site to prevent any damage or loss of removable
objects. In cases of removable antiquities or sensitive
remains, a night guard shall be present until the responsible
local authorities and relevant Department of Archaeology
take over;
Notify the supervisory Engineer who in turn will notify the
responsible local authorities and relevant Department of
Archaeology immediately (within 24 hours or less);
Responsible local authorities and relevant Department of
Archaeology would be in charge of protecting and
preserving the site before deciding on subsequent
appropriate procedures. This would require a preliminary
evaluation of the findings to be performed by the
archeologists (within 72 hours). The significance and
importance of the findings should be assessed according to
the various criteria relevant to cultural heritage; those
include the aesthetic, historical, scientific or research, social
and economic values;
Decisions on how to handle the finding shall be taken by the
local authorities and the relevant Department of
219

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
Archaeology. This could include changes in the layout
(such as when finding an irremovable remain of cultural or
archeological importance) conservation, preservation,
restoration, and salvage; Implementation for the authority
decision concerning the management of the finding shall be
communicated in writing by the relevant Department of
Archaeology; and
Construction work could resume only after permission is
given from the local authorities and relevant Department of
Archaeology concerning the safeguard of the heritage.
The contractor will ensure to source water for construction
and construction camps in a manner not to burden the
Stress on Public
existing local water supply system, new sources such as
Utilities and Observatio
new bore wells for use in construction camps and river water Provisioned
Facilities due to n
when rivers exist near the construction site. Primary health Around camp sites in Contractor SC,
presence of and
facilities will be arranged in camp. Waste management provisional DOR/PD
contractor’s site
facilities at the camp sites such as dust bins, compost pits sum
workforce inspection
and linkage with relevant municipal waste collection system
must be arranged at all camp sites by the contractor.
The contractor will be required to prepare, obtain approval Provisioned
and implement an Occupational Health and Safety (OHS) in
Plan (Refer Appendix G and Appendix H), OHS Plan should provisional
contain general guidance for all identified hazards under Observatio sum
each work activities, and site-specific OHS hazard and risks n (Tool Box
and preventive measures during construction. Regular and Talk
Occupational Health training program for workers on occupational health safety Along the road and site sessions for
and Safety Risks in (daily/weekly toolbox talks). Special attention will be bridge construction inspection, workers and
Construction focused on safety training for workers to prevent and restrict sites, GRM labor on
accidents and on the knowledge of how to deal with record, EMP,
emergencies, In order to protect all project personnel and Consultatio Health and SC,
Contractor
visitors, the Contractor will provide personal protective n with Safety) DOR/PD
equipment (PPE) for workers, such as safety boots, workers
helmets, masks, gloves, body harness, protective clothing, For Safety
goggles, fully face eye shields and ear protection, Equipment
220

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
Availability of firefighting, ambulance, medical and rescue (PPEs) and
facilities at the site for implementation of an emergency facilities for
response plan. additional
First aid facilities will be made available at the worksites and Pandemic
in the camps. The contractors will engage qualified first NRs.
aider(s). 4,688,928
The construction camp will be built with all adequate
facilities (safe drinking water and sanitation, kitchen, rest
areas, etc.) including entertainment facilities so that there
will be minimal interaction between them and local
communities.
The Contractor shall establish a mechanism (maintaining
grievance register) to collect and register the complaints
from the workers and address those complaints
The contractor will develop and implement a comprehensive Record of
Traffic Management Plan (Refer Appendix I - Guidelines For accident
Traffic Management And Safety During Construction) with data,
adequate measures such as proposing traffic diversion Observatio Provisioned
measures, alternate routes for local traffic, avoiding school n in
hours, following speed limits, hiring licensed drivers, etc. of safety provisional
The plan will be implemented with the aim of preventing measures sum1,800,0
unsafe situations, especially near schools, housing areas, at site, 00
Community Health construction areas; The road should not be stopped for Grievance for
and Safety, Safety existing traffic. Road signage will be fixed at appropriate Along the road, records awareness
Contractor SC,
Hazards due to locations to reduce safety hazards associated with project- settlement area training to
DOR/PD
Increased Traffic related vehicular traffic. Project drivers will be trained in affected
defensive driving. municipalitie
Ensure that all construction vehicles observe speed limits s
on the construction sites and on public roads personal/loc
Provide adequate signage, barriers, and flag persons for al
traffic control. stakeholder
Targeted employment of women, poor and the excluded s
Gender specific facilities for labour workers.
221

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
Ensure equal wages for women and men
Specialized training to women for skilled employment
opportunities (e.g. mason, heavy machine operator training,
driving to women).
Training for risk mitigation (e.g. on HIV AIDS, trafficking,
child labour)

Barricade the work areas with hard fencing to prevent the Record of
entry of community in the construction areas. accident
Placing of adequate signboards and flagmen to divert the data, Provisioned
community away from the construction works. Observatio in
Community awareness programs on construction-related n provisional
hazards, including awareness programs in schools of safety sum
Construction activities such as excavation, bridge measures for
Community foundation particularly and the borrow areas, may pose at site, awareness
Along the road,
Exposure to Work safety risks to the nearby people. Grievance training to Contractor SC,
settlement area
Hazards First aid medical facilities made available at the worksite. records affected DOR/PD
There will be adequate mechanisms in place to protect the municipalitie
local vulnerable population, especially women and minors s
from risks associated with the influx of workers personal/loc
(harassment). This mechanism will ensure the sensitization al
and enforcement of code-of-conduct by the Contractor stakeholder
employees and workers and all other parties that are s
involved in the project implementation
222

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
Awareness campaign implemented at the beginning of the Site
construction phase. The Contractors will be aware of the inspection.
possibility and risks of miscommunications between local Review
residents and workers, to reduce conflicts; this will be of
prevented by raising awareness and implementing a Code Environmen
of Conduct for the workers. The Contractor shall develop a t, Health
Worker Code of Conduct to govern the behavior of workers and
on-site, in camps, and in local communities. Sanitation
The awareness campaign will also be aimed at the risk of practices
interaction between the resident population and the and solid
construction workforce, including the spreading of sexually waste
transmitted diseases such as HIV/AIDS. manageme
The contractor’s code of conduct shall cover the program to nt system
promote awareness to the construction workers on
Impacts from Labour respecting the local community.
Influx, Occupational Construction camps will be built in the designated areas,
Health and Safety, located away from the local settlements
Settlement camp
STDs, The contractor will ensure local water usage will not be Contractor SC
sites 72,691,500
Risk of Gender- affected by the project, the project will use separate sources
Based Violence of water. The Contractor’s monthly training program will
cover topics related to respectful attitude while interacting
with the local community
Standard Operating Procedure of COVID-19 protocol will be
prepared and complied (Refer Appendix J: Guidelines For
Standard Operation Procedure For Covid-19).
Awareness training of SC, contractor, sub-contractor and
service providers staff to sensitize them about Sexual
Exploitation and Abuse (SEA), and Sexual Harassment
(SH), and their responsibilities to prevent.
Posting of Code of Conduct standards in public spaces at
contractor’s work camps and living areas, and village
information centers and public places of
adjoining/neighboring communities in Nepali language.
Awareness to explain suspicious situations and the signs of
SEA/SH;
223

Institution
Environmental Avoidance/Mitigation Responsible
Issues / / Compensation Monitoring Mitigation Implement Super-
Component Measures Location Method Cost (NRs.) ation vision
Awareness to communities, particularly women, and male
and female children to understand risks of SEA and SH and
the roles and responsibilities of parties involved in project
implementation on SEA and SH prevention, processes for
reporting incidents of project-related SEA/SH, and the
corresponding accountability structures. Strengthen the
Contractors’ obligations and capacity to public health and
safety risks and ensure contractor supervision capacity to
monitor the mitigation of these risks.
There will be adequate mechanisms in place to protect the
local vulnerable population, especially women and minors
from risks associated with the influx of workers
(harassment). This mechanism will ensure the sensitization
and enforcement of code-of-conduct by the Contractor
employees and workers and all other parties that are
involved in the project implementation.

Environmental Avoidance/Mitigation Institution Responsible


Monitoring Mitigation
Issues / / Compensation Location
Method Cost Implementation Super-vision
Component Measures

Operation and Maintenance Stage


224

Environmental Avoidance/Mitigation Institution Responsible


Monitoring Mitigation
Issues / / Compensation Location
Method Cost Implementation Super-vision
Component Measures

For addressing the impacts of air and noise


pollution, regular maintenance of the road surface,
Air and Noise approximately 20,000 roadside tree will be planted
Pollution due to and maintain at urban (39Km) and semi urban
increase area(17km) which act as air and noise absorbers. Throughout the
vehicles At sensitive areas (e.g. school, hospital) will install road corridor
Check road To be
noise barriers. Implementation of No Blowing of especially nearby,
accident determine d by DOR/PD DoR
Horn Zones particularly in settlement areas, wildlife habitat,
record DoR
sensitive areas. Promote planting of trees along settlements,
(Updated after the RoW as far as possible. bazaar areas
Air and Noise
modeling) Enforce Nepal vehicle mass emission standard,
1999 and will stipulate vehicle owners/drivers to
engage in proper and regular vehicle
maintenance. DOR will maintain roadside planted
225

Environmental Avoidance/Mitigation Institution Responsible


Monitoring Mitigation
Issues / / Compensation Location
Method Cost Implementation Super-vision
Component Measures

trees especially nearby settlements and other


public places. Air and noise monitoring shall be
conducted during operation.

There is provision different road safety features


such as pedestrian footpaths and cycle lanes in
urban areas, in all major intersections installation
of traffic lights with zebra crossings and road
humps, traffic signs, overhead sign, barriers and
road markings, minor realignment at identified
black spots etc. The project has proposed for
installation of traffic signs-1,797 nos, street light-
2,970 nos, Reinforced Cement Concrete Crash
Barrier-800 Rm, Metal Beam Crash Barrier “W”-
23,650 Rm, Metal Beam Crash Barrier “THRIE”,
Increase Road Metal Beam Crash Barrier “UNDER RUN”, Rumble Check road To be
Accidents due to Strip 9,200 Sqm (minimum curve area), Median Along the road accident determine d by DOR/PD DoR
increase traffic Fencing 31,166 m, Footpath Railing-18,690m, record DoR
volume Junction improvement etc. Provide bus bays at
important bus stop locations and additional lanes
in market areas; provide guard barriers at bridge
approaches and where horizontal curves are sharp
and where embankments are greater than 3.00
metres in height; provide appropriate interchange
mechanism at intersections; provide sufficient road
furniture including road safety elements including
signs, delineator posts etc. and additional signs
where there are high pedestrian activities and a
high possibility of accidents in order to make the
road safer. Road safety features will be maintained
226

Environmental Avoidance/Mitigation Institution Responsible


Monitoring Mitigation
Issues / / Compensation Location
Method Cost Implementation Super-vision
Component Measures

properly so that they remain functional at all times.


Different road safety awareness trainings will be
provided road users (Further detail is given in
Table… and Para….)

Regular monitoring of the road condition and


maintenance will be done especially before and Along the road
after rainy season. DoR has established a system corridor,
Embankment of employing road maintenance staff that is especially near
To be
Slope Stability responsible for routine and recurrent maintenance bridges where Visual
determined by DOR/PD DoR
and Blockage of of roads like cleaning of cross drainage, drains embankment level observation
DoR
Cross Drainage and additional slope protection structures will be is high, cross
constructed. This practice will be continued with drainage
allocation of adequate budget and numbers of staff structures
to the project road for maintenance

Site
Monitoring by installing devices for the wildlife
Impact on Flora movement and the use of culvert by wildlife Observation
and Fauna,
Increased risk Assessment of additional culvert/wildlife crossing Discussion
on wildlife structures along the road based on the monitoring Forest areas,
with local To be
result Mainly Forest
(This will be determined by DOR/PD DoR, DFO
area and wildlife
updated as per Recording the road kill at Pathari-Kanepokhar People DoR
crossing points
recommendation forest blocks in coordination with divisional forest
Collection of
of critical habitat office
assessment). information
Maintenance of compensatory plantation saplings
from District
227

Environmental Avoidance/Mitigation Institution Responsible


Monitoring Mitigation
Issues / / Compensation Location
Method Cost Implementation Super-vision
Component Measures

Regular cleaning, clearing and maintenance of all


culverts to reduce the chances of blocking

Regular inspection and maintenance of water


sources/pond, fencing installed in the forest areas

Workshops for awareness-raising on forest fire,


wildlife protection such as prevention of waste
dumping from vehicles, speed limit, and potential
collision with animals.

Installation of additional traffic signs alerting speed


limit, no-horn. Speed control facilities signboards
such as speed bumps andspeed signage for
vehicles to not exceed 40km/hour will be provided
in all wildlife crossing points, this will also help to
Forest
minimize noise generated by vehicles.
Office
To minimize noise and disturbance to wildlife
honking will be restricted.

Installation of wildlife crossing information/display


board and traffic calming measures in the forest
blocks.

Installation of additional measures to reduce


collisions between animals and vehicles (e.g. use
of signs to alert drivers on road segments where
animals frequently cross; installation of fencing
along the roadway to direct animals toward
crossing structures; and use of reflectors along the
roadside to deter animal crossings at night when
vehicles are approaching)
228

Environmental Avoidance/Mitigation Institution Responsible


Monitoring Mitigation
Issues / / Compensation Location
Method Cost Implementation Super-vision
Component Measures

Carcase management of wild animal will be done


with consultation of local stakeholders and
divisional forest office)

Provision of safe corridors along the road


alignment and safe crossings (preferably over or
To be
under the roadway) for pedestrians and bicyclists
determined by
during operation. Crossing locations should take
DoR
into account community preferences, including
those related to convenience or personal safety.

In design, there is provision of cycle lane and


foothpath in both side of the road (refer following
figure : typical cross section of urban road design,
5m bothside including greenary), women and
disabled friendly Along the road,
Settlement areas
Record,
Community Installation of barriers (e.g. fencing, plantings) to
consultation
Health and deter pedestrian access to the roadway except at DOR/PD DoR
with
Safety designated crossing points;
community
Installation and maintenance of speed control and
traffic calming devices at pedestrian crossing areas;

Additional installation and maintenance of all


signs, signals, markings, and other devices used
to regulate traffic, specifically those related to
pedestrian facilities;

Implementation of No Blowing of Horn Zones


particularly in settlement, sensitive areas.

The detailed design of KL road improvements


integrates the findings and recommendations of
229

Environmental Avoidance/Mitigation Institution Responsible


Monitoring Mitigation
Issues / / Compensation Location
Method Cost Implementation Super-vision
Component Measures

the road safety audits undertaken in multiple


stages

Road safety will also be undertaken post


completion works

Speed control and regulations (especially in


populated areas, near schools and other public
places).

Road crossing infrastructures incorporating


principal of universal access.

Additional speed control mechanisms at place


such as zebra cross, speed breakers, speed limits
at crowded places etc.

Establishment of traffic signals, CC cameras for


speed control for public buses plying the highway.

Manage temporary bypass while maintenance the


road, Road safety awareness trainings to drivers
and locals.

Workers Health Establishment of work zones to separate workers Road To be


and Safety risks, from traffic and equipment, Routing of traffic to maintenance Observation, determined by DOR/PD DoR
during routine alternative roads when possible, Closure of lanes section DoR
230

Environmental Avoidance/Mitigation Institution Responsible


Monitoring Mitigation
Issues / / Compensation Location
Method Cost Implementation Super-vision
Component Measures

maintenance and diversion of traffic to the remaining lanes if the


works road is wide enough (e.g.re-routing of all traffic to
one side of a multi-lane highway), Where worker
exposure to traffic cannot be completely
eliminated, use of protective barriers to shield
worker from traffic vehicles, or installation of
channeling devices(e.g. traffic cones and barrels)
to delineate the work zone, Regulation of traffic
flow by warning lights, use of flaggers if possible,
Reduction of maximum vehicle speeds in work
zones, Training of workers in safety issues related
to their activities, such as the hazards of working
on foot around equipment and vehicles; and safe
practices for work at night and in other low-visibility
conditions, including use of high-visibility safety
apparel and proper illumination for the work space.

Table 95: Environmental Monitoring Plan


Frequency
Environment Project Methods / and Impleme Super
al Indicators Stage Parameters Guidelines Location duration Standards Cost ntation vision

Major settlements, Baseline air 18 sites x Contract


PM10, PM Ambient air quality SC,
Camp, Crusher, Baseline: 1 or
Pre- 2.5, NOx, sampling and quality PIU/PD
hot mix plants before 50,000/sam
Air Quality constructi SOx, COx. analysis at selected -ADB
locations constructio results pling = NRs
on Lead, sites/sensitive spots
(Kakarbhitta, n
Benzene using through High 900,000
Charali, Birtamod, taken prior
231

Frequency
Environment Project Methods / and Impleme Super
al Indicators Stage Parameters Guidelines Location duration Standards Cost ntation vision

Volume Sampler Damak, Betana to construction,


24-hour Forest area, Compare
Urlabari, Birat withNational
Chowk, Itahari,
Jhumka, sensitive Ambient Air
receptors Quality
locations, Standards
Landmark bridges (NAAQS),
site )
Compare to
Baseline air
quality results, 18 sites x
Constructi Yearly, and National
on during 50,000/sam
constructio Ambient Air pling = NRs
Stage n
Quality 900,000
Standards
(NAAQS)

Compare to
Baseline air
quality results, 18 sites x
Operation 1 after and National
50,000/sam
constructio
Stage Ambient Air pling = NRs
n
Quality 900,000
Standards
(NAAQS)
232

Frequency
Environment Project Methods / and Impleme Super
al Indicators Stage Parameters Guidelines Location duration Standards Cost ntation vision

18 sitesx
Compare to 50,000/
Pre- Baseline: 1 Nepal Ambient
Constructi before Noise Level as sampling =
on constructio per
NRs
n NHRC, WHO
Standards 900,000.0
Major settlements SC /
(Kakarbhitta, PIU/PD
Charali, Birtamod, 18 sitesx Contract -ADB
Damak, Betana Compare to or
Points source Forest area, x
Baseline results
measurements in Urlabari, Birat and Nepal 50,000/
Yearly
dB(A) at settlement Chowk, Itahari, Ambient Noise
Constructi (1 hrLeq during the
Noise Levels sites/sensitive spots Jhumka), Camp , Level as sampling =
on dB(A)) constructio
for noise level at Crusher, hot mix per
n NRs
2.5 and 15 m from plants locations,
roads sensitive NHRC, WHO
900,000.0
receptors Standards
locations,
Landmark bridges
site Compare to 18 sitesx
Baseline results x
and Nepal
1 after Ambient Noise 50,000/
Operation constructio Level as
n per sampling =

NHRC, WHO NRs


Standards 900,000.0
233

Frequency
Environment Project Methods / and Impleme Super
al Indicators Stage Parameters Guidelines Location duration Standards Cost ntation vision

Pre- 24 sites x
Constructi Compare to
on Nepal Water 25,000/

Quality sampling =
Major rivers Guidelines NRs
(Ninda, Biring,
Kankai, Ratuwa, 600,000.00
Bakra, Lohendra,
BOD, Betana wetland
Turbidity, Budhi, Sunsari 22 sites x
pH, E. Coli, SC
Collect and analyze ) 25,000/
TSS, PIU/PD
Constructi sample from source
sampling = Contract -ADB
Water Quality on Oil and
NRs or
Grease
Water sampling 600,000.00
Drinking
water quality
parameters
Construction
Operation camp 24 sites x
National
Drinking Water 25,000/
Quality sampling =
Standards NRs
(NDWQS)
600,000.00
234

Frequency
Environment Project Methods / and Impleme Super
al Indicators Stage Parameters Guidelines Location duration Standards Cost ntation vision

Contract
or

Along the entire


Constructi Magnitude, stretch, High Part of
on extent and embankment, construction SC
location river bank
Regular, cost
Soil before and No any road
Visual
Erosion after damage
monsoon

Throughout the
Magnitude, road alignment Part of
Operation extent and agency DoR DoR
location budget

Siltation
and
presence Throughout the
of road alignment,
construction especially at the SC,
Siltation by drainage Continuing
spoils and Visual Construc PIU/PD
rivers and Constructi congestion areas during Constructio
wastes Direct Observation tion -
drainage on as mentioned in constructio Observation n contract
Blockage contract ADB/D
congestion the n phase
of oR
waterways- EIA report or as
extent and suggested by SC
secondary
impacts
235

Frequency
Environment Project Methods / and Impleme Super
al Indicators Stage Parameters Guidelines Location duration Standards Cost ntation vision

Siltation DoR
DoR Length
Blockage of Length
Operation waterways- Annual Person
Person
extent and
secondary System
System

Location,
drainage
condition,
siltation,
Site observation, Monthly
surface Constructio
Constructi discussion with during Contract
water n on
on workers and local constructio or
Borrow pollution, Contract
people n period
erosion,
Areas, spoil SC,
managemen Borrow areas, Visual PIU/PD
Quarry Sites,
t, etc quarry sites -
Crusher location Observation ADB/D
Once
Plant/Hot mix oR
Restoration immediatel
Plant/Batching
as y
Plants Site observation,
recommend
discussion with after
Operation ed in DoR DoR
workers and local closure and
The completion
people
EMP/Operati of
on Plan constructio
n

Basic Visual
facilities of Site observation, Construction and Quarterly Constructio Contract
Labour Constructi SC
camp as discussion with camp sites during Observation n Contract or
on
mention in
236

Frequency
Environment Project Methods / and Impleme Super
al Indicators Stage Parameters Guidelines Location duration Standards Cost ntation vision

Camps, EMP(Such workers and local constructio


equipment as Basic people n period
camps facilities
such as fire
precaution,
lavatories
and
showers,
potable
water
supply,
clean eating
area,
lighting, safe
access, air
supply, LPG
/kerosene,
sanitation,
waste
managemen
t first aid etc)

Once
Restoration
immediatel
of
y
construction
Site observation Contract
camp Construction after
Operation and discussion with or
sites and camps closure and
as local people completion
recommend
of
ed in the
constructio
EMP
n
237

Frequency
Environment Project Methods / and Impleme Super
al Indicators Stage Parameters Guidelines Location duration Standards Cost ntation vision

Total
number of
compensato PIU/PD-
Direct Observation, Regularly ADB,
ry plantation
Constructi discussion with DFO,
1:10 ratio of after
on workers and local DoR
felled trees, plantation
people
Maintenance DFO
of planted
Throughout the Included in
saplings
Tree project corridor, Visual
compensato
Plantation Maintenance Compensatory Once Observation ry plantation
of planted plantation area a month cost
saplings
Direct Observation after
during
and plantation; DFO,
construction,
Operation after one DFO
survival rate Discussion with DoR
year old,
of trees, local people once in a
growth and
year for
development
5 years
of saplings

Monitoring record, Forest area


Continuing Included in
Pre Site observation (Mainly Charali Use of DFO,
Wildlife Road during environment SC,
Constructi and consultation forest, Pathari- monitoring PD/Do
movement kills/collision constructio al mitigation PD/DoR
on with DFO, local Kanepokhar forest devices R
n phase cost
people area)
238

Frequency
Environment Project Methods / and Impleme Super
al Indicators Stage Parameters Guidelines Location duration Standards Cost ntation vision

Monitoring record, NRs.500,


Continuing 000
Site observation PD/DoR, SC,
Constructi during
and consultation Contract PD/Do
on constructio
with DFO, local or R
n phase
people

Monitoring record,
Site observation
Operation and consultation Quarterly DoR DoR
with DFO, local
people

Direct Observation,
Throughout the Continuing
Community Do not observation and Visual SC,
Constructi road alignment during Constructio Contract
structures, disrupted, consultation with PD/Do
on constructio Observation n contract or
Public utilities damage local authorities, R
n phase
local people

Record numbers
and types of road
accidents recorded Visual
by the traffic police
and the local health Observation
Road Safety, Accidents Once
service centres ,Verification and SC,
Community Constructi (Major and Throughout the after the Constructio Contract
Suitability of sign PD/Do
safety and on minor) road alignment constructio n contract or
sat construction discussion with R
Accidents Safety sites n begins workers and
local
Direct observation
and discussion with people
workers and local
people
239

Frequency
Environment Project Methods / and Impleme Super
al Indicators Stage Parameters Guidelines Location duration Standards Cost ntation vision

Record numbers
and types of road
accidents recorded
by the traffic police
and the local health
service centres
Suitability of local
road signs
Throughout the Once a
Operation Records on public DoR DoR
road alignment year
road safety
awareness
campaigns

Direct observation
and discussion with
local people Speed
measurements at
selected spots.
Government of Nepal
Ministry of Physical Infrastructure and Transport
Department of Roads
Project Directorate (ADB)

Final Resettlement Plan Report


of
Kakarbhitta – Itahari (Labipur)
(C.H. 0+000 – CH 95+760)

June, 2022

Submitted by
in association with
PreparedbyMinistryofPhysicalInfrastructureandTransport,DepartmentofRoads,Government
of Nepal for the Asian DevelopmentBank.This resettlement plan is a document of the
borrower. The views expressed herein do not necessarily represent those of ADB's Board of
Directors, Management, or staff, and may be preliminary in nature.
Inpreparinganycountryprogramorstrategy,financinganyproject,orbymakinganydesignation of
or reference to a particular territory or geographic area in this document, the Asian
Development Bank does not intend to make any judgments as to the legal or other status of
any territory orarea.
CURRENCY EQUIVALENTS
(As of 24 August, 2020)
Currency unit = Nepalese Rupee
(NPRs.)

Rs1.00 = $ 0.0085

$1.00 = Rs. 118.237


Final Resettlement plan Kakarbhitta-Itahari (Labipur)

ABBREVIATIONS
ADB - Asian Development Bank
APF - Armed Police Force
APs - Affected Persons
BPL - Below Poverty Line
CBO - Community Based Organization
CBS - Central Bureau of Statistics
CDC - Compensation Determination Committee
CDO - Chief District Officer
CoI - Corridor of Impact
DAO - District Administration Office
DCC - District CoordinationCommittee
DLSO - District Land Survey Office
DLRO - District Land Revenue Office
DoR - Department of Roads
CSC - ConstructionandSupervisionConsultant
EA - Executing Agency
FGD - Focus Group Discussion
GRC - Grievance Redress Committee
GoN - Government of Nepal
HDI - Human Development Index
HPI - Human Poverty Index
HHs - Households
IA - Implementing Agency
INGO - International Nongovernment Organization
MoF - Ministry of Finance
MoPIT - Ministry of Physical Infrastructure and Transport
Mu - Municipality
NGO - Non-governmental Organization
PAF - Project Affected Family (Families)
PD - Project Director, PID
PIU - Project Implementation Unit
PPTA - project preparatory Technical Assistance
RM - Rural Municipality
ROW - Right of Way
RP - Resettlement Plan
R&R - Resettlement and Rehabilitation
RS - Resettlement Specialist
SPAF - Severely project Affected Family
SPS - Safeguard Policy Statement (ADB2009)
Sqm - Square meters
ZoI - Zone of Influence

i
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

GLOSSARY
Affected Person: Any person who is economically or physically affected by the project,
including landowners and non-title holders (encroachers and squatters. This includes
any person whose rights, standard of living, subsistence and income-generating
capacity
areadverselyaffectedbecauseofthedisruptionintheacquisitionofassetsorbusiness,whether
full/partial, orpermanent/temporary.
Compensation: The payment in cash or kind for private property acquired by the
government for the project, based on replacement value.
Corridor of Impact (CoI): Minimum width of land required for the construction of roads
and
provisionofshoulder,widthplussafetyzoneoneithersideoftheroad.COIisgenerallywithin the
RoW, except where construction requirements and topography necessitate the
acquisition of widerarea.
Cut-off Date: The date of census survey to count the APs and their affected business
and assets.
Dalit (Minor Caste Group):Dalit is commonly known as untouchable in traditional
Nepalese society. They belong to occupational and artisan group. Dalit Commission
has defined dalit as, "the community discriminated on the basis of caste and
marginalized in terms of social, economic, educational, political and religious sectors.”
Indigenous People (IP):A defined by Nepal indigenous/nationalities/tribal Act, “People
having their own mother toungue, district traditional values and cultural identies,
including social structure and written/non-written history are indigenous and nationalities
population.”
PovertyLineIncome(PLI):Thecostofmaintainingbasicminimumneeds.PLIshavebeen
defined by different organizations and the government departments, using factors such
as per Capita calorie requirements and expenditures on housing and other non-
fooditems.
Rehabilitation: The measures taken to mitigate social impacts, including
compensation,resettlement and rehabilitation allowances where required.
ReplacementCost:Replacementcostwillbebasedonthefollowingelements: (i)fairmarket
value; (ii)transactioncosts;(iii)interestaccrued,(iv)transitionalandrestorationcosts;and(v)
otherapplicablepayments,ifany.Foragricultureland,thisincludesreferencetolandofequal
size, type and productive potential in the vicinity of the affected land and land
preparation costs where required. For houses and other buildings, this includes
reference to the market price of materials and labor, and the cost of transporting
materials to the building site. The
replacementcostfurtherincludesthecostofanyregistrationandtransfertaxesforlandand
buildings.
Right of Way (ROW): The legal right to use the land by the Department of Road
Titleholder: The person in whose name the project-affected business land and/or
building business is registered and who is authorized to receive the compensation
granted for the loss of business or acquisition of the land.

ii
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Tenant: A person occupying or utilizing buildings of a titleholder/house owner on rent.


Vulnerablepersons:Theyarethedisadvantagedpersonssuchasdisabled,womenheaded
households, handicapped, orphans, destitute, independent elderly persons above 70
years of age, landless laborers, wage earners and people living below the povertyline.

iii
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Table of Contents
EXECUTIVE SUMMARY ............................................................................................... i
A. Project Description ............................................................................................. i
B. Resettlement Impacts....................................................................................... ii
C. Information Disclosure, Consultation and Participation........................... iii
D. Grievance Redress Mechanisms.................................................................. iv
E. Legal Frameworks............................................................................................ iv
F. Entitlement, Assistance and Benefits .......................................................... iv
G. Resettlement Budget and Financing............................................................ iv
H. Institutional Arrangement................................................................................. v
I. Implementation Schedule ................................................................................ v
J. Monitoring and Reporting ................................................................................ v

I. PROJECT DESCRIPTION ....................................................................... 1

II. SCOPE OF RESETTLEMENT ................................................................. 6


A. Projects Benefits ................................................................................................. 6
B. Scope of Land Acquisition ................................................................................. 6
C. Impacts on Private Structures ........................................................................... 6
D. Impact on Community and Public Structures ................................................. 8
E. Loss of Fruit Trees .............................................................................................. 8
F. Loss of Crops ...................................................................................................... 9
G. Impact on Vulnerable HHs................................................................................. 9

III. SOCIO-ECONOMIC INFORMATION AND PROFILE......................... 10


A. Social Profile of the ProjectArea ..................................................................... 10
B. Social Profile of Affected Households ........................................................... 10

IV. INDIGENOUS PEOPLES ....................................................................... 14

A. National Policy on IndigenousPeople .................................................. 14

B. Impacts on Indigenous Peoples’ Households ..................................... 14

C. Socioeconomic Characteristics of Affected Indigenous People


Households ................................................................................................................ 14

V. DALIT HOUSEHOLDS ........................................................................... 17

A. Affected DalitHouseholds ...................................................................... 17

iv
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

VI. GENDER ANALYSIS OF AFFECTED WOMEN ..................................... 18

VII. INFORMATION DISCLOSURE, CONSULTATION AND


PARTICIPATION ....................................................................................................... 20
A. Introduction ........................................................................................................ 20
B. Methods of Public Consultation ...................................................................... 20
C. Key Issues Raised During Social Consultation ............................................ 21
D. Disclosure of the Resettlement Plan and Further Consultations ............... 24

VIII. GRIEVANCE REDRESS MECHANISMS ............................................. 25


A. Proposed Grievance Redress Mechanism for the ProjectRoad ................ 25
B. Grievance Redress Procedures ..................................................................... 25
C. Government Policy for Grievance Redress .................................................. 27

IX. LEGAL FRAMEWORK ........................................................................... 28

A. Legislation ............................................................................................... 28

B. Land Acquisition Act of 1977................................................................. 28

C. Land Acquisition, Rehabilitation and Resettlement Policy of 2015 .. 28

D. ADB Involuntary Resettlement Standard Requirement ...................... 29

E. Indigenous Community in the Context of Nepal ................................. 29

F. ADB Indigenous People Standard Requirement (2009) ..................... 30

G. Dalit Community in the Context of Nepal ............................................. 31

X. ENTITLEMENT, ASSISTANCE AND BENEFITS ............................... 33

A. EntitlementPolicy .................................................................................... 33

B. Entitlement Matrix ................................................................................... 33

XI. RELOCATION PREFERENCES ........................................................... 40

XII. LIVELIHOOD RESTORATION MEASURES ....................................... 41

XIII. COST FOR PRIVATE STRUCTURES .................................................. 42


A. Rehabilitation Cost for the Public Structures ................................................ 43
B. Cost of Other Assets ........................................................................................ 43
C. Assistance to Reconstruction and Rehabilitation Allowances ................... 43
D. Additional Assistance to the Vulnerable Groups .......................................... 44

v
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

E. RP implementation and Management Cost .................................................. 45


F. Contingencies .................................................................................................... 45
G. Total Cost Estimate .......................................................................................... 45
H. Financing Plan ................................................................................................... 46

XIV. INSTITUTIONAL ARRANGEMENTS.................................................... 47


A. Central level Project Implementation Unit (PIU), Department of
Roads(DOR):......................................................................................................................... 47
B. Field-level PIU, DOR ........................................................................................ 47
C. Compensation Determination Committee (CDC) ......................................... 47
D. Grievance Redress Committee (GRC) .......................................................... 48
E. Supervision Consultant (SC) ........................................................................... 48
F. Staff Training at PIU ......................................................................................... 48

XV. IMPLEMENTATION SCHEDULE .......................................................... 50

XVI. MONITORING AND REPORTING ........................................................ 51


A. Internal MonitoringSystem ............................................................................... 51
B. Reporting ............................................................................................................ 52

APPENDIX I: INFORMATION OF THE RIGHT OF WAY AND OWNERSHIP


CERTIFICATION......................................................................................................... 54

APPENDIX II: LIST OF AFFECTED PRIVATE STRUCTURES ............................... 61

APPENDIX III: LIST OF FULLY AFFECTED STRUCTURES .................................. 96

APPENDIX IV: LIST OF PRIVATE BUSINESS STRUCTURES & DETAILS ........ 108

APPENDIX V: NON-INTERVIEWED HOUSEHOLDS ............................................. 122

APPENDIX VII: LIST OF FRUIT TREES ................................................................. 137

APPENDIX VIII: PUBLIC CONSULTATIONS ......................................................... 146

APPENDIX IX: LIST OF VULNERABLE HOUSEHOLDS ...................................... 163

APPENDIX X: Detail Numbersof Kiosk ................................................................. 165

APPENDIX XI: PHOTOGRAPHS ............................................................................. 168

vi
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

List of Tables
Table 1: Summary of Key Impacts .................................................................................................... ii
Table 2: Road Improvement and Pedestrian Walkway Facilities across the Kakarbhitta-
Itahari (Labipur) Road ......................................................................................................................... 2
Table 3: Silent Feature of the Project Road ..................................................................................... 4
Table 4: Details of Affected Assets ................................................................................................... 7
Table 5: Status of Affected Structures .............................................................................................. 7
Table 6: Types of Affected Structures by Construction Material................................................... 7
Table 7: Details Fully Affected Residential and Commercial Structures ..................................... 8
Table 8: Summary of Community Structures and Property Resources ....................................... 8
Table 9: List of Fruit Trees .................................................................................................................. 8
Table 10: Affected Households as per Vulnerability Category ...................................................... 9
Table 11: Summary of Affected Households ................................................................................. 10
Table 12: Age Wise Distribution of the Project affected Population ........................................... 11
Table 13: Caste and Ethnic Composition of Households in Sub-Project Location .................. 11
Table 14: Educational Status of the Project Affected households (above 5 yrs) ..................... 11
Table 15: Main Sources of Income of Interviewed Households .................................................. 12
Table 16: Average Annual Income of the Project Affected People & IPs HHs ......................... 12
Table 17: Poverty Status by Ethnic/Indigenous & Other Caste Groups (HHs) ......................... 13
Table 18: Affected Ethnic Households ............................................................................................ 14
Table 19: Affected Household Per Ethnic Background ................................................................ 14
Table 20: Affected Indigenous People Categorization as per NEFIN ........................................ 15
Table 21 : Average Annual Income of the Affected IP Households (NRs) ................................ 15
Table 22: Sources of Annual Income of the Affected IP Population ......................................... 16
Table 23: Project Impacts on Dalit Households ............................................................................ 17
Table 24: Income Range of Dalit HHs & Population ..................................................................... 17
Table 25: Number of Project Affected Women Headed Households. ........................................ 18
Table 26: Occupation of the Women Headed Households ......................................................... 18
Table 27: Income Level of Women Headed Households............................................................. 18
Table 28: Methods Employed During the Course of Consultations ........................................... 20
Table 29: Major Public Structures along the Kakribhitta- Itahari (Labipur) Road ..................... 23
Table 30: Composition Grievance Redress Committees ............................................................. 25
Table 31: Entitlement Matrix ............................................................................................................. 34

vii
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Table 32: Preference for Relocation Assistance ........................................................................... 40


Table 33: Tentative Livelihood & Income Restoration Training for Project APs ....................... 41
Table 34: Estimated Compensation Cost for Structures .............................................................. 42
Table 35: Estimated Cost for Project Affected Structures ........................................................... 42
Table 36: Estimated Rehabilitation Cost of the Public Structures .............................................. 43
Table 37: Loss of Fruit Trees ........................................................................................................... 43
Table 38: Subsistence Allowances for Residential Buildings and Business Structures .......... 44
Table 39: Replacement and Rehabilitation Allowances ............................................................... 44
Table 40: Additional Assistance to Vulnerable Groups ................................................................ 44
Table 41:Cost Estimate for Resettlement Implementation Activities ......................................... 45
Table 42: Summary of Resettlement Costs for the Kakrarbhitta-Itahari (Labipur) Road ........ 45
Table 43: Implementation Schedule of the Resettlement Plan ................................................... 50
Table 44: Monitoring Issues and Indicators ................................................................................... 51
Table 45: Reporting Requirements ................................................................................................. 52

List of Figure
Figure 1: Shows the location map of the Kakarbhitta-Itahari (Labipur) road section ................. 3

viii
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

EXECUTIVE SUMMARY
A. Project Description
1. The Government of Nepal (GON) is working towards accelerating the economic
development of the country while redressing regional imbalances and inequalities. Access to
road transport is a significant determinant of economic development and socioeconomic
opportunities. The Government of Nepal requested the assistance of the Asian Development
Bank (ADB) to support the improvement of the east–west highway (EWH). The proposed
project aims to improve the efficiency and adequacy of the transport system by addressing
the deteriorating conditions of road assets, the poor safety of the transport network, and the
limited cross-border connectivity. The project will (i) rehabilitate and upgrade about 0+000-
95+760 kilometers (km) of national highway between Kakarbhitta and Itahari(Labipur)of the
EWH in the southeastern part of Nepal, (ii) improve road safety and road maintenance on
the EWH and (iii) strengthen the capacity of the Department of Roads (DOR) under the
Ministry of Physical Infrastructure and Transport (MOPIT) regarding road safety and road
maintenance.
2. Under SASEC Highway Improvement project (SHIP), total three road sections have been
awarded by Government of Nepal, Ministry of Physical Infrastructure and Transport,
Department of Roads, Project Directorate (ADB) to SOOSUNG Engineering Co. Korea in
association with Environment and Resource Management Consultant, and Tech Studio of
Engineering for preparation of DPR. Hence the design team has focused on expanding all
three proposed subprojects into a four-lane expressway, with the provision of an extra
service lane in main cities, and diversions in places where expansion is not possible.
Moreover, considering the increasing congestion around the city areas, the design team is
also looking into developing overpasses and underpasses especially in the major cities of
the proposed road sections.Except the technical design, environmental study and poverty
assessment and resettlement plan are also theintegral parts of DPR.
3. This Resettlement Plan has been prepared by the Department of Road(DoR) under
theMinistry Physical Infrastructure and Transport (MoPIT). The project will be financed by
the ADB loan.This RP addresses social issues arising out of acquisition of other assets
except land, eviction of squatters and removal of encroachers resulting in the social and/or
economic displacement to households/individuals, either directly or indirectly.The RP is
prepared in compliance with ADB's Safeguard Policy Statement 2009, Nepal Land
Acquisition Act, 1977 and Land Acquisition, Rehabilitation and Resettlement Policy 2015.
4. The subproject involves upgrading and widening of the existing road into four lanes with
intermittent service lanes on both sides, additional road side structures, geometry
improvements, pavement construction with asphalts concrete, drainage improvement,
retaining structures, slope protection/stabilization; bridge construction, works on traffic
management and road safety.
5. According to detailed engineering design, total 62 bridges have been disgned for
construction. Out of them; 14 are RCC bridges, 21are PSCs, 21are box bridges and 6 are
landmark bridges.
6. As per proposed design estimates, the project will affect a total of 297 private structures with
a total 288 households (1,526 persons). Among the total affected households, 10 residential
households (53persons) and 12 commercial households (64 persons) will be fully affected
and need to be vacated. The affected commercial households have been used only for

i
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

commercial purpose. Due to temporary nature, only 10 residential households of


53personswill be physically displaced along the alignment.
7. The Government of Nepal has decleared 50 m Right of Way(RoW) of the East-West
highway.Therefore, all the affected private/public structures have been treated as non-titled
holders. And hence socioeconomic survey has covered corridor of impact (COI) rather whole
50m ROW.
B. Resettlement Impacts
8. As per thefinal design a total of 288 households (1526 persons) will be affected by the
project along the alignment. This includes impacts on 297private structures (residential,
resident cum commercial, commercial, sheds and others). Similarly, 220 public structures
(like resting place, temples, toilets, tube-wells, police beat and statue sites) are also affected
along the alignment. Among the total affected households, 10 residential households (53
persons) and 12 commercial households (64 persons) will be fully affected and needs to be
vacated. The affected commercial households have been used only for commercial purpose
and due to temporary nature; only 10 residential households of 53persons will be physically
displaced along the alignment. In addition, a total 59 moveable kiosks (Ghumti) need to be
shifted and total 404 fruit trees are affected due to project interventionwhich are lying within
50m RoW. Given its moderate involuntary resettlement impacts, the project is categorized as
B as per ADB’s Safeguards Policy Statement (SPS) 2009 as shown in Table 1.
9. While designing the road, all efforts have been made to avoid involuntary resettlement
wherever possible by adopting an appropriate technical design that minimized resettlement
impacts. According to detailed engineering design, the road widening/upgrading activities will
depend upon the nature of settlements and topography which will be limited to corridor of
impact (CoI) that varies as follows: 24 meters from the proposed 4 lanes in sparse
settlement areas and forest areas,33m along the city outskirts. ROW is 50 meters along the
urban areas having dense population and massive structures,and 400 meters(200m in each
side) in those sections where bridges are to be constructed.Accordingly, the private land
acquisition is not required for this project, as the existing RoW is sufficient to meet the
requirement of final technical design. Structures nearby bridges are also included in the RP.
Table 1: Summary of Key Impacts
No. No.
S.N. CategoriesofImpact Sub-categories HHs Persons
A Impact on Land
Private land (ha) 0
Government (other than DOR) 0
Total (ha) 0
B Impacts on Households
Title-holders 0 0
Squatters and encroachers on
public land 287 1521
Vacated Structure 1 5
Renters 0
Non-TitledHolders Employees 0
Total Affected 1526

ii
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

No. No.
S.N. CategoriesofImpact Sub-categories HHs Persons
C Extent of Impacts
Fully affected (i.e., whose
residential structure needs to be
Severely affected entirely dismantled) 10 53
Commercial temporary shed
(Requiring relocation but easily Requiring relocation but easily
moveable–No physical moveable–No physical
displacement) displacement 12 64
Partially affected 266 1409

Total Affected Households 288 1526


Vulnerable HHs 17 90
D Moveable Kiosk Number
Moveable Kiosk Number 59

Total Community Structures


Religious structures 13
Resting place/Bus Stop 123
Statue 1
Other community structures (Tubewell ) 9

Gate , ATM(Rastriya B Bank) and


Other community structures concreate sign board 30
Other community structures Public toilets 5
Police beat,
Bimasansthan,Dharmashala and
boundry wall and school shed
Government structures etc. 39
E Total Community Structures 220
F Other
Total nos of Fruit Trees 404
Source: Field Survey, Dec 2021

C. Information Disclosure, Consultation and Participation


10. Consultations were undertaken at different levels, in particular with affected persons, but
also with school teacher, representatives of political parties,civil-based organizations,
transport entrepreneurs, and representatives of vulnerable groups. Based on the revised
technical design, re-consultations were conducted with all Mayors, deputy Mayors and ward
Chairpersons of all the project affected rural municipalities and municipalities along the road
corridor. They were informed about the affected structures lying within their wards and
municipalities. Meeting was held in each major settlement to get feedback of people’s
perceptions of the project and useful suggestions. A total of 227 persons were consulted for
the preparation of this RP. The RP will be disclosed to the EA’s and ADB’s websites. During
the consultation with the Mayors and ward Chairpersons, they were fully supportive for

iii
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

implementation of this Highway improvement project of the Kakarivitta-Itahari (Labipur).


They have requested for the implementation of the project as soon as possible to cater
increased traffic load, provide smooth, easy and quick access eliminating existing traffic
congestion and reducing the roadway accidents. The whole section of the road has been
rapidlyurbanized and has become the major segment of east west highway.
D. Grievance Redress Mechanisms
11. The Grievance Redress Mechanism proposed for this project is composed of three level
committees to ensure issues which can be addressed at the local level and if
necessary,delineated to the higher project authority. The first level committee will be field
level committee which will approach the field level social mobilizers and social &
environmental focal persons from contractors. The second level committee will be site
specific (Rural Municipality or Municipality ward level). Likewise, the third level committee
will be at the district-level or road-specific PIU led by the DOR Project Manager, and the final
level will be at the project directorate in Kathmandu. In the first and second level committees,
the representation of project affected persons, including women is ensured. The mechanism
is informed to all project affected households and other stakeholders.
E. Legal Frameworks
12. There is no scope of private land acquisition under this project. Therefore, the provisions
under the Constitution of the Republic of Nepal related to land acquisition do not
apply.However,Land Acquisition Act 1977 and Land Acquisition, Rehabilitation and
Resettlement Policy of 2015 will be the main legal documents applied for payment of
compensation of affected structure and pay other assistance. Additionally, the ADB’s
Safeguard Policy Statement will also guide the process to assist non-titled affected persons
in the resettlement process.
F. Entitlement, Assistance and Benefits
13. ADB’s Safeguard Policy Statement (2009) on involuntary resettlement requires the com-
pensation for the loss of land and assets on land at replacement cost, relocation assistance,
assistance for the loss of income and livelihoods as well as special measure for vulnerable
affected households defined as household headed by women, disabled persons, ethnic
persons, orphan-headed, the landless and household living below the poverty line.
Safeguard Policy Statement (SPS) considers non-titled holders as eligible for resettlement
assistance for the loss of income and assets other than land. The Entitlement Matrix (EM)
has provisions in line with the requirements mentioned above. In addition, APs will receive
other cash grants, resettlement assistance, such as transportation allowances, and
reconstruction allowance.
G. Resettlement Budget and Financing
14. The total estimated resettlement budget for the implementation of this RP is NPRs.
21,483,495.48.This cost includes all cost related to compensation/additional assistance for
structures, economic rehabilitation of vulnerable HHs, RP implementationand 10%
contingencies for the total cost of resettlement and rehabilitation. All cost related to
resettlement activities will be borne by the Government of Nepal. TheEA will ensure that
adequate funds are delivered on time for timely implementation of RP.

iv
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

H. Institutional Arrangement
15. The Ministry of Physical Infrastructure and Transport (MoPIT) will be the executing agency
(EA) and the Department of Roads (DOR) will be the implementing agency (IA) of this
project. A Project Implementation Unit (PIU), stationed in Kathmandu, headed by the Project
Director will be responsible for the overall execution of the project. Second class senior
divisional engineer from DOR will be deputed as Project Manager(PM) who will work as
project in-charge for the IA. The Project Manager will play a crucial role in coordinating with
other line agencies for the verification of affected households and the determination of the
rate of affected assets. The PM will also be involved in resolving the grievances at local or
project office levels.
16. The RP will be implemented by the team of resettlement experts and field-level social
mobilizers hired under the Supervision Consultant (SC). They will be responsible for
confirming and updating the list of affected households and assets, identifying vulnerable
households, preparing the affected household ID cards, supporting DOR in finalizing the
compensation and assistance package for each affected household, facilitating payments,
and preparing and conducting the livelihood training programs for severely affected and
vulnerable persons. The SC team will also be responsible for facilitating the submission and
documenting grievances, setting up an internal monitoring system and baseline, and
conducting a training program to DOR staff on resettlement activities.
I. Implementation Schedule
17. Construction period will be a total of 36 months andis expected to start from the last quarter
of 2022 and will be completed at the end of 2026. Major activities to be carried out prior to
construction activities are: (i) the substantial payment of compensations and other
rehabilitation assistance to the APs and (ii) handing over sections free of encumbrances to
the contractor. Advance actions to accelerate the implementantion of the resettlement plan
are the establishment of the project office, the recruitment of the Project Manager and
supervision consultant resettlement staff, and the establishment of grievance redress
committees. Possession will not be taken until compensation is paid. Information on this
regard will be validated during internal monitoring.
J. Monitoring and Reporting
18. The RP implementation will have internal monitoring systems. Internal monitoring will be the
regular activity of the PIU and supervision consultant will be in charge of implemention of the
RP. The PIU will maintain a record of all transactions in the resettlement database. The
project office will be responsible to keep the record of the baseline, socioeconomic, census
and land acquisition and compensation payment data for field level monitoring.
19. The Department of Road will submit semi-annual internal monitoring reports of the RP
implementation to ADB. The Resettlement expert from supervision consultant will submit
semi-annual monitoring reports to ADB through EA to determine whether the resettlement
goals have been achieved in line with the approved Resettlement Plan.

v
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

I. PROJECT DESCRIPTION
A. General Description of the Project

1. The Government of Nepal (GON) is working towards accelerating the economic


development of the country while redressing regional imbalances and inequalities. Access to
road transport is a key determinant of economic development and socioeconomic
opportunities. The Government of Nepal requested the financial assistance from the Asian
Development Bank (ADB) to support the improvement of the east–west highway (EWH). The
proposed project aims to improve the efficiency and adequacy of the transport system by
addressing the deteriorating conditions of road assets, the poor safety of the transport
network, and the limited cross-border connectivity. The project will (i) rehabilitate and
upgrade about 0+000-95+760 km of national highway between the Kakarbhitta and Itahari
(Labipur) section of the EWH in the southeastern part of Nepal, (ii) improve road safety and
road maintenance on the EWH and (iii) strengthen the capacity of the Department of Roads
(DOR) under the Ministry of Physical Infrastructure and Transport (MOPIT) regarding road
safety and road maintenance.
2. East West Highway is the main domestic as well as international trade corridor of Nepal
forming South Asia Association for Regional Cooperation SAARC corridor and runs across
the Terai geographical region of Nepal. The project is also designed to improve domestic
connectivity between provincial capitals in the eastern part of Nepal.This Highway also
called Mahindra Highway. It is the major and much required infrastructure because east-
west travel and transportation were previously limited to the Hulaki Highway built during
Rana regime. The East–West Highway is also planned to upgrade from two lanes to four
lanes under this package. The neighboring countries especially India, Bhutan, Bangladesh
and Myanmar have already initiated to construct the South Asia Sub-Regional Economic
Cooperation (SASEC) highway roads under the ADB support. The East West highway finally
links South Asian countries eventually enabling efficient and safe transport with India and
other SASEC member countries after having completed the construction of the roads.
3. Under SASEC Highway Improvement project (SHIP), total three road sections have been
awarded by Government of Nepal, Ministry of Physical Infrastructure and Transport,
Department of Roads, Project Directorate (ADB) to SOOSUNG Engineering Co. Korea in
association with Environment and Resource Management Consultant, and Tech Studio of
Engineering for preparation of DPR. Hence the design team has focused on expanding all
three proposed subprojects into a four-lane expressway, with the provision of an extra
service lane in main cities, and diversions in places where expansion is not possible.
Moreover, considering the increasing congestion around the city areas, the design team has
also focused into developing overpasses and underpasses especially in the major cities of
the proposed road sections. Except the technical design, environmental study, poverty
assessment and resettlement plan are also the integral parts of DPR.
4. This Resettlement Plan has been prepared by the Department of Road (DoR) under the
Ministry Physical Infrastructure and Transport (MoPIT). This RP addresses social issues
arising out of acquisition of other assets except land, eviction of squatters and removal of
encroachers resulting in the social and/or economic displacement to households/individuals,
either directly or indirectly and in compliance with ADB's Safeguard Policy Statement 2009,
Nepal Land Acquisition Act, 1977 and Land Acquisition, Rehabilitation and Resettlement

1
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Policy 2071 (2015).


5. In addition to the upgrading and widening of the existing road into four lanes with intermittent
service lanes on both sides, additional road side structures, geometry improvements, asphalt
concrete pavement construction, drainage improvement, retaining structures, slope
protection, and slope stability; bridges; and traffic management and road safety
improvements, the subproject involves working on congestion control and road safety
improvements.
6. According to detailed engineering design, total 62 bridges have been disgned for
construction. Out of them; 14 are RCC bridges, 21are PSCs, 21 are box bridges and 6 are
landmark bridges.
7. The project will affect a total of 297 private structures with a total 288 households (1526
persons). Among the total affected households, 10 residential households (53 persons) and
12 commercial households (64 person) will be fully affected and need to be vacated. The
affected commercial households have been used only for commercial purpose and due to
temporary nature only 10 residential households of 53 persons will be physically displaced
along the alignment. Given to its moderate involuntary resettlement impacts, the project is
categorized as B for resettlement impacts as per ADB’s Safeguards Policy Statement (SPS)
2009.
8. The rehabilitated road will have safety improvements and pedestrian-friendly features for the
project road. Further details are included in Table 2 below:

Table 2: Road Improvement and Pedestrian Walkway Facilities across the


Kakarbhitta- Itahari (Labipur)Road

Chainage Description Length Remarks


The Lane variation has been
4 Lane Road determined by the Engineering design
Improvement 62.78 km Team
6 Lane Urban with two
side footpath (width 3m) 39.33 km In major Market Areas
Intermediate (semi-
urban) areas by 2 sides 17.19 KM

62 Bridges
11+358
16+770
20+525
48+880
50+115 Underpass
51+148
90+045
91+625
93+450
17+540- Pedestrian Bridge
17+680 (Overhead Crossing Birtamod

2
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Chainage Description Length Remarks


49+440- Pedestrian Bridge
49+280 (Overhead Crossing Damak
55+220+55 Pedestrian Bridge
+380 (Overhead Crossing Urlabari
81+220- Pedestrian Bridge
81+340 (Overhead Crossing Sundarharichha(Birat Chowk)

B. Description of the Project Road


9. This road section covers mainly three districts viz. Jhapa, Morang and Sunsari. The
proposed road starts from Kakarbhitta of Mechi municipality under Jhapa district, passes
through 13 municipalities (2 Rural Municipalities and 10 Municipalities and 1 sub
metropolitan city) and 68 wards and finally ends at Itahari (Labipur) under Sunsari district.
Kakarbhitta, in south east of Nepal, is city bordering with India. The Mechi River is the border
between two countries. On the India side, the road runs through Panitanki, Bagdogra and
Siliguri which are recently upgraded as Asian Highway standard. The new six lanes bridge
has been recently constructed on Mechi River through SASEC Highway project.
Mechinagar, Charali, Birtamod, Damak, Urlabari, Pathri, Belberi and Ithahari are emerging
cities under this section.
10. There are three major junctions under Kakarbhitta-Itahari (Labipur) section. Charali links
Mechi Highway, Illam, Birtamode links Chandragadi, district headquarters of Jhapa and
Itahari links Koshi Highway, Biratnagar. The entire road passes through built-up Terai urban
settlements and it connects district headquarters of Morang and Jhapa, further providing
access to outside markets in Terai and neighboring India. The project covers predominantly
an industrial and urban society, where people have already enjoyed existing highway
facilities.
11. Under this road section, 95+760 km of road will be rehabilitated and upgraded between
Kakarbhitta and Itahari on the EWHighway to 4-lane standard with a design speed of 80
km/h, and the civil works contracts will include a 5-year performance-based maintenance
period. Key features of this road sub-project are presented below in Table 3.

Figure 1: Shows the location map of the Kakarbhitta-Itahari (Labipur) road section

3
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Table 3: Silent Feature of the Project Road

Name of project Kakarbhitta-Itahari (Labipur) Road


Province 1
District Jhapa, Morang and Sunsari,
Mechi Nagar Municipality,Arjundhara Municipality,Birtamode
Municipality,Kamal Rural Municipality,Kankai Municipality,Shiva
Municiplaity/Rurual Satakshi Municipality,Damak Municipality,Urlabari
municipality Municipalit,Pathari Municipality,Kanepokhari,Rural
municipality,Belbari Municipality,Sundarharaicha Municipality and
Itahari sub-metropolitan.
Start Point Kakarbhitta
End point Itahari (Labipur)
Total Length(Km) 95+760
Raod Standard National Highway (H04), Class II
Right of Way 50m(25m either side)
Carries Way Width
Formation Width
Surface Type Bituminous
Type of work Upgarading existing 2 lanes to 4 lanes

C. Measures to Avoid or Minimize Impact


12. According to the Road Act 2034, this highway has the right of way (RoW) because it is
designated as a national highway. It is anticipated that the existing right-of-way will be
sufficient to construct the proposed four-lane road, according to final engineering design.
Additionally, there is no requirement to acquire additional private land in order to
accommodate this project. Efforts to avoid or reduce the consequences of forcible relocation
have been made through the adoption of an alternative technical design that makes the best
use of the available width of 50 meters.
D. Objectives of the Resettlement Plan
13. The Resettlement Plan is being produced in accordance with the Government of Nepal's
Land Acquisition Act 1977 and the Asian Development Bank's Safeguards Policy Statement
(2009). The purpose of this report is to examine and document the repercussions of
resettlement while also developing mitigation, compensation, and rehabilitation strategies in
order to restore the assets and livelihoods of all those who have been adversely affected by
this project.
E. Method of Resettlemtnt Plan Preparation
14. Methodology:The socio-economic surveys were carried out along the route of the Itahari
(Labipur)-Kakarbhitta subproject following the completion of an inventory of all types of
losses caused by project involvement. The total 95+760 km long project alignment is divided
into three districts, namely Jhapa, Morang, and Sunsari, and includes one sub-metropolitan
city, ten municipalities, and two rural municipalities. The socioeconomic study was
conducted in all three districts of the thirteen communities included. Although the project's
radius of influence (RoI) is 50 meters, the socioeconomic survey included all affected people

4
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

who lived inside the corridor of impact (CoI) rather than the entire 50-meter radius of
influence (RoI) in order to minimize the impact. The goal of this survey was to determine the
social consequences of the road and bridge construction projects that were undertaken. The
socioeconomic survey team compiled a list of all of the losses that have occurred as a result
of the road building. In addition, all affected dwellings and structures, as well as potentially
affected fruit trees and public properties, were validated during the socioeconomic survey.
The social team used a methodology that included a number of actions such as pre-
questionnaire testing, household interviews, group discussions, data gathering, data input,
and data processing in the course of putting up this study. The majority of the information
was gathered through primary sources such as a household survey questionnaire, a public
meeting, and a focus group discussion.
15. Census survey:The project's affected households were subjected to a census survey in the
month of December 2021 in order to obtain socioeconomic information about them. An
informational household level questionnaire covering information about sources of annual
income, occupation and age groups, education level, vulnerability status, and other relevant
factors is used in the census surveys of APs. The census survey was carried out in
accordance with the precise plan and drawings that had been developed by the technical
team.
16. Affected asset inventory:The resettlement team, with the assistance of the local
community and APs, compiled a list of the impacted assets and their owners who resided
inside the COI's jurisdictional boundaries. In the list included the name of the household's
head, the address, the assets owned, and the ownership status of each property along the
road corridor.

5
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

II. SCOPE OFRESETTLEMENT


A. Projects Benefits
17. The proposed project, which includes the construction of a four-lane road and new bridges,
is intended to increase the efficiency and adequacy of the transportation system in general.
The most significant benefit of the project is the reduction in travel time and cost. The
improvement of the road is expected to increase the sufficient lanesand reduce the number
of road accidents. It will provide economic benefits to the local community by saving vehicle
operating costs, reducing travel time for passengers and products in transit, and lowering
road maintenance costs. It is anitcipated that the improvement of this road will bring positive
socio-economic impacts, which will contribute to the poverty reduction in the project's target
area. The following are the most significant impacts:
 Employment opportunity during construction period.
 Reduction in travel time
 Increase in income-generating activities including development of market centers
 Easy transport facilities to export and import goods from and to the project districts
 Increase of land price along the road alignment section
 Development of industrial infrastructures; and
 Development of economic diversification activities.
B. Scope of Land Acquisition
The East-West Highway is classified as a National Highway. It was constructed more
than four decades ago. The Right of Way (RoW) of this Highway was declared to be 50
meters (25 meters on either side) from the centerline by the then Government of Nepal
through the publication of the Gazette. The entire RoW was acquired with all private land
transferred to the Government of Nepal. The new width of this improved road ranges
from 50 meters in major urban (market) areas where 6 lanes are proposed to 33 meters
in semi urban areas and 24 meters in rural areas where 4 lanes are provisioned. The
proposed new bridges’ width will be 11 meters and will be adjusted within the existing
RoW. Therefore, thereis no scope of land acquisition in this road.
C. Impacts on Private Structures
18. Out of the 297 private affected structures, there are residential structures: 44 (14.81%),
commercial structures: 109 (36.70%), resident cum commercial structures: 129 (43.43%)
and others: 15 (5.05%) (see Table 4 below). Detailsare inAppendix II.
19. A total 59 private kiosks need to be relocated without being dismentaled beyond the corridor
of impact. These moveable commercial kiosks (locally known as “gumti”) have the following
characteristics: they are of small size (4.5 square meters), construted by wood and zinc
sheet and can be easily shifted without hampering the daily business. Kisoks are not treated
as affected households and also not included in affected private structures’ list due to nature
of the structure. However, the kiosk owners will get one time LS NRs 6000 as shifting and
rehabilitation assistance.

6
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Table 4: Details of Affected Assets


Fully
Affected Total
Partially (Need to Structures
Affected Assets Affected Relocation) Nos. % HHs Persons

Residential Structures 34 10 44 14.81 43 228


Commercial
Structures 97 12 109 36.70 107 567
Residential cum
commercial structure 129 0 129 43.43 127 673
Other Structure
(Cattle shed, wall,
gate etc) 15 0 15 5.05 11 58
Total 275 22 297 100 288 1526
Source: Field Survey, Dec2021

20. Only 22 (7.40%) need to be relocated outside the corridor of impact out of 297 private
structures. The large number of the structures (i.e.,297 out of 275) will be partially affected.
Table 5 below shows the status of affected structures. Table 5 presents the details.
Table 5: Status of Affected Structures
Partially Fully Affected (Need to
Affected Assets Affected Relocation)
Residential Structures 34 10
Commercial Structures 97 12
Residential cum Commercial Structure 129 0
Other Structure (Cattle shed) 15 0
Total 275 22
Source: Field Survey, Dec. 2021

21. Most structures affected (66.67%)are RCC building which are partially affected and 4.71%
are brick concrete building.Out of total affected structures,only 22 structures are fully
affected. For more information on the material of all affected structures, please referTable 6.
Table 6: Types of Affected Structures by Construction Material
No. of
No. of Structures No. of HHs
S. N Types of Structures Structures % Fully Impacted Fully Affected
1 Bamboo wall with Zinc roof 43 14.48 15 15
2 RCC 198 66.67 2 0
Brick concrete mortar with
3 Zinc 14 4.71 0 2
4 Wooden with Zinc roof 24 8.08 1 1
5 Zinc Sheet (wall and roof) 18 6.06 4 4
Total 297 100 22 22
Source: Field Survey, Dec. 2021

22. Structures are either fully affected or require physical relocation. Details upon them are given
in Table 7 below.

7
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Table 7: Details Fully Affected Residential and CommercialStructures


Types of No. No. No.
Structures Structures % HHs Persons Remarks
Physical
Residential 10 45.45 10 53 displacement
No case of physical
Commercial 12 54.55 12 64 displacement
Total 22 100 22 117
Source: Field Survey, Dec, 2021

D. Impact on Community and Public Structures


23. The census revealed that 220community structuresare located within the corridor of impact.
They include123 resting places,13 temples (7small and other 6 in medium size),9 public tube
wells, 39 police/A.P.F./traffic beats, 1 statue, 5 public toilets and 30government and semi
government structures. The temples and the resting places are built by brick-cement mortar
and will require to be rebuilt in consultation with the community.Table 8 presents the details
of affected community structures.
Table 8: Summary of Community Structures and Property Resources

S.N. Structure Types No.


1 Resting place (Pratikshalaya)/Bus stop 123
2 Temple Medium 6
3 Temple Small (Like Deities’ Place) 7
4 Statue 1
5 Public tube well 9
6 Public Toilet 5
Government Utility and semi government
structures (Walls of schools, gate, ATM
7 etc) 30
8 Police Beat/A.P. F./Traffic Post 39
Total 220
Source: Field Survey, Dec, 2021

E. Loss of Fruit Trees

24. The survey indicated that 404 privately-owned fruit trees will be affected by the project.
Details of fruit trees are in Appendix VII and enumerated in in Table 9 below.
Table 9: List of Fruit Trees

SN Name of the Fruit Trees Nos


1 Mango 82
2 Guava 28
3 Citrus Fruit 14
4 Papaya 1
5 Coconut 5
6 Jackfruit 27

8
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

SN Name of the Fruit Trees Nos


7 Banana (22Jhyang) 34
8 Bettle nuts 209
9 Litchhi 4
Total No 404
Source: Field Survey, Dec, 2021
F. Loss of Crops
25. Three months prior notice will be given to owner or share cropper to avoid the losses of
standing crops. Compensation for crops loss for one harvest at market value will be
provided as provisonded in Entitlement Matrix (EM) in unavoidable cases.

G. Impact on Vulnerable HHs


26. Out of a total of 175 interviewed households, only 17 households were identified as
vulnerable, representing 9.71% of all affected households. The most important vulnerability
categories are households below the poverty level (BPL), landless and female-headed
households. Table 10 outlines the details on the vulnerability categories identified during
the survey.
27. The Entitlement Matrix (EM) includes unique provisions and supplementary financial help
for vulnerable impacted households who are particularly vulnerable to the effects of the
disaster. In exchange for bearing any additional costs incurred as a result of the relocation
procedure, they will get financial help for the first 90 days at the local salary rate as a
transitional allowance. It has been determined that all affected households who were
present during the survey provided information. The survey was conducted with just 175
households out of 288 total, due to the absence of 113 houses throughout the survey
period. It is planned to undertake a joint verification survey during the course of the RP
implementation, which will determine the precise socio-economic features as well as the
entitlement eligibility for all households. The landless data presented in the RP is entirely
dependent on APs' interviews conducted during the socio-economic survey, and it is
necessary to reverify this information before compensation can be paid.
Table 10: Affected Households as per Vulnerability Category

Vulnerability Category Number of HHs


Below Poverty Level 11
Female Headed Households 5
Landless 1
Total Vulnerable Households (HHs) 17
Source: Field Survey, Dec 2021

9
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

III. SOCIO-ECONOMIC INFORMATION AND PROFILE


28. Detailed socio-economic survey was conducted to collect information on
affectedhousehold’s income, food sufficiency, livelihood options, loss of structures, trees and
other assets. Of the total 288 affected households, socio-economic survey was carried out
for 175(60.76%) households consisting of 924population; and 113 households were not
present in the site even after continuous follow-up. The Table 11 provides summary of the
affected households.
Table 11: Summary of Affected Households

SN Variable No of Affected HHs


1 Total Affected HHs 288
2 Interviewed HHs 175
3 Interviewed Population 924
3.1 Male 441
3.2 Female 483
3.3 Average HHs Size 5.3
3.4 Dalit HHs 4
3.5 Janjati HHs 69
3.6 Brahmin/Chettri 93
3.7 Terai Caste (Yadav, Sha, Mandal) 9
3.8 Women HHs 5
4 Non-Interviewed HHs 113

Source: Field Survey, Dec 2021

A. Social Profile of the ProjectArea


29. The sociological composition of the project-affected area is defined by the presence of multi-
ethnic groups, which also include Indigenous (Janajati) and other groups of people as well.
Discussions with affected people and a socio-economic study found that indigenous/ethnic
people (IP) along the road corridor had common social and cultural values, groupings, and
economic activities with non-IP households, indicating that they were on the same social and
cultural wavelength. Despite the fact that some indigenous/ethnic communities have their
own languages and cultural characteristics, the majority of them do not. They do, however,
use Nepali as a common language and share comparable national and social attitudes with
the other mainstreamed communities, despite their differences in language. They are more
involved in foreign employment than the other groups.
B. Social Profile of Affected Households
30. Demography: The average family size of the affected Households is 5.3, which is higher
than the national average of 4.8. In regard to age distribution of households, 66.34%
population comes under the category 15-59 years whereas 18.51% are below 14 years and
15.15% population comes above the category above 60 years. Table 12 shows age-wise
distribution of the project affected population.

10
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Table 12: Age Wise Distribution of the Project affected Population

HH Population by Age Group


Below 14Yrs. 15-59 Yrs. Above 60Yrs
No. % No. % No. %
171 18.51 613 66.34 140 15.15

Source: Field Survey, Dec 2021

31. According to the census survey, the majority (53.14%) of people living in the project districts
are Brahmin and Chettri followed by Janjati (Rajbanshi,Chaudhary, Limbu Rai, Magar,
Tamang and Newar) which are 39.43%.Terai Castes like Yadav, Sah,Mandal and Agrawal
are third largest ethnic groups which are5.14% and 2.29% are dalit. Although the ethnic
composition is varied, the socio-economic status of the project affected households is similar
who are engaged into road side business. Table13 below shows ethnic composition of
project affected households in the project area.
Table 13: Caste and Ethnic Composition of Households in Sub-ProjectLocation

S.N. Ethnicity HHs Percentage (%)


1 Indigenous (Janjati) 69 39.43
2 Dalit 4 2.29
3 Tarai Castes 9 5.14
4 Brahmin, Chhetri 93 53.14
Total 175 100
Source: Field Survey, Dec, 2021

32. Literacy and Education:The 94.12% male and 88.79% female are literate. Only 5.88% of
male and 11.21% of female population are illiterate in the project area. Regarding IP,
91.52% IPs male and 88.42% female are literate whereas 8.48% male and 11.58% female
are illiterate. The Table 14 below shows the distribution of literacy and educational status of
project affected households.
Table 14: Educational Status of the Project Affected households (above 5 yrs)

Gender/Sex Education Status Nof of People Percentage (%)


Literate 400 94.12
Male
Illiterate 25 5.88
Literate 404 88.79
Female
Illiterate 51 11.21
Literate 151 91.52
IP Male
Illiterate 14 8.48
Literate 168 88.42
IP Female
Illiterate 22 11.58

Source: Field Survey, Dec 2021

11
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

C. Economic Profile
33. Occupational Background of the Households: The survey of affected persons reveals
that a majority of the affected households are dependent on more than one source of income
for their livelihood needs. Business is the main source of livelihood that comprises 20.35% of
the economically active (business) population. The services (10.06%) and foreign
employment 7.14%) form some other sources. Regarding IP, 21.69% population is in
business followed by 11.27% in foreign employment. Details of main sources of income of
the interviewed households are enumeratedin Table 15.
Table 15: Main Sources of Income of Interviewed Households
Affected Households
Reported Indigenous People
Sources of No. of Percentage No. of Percentage
Income people (%) People (%)
Agriculture 25 2.71 6 1.69
Agriculture Labor 14 1.52 12 3.38
Business 188 20.35 77 21.69
Private &
Government
Services 93 10.06 27 7.61
Foreign Employment 66 7.14 40 11.27
Animal and Forestry 12 1.30 7 1.97
Students 242 26.19 96 27.04
Others 284 30.74 90 25.35
Total 924 100 355 100
Source: Field Survey, Dec 2021

34. The socio–economic survey shows that average annual income of IP HHs is slightly lower
than that of total affected. Table 16s IP income provides the detailed breakdown.Table
below shows total average income.
Table 16: Average Annual Income of the Project Affected People & IPs HHs

Project Affected HHs IPs HHs


Income Range HHs % HHs
100000-200000 15 8.57 8 11.59
201000-300000 14 8.00 7 10.14
301000-400000 25 14.29 10 14.49
401000 above 121 69.14 44 63.77
Total 175 100 69 100
Source: Field Survey, Dec 2021

35. Poverty Status: According to the Nepal Living Standard Survey (NLSS Survey 2011), an
individual is considered poor if his/her per capita total annual consumptions are below
Rs.35738 at 2020/2021 prices (Rs.19,261 in 2010/11 prices). It has also categorized the
food items and non-food items and the expenses required to be above the poverty line.
Accordingly, the income required for providing adequate calories (2,220 kilocalorie) for an

12
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

average Nepali to be active is Rs.18,041 at 2016 prices (Rs.11,9298 2010/11 prices). For
non-food items, for an average, the average income required is Rs. 11,089 at 2016/17 prices
(Rs.7, 332 at 2016/17 prices).
36. Considering the average HH size of 5.3 for whole project roads, BPL households are those
households whose percapita income is less than 35,738 per household per year.
37. The socio–economic survey of the households shows that about 11 HHs (6.29%) of 175
interviewed households is below the poverty line. Another 93.71% households are found
above the poverty level. Table 17provides the breakdown of income levels of affected
households as per the average annual income range.
Table 17: Poverty Status by Ethnic/Indigenous & Other Caste Groups (HHs)

Indigenous Groups Other Caste Groups Total

Affected households Number Percent Number Percent Number Percent


Type of HHs (%) of HHs (%) of HHs (%)
BPL HHs 6 8.70 5 4.72 11 6.29
Above BPL HHs 63 91.30 101 95.28 164 93.71

Source: Field Survey, Dec 2021

13
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

IV. INDIGENOUS PEOPLES


A. National Policy on IndigenousPeople
38. The Constitution of Nepal recognizes the rights of Adivasi and Janajati to “participate in state
structures on the basis of principles of proportional inclusion” (article. 51), and authorizes the
state to implement special measures “for the protection, empowerment and advancement of
indigenous nationalities” (art. 42).
B. Impacts on Indigenous Peoples’ Households
39. The data of affected households' survey shows that 69 surveyed Janajatis households will
be affected. Among them, 7 HHs need to be physically relocated and 9 HHs will lose
business structures (not physically relocated) and 98 structures are only partially affected. All
Janajatis’HHs are non-titled holders. Based on the meeting/discussion with affected people
of the project area and the cadastral survey, none of the affected land is tribal land or fall in
ancestral domain. There are no shrines, temples or other religious structures regarded as
traditionally sacred by Janajatisand will notbe affected by the project.
40. Indigenoushouseholds which need to be physically relocatedhave opted for cash
compensation at replacement cost. The Table 18 below shows relocation preference.
Table 18: Affected Ethnic Households

Title- Non-title
Description Remarks
holders IPs holders IPs

Fully affected residental structures 0 7 7 (Physically relocate)


Fully affected commercial 9 ( Not relocate
0 9
structures physically)
Total 0 16

Source: Field Survey, Dec 2021

C. Socioeconomic Characteristics of Affected Indigenous People Households


41. Among the 69affected ethnic households, 23.19% are Tamang, 20.29% are Newar, 2.90%
are Chaudhary,18.84% are Rai, 11.59 are Limbu, 8.70% are Rajbanshi and 5.80% are
Sherpa, 2.90 are Magar and 2.90 are Gurung, 1.45% Majhi and 1.45% Dhimal. Details are in
underneath Table19.
Table 19: Affected Household Per Ethnic Background

Household
S.N Ethnicity Number Percentage (%)
1 Tamang (Pakhrin, Lama, Ghising) 16 23.19
2 Newar (Shrestha, Shakya) 14 20.29
3 Chaudhary 2 2.90
4 Rai (Yakha, Sunuwar) 13 18.84
5 Limbu 8 11.59
6 Rajbanshi 6 8.70
7 Sherpa 4 5.80
8 Magar (Thapa, Ale etc.) 2 2.90
9 Gurung 2 2.90
14
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Household
S.N Ethnicity Number Percentage (%)
10 Majhi 1 1.45
11 Dhimal 1 1.45
Total 69 100
Source: Field Survey, Dec 2021

42. The Nepal Federation of Indigenous Nationalities (NEFIN) categorizes2 indigenous groups
into 5 broad categories based on their population numbers, living conditions such as literacy,
housing, land holdings, occupation, language and area of residence (i) Endangered Group
(10); (ii) Highly Marginalized Group (12); (iii) Marginalized Group (20); (iv) Disadvantaged
Group (15) and (v) Advanced Group (2). None of the affected Indigenous Peoples’
households are in the Endangered Category, which is the category that the Government of
Nepal considers at risk of extinction. The Table 20 below shows the details of the IP
categorizations.
Table 20: Affected Indigenous People Categorization as per NEFIN
Categorization of
IP Number of IPs HHs Percentage (%)
Advanced 14 20.29
Disadvantaged 28 40.58
Marginalized 26 37.68
Highly Marginalized 1 1.45
Total 69 100
Source: Field Survey, Dec 2021

43. Affected ethnic households share the same income-generation activities as the rest of
affected. Overall, indigenous households have slightlylower socio-economic status than
other non-IP households. Income range above NRs 401000 is45 HHs (65.22%),of NRs
301000-400000 is 11 HHs (15.94%).None of the households surveyed follow a traditional
occupation like hunting, fishing, etc. Affected IP households have the following occupations:
Only 6 IP HHs (8.69%) are below poverty level and 63 IP HHs (91.31%) are above the
poverty level. More details on socio-economic characteristics are provided in Tables 21 and
22 below.
Table 21 : Average Annual Income of the Affected IPHouseholds (NRs)

Tamang Newar Chaudhary Rai Limbu Rajbanshi Sherpa Magar Gurung Majhi Dhimal
Population Population Population Population Population Population Population Population Population Population Population

Sources of
SN Income No % No % No % No % No % No % No % No % No % No % No %
Agriculture own and
1 lease 0 0 2 3 0 0 1 1 1 2 2 6 0 0 0 0 0 0 0 0 0 0
2 Agriculture Labor 4 4 1 2 0 0 5 7 1 2 0 0 0 0 0 0 0 0 0 0 1 25
3 Business 15 17 18 27 1 11 16 24 7 15 11 33 5 29 0 0 2 20 2 40 0 0
Private &
government
4 Services 4 4 9 14 2 22 4 6 6 13 0 0 0 0 1 14 0 0 0 0 1 25
Foreign
5 employment 11 12 6 9 0 0 7 10 8 17 1 3 1 6 4 57 1 10 0 0 0 0
6 Student & others 56 62 30 45 6 67 35 51 23 50 19 58 11 65 2 29 7 70 3 60 2 50
Total 90 100 66 100 9 100 68 100 46 100 33 100 17 100 7 100 10 100 5 100 4 100

Source: Field Survey, Dec 2021

15
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Table 22: Sources of Annual Income of the Affected IP Population


Chaudhary Rajbanshi
Tamang HHs Newar HHs HHs Rai HHs Limbu HHS HHs Sherpa HHs Magar HHs Gurung HHS Majhi HHs Dhimal HHS

S.N Income Range In No. In % In No % In No. In % In No. In % In No. In % In No. In % In No. In % In No. In % In No. In % In No. In % In No. In %
1 100000-200000 4 25 0 0 0 0.00 1 7.1429 0 0 1 16.67 0 0 0 0 0 0 0 0 0 0
2 201000-300000 3 18.75 0 0 0 0.00 1 7.1429 0 0 1 16.67 0 0 0 0 1 50 1 100 0 0
3 301000-400000 3 18.75 1 7.69 0 0.00 0 0.00 3 37.5 3 50.00 0 0 1 50 0 0 0 0 0 0
4 401000 Above 6 37.5 12 85.71 2 100.00 12 85.71 5 62.50 1 16.67 4 100 1 33.333 1 50 0 0 1 100
Total 16 100 13 93.41 2 100 14 100 8 100 6 100 4 100 2 83.333 2 100 1 100 1 100

Source: Field Survey, Dec 2021

44. Conclusion:The initiative will have only minor ramifications for ethnic minorities. As a result
of the studies, it was established that households belonging to either the janajati or non-
janajati communities share identical socio-economic characteristics, with the exception of
their national identification as janajatis. Consequently, it is expected that indigenous people
will have no impact intheir cultural identities and the preservation of their resources.

16
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

V. DALIT HOUSEHOLDS
A. Affected DalitHouseholds
45. In addition to Dalits, who are displaced by the project and have established a number of
settlements, their participation in the project is marginalized. In comparison to other castes,
the socioeconomic level of Dalits is determined to be quite low. According to the population
census of 2001, the population of Dalitswas 21 (2.27%) in the project area. Based on the
survey findings, the socio-economic status of the Dalit communities of the project have been
summarized below.
Table 23: Project Impacts on Dalit Households
Total
Structure Partially
S.N Types of structures Nos Fully Affected Affected APs

1 Residence cum Business 3 0 3 16


2 Business 1 0 1 5
Total 4 0 4 21
Source: Field Survey, Dec 2021

46. Among the affected Dalit households’ population,none of HHs fall below poverty level. The
table below shows the income range of the Dalit affected households.
Table 24: Income Range of Dalit HHs & Population

Total Affected Dalits HHs & Populations


S.N Income Range Nos % Male Female Total
1 50,000 – 100,000 0 0 0 0 0
2 101,000 – 200,000 0 0 0 0 0
3 201,000 – 300,000 0 0 0 0 0
4 301,000 – 400,000 0 0 0 0 0
5 401,000 – 500,000 0 0 0 0 0
6 Above 500,000 4 100 7 9 100
Total 4 100 7 9 100
Source: Field Survey, Dec 2021

17
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

VI. GENDER ANALYSIS OF AFFECTED WOMEN


47. The project's affected region has five female-headed HHs, with totalpopulation of 21. All
fivehouseholds are partially affected households. The number of projects that have had an
impact on women is shown in the table below.
Table 25: Number of Project Affected Women Headed Households.

Status of Affected Structure Total Structures


Type of Structures Fully No Partial Total
Business Tahara/Semi RCC 0 0 5 5
Total 0 0 5 5
Source: Field Survey, Dec 2021

48. The women headed households have resorted to multiple sources of income. Around
33.33% women are found in business. Similarly, 66.67% are found in services. The table
below shows the occupation of the women headed households.
Table 26: Occupation of the Women Headed Households

S. N. Source of Income No of Women %


1 Agriculture - -
2 Business 2 33.33
3 Service 4 66.67
Total 6 100
Source: Field Survey, Dec 2021

49. The women headed households have also varied in income level. 2 out of 5 households
have a range of income between NRs. 151000-250000. And, 3 household has a range
aboveNRs. 351000. The Table shows the income level of the women headed households.
Table 27: Income Level of Women Headed Households
Income Range of Women Headed
Households
S.N. Income Range HHS
1 50000-150000 0
2 151000-250000 2
3 251000-350000 0
4 351000 above 3
Total 5
Source: Field Survey, Dec 2021

50. A total of 8 consultations with women mixed with men were conducted at different places of
the project area. One of the most important project benefits perceived by women is that the
road improvement will facilitate access to reach health facilities particularly during
childbearing. Besides, discussions among the women revealed that the improved transport
facilities would greatly benefit their mobility by reducing the travel time. Upon completion the
project, it is expected that there will be proper footpaths, zebra crossings and street lights
and thus it will be safer for pedestrains, commuters and other road users. Similarly,
18
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

improvement of the road has been as an opportunity for women engaged in small trade for
selling and purchasing goods as market access will be easy and nearby. Likewise, they have
shown interest to work during costruction phase.

19
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

VII. INFORMATION DISCLOSURE, CONSULTATION AND PARTICIPATION


A. Introduction
51. This Resettlement Plan has been prepared after the conduction of inventory and
socioeconomic households’ survey across the project section with affected households and
representatives of vulnerable groups and other resource persons. Some of the basic
objectives of the consultations were:
 Assessment of socioeconomic information required for the study;
 Information dissemination on the project’s impacts and resettlement mitigation
measures to the people;
 Understanding the perceptions of affected persons; and
 Understanding expectations of affected people.
B. Methods of Public Consultation
52. The task of public consultation was carried out in different places during the RP preparation.
In fact, since the beginning of the field reconnaissance survey to the period of carrying out
the census, the process of consultation remained continuous. Table 28 gives a description
of the type of stakeholders consulted and methods adopted for the consultations according
to their specific purposes.
Table 28: Methods Employed During the Course of Consultations

Stakeholders Purpose Method

More than two meetings were Detailed work assigned to Both meetings were held at
conducted with local consultant in this road and required municipality office. Individual
government in the presence of document technical design and discussion and question
mayor, deputy maor, working approach were discussed answer session were
admistrative chief and engineer. during the consulation meeting. conducted.
During the meeting, local
government views were also
collected and these suugestions
will be reflected in road design as
well.
Views and suggestions and types
Tranport enterpenures Indivdual discussion and
of further improvement required in
especially tempo-e-rikshaw and question answer session
technical design were discussed.
taxi dirvers and owners were conducted.
The small vehicles are facing
proper parking places. The case of
taxi parking is one of the emerging
issues.

District level line agencies To share necessity of the design Individual discussion and
(Divisional Roads Office) structure like Overhead Bridge, group meetings with the
Cross Drainage status of roads, officials of the respective
feedbackandsuggestionsaboutthe offices were carried out.
design and implementation of the
project were sought since design
phase so that issue will be
resolved right fromthe beginning.

20
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Stakeholders Purpose Method

Project Affected persons To prepare the inventoryofaffected Individual interviews of the


based on the design and assets, get measurements and affected households by
require assistances at 10 conduct interviews with affected means of structured
different Municipalities i.e., families questionnaire.
one sub metro politan city, 10
municipalities and 2 rural
municipalities.

C. Key Issues Raised During Social Consultation


53. The consultant team carried out many rounds of consultations meetings with the concerned
stakeholders regarding different issues. Majorissues during consutation were relocation
ofpublic structures, road safty, employment and training.Public consultation with women was
also held and noted women’s problems and expectations. Based on recorded information,
the consultant team carried out 8 consultation meetings with communities along the road
alignment. 102 persons participated in these meetings (67 men and 35 women). Apart from
the recorded information, conducted many undocumented social consultation meetings. The
major observations are detailed as under:
54. Religious Structures: When asked about the relocation of religious structures in a safe
atmosphere, local residents expressed their views at an open meeting held earlier this
month. During the relocation of the statue of Balihang King (000+800) as well as several
temples, special supervision and attention must be paid to these structures. In discussions
with local authorities, local residents expressed their anttention about the safe relocation of
these structures, which was one of their most important issues. The cost of reconstruction
and relocation of these structures has been budgeted for in the project's overall budgeting
process. These expenses have been distributed in accordance with the contractor's bill of
quantities (BOQ). Table 30 is a list of the religious structures that will be relocated, and it can
be found here.
Public Consultation with Women
55. There were 8 consultation meetings held at various locations throughout the project areas,
with a mix of men and women in participation. One of the most significant benefits
recognized by women in relation to the subproject is that the construction of four lane road
will make it easier for them to access health services and other essential basic utilities.
Furthermore, conversations among the women suggested that enhanced transportation
facilities would considerably assist to reduce travel time.Further the upgrade of the road has
provided a chance for women involved in small business to sell and buy things. Likewise,
they were of the opinion that the start of construction on the road would afford them with an
opportunity to reach employment all through the construction phase.
56. Following the election of municipal officials, there has also been some change in recent
years. According to the Constitution of Nepal 2072, 33 percent of women shall be elected to
parliamentary positions at both the province and central levels in parliamentary elections.
They haven't yet, however, been provided with equal possibilities for engagement in political
and social activity.
57. Moreover,they have also been involved into savings and credit groups as well as self-help
groups, which has provided them with collective ownership. There are a variety of women's

21
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

organizations, such as saving and credit cooperative groups, that are devoted to assisting
women in the financial and economic affairs.
58. Women also expressed the hope that if employment opportunities are provided to them, they
will indeed be capable to save the money or invest it towards future initiatives. They are
optimistic that there would be no wage discrimination in the government-sponsored initiative.
Their contributions to the project will also aid in the reversal of the traditional gender roles in
domestic works.
59. Some women were also observed working with different small businesses, like those that
sold fruits and vegetables. These women will also benefit from lower transportation costs
and reduced journey times as a result of the improvement in road conditions.
60. Females are more interested in learning about road safety precautions that have been
implemented in technical design, and they are more concerned about how their children
cross the road. They have also suggested that overhead pedestrian bridges be constructed
in appropriate locations.
61. Other important considerations include the safer road and proper drainage and waste
management which is one of the major priorities of local community. In order to give enough
road access, it is necessary to construct an overheadbridge as well as an underpass. While
making consultations with concerned stakeholders, they stated that there will be no
disruption of business operrations due to the construction of overhead bridge and
underpass. Traffic signals should be installed to alleviate traffic congestion, and pedestrians
should be able to cross the street using zebra crossings. People-friendly public restrooms
should be made to be accessible, especially for female users, so that they may be used
without difficulty. Work on the road project should include provision of employment
opportunities for community members, especially women, as well as skill enhancement
training sessions that will assist them in raising their standard of living, improving their
decision-making abilities, and opening up new possibilities for their future.
62. As a result of the high risk of transmission of infectious diseases such as HIV AIDS among
construction workers, high labor infux in the construction process, high risks of Human and
Women and children trafficking, they should receive extensive awareness in this sensitive
area, in addition to awareness programs on reproductive health and hygiene, STDs, Gender
Based Violence (GBV), and HIV AIDS prevention training.

63. Regarding borrow pits, they are located in public land (government land) as per technical
and environmental report. Hence, resettlement intervention is not needed.

22
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Table 29: Major Public Structures along the Kakribhitta- Itahari (Labipur) Road

Reasons
Types of Use of
Chainage Location for Specific Consultation Follow-up Action
Structure Structures
Sensitive

The statue committee have already managed new


land for relocation and ready to shift after getting
Statue These are relocation cost.
Mechi Park (in Symbolic the statues The statue committee will be
0+800
Municipality the Value of Balihang consulted during implentation
canter) King

Community residents and chairpersons of market


Important Communty will be consulted
Birtamode Durga were consulted. They are willing to provide
17+560 Worship religious during implementation to identify
Municipality Temple alternative land for relocation. However, the cost
significance relocation site.
of reconstruction will be borne by the project

Source: Field Survey, Dec, 2021

23
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

D. Disclosure of the Resettlement Plan and Further Consultations


64. It is the responsibility of the EA to disclose the RP to the affected households. A summarized
translated version of the RP in Nepali will be made available to affected and local people
through the respective municipality. A one-page leaflet summarizing key impacts, the
entitlements, payment processes, grievance redress committee and contact information will
be translated into Nepali and distributed to the affected people through the CSC social
mobilizers and resettlement specialists during implementation.An approved resettlement
plan will be disclosed on the EA’s and ADB’s websites.
65. For effective RP implementation, additional consultative meetings with APswill be carried out
during project implementation. If scope of resettlement impact is changed during
construction, verification survey will be conducted.

24
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

VIII. GRIEVANCE REDRESS MECHANISMS


66. DOR will establish a grievance redress mechanism (GRM) to voice and resolve social and
environmental concerns linked to the project and ensure greater accountability of the project
authorities towards all affected persons. This mechanism is not intended to bypass the
government’s own legal process, but is intended to provide a time-bound and transparent
mechanism that is readily accessible to all segments of the affected people. The aggrieved
party should be free to approach national legal system at any time. All costs involved in
resolving the complaints (meetings, consultations, communication and reporting/information
dissemination) will be borne by the Project. The complaints and problems related to
resettlement that are likely to rise during and before the implementation of a project include
the following:
 Project affected persons are not listed in the compensation list;
 Losses that are not identified correctly
 Compensation/assistance inadequate or not as per the entitlement matrix
 Dispute about ownership
 Delay in disbursement of compensation/assistance and
 Improper distribution of compensation/assistance in case of joint ownership
67. Through public consultations, the APs will be informed that they have a right to grievances
redress and provided with the local and project-level contact information to submit their
complaints. The APs will be eligible to call upon the support of the social mobilizer to assist
them in submitting or presenting their grievances or queries to the GRC.
A. Proposed Grievance Redress Mechanism for the ProjectRoad
68. The table below illustrated the purposed grievance redress mechanism of the Kakaribhitta-
Itahari (Labipur) road section.
Table 30: Composition Grievance Redress Committees

Field-Level Committee Local-Level Committee Project-Level Committee

 Social mobilizers  DoR site engineer  PM DOR


 Contractor
 Municipality or Rural Municipality
Environmental/Social  Chief District Officer
Representative
Focal Point
 Local Development
 CSC Social mobilizer
Officer
 2 representatives designated  CSC Resettlement Expert
by affected community local level  CSC Environmental
(man/woman) Expert

B. Grievance Redress Procedures


69. The following steps of grievance redress procedures will be adopted for the implementation
of this RP. However, affected persons are free to approach the country's legal system at any
time. In addition, the affected person may submit their complaint in writing directly to the
ADBAccountabilityMechanism:http://www.adb.org/Accountability- Mechanism/default.asp.

25
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

In case of any grievances, the complainant approaches the locally-


based field level social mobilizers or PIU official for clarification or s/he
submits any formal complaints. The social mobilizer will provide
clarification to the affected person and try to resolve the problem at
local level with the involvement of the PIU resettlement representative
Step1
if necessary. The social mobilizer and environment focal point person
from the contractor will document the cases and call a Meeting with GC
engineer and affected persons. If this is not resolved (maximum 7
days), The social mobilizer will recommend that the affected person
submit his/her complaint to the local-level GRC.

Field-level
Grievance
Committee

The local level GRC committee will be formed at site specific on the
road alignment at each Municipality or Rural Municipality level. For the
Kakrivitta- Itahari (Labipur) road, 1 sub-metro politan city, 13
Municipalities and 3 Rural Municipalities are involved. The APs may
submit their concerns or grievances verbally or in writing to this
Step2
Committee. The committee shall make a field-based assessment to
verify/examine the grievances, if necessary. After proper
examination/verification of the grievances, the Committee will make a
proposed action/decision and the complainants will be informed orally
and in writing within 7 days.

Local-Level Complaints/grievances will be documented properly by the CSC


GRC Resettlement specialist who is part of this Committee.

Step3 If the complainant is not satisfied, s/he with the support of the CSC
resettlement specialist will forward the grievances to the project-level
Project-Level GRC. The DoR project manager will play as lead role to settle the
GRC complaint.

Step 4 If the complainant does not accept the project-level Committee decision,
he/she may want to submit directly (in writing) to the ADB’s Resident
Mission or South Asian Transport and Communication Division

Step 5 If the grievances cannot be solved by this level, it will be referred to the
Home Ministry. The Ministry of Home Affairs is normally required to make
decision on a complaint within 15 days, unless further information is
required, or unless the complaint has to be solved in a court of law (e.g.
ownership disputes). The CSC resettlement specialist will assist the
complainant in filing the claim (max- imum 7 days).

26
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

C. Government Policy for Grievance Redress


70. There are provisions of compensation for losses or any damages during land acquisition
under the Land acquisition act of Nepal 1977. The Act allows for interested persons (i.e.,
APs) during a land acquisition process to file or represent their cases to the Chief District
Officer (CDO), raise objection against the acquisition by a notice to the Ministry of Home and
get redressed under the LA Act clause 11 Section 1, 2 and 3.

27
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

IX. LEGAL FRAMEWORK


A. Legislation
71. The Constitution of Republic of Nepal (2015), Article 25 (1) guarantees the fundamental
rights of a citizen, i.e., right to acquire, own, sell and dispose of the property. Article 25 (2)
describe that the state cannot acquire the property of any person except in case of public
interest. Article 25 (3) also state that compensation shall be provided for any loss of
individual property for public interest.
B. Land Acquisition Act of 1977
72. The Land Acquisition Act (1977) specifies the procedures for land acquisition and com-
pensation. The Act empowers the government to acquire any land for public interest or for
the execution of any development works. There is a provision of Compensation
Determination Committee (CDC) under the leadership of Chief District Officer, which will fix
the rate of compensation for the affected assets. The other members in the committee are
the Chief of Land Revenue Office, Mayor of concerned municipality and Project
Director/Manager.
73. The basic function of the Compensation Determination Comittee(CDC) is, review and
determine the compensation rate of affected structure, identify the proper owners,
distribution of compensation and address the issues related to affected assets and
compensation distribution. District Administrative Office (DAO) will also responsible to notify
affectedpeople throughPIU regarding the details of the affected structure and other assets
with the support of local government.
74. The Land Reform Act (1964) is relevant in the compensation distribution modality. It spec-
ifies the compensation entitlements for the registered tenant. Where the tenancy right is
legally established, the owner and tenant each will be entitled to 50% of the total
compensation amount. Section 42 of the Land Reform Act states that Guthi (religious/trust)
land acquired for development work must be replaced with another land.
C. Land Acquisition, Rehabilitation and Resettlement Policy of 2015
75. The Government of Nepal has formulated Land Acquisition, Rehabilitation and Resettlement
Policy 2071 (2015) to facilitate the land acquisition process for infrastructure project. The
policy outlines the need to conduct an economic and Social Impact Assessment (SIA) of the
development project, which was not a requirement under the Land Acquisition Act 1977.
Based on this assessment, projects will be categorized as high, medium and lowrisk. The
Act also provisioned for the project affected families to be entitled to compensation if works
like installation of transmission, telephone and underground drinking water pipe lines affect
livelihood. And in case the projects affect yields of registered commercial crop, fruit or flower
producers, compensation equivalent to five years of revenue must be given in cash.
76. The policy adds that all expenses related to land acquisition, compensation and the im-
plementation of resettlement and rehabilitation plans should be considered as project cost
and interest should be paid on compensation amount depending on the days it took to
release funds to those affected by the project. The interest calculation begins from the day a
formal decision was taken to operate the project, says the policy.
77. The compensation determination committee formed under the Chief District Officer will fix
the rate of affected assets. The committee can form a subcommittee to assist the main
28
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

comittee to determine the compensation amount of affected assets.


78. Those not satisfied with land acquisition, resettlement and rehabilitation processes can lodge
complaints through GRC. If verdict issued by the GRC is also deemed unsatisfactory, the
person can knock on the doors of court.
D. ADB Involuntary Resettlement Standard Requirement
79. According to the ADB Safeguard Policy Statement (2009), the basic objectives of the
safeguards requirements are to avoid involuntary resettlement wherever possible; to
minimize involuntary resettlement by exploring project and design alternatives; to enhance,
or at least restore, the livelihoods of all affected persons in real terms relative to pre-project
levels; and to improve the standards of living of the affected poor and other vulnerable
groups. ADB’s main policy guidelines are:
 Involuntary Resettlement (IR) should be avoided wherever possible;
 Where IR is unavoidable, minimize involuntary resettlement by exploring project and
design alternatives;
 Enhance or at least restore the livelihoods of all affected persons in real terms
relative to pre-project levels;
 Improve the standards of living of the affected poor and other vulnerable groups;
 Gender analysis is required to identify related resettlement impacts and risks;
 Resettlement Plans (RP) should be prepared in full consultation with affected
persons (APs), host communities, and concerned non-government organizations
(NGOs) including disclosure of the RP and project related information;
 Preference will be given to land-based resettlement for affected persons whose
livelihoods are land-based. However, if the land is not the preferred option or the land
is not available at reasonable price, the APs will be provided opportunities for
employment, or self-employment, in addition to the reasonable cash compensation
for land and other assets lost;
 Cash compensations for the loss of structures, other assets and incomes should be
based on full replacement cost;
 Absence of formal legal title to land, the affected person will not be eligiable to get
compensation of the land but will not be a bar to compensation of other non land
assets such as trees, crops and structures.
 The rate of compensation for structures and other assets should be calculated at full
replacement cost on the basis of fair market value; transaction cost; interest accrued;
transitional and restoration cost, and other applicable payments, if any.
 All compensation payments and related activities must be completed prior to the
commencement of the civil work;
 Special attention to be paid to the needs of vulnerable groups especially those below
the poverty line, the landless, the elderly, women and children and indigenous people
and those without legal title to land.
E. Indigenous Community in the Context of Nepal
80. The Constitution of 2015 recognizes the rights of Adivasi and Janajati to “participate in State
structures on the basis of principles of proportional inclusion” (art. 51), and authorizes the
State to implement special measures “for the protection, empowerment and advancement of
indigenous nationalities” (art. 42).

29
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

81. The specific policy initiatives for the advancement of Adivasi, Janajati and other com-
munities started in 1997. The National Committee for Development of Indigenous
Nationalities was set up to ensure the welfare of Adivasi/Janajati. In 2002, the Parliament
passed a bill enabling the establishment of NFDIN. The NFDIN Act 2002 established the first
comprehensive policy and institutional framework pertaining to Adivasis and Janajatis. The
NFDIN is a semi- autonomous body that acts as the State’s focal point for indigenous policy,
with a mandate to recommend measures to promote the welfare of indigenous groups
paying attention to their so- cial, economic, and cultural rights and requirements.
82. The National Federation of Indigenous Nationalities Act 2002, National Human Rights Action
Plan 2005, Environmental Act 1997, and Forest Act 1993 have also provided for the
protection and promotion of Janajatis‟ traditional knowledge and cultural heritage.
83. The Fourteen Three Year’s Plan included following policies for inclusive development of
Adivasis/Janajatis and other disadvantaged groups: (i) creation of an environment for
social inclusion; (ii) participation of disadvantaged groups in policy and decision making; (iii)
development of special programs for disadvantaged groups; (iv) positive discrimination or
reservation in education, employment; (v) protection of their culture, language and
knowledge; and (vi) proportional representation in development.
F. ADB Indigenous People Standard Requirement (2009)
84. The objective of ADB’s SPS on IPs is to help design and implement projects in a manner
that would foster respect for IPs’ identity, dignity, human rights, livelihood systems, and
cultural uniqueness, as defined by IPs themselves, so that they: (i) receive culturally
appropriate social and economic benefits, (ii) do not suffer adverse impacts as a result of
projects, and (iii) can participate actively in projects that affect them. The SPS uses the term
“IPs‟ in a generic sense to refer to a distinct, vulnerable, social and cultural group
possessing the following characteristics in varying degrees:
(i) Self-identification as members of a distinct indigenous cultural group and recognition
of this identity by others;
(ii) Collective attachment to geographically distinct habitats or ancestral territories in the
project area and to the natural resources in these habitats and territories;
(iii) Customary cultural, economic, social, or political institutions that are separate from
those of the dominant society and culture; and
(iv) Distinct language, often different from the official language of the country or re- gion.
85. The IPs’ safeguards in SPS trigger when a project affects the dignity, human rights, liveli-
hood systems, or culture of IPs or affects the territories or natural or cultural resources that
IPs own, use, occupy, or claim as an”ancestral domain‟ or asset.
86. A group that has lost collective attachment to geographically distinct habitats or ancestral
territories in the project area because of forced severance remains eligible for coverage
under the policy.
87. A proposed project is assigned to one of the following categories depending on the signif-
icance of the potential impacts on Indigenous Peoples:
 Category A: A proposed project is classified as category A if it is likely to have
significant impacts on Indigenous Peoples. An Indigenous Peoples plan (IPP),
including assessment of social impacts, is required.

30
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

 Category B: A proposed project is classified as category B if it is likely to have


limited impacts on Indigenous Peoples. An IPP, including assessment of social
impacts, is required.
 Category C: A proposed project is classified as category C if it is not expected to
have impacts on Indigenous Peoples. No further action is required.

88. A project’s Indigenous Peoples category is determined by the category of its most sensitive
component in terms of impacts on Indigenous Peoples. The significance of impacts of an
ADB-supported project on Indigenous Peoples is determined by assessing (i) the magnitude
of impact in terms of (a) customary rights of use and access to land and natural resources;
(b) socioeconomic status; (c) cultural and communal integrity; (d) health, education,
livelihood, and social security status; and (e) the recognition of indigenous knowledge; and
(ii) the level of vulnerability of the affected Indigenous Peoples community. The level of detail
and comprehensiveness of the IPP are commensurate with the significance of potential
impacts on Indigenous Peoples.
89. According to discussion with affected people, it is revealed that there is no customary,
traditional, community land system in project affected area. The land is either owned by the
government or by the people. IP groups and other ethnic groups interact and participate in
the broader community activities. However, they also maintain their own local language,
customs and rituals. They also maintain a collective attachment to place, but they do not
consider their land ancestral territories, nor do they claim an indigenous or distinct
attachment to any natural resources. According to affected HHs, only 7 households (3%) of
affected households are IP households (17 are below poverty level and 350 above poverty
level). They share social values, norms and culture, having similar occupations and income-
generation practices. Therefore, a separate indigenous people plan is not required for this
road project. This Resettlement Plan (RP) has addressed the issues of both IP and non-IP
households.
G. Dalit Community in the Context of Nepal
90. Dalits are the most vulnerable groups scattered all over the country with concentration of
some groups in some districts. The socioeconomic status of Dalits in Nepal is very low and
they are often living in basic or even dire and disheveled conditions.
91. The caste-based discrimination is a disgraceful part of the caste system of the Indian
subcontinent since time-immemorial. The National Code of Nepal, implemented in 1854 had
classified all the Nepalese people into four caste hierarchy (Barna) based on their
occupation: 1. Brahmin "Sacred thread wearing", 2. Chhetri “ruling class”, 3. Baisa
"touchable low castes", and 4. Chudra (Dalits) "Untouchables" and 36 castes. The National
Civil Code of Nepal “Muluki Ain”, 1963 was an attempt to reform the system. However, little
is changed in practice, with caste-based discrimination prevailing. The practices of
untouchability remain common and discrimination also exists among Dalits based on their
occupation.
92. The Constitution of Nepal has ensured the Right against Untouchability and Racial Discrimi-
nation (Article 24) as fundamental rights. No person shall be treated with any kind of
untouchability or discrimination in any private or public place on grounds of caste, ethnicity,
origin of community, occupation or physical condition.
93. The Caste Based Discrimination and Untouchability (Offence and Punishment) Act, 2011 is
31
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

the main law that has criminalized the act of caste-based discrimination and untouchability in
any form anywhere. However, the implementation is very weak.

32
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

X. ENTITLEMENT, ASSISTANCE AND BENEFITS


A. EntitlementPolicy
94. An Entitlement Matrix based on ADB Safeguard Policy 2009 and the Land Acquisition Act of
1977 has been specifically designed for this project. ADB’s Safeguard Policy Statement
(2009) on involuntary resettlement requires compensation for the loss of assets at
replacement cost to both titled and non-titled holders and resettlement assistance for lost
income and livelihoods. Further, the principles adopted herein contain special measures and
assistance for vulnerable affected households, such as household headed by women,
disabled persons, ethnic/indigenous groups, and household living below poverty line.
B. Entitlement Matrix
95. All the APs will be compensated at replacement costs. The entitlement matrix will be re-
visited when all resettlement information is updated to ensure all impacts are covered. For
the loss of agricultural land, cash compensation will be made however under this project no
private land is acquired. Additional compensation will be given for the loss of
crops/vegetation. It will be calculated on the basis of net production of one crop in the
affected area. Rehabilitation allowances will be paid to the severely affected families (who
have lost more than 10% of their assets and income). Similarly, additional assistance to
vulnerable groups will be provided for restoring their livelihoods. Both vulnerable and
severely affected households will also be eligible to participate to the livelihood/skill
development trainings. The rate of compensation for structures and other assets is
calculated at full replacement cost on the basis of fair market value, transaction cost, interest
accrued, transitional and restoration cost, and other applicable payments, if any. No physical
or economic displacement will occur until compensation at replacement cost and other
entitlements are fully paid to the affected people. The livelihood restoration program will be
in place, budgeted and implemented, as discussed with the affected people during TNA.
96. The timeframe for concluding the socioeconomic survey of Kakarivitta- Itahari (Labipur) road
segment was December 10, 2021 therfefore cut off date is assumed same date for this
section. All proprietors of structures who are not title holders will be notified and will be
eligible for compensation during the implementation process, according to the provisions of
the Land Acquisition Act.A detailed Entitlement Matrix has been provided in the following
Table 31.

33
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Table 31: Entitlement Matrix

No. Type of Loss Application Eligible Persons Entitlements Responsibilities


 DOR/CDC/CSC
A-1 Permanent loss of Land to be acquired. If the Titleholders with  Cash compensation based on
agricultural/residential/co remaining land is no longer land records replacement cost
mmercial viable for continued use or  If the loss is equivalent to 10% or
does not meet the expected
more of the total agricultural land of
yield, the remaining land is
also acquired. the household is affected
 Affected household will be notified
will be advance of the actual
acquisition
 DoR/CDC/CSC
A-2 Permanent loss of Land to be acquired if the Legally register  Fifty percent cash compensation to
agricultural/ remaining land is no longer tenant or share the share cropper/tenants of the
residential/commercial viable for continued use or cropper/renter or of affected plots as per the prevailing
land does not meet the expected land with legal
laws (LA Act Clause 20).
yield, the remaining lands is lease
also acquired  Affected households and share
cropper without legal proof will be
notified at least 3 months in
advanced
 DoR/CSC/con- tractor
A-3 Temporary loss of land Land is occupied temporarily Title holders with  Payment as per the contract rental
due to construction and will be viable after land records rate for the temporary use of land
activities, access roads construction activities agreed between the owner and
and diversions
contractor
Renter or share-
cropper of land with  Land should be returned to the
legal lease owner at the end of use period, and
restored to its original condition.

34
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

No. Type of Loss Application Eligible Persons Entitlements Responsibilities

B-1 Residential structure Owners of the  Cash compensation at replacement


structures without cost without depreciation for the
Partially impacted (i.e., the legal title, including
unaffected portion of affected portion.
squatters and
structure is still viable for use encroachers  Affected household will be notified 3  DoR CDC CSC
and no relocation is required) months in advance of the date of
construction
 Affected households will be able to
salvage materials free of cost
B-2 Residential structure Owners of the  Cash compensation at replacement
structures without cost without depreciation for the
legal title, including entire structure.
squatters and
 Reconstruction and shifting
encroachers losing
their residence and allowance equivalent to 10% of
who have to replacement cost of the structure
Fully affected (i.e., structure physically relocate  Subsistence allowance equivalent to  DoR CDC CSC
is no longer viable for use) 90days’ minimum wage (NRs.
67,500)
 Affected household will be notified 3
months in advance of the date of
construction
 Affected households will be able to
salvage materials free of cost

35
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

No. Type of Loss Application Eligible Persons Entitlements Responsibilities


 DoR/CDC/CSC
Marginal Impact (i.e., Owners of the  Cash compensation at replacement
unaffected portion of the structures with or cost without depreciation for the
B-3 Residential cum
structure is still viable for the
without acceptable affected portion.
commercial structures
use and no relocation is proof of ownership
 Affected household will be notified 3
required. over the land,
including squatters months in advance of the date of
This will be confirmed by the construction
and encroachers.
implementing agency and  Affected households will be able to
concurred by the affected
structure during the salvage materials free of cost
implementation.

Severe Impact i.e., Structure Owners of the  Cash compensation at replacement  DoR/CDC/CSC
is no longer viable for structures without cost without depreciation for the
continued use and the entire legal title, including entire structure.
structure is to be acquired. squatters and
 Reconstruction and shifting
encroachers losing
This will be confirmed by the allowance equivalent to 10% of
their structures and
implementing agency and replacement cost of the structure
who have to
concurred with by the
physically relocate  Subsistence allowance equivalent to
affected structure during RP
implementation. three months’ minimum wage (NRs.
67,500)
 Affected household will be notified 3
months in advance of the date of
construction
 Affected households will be able to
salvage materials free of cost

36
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

No. Type of Loss Application Eligible Persons Entitlements Responsibilities


 DoR/CSC
Renters who have  Equivalent of 3 month vented
to physically stipend to find alternative place to
relocate stay.
 Affected household will be notified
at least 3 months in advance of the
date of construction
 Affected households will be able to
salvage materials
 Rental deposit if any to be
reimbursed to renter (deducted from
structure owner’s entitlement)
 DoR/CDC/CSC
B-4 Partially affected Owners of  Cash compensation at replacement
structures with or cost without depreciation for the
without title to land affected portion.
squatters and
 Affected household will be notified 3
encroachers losing
their commercial months in advance of the date of
and who are not to construction
physically relocate 
 Affected households will be able to
salvage materials free of cost
Commercial structure  DoR, CSC
Fully impacted (i.e., structure Owners of  Reconstruction and shifting
is no longer viable that can structures with or allowance equivalent to 10% of
be relocated without being without title to land replacement cost of the structure
dismantled for use) squatters and
 Allowance for loss of income
encroachers losing
their commercial  Affected household will be notified 3
and who have to months in advance of the date of
physically relocate construction
 Affected households will be able to
salvage materials free of cost
 Subsistence allowance equivalent to

37
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

No. Type of Loss Application Eligible Persons Entitlements Responsibilities


two-month minimum wage (NRs.
54,0000)
Change of structure location Owners of the  DoR/CSC
B-5 Mobile kiosk  One-month notice to move structure
structures with or out of the corridor of impact
without acceptable  Other applicable entitlements such
proof of ownership as those relevant to livelihood
over the land, improvement program.
including squatters  Lump sum NRs 6,000 as shifting
and encroachers cost and loss of income.
 DoR/CDC/CSC
Secondary structures Loss of, or damage to, Owners of the  Cash compensation at re-
(kitchen, latrine, etc) assets structures with or placement cost withoutdepreciation
without acceptable  Affected households will be able to
C-1 proof of ownership
salvage materials without any cost
over the land,
including squat-
ters and
encroachers
 DoR/CDC/CSC
D-1 Crops and fruit trees Loss of or damage to assets Owners regardless  Compensation for crops for one
of tenure status, harvest at current market value
including squatters  Compensation for loss of fruit
and encroachers
bearing trees for average fruit
production for 5 years at current
market value and replacement cost
for sapling especially for commercial
farm or fruit production.
 Three months prior notice will be
given to owners or share croppers
to avoid the losses of standing
crops.

38
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

No. Type of Loss Application Eligible Persons Entitlements Responsibilities


 DoR/Contractor /CSC
E-1 Public facilities, common Loss of, or damage to, Owners  Will be rebuilt by the project as in
property structures and assets public land and as coordinated with
facilities the community.

39
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

XI. RELOCATION PREFERENCES


97. From the 288households of 297 structures, 10 residents of 10 households will have to be
physically relocatedand 12 commercial structures of 12 HHs need to be relocated from the
RoW. Based on socio-economic survey, 175 (924 affected persons) were inquired as to their
preferences for relocation assistance by the project, in case relocation is required. All of
thempreferred cash compensation. The following Table 32 shows the compensation choice
of project affected families.
Table 32: Preference for Relocation Assistance

Type of Compensation No. of Households Percent (%)

Cash 175 60.76%


Total 175
Source: Field Survey, Dec 2021

98. Moreover, in addition to replacement cost, of the structures, the entitlement matrix provides
shifting assistance for fully affected resident and commercial structures (equivalent to 10% of
the replacement cost of the structres affected, or the actual cost of shifting whichever is
higher). Except to shifting allowance, fullyaffected residential and commercial property
owners will be entitled to receive subsistence allowances for 90 days and 60 days,
respectively, at the minimum wage rate as per EM.

40
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

XII. LIVELIHOOD RESTORATION MEASURES


99. A Livelihood Improvement Training will be provided for one member of each of the
vulnerable household, and of other eligible households as detailed in the entitlement matrix.
Based on the socio-economic status and preliminary information of the 175 surveyed
households, a tentative livelihood improvement training plan and budget has been prepared;
it is summarized in Table 34. Based on the entitlement matrix, households eligible for the
livelihood improvement program notably include vulnerable households, and those
significantly affected due to loss of structuresand business. It is estimated that at least
22households are fully impacted due to loss of resident and business structuresand they will
be eligible for the training. Vulnerable groups, ethnic communities and Dalits will also be
included in the training program. The households entitled for the livelihood improvement
program will be confirmed and updated during implementation. Training courses will also be
identified during the implementation of the RP through a training needs assessment of the
participants, and will be closely monitored during implementation of the program.
100. Training courses are of different types as demanded by the community. They include doll&
cushion making, small hotel and lodge assistant, beauty parlor, light driver and mobile phone
repairer technician. The CSC livelihood expert will conduct the assessment, facilitate the
training program in the implementation, and coordinate with line agency. The following table
shows the tentative livelihood restoration training for the project affected people. The
project’s livelihood specialist will ensure all entitled households that will be matched with
proper training activities under The Council for Technical Education and Vocational Training
(CTEVT).Tentative cost1 of livelihood and income restoration non-residential training for APs
are mention below Table 33.
Table 33: Tentative Livelihood & Income Restoration Training for Project APs

Per Tentative
S. person estimated
N Activities Duration Participants cost Cost (NRs) Responsibility

1 Doll & cushion Making 15 Days 8 70000 560000 DOR/CSC

Small hotel and lodge


2 assistant 45 Days 8 70000 560000 DOR/CSC
4 Beauty Parlor 30 Days 8 70000 560000 DOR/CSC

5 Light Vehicle Driver 30 Days 10 70000 700000 DOR/CSC

Mobile phone repairer


6 technician 30 Days 9 70000 630000 DOR/CSC
2
Total 43 3010000

1
Regarding training cost, it will be reassessed and finalized during the RP implementation period.
2 Participants of trainees will be eligible APs from fully affected structures, ethnic HHs dalit HHs
and vulnerable HHs.
41
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

XIII. COST FOR PRIVATE STRUCTURES


101. There are 297 private structures going to be affected in the project road. As provisioned in
the entitlement matrix (EM), compensation cost for the affected structures have been
calculated based on the measurement (area sqm) of the affected structures undertaken
during the field surveyThe structures were valued without deducting any depreciation in
material use. The for the private structure is presented in Table 34. Appendix II provides
calculation methodology for affected structures. The compensation rate for the affected
buildings and structures were estimated according to the type of structures such as frame
structures, cement mortar RCC structure, Bricks/stone and mud mortar structures, block
bricks and cement mortar with zinc roofed. 297 structures, including all residential
cumcommercial structures, were affected for the project purpose. However, the final
compensation amount will be decided by the CDC. The total cost for 297 structures is
estimated based on recent increase in the price of the construction materials as NRs.
7457891.54.
Table 34: Estimated Compensation Cost for Structures

S. N Types of Structures No. of structures Total Cost NRs


1 Bamboo wall with Zinc roof 43 847111.56
2 RCC 198 4545711.98
3 Brick concrete mortar with Zinc 14 214392
4 Wooden with Zinc roof 24 839455
5 Zinc Sheet (wall and roof) 18 1011221
Total 297 7457891.54
Source; Field Survey, December 2021

102. The estimatedcosts for private affected structures arebriefly presented in Table 35including
allowances and rehabilitation measures.

Table 35: Estimated Cost for Project Affected Structures

Nos of Total Estimated


S. N Items structures Cost (NRs.)
Compensation of fully afffected private
1 residential structures 10 1778819.9
Compensation of fully afffected
2 commercial structures 12 111352
Total compensation of partial private
3 structures 275 5739553.54
4 Kiosk 59 354000
Total Estimated Cost NRs 356 7,983,725
Source: Field Survey, Dec 2021

42
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

A. Rehabilitation Cost for the Public Structures


103. The public structures are constructed in different period by different institutions. Most of the
resting places are built by the various cement industries to make publicity of their products
too. Most of the resting places are found constructed considering 2 lanes road which are not
possible to adjust into 4 lanes proposed road. Therefore; these resting places
(Pratikshalaya) should be relocated. These are public assets that should be rehabilitated and
re-established during project implementation period in close coordination with the concerned
local communities. The replacement cost for the reconstruction of public structures has been
included in Bill of Quantity(BoQ). The types of public structures are presented in Table 36.

Table 36: Estimated Rehabilitation Cost of the Public Structures

S.N. Structure Types No. Remarks


1 Resting place (Pratikshalaya)/Bus stop 123
2 Temple Medium 6

3 Temple Small (Like Deities’ Place) 7


4 Statue 1
5 Public tube well 9
6 Public Toilet 5

Government Utility and semi government


7 structures (Walls of schools, gate, ATM etc) 30
Cost has been
8 Police Beat/A.P. F./Traffic Post 39 allocated in
Total 220 BOQ.
Source: Field Survey, Dec 2021

104. In addition, water channels like concrete irrigation canals, natural water canals and
passages are all located in government land. All affected public structures will be reinstated
by the project and required budget for the affected structures within 50m has been allocated
in BoQ.
B. Cost of Other Assets
105. The following cost has been estimated for the cost of fruit trees. These trees are under 50m
RoW. Summary of the project affected fruit trees has been presented in Table 37 below.
Table 37: Loss of Fruit Trees
Type of Asset
S. N Affected Total Nos Total Cost NRS.
1 Fruits Trees 404 5434225
Source: Field Survey, Dec 2021

C. Assistance to Reconstruction and Rehabilitation Allowances


106. The reconstruction and rehabilitation allowance covers the housing displacement and
replacement allowances.The Entitlement matrix, provisions cash compensation for such
vulnerable households’ equivalent to three months wage rate for restarting their livelihood.
Households whose houses need to be relocated will receive a reconstruction and shifting

43
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

allowance equivalent to 10% of replacement cost of structure or equivalent to the actual cost
of the transportation allowances. Owners of commercial enterprises requiring relocation will
receive a displacement allowance (10%). However, transportation allowance will not be
estimated to the structures having partial loss. Estimated cost for the displacement and
rehabilitation allowances is presented below (Table 38). And Table 39 shown below has
details of subsistence allowances for fully afected residentialbuildings and and business
structures.
Table 38: Subsistence Allowances for Residential Buildings and Business Structures

Description No of HHs Total Cost NRs.


Subsistence allowances for fully affected residential
buildings (750*90 days) 10 675000

Subsistence allowances for fully affected business


structures (750*60 days) 12 540000
Total 22 1215000
Source: Field Survey, Dec 2021

Table 39: Replacement and Rehabilitation Allowances

SN Description Structures Nos Total Cost NRs


Replacement and rehabilitation cost (10%) for
1 residential building 10 161710.90
Replacement and rehabilitation cost (10%)
2 commercial structures 12 10123.00
Total 22 171833.90
Source: Field Survey, Dec 2021

D. Additional Assistance to the Vulnerable Groups


107. Based on the census data, there are about 17 vulnerable households of different categories.
The Entitlement matrix provisions cash compensation for such vulnerable households’
equivalent to three months wage (EM) for restarting their livelihood. However, additional
assistance to such vulnerable groups needs to be distributed only after the finalization of
resettlement impact and its extent, and confirmation of the vulnerability of the households in
close collaboration with the local communities and CDC. The census survey revealed that 25
households are under vulnerable category as listed in Table 40 below. Different
rehabilitation measures as per EM for such vulnerable households are as follow:
Table 40: Additional Assistance to Vulnerable Groups
One Time Cash
No of Assistance Total cost for
S.N. Vulnerable Categories Households (NRs.) assistance
1 Women Headed Households 5 67,500 337,500
2 HHs of Below Poverty Level 11 67,500 742,500
3 Landless HHs3 1 67,500 67,500
Total 17 1,147,500
Source: Field Survey, Dec 2021

3 Landless HHs will be reassessed and reverified during the RP implementation .


44
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

E. RP implementation and Management Cost


108. There are also several RP implementation activities that need to be carried out at subproject
level by the Project Manager (PM). Some of such activities are: (i) public consultation, and
information dissemination, (ii) organizing CDC meetings, and implement CDC decision, field
verification and updating RP, (iii) organizing and mobilizing local grievance redress
committee meetings, (iv) Deed Transfer and required land surveying so on. In order to
ensure such expenses, RP implementation cost has also been calculated and incorporated
as shown in Table 41below:
Table 41:Cost Estimate for Resettlement Implementation Activities

Rate Estimated
S.N. Description of Tasks Quantity
(NRs.) Costs (NRs.)
Information dissemination about the project,
1 13 10,000 130,000
resettlement impacts, and compensation provision
2 Organizing CDC meeting and follow up activities 2 30,000 60,000
3 Organizing GRC meetings and follow-up activities 13 10,000 130,000
Establishing Sub-local level committees and their
4 mobilization (13 Municipalities @NRs.50,000 per 64 5,000 320000
committee)
Public notification of Affected assets and invitation to
5 2 50,000 100,000
receive compensation
Total 94 740,000

109. Resettlement Plan implementation cost covers the entire cost required for the
implementation and management of resettlement related activities. It includes activities such
as information dissemination campaign, public consultation, CDC meeting, local grievance
redress committee formation and conducting meetings with APs, among others.
F. Contingencies
110. A contingency amount of 10% comprising of the allowances and rehabilitation costs is
included.
G. Total Cost Estimate
111. The total resettlement cost estimated for the widening and upgrading of existing road from
Kakarivitta-Itahari (Labipur) Road including allowances and rehabilitation measures is in the
Table 42below:
Table 42: Summary of Resettlement Costs for the Kakrarbhitta-Itahari (Labipur) Road

Nos of Total Estimated Cost


S. N Items structures (NPRs.)
Compensation of fully afffected private
1 residential structures 10 1617109
2 Commercial Srructures 12 101229
3 Total compensation of private structures 275 5739553.54
Replacement and rehabilitation cost
5 (10%) 22 171833.9

45
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

6 Kiosk 59 354000
7 Fruit Trees 404 5434225
8 Assistance to vulnerable groups 17 1147500
Subsistence allowances for residential
9 structures (750*90 days) 10 HHs 675000
Subsistence allowances for business
10 structures (750*60 days) 12 HHs 540000
11 RP implementation activities 740000
12 Livelihood restoration program 43 3010000
Total (A) 19530450.44
Lau Contingencies (10%) (B) 1953045.044

Grand Total Estimated (A+B) 21,483,495.48

H. Financing Plan
112. All costs related to resettlement budget would be borne by the Government. Only the cost of
the human resources support for the RP implementation will be borne by the CSC, which is
financed by the loan from ADB. The EA will ensure that adequate funds are delivered on
time to the CDO or PIU for timely implementation of the RP.

46
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

XIV. INSTITUTIONAL ARRANGEMENTS


A. Central level Project Implementation Unit (PIU), Department of Roads(DOR):
113. The Ministry of Physical Infrastructure and Transport (MoPIT) will be the executing agency
(EA) and the Department of Road (DoR) the implementing agency (IA) for this project. DoR
has established a Project Directorate PIU at the central level (Kathmandu).For resettlement
activities, the PIU will be supported by a resettlement consultant ho will review the
monitoring data, conduct his/her own field level data verification and consultation with
affected persons and provide advice to DoR in follow-up actions. The central level PIU
Project Director of the central will assume the following responsibility for the RP
implementation:
 Establish the one field office headed by Project Managers (PM) responsible for the
implementation of the Kakarivitta-Itahari (Labipur) road improvement project;
 Establish the third tier Grievance Redress Committee (GRC);
 Establish and approve the procedures for the resettlement and compensation
activities;
 Review the monthly monitoring report prepared by the field PIUs and supervision
consultant
 Review and submit the semi-annual social monitoring report
B. Field-level PIU, DOR
114. The IA will establish one field-level PIUs headed by a Project Manager (PM) in rank of
Senior Divisional Engineer. The Project Manager will be responsible for implementing the
resettlement activities at the field level with the help of the resettlement team from the
Supervising Consultant (SC). The PM will coordinate with the CDO in formation of CDC at
district level and keep coordination with other line agencies at district level for the
implementation of the RP. Key activities of the PM are:
 Approve the survey verification and update of affected persons and entitlement cards
 Liaise with CDO and participate in CDC
 Distribute resettlement benefits
 Verify the field and prepare the RP addendums and updates
 Conduct and document regular and meaningful consultations with affected persons –
including the dissemination of entitlement benefits
 Conduct internal monitoring of the RP activities and prepare monthly progress
reports
 Establish the second tier Grievance Redress Committee (GRC);
 Convene the GRC
C. Compensation Determination Committee (CDC)
115. However, private land acquisition is not anticipated in this project, the Compensation
Determination Committee (CDC), which is established under the Land Acquisition Act
and which determines compensation rates for affected assets and other assistance will
play an important role in the project's implementation. They are headed by the Chief
District Officer, and they are comprised of representatives from the Chief Land Revenue
Office, the Mayor of the relevant municipality, and the DOR Project Manager, among
other individuals. The committee can invite representatives from affected persons. Their
role will be to fix the rate of affected assets.

47
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

D. Grievance Redress Committee (GRC)


116. There will be a three-tiered GRM, composed of three GRCs. Affected persons can submit
grievances verbally or written to this committee for resolution. The field-level committee will
be composed of the social mobilizer working in the area and the contractor environmental
focal point. The local level committee will be composed of a representative from the ward,
the site engineer, the social mobilizer and affected persons. The project-level committee will
be composed of the project manager, the local development officer, the chief district officer
and the CSC resettlement specialist.
E. Supervision Consultant (SC)
117. To implement resettlement activities, the CSC will include (i) one national resettlement
expert (ii) one livelihood restoration expert; and (iii) four social field mobilizers; A team of
resettlement specialist and field level social mobilizers will be responsible for the day-to-day
implementation of resettlement activities. More specifically, the SC resettlement team will
perform the following activities.
 Inform affected persons of entitled compensation and methods of receiving
compensation payments:
 Conduct the survey verification and update of affected persons
 Assets prepare identification and entitlement cards
 Assist CDC in determining the compensation for various affected assets;
 Conduct and document consultations
 Support to the affected persons in gathering their documentation to collect their
award payment at the district’s office
 Support the PIU in the distribution of resettlement benefits
 Support the field data gathering for the preparation of the RP addendums and
updates
 Conduct and document regular and meaningful consultations with affected persons –
including the dissemination of entitlement benefits
 Conduct internal monitoring of the RP activities and prepare monthly progress
reports;
 Keep and update all resettlement activities and a submit monthly resettlement
implementation progress report to PIU, DoR;
 Address grievances at local level
 Act as secretary in grievance redress mechanism and document grievances and
resolution process
 ensure community structures are rebuilt by the contractor and in consultation with
community members
 esupport affected persons in filing grievances
 Identify vulnerable group and severely affected persons and recommend additional
assistance and livelihood assistance and skill development training to them;
 Arrange skill development training through recognized training institution at project
level;
F. Staff Training at PIU
118. DOR does not have sufficient staff with experience in resettlement activities. At least 2 days
orientation training regarding the ADB Safeguard Policy 2009 will be provided for the DOR
staff who are involved in the implementation of resettlement and rehabilitation activities of

48
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

this project (including the field staff). The SC resettlement expert will be responsible to
provide orientation to all staffs to be involved in the project implementation.

49
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

XV. IMPLEMENTATION SCHEDULE


119. The project is expected to be implemented from last quarter of 2022. Advance actions such
as establishment of subproject office, recruitment of Project Manager, establishment of
grievance redress committee, formation of CDC is to be carried out beforehand. The major
activities to be carried out during the period include (i) compensation payment and other
rehabilitation assistance to the APs and (ii) handing over of site to the contractor and (iii)
income restoration assistance to the APs. All activities will be completed before construction
work commence or prior to the awarding of contract of civil works. However, income
rehabilitation measures may continue and be completed even after civil works has begun.
Table 43 provides the current status and implementation schedule of project resettlement
activities.
Table 43: Implementation Schedule of the Resettlement Plan

S. N Activities Time Period Responsibility

1 Detailed design and survey Oct, 2020 Design Consultant

2 Identification of project affected land parcels Oct, 2020 Design Consultant


Conduct socioeconomic survey of the
3 Sept, 2021 Design Consultant
influence area and census survey of APs
DOR/ Design
4 Establishment of subproject office Aug, 2020
Consultant
5 Mobilization of Supervision Consultant Nov, 2020 DOR
DOR/ Supervision
6 Joint survey with contractor Oct, 2022
Consultant
7 Formation of CDC Oct, 2022 DOR/PO
Dissemination of information, public
8 consultation, distribution of summary of RP in Oct, 2022 DOR/PO/Consultant
Nepali
Determination of compensation of affected
9 Oct, 2022 CDC/DOR/PO
assets
10 Formation of GRC Nov, 2023 DOR/PO

11 Publish notice to collect compensation Nov, 2023 DOR/PO

12 Distribution of compensation Dec, 2023 DOR/PO/LRO/LSO


Transfer of land entitlement of acquired land
13 Jan, 2024 DOR/PO
in the name of DOR/Government
Payment of rehabilitation allowances to
14 Feb, 2024 DOR/PO
SPAF & Vulnerable groups
Recruitment of External independent
15 Jan, 2024 DOR/PO
monitoring agency

50
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

XVI. MONITORING AND REPORTING


A. Internal MonitoringSystem
120. An internal monitoring system will be established by DOR, the PIU and the CSC
resettlement staff. A set of process, outcome and baseline indicators will be developed and
the baseline will be gathered at the onset of the RP implementation. The PIU and CSC
resettlement staff will maintain record of all activities related to the resettlement in a
database. Key indicators for the resettlement plan can be found in Table 44.
Table 44: Monitoring Issues and Indicators
Monitoring Issues Monitoring Indicators
 Has all resettlement staff been appointed and mobilized for field and
office work on schedule?
 Have capacity building and training activities been completed on
schedule?
 Are resettlement implementation activities being achieved according
Budgetandtimeframe to agreed implementation plan?
 Are funds for resettlement being allocated to resettlement agencies
on time? Have resettlement offices received the scheduled funds?
 Have funds been disbursed according to the RP?
 Has the land been made encumbrance-free and handed over to the
contractor in time for project implementation?
 Have all affected persons received entitlements according to numbers
and categories of loss set out in the entitlement matrix?
 How many affected households have relocated and built their new
structures at new locations?
 Are income and livelihood restoration activities being implemented as
planned? Have affected businesses received entitlements?
 Have the community structures been compensated and rebuilt at new
sites?
 Have all processes been documented?
Delivery ofentitlements  Are there discrepancies between the estimated number of affected
persons as per the RP and number of affected persons from the most
updated joint verification survey
 Compensation disbursement rate for Nontitle holders
 Share of non-titled holders who have received compensation of
structures vs total non-titled holders identified
 Share of non-titled holders who have received their other resettlement
allowances vs total non-titled holders identified
 Is the rate for compensation for land and structure equivalent to
replacement cost?
 Have affected households benefitted from support of NGO to find
Relocation assistance alternative place to rent/buy? If so, how many and what services were
provided?
 Have resettlement information brochures/leaflets been prepared and
distributed? Have consultations taken place as scheduled, including
meetings, groups, and community activities?
Consultation,  Have any affected persons used the grievance redress procedures?
grievances,andspecialissues What grievances were raised? What were the outcomes?
 Have conflicts been resolved?
 Have grievances and resolutions been documented? Have any cases
been taken to court?

51
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Monitoring Issues Monitoring Indicators


 What changes have occurred in patterns of occupation compared to
the pre-project situation?
 What changes have occurred in income, expenditure and livelihood
patterns compared to pre-project situation?
 How many physically displaced households have relocated? Where
Resettlement are they relocated (i.e., remaining plot of land, newly purchased plot,
Benefit/Impacts rented plot/structure)
 How many households have purchased plot?
 What was compensations/resettlement benefits spent on?
 Have the participants of the livelihood-training program used their
new skills? What was the seed grant spent on?

B. Reporting
121. The PIU/CSC resettlement staff will prepare Monthly Progress Report (MPR) highlighting
progress, issues, constrains, targets for every month. These reports will closely follow the
resettlement monitoring indicators as mentioned above. The project directorate Resettlement
team will review the MPRs and produce a Semi-annual resettlement report. Table 45below
provides details on the contents and timing of various progress monitoring reports.
Table 45: Reporting Requirements

Type of Report Content Frequency Responsibility

Progress on resettlement activities,


progress on indicators, results,
Monthly progress issues affecting performance,
Monthly PIU/CSC
report constraints, variation from the RP (if
any) and reason for the same and
corrections recommended

Progress on resettlement activities,


Semi-annual
indicators, and variations if any with Semi-
resettlement DOR/CSC
explanation and outcome, annually
monitoring report
recommended corrective actions.

52
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

APPENDICES

53
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

APPENDIXI: INFORMATION OF THE RIGHT


OF WAY AND OWNERSHIP CERTIFICATION

54
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

55
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

56
57
58
59
60
APPENDIX II:LIST OF AFFECTED
PRIVATE STRUCTURES

61
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Mechinagar Yekata Brick


1 0+680 24.6 Bikram Karki Municipality 6 Tole Left RCC Business/Resident RCC cement Slab
Dil Kumar Mechinagar Yekata Brick
2 0+690 24.7 Tamang Municipality 6 Tole Left RCC Business/Resident RCC cement Slab
Mechinagar Parijat Brick
3 0+695 24.7 Roshan Subba Municipality 6 Tole Left RCC Business/Resident RCC cement Slab
Rudal Prasad Mechinagar Yekata Tin
4 0+700 24.7 Shah Municipality 6 Tole Left roof Business/Resident Tin Wood Baranda
Rinki Tamang Mechinagar Parijat Tin Tin
5 0+710 24.5 Karki Municipality 6 Tole Left Roof Business Tin cement Baranda
Mechinagar Yekata Tin
6 0+720 24.5 Milan Tamang Municipality 6 Tole Left roof Business Tin wood Baranda
Bhanu
Mechinagar Tole, Brick
7 0+740 24.3 Madan Karki Municipality 6 Kakarivitta Left RCC Business/Resident RCC cement Slab
Ward
Chini Maya Mechinagar Office Tin
8 0+750 324.4 Tamang Municipality 6 Tole Left roof Business/Resident Tin Wood Slab
Bhanu
Tara Devi Mechinagar Tole, Brick
9 0+760 24.4 Gautam (Dahal) Municipality 6 Kakarivitta Right RCC Business/Resident RCC cement Slab

62
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Mechinagar Yekata Brick


10 0+760 24.6 Bishnu Lama Municipality 6 Tole Left RCC Business/Resident RCC cement Slab
Naresh Kumar Mechinagar Yekata Brick
11 0+760 24.7 sitaula Municipality 6 Tole Left RCC Business/Resident RCC cement Slab
Mechinagar Yekata Brick
12 0+765 24.7 Kumar Gurung Municipality 6 Tole Left RCC Business/Resident RCC cement Slab

Mechinagar Yekata Brick


13 0+765 24.7 Shajit Tamang Municipality 6 Tole Left Rcc Business/Resident RCC cement Slab
Late Man
Bahadur Bhanu
Tamang/Krishn Mechinagar Tole, Tin Brick
14 0+770 24.6 a Tamang Municipality 6 Kakarivitta Right roof Resident Tin cement Baranda
Mechinagar Yekata Brick
15 0+770 24 Kumar Oli Municipality 6 Tole Left RCC Business RCC cement Slab
Raj Kumar Mechinagar Yekata Brick
16 0+770 24.7 Tamang Municipality 6 Tole Left RCC Business/Resident RCC cement Slab
Bijaya Tamang Mechinagar Yekata Brick
17 0+770 24.7 Moktan Municipality 6 Tole Left RCC Business/Resident RCC cement Slab
Man Bahadur Mechinagar Brick
18 0+780 24.72 Angdambe Municipality 6 Mechi Right RCC Business/Resident RCC cement Slab

63
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Chandra Bdr Mechinagar Yekata Brick


19 0+780 24.45 Bogatee Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Shyam Kr
Pakhrin/Pushpa Bhanu
Tamang Mechinagar Tole, Brick
20 0+785 24.4 Pakhrin Municipality 6 Kakarivitta Left RCC Business/Resident RCC cement Slab
Mechinagar Yekata Brick
21 0+800 24.47 Lal Sing Limbu Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Bhanu
Krishna Mechinagar Tole, Brick
22 0+810 24.4 Shrestha Municipality 6 Kakarivitta Left RCC Business/Resident RCC cement Slab
Mechinagar Parijat Brick
23 0+810 24.56 Sita Pathak Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Rahar Maya Mechinagar Parijat Brick
24 0+810 24.35 Adhikary Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Mechinagar Yekata Brick
25 0+810 24.5 Rupesh Magar Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Mechinagar Parijat Brick
26 0+815 24.4 Sagar Shrestha Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Ward
Mechinagar Office Tin Wood/Br
27 0+820 23.8 Chini Maya Rai Municipality 6 Tole Right roof Business/Resident Tin ick Baranda

64
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Ward
Mechinagar Office Brick
28 0+820 24.65 Babu Ram B.K Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Ward
Fur Limbu Mechinagar Office Brick
29 0+820 24.3 Sherpa Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Ward
Ram Krishna Mechinagar Office Brick
30 0+820 24.4 Sherpa Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Mechinagar Parijat Brick
31 0+820 24.4 Dhak Bdr Rai Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Bhanu
Chandra Mechinagar Tole, Brick
32 0+823 24.6 Prasad Sitaula Municipality 6 Kakarivitta Right RCC Business/Resident RCC cement Baranda
Mechinagar Yekata Brick
33 0+823 24.4 Gopal Shrestha Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Ward
Khagendra Mechinagar Office Brick
34 0+825 24.3 Kumar Karki Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Mechinagar Shrijana Brick
35 0+830 24.2 Goma Subedi Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Mechinagar Parijat Brick
36 0+830 24.1 Kul Pd Upreti Municipality 6 Tole Right RCC Business/Resident RCC cement Slab

65
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Norbu Chhiring Mechinagar Parijat Brick


37 0+830 24.4 Sherapa Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Parnab Kumar Mechinagar Parijat Brick
38 0+835 24.3 Pradhan Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Bhagi Ward
Shamsher Mechinagar Office Brick
39 0+850 24.7 Tamang Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Mechinagar Tin Tin Tin
40 0+860 23.5 Parlahad Shaha Municipality 6 Butta Bari Right Roof Business wood wood Baranda
Mechinagar Parijat Tin Brick
41 0+880 23.4 Ambika Karki Municipality 10 Tole Right roof Resident Tin cement Baranda
Purna Bahadur Mechinagar Yekata Brick
42 0+885 24.56 B.K Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Bhanu
Mechinagar Tole, Tin
43 0+885 23.7 Chini Rajbanshi Municipality 6 Kakarivitta Left roof Business/Resident Tin Bamboo Baranda
Mechinagar Parijat Tin
44 0+890 24.4 Asha Lama Municipality 6 Tole Right roof Resident Tin wood Baranda
Bhanu
Mechinagar Tole, Tin
45 0+900 23.2 Gopal Sunuwar Municipality 6 Kakarivitta Left roof Business/Resident Tin Bamboo Baranda
Mechinagar Parijat Tin Wood
46 0+900 23.1 Arjun Khadka Municipality 6 Tole Right roof Resident Tin \cement Baranda

66
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Bhanu
Mechinagar Tole, Tin
47 0+910 24.7 Anju Adhikari Municipality 6 Kakarivitta Left roof Business/Resident Tin Bamboo Baranda
Bhanu
Medani Prasad Mechinagar Tole,
48 0+910 23 Kharel Municipality 6 Kakarivitta Left Iron Staircase Iron iron Staircase
Sabira Khatun
/Gulam Mechinagar Tin
49 0+915 24.6 Mohammed Municipality 14 Ghaijan Left roof Business/Resident Tin Bamboo Baranda
Manish Ward
Koirala/Hari Mechinagar Office Tin Tin
50 0+915 23.1 Koirala Municipality 6 Tole Right Roof Resident roof Bamboo Baranda
Ward
Mechinagar Office Tin Wood
51 0+925 23.4 Santosh Rai Municipality 6 Tole Right Roof Resident Tin \cement Baranda
Mechinagar Parijat Tin
52 0+930 23.7 Tara Tiwari Municipality 6 Tole Left roof Resident Tin Cement Baranda
Mohan Kumar Mechinagar Ananda Tin
53 0+940 23.7 Raut Municipality 6 Tole Left roof Resident Tin Bamboo Baranda
Mechinagar Ananda Tin Brick
54 0+980 24.1 Tara Devi Giri Municipality 6 Tole Left roof Wash room Tin cement Wall

67
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Purano
Bhupal Man Mechinagar Bhansar Brick
55 0+990 24.6 Basnet Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Bhanu
Mechinagar Tole, Brick
56 1+000 24.3 Raju Adhikari Municipality 6 Kakarivitta Left RCC Prayer RCC cement Partially
Medh Bahadur Mechinagar Yekata Tin
57 1+010 24.6 Paudel Municipality 6 Tole Left roof Resident Tin Cement Baranda
Purano
Mechinagar Bhansar Brick
58 1+200 24.55 Temba Sherpa Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Purano
Monika Mechinagar Bhansar Brick
59 1+220 24.6 Karmacharya Municipality 6 Tole Right RCC Business RCC cement Slab

Mechinagar Purano Brick


60 1+240 24.75 Asha Sherestha Municipality 6 Bansar Right RCC Business/Resident RCC cement Slab
Ward
Puspa Mechinagar Office Brick
61 1+250 24.35 Sherestha Municipality 6 Tole Left RCC Business/Resident RCC cement Slab
Purano
Subash Mechinagar Bhansar Tin
62 1+275 22 Sherestha Municipality 6 Tole Right Roof Business Tin Bamboo Baranda

68
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Purano
Mechinagar Bhansar Tin
63 1+280 23.7 Kamal Rai Municipality 6 Tole Right roof Business/Resident Tin Bamboo Baranda
Purano
Bimala Kumari Mechinagar Bhansar Brick
64 1+290 24.3 Regmi Municipality 6 Tole Right RCC Resident RCC cement Slab
Nar Bahadur Mechinagar Purano Tin
65 1+335 24.2 Rai Municipality 6 Bhansar Right roof Resident Tin Cement Baranda
Uday Chandra Mechinagar Purano Tin
66 1+355 23.6 Pradhan Municipality 6 Bhansar Right roof Business/Resident Tin Cement Baranda
Laxman Mechinagar Purano Tin
67 1+380 22.4 Dhungel Municipality 6 Bhansar Right roof Business Tin Tin Baranda
Mechinagar Tin
68 3+590 23.1 Asha Bastola Municipality 7 Mechi Left roof Business Tin Bamboo Baranda
Mechinagar Tin
69 3+830 24.2 Tara Khanal Municipality 10 Mechi Left roof Resident Tin Bamboo Baranda
Kamala
Basnet/Ramesh Mechinagar Shanti Tin
70 6+165 23.8 Basnet Municipality 10 Tole Left roof Business/Resident Tin Wood Baranda
Chandra Bdr Mechinagar Tin Tin
71 6+180 23.4 Budathoki Municipality 10 Dhulabari Left Roof Business Tin Bamboo Baranda

69
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Kamala
Basnet/Ramesh Mechinagar Shanti Tin
72 6+195 24.25 Basnet Municipality 10 Tole Left roof Business Tin Wood Baranda
Mechinagar Brick
73 6+255 24.4 Ajit Limbu Municipality 10 Dhulabari Right RCC Business/Resident RCC cement Slab
Arun Kumarr Mechinagar Parijat Brick
74 6+260 24.6 Saha Municipality 10 Tole Left RCC Business RCC cement Slab
Kanti Devi Mechinagar Brick
75 6+270 24.6 Choudhary Municipality 10 Dhulabari Left RCC Business RCC cement Slab
Bishnu Maya Mechinagar Brick
76 6+270 24.45 Limbu Municipality 10 Dhulabari Right RCC Resident RCC cement Stair
Mechinagar Dhulabari Brick
77 6+455 23.4 Shova Ghimire Municipality 10 Chowk Right RCC Business RCC cement Slab
Kunti Devi Mechinagar Dhulabari Tin Brick
78 6+490 24.5 Thapa Magar Municipality 10 Chowk Right roof Business Tin cement Baranda

Rajendra Mechinagar Dhulabari Brick


79 6+490 24.55 Prasad Katuwal Municipality 10 Chowk Right RCC Business/Resident RCC cement Slab

70
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Gyanendra Mechinagar Dulabari Brick


80 6+510 24.6 Khadka Municipality 10 Chowk Right RCC Business/Resident RCC cement Slab
Mechinagar Pranami Tin Brick
81 6+650 24.8 Bijaya Niraula Municipality 10 Tole Right roof Resident Tin cement Baranda
Lila Kumari Mechinagar Tin
82 6+860 24.1 Poudel Municipality 10 Dhulabari Right roof Business Tin Bamboo Baranda

Mechinagar Dhulabari Brick


83 6+870 24.5 Manju Basnet Municipality 10 Chowk Right RCC Business/Resident RCC cement Slab
Chandra Mechinagar Kanchan Tin
84 6+915 24.1 Khanal Municipality 10 Tole Left roof Business Tin Cement Baranda
Tarkeshwor Mechinagar Tin
85 6+925 24.25 Saha Municipality 10 Mechi Left roof Tea Shop Tin Bamboo Baranda

Mechinagar Dhulabari Brick


86 7+010 24.3 Atirupa Khadga Municipality 10 Chowk Left RCC Business/Resident Tin cement Baranda
Mechinagar Tin
87 8+015 24.11 Gyanu Dahal Municipality 10 Mechi Left roof Resident Tin Cement Baranda
Mechinagar Nawadurg Brick
88 8+120 24.1 Maiya Acharya Municipality 10 a Tole Right RCC Resident RCC cement Slab

71
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Shyamlal Mechinagar Tin


89 9+645 24.3 Rajbansi Municipality 14 Charali Right Roof Business Tin Bamboo Baranda
Roshan Mechinagar Brick
90 10+005 24.65 Rangraula Municipality 14 Charali Left RCC Business RCC cement Slab
Mechinagar Cement/
91 10+525 24.46 Puskar Acharya Municipality 13 Toribari Right PCC Wall Brick Wall
Barta Lal
Rajbanshi
(Dhanamati Mechinagar Tin Comm.
92 10+650 22.6 Laxman) Municipality 13 Teli Bari Left roof Business Tin Bamboo Fully
Barta Lal
Rajbanshi (Lili Mechinagar Tin Comm.
93 10+660 22.6 Rajbansi) Municipality 13 Teli Bari Left roof Business Tin Tin Fully
Mechinagar Tin
94 10+830 23.8 Man Rajbansi Municipality 14 Charali Left Roof Business Tin Bamboo Baranda
Laxmi Devi Mechinagar Brick
95 11+010 22.45 Shrestha Municipality 13 Charali Right RCC Resident RCC cement Slab
Laxmi Devi Mechinagar Tin
96 11+015 24.15 Shrestha Municipality 13 Charali Right roof Resident Tin Wood Baranda
Late. Laxmi
Siwakoti/ Saroj Mechinagar Tin
97 11+035 24.5 Siwakoti Municipality 13 Charali Right roof Business/Resident Tin Wood Baranda
72
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Late. Laxmi
Siwakoti/ Saroj Mechinagar Brick
98 11+045 24.6 Siwakoti Municipality 13 Charali Right RCC Business RCC cement Slab
Shiva
Mechinagar Shakti Brick
99 11+175 24.94 Sati Devi Limbu Municipality 13 Tole Left RCC Resident RCC cement Slab

Mechinagar Brick
100 11+445 24.79 Nirmala Pariyar Municipality 13 Charali Right RCC Business/Resident RCC cement Slab
Muna Mechinagar Comm.
101 11+460 12.04 Rajbanshi Municipality 13 Charali Right Hut Tea Shop Tin Bamboo Fully
Pasang Mechinagar Tin Comm.
102 11+470 12.4 Tamang Municipality 13 Charali Right roof Tea Shop Tin Bamboo Fully
Ganesh Kumari Mechinagar Tin
103 12+320 24.2 Neupane Municipality 13 Charali Right roof Resident Tin Bamboo Baranda
Birtamod Brick
104 14+260 24.3 Sunita Siwakoti Municipality 2 Birtamod Right RCC Business/Resident RCC cement Slab

Bina Devi Birtamod Brick


105 14+270 24.5 Thapa Municipality 3 Birtamod Right RCC Business/Resident RCC cement Slab
Birtamode Tin
106 16+060 24.2 Janak Pandey Municipality 5 Birtamod Right Roof Business Tin Tin Baranda

73
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Manju Sitaula Birtamode Brick


107 16+070 24.41 Pokhrel Municipality 5 Birtamod Right RCC Business RCC cement Slab
Birtamode Tin Cement/
108 16+080 24.4 Rajan Thapa Municipality 5 Birtamod Right Roof Business Tin Brick Slab
Birtamode Tin Brick
109 16+110 23.7 Gaura Upreti Municipality 5 Birtamod Right Roof Business Tin cement Baranda
Sarada Birtamode Brick
110 16+125 24.55 Budathoki Municipality 5 Birtamod Right RCC Business RCC cement Slab
Birtamode Brick
111 16+410 24.1 Pradeep Mittal Municipality 5 Birtamod Left PCC Wall cement Wall
Birtamode Tin
112 16+450 24.3 Kumar Pradhan Municipality 5 Birtamod Right Roof Tea Shop Tin Tin Baranda
Birtamode Brick
113 16+540 24.4 Ajaya Agrawal Municipality 5 Birtamod Right RCC Business RCC cement Slab
Birtamode Tin Brick
114 16+580 24.45 Gauri Bhandari Municipality 5 Birtamod Left Roof Business Tin cement Baranda
Chandan Birtamode Tin Brick
115 16+700 24.3 Sherestha Municipality 5 Birtamod Left Roof Business Tin cement Baranda
Birtamode Tin
116 16+700 23.8 Umita Gurung Municipality 5 Birtamod Left Roof Business Tin Tin Baranda

74
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Birtamode
117 16+910 23.1 Lal Bdr Mukhiya Municipality 5 Birtamod Left Hut Business Tin Bamboo Baranda
B&C Medical Birtamode
118 16+950 23.6 Collage Municipality 5 Birtamod Right Gate Gate Trust Tin Gate
Birtamode Brick
119 16+980 24.2 Indira Giri Municipality 5 Birtamod Right RCC Business RCC cement Slab
Subash/Prakas Birtamode Tin Brick
120 17+060 24.65 h Lingden Municipality 5 Birtamod Right Roof Hospital Tin cement Baranda
Devraj Birtamode Brick
121 17+170 24.65 Ranamagar Municipality 5 Birtamod Right RCC Business/Resident RCC cement Slab
Birtamode Tin Brick
122 17+210 24.73 Tej Pd Siwakoti Municipality 5 Birtamod Right Roof Business Tin cement Baranda
Shyam Birtamode Brick
123 17+320 24.7 Tamrakar Municipality 5 Birtamod Right RCC Business/Resident RCC cement Slab
Bal Krishna Birtamode Brick
124 17+330 24.71 Agrawal Municipality 5 Birtamod Right RCC Business RCC cement Slab
Birtamode Brick
125 17+360 23.9 Jagat Jain Municipality 5 Birtamod Left RCC Business RCC cement Slab
Birtamode Brick
126 17+360 24.53 Jyoti Agrawal Municipality 5 Birtamod Left RCC Business/Resident RCC cement Slab

75
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Shiva Kumar Birtamode Brick


127 17+360 24.74 Agrawal Municipality 5 Birtamod Left RCC Business RCC cement Slab
Birtamode Brick
128 17+440 24.73 Kumar Thapa Municipality 6 Birtamod Right RCC Business RCC cement Slab

Birtamode Brick
129 17+470 24.79 Ganga Prasai Municipality 5 Birtamod Right RCC Business/Resident RCC cement Slab
Birtamode Brick
130 17+480 24.55 Indira Thapa Municipality 5 Birtamod Right RCC Business RCC cement Slab
Pradeep Birtamode Brick
131 17+490 24.74 Agrawal Municipality 5 Birtamod Right RCC Business RCC cement Slab
Saraswati Birtamode Brick
132 17+495 24.92 Prasai Municipality 5 Birtamod Right RCC Business RCC cement Slab
Birtamode Brick
133 17+500 24.82 Dhruba Thapa Municipality 5 Birtamod Right RCC Business RCC cement Slab
Birtamode Tin
134 17+505 24.35 Sudhir Thakur Municipality 5 Birtamod Left Roof Business Tin Wood Baranda
Birtamode Brick
135 17+510 24.75 Susmita Thapa Municipality 5 Birtamod Right RCC Business RCC cement Slab
Birtamode Tin
136 17+510 24.4 Tara K Pradhan Municipality 5 Birtamod Left Roof Business Tin Cement Baranda
76
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Birtamode Brick
137 17+520 24.73 Torup Prasai Municipality 5 Birtamod Right RCC Business RCC cement Slab
Birtamode Brick
138 17+525 24.8 Torup Prasai Municipality 5 Birtamod Right RCC Business RCC cement Slab
Mahendra Birtamode Brick
139 17+590 24.61 Thapa Municipality 5 Birtamod Left RCC Business RCC cement Slab
Tunga Bdr Birtamode Brick
140 17+615 24.77 Basnet Municipality 5 Birtamod Right RCC Business RCC cement Slab
Birtamode Brick
141 17+630 24.98 Roshan Basnet Municipality 5 Birtamod Right RCC Business RCC cement Slab
Birtamode Brick
142 17+650 24.68 Prem Upreti Municipality 1 Birtamod Right RCC Business RCC cement Slab
Birtamode Brick
143 17+665 24.97 Kamal Pokhrel Municipality 4 Birtamod Left RCC Business RCC cement Slab
Birtamode Brick
144 17+670 24.67 Gokul Pradhan Municipality 5 Birtamod Right RCC Business RCC cement Slab
Gyanendra Birtamode Brick
145 17+680 24.66 Khatri Municipality 4 Birtamod Left RCC Business RCC cement Slab
Arpana Karki Birtamode Brick
146 17+740 24.35 Serestha Municipality 4 Birtamod Right RCC Business RCC cement Slab

77
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Birtamode Tin Brick


147 17+840 24.65 Bimal Acharya Municipality 4 Birtamod Left Roof Business Tin cement Baranda
Birtamode Brick
148 17+840 24.79 Shankar Thapa Municipality 4 Birtamod Left RCC Business RCC cement Slab
Birtamode Brick
149 17+850 24.8 Kiran Bhattarai Municipality 4 Birtamod Left RCC Business RCC cement Slab
Birtamode Brick
150 17+860 24.81 Ganesh Dhakal Municipality 1 Birtamod Right RCC Business RCC cement Slab
Birtamode Brick
151 17+880 24.55 Ram Sherestha Municipality 4 Birtamod Left RCC Business RCC cement Slab
Tunga Bdr Birtamode
152 17+945 23.9 Basnet Municipality 1 Birtamod Right Hut Resident Tin Bamboo Baranda
Birtamode Brick
153 17+950 24.79 Dhan Bdr Raut Municipality 1 Birtamod Right RCC Business RCC cement Slab

Birtamode Brick
154 17+960 24.6 Dhan Bdr Raut Municipality 1 Birtamod Right RCC Business/Resident RCC cement Slab
Birtamode
155 17+970 23.4 Rabin Rai Municipality 1 Birtamod Left Hut Business Tin Wood Baranda

78
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Birtamode Brick
156 17+980 24.87 Ram Basnet Municipality 1 Birtamod Right RCC Business RCC cement Slab
Tunga Bdr Birtamode
157 17+990 24.6 Basnet Municipality 1 Birtamod Right Hut Resident Tin Bamboo Baranda
Parsuram Birtamod Tin Tin Comm.
158 18+085 23.9 Agrawal Municipality 1 Birtamod Right roof Tea Shop Tin Bamboo Fully
Pushpa Devi Birtamod Brick
159 18+120 24.65 Prasai Municipality 2 Birtamod Right RCC Business RCC cement Slab
Asha Devi Birtamod Tin Brick
160 18+240 24.84 Gurung Municipality 1 Birtamod Right roof Business Tin cement Baranda
Ridhi Sidhi Birtamode Brick
161 18+455 24.56 House Municipality 1 Birtamod Right RCC Office RCC cement Slab
Birtamode Bhagawan Tin
162 19+205 24.26 Durga Gurung Municipality 3 Chowk Left Roof Business Tin Tin Slab
Ganesh Birtamode Brick
163 19+450 24.4 Agrawal Municipality 3 Birtamod Right RCC Business RCC cement Slab
Dhariya Raj Birtamod Tin
164 20+310 21.4 Rajbanshi Municipality 2 Birtamod Left roof Tea Shop Tin Tin Baranda
Dharmanath Pd Birtamod Tin
165 20+370 24.69 Rajbanshi Municipality 2 Birtamod Right roof Tea Shop Tin Bamboo Baranda

79
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Jibnath Birtamode Tin Brick


166 20+425 24.65 Timilsina Municipality 2 Charpane Left Roof Business Tin cement Baranda
Surendra Arjundhara Arjundhar
167 21+660 23.4 Katuwal Municipality 5 a Left Hut Tea Shop Tin Bamboo Baranda
Jitendra Arjundhara Arjundhar Tin Brick
168 21+710 24.3 Katuwal Municipality 5 a Left roof Business Tin cement Baranda
Gita Raj Arjundhara Tin Brick
169 21+840 24.95 Khadka Municipality 5 Laxmipur Right Roof School Tin cement Baranda
Parsuram Kankai Tin
170 21+940 23.85 Rajbansi Municipality 8 Laxmipur Left Roof Business Tin Bamboo Baranda
Arjundhara Brick
171 22+070 24.91 Prem Thapa Municipality 5 Laxmipur Right RCC Business/Resident RCC cement Slab
Bishnu Prasad Arjundhara Tin Brick
172 22+075 24.05 Pokhrel Municipality 5 Laxmipur Right roof Business/Resident Tin cement Baranda
Bishnu Maya Arjundhara Tin
173 22+110 24.3 Khadka Municipality 5 Laxmipur Right roof Tea Shop Tin Cement Baranda
Khinu Maya Arjundhara Tin
174 22+120 24.3 Shrestha Municipality 5 Laxmipur Right roof Business Tin Tin Baranda
Kankai Naya Brick
175 27+225 24.6 Parwati Koirala Municipality 3 Basti Left RCC Resident RCC cement Slab

80
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Ram Maya Kankai Tin Brick


176 27+930 24.65 Mainali Municipality 3 Surunga Left roof Business Tin cement Baranda
Kamal Rural Kerkha Tin
177 42+200 24.43 Binod Ghimire Municipality 3 Bazar Left Roof Resident Tin Wood Baranda

Nari Maya Kamal Rural Pada Tin


178 46+380 24.3 Phuyal Municipality 5 Jungi Left roof Business/Resident Tin Wood Baranda
Tuku Maya Kamal Rural Pada Tin
179 46+400 24.47 Niraula Municipality 5 Jungi Left roof Business/Resident Tin Bamboo Baranda
Pyari Maya Kamal Rural Pada Tin
180 46+410 23.46 Paudel Municipality 5 Jungi Left roof Resident Tin Wood Baranda
Chudamani Kamal Rural Pada Tin
181 46+580 24.6 Ghimire Municipality 5 Jungi Left roof Cow Shed Tin Tin Baranda
Uprendra Kamal Rural Pada Tin
182 46+670 24.5 Thapa Municipality 5 Jungi Left roof Business Tin Tin Baranda
Tulasi Bahadur Kamal Rural Pada Tin Brick
183 46+970 23.98 Kunwar Municipality 5 Jungi Left roof Business Tin cement Baranda
Indra Bdr Kamal Rural Tin Brick
184 47+030 24.5 Sherestha Municipality 5 Padajungi Left Roof Business Tin cement Baranda
Balabhadra Kamal Rural Tin
185 47+030 23.84 Acharya Municipality 5 Padajungi Right Roof Business Tin Trust Baranda

81
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Tulasi Kamal Rural Pada Tin Brick


186 47+035 24.62 Pyakhurel Municipality 5 Jungi Right roof Business Tin cement Baranda
Surya Kumar Kamal Rural Pada Brick
187 47+110 24.83 Rai Municipality 5 Jungi Left RCC Business/Resident RCC cement Slab
Kamal Rural Pada Tin
188 47+135 24.3 Alisha Ghimire Municipality 2 Jungi Left roof Business Tin Cement Baranda
Balabhadra Kamal Rural Tin
189 47+390 23.29 Acharya Municipality 5 Padajungi Right Roof Business Tin Wood Baranda
Damak Damak Brick
190 49+180 24.86 Harka Pd Rai Municipality 6 Chowk Right RCC Business/Resident RCC cement Slab
Arjun Damak Damak Brick
191 49+240 24.84 Meyangbo Municipality 6 Chowk Right RCC Business/Resident RCC cement Slab
Bijayaraj Damak Damak Brick
192 49+250 24.78 Angbuhang Municipality 6 Chowk Right RCC Business/Resident RCC cement Slab
Karma Lama Damak Damak Brick
193 49+260 24.68 Sherpa Municipality 6 Chowk Right RCC Business/Resident RCC cement Slab
Damak Damak Tin Brick
194 49+265 24.4 Nanu lal Pandit Municipality 6 Chowk Right Roof Business/Resident Tin cement Baranda
Yam Nath Damak Damak Brick
195 49+270 24.6 Acharya Municipality 6 Chowk Right RCC Business/Resident RCC cement Baranda
Makhan Lal Damak Damak Tin Brick
196 49+275 23.91 Shrestha Municipality 6 Chowk Right roof Business Tin cement Baranda
82
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Damak Damak Tin Brick


197 49+275 24.12 Naresh Podar Municipality 6 Chowk Right Roof Business Tin cement Baranda
Damak Damak Tin Brick
198 49+280 24.45 Pratima Shaha Municipality 6 Chowk Right Roof Business Tin cement Baranda
Sher Bahadur Damak Damak Tin
199 49+320 24.85 Tamang Baidha Municipality 8 Chowk Left roof Business/Resident Tin Wood Baranda
Som Bahadur Damak Mawa Tin
200 54+770 24.15 Pakhrin Municipality 4 Bridge Right roof Business/Resident Tin Cement Baranda
Hari Maya Urlabari Urlabari Tin
201 55+195 24.41 Shakya Municipality 6 Chowk Right roof Resident Tin Wood Baranda
Anjana Urlabari Urlabari Brick
202 55+260 24.65 Shrestha Municipality 7 Chowk Left RCC Business/Resident RCC cement Slab
Urlabari Urlabari Brick
203 55+310 24.85 Tej nath Niraula Municipality 5 chowk Right RCC Business RCC cement Slab

Jogendra Pd Urlabari Urlabari Brick


204 55+330 24.85 Pomu Municipality 7 chowk Right RCC Business/Resident RCC cement Slab
Kham Bahadur Urlabari Urlabari Brick
205 55+365 24.75 Rai Municipality 7 Chowk Left RCC Business/Resident RCC cement Slab
Tribhuwan Urlabari Urlabari Brick
206 55+375 24.66 Karki Municipality 7 chowk Left RCC Business/Resident RCC cement Slab

83
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Bhim Bahadur Urlabari Urlabari Brick


207 55+905 24.82 Subedi Municipality 5 Chowk Left RCC Business/Resident RCC cement Slab
Urlabari Brick
208 56+775 24.08 Tej Man Limbu Municipality 4 Aitabare Right RCC Resident RCC cement Slab
Indra Bdr Urlabari Mangalbar Tin
209 57+885 24.72 Dhimal Municipality 4 e Right Roof Resident Tin Bamboo Baranda
Tulasa Devi Urlabari Tin
210 58+885 24.45 Dahal Municipality 4 Aitabare Right roof Business/Resident Tin Cement Slab
Shiva Kumari
Bhandari /Man
Bahadur Urlabari Bakra Tin
211 58+920 23.5 Bhandari Municipality 4 Bridge Left roof Resident Tin Bamboo Baranda
Surendra Mechinagar Parijat Brick
212 62+050 24.65 Prasad Saha Municipality 10 Tole Left RCC Business/Resident RCC cement Slab
Kanepokhari
Shanta Bir Rural Tin
213 69+520 23.78 Limbu Municipality 5 Chisang Right Roof Business/Resident Tin Wood Baranda
Kanepokhari
Rural Laxmi Tin Resident
214 70+215 20.67 Santosh Limbu Municipality 5 Marga Left roof Resident Tin Tin Fully

84
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Kanepokhari
Rural Tin Tin Resident
215 70+220 20.67 Kalpana Rai Municipality 5 Chisang Left roof Resident Tin Bamboo Fully
Kanepokhari
Rural Tin Resident
216 70+230 19.56 Kamala Rai Municipality 5 Chisang Left Roof Resident Tin Tin Fully
Kanepokhari
Sancha Hira Rural Tin Brick Resident
217 70+235 21.82 Rai Municipality 5 Chisang Left roof Resident Tin cement Fully
Kanepokhari
Rural Tin Resident
218 70+245 18.44 Harka Maya Rai Municipality 5 Chisang Left roof Resident Tin Bamboo Fully
Kanepokhari
Krishna Rural Tin Brick Resident
219 70+250 24 Bahadur Dhimal Municipality 5 Chisang Left roof Resident Tin cement Fully
Kanepokhari
Mohan P Rural Tin
220 70+265 17.51 Phokrel Municipality 5 Chisang Right roof Resident Tin Tin Baranda
Kanepokhari
Ganga Maya Rural Tin
221 70+280 24.4 Tamang Municipality 5 Chisang Left roof Resident Tin Bamboo Baranda
Bijay Kanepokhari
Ghising/Purna Rural Tin Comm.
222 70+290 19.5 Bdr Ghising Municipality 5 Chisang Right roof Business Tin Bamboo Fully

85
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Kanepokhari
Dev Kumari Rural Tin
223 70+290 23.6 Adhikary Municipality 5 Chisang Right roof Resident Tin Bamboo Baranda
Kanepokhari
Nara Maya Rural Tin Brick
224 70+295 24.45 Limbu Municipality 5 Chisang Left roof Resident Tin cement Baranda
Kanepokhari
Rural Tin Resident
225 70+310 23.63 Ful Maya Limbu Municipality 5 Chisang Right roof Resident Tin Tin Fully
Ves Bahdur Belbari Aadarsha Tin Brick
226 78+540 8.5 Limbu Municipality 2 Tole Right roof Not in use cement Vacated

Naryan Sundarharaicha Devithan Tin


227 79+850 24.59 Bhandari Municipality 12 Chowk Left roof Business/Resident Tin Wood Baranda
Sundarharaicha Budha Tin Resident
228 81+880 19.58 Bijay Malik Municipality 9 Bare Left roof Resident Tin Bamboo Fully
Munna
Mallik/Santosh Sundarharaicha Birata Tin Resident
229 81+885 24.5 Malik Municipality 9 Chowk Left roof Resident Tin Bamboo Fully
Tulsi/Parbati Sundarharaicha Tin Comm.
230 87+875 23.5 Chaudary Municipality 3 Gachiya Right roof Tea Shop Tin Bamboo Fully
Saroj
Pariyar/Sita Sundarharaicha Comm.
231 87+880 12.5 Bardewa Municipality 7 Gachiya Right Hut Tea Shop Tin Bamboo Fully

86
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Sonam Tamang
/Dhan Maya Sundarharaicha Gachiya Tin Comm.
232 87+885 18.5 Tamang Municipality 7 Bazar Right roof Tea Shop Tin Bamboo Fully

Bhim Bahadur Sundarharaicha


233 87+885 14.6 Tamang Municipality 3 Gachiya Right Hut Tea Shop Tin Bamboo Baranda
Padam Prasad
Rai /Hiramaya Sundarharaicha Gachiya Tin Comm.
234 87+895 15.8 Rai Municipality 7 Bazar Right roof Business Tin Wood Fully
Mamata
/Chandra Sundarharaicha Tin Comm.
235 87+895 13.8 Kumari Rai Municipality 7 Gachiya Right roof Tea Shop Tin Bamboo Fully
Dirga/Dilka Sundarharaicha Comm.
236 87+895 16.4 Gurung Municipality 7 Gachiya Right Hut Tea Shop Tin Bamboo Fully
Bal Kumari
Dahal Shiva Sundarharaicha Tin Brick
237 90+870 24.12 Dahal Municipality 4 Baliya Left roof Business Tin cement Baranda
Ramesh Sundarharaicha Pulchowk, Tin Brick
238 91+030 24.67 Adhikary Municipality 5 Baliya Right roof Business Tin cement Baranda
Itahari Sub
Metropolitan Itahari Tin Brick
239 91+190 24.68 Hari Pandey City 4 Chowk Right Roof Store Tin cement Baranda

87
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Itahari Sub
Khem Raj Metropolitan Milan Brick
240 91+230 24.74 Ghimire City 6 Chowk Left RCC Business RCC cement Slab

Itahari Sub
Lal Bahadur Metropolitan Yekata Brick
241 91+350 23.98 Limbu City 6 Tole Left RCC Business/Resident RCC cement Slab
Itahari Sub
Bishnu Devi Metropolitan Yekata Tin
242 91+415 24.61 Ghimire City 6 Tole Left roof Business Tin Tin Baranda

Itahari Sub
Metropolitan Jut Bikash Tin Brick
243 91+630 24.52 Ful Maya Karki City 6 Tole Left roof Business/Resident Tin cement Baranda

Itahari Sub
Chandra Wati Metropolitan Jut Bikash Brick
244 91+670 24.52 Gartaula City 6 Tole Left RCC Business/Resident RCC cement Slab

Itahari Sub Nrayan


Sita Devi /Tara Metropolitan Gopal Brick
245 91+675 24.91 Sigdel City 4 Tole Left RCC Business/Resident RCC cement Slab
Itahari Sub Nrayan
Dhan Bahadur Metropolitan Gopal Tin
246 91+680 24.12 Shrestha City 4 Tole Left roof Business/Resident Tin Cement Baranda

88
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Itahari Sub
Metropolitan Itahari Brick
247 91+680 24.55 Surendra Sigdel City 4 Chowk Left RCC Business/Resident RCC cement Slab
Itahari Sub
Metropolitan Tin Brick
248 91+685 24.14 Not In Use City 17 Pakali Left Roof Not in use Tin cement Baranda
Itahari Sub
Indira Devi Metropolitan Itahari Brick
249 91+715 24.35 Gautam City 4 Chowk Right RCC Business/Resident RCC cement Slab
Itahari Sub
Khagendra Metropolitan Itahari Brick
250 91+725 24.56 Sigdel City 4 Chowk Right RCC Business/Resident RCC cement Slab
Itahari Sub
Bishnu Metropolitan Itahari Brick
251 91+750 24.45 Ranamagar City 4 Chowk Left RCC Business/Resident RCC cement Slab
Itahari Sub
Hari Das Metropolitan Jut Bikash Tin
252 91+770 24.55 Paudel City 6 Tole Left roof Resident Tin Cement Baranda
Santosh Highway
Acharya Itahari Sub Line
/Shyam Metropolitan Swagat Brick
253 91+780 24.6 Acharya City 6 Tole Left RCC Business/Resident RCC cement Slab

89
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Itahari Sub
Radheshyam Metropolitan Thana Brick
254 91+785 24.3 Shah City 6 Chew Line Right RCC Business/Resident RCC cement Slab
Itahari Sub Nrayan
Metropolitan Gopal Brick
255 91+785 24.5 Januka Sigdel City 4 Tole Right RCC Business/Resident RCC cement Slab
Itahari Sub
Metropolitan Purwa Brick
256 91+790 24.56 Dip Mani Rai City 6 Line Left RCC Business/Resident RCC cement Slab
Itahari Sub
Ram Krishna Metropolitan Nagarpali Brick
257 91+790 24.6 Bhattrai City 4 ka Line Right RCC Business RCC cement Slab
Itahari Sub
Ram Bahadur Metropolitan Purwa Brick
258 91+795 24.72 Koirala City 6 Line Left RCC Business/Resident RCC cement Slab
Itahari Sub
Metropolitan Itahari Brick
259 91+800 24.74 Lilawati Lawati City 6 Chowk Left RCC Business/Resident RCC cement Slab
Itahari Sub
Pabitra Katuwal Metropolitan Nagarpali Brick
260 91+880 24.3 Chuwan City 6 ka Line Right RCC Business/Resident RCC cement Slab
Laxmi Devi Itahari Sub
Pradhan Metropolitan Purwa Tin Brick
261 91+885 24.47 Shrestha City 6 Line Right roof Business/Resident Tin cement Baranda
90
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Itahari Sub
Rudra Kumar Metropolitan Nagarpali Brick
262 91+890 24.5 Shrestha City 6 ka Line Right RCC Business/Resident RCC cement Slab
Itahari Sub
Kaji Lal Metropolitan Purwa Brick
263 91+915 23.8 Shrestha City 4 Line Right RCC Business RCC cement Slab
Itahari Sub
Metropolitan Purwa Brick
264 91+920 23.6 Bhoj Rai Sigdel City 6 Line Left RCC Business/Resident RCC cement Slab
Itahari Sub
Durga Maya Metropolitan Purwa Brick
265 91+990 24.23 Limbu City 6 Line Left RCC Business/Resident RCC cement Slab
Itahari Sub
Narayan Metropolitan Purwa Tin Brick
266 91+990 24.35 Tamang City 6 Line Left roof Business Tin cement Baranda
Itahari Sub
Devu Prasad Metropolitan Itahari Brick
267 92+160 24.5 Niraula City 6 Chowk Left RCC Business/Resident RCC cement Slab
Itahari Sub
Dharni Dhar Metropolitan Purwa Brick
268 92+175 24.11 Baral / City 6 Line Left RCC Business/Resident RCC cement Slab
Itahari Sub
Ghana Shyam Metropolitan Ithari Brick
269 92+185 24.06 Bhattarai City 6 Chowk Left RCC Business/Resident RCC cement Slab

91
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Itahari Sub
Late Bijaya Metropolitan Itahari Brick
270 92+285 23.81 Subedi City Chowk Left RCC Business/Resident RCC cement Slab
Itahari Sub
Chandra Maya Metropolitan Purwa Brick
271 92+330 24.3 Tamang City 6 Line Right RCC Business/Resident RCC cement Slab
Itahari Sub
Tara Chandra Metropolitan National Brick
272 92+415 24.77 Saha City 6 Galli Left RCC Business/Resident RCC cement Slab

Chandra Itahari Sub


Baral/Mitra Metropolitan Ithari Brick
273 92+470 24.52 Baral City 6 Chowk Left RCC Business/Resident RCC cement Slab
Itahari Sub
Metropolitan Itahari Brick
274 92+470 23.95 Mitra Baral City 6 Chowk Right RCC Business/Resident RCC cement Slab
Itahari Sub Pachi
Nagendra Metropolitan Cham Brick
275 92+510 24.44 Dangal City 4 Tole Right RCC Business/Resident RCC cement Slab
Itahari Sub
Metropolitan Maha Bir Brick
276 92+625 24.57 Pawan Prasai City 6 Chowk Right RCC Business/Resident RCC cement Slab

92
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Itahari Sub Sada


Bimala Devi Metropolitan Bahadr Brick
277 92+630 24.8 Prasai City 6 Tole Right RCC Business/Resident RCC cement Slab
Indira Itahari Sub
Shrestha/Rajes Metropolitan Naya Brick
278 92+640 23.68 h City 6 Bazar tole Right RCC Business/Resident RCC cement Slab
Itahari Sub
Sari Lal Metropolitan Kanchi Tin
279 92+650 24.4 Chaudhary City 17 Chowk Right roof Business/Resident Tin Wood Baranda
Itahari Sub
Krishna Kumari Metropolitan Itahari Brick
280 92+665 24.65 Dahal City 6 Chowk Right RCC Business/Resident RCC cement Slab
Itahari Sub
Metropolitan Itahari Brick
281 92+670 24.45 Roshan Tiwari City 6 Chowk Right RCC Business/Resident RCC cement Slab
Goma Giri Itahari Sub
Khadga Metropolitan Pathibhar Brick
282 92+750 24.5 /Rajkumar Giri City 6 a Chowk Left RCC Business/Resident RCC cement Slab
Itahari Sub
Metropolitan Purwa Brick
283 92+760 24.31 Madan Acharya City 6 Line Left RCC Business/Resident RCC cement Slab
Itahari Sub
Daghi Ram Metropolitan Pathibhar Brick
284 92+800 24.49 Acharya City 6 a Chowk Left RCC Business/Resident RCC cement Slab

93
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Itahari Sub
Metropolitan Pathibhar Brick
285 92+812 24.63 Dinesh Bhattrai City 6 a Chowk Right RCC Business/Resident RCC cement Slab
Itahari Sub
Kul Narayan Metropolitan Itahari Brick
286 92+818 24.64 Choudhary City 6 Chowk Right RCC Business/Resident RCC cement Slab
Sharada Itahari Sub
Pradhan Metropolitan Maha Bir Brick
287 92+845 23.66 /Suman City 6 Chowk Left RCC Business/Resident RCC cement Slab
Itahari Sub
Suman Metropolitan Itahari Brick
288 92+845 24.1 Sherestha City 6 Chowk Left RCC Business/Resident RCC cement Slab
Itahari Sub
Anju Kumar Metropolitan Aashish Brick
289 92+945 24.64 Agrawal City 6 Marg Right RCC Business/Resident RCC cement Slab
Itahari Sub
Rijal Tasi Metropolitan Itahari Brick
290 93+055 24.6 Industries City 6 Chowk Right PCC Wall cement Wall
Itahari Sub
Khadga Maya Metropolitan Thana Brick
291 93+125 24.5 Dada Magar City 6 Line Right RCC Business/Resident RCC cement Slab
Golden
Itahari Sub Chowk
Anup Prasad Metropolitan Thana Brick
292 93+250 24.11 Rai City 6 Line Right RCC Business/Resident RCC cement Slab
94
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Structures of Kakarivitta-Itahari (Labiput) Road 0+000-95+760 km

Structure Owner
Distance from

Municipality

Present use
Settlement

Structures

Roof Type
Chainage

Wall type

Remarks
Types of
L/R Side
Ward no
Name of
CL (Mtr)
SN

Itahari Sub
Metropolitan Itahari Brick
293 93+280 24.75 Ashok Lyeland City 5 Chowk Right PCC Wall cement Wall
Sabitri Itahari Sub
Pyakhurel Metropolitan Sangat Tin Brick
294 93+900 24.53 /Mohan City 5 Tole Right roof Business Tin cement Baranda
Itahari Sub
Munna Metropolitan Itahari Brick
295 93+928 24.37 Musalman City 5 Chowk Right RCC Business/Resident RCC cement Slab
Itahari Sub
Bhim Kumar Metropolitan Rajashwo Brick
296 94+165 24.8 Rai City 5 Dat Left RCC Business RCC cement Slab
Itahari Sub
Padam Metropolitan Itahari Tin Resident
297 94+475 23.66 Bahadur Thapa City 5 Chowk Right roof Resident Tin Bamboo Fully

95
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

APPENDIX III: LIST OF FULLY


AFFECTED STRUCTURES

96
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

List of Fully Affected Residential Buildings of Kakarivitta-Itahari (Labipur) Road


Name of Relocation
Distance Structure Ward Affected area Structure cost (10%) Total
SN Chainage from CL (Mtr) Owner Municipality no (sq m) Cost NRs NRs Cost NRs Remarks
Sundarharaicha
1 81+880 19.58 Bijay Malik Municipality 9 30.5 30278 3028 33306 Non-Interviewed
Munna
Mallik/Santosh Sundarharaicha
2 81+885 24.5 Malik Municipality 9 19.58 19438 1944 21382 Non-Interviewed
Padam Itahari Sub
3 94+475 23.66 Bahadur Thapa Metropolitan City 5 28.92 303660 30366 334026 Interviewed
Krishna Kanepokhari Rural
4 70+250 24 Bahadur Dhimal Municipality 5 4.8 95230 9523 104753 Interviewed
Kanepokhari Rural
5 70+220 20.67 Kalpana Rai Municipality 5 5.5 57750 5775 63525 Interviewed
Kanepokhari Rural
6 70+230 19.56 Kamala Rai Municipality 5 6.1 645050 64505 709555 Non-Interviewed
Kanepokhari Rural
7 70+310 23.63 Ful Maya Limbu Municipality 5 8.44 88620 8862 97482 Interviewed
Kanepokhari Rural
8 70+245 18.44 Harka Maya Rai Municipality 5 13.3 139650 13965 153615 Interviewed
Kanepokhari Rural
9 70+215 20.67 Santosh Limbu Municipality 5 14.5 155150 15515 170665 Interviewed
Sancha Hira Kanepokhari Rural
10 70+235 21.82 Rai Municipality 5 7.69 82283 8228.3 90511.3 Interviewed
Total NRS. 1617109 161711.3 1778820

97
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Bijaya Mallik


Land Owners Name Ailani
Tenant Name
Address Sundar Haraicha-9
Chainage 81+880
Plot No
Purpose of Use Business
Distance from Centerline 19.58m
Total Area(sqm) 30.5sqm
Affected Area (sqm) 30.5sqm
1 Type of Structure Hut
Private/Public Private
Story 1
Built year 2072
Construction Material Tin, bamboo
Relocation Cost NRs.
Structure NRs. 30278
Replacement Cost 3028
Rental+Business Cost NRs
Remarks Fully
Total Compensated Amount
(NRs.) 33306
Left-706

98
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Munna Mallik


Land Owners Name Ailani
Tenant Name
Address Sundar Haraicha-4
Chainage 81+885
Plot No
Purpose of Use Business
Distance from Centerline 19.58m
Total Area(sqm) 19.58sqm
Affected Area (sqm) 19.58sqm
2 Type of Structure Hut
Private/Public Private
Story 1
Built year 2050
Construction Material Tin, bamboo
Relocation Cost NRs.
Structure NRs. 19438
Replacement Cost 1944
Rental+Business Cost NRs
Remarks Fully
Total Compensated Amount
(NRs.) 21382
Left-707

99
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Santosh Limbu


Land Owners Name Ailaini
Tenant Name
Address Kanepokhari-5
Chainage 70+215
Plot No
Purpose of Use Resident
Distance from Centerline 20.67m
Total Area(sqm) 14.5sqm
Affected Area (sqm) 14.5sqm
Type of Structure Tin roof, Toilet
3 Private/Public Private
Story 1
Built year 2059
Construction Material Tin, Wood
Relocation Cost NRs.
Structure NRs. 155150
Rental+Business Cost NRs
Replacement Cost 15515
Remarks Fully
Total Compensated Amount
170665
(NRs.)
Left- 591

100
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Kalpana Rai


Land Owners Name Ailaini
Tenant Name
Address Kanepokhari-5
Chainage 70+225
Plot No
Purpose of Use Resident
Distance from Centerline 20.67m
Total Area(sqm) 5.5sqm
Affected Area (sqm) 5.5sqm
Type of Structure Hut
4 Private/Public Private
Story 1
Built year 2055
Construction Material Tin, Bamboo
Relocation Cost NRs.
Structure NRs. 57750
Rental+Business Cost NRs
Replacement Cost 5775
Remarks Fully
Total Compensated Amount
63525
(NRs.)
Left- 592

101
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Kamala Rai


Land Owners Name Ailaini
Tenant Name
Address Kanepokhari-5
Chainage 70+230
Plot No
Purpose of Use Resident
Distance from Centerline 19.56m
Total Area(sqm) 6.1sqm
Affected Area (sqm) 6.1sqm
Type of Structure Hut
5 Private/Public Private
Story 1
Built year 2055
Construction Material Tin, Bamboo
Relocation Cost NRs.
Structure NRs. 645050
Rental+Business Cost NRs
Replacement Cost 64505
Remarks Fully
Total Compensated Amount
709555
(NRs.)
Remarks Fully Left- 593

102
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Sanchaihira Rai


Land Owners Name Ailaini
Tenant Name
Address Kanepokhari-5
Chainage 70+255
Plot No
Purpose of Use Resident
Distance from Centerline 21.82m
Total Area(sqm) 7.69sqm
Affected Area (sqm) 7.69sqm
Type of Structure Tin, Roof
6 Private/Public Private
Story 1
Built year 2055
Construction Material Tin, Cement, Wood
Relocation Cost NRs.
Structure NRs. 82283
Rental+Business Cost NRs
Replacement Cost 8228
Remarks Fully
Total Compensated Amount
90511
(NRs.)
Remarks Fully Left- 594

103
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Harka Maya Rai


Land Owners Name Ailaini
Tenant Name
Address Kanepokhari-5
Chainage 70+245
Plot No
Purpose of Use Resident
Distance from Centerline 18.44m
Total Area(sqm) 13.3sqm
Affected Area (sqm) 13.3sqm
Type of Structure Tin, Roof
7
Private/Public Private
Story 1
Built year 2055
Construction Material Tin, Bamboo, Wood
Relocation Cost NRs.
Structure NRs. 139650
Rental+Business Cost NRs
Replacement Cost 13965
Total Compensated Amount
153615
(NRs.)
Remarks Fully Left- 595

104
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Krishna Bahadur Dhimal


Land Owners Name Ailaini
Tenant Name
Address Kanepokhari-5
Chainage 70+250
Plot No
Purpose of Use Resident
Distance from Centerline 24m
Total Area(sqm) 2m
Affected Area (sqm) 8.44sqm
Type of Structure 4.5sqm
8 Private/Public Private
Story 1
Built year 2055
Construction Material Tin, Wood, Bamboo
Relocation Cost NRs.
Structure NRs. 95230
Rental+Business Cost NRs
Replacement Cost 9523
Remarks Fully
Total Compensated Amount
104753
(NRs.)
Income Left- 596

105
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Ful maya Limbu


Land Owners Name Ailaini
Tenant Name
Address Kanepokhari-5
Chainage 70+310
Plot No
Purpose of Use Resident
Distance from Centerline 17.32m
Total Area(sqm) 8.44sqm
Affected Area (sqm) 8.44sqm
Type of Structure Tin Roof (Hut)
9 Private/Public Private
Story 1
Built year 2055
Construction Material Tin, Bamboo
Relocation Cost NRs.
Structure NRs. 88620
Rental+Business Cost NRs
Replacement Cost 8862
Remarks Fully
Total Compensated Amount
97482
(NRs.)
Income Right-600

106
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Padam Bdr. Thapa


Land Owners Name Padam Bdr. Thapa
Tenant Name
Address Itahari-5
Chainage 94+475
Plot No
Purpose of Use Tea shop/ Resident
Distance from Centerline 23.66m
Total Area(sqm) 64.58sqm
Affected Area (sqm) 28.92sqm
Type of Structure Tin roof
10 Private/Public Private
Story 1
Built year 2040
Construction Material Tin, Wood
Relocation Cost NRs.
Structure NRs. 303660
Rental+Business Cost NRs
Replacement Cost 30366
Remarks Fully
Total Compensated Amount
(NRs.) 334026
Income Right- 789

107
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

APPENDIX IV:LIST OF
PRIVATEBUSINESS STRUCTURES&
DETAILS

108
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed Private Business Structures of Kakarivitta-Itahari (Labipur) road


Distance Name of Affected Structure Relocation Total
from CL Structure Ward L/R Types of Present Roof Wall Area (sq Cost Cost Cost
SN Chainage (Mtr) Owner Municipality no Settlement Side Structures Use Type Type Story m) NRs (10%) NRs NRs
Mechinagar Tea
1 11+460 12.04 Muna Rajbanshi Municipality 13 Charali Right Hut Shop Tin Bamboo 1 11.6 11515 1152 12667
Mechinagar Tea
2 11+470 12.4 Pasang Tamang Municipality 13 Charali Right Tin roof Shop Tin Bamboo 1 14.87 5031 503 5534
Barta Lal
Rajbanshi
(Dhanamati Mechinagar
3 10+650 22.6 Laxman) Municipality 13 Teli Bari Left Tin roof Business Tin Bamboo 1 7.3 6750 675 7425
Barta Lal
Rajbanshi (Lili Mechinagar
4 10+660 22.6 Rajbansi) Municipality 13 Teli Bari Left Tin roof Business Tin Tin 1 6.8 7247 725 7972
Birtamod Tea Tin
5 18+085 23.9 Mahabir Majhi Municipality 1 Birtamod Right Tin roof Shop Tin Bamboo 1 10.12 10046 1005 11051
Padam Prasad
Rai /Hiramaya Sundarharaicha Gachiya
6 87+895 15.8 Rai Municipality 7 Bazar Right Tin roof Business Tin Wood 1 11.3 4940 494 5434
Sonam Tamang
/Dhan Maya Sundarharaicha Gachiya Tea
7 87+885 18.5 Tamang Municipality 7 Bazar Right Tin roof Shop Tin Bamboo 1 15.5 4212 421 4633
Mamata
/Chandra Kumari Sundarharaicha Tea
8 87+890 13.8 Rai Municipality 7 Gachiya Right Tin roof Shop Tin Bamboo 1 14.3 11368 1137 12505
Saroj
Pariyar/Sita Sundarharaicha Tea
9 87+880 12.5 Bardewa Municipality 7 Gachiya Right Hut Shop Tin Bamboo 1 14.5 11280 1128 12408

Tulsi/Parbati Sundarharaicha Tea


10 87+875 23.5 Chaudary Municipality 3 Gachiya Right Tin roof Shop Tin Bamboo 1 12.5 11615 1161 12776

Dirga/Dilka Sundarharaicha Tea


11 87+895 16.4 Gurung Municipality 7 Gachiya Right Hut Shop Tin Bamboo 1 8.3 3823 382 4205
Bijay Kanepokhari
Ghising/Purna Rural
12 70+290 19.5 Bdr Ghising Municipality 5 Chisang Right Tin roof Business Tin Bamboo 1 13.5 13402 1340 14742

Total NRS. 101229 10123 111352

109
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Lili Rajbansi


Land Owners Name Barta Rajbansi
Tenant Name Lili Rajbansi
Address Mechinagar -14
Chainage 10+650
Plot No 1762
Purpose of Use Tea Shop
Distance from Centerline 22.6m
Total Area(sqm) 7.3sqm
Affected Area (sqm) 7.3sqm
Type of Structure Hut
1
Private/Public Private
Story 1
Built year 2073
Construction Material Tin Bamboo
Relocation Cost NRs. 725

Structure NRs. 7247

Rental+Business Cost NRs


Remarks Fully
Total Compensated Amount 7971
(NRs.)
L-182

110
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Dhanamati Laxam


Land Owners Name Barta Rajbansi
Tenant Name Dhanamati Laxam
Address Mechinagar -14
Chainage 10+660
Plot No 1762
Purpose of Use Fresh House
Distance from Centerline 22.6m
Total Area(sqm) 6.8sqm
Affected Area (sqm) 6.8sqm
Type of Structure Hut
2
Private/Public Private
Story 1
Built year 2073
Construction Material Tin Bamboo
Relocation Cost NRs. 675

Structure NRs. 6750

Rental+Business Cost NRs


Remarks Fully
Total Compensated Amount 7425
(NRs.)
L-183

111
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Pasang Tamang


Land Owners Name Ailani
Tenant Name …….
Address Mechinagar -13
Chainage 11+470
Plot No
Purpose of Use Tea Shop
Distance from Centerline 12.04m
Total Area(sqm) 14.87sqm
Affected Area (sqm) 14.87sqm
Type of Structure Hut
3
Private/Public Private
Story 1
Built year 2073
Construction Material Bamboo Tripal
Relocation Cost NRs. 503

Structure NRs. 5031

Rental+Business Cost NRs


Remarks Fully
Total Compensated Amount 5534
(NRs.)
R-193

112
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Muna Rajbansi


Land Owners Name Ailani
Tenant Name …….
Address Mechinagar -13
Chainage 11+460
Plot No
Purpose of Use Tea Shop
Distance from Centerline 12.04m
Total Area(sqm) 11.6sqm
Affected Area (sqm) 11.6sqm
Type of Structure Hut
4
Private/Public Private
Story 1
Built year 2073
Construction Material Bamboo Tin
Relocation Cost NRs. 1152

Structure NRs. 11515

Rental+Business Cost NRs


Remarks Fully
Total Compensated Amount 12267
(NRs.)
R-194

113
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Mahabir Majhi


Land Owners Name Parsuram Agrawal
Tenant Name Mahabir Majhi
Address Birtamode 1
Chainage 18+085
Plot No
Purpose of Use Tea Shop
Distance from Centerline 23.9m
Total Area(sqm) 32.2sqm
Affected Area (sqm) 10.12sqm
Type of Structure Hut
5
Private/Public Private
Story 1
Built year 2065
Construction Material Tin Bamboo
Relocation Cost NRs. 1005

Structure NRs.
10046

Rental+Business Cost NRs


Remarks Fully
Total Compensated Amount
11051
(NRs.)
R-273

114
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Bijay/Purna Bahadur Gisingh


Land Owners Name Ailaini
Tenant Name
Address Kanepokhari-5
Chainage 70+290
Plot No
Purpose of Use Furniture Udyog
Distance from Centerline 19.5m
Total Area(sqm) 13.5sqm
Affected Area (sqm) 13.5sqm
Type of Structure Tin Roof
6
Private/Public Private
Story 1
Built year 2050
Construction Material Tin, Bamboo, Wood
Relocation Cost NRs. 1340

Structure NRs. 13402

Rental+Business Cost NRs


Remarks Fully
Total Compensated Amount
14742
(NRs.)
Right-603

115
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Tulsi Chaudhary


Land Owners Name Ailani
Tenant Name
Address Sundar Haraicha- 7
Chainage 87+875
Plot No
Purpose of Use Meat Shop
Distance from Centerline 12.6m
Total Area(sqm) 34.33sqm
Affected Area (sqm) 34.33sqm
7 Type of Structure Hut
Private/Public Private
Story 1
Built year 2070
Construction Material Bamboo+wood
Relocation Cost NRs. 1161
Structure NRs. 11615
Rental+Business Cost NRs
Remarks Fully
Total Compensated Amount
(NRs.) 12776
Right- 709

116
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Saroj/Sita Devi Bardewa


Land Owners Name Ailani
Tenant Name
Address Sundar Haraicha - 7
Chainage 87+880
Plot No
Purpose of Use Meat Shop
Distance from Centerline 19.15m
Total Area(sqm) 33.34sqm
Affected Area (sqm) 33.34sqm
8 Type of Structure Hut
Private/Public Private
Story 1
Built year 2070
Construction Material Bamboo, wood
Relocation Cost NRs.
Structure NRs. 11280
Replacement Cost 1128
Rental+Business Cost NRs
Remarks Fully
Total Compensated Amount
(NRs.) 12408
Right-710

117
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Dhan Maya Tamang


Land Owners Name Ailani
Tenant Name
Address Sundar Haraicha- 7
Chainage 87+885
Plot No
Purpose of Use Tea Shop + Hotel
Distance from Centerline 6.68m
Total Area(sqm) 12.45sqm
Affected Area (sqm) 12.45sqm
9 Type of Structure Hut
Private/Public Private
Story 1
Built year 2070
Construction Material Bamboo, wood
Relocation Cost NRs.
Structure NRs. 4212
Replacement Cost 421
Rental+Business Cost NRs
Remarks Fully
Total Compensated Amount
(NRs.) 4633
Right-711

118
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Chandra Kumari Rai/Chandra Maya Rai


Land Owners Name Ailani
Tenant Name
Address Sundar Haraicha-7
Chainage 87+890
Plot No
Purpose of Use Hotel + Tea Shop
Distance from Centerline 18.5m
Total Area(sqm) 33.6sqm
Affected Area (sqm) 33.6sqm
10 Type of Structure Hut
Private/Public Private
Story 1
Built year 2070
Construction Material Bamboo, wood
Relocation Cost NRs.
Structure NRs. 11368
Replacement Cost 1137
Rental+Business Cost NRs
Remarks Fully
Total Compensated Amount
(NRs.) 12505
Right-712

119
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Hira Maya Rai


Land Owners Name Ailani
Tenant Name
Address Sundar Haraicha-7
Chainage 87+895
Plot No
Purpose of Use Hotel Tea shop
Distance from Centerline 7.2m
Total Area(sqm) 14.6sqm
Affected Area (sqm) 14.6sqm
11 Type of Structure Hut
Private/Public Private
Story 1
Built year 2070
Construction Material Bamboo, wood
Relocation Cost NRs.
Structure NRs. 4940
Replacement Cost 494
Rental+Business Cost NRs
Remarks Fully
Total Compensated Amount
(NRs.) 5434
Right-713

120
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

House Owners Name Dirrga Gurung


Land Owners Name Ailani
Tenant Name
Address Sundar Haraicha-7
Chainage 87+895
Plot No
Purpose of Use Hotel Tea Shop
Distance from Centerline 17.6m
Total Area(sqm) 11.3sqm
Affected Area (sqm) 11.3sqm
12 Type of Structure Hut
Private/Public Private
Story 1
Built year 2070
Construction Material Bamboo, wood
Relocation Cost NRs.
Structure NRs. 3823
Replacement Cost 382
Rental+Business Cost NRs
Remarks Fully
Total Compensated Amount
(NRs.) 4205
Right-714

121
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

APPENDIX V: NON-INTERVIEWED
HOUSEHOLDS

122
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

List of Non-Interviewed Households


Distance Name of
from CL Structure War L/R Types of Roof
SN Chainage (Mtr) Owner Municipality d no Settlement Side Structures Present use Type Wall type Remarks
Roshan Mechinagar Brick
1 0+695 24.7 Subba Municipality 6 Parijat Tole Left RCC Business/Resident RCC cement Slab

Rinki Tamang Mechinagar


2 0+710 24.5 Karki Municipality 6 Parijat Tole Left Tin Roof Business Tin Tin cement Baranda
Chini Maya Mechinagar Ward Office
3 0+750 324.4 Tamang Municipality 6 Tole Left Tin roof Business/Resident Tin Wood Slab
Raj Kumar Mechinagar Yekata Brick
4 0+770 24.7 Tamang Municipality 6 Tole Left RCC Business/Resident RCC cement Slab
Bijaya
Tamang Mechinagar Yekata Brick
5 0+770 24.7 Moktan Municipality 6 Tole Left RCC Business/Resident RCC cement Slab
Chandra Bdr Mechinagar Yekata Brick
6 0+780 24.45 Bogatee Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Lal Sing Mechinagar Yekata Brick
7 0+800 24.47 Limbu Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Rupesh Mechinagar Yekata Brick
8 0+810 24.5 Magar Municipality 6 Tole Right RCC Business/Resident RCC cement Slab

Mechinagar Brick
9 0+820 24.4 Dhak Bdr Rai Municipality 6 Parijat Tole Right RCC Business/Resident RCC cement Slab
Gopal Mechinagar Yekata Brick
10 0+823 24.4 Sherestha Municipality 6 Tole Right RCC Business/Resident RCC cement Slab
Mechinagar Brick
11 0+830 24.1 Kul Pd Upreti Municipality 6 Parijat Tole Right RCC Business/Resident RCC cement Slab
Norbu
Chhiring Mechinagar Brick
12 0+830 24.4 Sherapa Municipality 6 Parijat Tole Right RCC Business/Resident RCC cement Slab
Bhagi
Shamsher Mechinagar Ward Office Brick
13 0+850 24.7 Tamang Municipality 6 Tole Right RCC Business/Resident RCC cement Slab

123
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

List of Non-Interviewed Households


Distance Name of
from CL Structure War L/R Types of Roof
SN Chainage (Mtr) Owner Municipality d no Settlement Side Structures Present use Type Wall type Remarks

Parlahad Mechinagar Tin


14 0+860 23.5 Shaha Municipality 6 Butta Bari Right Tin Roof Business wood Tin wood Baranda
Sabira
Khatun
/Gulam Mechinagar
15 0+915 24.6 Mohammed Municipality 14 Ghaijan Left Tin roof Business/Resident Tin Bamboo Baranda
Manish
Koirala/Hari Mechinagar Ward Office Tin
16 0+915 23.1 Koirala Municipality 6 Tole Right Tin Roof Resident roof Bamboo Baranda
Mechinagar Ward Office Wood
17 0+925 23.4 Santosh Rai Municipality 6 Tole Right Tin Roof Resident Tin \cement Baranda

Mechinagar Ananda Brick


18 0+980 24.1 Tara Devi Giri Municipality 6 Tole Left Tin roof Wash room Tin cement Wall
Purano
Monika Mechinagar Bhansar Brick
19 1+220 24.6 Karmacharya Municipality 6 Tole Right RCC Business RCC cement Slab
Asha Mechinagar Purano Brick
20 1+240 24.75 Sherestha Municipality 6 Bansar Right RCC Business/Resident RCC cement Slab
Puspa Mechinagar Ward Office Brick
21 1+250 24.35 Sherestha Municipality 6 Tole Left RCC Business/Resident RCC cement Slab
Purano
Subash Mechinagar Bhansar
22 1+275 22 Sherestha Municipality 6 Tole Right Tin Roof Business Tin Bamboo Baranda
Bimala Purano
Kumari Mechinagar Bhansar Brick
23 1+290 24.3 Regmi Municipality 6 Tole Right RCC Resident RCC cement Slab
Chandra Bdr Mechinagar Tin
24 6+180 23.4 Budathoki Municipality 10 Dhulabari Left Tin Roof Business Tin Bamboo Baranda
Mechinagar Brick
25 6+255 24.4 Ajit Limbu Municipality 10 Dhulabari Right RCC Business/Resident RCC cement Slab

124
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

List of Non-Interviewed Households


Distance Name of
from CL Structure War L/R Types of Roof
SN Chainage (Mtr) Owner Municipality d no Settlement Side Structures Present use Type Wall type Remarks

Kanti Devi Mechinagar Brick


26 6+270 24.6 Choudhary Municipality 10 Dhulabari Left RCC Business RCC cement Slab

Bishnu Maya Mechinagar Brick


27 6+270 24.45 Limbu Municipality 10 Dhulabari Right RCC Resident RCC cement Stair
Gyanendra Mechinagar Dulabari Brick
28 6+510 24.6 Khadka Municipality 10 Chowk Right RCC Business/Resident RCC cement Slab

Shyamlal Mechinagar
29 9+645 24.3 Rajbansi Municipality 14 Charali Right Tin Roof Business Tin Bamboo Baranda

Roshan Mechinagar Brick


30 10+005 24.65 Rangraula Municipality 14 Charali Left RCC Business RCC cement Slab

Mechinagar
31 10+830 23.8 Man Rajbansi Municipality 14 Charali Left Tin Roof Business Tin Bamboo Baranda

Janak Birtamode
32 16+060 24.2 Pandey Municipality 5 Birtamod Right Tin Roof Business Tin Tin Baranda

Manju Sitaula Birtamode Brick


33 16+070 24.41 Pokhrel Municipality 5 Birtamod Right RCC Business RCC cement Slab

Birtamode Cement/Bri
34 16+080 24.4 Rajan Thapa Municipality 5 Birtamod Right Tin Roof Business Tin ck Slab

Birtamode Brick
35 16+110 23.7 Gaura Upreti Municipality 5 Birtamod Right Tin Roof Business Tin cement Baranda
Sarada Birtamode Brick
36 16+125 24.55 Budathoki Municipality 5 Birtamod Right RCC Business RCC cement Slab

Pradeep Birtamode Brick


37 16+410 24.1 Mittal Municipality 5 Birtamod Left PCC Wall cement Wall

125
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

List of Non-Interviewed Households


Distance Name of
from CL Structure War L/R Types of Roof
SN Chainage (Mtr) Owner Municipality d no Settlement Side Structures Present use Type Wall type Remarks
Kumar Birtamode
38 16+450 24.3 Pradhan Municipality 5 Birtamod Right Tin Roof Tea Shop Tin Tin Baranda

Ajaya Birtamode Brick


39 16+540 24.4 Agrawal Municipality 5 Birtamod Right RCC Business RCC cement Slab

Gauri Birtamode Brick


40 16+580 24.45 Bhandari Municipality 5 Birtamod Left Tin Roof Business Tin cement Baranda

Chandan Birtamode Brick


41 16+700 24.3 Sherestha Municipality 5 Birtamod Left Tin Roof Business Tin cement Baranda
Birtamode
42 16+700 23.8 Umita Gurung Municipality 5 Birtamod Left Tin Roof Business Tin Tin Baranda

Lal Bdr Birtamode


43 16+910 23.1 Mukhiya Municipality 5 Birtamod Left Hut Business Tin Bamboo Baranda

B&C Medical Birtamode


44 16+950 23.6 Collage Municipality 5 Birtamod Right Gate Gate Trust Tin Gate

Birtamode Brick
45 16+980 24.2 Indira Giri Municipality 5 Birtamod Right RCC Business RCC cement Slab
Devraj Birtamode Brick
46 17+170 24.65 Ranamagar Municipality 5 Birtamod Right RCC Business/Resident RCC cement Slab

Tej Pd Birtamode Brick


47 17+210 24.73 Siwakoti Municipality 5 Birtamod Right Tin Roof Business Tin cement Baranda

Shyam Birtamode Brick


48 17+320 24.7 Tamrakar Municipality 5 Birtamod Right RCC Business/Resident RCC cement Slab

Bal Krishna Birtamode Brick


49 17+330 24.71 Agrawal Municipality 5 Birtamod Right RCC Business RCC cement Slab

126
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

List of Non-Interviewed Households


Distance Name of
from CL Structure War L/R Types of Roof
SN Chainage (Mtr) Owner Municipality d no Settlement Side Structures Present use Type Wall type Remarks

Birtamode Brick
50 17+360 23.9 Jagat Jain Municipality 5 Birtamod Left RCC Business RCC cement Slab
Birtamode Brick
51 17+360 24.53 Jyoti Agrawal Municipality 5 Birtamod Left RCC Business/Resident RCC cement Slab

Shiva Kumar Birtamode Brick


52 17+360 24.74 Agrawal Municipality 5 Birtamod Left RCC Business RCC cement Slab
Birtamode Brick
53 17+440 24.73 Kumar Thapa Municipality 6 Birtamod Right RCC Business RCC cement Slab
Birtamode Brick
54 17+470 24.79 Ganga Prasai Municipality 5 Birtamod Right RCC Business/Resident RCC cement Slab
Birtamode Brick
55 17+480 24.55 Indira Thapa Municipality 5 Birtamod Right RCC Business RCC cement Slab

Pradeep Birtamode Brick


56 17+490 24.74 Agrawal Municipality 5 Birtamod Right RCC Business RCC cement Slab

Saraswati Birtamode Brick


57 17+495 24.92 Prasai Municipality 5 Birtamod Right RCC Business RCC cement Slab
Dhruba Birtamode Brick
58 17+500 24.82 Thapa Municipality 5 Birtamod Right RCC Business RCC cement Slab
Birtamode
59 17+505 24.35 Sudhir Thakur Municipality 5 Birtamod Left Tin Roof Business Tin Wood Baranda

Susmita Birtamode Brick


60 17+510 24.75 Thapa Municipality 5 Birtamod Right RCC Business RCC cement Slab
Tara K Birtamode
61 17+510 24.4 Pradhan Municipality 5 Birtamod Left Tin Roof Business Tin Cement Baranda
Birtamode Brick
62 17+520 24.73 Torup Prasai Municipality 5 Birtamod Right RCC Business RCC cement Slab

127
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

List of Non-Interviewed Households


Distance Name of
from CL Structure War L/R Types of Roof
SN Chainage (Mtr) Owner Municipality d no Settlement Side Structures Present use Type Wall type Remarks

Birtamode Brick
63 17+525 24.8 Torup Prasai Municipality 5 Birtamod Right RCC Business RCC cement Slab

Mahendra Birtamode Brick


64 17+590 24.61 Thapa Municipality 5 Birtamod Left RCC Business RCC cement Slab

Tunga Bdr Birtamode Brick


65 17+615 24.77 Basnet Municipality 5 Birtamod Right RCC Business RCC cement Slab

Roshan Birtamode Brick


66 17+630 24.98 Basnet Municipality 5 Birtamod Right RCC Business RCC cement Slab

Birtamode Brick
67 17+650 24.68 Prem Upreti Municipality 1 Birtamod Right RCC Business RCC cement Slab

Kamal Birtamode Brick


68 17+665 24.97 Pokhrel Municipality 4 Birtamod Left RCC Business RCC cement Slab

Gokul Birtamode Brick


69 17+670 24.67 Pradhan Municipality 5 Birtamod Right RCC Business RCC cement Slab

Gyanendra Birtamode Brick


70 17+680 24.66 Khatri Municipality 4 Birtamod Left RCC Business RCC cement Slab

Arpana Karki Birtamode Brick


71 17+740 24.35 Serestha Municipality 4 Birtamod Right RCC Business RCC cement Slab

Bimal Birtamode Brick


72 17+840 24.65 Acharya Municipality 4 Birtamod Left Tin Roof Business Tin cement Baranda

Shankar Birtamode Brick


73 17+840 24.79 Thapa Municipality 4 Birtamod Left RCC Business RCC cement Slab

128
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

List of Non-Interviewed Households


Distance Name of
from CL Structure War L/R Types of Roof
SN Chainage (Mtr) Owner Municipality d no Settlement Side Structures Present use Type Wall type Remarks

Kiran Birtamode Brick


74 17+850 24.8 Bhattarai Municipality 4 Birtamod Left RCC Business RCC cement Slab

Ram Birtamode Brick


75 17+880 24.55 Sherestha Municipality 4 Birtamod Left RCC Business RCC cement Slab

Tunga Bdr Birtamode


76 17+945 23.9 Basnet Municipality 1 Birtamod Right Hut Resident Tin Bamboo Baranda

Dhan Bdr Birtamode Brick


77 17+950 24.79 Raut Municipality 1 Birtamod Right RCC Business RCC cement Slab

Dhan Bdr Birtamode Brick


78 17+960 24.6 Raut Municipality 1 Birtamod Right RCC Business/Resident RCC cement Slab

Birtamode
79 17+970 23.4 Rabin Rai Municipality 1 Birtamod Left Hut Business Tin Wood Baranda
Birtamode Brick
80 17+980 24.87 Ram Basnet Municipality 1 Birtamod Right RCC Business RCC cement Slab

Tunga Bdr Birtamode


81 17+990 24.6 Basnet Municipality 1 Birtamod Right Hut Resident Tin Bamboo Baranda

Ridhi Sidhi Birtamode Brick


82 18+455 24.56 House Municipality 1 Birtamod Right RCC Office RCC cement Slab
Durga Birtamode Bhagawan
83 19+205 24.26 Gurung Municipality 3 Chowk Left Tin Roof Business Tin Tin Slab
Ganesh Birtamode Brick
84 19+450 24.4 Agrawal Municipality 3 Birtamod Right RCC Business RCC cement Slab

Jibnath Birtamode Brick


85 20+425 24.65 Timsina Municipality 2 Charpane Left Tin Roof Business Tin cement Baranda

129
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

List of Non-Interviewed Households


Distance Name of
from CL Structure War L/R Types of Roof
SN Chainage (Mtr) Owner Municipality d no Settlement Side Structures Present use Type Wall type Remarks
Gita Raj Arjundhara Brick
86 21+840 24.95 Khadka Municipality 5 Laxmipur Right Tin Roof School Tin cement Baranda
Parsuram Kankai
87 21+940 23.85 Rajbansi Municipality 8 Laxmipur Left Tin Roof Business Tin Bamboo Baranda
Arjundhara Brick
88 22+070 24.91 Prem Thapa Municipality 5 Laxmipur Right RCC Business/Resident RCC cement Slab
Binod Kamal Rural Kerkha
89 42+200 24.43 Ghimire Municipality 3 Bazar Left Tin Roof Resident Tin Wood Baranda
Indra Bdr Kamal Rural Brick
90 47+030 24.5 Sherestha Municipality 5 Padajungi Left Tin Roof Business Tin cement Baranda
Damak Damak Brick
91 49+180 24.86 Harka Pd Rai Municipality 6 Chowk Right RCC Business/Resident RCC cement Slab
Arjun Damak Damak Brick
92 49+240 24.84 Meyangbo Municipality 6 Chowk Right RCC Business/Resident RCC cement Slab
Bijayaraj Damak Damak Brick
93 49+250 24.78 Angbuhang Municipality 6 Chowk Right RCC Business/Resident RCC cement Slab
Nanu lal Damak Damak Brick
94 49+265 24.4 Pandit Municipality 6 Chowk Right Tin Roof Business/Resident Tin cement Baranda

Damak Damak Brick


95 49+275 24.12 Naresh Podar Municipality 6 Chowk Right Tin Roof Business Tin cement Baranda

Pratima Damak Damak Brick


96 49+280 24.45 Shaha Municipality 6 Chowk Right Tin Roof Business Tin cement Baranda
Tej nath Urlabari Urlabari Brick
97 55+310 24.85 Niraula Municipality 5 chowk Right RCC Business RCC cement Slab

Jogendra Pd Urlabari Urlabari Brick


98 55+330 24.85 Pomu Municipality 7 chowk Right RCC Business/Resident RCC cement Slab
Tribhuwan Urlabari Urlabari Brick
99 55+375 24.66 Karki Municipality 7 chowk Left RCC Business/Resident RCC cement Slab

130
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

List of Non-Interviewed Households


Distance Name of
from CL Structure War L/R Types of Roof
SN Chainage (Mtr) Owner Municipality d no Settlement Side Structures Present use Type Wall type Remarks
Tej Man Urlabari Brick
100 56+775 24.08 Limbu Municipality 4 Aitabare Right RCC Resident RCC cement Slab

Indra Bdr Urlabari


101 57+885 24.72 Dhimal Municipality 4 Mangalbare Right Tin Roof Resident Tin Bamboo Baranda
Kanepokhari
Shanta Bir Rural
102 69+520 23.78 Limbu Municipality 5 Chisang Right Tin Roof Business/Resident Tin Wood Baranda
Kanepokhari
Rural Resident
103 70+230 19.56 Kamala Rai Municipality 5 Chisang Left Tin Roof Resident Tin Tin Fully
Sundarharai
Dirga/Dilka cha Comm.
104 87+895 16.4 Gurung Municipality 7 Gachiya Right Hut Tea Shop Tin Bamboo Fully
Itahari Sub
Metropolitan Itahari Brick
105 91+190 24.68 Hari Pandey City 4 Chowk Right Tin Roof Store Tin cement Baranda
Itahari Sub
Surendra Metropolitan Itahari Brick
106 91+680 24.55 Sigdel City 4 Chowk Left RCC Business/Resident RCC cement Slab
Itahari Sub
Metropolitan Brick
107 91+685 24.14 Not In Use City 17 Pakali Left Tin Roof Not in use Tin cement Baranda
Itahari Sub
Indira Devi Metropolitan Itahari Brick
108 91+715 24.35 Gautam City 4 Chowk Right RCC Business/Resident RCC cement Slab
Itahari Sub
Khagendra Metropolitan Itahari Brick
109 91+725 24.56 Sigdel City 4 Chowk Right RCC Business/Resident RCC cement Slab
Itahari Sub
Bishnu Metropolitan Itahari Brick
110 91+750 24.45 Ranamagar City 4 Chowk Left RCC Business/Resident RCC cement Slab

131
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

List of Non-Interviewed Households


Distance Name of
from CL Structure War L/R Types of Roof
SN Chainage (Mtr) Owner Municipality d no Settlement Side Structures Present use Type Wall type Remarks
Itahari Sub
Lilawati Metropolitan Itahari Brick
111 91+800 24.74 Lawati City 6 Chowk Left RCC Business/Resident RCC cement Slab
Itahari Sub
Metropolitan Itahari Brick
112 92+470 23.95 Mitra Baral City 6 Chowk Right RCC Business/Resident RCC cement Slab
Itahari Sub
Krishna Metropolitan Itahari Brick
113 92+665 24.65 Kumari Dahal City 6 Chowk Right RCC Business/Resident RCC cement Slab
Itahari Sub
Roshan Metropolitan Itahari Brick
114 92+670 24.45 Tiwari City 6 Chowk Right RCC Business/Resident RCC cement Slab
Itahari Sub
Kul Narayan Metropolitan Itahari Brick
115 92+818 24.64 Choudhary City 6 Chowk Right RCC Business/Resident RCC cement Slab
Itahari Sub
Suman Metropolitan Itahari Brick
116 92+845 24.1 Shrestha City 6 Chowk Left RCC Business/Resident RCC cement Slab
Itahari Sub
Rijal Tasi Metropolitan Itahari Brick
117 93+055 24.6 Industries City 6 Chowk Right PCC Wall cement Wall

Itahari Sub
118 Ashok Metropolitan Itahari Brick
93+280 24.75 Lyeland City 5 Chowk Right PCC Wall cement Wall
Itahari Sub
Munna Metropolitan Itahari Brick
119 93+928 24.37 Musalman City 5 Chowk Right RCC Business/Resident RCC cement Slab

132
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

APPENDIX VI: LIST OF PUBLIC


STRUCTURES

133
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

List of Public Structures of Kakarivitta-Itahari (Labipur) Road

Number of
SN House Owners Name Structures Municipality Remarks
1 ATM 1 Mechi Municipality Fully
2 Balihang Smarak 1 Mechi Municipality Fully
3 Bus Stop 3 Mechi Municipality Fully
4 Bus Stoppage 1 Mechi Municipality Fully
5 Chautara 9 Mechi Municipality Fully
6 Check Post 1 Mechi Municipality Fully
7 Durga Temple 1 Mechi Municipality Fully
8 Ganesh Temple 1 Mechi Municipality Fully
9 Government House 2 Mechi Municipality Partially
10 Kali Temple 2 Mechi Municipality Fully
Mahendra Highway
Karmachari Kalyan
11 Kosh 1 Mechi Municipality Partially
Mechinagar
12 Municipality 1 Mechi Municipality Partially
13 Municipality Hut 1 Mechi Municipality Fully
14 Police Bit 1 Mechi Municipality Fully
15 Prahari Bit 1 Mechi Municipality Fully
16 Prahari station 1 Mechi Municipality Fully
17 Public Toilet 1 Mechi Municipality Fully
18 Shiva Temple 2 Mechi Municipality Fully
19 Ticket Counter 1 Mechi Municipality Fully
20 Police Bit 2 Mechi Municipality Fully
21 Bus Stop 1 Arjundhara Municipality Fully
22 Chautara 1 Arjundhara Municipality Fully
23 Kali Temple 1 Arjundhara Municipality Fully
24 Trafic Post 2 Arjundhara Municipality Fully
25 Bus Stop 1 Arjundhara Municipality Fully
26 Chautara 1 Birtamode Municipality Fully
District Traffic Police
27 Station 1 Birtamode Municipality Partially
Drinking Water Tank
28 (Sahara Nepal) 1 Birtamode Municipality Fully
29 Durga Temple 2 Birtamode Municipality Fully
30 Hanuman Temple 1 Birtamode Municipality Fully
31 Police Bit 1 Birtamode Municipality Fully
32 Durga Temple 1 Birtamode Municipality Fully
33 Traffic Post 1 Birtamode Municipality Fully
34 Bol Bom Petrol Store 1 Birtamode Municipality Partially
134
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Number of
SN House Owners Name Structures Municipality Remarks
1 ATM 1 Mechi Municipality Fully
35 Rastria Bima Company 1 Birtamode Municipality Partially
36 Police Bit 1 Kankai Municipality Fully
37 Bus Stop 1 Kankai Municipality Fully
38 Bus Stop 2 Kankai Municipality Fully
39 Chautara 5 Kankai Municipality Fully
40 Traffic Bit 2 Kankai Municipality Fully
41 Bus Stop 12 Shiva Satakshi Municipality Fully
42 Chautara 14 Shiva Satakshi Municipality Fully
43 Chautara 25 Shiva Satakshi Municipality Fully
44 Chautara (Bus Stop) 1 Shiva Satakshi Municipality Fully
45 Police Bit 3 Shiva Satakshi Municipality Fully
46 Welcome Gate 1 Shiva Satakshi Municipality Fully
Shree Rastria
Ramaniya Adarsha
Higher Secondary
47 School 1 Shiva Satakshi Municipality Partially
Shree Rastria
Ramaniya Adarsha
Higher Secondary
48 School 1 Shiva Satakshi Municipality Partially
49 Bus Stop 6 Kamal Municipality Fully
50 Bus Stop 1 Kamal Municipality Fully
51 Chautara 3 Kamal Municipality Fully
52 Chautara 14 Kamal Municipality Fully
53 Drinking Water (Wall) 1 Kamal Municipality Fully
54 Martyr Gate 2 Kamal Municipality Fully
55 Toilet 1 Kamal Municipality Fully
56 Traffic Bit 4 Kamal Municipality Fully
57 Damak Bus Park 1 Damak Municipality Partially
58 Overhead Bridge 1 Damak Municipality Fully
59 Police Bit 1 Damak Municipality Fully
60 Ticket Counter 1 Damak Municipality Fully
61 Traffic Bit 1 Damak Municipality Fully
Damak Hospital
62 Reserch center 1 Damak Municipality Partially
63 AFP Post 1 Urlabari Municipality Fully
64 B.Wall 1 Urlabari Municipality Partially
65 Bus Stop 2 Urlabari Municipality Fully
66 Chautara 9 Urlabari Municipality Fully

135
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Number of
SN House Owners Name Structures Municipality Remarks
1 ATM 1 Mechi Municipality Fully
67 Gate 1 Urlabari Municipality Fully
68 Highway Gate 1 Urlabari Municipality Fully
69 Ilaka Prasasan 1 Urlabari Municipality Partially
70 Pratikshalaya 1 Urlabari Municipality Fully
71 Public Toilet 2 Urlabari Municipality Fully
72 Public Tube Well 1 Urlabari Municipality Fully
73 Traffic Bit 2 Urlabari Municipality Fully
74 Bus Stop 1 Urlabari Municipality Fully
75 Police Bit 1 Urlabari Municipality Fully
76 Public Toilet 1 Urlabari Municipality Fully
77 Police Bit 1 Pathari Municipality Fully
Kanepokhari Rural
78 Chautara 3 Municipality Fully
Kanepokhari Rural
79 Traffic Bit 1 Municipality Fully
Kanepokhari Rural
80 Division Forest Office 1 Municipality Partially
Kanepokhari Rural
81 Public Tubewell 8 Municipality Fully
82 AFP Post 1 Belbari Municipality Fully
83 Durga Temple 1 Belbari Municipality Fully
84 Traffic post 1 Belbari Municipality Fully
85 Temple 1 Sundarharaicha Municipality Fully
86 APF (Wall) 1 Sundarharaicha Municipality Partially
87 Police Bit 3 Sundarharaicha Municipality Fully
Itahari sub-metro
88 Chautara 5 municipality Fully
Itahari sub-metro
89 Highway Gate 1 municipality Fully
Itahari sub-metro
90 Nepal Yatayat 1 municipality Fully
Itahari sub-metro
91 Water Tank 1 municipality Partially
Itahari sub-metro
92 Chautara 1 municipality Fully
Mahendra Highway Itahari sub-metro
93 Board 1 municipality Fully
Itahari sub-metro
94 Police Bit 4 municipality Fully
Rajaswa Anusandhan Itahari sub-metro
95 Karyalaya 1 municipality Fully

Total Nos of Structures 220

136
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

APPENDIX VII: LIST OF FRUIT


TREES

137
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed List of Fruit Trees of Kakarivitta-Itahari (Labipur) Road

Rate/Kg (NRs)

Calculation of
one year (Kg)
production in
Type of fruits
Municipality
Name of the

No of trees

Total cost
five years
owner

(NRs)
Total

Cost
Year
S.N

Radhika Mechinagar
1 Bhattarai Municipality Coconut 1 12 55 55 5 15125
Mango 1 9 60 130 5 39000
Chandra Maya Mechinagar
2 Sherestha Municipality Litchi 1 8 20 105 5 10500
Mechinagar
3 Binod Niraula Municipality Jack fruit 2 11 90 65 5 29250
Mechinagar
4 Som Nath Karki Municipality Guava 1 7 25 45 5 5625
Mechinagar Nuts
5 Dil Bdr Basnet Municipality (Supari) 3 11 75 75 5 28125
Mango 1 9 15 130 5 9750
Jack fruit 1 9 35 65 5 11375
Mechinagar
6 Kamala Lama Municipality Banana 1(Jhyang) 3 122 55 5 33550
Trilochan Mechinagar
7 Timalsina Municipality Mango 2 11 60 130 5 39000

Banana 2 (Jhyang) 3 145 55 5 39875


Goma Mechinagar
8 Timalsina Municipality Mango 1 8 28 130 5 18200
Mechinagar
9 Jitendra Khadka Municipality Jack fruit 1 9 55 65 5 17875
Mechinagar
10 Gopi Rai Municipality Guava 1 7 22 45 5 4950
Mango 1 9 25 130 5 16250
Hemanta Mechinagar Nuts
11 Thakur Municipality (Supari) 2 11 56 75 5 21000
Jamuna Mechinagar Nuts
12 Adhikari Municipality (Supari) 5 9 136 75 5 51000
Banana 2(Jhyang) 2 145 55 5 39875
Dharmeshwori Mechinagar Nuts
13 Timalsina Municipality (Supari) 11 10 275 55 5 75625
Mechinagar
14 Goma Bhattarai Municipality Banana 1(Jhyang) 2 73 55 5 20075
Raj Kishor Mechinagar Nuts
15 Shaha Municipality (Supari) 9 11 225 55 5 61875
Mechinagar
16 Kailash Bohora Municipality Mango 1 10 55 130 5 35750
Mechinagar
17 Pream Magar Municipality Mango 1 9 65 130 5 42250
Nuts
(Supari) 2 10 50 75 5 18750

138
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed List of Fruit Trees of Kakarivitta-Itahari (Labipur) Road

Rate/Kg (NRs)

Calculation of
one year (Kg)
production in
Type of fruits
Municipality
Name of the

No of trees

Total cost
five years
owner

(NRs)
Total

Cost
Year
S.N

Mechinagar
18 Padam Majhi Municipality Mango 1 11 40 130 5 26000
Mechinagar
19 Janardan Dahal Municipality Mango 1 9 40 130 5 26000
Guava 1 6 22 45 5 4950
Mechinagar
20 Laya Pd Dahal Municipality Banana 1(Jhyang) 3 50 55 5 13750
Bishnu Maya Mechinagar
21 Pandey Municipality Jack fruit 1 10 55 65 5 17875
Nuts
(Supari) 1 11 25 75 5 9375
Mechinagar
22 Bhakti Poudel Municipality Banana 1(Jhyang) 2 80 55 5 22000
Litchi 1 8 20 105 5 10500
Jack fruit 1 11 55 65 5 17875
Mango 1 10 40 130 5 26000
Kapil Mani Mechinagar
23 Lamsal Municipality Mango 2 9 85 130 5 55250
Jack fruit 2 10 130 65 5 42250
Mechinagar
24 Nurjan Khatun Municipality Jack fruit 1 9 55 65 5 17875
Mechinagar
25 Nitai Malaha Municipality Jack fruit 1 10 55 65 5 17875
Mechinagar
26 Padam Tamang Municipality Mango 2 11 85 130 5 55250
Jack fruit 2 9 130 65 5 42250
Banana 2(Jhyang) 3 135 55 5 37125
Mechinagar
27 Lok Bdr Rai Municipality Mango 1 11 40 130 5 26000
Mechinagar
28 Devi Pd Poudel Municipality Mango 1 9 40 130 5 26000
Nuts
(Supari) 5 11 125 75 5 46875
Guava 1 6 20 45 5 4500
Jack fruit 1 11 55 65 5 17875
Mechinagar
29 Tika Timalsina Municipality Mango 1 10 55 130 5 35750
Mechinagar Nuts
30 Nar Pd Adhikari Municipality (Supari) 13 12 325 75 5 121875
Mango 3 11 125 130 5 81250
Bhogatee 1 8 45 35 5 7875

139
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed List of Fruit Trees of Kakarivitta-Itahari (Labipur) Road

Rate/Kg (NRs)

Calculation of
one year (Kg)
production in
Type of fruits
Municipality
Name of the

No of trees

Total cost
five years
owner

(NRs)
Total

Cost
Year
S.N

Parsuram Mechinagar
31 Kharel Municipality Mango 3 9 140 130 5 91000
Nuts
(Supari) 5 11 125 75 5 46875
Kabindra Mechinagar
32 Sharma Municipality Mango 1 11 55 130 5 35750
Litchi 1 8 20 105 5 10500
Bhogatee 1 9 45 35 5 7875
Guava 1 7 20 45 5 4500
Coconut 1 13 55 55 5 15125
Nuts
(Supari) 2 11 50 75 5 18750
Mechinagar
33 Laxmi Trikhatri Municipality Mango 1 10 40 130 5 26000
Nuts
(Supari) 2 12 50 75 5 18750
Mechinagar
34 Rohitlal Majhi Municipality Banana 2(Jhyang) 2 120 55 5 33000
Mango 1 9 55 130 5 35750
Mechinagar Nuts
35 Sarita Magar Municipality (Supari) 13 12 325 75 5 121875
Mango 1 11 55 130 5 35750
Mechinagar Nuts
36 Lok Nath Rai Municipality (Supari) 3 13 75 75 5 28125
Mechinagar Nuts
37 Mohan Prasai Municipality (Supari) 2 11 50 75 5 18750
Ramchandra Mechinagar
38 Adhikari Municipality Mango 1 9 55 130 5 35750
Banana 2(Jhyang) 2 120 55 5 33000
Mechinagar Nuts
39 Krishna Dhakal Municipality (Supari) 3 11 75 75 5 28125
Chandra Sova Mechinagar
40 Rai Municipality Mango 4 10 140 130 5 91000
Nuts
(Supari) 2 12 50 75 5 18750
Banana 3(Jhyang 3 165 55 5 45375
Mechinagar
41 Ramji Dangi Municipality Mango 5 9 150 130 5 97500
Guava 7 8 140 45 5 31500
Bhogatee 1 11 45 35 5 7875

140
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed List of Fruit Trees of Kakarivitta-Itahari (Labipur) Road

Rate/Kg (NRs)

Calculation of
one year (Kg)
production in
Type of fruits
Municipality
Name of the

No of trees

Total cost
five years
owner

(NRs)
Total

Cost
Year
S.N

Mechinagar
42 Sushil Limbu Municipality Bhogatee 1 10 45 35 5 7875
Mango 1 10 55 130 5 35750
Khinmaya
43 Tamang Birtamode Guava 1 7 20 45 5 4500

Bhogatee 2 11 90 35 5 15750
Mango 1 12 55 130 5 35750

44 Laxmi Pradhan Birtamode Banana 2(Jhyang) 2 120 55 5 33000


45 Radhika Koirala Birtamode Mango 2 9 75 130 5 48750
46 Padam Koirala Birtamode Mango 1 11 55 130 5 35750
47 Bhim Gurung Birtamode Mango 2 12 75 130 5 48750
Krishna Kr.
48 Ghimire Birtamode Mango 1 9 55 130 5 35750
Bhogatee 1 8 45 35 5 7875
Jack fruit 1 12 55 65 5 17875
Nuts
(Supari) 1 11 25 75 5 9375

49 Nir Maya Regmi Birtamode Bhogatee 1 8 45 35 5 7875


Nil Kantha
50 Subedi Kankai Mango 1 11 55 130 5 35750

51 Kul Bdr Rijal Kankai Banana 2(Jhyang) 2 120 55 5 33000


Guava 1 7 20 45 5 4500
Subash
52 Chemjong Kankai Guava 2 8 35 45 5 7875
Sanchamati
53 Nembang Kankai Mango 1 11 55 130 5 35750
Bam Bdr
54 Nembang Kankai Banana 1(Jhyang) 3 50 55 5 13750
Bhakta Bdr Nuts
55 Sunar Kankai (Supari) 1 12 25 75 5 9375
56 Hem Bohora Kankai Guava 1 7 20 45 5 4500
Nuts
57 Pream Limbu Kankai (Supari) 4 11 100 75 5 37500
Mango 5 9 135 130 5 87750
Nuts
58 Ram Pd Poudel Kankai (Supari) 14 11 350 75 5 131250

141
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed List of Fruit Trees of Kakarivitta-Itahari (Labipur) Road

Rate/Kg (NRs)

Calculation of
one year (Kg)
production in
Type of fruits
Municipality
Name of the

No of trees

Total cost
five years
owner

(NRs)
Total

Cost
Year
S.N

Jack fruit 1 9 55 65 5 17875


Sivasatakshi
59 Bhawani Dahal Municipality Guava 2 8 40 45 5 9000
Mango 2 11 75 130 5 48750
Uma Devi Sivasatakshi
60 Lawati Municipality Mango 1 10 55 130 5 35750
Sivasatakshi
61 Dhan Raj Giri Municipality Mango 1 12 55 130 5 35750
Man Bdr Sivasatakshi
62 Sherestha Municipality Guava 1 8 20 45 5 4500
Sivasatakshi
63 Bhakti Sitaula Municipality Jack fruit 2 11 115 65 5 37375
Mango 1 10 55 130 5 35750
Tika Devi Sivasatakshi
64 Poudel Municipality Guava 1 8 20 45 5 4500
Nuts
(Supari) 8 11 200 75 5 75000
Sivasatakshi
65 Saroj Gupta Municipality Litchi 1 7 30 105 5 15750
Sivasatakshi Nuts
66 Krishna Thapa Municipality (Supari) 1 12 25 75 5 9375
Dev Maya Kamal
67 Khanal Municipality Banana 1(Jhyang) 3 50 55 5 13750
Banbari Selar
68 Mil Kankai Banana 2(Jhyang) 2 120 55 5 33000
Mango 2 11 75 130 5 48750
Guava 1 8 20 45 5 4500
Papaya 1 3 25 65 5 8125
Hem Narayan
69 Sherestha Kankai Jack fruit 2 11 135 65 5 43875
Mango 1 12 55 130 5 35750
70 Parbati Koirala Kankai Guava 1 7 20 45 5 4500
71 Suresh Shaha Kankai Mango 2 9 75 130 5 48750
72 Bhawani Thapa Kankai Mango 2 10 75 130 5 48750
Madhab Pd Sivasatakshi Nuts
73 Dahal Municipality (Supari) 11 11 220 75 5 82500

142
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed List of Fruit Trees of Kakarivitta-Itahari (Labipur) Road

Rate/Kg (NRs)

Calculation of
one year (Kg)
production in
Type of fruits
Municipality
Name of the

No of trees

Total cost
five years
owner

(NRs)
Total

Cost
Year
S.N

Bhogatee 1 8 45 35 5 7875
Coconut 2 13 110 55 5 30250
Mango 1 9 55 130 5 35750
Mukti Pd Nuts
74 Khanal (Supari) 13 11 325 75 5 121875
Mango 2 9 75 130 5 48750

Banana 1(Jhyang) 3 50 55 5 13750


Sivasatakshi Nuts
75 Nar Bdr Sibu Municipality (Supari) 2 9 50 75 5 18750
Guava 1 7 20 45 5 4500

Banana 1(Jhyang) 3 50 55 5 13750


Sivasatakshi Nuts
76 Navin Sibu Municipality (Supari) 1 11 25 75 5 9375
Sivasatakshi
77 Sukpal Limbu Municipality Jack fruit 3 12 155 65 5 50375

Banana 3(Jhyang 3 165 55 5 45375


Nuts
(Supari) 3 11 75 75 5 28125
Mango 1 9 75 130 5 48750
Jange Kamal
78 Shamhemkhan Municipality Banana 1(Jhyang) 3 50 55 5 13750
Nuts
(Supari) 9 10 175 75 5 65625
Kamal
79 Shobhu Sherpa Municipality Guava 1 6 20 45 5 4500
Dev Maya Urlabari
80 Bhetwal Municipality Mango 3 9 125 130 5 81250
Rajkumar Urlabari
81 Thokihang Municipality Kagati 4 7 85 110 5 46750
Nuts
(Supari) 1 12 25 75 5 9375
Guava 1 8 20 45 5 4500

143
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed List of Fruit Trees of Kakarivitta-Itahari (Labipur) Road

Rate/Kg (NRs)

Calculation of
one year (Kg)
production in
Type of fruits
Municipality
Name of the

No of trees

Total cost
five years
owner

(NRs)
Total

Cost
Year
S.N

Urlabari Nuts
82 Kamal Raj Kafle Municipality (Supari) 1 11 25 75 5 9375
Mango 1 10 45 130 5 29250
Buddha Maya Urlabari Nuts
83 Yonhang Municipality (Supari) 2 11 50 75 5 18750
Urlabari Nuts
84 Navin Baraili Municipality (Supari) 3 12 75 75 5 28125
Urlabari
85 Ram Bdr Limbu Municipality Banana 1(Jhyang) 3 50 55 5 13750
Urlabari
86 Rasmi Karki Municipality Mango 2 9 75 130 5 48750

Banana 1(Jhyang) 3 50 55 5 13750

Khadga Bdr Urlabari


87 Kunwor Municipality Mango 1 10 45 130 5 29250
Yek Bdr Belbari
88 Budathoki Municipality Banana 1(Jhyang) 3 65 55 5 17875
Mango 3 11 125 130 5 81250
Nuts
(Supari) 3 11 75 75 5 28125
Belbari
89 Bodh Pd Subedi Municipality Mango 1 9 55 130 5 35750
Raghunath Belbari
90 Khadka Municipality Coconut 1 13 50 55 5 13750
Taramaya Belbari
91 Limbu Municipality Kagati 1 6 15 110 5 8250
Belbari
92 Prakash Basnet Municipality Mango 1 9 45 130 5 29250
Belbari Nuts
93 Jagat K Niraula Municipality (Supari) 48 11 875 75 5 328125
Guava 1 7 25 45 5 5625
Jack fruit 4 9 190 65 5 61750
94 Tara Dangi Itahari Guava 1 7 25 45 5 5625
Tej Pd
95 Khatiwada Itahari Jack fruit 1 11 70 65 5 22750

144
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Detailed List of Fruit Trees of Kakarivitta-Itahari (Labipur) Road

Rate/Kg (NRs)

Calculation of
one year (Kg)
production in
Type of fruits
Municipality
Name of the

No of trees

Total cost
five years
owner

(NRs)
Total

Cost
Year
S.N

96 Sarita Khadka Sundarharaicha Mango 1 9 35 130 5 22750


Total Cost NRs 404 5434225

145
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

APPENDIX VIII: PUBLIC


CONSULTATIONS

146
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Name of Place Rural Consulted Questions/Issues Raised Answers Given


Municipality/ Persons and Discussed /Measures adopted in RP
Municipality to Address the Issues
1.Ward Office Ward no 6, M=12, F=0  Regarding waiting sheds  Representatives of
(06/12/2021) Mechinagar  Regarding permanent taxis, auto rickshaws, e-
parking rickshaws and city
Municipality vehicles demanded
waiting sheds at proper
places with facilities.
 Traffic police is causing
nuisance to them due to
lack of parking lots of
their vehicles. They
demand permanent
parking keeping in mind
municipality's
aestheticism as well as
cases of accidents.
2.Ward Office Ward no 13, M=8, F=1  Regarding road safety  Provision of overhead
(07/12/2021) Mechinagar  Regarding proper crossing and underpass
drainage system
Municipality for animals, proper
drainage while designing
the road.
 Provision of overhead
crossing and underpass
for animals should be
ensured.
 Drainage system should
be managed as per
need.
3.Ward Office-6, Mechinagar M=4, F=1  Statue of Balihang.  Since the status of
(Dec 22, 2021) Municipality Balihang is situated
within RoW, it should be
protected installing it
beyond RoW
4.Municipality Birtamode M=12, F=1  Regarding the survey of  The enumerators
Office (28 Oct, Municipality road subproject coming for socio-
2021)  Regarding HHs under ZOI economic, and
of affected wards resettlement survey
should be cooperated.
 HH listing needs to be
carried out.
5.Kankai Mu Dudhe Kankai M=8, F=1  Regarding the survey of  The enumerators
Office (25 Oct, Municipality road subproject coming for socio-
 Regarding HHs under ZOI economic, and
2021) of affected wards resettlement survey
should be cooperated.
 HH listing needs to be
carried out

6. Ward Office of Kankai M=4; F=14  Safety & Skill  community people
Kankai Municiplaity Enhancement Training demand overhead
bridge for easiness for
Municipality (03 crossing the road
Dec, 2021)  women' and other
ethnic groups like
santhal people also got
interested to enhance
their skills and they are
interested in road
construction works too
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

7.Ward Office1 Pathari M=12, F=3  Regarding the affected  These huts and houses
(19/12/2021) Municipality huts and houses should be
 Others
shifted/relocated
amicably in close
consultation with the
affected ones.
 Provision of overhead
crossing and underpass
for animals should be
ensured.
 Only 16 houses are to be
affected by the subproject
and hence, this issue is
manageable.

8.Kanepokhari Chisyan, M=5, F=14  Regarding road safety  Road should be disable-
RM Office Kanepokhari friendly.
 Different road symbols
(19/12/2021) Rural and lights will be in
Municipality  Regarding overhead proper places.
crossing demanded by  To cross the road,
women overhead crossings
 Regarding training should be provided.
 As demanded by
Santhal people, more
useful trainings like
broom cultivation and
playing drums will be
focused.
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

149
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

150
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

151
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

152
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

153
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

154
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

155
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

156
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

157
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

158
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

159
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

160
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

161
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

162
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

APPENDIXIX: LIST OF
VULNERABLE HOUSEHOLDS

163
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Structures OwnerS
Land Owner Name

Municipality

Ward No.

Remarks
BPL
S.N.

1 Asha Bastola Asha Bastola Mechinagar 7 BPL BPL


2 Chini Maya Rai Chini Maya Tamang Mechinagar 6 BPL BPL/WHH
3 Gopal Sunuwar Gopal Sunuwar Mechinagar 6 BPL BPL
4 Anju Adhikari Anju Adhikari Mechinagar 6 BPL BPL
5 Bishnu Lama Bishnu Lama Mechinagar 6 BPL BPL
6 Gyanu Dahal Gyanu Dahal Mechinagar 10 BPL BPL

Ganesh Kumari
7 Neupane Santosh Neupane Mechinagar 13 BPL BPL
8 Parsuram Agrawal Mahabir Majhi Birtamod 1 BPL BPL
9 Ailani Land Ganga Maya Tamang Kanepokhari 5 BPL BPL
10 Bijay Ghising Bijay Ghising Kanepokhari 5 BPL BPL
11 Ailani Land Parwati Basnet Itahari 17 BPL BPL/WHH
Padam Bahadur Padam Bahadur
12 Thapa Thapa Itahari 5 BPL BPL
Gaya Ram
13 Sona Lal Chaudhary Chaudhary Ramdhuni 5 BPL BPL
14 Govt.Land Rameshowr Saha Inarwa 6 BPL BPL
15 Govt.Land Ganesh Uraab Inarwa 6 BPL BPL
16 Govt.Land Chote lal Thakur Inarwa 6 BPL BPL
17 Binod Sada Binod Sada inarwa 4 BPL BPL
Krishna Bahadur
18 Ailani Land Dhimal Kanepokhari 5 Landless HH
19 Fur Limbu Sherpa Tara Devi Giri Mechinagar 6 W/HH
Kunti Devi Thapa Kunti Devi Thapa
20 Magar Magar Mechinagar 10 W/HH
21 Milan Tamang Sita Rai/Tamang Mechinagar 6 W/HH
22 Chini Maya Rai Chini Maya Tamang Mechinagar 6 BPL W/HH
23 Ailani Land Dev Kumari Adhikary Kanepokhari 5 W/HH
24 Ailani Land Parwati Basnet Itahari 17 BPL W/HH
25 Lurki Chaudary Lurki Chaudary Ramdhuni 2 W/HH

164
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

APPENDIX X:Detail Numbers


of Kiosk

165
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

S.N Name Of Owners Qty Municipality Ward


1 Om Nath Uprety 1 Mechinagar Municipality 7
2 Khagendra Mainali 1 Mechinagar Municipality 7
3 Mitra Dahal 1 Mechinagar Municipality 7
4 Ram dev Shaha 1 Mechinagar Municipality 7
5 Sabita Chaudhary 1 Mechinagar Municipality 7
6 Indira Bohora 1 Mechinagar Municipality 7
7 Kishore Gautam 1 Mechinagar Municipality 7
8 Pancham Rajbansi 1 Mechinagar Municipality 7
9 Bina Rajbansi 1 Mechinagar Municipality 10
10 Ranta Rai 1 Mechinagar Municipality 10
11 Bina Rajbansi 1 Mechinagar Municipality 10
12 Bijaya Rajbansi 1 Mechinagar Municipality 10
13 Yogita Rai 1 Mechinagar Municipality 10
14 Mira Rai 1 Mechinagar Municipality 10
15 Nir Bdr Bhujel 1 Mechinagar Municipality 10
16 Dipa Karki 1 Mechinagar Municipality 10
17 Nani Rajbansi 1 Mechinagar Municipality 10
18 Pream Kumari Kadariya 1 Mechinagar Municipality 14
19 Chandra kala Chauhan 1 Mechinagar Municipality 14
20 Babita Adhikari 1 Mechinagar Municipality 14
21 Dhan Maya Laxmam 1 Mechinagar Municipality 13
22 1 Mechinagar Municipality 13
23 Barta Lal Rajbansi 1 Mechinagar Municipality 13
24 Dik Bdr Rai 1 Mechinagar Municipality 13
25 Manika Limbu 1 Mechinagar Municipality 13
26 Hasta Bdr Bhujel 1 Mechinagar Municipality 13
27 Liladhar Devkota 1 Mechinagar Municipality 13
28 Radhika Mishra 1 Mechinagar Municipality 13
29 Kumari Biswakarma 1 Mechinagar Municipality 13
30 Butu Meche 1 Mechinagar Municipality 13
31 Lilanath Mishra 1 Mechinagar Municipality 13
32 Sujan Limbu 1 Mechinagar Municipality 13
33 Sita Gautam 1 Mechinagar Municipality 13
34 Gita Rajbansi Choudhary 1 Mechinagar Municipality 13
35 Dhruba Shaha 1 Mechinagar Municipality 13
36 Prakash Shaha 1 Mechinagar Municipality 13
37 Ram Chandra Pokhrel 1 Birtamode Municipality 6
38 Indra Maya Thapa 1 Birtamode Municipality 6
39 Uma Chaoudhary 1 Birtamode Municipality 5
40 Resham Karki 1 Kankai Municipality 3
41 1 Kankai Municipality 3
42 Kalawati Devi Shaha 1 Kankai Municipality 3
43 Mina Subedi 1 Kankai Municipality 3
44 1 Kankai Municipality 3

166
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

45 1 Shivasatakshi Municipality 8
46 Bhairab Gautam 1 Kamal Rural Municipality 3
47 1 Damak Municipality 4
48 1 Urlabari Municipality 4
49 Bina Rai 1 Urlabari Municipality 3
50 Shivalal Yadab 1 Urlabari Municipality 3
51 Binda Niraoula 1 Pathari Municipality 10
52 Ram Pd Khatiwada 1 Pathari Municipality 10
53 Mukul Bdr Majhi 1 Pathari Municipality 10
54 Ratna Sherestha 1 Pathari Municipality 10
Kanepokhari Rural
55 Sita Budathoki 1 Municipality 7
Kanepokhari Rural
56 Muna Pandey 1 Municipality 7
Kanepokhari Rural
57 Kamal Gurung 1 Municipality 5
58 1 Sundarharaicha Municipality 10
59 1 Sundarharaicha Municipality 10
Total nos 59

167
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

APPENDIX XI: PHOTOGRAPHS

168
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Consultation with Elected LocalBodyof Consultation with Elected LocalBodyof


Mechi Municipality Arjundhara Municipality

Consultation with Elected LocalBodyof Consultation with Elected LocalBodyof


Shivasatakshi Municipality Birtamod Municipality

Orintation Training for Enumerators During Household Survey

169
Final Resettlement plan Kakarbhitta-Itahari (Labipur)

Structures Verification with Cadastral Consultation with Affected Ward


Surveyer Members and APs

Households Survey

170
South Asia Subregional Economic Cooperation Highway Enhancement Project (Kakarbhitta-Laukahi) (NEP 52097-003)

GENDER EQUALITY AND SOCIAL INCLUSION ACTION PLAN


Activities Targets and Indicators Responsibility Time
Output 1: National Highway Road Network upgraded and maintained
1.1 Ensure road design is 1. GESI responsive road design will include at least 20 locations with traffic signal lights, 6 Contractor, CSC,
GESI responsive for overhead pedestrian crossings, 20 km of footpaths with 3000 streetlights, 45 zebra DOR, Year
safety and accessibility crossings, 90 bus stops1that are friendly to elderly people, women, children, and people consultants(ensur 1-5
for users with disabilities (PWD) installed at appropriate locations on project road e design)
1.2 Enjoin contractors to 2. Orient contractors, staff(relevant)and laborers on national CLS, gender equality in wages, CSC, DOR
ensure that gender based violence (including sexual exploitation and human trafficking) ensuring
construction activities occupational health and safety standard, water supply, segregated shelter and sanitation
abide by CLSincluding facilities (contractor orientation – 1 for each contractor each year) Contractors,
GESI relevant clauses 3. Contractors orient laborers2 times every year (on CLS and other measures as above), to CSC(targets3,4) Year
be monitored by CSC 1-5
4. At least 10% of total workers employed by contractors are women2 DOR
5. Provision in bidding document and contract specifying participation of women CSC
6. Sex disaggregated record of labor and wages maintained by contractors and verified by
CSC
Output 2: Institutional capacity for DOR and gender equality and social inclusion capacity strengthened
2.1 Conduct public human 7. At least 600 community members [Target:at least 40% women and 30% representing CSC, DOR
trafficking prevention disadvantaged groups3] from project municipalities4 participate in and report increased
and HIV/AIDS awareness of sexually transmitted infections (STI) including HIV/AIDS, and human
awareness- raising trafficking. Contractor,
sessions to 8. At least 60 strategic places along the corridor set up with preventive awareness signs on CSC(targets8, 9) Year
communities along the human trafficking and HIV/AIDS prior to the start of construction including information 1-5
road corridor and for boards, helpline numbers for GBV reporting and support groups5
construction workers 9. HIV/AIDS awareness sessions to laborers conducted annually with provision for voluntary
testing, guidance and referral (number of sessions and participants monitored, recorded
and reported by CSC)
2.2 Conduct capacity 10. Conduct training need assessment consultations in municipalitieswith participation on 50% CSC Year
building program to 2-4

1
Bus stops will include information board that can be used to display hotline numbers for emergency services (including services such as ambulance, fire brigade, hospitals, GBV helpline etc).
2
It will include both skilled and unskilled employment (such as contract management, construction, tree plantation under contractors etc)
3
Disadvantaged groups are those groups who historically have been unable to fully access and/or benefit from social, economic, and political rights, opportunities and resources, including investments due
to their identities i.e., disability, social identity, sexual orientation/gender identity, geographic location or income poor (systematic disadvantage); and/or because of their vulnerability such as age or
migrant status (situational disadvantaged) as defined by SARD GESI framework that is being developed. Consultations of Pre FFM established disadvantaged groups such as Rajbanshi, Meche and
Muslims will be focused for awareness raisingand livelihood activities.
4
The project road crosses 13 municipalities (2 Rural Municipalities, 10 Municipalities and 1 Sub-Metropolitan City which includes 68 wards) namely Mechi Nagar Municipality, Arjundhara Municipality,
Birtamode Municipality, Kamal Rural Municipality, Kankai Municipality, Shiva Satakshi Municipality, Damak Municipality, Urlabari Municipality, Pathari Municipality, Kanepokhari Rural municipality, Belbari
Municipality, Sundarharaicha Municipality and Itahari sub-metropolitan
5
Strategic places will include market centers, intersections leading to others districts, border areas, school areas, bus bays and shelters and settlements of disadvantaged groups.
South Asia Subregional Economic Cooperation Highway Enhancement Project (Kakarbhitta-Laukahi) (NEP 52097-003)

Activities Targets and Indicators Responsibility Time


increase women’s 6
women and representatives from disadvantaged groups to identify most relevant capacity TSP through DOR
mobility, access to building trainings to enhance their current livelihoods (targets11, 12)
services and livelihood 11. Provide trainings for at least 200 women on identified trades through training service
enhancement providers affiliated CTEVT7
12. At least 80% of women participant (after training) reported increased skills on livelihoods

Activities Targets and Indicators Responsibility Time


2.3 Conduct road safety 13. At least 100participants, 50% of which are women, report increased capacity as local key Experts outsourced
training for local person of road safety training. by CSC9
Year
trainers/volunteers8
2-4
along the project
districts, municipalities
2.4 Conduct of road safety 14. At least 300community members(with at least 40% women and 30% disadvantaged groups Experts, SMs
awareness campaigns from municipalities along the road alignment participate in road safety awareness sessions outsourced/
to communities along 15. At least 500 students (at least 50% girls) and teachers (including female teachers) of basic recruitedby CSC
the road corridor education and secondary education (from the project road municipalities participate in road (targets 14-17)
(audience: safety awareness sessions10
pedestrians, parents, 16. At least 50 professional drivers (bus, truck, rickshaw, other vehicles and associations) Year
schoolchildren, attended a session on road safety measures11 Experts 2-5
professional drivers) 17. At least 30 PWD and elderly participate in road safety awareness training and participate outsourced by
practical sessions to use developed design features in roads12 DOR (target 22)
18. Multimedia including short videos on road safety produced, made publicly available and
used in road safety awareness sessions
2.5 Support capacity 19. GESI sensitization orientation provided for project staff, consultants and contractors and DOR
development of DOR with at least 15% women participants (at least one each year in project period)
government staff on 20. At least 15 MOPIT and DOR managers, engineers, and staff reported increased knowledge
road safety, risk, and in climate change adaptation and mitigations, with 20% of women participants for training Year
project implementation (include both international or national training)13 1-5
21. At least 15 MOPIT and DOR managers, engineers, and staff reported increased knowledge
in FIDIC contracts, with 20% of women participants for training (include both international or
national training. CSC, DOR
22. Disaggregated data (by sex, caste, ethnicity) including data on disadvantaged groups14

6
Footnote 3.
7
The trainings are short courses that could support women in current livelihood activities such as courses related to financial literacy, agriculture, poultry and goat farming.
8
Trainees/volunteers can be schoolteachers, students, key members of CBOs, local NGOs, ward representatives.
9
Road safety experts to be out sourced by CSC with DOR approval. Consultations to be done with relevant organizations to recruit experts.
10
Schools will be selected based on assessment of number of schools in project roads alignment including religious schools such as Madrassas (Muslims schools), Buddhist schools run by Gumbas and
Vihars, Hindu Gurukuls and Sanskrit schools and Ashrams if any in the alignment.
11
To be designed in coordination and consultation with professional drivers’ association.
12
The training to be prepared in consultation with disability-related governmental and non-governmental organizations and relevant federations and associations.
13
Ratio of men to women technical staff in the MOPIT and DOR is 90:10 as of 2022.
14
Footnote 2.
South Asia Subregional Economic Cooperation Highway Enhancement Project (Kakarbhitta-Laukahi) (NEP 52097-003)

Activities Targets and Indicators Responsibility Time


collected, compiled and reported in quarterly progress reports with GESI action plan report
AP=Action Plan, CBO=community based organizations;CLS=core labor standards; CSC=contractor supervision consultant; CTEVT=Council for Technical Education and Vocational Training;
DOR=Department of Road,FIDIC=Federation Internationale des Ingenieurs- Conseils,GBV=Gender Based Violence; GESI=Gender Equality & Social Inclusion, MOPIT=Ministry of Physical Infrastructure &
Transport;NGO=Nongovernmental Organization; PWD=persons with disabilities ,STI= Sexually Transmitted Infections;TNA=Training Need Assessment.
SECTION-VI
Bill of Quantities
Notes for Unit Rate Contracts :
Objectives
The objectives of the Bill of Quantities are
(a) to provide sufficient information on the quantities of Works to be performed to enable Bids to be
prepared efficiently and accurately; and
(b) when a Contract has been entered into, to provide a priced Bill of Quantities for use in the periodic
valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient detail to
distinguish between the different classes of Works, or between Works of the same nature carried out in different
locations or in other circumstances which may give rise to different considerations of cost. Consistent with
these requirements, the layout and content of the Bill of Quantities should be as simple and brief as possible.
Content
The Bill of Quantities should be divided generally into the following sections:
(a) Preamble;
(b) Work Items (grouped into parts);
(c) Day works Schedule;
d) Provisional Sums; and
(d) Summary.

Preamble
The Preamble should indicate the inclusiveness of the unit prices, and should state the methods of measurement
which have been adopted in the preparation of the Bill of Quantities and which are to be used for the
measurement of any part of the works.

Work Items
The items in the Bill of Quantities should be grouped into sections to distinguish between those parts of the
Works which by nature, location, access, timing, or any other special characteristics may give rise to different
methods of construction, or phasing of the Works, or considerations of cost. General items common to all parts
of the works may be grouped as a separate section in the Bill of Quantities.
Day work Schedule
A Day work Schedule should be included only if the probability of unforeseen work, outside the items included in
the Bill of Quantities, is high. To facilitate checking by the Employer of the realism of rates quoted by the
Bidders, the Day work Schedule should normally comprise the following:
(a) A list of the various classes of labor, materials, and Constructional Plant for which basic day work rates
or prices are to be inserted by the Bidder, together with a statement of the conditions under which the
Contractor will be paid for work executed on a day work basis.
(b) Nominal quantities for each item of Day work, to be priced by each Bidder at Day work rates as bid. The
rate to be entered by the Bidder against each basic Day work item should include the Contractor’s profit,
overheads, supervision, and other charges.
Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including a provisional sum
in the Summary Bill of Quantities. Similarly, a contingency allowance for possible price increases should be
provided as a provisional sum in the Summary Bill of Quantities. The inclusion of such provisional sums often
facilitates budgetary approval by avoiding the need to request periodic supplementary approvals as the future
need arises. Where such provisional sums or contingency allowances are used, the Contract Data should state
the manner in which they will be used, and under whose authority (usually the Project Manager’s).

Summary
The Summary should contain a tabulation of the separate parts of the Bill of Quantities carried forward, with
provisional sums for Day work, for physical (quantity) contingencies, and for price contingencies (upward price
adjustment) where applicable.

These Notes for Preparing Specifications are intended only as information for the Employer or the person
drafting the Bidding documents. They should not be included in the final documents.
Bill of Quantities
1 Provisional Sum
Procument Item Details

SL.
Item Description Unit Quantity Unit Rate(NPR) Amount(NPR)
No

1 Environmental monitoring, enhancement, mitigation PS 1.0 4370000.0 4,370,000.00


works, environment awareness campaign, as per design
drawings, technical specification and to the satisfaction
of Engineer all complete. [SS/SP 100]
2 Implementation of EMP, development of grass land, PS 1.0 6325000.0 6,325,000.00
construction of waterhole for wildlife, etc. as per design
drawings, technical specification and to the satisfaction
of Engineer all complete. [SS/SP 100]
3 Compensatory Tree Plantation and take care min 5 years PS 1.0 2.4745566E7 24,745,566.00
in the location provided by the GoN authority, as per
technical specification and to the satisfaction of
Engineer all complete. [SS/SP 100]
4 Social compliance and safe guards: Compensation for PS 1.0 8910790.0 8,910,790.00
relocation public and private Infrastructures including
provision of required materials and accessories,
additional assistance to vulnerable groups, subsitence
allowance, RP Implementation activities, including
awareness and skill enhancement trainning for GESI
implementation as per technical specification and to the
satisfaction of Engineer all complete. [SS/SP 100]
5 Provision for supply of electric current in funnel fencing PS 1.0 1150000.0 1,150,000.00
[SS/SP 100]
6 Additional testing of material or works as required by PS 1.0 1541000.0 1,541,000.00
the Engineer.
7 Emergency fund for PBM Works and Services PS 1.0 4.6E7 46,000,000.00

8 Supervision Charge for Relocation/Re-erection of PS 1.0 2.576E7 25,760,000.00


Electric worKs
9 Shutdown charge for NEA PS 1.0 3910000.0 3,910,000.00

2 Construction work
2.1 Road Construction Work

2.1.1 Road Work General Item

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Insurances for the loss of damage to
works, plant, material, equipment,
property and personnel injury or
death, as per technical specification
1 Job 1.0
and to the satisfaction of Engineer all
complete. [SS/SP 100] i)Insurance
cover for works, plant and equipment
all complete
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Insurances for the loss of damage to
works, plant, material, equipment,
property and personnel injury or
death, as per technical specification
2 Job 1.0
and to the satisfaction of Engineer all
complete. [SS/SP 100] iii)Insurance
cover for third party property and
person all complete
Employers office at Site [SS/SP 100]:
Construction of office and
accommodation building including
electrical, plumbing and sanitary
works all complete as per design
drawings, technical specification
3 (issued by Department of Urban Job 1.0
Development and Building
Construction) and to the satisfaction of
Engineer all complete. The building
shall remain the property of the
Employer upon completion of the
contract.
Employers office at Site [SS/SP 100]:
Maintaining and operating the
Employer’s office at site, including
4 Month 36.0
consumables etc., as per technical
specification and to the satisfaction of
Engineer all complete.
Employers office at Site [SS/SP 100]:
Providing furniture and equipment at
the Employer’s office at site, etc., as
per technical specification and to the
5 Job 1.0
satisfaction of Engineer all complete.
The furniture and equipment shall
remain the property of the Employer
upon completion of the contract
Employer’s accommodation at site
[SS/SP 100]: Construction of
accommodation building (RCC
Structure, two stories) including
electrical, plumbing and sanitary
works all complete as per design
drawings, technical specification
6 Job 1.0
(issued by Department of Urban
Development and Building
Construction) and to the satisfaction of
Engineer all complete. The building
shall remain the property of the
Employer upon completion of the
contract.
Employer’s accommodation at site
[SS/SP 100]: Maintaining and
operating the Employer’s
7 accommodation at site, including Month 36.0
consumables etc., as per technical
specification and to the satisfaction of
Engineer all complete .
Employer’s accommodation at site
[SS/SP 100]: Providing furniture and
equipment at the Employer’s
accommodation at site, etc., as per
8 technical specification and to the LS 1.0
satisfaction of Engineerall complete.
The furniture and equipment shall
remain the property of the Employer
upon completion of the contract,
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supplying, maintaining and operating
the vehicle for the Employer’s use at
site, as per technical specification and
to the satisfaction of Engineer all
9 complete. The vehicles shall remain Vel-Mon 36.0
the property of the Contractor upon
completion of the contract . [SS/SP
100] i)Type 1 vehicle for the
Employer’s use at site.
Supplying, maintaining and operating
the vehicle for the Employer’s use at
site, as per technical specification and
to the satisfaction of Engineer all
10 complete. The vehicles shall remain Vel-Mon 36.0
the property of the Contractor upon
completion of the contract . [SS/SP
100] ii)Type 2 vehicle for the
Employer’s use at site.
Supplying, maintaining and operating
the vehicle for the Employer’s use at
site, as per technical specification and
to the satisfaction of Engineer all
11 complete. The vehicles shall remain Vel-Mon 72.0
the property of the Contractor upon
completion of the contract . [SS/SP
100] iii)Type 3 vehicle (Motorbike)
for the Employer’s use at site.
Contractor’s material testing
laboratory at site [SS/SP 100] :
Providing laboratory space, laboratory
equipment, human resources,
12 transportation facilities, maintaining Month 36.0
and operating, etc. of the material
testing laboratory at site, as per
technical specification and to the
satisfaction of Engineer all complete.
Contractor’s material testing
laboratory at site [SS/SP 100]:
Providing furniture and equipment at
the material testing laboratory at site,
all complete. The furniture and
13 Job 1.0
equipment of the lab shall remain the
property of the Contractor upon
completion of the contract, as per
technical specification and to the
satisfaction of Engineer all complete.
Routine/Regular Maintenance of road
during construction and defect
liability/notification period, as per
14 technical specification and to the Km-Mon 1440.0
satisfaction of Engineer all complete
(Chainage 85+000 -95+760). i)
During Construction Period
Routine/Regular Maintenance of road
during construction and defect
liability/notification period, as per
15 technical specification and to the Km-Mon 480.0
satisfaction of Engineer all complete
(Chainage 85+000 -95+760). Ii)
During Defect Liability Period
Recurrent/Responsive maintenance of
the road during construction period, as
16 per technical specification and to the Km-Mon 1440.0
satisfaction of Engineer all complete
(Chainage 45+000 -85+000)..
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Provision and installation of site
information notice board, as per
17 design drawings, technical Nos 2.0
specification and to the satisfaction of
Engineer all complete. [SS/SP 100]
Prepare and supply of project record
(video documentary) of the site
before, during and after the site works
18 Set 1.0
as per technical specification and to
the satisfaction of Engineer. [SS/SP
100]
GIS Data Creation: Preparation and
submission of as built drawing
showing newly constructed road,
drainage structures, existing utilities
(electrical, telecommunication, water
19 and sewer lines) in a format suitable Job 1.0
for transferring to GIS database at the
completion of each section, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 100]
2.1.2 Site Clearance

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Clearing and Grubbing of forest
including uprooting, carrying and
disposing of vegetation, grass, bush,
sapling and trees of girth up to 300
1 mm(measured at a height of 1m above Sqm 1019482.6
the ground level), as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 200]
Felling Trees (the girth measured at a
height of 1m above ground level)
including cutting of trunks and
branches, removing the roots, stacking
serviceable materials and disposal of
unserviceable materials to suitable
2 place, all complete, as per Nos 2592.0
specification, rules of Department of
Forest and instruction of Engineer as
per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 200] i)
Above 300mm-600mm girth size
Felling Trees (the girth measured at a
height of 1m above ground level)
including cutting of trunks and
branches, removing the roots, stacking
serviceable materials and disposal of
unserviceable materials to suitable
3 place, all complete, as per Nos 1892.0
specification, rules of Department of
Forest and instruction of Engineer as
per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 200]
ii)Above 600mm-900mm girth size
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Felling Trees (the girth measured at a
height of 1m above ground level)
including cutting of trunks and
branches, removing the roots, stacking
serviceable materials and disposal of
unserviceable materials to suitable
4 place, all complete, as per Nos 2368.0
specification, rules of Department of
Forest and instruction of Engineer as
per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 200]
iii)Above 900mm - 1800mm girth size
Felling Trees (the girth measured at a
height of 1m above ground level)
including cutting of trunks and
branches, removing the roots, stacking
serviceable materials and disposal of
unserviceable materials to suitable
place, all complete, as per
5 Nos 371.0
specification, rules of Department of
Forest and instruction of Engineer as
per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 200]
iv)Above 1800mm - 2500mm girth
size
Felling Trees (the girth measured at a
height of 1m above ground level)
including cutting of trunks and
branches, removing the roots, stacking
serviceable materials and disposal of
unserviceable materials to suitable
6 place, all complete, as per Nos 98.0
specification, rules of Department of
Forest and instruction of Engineer as
per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 200]
v)Above 2500mm girth size
Dismantling of existing structures like
culverts, bridges, retaining walls and
other structure comprising of masonry,
cement concrete, wood work, steel
work, including scaffolding wherever
necessary, sorting the dismantled
Material, disposal of unserviceable
7 Material and stacking the serviceable Cum 32660.36
Material with all lifts and lead at
appropriate location as instructed by
the Engineer, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 200] i)Stone masonry in
cement sand mortar
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Dismantling of existing structures like
culverts, bridges, retaining walls and
other structure comprising of masonry,
cement concrete, wood work, steel
work, including scaffolding wherever
necessary, sorting the dismantled
Material, disposal of unserviceable
8 Cum 6736.5
Material and stacking the serviceable
Material with all lifts and lead at
appropriate location as instructed by
the Engineer, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 200] ii)Gabion masonry
Dismantling of existing structures like
culverts, bridges, retaining walls and
other structure comprising of masonry,
cement concrete, wood work, steel
work, including scaffolding wherever
necessary, sorting the dismantled
Material, disposal of unserviceable
9 Material and stacking the serviceable Cum 10256.23
Material with all lifts and lead at
appropriate location as instructed by
the Engineer, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 200] iii)Concrete (plain,
Reinforced and prestresses)
Dismantling of existing structures like
culverts, bridges, retaining walls and
other structure comprising of masonry,
cement concrete, wood work, steel
work, including scaffolding wherever
necessary, sorting the dismantled
Material, disposal of unserviceable
10 Cum 3244.0
Material and stacking the serviceable
Material with all lifts and lead at
appropriate location as instructed by
the Engineer, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 200] iv)Dry stone masonry
Dismantling of existing structures like
culverts, bridges, retaining walls and
other structure comprising of masonry,
cement concrete, wood work, steel
work, including scaffolding wherever
necessary, sorting the dismantled
Material, disposal of unserviceable
11 Material and stacking the serviceable Rm 762.0
Material with all lifts and lead at
appropriate location as instructed by
the Engineer, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 200] v)Hume Pipe upto
600mm dia
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Dismantling of existing structures like
culverts, bridges, retaining walls and
other structure comprising of masonry,
cement concrete, wood work, steel
work, including scaffolding wherever
necessary, sorting the dismantled
Material, disposal of unserviceable
12 Material and stacking the serviceable Rm 1511.0
Material with all lifts and lead at
appropriate location as instructed by
the Engineer, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 200] vi)Hume Pipe above
900mmdia
Dismantling of existing structures like
culverts, bridges, retaining walls and
other structure comprising of masonry,
cement concrete, wood work, steel
work, including scaffolding wherever
necessary, sorting the dismantled
Material, disposal of unserviceable
13 Cum 864.75
Material and stacking the serviceable
Material with all lifts and lead at
appropriate location as instructed by
the Engineer, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 200] vii) Brick masonry
Dismantling of existing structures like
culverts, bridges, retaining walls and
other structure comprising of masonry,
cement concrete, wood work, steel
work, including scaffolding wherever
necessary, sorting the dismantled
Material, disposal of unserviceable
14 Mt 289.12
Material and stacking the serviceable
Material with all lifts and lead at
appropriate location as instructed by
the Engineer, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 200] viii)Steel Works
Dismantling of existing structures like
culverts, bridges, retaining walls and
other structure comprising of masonry,
cement concrete, wood work, steel
work, including scaffolding wherever
necessary, sorting the dismantled
Material, disposal of unserviceable
15 rm 4530.84
Material and stacking the serviceable
Material with all lifts and lead at
appropriate location as instructed by
the Engineer, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 200] ix)Railing/ fencing
Dismantling of existing structures:
Electric Poles of following types and
16 size with channels, Insulators all Set 1059.0
complete. i) 11 M / 9 M Steel
Tubular Pole
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Dismantling of existing structures:
Electric Poles of following types and
17 Set 46.0
size with channels, Insulators all
complete. Ii)LT Steel Pole (8 M)
Dismantling of existing structures:
Electric Poles of following types and
18 size with channels, Insulators all Set 646.0
complete. iii)11 M/9 M PSC
Concrete Pole
Dismantling of existing structures:
Electric Poles of following types and
19 size with channels, Insulators all Set 118.0
complete. iv)LT 8 M PSC Concrete
Pole
Dismantling of existing structures:
Electric Poles of following types and
20 Set 10.0
size with channels, Insulators all
complete. v)8 M Wooden Pole
Dismantling of existing structures:
21 Conductors (ACSR) of foloowing Km 116.75
sizes. i)30 Sq.mm
Dismantling of existing structures:
22 Conductors (ACSR) of foloowing Km 206.31
sizes. ii)50 Sq.mm
Dismantling of existing structures:
23 Conductors (ACSR) of foloowing Km 168.8
sizes. iii)100 Sq.mm
Dismantling of existing structures:
24 Set 347.0
Stay sets. i)Single

Dismantling of existing structures:


25 Set 39.0
Stay sets: ii)Double

Dismantling of existing structures:


26 Set 16.0
Telephone Cabinet

Dismantling of existing structures:


27 Set 127.0
Steel Telephone Poles

Dismantling of existing structures:


28 Set 102.0
Solar Lights
Scarifying Existing Bituminous Road
Surface, to a depth of 50mm and
disposal of scarified materials with all
29 Sqm 340605.0
lifts and lead as per Drawing and
instruction of the Engineer all
complete. [SS/SP 1003]
Dismantling of Kilometer Stone:
Dismantling of kilometer stone
including cutting of earth, foundation
and disposal of dismantled Material
with all lifts and at appropriate
30 Nos 8.0
location as instructed by the Engineer
and back filling of pit, as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 200]: i)5 Km Post
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Dismantling of Kilometer Stone:
Dismantling of kilometer stone
including cutting of earth, foundation
and disposal of dismantled Material
with all lifts and at appropriate
31 Nos 32.0
location as instructed by the Engineer
and back filling of pit, as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 200] ii)1 Km Post
2.1.3 Earthworks

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Roadway Excavation in all types of
soil as per Drawing and technical
specifications including removal of
stumps and other deleterious matter,
1 Cum 416104.0
all lifts and lead, as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 900]
Loosening, leveling and Compacting
original ground supporting
embankment to facilitate placement of
first layer of embankment, scarified to
a depth of 150 mm, mixed with water
2 Cum 1019482.6
at OMC and then compacted by
rolling so as to achieve dry density, as
per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1000]
Construction of Embankment with
suitable. Providing, laying, spreading
and compacting including slope
compaction embankment with suitable
3 Cum 799726.7
material,as per design drawings,
technical specification and to the
satisfaction of Engineer all complete .
[SS/SP 909, 910]
2.1.4 Structures (Retaining Wall Structure Side Drains Cross Drainage Structure including Protection Work

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Retaining Structures: Earth work in
Excavation of Foundation of
structures, in all types of soil including
construction of shoring and bracing,
removal of stumps and other
1 deleterious matter and backfilling with Cum 32523.0
approved Material, as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete all complete.
[SS/SP 900]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Retaining Structures: Providing and
laying of Stone Soling/Packing Works
for levelling in line and level, as per
2 Cum 3252.3
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2600]
Retaining Structures: Providing and
placing machine mixed Cement
Concrete in M15/40 for PCC works
with crushed stone aggregates
including form works (F1 finish),
3 Cum 2168.2
compaction, curing, testing, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete all complete.
[SS/SP 2000]
Retaining Structures: Providing and
placing machine mixed Cement
Concrete in M25/20 for RCC works
with crushed stone aggregate
4 including form works (F 3 finish) and Cum 15024.4
staging, compaction, curing, testing,
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2000]
Retaining Structures: Providing and
laying , fitting and placing HYSD bar
reinforcement for RCC structure, as
5 Mt. 1177.67
per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2000]
Retaining Structures: Providing and
fixing of Reinforced Soil Wall
Structure with M35/20 Precast
Reinforced Concrete Panel Facia with
Flexible Para web as primary
reinforcement for composite soil
reinforcement system, made of
polyester core with polyethylene
6 Sqm 17625.0
coating with design life &gt;100 years
with light and heavy cavity connectors
and covers, I bolts, EPDM Pads,
Laying of Geo-textiles, drainage
gallery filling with boulders etc. as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 301]
Cross Drainage and Animal Pass
Structures: Earth work in
Excavation of Foundation of
structures, in all types of soil including
construction of shoring, bracing and
7 dewatering, removal of stumps and Cum 30310.07
other deleterious matter and
backfilling with approved Material, as
per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 900]
Cross Drainage and Animal Pass
Structures: Providing and laying of
Stone Soling/Packing Works for
8 levelling in line and level, as per Cum 7502.22
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2600]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Cross Drainage and Animal Pass
Structures: Providing and placing
machine mixed Cement Concrete in
M15/40 for PCC works with crushed
9 aggregates including form works (F1 Cum 4061.1
finish), compaction, curing, testing, as
per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2000]
Cross Drainage and Animal Pass
Structures: Providing and placing
machine mixed Cement Concrete in
M25/20 for RCC works for box
culverts pre cast/ cast in situ, with
crushed stone aggregate including
10 Cum 22834.93
form works (F 3 finish) and staging,
compaction, curing, testing, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP
2000/3100]
Cross Drainage and Animal Pass
Structures: Providing and placing
machine mixed Cement Concrete in
M30/20 for Box culverts pre cast/ cast
in situ,with crushed stone aggregate
11 including form works (F 3 finish) and Cum 994.15
staging, compaction, curing, testing,
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP
2000/3100]
Cross Drainage and Animal Pass
Structures: Providing and laying ,
fitting and placing HYSD bar
reinforcement for Box culverts pre
12 Mt. 2603.99
cast/ cast in situ, as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 2000/3100]
Cross Drainage and Animal Pass
Structures: Providing laying and
assembling machine made
mechanically woven double twisted
crates / mattress for Gabion structure
for retaining earth with diaphragm
including rolling, cutting weaving ,
placing, laying sides and diaphragms
with binding wire placing in position
including stretching; forming
13 Sqm 44154.0
compartments; tying the sides and
diaphragms with binding wire in each
mesh; tying with bracing wires and tie
wires; and tying down the lid. Heavy
zinc coated Hexagonal mesh type 100
mm x 120 mm, mesh wire 3 mm,
selvage wire 3.9 mm, lacing wire 2.4
mm, as per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2400]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Cross Drainage and Animal Pass
Structures: Providing and filling
stone/boulder in gabion
boxes/mattress etc.. Including
14 Cum 61891.5
dressing, bedding, bonding, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2400]
Foundation Excavation for laying of
pre cast drain and other works in all
types of Soil by Mechanical Means
Road way Excavation in all types of
soil as per Drawing and technical
15 specifications including removal of Cum 41282.61
stumps and other deleterious matter,
all lifts and lead, as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 900]
Providing and placing machine mixed
Cement Concrete in M25/20 for RCC
longitudional drain pre cast/ cast in
situ with crushed stone aggregate
including form works (F 3 finish) and
16 Cum 16023.05
staging, compaction, curing, testing,
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP
2000/3100]
Providing and laying , fitting and
placing HYSD bar reinforcement for
RCC longitudional drain pre cast/ cast
17 in situ,as per design drawings, Mt 1308.42
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2000/3100]
Providing and laying of Stone
Soling/Packing Works for levelling
in line and level, as per design
18 Cum 4935.46
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 2600]
Providing and placing machine mixed
Cement Concrete in M15/40 for PCC
works with crushed aggregates
including form works (F1 finish),
19 Cum 3290.3
compaction, curing, testing, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2000]
2.1.5 Pavement Works

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and laying Caping Layer:
Providing and laying sub-grade with
approved Material obtained from
1 borrow pits as per design drawings, Cum 20536.51
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 1000]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Construction of Subgrade by
compacting Original Ground
supporting sub-grade. Loosening of
the ground up to a level of 250 mm
2 below the sub-grade level, watered, Sqm 107255.0
graded and compacted in layers as
per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1000]
Providing and laying Granular Sub-
Base Material on prepared surface,
mixing at OMC, and compacting to
achieve the desired density, as per
3 Cum 325898.62
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1200]

Providing, laying, spreading and


compacting graded crushed stone
aggregate to Wet Mix Macadam
specification including premixing the
Material with water at OMC laying in
uniform layers by paver finisher in
4 Base Course on well prepared surface Cum 202393.72
and compacting to achieve required
density as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 1200]

Providing and applying Prime Coat


MC30/70 by Mechanical Means with
Hot Bitumen (including cutter) on
prepared surface of granular base
including cleaning of road surface and
5 ltr 1058427.1
spraying by mechanical means as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1300]

Providing and applying Tack Coat


with hot Bitumen (VG-30) by
Mechanical Means at specified rate i)
over the non-bituminous (base course
and ii) bituminous surfaces (DBM)
6 ltr 824595.94
including cleaning as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 1300]

Providing and laying in uniform layers


by paver finisher Dense Bituminous
Macadam using crushed aggregates of
specified grading, premixed with
7 bituminous binder (VG-30) and filler, Cum 43836.43
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete . [SS/SP 1300]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and laying in uniform layers
by paver finisher Bituminous Concrete
/ Asphalt Concrete using crushed
aggregates of specified grading,
premixed with bituminous binder
8 Cum 40628.76
(VG-30) and filler as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete all complete. [SS/SP 1300]

2.1.6 Road Furniture and Traffic Safety Measures

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Median, Kerbs and Footpath:
Providing and laying Median and
Island above road level with approved
Material deposited including
1 Cum 87316.8
compaction as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 1200]
Median, Kerbs and Footpath:
Supplying & laying of 1.5mm thick
HDPE Geomembrane of standard
quality over the prepared median base
in proper line and slope including
2 lining and joining the sheets with Sqm 144128.0
approved technology for 100% water
tightness as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 3113]
Median, Kerbs and Footpath:
Providing and laying Subsurface
Drain in the base of median with
perforated pipe of 160 mm internal
diameter of HDPE closely jointed, and
wrapped with geo-textile, perforations
ranging from 3 mm to 6 mm
3 depending upon size of crushed stone Rm 37520.0
filter material surrounding the pipe,
with 150 mm bedding below the pipe
and 300 mm cushion above the pipe,
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 3100,
2404]
Median, Kerbs and Footpath:
Providing and laying of M25 grade
cement concrete Half Battered Kerb
with 12 mm thick 1:3 cement sand
mortar bedding and joints including
foundation excavation levelling but
4 Rm 199538.52
excluding foundation concrete for
foundation or sand gravel material, as
per Drawing and Technical
Specifications all complete. [SS/SP
1400], Type A (L=300mm,
Breadth=165mm, Height=325mm)
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Median, Kerbs and Footpath:
Providing and placing machine mixed
Cement Concrete in M15/40 for PCC
works with crushed aggregates
5 including form works (F1 finish), Cum 3140.9
compaction, curing, testing, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2000]
Median, Kerbs and Footpath:
Providing and placing machine mixed
Cement Concrete in M20/40 for PCC
works with crushed aggregates
6 including form works (F1 finish), Cum 1229.4
compaction, curing, testing, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2000]
Median, Kerbs and Footpath:
Providing and laying Granular Sub-
Base Material for base of footpath,
mixing at OMC, and compacting to
7 achieve the desired density, as per Cum 9822.13
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1200]

Median, Kerbs and Footpath:


Providing and laying min M25 multi
blended Interlocking Concrete Block
of 60mm thick with tectile blocks as
required for footpath confirming NS
8 standard over 50mm thick stone dust Sqm 65480.84
bed in footpath including excavation
for sand bedding, as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP1400]
Median, Kerbs and Footpath:
Foundation Excavation for brick
masonry works to support footpath
edge in all types of soil including back
9 Cum 1523.2
filling after completion of work, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 900]
Median, Kerbs and Footpath:
Providing and laying of Stone
Soling/Packing Works for levelling
10 in line and level, as per design Cum 1142.41
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 2600]
Median, Kerbs and Footpath:
Providing and laying Brick Masonry
Work at the edge of the foot path in 1:
4 Cement mortar in structure
11 Cum 3038.35
complete, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2500]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Median, Kerbs and Footpath:
Providing,fencing and erecting 50mm
dia GI steel pipe foot path railing in 3
rows on precast M20 grade RCC
vertical posts 1.8 metres high (1.2m
12 Rm 5770.0
above GL) with 3 holes 50mm dia for
pipe, fixed 2 metres center to centre,as
per design drawings, technical
specification and to the satisfaction of
Engineer all complete . [SS/SP 3100]
Providing and fixing of Retro-
Reflectorized Warning, Regulatory
and Informatory Sign made of high
intensity grade sheeting, fixed over
aluminum sheeting, mild steel channel
iron post 75mmx40mmx6mm firmly
fixed to the ground by means of
13 properly designed foundation with Nos 195.0
M10/40 grade cement concrete
30cmx30cm,30cm below ground level
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1500]
i)Type A: 90 cm equilateral Traingle,
with single MS Channel 75x40x6mm
Providing and fixing of Retro-
Reflectorized Warning, Regulatory
and Informatory Sign made of high
intensity grade sheeting, fixed over
aluminum sheeting, mild steel channel
iron post 75mmx40mmx6mm firmly
fixed to the ground by means of
14 properly designed foundation with Nos 170.0
M10/40 grade cement concrete
30cmx30cm,30cm below ground level
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1500]
ii)Type B: 75 cm circular, with single
MS Channel 75x40x6mm
Providing and fixing of Retro-
Reflectorized Warning, Regulatory
and Informatory Sign made of high
intensity grade sheeting, fixed over
aluminum sheeting, mild steel channel
iron post 75mmx40mmx6mm firmly
fixed to the ground by means of
properly designed foundation with
15 Nos 30.0
M10/40 grade cement concrete
30cmx30cm,30cm below ground level
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1500]
iii)Type C: 80 cm x 60 cm
rectangular, with single MS Channel
75x40x6mm
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and fixing of Retro-
Reflectorized Warning, Regulatory
and Informatory Sign made of high
intensity grade sheeting, fixed over
aluminum sheeting, mild steel channel
iron post 75mmx40mmx6mm firmly
fixed to the ground by means of
properly designed foundation with
16 Nos 72.0
M10/40 grade cement concrete
30cmx30cm,30cm below ground level
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1500]
iv)Type D: 60 cm x 45 cm
rectangular, with single MS Channel
75x40x6mm
Providing and fixing of Retro-
Reflectorized Warning, Regulatory
and Informatory Sign made of high
intensity grade sheeting, fixed over
aluminum sheeting, mild steel channel
iron post 75mmx40mmx6mm firmly
fixed to the ground by means of
17 properly designed foundation with Nos 45.0
M10/40 grade cement concrete
30cmx30cm,30cm below ground level
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1500]
v)Type E: 50 cm x 100 cm rectangular
hazard plate, with MS channel
Providing and fixing of Retro-
Reflectorized Warning, Regulatory
and Informatory Sign made of high
intensity grade sheeting, fixed over
aluminum sheeting, mild steel channel
iron post 75mmx40mmx6mm firmly
fixed to the ground by means of
properly designed foundation with
18 M10/40 grade cement concrete Nos 97.0
30cmx30cm,30cm below ground level
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1500]
vi)Type F: 130 cm x 90 cm Route
Confirmation, Place Identification,
Bridge Name Plate etc., with double
MS Channel 75x40x6mm
Providing and erecting galvanized
Steel Trusses for Over Head signs
with vertical and lateral clearance as
per drawing and installed structural
19 Mt. 28.9
design requirements, as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete.[ SS/SP 1500]
Providing and erecting over head signs
with a corrosion resistant 2mm thick
aluminum alloy sheet reflectorized
with micropris maticretro-reflective
20 Sqm 252.0
type over a designed support system,
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete.[ SS/SP 1500]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and Painting two coats after
filling the surface with synthetic
enamel paint in all shades on concrete
21 / plaster surfaces, as per design Sqm 7332.53
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 1500]
Providing and laying of Hot applied
thermoplastic compound at least 2mm
thick including reflectorizing glass
beads as per DOR Traffic sign
manual/Specifications.The finished
22 Sqm 28927.5
surface to be level, uniform and free
from streaks and holes, as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete.[SS/SP 1500]
Providing and laying of Hot applied
thermoplastic compound at least 5mm
thick including reflectorizing glass
beads as per DOR Traffic sign
manual/Specifications.The finished
23 Sqm 432.0
surface to be level, uniform and free
from streaks and holes, as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete.[SS/SP 1500]
Providing and fixing of Road Stud
100x100mm,die-cast in aluminum,
resistant to corrosive effect of saltand
grit, fitted with lenses reflectors,
installed in concrete or as phaltic
surface by drilling hole 30mm upto
24 Nos 770.0
adepth of 60 mm and bedded
inasuitable bituminous grout or epoxy
mortar, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 1500]
Providing and Fixing Reinforced
cement concrete M20 grade Kilometer
Post including painting and printing,
25 as per design drawings, technical Nos 16.0
specification and to the satisfaction of
Engineer all complete. [SS/SP 1500]
i)Standard Fifth kilometer post
Providing and Fixing Reinforced
cement concrete M20 grade Kilometer
Post including painting and printing,
26 as per design drawings, technical Nos 64.0
specification and to the satisfaction of
Engineer all complete. [SS/SP 1500]
ii)Standard one Kilometer post
Providing and installation of 150 mm
* 150 mm 1.5 m long RCC M20 grade
(with F3 finish form works)
Delineators (road way indicators,
hazard markers, object markers), 80-
100 cm high above ground level,
27 nos. 770.0
painted black and white in 20 cm wide
strips and with reflective element,
buried or pressed into the ground as
per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1500]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and Fixing Reinforced
Cement Concrete Crash Barrier at the
edges of the road, approaches to
bridge structures and medians,
constructed with M-30 grade concrete
with HYSD reinforcement and dowel
bars 25 mm dia, 450 mm long at
28 Rm 300.0
expansion joints filled with pre-
molded asphalt filler board, keyed to
the structure on which it is built and
installed as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 1500]
Providing and erecting a "W" metal
beam crash Barrier comprising of 3
mm thick corrugated sheet metal beam
rail, 70 cm above road/ground level,
fixed on ISMC series channel vertical
post, 150 x 75 x 5 mm spaced 2 m
center to center, 1.8 m high, 1.1 m
29 Rm 9654.0
below ground/road level metal beam
rail to be fixed on the vertical post
with a spacer of channel section 150 x
75 x 5 mm, 330 mm long as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1500]
Providing and erecting a "Thrie" metal
beam crash barrier comprising of 3
mm thick corrugated sheet metal beam
rail, 85 cm above road/ground level,
fixed on ISMC series channel vertical
post, 150 x 75 x 5 mm spaced 2 m
center to center, 2.1 m high, 1.3 m
30 Rm 2688.0
below ground/road level metal beam
rail to be fixed on the vertical post
with a spacer of channel section 150 x
75 x 5 mm, 546 mm long, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1500]
Providing and erecting a "Under-run"
metal beam crash barrier comprising
of 3 mm thick corrugated sheet metal
beam rail, 70 cm above road/ground
level, fixed on ISMC series channel
vertical post, 150 x 75 x 5 mm spaced
2 m center to center, 1.8 m high, 1.1 m
31 below ground/road level metal beam Rm 500.0
rail to be fixed on the vertical post
with a spacer of channel section 150 x
75 x 5 mm, 330 mm long as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1500]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Street Lighting Supply delivery,
Installation,Testing and
Commissioning of Solar Street
Lights system & necessary fixing
materials (Supply, delivery, errection,
concreting of full galvanized street
light pole, 9 Mtr. Single armed with
dimensions as per drawing
(approximate weight = 105 kg) ,Solar
Module- GP Mono-Crystalline, 150
W/24 V including pole mounted
accessories,GEL-Tubular Battery, 150
32 Set 810.0
Ah@ C10,12 V including battery box
and necessary accessories , LED
Street Light 40W (above 100 Lumens
per watt) with 20 Amps MPPT Charge
Controller and D2D and dimming
function and Balance of System ( 2.5
mm2/ 1.5 mm2 UV cables, nut Bolt
and Concrete foundation etc with
necessary accessories ) as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 1500]
Street Lighting Supply delivery,
Installation,Testing and
Commissioning of Solar Street
Lights system & necessary fixing
materials (Supply, delivery, errection,
concreting of full galvanized street
light pole, 9 Mtr.Double armed with
dimensions as per drawing
(approximate weight = 125 kg) , Solar
Module- GP Mono-Crystalline, 2 sets
of 150 W/24 V including pole
mounted accessories, GEL-Tubular
33 Battery, 2 sets of 150 Ah@ C10,12 V Set 405.0
including battery box and necessary
accessories , LED Street Light 2 sets
of 40W (above 100 Lumens per watt)
with 20 Amps MPPT Charge
Controller and D2D and dimming
function and Balance of System ( 2.5
mm2/ 1.5 mm2 UV cables, nut Bolt
and Concrete foundation etc with
necessary accessories) as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 1500]
Providing and making of Rumble
Strips with M30 concrete, 15-20 mm
depth at center, 100 mm wide placed
at 30 cm center to center at approved
34 locations to control speed,as per Sqm 1929.0
design drawings, technical
specification and to the satisfaction of
Engineer all complete . [SS/SP
1500/2000]
Providing and installation of 1.2 m
height Median Fencing for control of
unuthorized corssing of the highway,
35 Rm 9220.5
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 3115]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supplying, installing, testing,
commissioning, remote monitoring
and providing advice on operation and
maintenance of Traffic Signal
including foundation works, erection,
36 Nos 4.0
cabling, conduits, accessories, as per
design drawings, trraffic sign manual
of DOR and to the satisfaction of
Engineer all complete.[SS/SP 1520]
i)Cross Junction
Supplying, installing, testing,
commissioning, remote monitoring
and providing advice on operation and
maintenance of Traffic Signal
including foundation works, erection,
37 Nos 3.0
cabling, conduits, accessories, as per
design drawings, trraffic sign manual
of DOR and to the satisfaction of
Engineer all complete.[SS/SP 1520]
ii)T-Junction
Supplying, installing, testing,
commissioning, remote monitoring
and providing advice on operation and
maintenance of Traffic Signal
including foundation works, erection,
38 nos 10.0
cabling, conduits, accessories, as per
design drawings, trraffic sign manual
of DOR and to the satisfaction of
Engineer all complete.[SS/SP 1520]
iii)Pedestrian crossings
Providing and construction (including
solar light system) of Bus Stop at bus
39 bay, all complete as per design Nos 33.0
drawings and to the satisfaction of
Engineer. [SS/SP 1500]
2.1.7 Road Miscellaneous Works

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Earth work in excavation of
foundation in all types of soil of
structures, including construction of
shoring and bracing, removal of
stumps and other deleterious matter
1 Cum 8062.21
and backfilling with approved
Material, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 900]
Providing and laying of Stone
Soling/Packing Works for levelling
in line and level, as per design
2 Cum 1515.33
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 2600]
Providing and placing machine mixed
Cement Concrete in M15/40 for PCC
works with crushed aggregates
including form works (F1 finish),
3 Cum 1521.28
compaction, curing, testing, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2000]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and laying of Stone
Masonry Work in Cement Mortar 1:4
in Foundation, as per design drawings,
4 Cum 585.5
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2600]
Providing and laying Brick Masonry
Work in 1:4 Cement mortar in
structure complete, as per design
5 Cum 1000.0
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 2500]
Providing and placing machine mixed
Cement Concrete in M25/20 for RCC
works with crushed stone aggregate
including form works (F 3 finish) and
6 Cum 2020.06
staging, compaction, curing, testing,
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2000]
Providing and placing machine mixed
Cement Concrete in M30/20 for RCC
works with crushed stone aggregate
including form works (F 3 finish) and
7 Cum 96.15
staging, compaction, curing, testing,
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2000]
Providing and laying , fitting and
placing HYSD bar reinforcement for
RCC structure, as per design
8 Mt. 219.11
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 2000]
Providing and Laying Reinforced
Cement Concrete Flush jointed Hume
Pipe for drain works Providing and
Laying Reinforced cement concrete
NP3 Flush jointed pipe for culverts
9 Rm 340.0
including fixing with cement mortar 1:
2 as per design drawings, technical
specification and to the satisfaction of
Engineer all complete all complete.
[SS/SP 700] i)600 mm internal dia.
Providing and Laying Reinforced
Cement Concrete Flush jointed Hume
Pipe for drain works Providing and
Laying Reinforced cement concrete
NP3 Flush jointed pipe for culverts
10 Rm 60.0
including fixing with cement mortar 1:
2 as per design drawings, technical
specification and to the satisfaction of
Engineer all complete all complete.
[SS/SP 700] ii)900 mm internal dia.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing laying and assembling
machine made mechanically woven
double twisted crates / mattress for
Gabion structure for retaining earth
with diaphragm including rolling,
cutting weaving , placing, laying sides
and diaphragms with binding wire
placing in position including
stretching; forming compartments;
tying the sides and diaphragms with
binding wire in each mesh; tying with
11 Sqm 11399.0
bracing wires and tie wires; and tying
down the lid all complete as per
technical specification, drawing and
instruction of Engineer.
Heavy zinc coated Hexagonal mesh
type 100 mm x 120 mm, mesh wire 3
mm, selvage wire 3.9 mm, lacing wire
2.4 mm, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2400]
Providing and filling stone/boulder in
gabion boxes/mattress etc.. Including
dressing, bedding, bonding, as per
12 Cum 2072.0
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2400]
2.2 Bridge Construction Work

2.2.1 FOUNDATION AND SUBSTRUCTURE

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Earthwork in Excavation for
foundation of structure in all type of
soil including shoring, struting,
bracing, dewatering and disposal with
necessary haulage and lift, removal of
stumps and other deleterious matter
1 Cum 26775.2
and backfilling in foundation and
behind the aboutment with approved
Material as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 900]
Providing and laying of Stone
Soling/Packing Works for levelling
in line and level, as per design
2 Cum 1982.62
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 2600]
Providing and laying Granular sub-
base on prepared surface, mixing at
OMC, and compacting to achieve the
desired density, complete as per
3 Cum 837.29
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1200]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and placing machine mixed
Cement Concrete in M15/40 for PCC
works with crushed aggregates
including form works (F1 finish),
4 Cum 1320.08
compaction, curing, testing, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2000]
Providing and placing machine mixed
Cement Concrete M30/20, with
crushed stone aggaregate including
compaction, curing, testing and
necessary lead, including necessary
5 Cum 8059.6
form works [F1 Finish] as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 1800 and 2000]

Providing machine mixed Cement


Concrete M35/20 for Pile, with
crushed stone aggregate, and placing
of concrete using hopper, tremie pipes,
crane, compaction, curing, testing and
6 Cum 7426.82
necessary lead, as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete.[SS/SP 2000]

Providing, boring and installing Bored


Cast-in-situ RCC Pile including
installation of Perrmanent MS Casing
from bottom of pile cap to 0.5m below
the maximum scour level excluding
Reinforcement and Concrete,
including all consumables, and
7 Rm 6998.0
removal of excavated earth with
necessary lifts and lead as per Design
Drawing, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 1600] i)Pile
diameter - 1000 mm

Providing, boring and installing Bored


Cast-in-situ RCC Pile including
installation of Perrmanent MS Casing
from bottom of pile cap to 0.5m below
the maximum scour level excluding
Reinforcement and Concrete,
including all consumables, and
8 Rm 1680.0
removal of excavated earth with
necessary lifts and lead as per Design
Drawing, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 1600] ii)Pile
diameter - 1200 mm

Providing and laying , fitting and


placing un-coated Mild steel / HYSD
reinforcement in foundations as per
design drawings, technical
9 Mt 1393.09
specification and to the satisfaction of
Engineer all complete. [SS/SP 2000]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and driving Sheet Piles for
the protection of existing structure
10 upon the instruction from the Engineer Sqm. 6900.0
and as per technical specification all
complete. [SS/SP 1600]
Providing and placing machine mixed
Cement Concrete M30/20, with
crushed aggregate with weep holes of
110 mm dia HDPE pipe including
compaction, curing, testing and
11 necessary lead, including necessary Cum 5095.79
form works [F3 Finish] as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 1800/2000]

Providing and laying , fitting and


placing HYSD bar reinforcement in
substructure complete as per design
12 drawings, technical specification and Mt 528.21
to the satisfaction of Engineer all
complete. [SS/SP 2000]

Providing and filling with graded


Pervious Filter Material behind
abutment in layer with necessary
watering and compaction, as per
13 design drawings, technical Cum 1956.22
specification and to the satisfaction of
Engineer all complete all complete.
[SS/SP 900]

Providing, laying and fixing of


Geotextile (filter fabric) as per design
drawings, technical specification and
14 Sqm 3260.26
to the satisfaction of Engineer all
complete. [SS/SP 2400]

2.2.2 SUPER STRUCTURE

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and placing machine mixed
Cement Concrete M30/20 for Deck
Slab with crushed aggregate including
compaction, curing, testing and
necessary lead, including necessary
1 Cum 3138.18
form works [F3 Finish] as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete.[SS/SP 1800 and 2000]

Providing and applying Tack coat with


hot Bitumen (VG-30) at specified
rate on the prepared non-
bituminous/bituminous surfaces
2 Ltr 10675.68
including cleaning as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 1300]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and laying Bituminous
concrete/ Asphalt concrete using
crushed aggregates of specified
grading, premixed with bituminous
3 Cum 629.87
binder (VG-30) and filler as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1300]
Providing and placing machine mixed
Cement Concrete M45/20 for Post
tensioned Precast Main Girders, with
crushed stone aggregates including
compaction, curing, testing and
necessary lead, including necessary
4 Cum 2270.42
form works [F3 Finish] as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 1800, 2000 and
2100]

Providing and placing machine mixed


Cement Concrete M45/20 for Cross
Girders, with crushed stone aggregate
including compaction, curing, testing
and necessary lead, including
5 necessary form works [F3 Finish] as Cum 307.67
per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1800
and 2000]

Providing and placing machine mixed


Cement Concrete M30/20 for Main
Girders, with crushed aggregate
including compaction, curing, testing
and necessary lead, including
6 necessary form works [F3 Finish] and Cum 973.18
staging as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 1800, 2000 and 2100]

Providing and placing machine mixed


Cement Concrete M30/20 for Cross
Girders, with crushed aggregate
including compaction, curing, testing
and necessary lead, including
7 necessary form works [F3 Finish] and Cum 176.84
staging as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 1800 and 2000]

Providing and placing machine mixed


Cement Concrete M30/20 for Crash
Barrier, with crushed stone aggregate
including compaction, curing, testing
and necessary lead, including
8 necessary form works [F3 Finish] as Cum 587.97
per design drawings, technical
specification and to the satisfaction of
Engineer all complete all complete.
[SS/SP 1800 and 2000]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing, fittingand fixing High
Tensile Steel Wires/Strands (Tendons)
including all accessories for stressing
9 opeation and grouting as per design Mt 194.36
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 2100]
Providing and laying , fitting and
placing HYSD bar reinforcement in
superstructure complete as per design
10 drawings, technical specification and Mt 911.91
to the satisfaction of Engineer all
complete all complete. [SS/SP 2000]

Lifting, Transporting (from yard to


bridge site) and installation of the pre-
cast bridge girder to the rquired line
and level as shown in the drawing, as
11 Nos 62.0
per technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2119] {* this rate is applicable
for various sized of precast girder}
Providing and fixing of Expansion
Joints (Strip Seal Type) including
necessary assesories, as per design
12 drawings, technical specification and Rm 427.05
to the satisfaction of Engineer all
complete. [SS/SP 1900]

Providing and fixing of Expansion


Joints (Slab Seal Type) including
necessary assesories, as per design
13 drawings, technical specification and Rm 208.05
to the satisfaction of Engineer all
complete. [SS/SP 1900]

Providing and fixing of POT-PTEE


Bearing as per design drawings,
technical specification and to the
14 Nos 124.0
satisfaction of Engineer all complete.
[1900]

Providing and fixing of Elastomeric


Bearing as per design drawings,
technical specification and to the
15 Nos 212.0
satisfaction of Engineer all complete.
[1900]

Providing and fixing of Drainage


Spouts as per design drawings,
technical specification and to the
16 Nos 725.0
satisfaction of Engineer all complete.
[3100]

Providing and fixing of facotry


fabricated GI Pipe Ralling as per
design drawings, technical
17 specification and to the satisfaction of Kg 54684.42
Engineer all complete.[2200 and
3100]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and fixing of Steel Plates
and other parts including utility
hangers as per design drawings,
18 technical specification and to the Mt 156.35
satisfaction of Engineer all complete.
[SS/SP 2200]

2.2.3 Structure Works

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and placing machine mixed
Cement Concrete M25/20 for Box
Bridge, with crushed stone aggregate
including compaction, curing, testing
and necessary lead, including
1 necessary form works [F3 Finish] as Cum 7309.21
per design drawings, technical
specification and to the satisfaction of
Engineer all complete.[SS/SP 1800
and 2000]

Providing and laying , fitting and


placing HYSD bar reinforcement in
substructure complete as per design
2 drawings, technical specification and Mt 756.85
to the satisfaction of Engineer all
complete. [SS/SP 2000]

Providing and laying 12.5 mm thick


cement plaster on ceiling surface with
1:3 cement sand mortar in perfecrt
line and level including scaffolding,
3 Sqm 3112.86
curing etc. as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 1500]
Providing and Applying One Coat of
self primer and Two or more Coat of
Enamel Painting or equivalent as
4 Exterior Coating as per design Sqm 3112.86
drawings, technical specification and
to the satisfaction of Engineer all
complete.[SS/SP 1500]
Applying One Coat of self primer and
Two or more Coat of Enamel Painting,
5 as per design drawings, technical Sqm 2489.62
specification and to the satisfaction of
Engineer all complete.[SS/SP 1500]
Providing, fabricating and fixing of
MS Railing for Overhead Pedestrian
crossing as per design drawings,
6 Mt 67.48
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2200]
2.3 River Training Work

2.3.1 Civil Work


Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Earthwork in Excavation for
foundation of structure in all type of
soil including shoring, struting,
bracing, dewatering and disposal with
necessary haulage and lift, removal of
1 stumps and other deleterious matter Cum 5417.39
and backfilling with approved
Material as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 900]
Construction of Embankment with
suitable. Providing, laying, spreading
and compacting including slope
compaction embankment with borrow
2 Cum 1686.38
material, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 1000]
Providing laying and assembling
machine made mechanically woven
double twisted crates / mattress for
Gabion structure for retaining earth
with diaphragm including rolling,
cutting weaving , placing, laying sides
and diaphragms with binding wire
placing in position including
stretching; forming compartments;
tying the sides and diaphragms with
binding wire in each mesh; tying with
3 Sqm 66972.16
bracing wires and tie wires; and tying
down the lid all complete as per
technical specification, drawing and
instruction of Engineer.
Heavy zinc coated Hexagonal mesh
type 100 mm x 120 mm, mesh wire 3
mm, selvage wire 3.9 mm, lacing wire
2.4 mm, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2400]
Providing and filling stone/boulder in
gabion boxes/mattress etc.. Including
dressing, bedding, bonding, as per
4 Cum 14199.14
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2400]
Providing, laying and fixing of
Geotextile (filter fabric) as per design
drawings, technical specification and
5 Sqm 6269.54
to the satisfaction of Engineer all
complete. [SS/SP 2400]

River Chanalization including debris


clearance in all types of soil and
disposal to the appropriate location as
instructed by the Engineer, as per
6 Cum 3550.0
design drawings, technical
specification and to the satisfaction of
Engineer all complete all complete.
[SS/SP 2900, 900]
2.3.2 Bridge Miscellaneous Works
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Pile Testing Works : Conducting
PDA-Pile Dynamic Analizer test on
working piles including analysis and
reporting per bridge as per design
1 Nos 46.0
drawings, technical specification,
general practice and to the satisfaction
of Engineer all complete. [SS/SP
1600]
Pile Testing Works : Conducting
Static Pile load test on working piles
including analysis and reporting per
2 bridge as per design drawings, Nos 14.0
technical specification, general
practice and to the satisfaction of
Engineer all complete. [SS/SP 1600]
2.3.3 Bridge-Repair and Rehabilitation

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Removal of existing asphaltic wearing
coat asphaltic concert including
disposal with all lift and lead as per
1 design drawings, technical Cum 495.04
specification, general practice and to
the satisfaction of Engineer all
complete. [SS/SP 2700]
Removal of existing cement concrete
wearing coat including disposal with
all lift and lead all complete as per
2 design drawings, technical Cum 3542.28
specification, general practice and to
the satisfaction of Engineer all
complete. [SS/SP 2700]
Providing and applying Tack Coat
with hot Bitumen (VG-30) at
specified rate on the prepared non-
bituminous/bituminous surfaces
3 including cleaning as per design Ltr 295.19
drawings, technical specification and
to the satisfaction of Engineer all
complete all complete. [SS/SP 1300]

Providing and laying Bituminous


concrete/ Asphalt concrete using
crushed aggregates of specified
grading, premixed with bituminous
4 binder (VG-30) and filler as per Cum 23.05
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 1300]

Providing and replacement of


Damaged Concrete Railing as per
5 design drawings, technical Rm 3.46
specification and to the satisfaction of
Engineer all complete. [SS/SP 2700]
Providing and replacement of
Expansion Joints as per design
6 drawings, technical specification and Rm 56.0
to the satisfaction of Engineer all
complete. [SS/SP 2700]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing required parts and
Rectification of Bearings, Cleaning of
bearing through sand blasting
followed by light air blasting and
protection of metal surface with anti
corossion epoxy paint ensuring no
sand remains after and noting that it
7 Nos 76.0
doesnot loosen any bolts or anchcor
and doesnot degrade the bearing while
cleaning along with greasing of rocker
cum roller bearing as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 2700]
Repair of Deck Slab concrete by
high strength non shrink micro
concrete (M60) aplying epoxy
8 bonding agent as per design drawings, Sqm 0.79
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2700]
Providing and Sealing of
cracks/porous concrete (Deck Slab
Top) by injection process through
nipples/Grouting with Low viscosity
9 Ltr 7.06
epoxy injection resin as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 2700]
Deck Slab Bottom: Surface
preparation with proper chipping
hacking/sanding/wire brushing on
damaged /concrete & concrete cover
10 on spelled out area, cleaning of rusted Sqm 7.06
rebar with mechanically or manually,
as per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2700]
Deck Slab Bottom: Providing and
Sealing of cracks/porous concrete by
injection process through
nipples/Grouting complete as per
11 Technical Specification. Cement Sqm 0.86
Mortar (1:1) Grouting, as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 2700]
Deck Slab Bottom: Providing and
application of gunite/shotcrete to
repare of damaged concrete section/
concrete covers on slab , girder ,beam
etc with high early strength , low
rebound sprayable thixotropic repair
12 Sqm 7.06
mortar mixed by machine, lead 30m
(including 25% loss) average
thickness of application-35 mm, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2700]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Longitudinal and Cross Beam:
Surface preparation with proper
chipping hacking/sanding/wire
brushing on damaged /concrete &
concrete cover on spelled out area,
13 Sqm 1.21
cleaning of rusted rebar with
mechanically or manually, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2700]
Longitudinal and Cross Beam:
Providing and Sealing of
cracks/porous concrete by injection
process through nipples/Grouting
complete as per Technical
14 Sqm 0.23
Specification. Cement Mortar (1:1)
Grouting, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2700]
Longitudinal and Cross Beam:
Providing and application of
gunite/shotcrete to repare of damaged
concrete section/ concrete covers on
slab , girder ,beam etc with high early
strength , low rebound sprayable
15 thixotropic repair mortar mixed by Sqm 1.21
machine, lead 30m (including 25%
loss) average thickness of application-
35 mm, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2700]
Sub structure and Foundation:
Surface preparation with proper
chipping hacking/sanding/wire
brushing on damaged /concrete &
concrete cover on spelled out area,
16 Sqm 6.79
cleaning of rusted rebar with
mechanically or manually, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2700]
Sub structure and Foundation:
Providing and Sealing of
cracks/porous concrete by injection
process through nipples/Grouting
complete as per Technical
17 Sqm 1.56
Specification. Cement Mortar (1:1)
Grouting, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2700]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Sub structure and Foundation:
Providing and application of
gunite/shotcrete to repare of damaged
concrete section/ concrete covers on
slab , girder ,beam etc with high early
strength , low rebound sprayable
18 thixotropic repair mortar mixed by Sqm 6.79
machine, lead 30m (including 25%
loss) average thickness of application-
35 mm, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2700]
River Training and Protection works:
Providing and repair of spalled
masonry wall/ side drain/ Rip Rap of
random rubble masonry in cement
19 Sqm 17.45
mortar 1:4 as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2600]
River Training and Protection works:
Clearing Grass and removal of
Rubbish and Dressing and levelling
20 the construction surface.Clearing Sqm 110.15
grass/top soil and removial of the area,
inclsuding cutting and filling of small
undulalation all complete.[SS-201]
2.3.4 Environmental Mitigation (Including Bio-engineering)

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Wildlife Friendly Structures:
Providing requaired material and
construction of Canopy Bridges for
1 Primates in Charali Forests, as per Nos 2.0
design drawings, technical
specification and to the satisfaction of
Engineer all complete.[SS/SP 3114]
Wildlife Friendly Structures:
Providing and fixing 1.2m high GI
barbed wire /Smooth wire(Barbless)
funnel fencing with 1.8m RCC posts
150mm X 150mm placed every 3m
center-to-center founded in M15 grade
2 cement concrete 0.6m below ground Rm 10800.0
level provided with 4 horizontal lines
fixed with GI staples, turn buckles etc
including covering of RCC post,
complete as per Drawing and
Technical Specifications all complete.
[SS/SP 3114]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Bio-engineering Works: Supply
and Planting containerised Indigenous
Tree and Shrub Seedlings, including
pitting, transplanting, composting on
toe of embankment slopes and on the
footpath in urban area in plain areas.
3 No 4082.0
Pit size 30 cm diameter * 30 cm depth.
Mix compost with soil and backfill
into pit, to 1/4 of pit volume, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete.[SS/SP 2800]
Bio-engineering Works: Collection,
preparation including site preparation
and laying of live Palisade
Construction, Brush Layering and
Fascines using hardwood cuttings of
selected species of min 1m length
4 pleased in bundles to give 4 running Rm 29690.0
meters of cutting per meter of
Fascines, including backfilling of
trench and careful compaction, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2800]
Bio-engineering Works: Planting
rooted grass slips on embankment
slopes in plain areas, at spacing within
the row. The first row is 0.75 m from
the edge of the pavement and
5 Sqm 6371.94
subsequent rows are spaced at
intervals down the embankment, as
per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2800]
Bio-engineering Works: Providing
and planting flowering plants and
shrubs in centrel verge/ median (200
plants and 800 shrubs in two row in
6 one km length of the road where width Rm 37520.0
of verge/median is 3m and above, as
per design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2800]
3 Electrical machinery apparatus equipment and consumables
3.1 Electricity distribution and control apparatus

3.1.1 Parts of electricity distribution or control apparatus

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Relocation/Re-erection of Electrical
Works : Installation of Transformer :
Supply, delivery , installation , testing
& commissioning of double pole
structure (for shifting of Transformer)
for 11 KV supply intake with 2 nos 11
mtr. high steel tubular pole with
excavation and M15/20 concreting for
foundation and footing including
necessary steel hardware , 1 set of
Lightening arrestors (9 kV grade) ,
Earthing, 1 Set, 40 amps Gang
1 Set 24.0
operated switch with, drop out fuses,
Operating handle with extended GI
pipe, 11kV Disc insulator with
grapher (3 bolt), 11kV Pin Insulator
with spindel, D Iron set with shakle
insulator, Stay Assembly complete
Set, Pad lock complete as per NEA
rule including excavation,
foundations, as required, as per design
drawings, technical specification and
to the satisfaction of Engineer all
complete. [SS/SP 3116]
Relocation/Re-erection of Electrical
Works : Installation of Transformer :
Supply, delivery , installation , testing
& commissioning of double pole
structure for (for shifting of
Transformer) 11 KV supply intake
with 2 nos 11 mtr. high PSC pole with
excavation and M15/20 concreting for
foundation and footing including
necessary steel hardware , 1 set of
Lightening arrestors (9 kV grade) ,
2 Set 20.0
Earthing, 1 Set, 40 amps Gang
operated switch with, drop out fuses,
Operating handle with extended GI
pipe, 11kV Disc insulator with
grapher (3 bolt), 11kV Pin Insulator
with spindel, D Iron set with shakle
insulator, Stay Assembly complete
Set, Pad lock complete as per NEA
rule including excavation,
foundations, as required all complete.
[SS/SP 3116]
Relocation/Re-erection of Electrical
Works : Installation of Transformer :
Installation with reusing the existing
Transformer, testing & commissioning
of ONAN type transformer( including
unstallation and shifting from existing
location to required location) of
50/100/200/250 KVA with bare
bushing terminals on 11 KV, and
3 bare terminals on LT.The transformer No. 44.0
shall be provided with top oil
temparature alarm and trip, buchholz
alarm and trip. The interconnections
are effected with insulated cables of
relavant grade and should be approved
by NEA, as per design drawings,
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 3116]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supply,Erection,Testing and
Commissioning of following Electric
4 Poles with all necessary accessaries. Set 1059.0
[SS/SP 1500] i)11 M Steel Tubular
Pole
Supply,Erection,Testing and
Commissioning of following Electric
5 Poles with all necessary accessaries. Set 646.0
[SS/SP 1500] ii)11 M PSC concrete
Pole
Supply,Erection,Testing and
Commissioning of following Electric
6 Poles with all necessary accessaries. Set 174.0
[SS/SP 1500] iii)9 M PSC concrete
Pole
Supply, Stringing ,Testing and
Commissioning of following
Aluminium Conductors Steel
7 Km 116.75
Reinforced (ACSR) with all necessary
accessaries. [SS/SP 1500] i)30 Sq.
mm
Supply, Stringing ,Testing and
Commissioning of following
Aluminium Conductors Steel
8 Km 206.31
Reinforced (ACSR) with all necessary
accessaries. [SS/SP 1500] ii)50 Sq.
mm
Supply, Stringing ,Testing and
Commissioning of following
Aluminium Conductors Steel
9 Km 168.8
Reinforced (ACSR) with all necessary
accessaries. [SS/SP 1500] iii)100
Sq.mm
Supply, Installation ,Testing and
Commissioning of following
10 Insulators with all necessary Set 349.0
accessaries. [SS/SP 1500] i)Disc
Insulator with clamps
Supply, Installation ,Testing and
Commissioning of following
11 Insulators with all necessary Set 5379.0
accessaries. [SS/SP 1500] ii)Pin
Insulator with Spindle
Supply, Installation ,Testing and
Commissioning of following
12 Insulators with all necessary Set 2840.0
accessaries. [SS/SP 1500] iii)
Shackle Insulator
Supply, Installation ,Testing and
Commissioning of following Stay sets
13 Set 315.0
with all necessary accessaries. [SS/SP
1500] i)HT Single
Supply, Installation ,Testing and
Commissioning of following Stay sets
14 Set 35.0
with all necessary accessaries. [SS/SP
1500] ii)HT Double
Supply, Installation ,Testing and
Commissioning of following Stay sets
15 Set 44.0
with all necessary accessaries. [SS/SP
1500] iii)LT single
Supply, Installation ,Testing and
Commissioning of following Stay sets
16 Set 5.0
with all necessary accessaries. [SS/SP
1500] iv)LT Double
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Earthing System: Supply,
installation, testing and
commissioning of maintenance free
chemical Earthing consisting of Earth
Electrode made of 50 mm dia copper
coated 2m long GI rod electrode
buried vertically 1 m below the
general ground level and the rod
17 set 132.0
surrounded by soil resistivity reducing
chemical compound as per
specification complete with connector
test link and connection up to test link
by 8 SWG bare copper wire, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 3100]
Supply delivery,Installation,Testing
and Commissioning of Telephone
Cabinet with necessary fixing
18 materials, as per design drawings, Set 16.0
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 1500]
Supply,Erection,Testing and
Commissioning of 8 M Steel
Telephone Poles with all necessary
19 accessaries, as per design drawings, Set 127.0
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 1500]
3.1.2 Perfomance Based Maintenance

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Performance based maintenance
works and services including all
activities as per design drawings,
1 km-month 480.0
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2900] i)Year#1
Performance based maintenance
works and services including all
activities as per design drawings,
2 km-month 480.0
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2900] ii)Year#2
Performance based maintenance
works and services including all
activities as per design drawings,
3 km-month 480.0
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2900] iii)Year#3
Performance based maintenance
works and services including all
activities as per design drawings,
4 km-month 480.0
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2900] iv)Year#4
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Performance based maintenance
works and services including all
activities as per design drawings,
5 km-month 480.0
technical specification and to the
satisfaction of Engineer all complete.
[SS/SP 2900] v)Year#5
3.1.3 Dayworks

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)

1 Skilled Labour M-day 300.0

2 Unskilled Labour M-day 1000.0

Material : i)RCC NP3 Hume Pipe


3 Rm 1000.0
450mm Diameter

Material : ii)RCC NP3 Hume Pipe


4 Rm 1000.0
600mm Diameter

Material : iii)RCC NP3 Hume Pipe


5 Rm 300.0
900mm Diameter

Material : iv)HDPE 4 kg/cm² Pipe 110


6 Rm 3000.0
mm diameter

7 Material : v)Stone Cum 1000.0

8 Material : vi)Cement Mt. 200.0

Material : vii)Reinforcement
9 Mt. 100.0
(8,10,12,16,20,25mm)

Material : viii)Aggregate( 10-40mm


10 Cum 1500.0
size)

11 Material : ix) Sand Cum 1000.0

Material : x) machine made


mechanically selvedged gabion crates
12 Sqm 3000.0
of various sizes including binding
wire, all complete
Plant / Equipment:(The rates shall
include all cost of operating on site as
fuel, lubricant, driver and associated
13 labour wages, overhead and profit. Hr. 500.0
only time actually employed open the
work shall be paid.) i)Tipper ( 4- 6
m3 capacity )
Plant / Equipment:(The rates shall
include all cost of operating on site as
fuel, lubricant, driver and associated
14 labour wages, overhead and profit. Hr. 500.0
only time actually employed open the
work shall be paid.) ii)Truck ( 8-10 T
capacity )
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Plant / Equipment:(The rates shall
include all cost of operating on site as
fuel, lubricant, driver and associated
15 labour wages, overhead and profit. Hr. 300.0
only time actually employed open the
work shall be paid.) iii)Loader ( 1-
1.5 m3 capacity )
Plant / Equipment:(The rates shall
include all cost of operating on site as
fuel, lubricant, driver and associated
16 labour wages, overhead and profit. Hr. 300.0
only time actually employed open the
work shall be paid.) iv)Excavator
(&gt;0.75 Cum capacity)
Plant / Equipment:(The rates shall
include all cost of operating on site as
fuel, lubricant, driver and associated
17 labour wages, overhead and profit. Hr. 500.0
only time actually employed open the
work shall be paid.) v)Motor Grader
(&gt; 135 HP capacity)
Plant / Equipment:(The rates shall
include all cost of operating on site as
fuel, lubricant, driver and associated
18 labour wages, overhead and profit. Hr. 300.0
only time actually employed open the
work shall be paid.) vi)Vibretory
Roller (&gt; 10 ton Capacity)
Plant / Equipment:(The rates shall
include all cost of operating on site as
fuel, lubricant, driver and associated
19 labour wages, overhead and profit. Hr. 1000.0
only time actually employed open the
work shall be paid.) viii)Water
Bowser (5000 ltr capacity)
Total of Procument Items
Total Item Price

VAT

Grand Total

You might also like