· web viewthe contractor shall clear the site for his camp and the cost thereof shall be...

Post on 12-Mar-2018

218 Views

Category:

Documents

5 Downloads

Preview:

Click to see full reader

TRANSCRIPT

NOTICE TO TENDERERS

Tender number: DBN/CAP (RTPC) 714

Tenders invited for:CONSTRUCTION & INSTALLATION OF 1:7 DOUBLE SLIP POINTS MACHINE & TRACK SECTIONS ON CONCRETE SLEEPERS FOR METRORAIL KZN

With effect from ____________________ 2017 and ______________ 2017 the tender document (CD) may be collected at:

Address: Metrorail Regional Office65 Masabalala Yengwa AvenueDurban Station

Office hours: Mondays to Fridays 08:00 to 15:30 (ONLY)

CIDB GRADING OF 4 CE IS APPLICABLE TO THIS TENDER

where CD’s can also be obtained on payment of an amount of R 1 000.00 per disc which is not refundable. No cash or cheques will be accepted at PRASA offices – (Bank Deposit or Electronic Payments - allow for 1-day delay). Clearly indicate the Tender Number on the Deposit Slip or EFT document as reference.

BANKING DETAILS:-

Metrorail KZN, Standard Bank, Windermere, Branch Code: 042726, Account No.: 050832948

Confirmation of EFT payment must be e-mailed to the Senior Buyer PRIOR to collecting the CD or attending the Briefing Session. Failing to do so will result in you not being granted access to the Briefing Session.

Tenderers must arrange own transport and parking. Tenderers failing to attend the compulsory tender briefing session will be disqualified. PRASA reserves the right to only allow tenderers in possession of a valid tender document at the

briefing. A maximum of two representatives per company will be allowed to attend the briefing. Tender documents (CD’s) are only available during the period stipulated above.

THE ONUS IS ON THE TENDERER TO PRINT THE DOCUMENT FROM THE CD DISC AND SUBMIT PRINTED TENDER DOCUMENTS WHEN SUBMITTING THEIR

TENDERS.

NB: IT IS MANDATORY REQUIREMENT FOR PROSPECTIVE SUPPLIERS TO BE REGISTERED ON THE CSD IN ALL REQUESTS FOR PROCUREMENT OF GOODS

AND / OR SERVICES.

BID ADVERTISEMENT FORM

SPECIFICATION

PART A: GENERAL

A.1 SCOPE OF WORK

A.2 ADMINISTRATION OF THE CONTRACT

A.3 CHANGE OF NAME

A.4 STANDARD SPECIFICATIONS AND INSTRUCTIONS OF METRORAIL

A.5 CONSTRUCTION REGULATION REQUIREMENTS

A.6 DOCUMENTS THAT MUST BE RETURNED AS PART OF THE TENDER

A.7 CONSTRUCTION PROGRAMME

A.8 SECURITY AND RETENTION

A.9 DURATION OF CONTRACT

A.10 PENALTIES FOR LATE COMPLETION

A.11 MATERIAL AND LABOUR TO BE SUPPLIED BY METRORAIL

A.12 MATERIAL AND LABOUR TO BE SUPPLIED BY THE CONTRACTOR

A.13 PENALTIES FOR DELAYS TO RAILWAY WAGONS

A.14 SITE

A.15 SITE SERVICES

A.16 SERVICES

A.17 CLEARING OF SITE

A.18 HOURS OF WORK

A.20 PENALTIES FOR ILLEGAL OCCUPATION

A.21 CO-OPERATION WITH METRORAIL’S TRAIN SERVICES PERSONNEL

A.19 OCCUPATIONS AND WORK PERMITS

A.22 PENALTIES FOR DELAYS TO TRAINS

A.23 SAMPLES AND TESTING

A.24 SITE MEETINGS

A.25 DAY WORK

A.26 PLANT HIRE

A.27 LABOUR AND PLANT RETURNS

A.28 SITE INSTRUCTION BOOK AND SITE DIARY

A.29 PERFORMANCE EVALUATION OF CONTRACTOR

A.30 MEASUREMENT AND PAYMENT

A.31 INCREASE OR DECREASE IN COSTS OR ESCALATION

A.32 VALUE-ADDED TAX

A.33 INSURANCE

BID ADVERTISEMENT FORM

PART A: GENERAL

A.1 SCOPE OF WORK

This contract covers the replacing of 1:7 double slip crossings and points machine and track sections assembled on concrete sleepers on lines operated by Metrorail KZN and any other work arising out of, or incidental to the above or required from the Contractor for the proper completion of the WORKS in accordance with the true meaning and intent of the contract documents.

A.2 ADMINISTRATION OF THE CONTRACT

For the purpose of this contract, “Engineer” means the Regional Perway Engineer, Metrorail KZN or his duly authorised representative or any person lawfully acting in that capacity.

A.3 CHANGE OF NAME

Wherever reference is made to “South African Railways”; “South African Railways and Harbours”; “South African Transport Services”; “Administration”; “TRANSNET FREIGHT RAIL” or ”Transnet” in the Standard Specifications, as listed in clause A.14 below, it shall be changed to read “Metrorail KZN”.

A.4 STANDARD SPECIFICATIONS AND INSTRUCTIONS OF METRORAIL

The following specifications, instructions and documents shall, inter alia, form part of this contract:

(i) The project specification(ii) The schedule of quantities(iii) Specification for Railway Track work E10 (1996) General as well as the following sub-

specifications thereto:E.10/1 Laying of rails.E.10/2 Laying of sleepers.E.10/4 Ballasting and tamping.E.10/6 Building and replacement of sets.E.10/7 Field welding of rail joints.E.10/9 Slewing and alignment. E.10/11 Survey and setting out of track alignment and referencing.E.10/12 Installation of insulated rail joints (block joints).

(iv) Manual for track maintenance (2000)(v) Specification for safety arrangements and procedural compliance with the Occupational

Health and Safety Act: Act 85 of 1993 and Regulations E.4E(vi) General conditions of contract, E5

Specification for Works on, over, under or adjacent to Railway lines and near High Voltage Equipment, SPK7/1 (September, 1999).

A.5 CONSTRUCTION REGULATION REQUIREMENTS

A.5.1 The Construction Regulations, 2014, an addition to the Occupational Health and Safety Act, 1993, will be applicable to this contract. The contractor is to ensure familiarity with and compliance to the regulation. The regulation can be obtained from the Department of Labour. The contractor is to ensure that the prices tendered for this contract make allowance for all the requirements of the regulation. Metrorail will consider the prices tendered to include the requirements of the regulation.

BID ADVERTISEMENT FORM

A.5.2 As part of the Construction Regulations, 2014, Metrorail has to provide the following documentation to the contractor:

(i) Risks on site

A preliminary risk assessment has been done by the Technical Officer in charge of this contract. This can be found in Annexure 1. This serves to highlight to the Contractor, the risks and hazards on the site of works. This will assist with the compilation of the health and safety programme, the method statement as well as the prices tendered by the contractor.

(ii) Aspects that must be covered in the Health and Safety Programme

To assist with the compilation of the Health and Safety Programme by the contractor, Metrorail has provided a list of elements which should be found in the plan. This can be found in Annexure 2. This list is not necessarily complete and the contractor is allowed to include other elements which are deemed important. Refer to clause A.6.1.1.3 for further details of the composition of the Health and Safety Programme. The Health and Safety Programme, as submitted by the contractor, will be discussed and amended, if necessary before work on site begins (Refer to clause A.6.1.1.4).

(iii) Safety specifications of Metrorail

The SPK7/1 and the E.4E specifications are included as part of the tender document.

A.6 DOCUMENTS THAT MUST BE RETURNED AS PART OF THE TENDER

A.6.1 The following documents must be returned by the contractor as part of the tender submitted:

A.6.1.1 Health & Safety Programme

As per clause 6 of the E.4E as well as clause 10.2 of the E5, the Contractor is responsible for the development of and adherence to a health and safety programme as detailed below:

A.6.1.1.1 The Contractor shall, with his tender, submit a Health and Safety Programme setting out the practical arrangements and procedures to be implemented by him to ensure compliance by him with the Act and Regulations and particularly in respect of :-

(i) the provision, as far as is reasonably practical, of a working environment that is safe and without risk to the health of his employees and subcontractors in terms of section 8 of the Act.

(ii) the execution of the contract work in such a manner as to ensure in terms of section 9 of the Act that persons other than those in the Contractor’s employment, who may be directly affected by the contract work are not thereby exposed to hazards to their health and safety,

(iii) ensuring, as far as is reasonably practical, in terms of section 37 of the Act that no employee or subcontractor of the Contractor does or omits to do any act which would be an offence for the Contractor to do or omit to do.

A.6.1.1.2 The Contractor’s Health and Safety Programme shall be based on a risk analysis in respect of the hazards to health and safety of his employees and other persons under their control, that are associated with or directly affected by the Contractor’s activities in performing the contract work and shall establish precautionary measures as are reasonable and practical in protecting the safety and health of such employees and persons.

A.6.1.1.3 The Health and Safety Programme shall include full particulars in respect of:-

(i) the safety management structure to be instituted on site or place of work and the names of the Contractor’s health and safety representatives and members of safety committees where applicable.

(ii) the safe working methods and procedures to be implemented to ensure the work is performed in compliance with the Act and Regulations;

BID ADVERTISEMENT FORM

(iii) the safety equipment, devices and clothing to be made available by the Contractor to his employees;

(iv) the site access control measures pertaining to health and safety to be implemented,(v) the arrangements in respect of communication of health and safety related matters and

incidents between the Contractor, his employees, subcontractors and the Technical Officer with particular reference to the reporting of incidents in compliance with Section 24 and General Administrative Regulation 6 of the Act and with the pertinent clause of the General Conditions of Contract forming part of the Contract and

(vi) the introduction of control measures for ensuring that the Safety Programme is maintained and monitored for the duration of the Contract.

A6.1.1.4 The Health and Safety programme shall be subject to the Technical Officer’s agreement and he may, in consultation with the Contractor, order that additional and/or supplementary practical arrangements and procedures be implemented and maintained by the Contractor or that different working methods or safety equipment be used or safety clothes be issued which, compliance by the Contractor with his obligations as an employer in terms of the Act and Regulations. The Technical Officer or his deputy shall be allowed to attend meetings of the Contractor’s safety committee as an observer.

A.6.1.2 Proof of Registration with Compensation Commissioner

As per clause 10.2 of the E5, the Contractor shall submit proof of registration and good standing with the Compensation Commissioner, in terms of Act 130 of 1993.

A.6.1.3 Method Statement

The Contractor shall submit, with his tender, a detailed method statement indicating the method or process the contractor will use to complete the works. Mention will have to be made of the machinery, tools and equipment that the contractor intends using for each stage of the works.

A.6.1.3 Certificates of Competency

The Contractor must supply all certificates of competency for the Track Master(s); Welder(s) as well as the Flagmen that the Contractor intends using to execute the contract.

A.6.1.4 Category ‘C’ Certificate

A Category ‘C’ certificate of Authority must be obtained by Track Masters, Track Inspectors and on-track contractors’ supervisors. This certificate must form part of the returnable documents.

A.6.2 Failure to provide these documents with the tender submitted will render the tender incomplete and the tender will therefore not be considered for award of business or negatively impact the contractor’s scorings on functionality assessment for technical evaluation.

A.7 CONSTRUCTION PROGRAMME

The Contractor shall, within two weeks of the date of written notification of acceptance of his tender, submit a detailed programme of work in the form of a bar chart, or other means acceptable to the Technical Officer, showing, inter alia, the duration, expected occupation or work permit dates, expected delivery dates of materials, machinery and equipment, and the starting and completion dates of each major activity in the Contract. Where the activity is ongoing and not of a one-off nature the proposed weekly production rate shall be indicated. Failure to submit the construction programme on time will result in the cancellation of the contract.

BID ADVERTISEMENT FORM

A.8 SECURITY AND RETENTION

A.8.1 As per clause 29.2 of the E5, a security of five per cent (5%) of the contract value must be obtained by the Contractor. This security must be in place before Technical Officer will sign the site access certificate allowing the Contractor on site.

A.8.2 Retention money will not be deducted by Metrorail KZN as part of this contract.

A.9 DURATION OF CONTRACT

A.9.1 Metrorail Durban requires that the Works be completed within six months (which actual start and completion of work on site shall be one week end only), which period shall include any statutory and builder’s holidays falling within this period. The completion date will be determined by adding the period specified above to the date of written notification of acceptance of tender, or to such later date as may be specified in the advice of award. Lead-time has been built into the period specified.

A.9.2 The Contractor may offer a shorter completion period in his tender, which offer may be taken into consideration when adjudicating the tenders.

A.10 PENALTIES FOR LATE COMPLETION

Should the Contractor fail to complete the WORKS by the date stipulated in the contract or such extended period as may be allowed, he shall pay Metrorail KZN as penalties in terms of the Conventional Penalties Act of 1962, as amended, the sum of 1% of the contract value of the tendered amount in South African currency, per day of part thereof beyond the completion date, as defined in A.9.1.

A.11 MATERIAL AND LABOUR TO BE SUPPLIED BY METRORAIL

Metrorail Durban will provide the following material and labour free of charge:

(i) Metrorail will provide all materials required for the construction of a 1:7 double slip, excluding point’s machine, ballast and the material as detailed in clause 3.2 of the E10-1996 General Specification.

(ii) All Thermit welding kits required for the completion of this contract. (iii) Metrorail shall provide a Track Master and six Flagmen for the protection of trains only.

A.12 MATERIAL AND LABOUR TO BE SUPPLIED BY THE CONTRACTOR

A.12.1 The Contractor shall provide all material as detailed in clause 3.2 of the E10-1996 General Specification, except the Thermit welding kits required. Refer to clause A.11. (ii) for a condition on the recovery of costs for Thermit kits incorrectly used by the contractor.

A.12.2 The Contractor shall provide all Supervision and Labour necessary for the proper execution and completion of the WORKS.

Metrorail supports BBBEE. The Contractor shall make extensive use of labour of the local communities. When called upon by the Engineer, the Contractor shall provide documentary proof in this regard.

A.12.3 The Contractor shall supply a fully qualified Track Master to supervise on site activities as well as fully qualified Track Welder(s) where necessary for the proper execution of the Works.

A.12.4 The Contractor shall provide the necessary Flagmen (Track Helpers) for the Protection of his personnel at the working site/s.

BID ADVERTISEMENT FORM

A.13 PENALTIES FOR DELAYS TO RAILWAY WAGONS

When wagons, consigned to the Metrorail KZN, are to be unloaded by the Contractor, the Engineer will give the Contractor 24 hours’ notice of the place and time of placing of wagons for unloading. The Contractor shall unload the wagons as expeditiously as possible, but should he fail to unload a wagon within 24 hours of it being placed for unloading, he shall be liable to pay the following penalties for the whole period between the expiration of the 24 hours period allowed and the time the wagon is finally unloaded, irrespective of what days intervene: - Bogie wagons: R11, 85 per hour or part thereof with a maximum of R260, 00 per day.

The Contractor shall, as soon as he has unloaded any wagon, advise the Engineer, giving the date, time and number of wagons unloaded.

The same conditions and penalties shall apply to empty wagons into which the Contractor has to load released material or material supplied by the Metrorail KZN, surplus to requirements.

The penalties payable by the Contractor will be deducted from any monies becoming due to him.

A.14 SITE

The location and extent of the site is between Berea Station and Durban Station within the Metrorail KZN region, and will be pointed out during the site inspection. Access to the site is by public roads as well as by the service roads along the railway line. The Contractor must acquaint himself with the available access to the site and the condition of the roads during the site inspection. Metrorail KZN will not be liable to ensure all weather passage on the service roads.

No housing of employees of the Contractor will be allowed on the property of the Metrorail KZN, and the Contractor shall make his own arrangements for the housing of his employees.

A.15 SITE SERVICES

The Contractor shall make his own arrangements for the supply of water (for all purposes), light, power, sanitation and telephones, as required on the site.

A.16 SERVICES

Where the position of a known service cannot be determined with sufficient accuracy, by visual inspection, the Contractor shall notify Metrorail’s official to get a written permission to open up and make further investigation before commencing with any of his activities related to the installation of replacement of double slip and signal points machine in that vicinity, so that the position of such services may be determined with sufficient accuracy. Thereafter the Contractor shall assume responsibility for all known services.

The Contractor shall take all reasonable precautions to protect existing services during his activities on the site, and any known service damaged as result of the Contractor’s operations, shall be repaired and reinstated by the Contractor or the Authority concerned, all at the expense of the Contractor and to the satisfaction of the Engineer. If a known service is damaged, the Engineer must be notified immediately and all work on site must stop until the extent of the damage is quantified.

A.17 CLEARING OF SITE

The Contractor shall clear the site for his camp and the cost thereof shall be included in the rates tendered. The contractor is to ensure that each site on which he works is cleared of all waste on completion of the day’s work. The waste must be disposed off at a registered dumping site. Final payment will not be made unless all waste is removed from site and the site is clean.

BID ADVERTISEMENT FORM

A.18 HOURS OF WORK

Attention is directed to the provision of clause 9 of the E5. No work will be permitted outside normal working hours, on Sundays, Saturdays and Public Holidays, unless the permission of the Engineer has been obtained in writing.

The permission will only be granted to suit occupation periods granted or in other exceptional circumstances and under such conditions the Engineer may decide.

Normal working hours shall mean the period from 08:30 to 15:00 on normal weekdays.

A.19 OCCUPATIONS AND WORK PERMITS

A.19.1 Occupations for replacement of 1:7 double slip and point’s machine will be as follows:

Prior to installation: Monday to Friday 08:30 to 15:00 between trains operating conditions for preparation work.

During installation: Friday 19:30 to Monday 04:00, under total occupation operating conditions.

After installation: Monday to Friday 08:30 to 15:00 between trains operating conditions for finalising of the track.

No switching-off of overheads will be permitted other than during total occupations.

A.19.2 Work done by all disciplines must be completed during these occupations in order for Metrorail to open the track for normal rail traffic. The Contractor shall apply for occupations/work permits, or “work between trains permits” 28 days in advance. Late applications will not be considered. Penalties for late completion will not be wavered should the contractor not apply for occupations in time. Also refer to clause A.7 and B.1.1.

A.20 PENALTIES FOR ILLEGAL OCCUPATION

The Contractor is not allowed to work on site without an occupation notice or the required protection. Should the Contractor perform any work on site, without an occupation notice or without the required protection, then the Contractor shall pay to the Regional Engineer, Metrorail, a penalty of R10, 000.00 (Ten Thousand Rands) or shall be black listed and not be allowed to tender for any work at Metrorail. The decision as to the penalty for illegal occupation will be made by the Engineer. Also refer to clause A.28 for the tool that will be used to evaluate the performance of the Contractor.

A.21 CO-OPERATION WITH METRORAIL’S TRAIN SERVICES PERSONNEL

The Contractor shall liaise and cooperate with the staff of Metrorail during any type of occupation at all times and in all respects, to obviate any delays. Should any train service be affected due to the negligence on the part of the Contractor, penalties will be raised in terms of clause 16 of the SPK7/1. See clause A.22 for amounts that will be charged for delays to the train service.

A.22 PENALTIES FOR DELAYS TO TRAINS

Should the Contractor cause delays to the train service, either by late finish of daily occupation or inability to comply with the working programme and scheduled occupations, then the Contractor shall pay to the Regional Engineer, Metrorail, and a penalty of R80.00 per minute per train that was delayed.

A.23 SAMPLES AND TESTING

Where applicable, all material as well as Thermit welding kits supplied by the Metrorail shall comply with the latest specification of Metrorail.

BID ADVERTISEMENT FORM

The Contractor shall make available, free of charge, a sufficient quantity of material supplied by him, which are to be used for the WORKS, for testing by Spoornet’s Laboratory, when so required by the Engineer.

BID ADVERTISEMENT FORM

A.24 SITE MEETINGS

Site liaison meetings will be arranged by the Engineer as necessary. The Contractor or his duly authorised representative shall be available when called upon to attend site meetings with the Engineer or his representative.

A.25 DAY WORK

No work shall be performed on a day work basis in terms of clause 16 of the E5, unless ordered by the Engineer.

Day work rates tendered per hour, should include all overhead charges, transport to and from the site, use of tools and equipment and any direct costs as set out in clause 16 of the E5.

A.26 PLANT HIRE

In the Schedule of Quantities and Prices, provision has been made for plant required to be used on the WORKS. Tendered rates per hour shall include all costs for the operation of such plant, including operator, fuel, incidentals and any other indirect costs to tender such plant operational in terms of clause 11.1 of the E5.

A.27 LABOUR AND PLANT RETURNS

Labour and Plant returns are required to be submitted weekly by the Contractor to the Engineer giving the following information:

(i) All labour engaged on the site for each working day.(ii) All plant engaged on site for each working day.(iii) Progress in (%) percent.

A.28 SITE INSTRUCTION BOOK AND SITE DIARY

A.28.1 Metrorail will provide a site instruction book for any instructions that need to be issued to the Contractor. The Contractor will have to sign for all instructions issued and will be issued with copies of the instructions.

A.28.2 The contractor will be responsible for keeping a site diary with all information related to the contract. This diary will have to be kept to make record of rain delays, production for the day, visitors to the site, expected date of material delivery, material delivered daily, labour and plant on site each day, etc. This will have to be filled in daily and will be called for should there be a request for an extension in contract period.

A.29 PERFORMANCE EVALUATION OF CONTRACTOR

This contract and the Contractor’s performance will be evaluated. The evaluation document can be found in Annexure 3. The evaluation will be done with each payment by the Engineer and the Technical officer in conjunction with the Contractor. This evaluation document will be used as a reference for future contract award by Metrorail.

A.30 MEASUREMENT AND PAYMENT

Measurement and payment will be as per the schedule of quantities. See clause B.13 for details of the schedule of quantities.

A.31 INCREASE OR DECREASE IN COSTS OR ESCALATION

No contract adjustment or escalation factors are applicable to this contract.

BID ADVERTISEMENT FORM

A.32 PRELIMINARY AND GENERAL AND SITE ESTABLISHMENT

A.32.1 FIXED AND VALUE RELATED ITEMS

(i) Provision in the schedule of pricesProvision is made in the schedule of prices for lump sums to cover the Contractor’s cost to supply, commission, maintain and eventually demolish and remove plant, tools and equipment, and for the Contractor to comply with any other obligations of a preliminary and general nature in terms of the contract.

(ii) Tendered sumsThe sum tendered in the schedule of prices for any preliminary and general item, shall cover the Contractor’s direct and overhead costs, profit and all other costs for the provision of the item and/or compliance with the obligations, liabilities, risks and requirements associated with the item.

A.32.2 SCHEDULED FIXED-CHARGED ITEMS A.32.2.1 Initial financing

The sum tendered for in this item, shall cover the Contractor’s initial costs to provide security, as well as indemnities and insurance as per clause 39 of the E5 (Nov. 1996) General Conditions of Contract and any other financing obligations of a preliminary and general nature.

A.32.2.2 Establishing facilities on site

The sums tendered for the following items, shall cover the cost to provide, establish, equip and commission these facilities on site to allow the work to commence and to proceed to completion as required in terms of the contract:

(i) Office and storage sheds,(ii) Laboratories,(iii) Living accommodation,(iv) Workshops(v) Ablution and latrine facilities,(vi) Tools and equipment,(vii) Water supply, electric power, communications and access,(viii) Plant,(ix) Other.

A.32.2.3 FINAL REMOVAL OF SITE ESTABLISHMENT

The sum tendered for in this item shall cover the cost to demolish and remove from the site all items of the sub-clause A.32.2.2 hereof and shall include for making good and restoring the site to the satisfaction of the Engineer.

A.32.2.4 PAYMENT FOR FIXED-CHARGED ITEMS

The sum tendered for each fixed-charged item, will be paid in one single payment in the first payment certificate issued after the Contractor’s obligations in respect of such item have, in the opinion of the Engineer, been discharged.

A.32.3 SCHEDULED TIME-RELATED ITEMS

A.32.3.1 Continuing finance charges

The sum tendered shall cover all the Contractor’s time-related costs to provide security, as well as indemnities and insurance as per clause 39 of the E5 General Conditions of Contract.

BID ADVERTISEMENT FORM

A.32.3.2 Operation and maintenance of facilities on site

The sums tendered for the following items shall cover the Contractor’s costs for site rentals, repairs and depreciation of buildings, furniture, tools and equipment, the storage and distribution of fuels and lubricants, charges for water, electricity, communications, access and sanitation, and wages for staff operating and maintaining these facilities in accordance with the contract:-

(i) Office and storage sheds,(ii) Laboratories,(iii) Living accommodation,(iv) Workshops(v) Ablution and latrine facilities,(vi) Tools and equipment,(vii) Water supply, electric power, communications and access,(viii) Plant,(ix) Other.

A.32.3.3 Supervision

The sum tendered shall cover the costs for on-site supervision and such local administration as the Contractor considers necessary for the proper completion of the WORKS, and shall include for the salaries, wages and allowances paid to the site agent, general and/or section foremen, site surveyors, timekeepers, assistants and other site supervisory staff, and on-site transport costs required for the staff mentioned herein.

A.32.3.4 Company and head office overhead costs

The sum tendered shall cover the Contractor’s company and head office overhead costs.

A.32.3.5 Other obligations

The sum tendered shall cover the cost of all obligations of a preliminary and general nature, which are required for the proper execution of the WORKS in accordance and compliance with the requirements of the contract and which are not specifically covered in sub-clauses A.32.3.1 to A.32.3.4.

A.32.3.6 Payment

Payment for time-related items will, subject to the provisions of sub-clause A.32.5 hereof, be effected as follows:

(i) For finance charges and operation and maintenance of facilities on site and after payment for the relevant fixed-charged items have been made in terms of sub-clauses A.32.2.1 and A.32.2.2 hereof, incremental amounts calculated by dividing the sums tendered by the number of months of the original period of the contract then remaining, will be paid in each of the subsequent payments certificates until the sums then tendered have been paid.

(ii) For supervision, company and head office overhead costs and other obligations and after all the obligations provided in for sub-clauses A.32.2.1 and A.32.2.2 hereof have been discharged, incremental amounts calculated by dividing the sum tendered by the number of months of the original period of the contract then remaining, will be paid in each of the subsequent payment certificates until the sums tendered have been paid.

BID ADVERTISEMENT FORM

A.32.4 Omission of payment for time-related items

Should the Contractor fail to discharge all or part of his continuing obligations in respect of a time-related item, then the amount or part of the amount for the item, will be omitted and the total amount of the contract reduced accordingly.

A.32.5 CONTRACTOR TO PRICE ALL ITEMS

The Contractor shall price individually, each and every item scheduled in the preliminary and general and site establishment section of the schedule of prices, and these items and prices will form the sole basis for cost evaluation in the settlement of any claim for additional payment in respect of preliminary and general and site establishment.

A.33 VALUE-ADDED TAX

(i) Value added tax in terms of the Value-added Tax Act No. 89 of 1991 should not be included in the tendered rates. Provision is made in the Schedule of Prices/Summary of Prices for the lump sum addition of value added tax.

(ii) The total price inclusive of Value-added Tax shall be carried forward to the Tender form.(iii) Value-added Tax shall be reflected on monthly contract payment certificate, but paid

separately on the presentation of a VAT-invoice by the contractor.(iv) The value of work reflected on the VAT-invoice must correspond with the nett amount

indicated on the contract payment certificate.

A.34 INSURANCE

The Contractor will be responsible for insurance of all tools equipment; vehicles and labour that will be use don’t his contract, as per clause 39 of the E5.

BID ADVERTISEMENT FORM

PART B: SPECIFICATIONS

B.1 SCOPE OF WORK

B.1.1 NatureB.1.2 Point MachineB.1.3 Vandal Proofing B.1.4 Duration of contractB.1.5 Document ControlB.1.6 Special conditionB.1.7 Quality AssuranceB.1.8 Guarantee B.1.9 General B.1.10 Contract areaB.1.11 Duration of ContractB.1.12 Occupations

B.2 CONSTRUCTION OF A SET

B.2.1 MaterialB.2.2 Re-assembly materialB.2.3 Set assemblyB.2.4 Re-assembly of pre-assembled setB.2.5 Occupations

B.3 TO BE PROVIDED BY THE CONTRACTOR

B.3.1 Lighting of the Work SiteB.3.2 Stabling of machinesB.3.3 GeofabricB.3.4 Points machineB.3.5 Ballast

B.4 TO BE SUPPLIED BY METRORAIL

B.5 RADIOS

B.6 STANDARD OF WORK

B.6.1 Pre- assemblyB.6.2 HandlingB.6.3 DeflectionB.6.4 1:7 Double SlipB.6.5 Track formationB.6.6 Geometric standardB.6.7 GeneralB.6.8 SleepersB.6.9 BallastB.6.10 Ballast Technical RequirementB.6.11 GranulometryB.6.12 Size and GradationB.6.13 Quality B.6.14 Signal Equipment

BID ADVERTISEMENT FORM

B.7 EXOTHERMIC WELDING

B.8 MEASUREMENT OF QUALITY OF CONSTRUCTION

B.9 RECTIFICATION OF SUB-STANDARD WORK

B.10 MATERIAL UNLOADED BY THE CONTRACTOR

B.11 PENALTIES FOR DELAYS TO METRORAIL TRUCKS

B.12 RELEASED MATERIAL

B.12.1 GeneralB.12.2 RailsB.12.3 FasteningsB.12.4 Double slip and block jointsB.12.5 Loading and stacking lists

B.13 PAYMENTS

B.13.1 Loading of materialB.13.2 Transporting of materialB.13.3 Offloading and stackB.13.4 Building set in the trackB.13.5 Rehabilitation of formationB.13.6 Installation of closuresB.13.7 Supply of lightingB.13.8 Load released materialB.13.9 Transporting MaterialB.13.10 Offloading and stacking released materialB.13.11 Shift allowanceB.13.12 Signal Point machine

B.14 PENALTY FOR EXCEEDING DURATION OF OCCUPATION

B.15 OTHER SPECIFICATIONS APPLICABLE

B.16 INFORMATION REQUIRED FROM THE CONTRACTOR IN TERMS OF THE CONTRACT

B.17 SCHEDULE FOR RATE OF OPERATION

B.18 SCHEDULE OF QUANTITIES AND PRICES

BID ADVERTISEMENT FORM

B.1 SCOPE OF WORK FO INSTALLATION OF1:7 DOUBLE SLIP ON CONCRETE SLEEPERS

B.1.1 Nature of work

This contract covers the replacing of 1:7 double slip crossings; point’s machine and track sections assembled on concrete sleepers Berea Station and Durban Station within Metrorail KZN.

The following activities form part of this contract: -

B.1.1.1 Transporting of all Perway material required for the replacing of the double slip; point’s machine and track sections from the Perway material camps (Springfield Perway Stores) to the re-assembling and/or construction site in Durban Central.

B.1.1.2 Preparation of site for the re-assembling of new set and track sections at sites in close proximity where old set are to be replaced.

B.1.1.3 Removing of existing set (1:7 double slip) or track sections, including ballast from the track,B.1.1.4 Formation repair for 1:7 double slip will include the following:

Removal of up to 6m of track on either side of the set Removal of existing ballast bed and dispose of at the approved dump site. Removal of 100mm of formation and dispose of at the approved dump site. Placement of 100mm of crusher compacted to (97% MOD AASHTO) Placement of Bidim Placement of approximately 100mm new ballast.

B.1.1.5 Loading, Transporting and Offloading of ballast supplied in DZ trucks or from stockpiles placed near site by road trucks, spreading and into a 150 – 200 mm layer,

B.1.1.6 The placing of re-assembled set and track section into track to fit a specified layout onto compacted layer of ballast.

B.1.1.7 Alignment of set and track sections placed into position, ensuring the compliance to the specification for track-work from 25m before SRJ to 25m after EOS.

B.1.1.8 Ballasting and tamping of set, Metrorail will do the final lifting and tamping the set with the use of a heavy on-track tamper.

B.1.1.9 All Exothermic welding of rail joints will be done by Metrorail.B.1.1.10 All electric bonding will be done by Metrorail.B.1.1.11 Finalising of set and track section to the Sf (A-) standard within 72 hours from installation. B.1.1.12 The final tamp (e.g. by lifting, aligning and tamping) of the set and track section after

installation has been completed shall not form part of this contract. It shall be treated as a separate issue, which will be catered for by a heavy on-track tamper, operated by an independent contractor.

B.1.1.13 Dismantling and transporting of released set to the Metrorail Material camps and stacking thereof at the material camp after classified by Metrorail.

B.1.1.14 Any other work arising out of, or incidental to the above or required of the contractor for the proper completion of the works in accordance with the true meaning and intent of the contract documents.

B.1.1.15 Relationship to other contractors on site

The 1:7 Double slip Replacement Contractor shall work for Metrorail.

The Contractor will be required to tender for the installation, lifting, aligning and tamping of set. Metrorail will supply a heavy on-track Ballast tamping machine to assist in the final alignment of the newly inserted sets.

The responsibility for final quality of geometry of set and track sections shall however remain with the 1:7 Double slip Replacement Contractor. The Tamper Contractor shall function as Metrorail contract in own right with none what so ever sub-contractor relationship to other contractors on site.

It shall be expected of the 1:7 Double Slip Replacement’s Contractor to communicate timeously and effectively with any contractors or parties involved on the site regarding quality and production issues.

BID ADVERTISEMENT FORM

B.1.2 POINT’S MACHINE

B.1.2.1 Scope

B.1.2.1 The successful Contactor to remove existing points machines complete and install a new machine complete onto the new layout into the location below;

DBN W9259DBN W9241

B.1.2.2 The new machine must be the non-hydraulic type and point’s layout be changed to the new VAE layout on concrete sleepers

B.1.2.2 Removal of existing point’s equipment and delivery to signals depot. All equipment shall be removed from site, on a daily bases, and placed at the Signals Goble Road maintenance depot.

B.1.2.3 It is further required that the tenderer shall acquaint him/herself with the exact type of VAE perway layout by confirming with Metrorail Perway department.

B.1.2.4 The type of points machine will be 380Vac B1-switchmatic (or style 63) with the latest modifications to suit the relevant interlocking. Durban interlocking is of the Spoorplan MKM type.

B.1.2.5 Compulsory site meeting will be held at a date to be arranged.B.1.2.6 It is envisaged that the blades may require drilling to accommodate the point’s layout, and

this must also be confirmed with VAE on the specifications. Contractor to quote for this as necessary and this is to be performed in advance of occupations.

B.1.2.7 The successful contractor to comply with Metrorail’s latest scrapping policy as advised by Metrorail supply chain management for any metallic scrap.

B.1.2.8 Installation of Points Machines: The successful Contactor shall install on the existing VAE double slips points layout, rodding, cranks and new points machine.

B.1.2.9 The successful Contactor shall install an approved vandal proofed inner or outer detector box as per conformance to the local area. The detector box is to be of the cast iron type. Any specialised mounting/extension plates and securing bolts if not available on the existing perway component (or of the incorrect type), is to be provided by the contractor.

B.1.2.10 The successful Contactor shall install a new isolating vandal proofed junction box.B.1.2.11 All Crank handle and isolating circuitry/mechanism is to conform to the existing area.B.1.2.12 Any other necessary items as determined is to be provided by the contractor and this may

include fastening bolts, washers, locknuts etc.B.1.2.13 The contractor must provide a set of spares (cranks and rods) for items that are unique to

the layout. The contractor to ensure that the CORRECT concrete sleepers and straps required for the project are available well before occupation and they are correctly predrilled. IF correct items are not available at Metrorail Perway KZN, the contractor is to quote for this.

B.1.2.14 The cradle to secure the points machine is part of the perway component, however the contractor to ensure that the correct type of cradle is available prior to installation, else it should be provided.

B.1.2.15 All rodding to be of the approved make/type, however the rodding must not be galvanised. Rodding should be treated against corrosion with red oxide and the thread must be well greased with appropriate grease.

B.1.2.16 All necessary approved rollers and fittings to be provided as part of this contract. The preferred type of roller is Plate Integrated Roller System.

B.1.2.17 All necessary signal bonding to be renewed by the contractor and checked by Metrorail technical officer in charge.

B.1.2.18 Contractor is to perform a compulsory site visit to ascertain the nature of the requirements of the installation and if further visits are necessary prior to tender this will be arranged.

B.1.3 Vandal Proofing.

B.1.3.1 The successful Contactor shall install all vandal proofed points lids, vandal proof detector box lids and isolating box lids as per the latest Metrorail standard to be pointed out during site inspection especially related to the locking mechanism. This will necessitate that the technicians do not need to carry extra keys.

BID ADVERTISEMENT FORM

B.1.3.2 The vandal proof points lids, vandal proof detector box lids and isolating box lids are to match the existing vandal proofing equipment, including the locking mechanism.

Drawings and Diagrams

Approved diagram BBD6686 is to be considered for the hardware and related hardware equipment. Special consideration is to be given to any modified components. It is stressed that these diagrams are confirmed with the points installed at Transnet at Duffs Road site.

B.1.4 Contract period

B.1.4.1 Contractor is to provide a proposed project plan for delivery as part of the tender.B.1.4.1 Contract period is as per clause A9

B.1.5 Documentation and Control

B.1.5.1 All equipment supplied to Metrorail must be signed for by the technical officer on this contract and delivery details to be specified on the delivery note. The tender number and contract number must be quoted on all correspondence, invoices and delivery notes.

B.1.6 Special conditions

B.1.6.1 Tenderers to submit traceable reference of previous signal installation projects that he/she executed in the past.

B.1.7 Quality Assurance

B.1.7.1 Metrorail requires that the contractor have an approved quality assurance system in place. Proof of the QA system in use must be submitted with the tender document.

B.1.8 Guarantee

B.1.8.1 All items provided must be guaranteed for a period of one year starting on the date of completion of contract-(handover-date) from failure due to manufacturing defects or inferior quality. Special 5 year corrosion warranty on metallic items which include rodding as well as boxes/housings

B.1.8.2 The Technical Officer will, where possible, assist with all items above and be entitled to take corrective action of his own should the Contractor not be able to give immediate attention at the time a fault occurs and recover from the Contractor any costs and expenses reasonably incurred by it in doing so. However, in this respect, any action taken by the Technical Officer will in no way relieve the Contractor of his contractual responsibilities.

B.1.8.4 If within the guarantee period mentioned above any defects should be found which, in the opinion of Metrorail, are due to improper or faulty materials, workmanship, design and/or methods of manufacture, and/or from any other fault or neglect on the part of the Contractor or his sub-contractor/s, then notwithstanding any superintendence, inspection, approval or certificate that may previously have been carried out or given, or any payment that may have been made to the Contractor on account of the work, the Contractor shall immediately, at his own cost entirely, remove and replace any defective parts or otherwise make good and remedy all such defects to the satisfaction of Metrorail. In default of compliance by the Contractor with this obligation, Metrorail may itself remove and replace the defective parts or otherwise make good and remedy all such defects, or may engage any other person to carry out the rectification work involved, or any portion thereof and the Contractor shall be liable to Metrorail for all cost and expenses incurred by it in doing so.

BID ADVERTISEMENT FORM

B.1.9 General

On completion of the work, all scrap material must be removed from site and sorted into ferrous, non-ferrous metals, cables, other and disposed of as agreed by Metrorail.

B.1.10. Contract area:

The contract area will be between Berea Station and Durban Station within the Metrorail KZN region.

The Contractor will be required to work on site at any place within the area specified.

B.1.11 Duration of contract:

The contract will commence four (4) weeks after appointment of contractor and will continue for 6 month. This is to allow for the arrangements of occupations and time required for the Contractor to obtain surety. Metrorail reserves the right to extend the four (4) weeks period it occupations are not granted as requested.

B.1.10 Occupation periods:

B.1.10.1 Occupations for replacement of Double Slip will be as follows:

Prior to installation: Monday to Friday 09:00 to 15:00 between trains operating conditions for preparation work.

During installation: Friday 19:30 to Monday 04:00, under total occupation operating conditions.

After installation: Monday to Friday 09:00 to 15:00 between trains operating conditions for finalising of the track.

No switching-off of overheads will be permitted other than during total occupations.

B.1.10.2 Work done by all disciplines must be completed during these occupations in order for Metrorail to open the track for normal rail traffic.

B.2 CONSTRUCTION OF A DOUBLE SLIP

B.2.1 Material:

Metrorail will provide all materials required for the construction of a double slip. This material shall be collected by the Contractor from the Metrorail material camps in time for the re-assembly of a double slip at Springfield, and keep in safe custody.

The contractor shall acquaint himself regarding the layout of the 1:7 double slip when re-assembling our in-situ reconstructing thereof.

Metrorail will provide the Contractor with an installation programme, as well as diagrams depicting information applicable to the relevant set, re-assembly sites, and SRJ direction.

Track occupations will be agreed upon with successful Tenderer.

Pre-assembly of a set shall require that the set shall be available for inspection and approval by Metrorail officials at least two days before installation.

B.2.2 The following materials will be used in the installation of the double slip:

B.2.2.1 Complete 1:7 double-slip crossing and track sections.B.2.2.2 Closure rails.

Closures inside and outside sets (Supplied and fitted by Metrorail).

BID ADVERTISEMENT FORM

B.2.2.3 Block joints.

Block joints will be supplied by Metrorail. Block joints inside set shall be fitted by the contractor during the re-assembling of the 1:7 Double Slip before installation. Frozen block joints shall be fitted outside the set as closure rails.

B.2.2.4 Rail to sleeper fastenings:

All standard sleeper fastenings for a set and closure rails will be supplied by Metrorail.

B.2.2.5 Concrete crossing Ties:

Full setP54 or P84 Ties

B.2.2.7 Cradles A or B or both. (Supplied and fitted by Metrorail).

B.2.2.8. The contractor to supply and fit signalling equipment

B.2.2.9 Electrical Equipment (Supplied and fitted by Metrorail).

Mast to rail bonding cablesBonds at frog both sidesBonds at Stock and SwitchBonds at block-joints inside set (Z-Bond)

B.2.3 1:7 Double Slip assembly

The Double Slip shall be constructed as per design plan and supplied to the successful Tenderer.

B.2.4 Re-assembly of pre-assembled Double Slip:

Double Slip were pre-assembled and marked by the supplier.

Metrorail will upon request make available to the Contractor all drawings required for the re-assembling of the double-slip crossing.

B.2.5 Working time during occupation

This working time actual occupation taken for the installation of the set and shall include the time taken for:

BID ADVERTISEMENT FORM

B.2.5.1 Transporting of re-assembled double slip from the re-assembling site to the construction site, when installed by a double slip replacement machine (N/A)

B.2.5.2 Mechanically remove the existing double slip and/or track sections and ballast.B.2.5.3 Loading the removed set and track sections for transporting to dismantling site.B.2.5.4 Mechanically placing of initial ballast layer.B.2.5.5 Building or placing, lifting and alignment and tamping of the new set. (To within the Sc (B-)

Standard). B.2.5.6 Placing, lifting and alignment and tamping of the track sections. Re-spacing of adjacent

sleepers where necessary. B.2.5.7 All rail cutting.B.2.5.8 Insertion and welding of closure rails where necessary by Metrorail.B.2.5.9 Loading, transporting and offloading of ballast.B.2.5.10 Boxing in of ballast and tamping of set and adjacent track up to 5 meters beyond section

replaced.B.2.5.11 Final tamping of turnout and track sections replaced, at least within 48 hours after the

installation of the turnout or track section.B.2.5.12 Finalising of Double Slip or track section.B.2.5.13 Lubrication of slide chairs.B.2.5.14 Exothermic welding of double slip to adjacent tracks sections by Metrorail.B.2.5.15 Supply and installation of a point’s machine

The Contractor shall also include in his tender the exact sequence of events and detail of the process he intends to implement.

B.3 TO BE PROVIDED BY THE CONTRACTOR

The Contractor shall provide the following facilities:

B.3.1 Lighting for the Work Site

The Contractor shall provide lighting to all workplaces where work is to be taking place during the hours between sunset and sunrise. The lighting shall be of sufficient intensity and spread to satisfy the Technical Officer that work can proceed efficiently and safely.

B.3.2 DZ trucks/Lorry

For spoil,For released Perway materialFor loading transporting and offloading ballast and crusher.

B.3.3 Geofabric

B.3.4 Signal point’s machine

B.3.5 Ballast

B.4 TO BE SUPPLIED BY METRORAIL

METRORAIL will supply the following free of charge:

B.4.1 All permanent way material, as described in clause B.2.1 and B.2.2, required for the execution of the works will be provided in rail trucks to site and shall include the following:

B.4.2 The track master and flagmen.

B.4.3 Ballast Tamper with crew

B.4.4 Electrical Tech Supt

Switching of power.

BID ADVERTISEMENT FORM

Jumper cablesPlacing of Bonds

B.5 WALKIE-TALKIE RADIO TRANSCEIVERS AND CELLULAR TELE-PHONE

The Contractor shall supply walkie-talkie radio transceivers for communication on site (see item 13.5 of E160). Metrorail will supply cell-phones for their own staff for communicating with the trains operations.

B.6 STANDARD OF WORK

B.6.1 Pre-assembly

B.6.1.1 The Contractor shall ensure that the re-assembled set conform to the “A” standard.

B.6.2 Handling

B.6.2.1 Sub-assemblies must be handled by means of a spreader beam to ensure that the deflection of sub-assemblies during lifting and handling does not exceed specified tolerances

B.6.3 During the lifting and loading of the assembled turnout, deflection may not exceed 50mm over a 10m span.

B.6.4 Double Slip

B.6.4.1 Double Slip shall always be placed by the Contractor within 10mm of position. This position shall be indicated by the Technical Officer by means of reference pegs on the ground at the stock-rail-joints (SRJ) and end-of-sets (EOS).

B.6.4.2 The Contractor shall work to the layout dimensions required by the Technical Officer. These dimensions will be given in writing to the Contractor or indicated by means of chalk marks on the sleepers.

B.6.4.3 The Contractor shall monitor and evaluate measurements of the layout and shall ensure compliance with the specified standards of workmanship and accuracy during installation of the turnout.

B.6.4.4 Where, in the opinion of the Contractor, the condition of the site is such that the specified performance standards cannot be achieved, he should record all relevant information in conjunction with the Technical Officer before and after working. The Technical Officer may, if he concurs with the Contractor’s contentions, adapt the specified standards of workmanship in order to conform to suit the track and/or site conditions.

B.6.5 Track formation

B.6.5.1 Track formation shall not be damaged or its profile changed by work carried out by the Contractor.

B.6.6 Geometric standard

B.6.6.1 Double Slip shall be built to the “A” standard and this will be required regardless of the prevailing conditions.

B.6.6.2 Diagrams indicating measurements to determine the geometric standard of re-assembled double slip will be provided to the contractor on request.

B.6.7 General

B.6.7.1 The distance between track centres on multiple tracks must be within 10mm of the designed centres.

BID ADVERTISEMENT FORM

B.6.7.2 The standard for structure gauge shall adhere to specification SPK.7/1 (Sept 1999).

B.6.8 Sleepers

B.6.8.1 The position of each sleeper shall be marked out with permanent paint on the field side of the rail flange. These markings will be used for quality measurements afterwards.

B.6.8.2 Sleepers spacing to the “A” standard shall not vary by more than 5mm.

B.6.9 Ballast

B.6.9.1 The top width of the ballast shoulder to the “A” standard shall be constructed to a tolerance of +100mm and -50mm.

B.6.9.2 The depth of the ballast profile shall be within a tolerance of +50mm and -50mm.

B.6.9.3 In the soundness test described in Appendix A, the loss in mass shall not exceed 5% after 20 cycles of the tests.

B.6.9.4 No doleritic stone shall be found to be broken when conducting the durability test described in Appendix B.

B.6.9.5 The Los Angeles abrasion value, determined in accordance with ASTM C 131- 89 grading B, shall not exceed 22%.

B.6.9.6 The plasticity index on the fines developed from the Los Angeles abrasion test shall be less than 6.

B.6.9.7 Flakiness index, measured in accordance with SABS 1083:2013 Edition 2.3 shall not exceed 30%.

B.6.9.8 Voids measured in accordance with SABS 1083:2013 Edition 2.3 shall not be less than 40%.

B.6.9.9 The relative density shall not be less than 2.5.

B.6.9.10 Grading shall comply with the following:

B.6.10 Ballast Technical Requirements

B.6.10.1 The ballast must be from hard, durable machine crushed stone (i.e. granite) extracted from a quarry from none-friable weathered rock, free from organic impurities and inorganic residue.

B.6.10.2 The ballast should, as far as possible, be cubical in shape.

B.6.10.3 The grain shape has to be irregular sharp broken. Individual pieces should not be flaky and should generally have flat faces with not more than two rounded/sub rounded faces.

B.6.10.4 The ballast must also be permeable to both air and water drainage. B.6.10.5 The Aggregate Abrasion Value must not exceed 30%.

B.6.10.6 The Aggregate Impact Value and Crushing Value must not exceed 14 %.

B.6.11 Granulometry

B.6.11.1 The grading must be between 31.5 mm to 63 mm to enable proper and long lasting mechanical tamping of the track.

BID ADVERTISEMENT FORM

B.6.11.2 The critical values or limits of the different granulometry of the ballast stones must be indicated in “…V.–%”.

B.6.12 Size and Gradation

B.6.12.1 The ballast must satisfy the following size and gradation:

63mm sq. mesh sieve: retaining limit 97% to 100%50mm sq. mesh sieve: retaining limit 65% to 100%

B.6.12.2 Limited amounts of under sized grains of less than 22.4mm are allowed:

Up to 3.0 V.-% in the quarry Up to 5.0 V.-% on the track

Figure for grain size distribution of ballast

V.-%

B.7 Quality

B.7.1 The Contractor is to ensure that the quality of all stone supplied must comply with the required specifications (SABS 1083:2013 Edition 2.3 and S406).

B.7.2 The Contractor to supply Metrorail with proof that the stone complies with the necessary specifications and tests. See Appendix B clause B.3

B.7.3 Metrorail will also conduct random quality checks and if it is found that a specific consignment does not meet requirements Metrorail reserves the right not to pay for that specific consignment.

B.7.4 Metrorail will require samples to be tested before any product is off loaded then at quarterly intervals of the total consignment. Any deviations from the specification will result in Metrorail not accepting the specific batch.

B.7.1 Contractor to supply proof of test carried out by an independent accredited laboratory ensuring that the material supplied conforms to the required specifications (S406 specifications).

B.7.2 The Contractor shall supply all plant and equipment for the completion of the works i.e. the supply and loading and offloading of stone.

BID ADVERTISEMENT FORM

B.8.10 Signal equipment

The supply and installation of signalling equipment is to be done by the Contractor and includes the following:

Fitting of point’s machine on concrete sleepers. Fitting of rods and extension plates. Fitting of point’s blade rollers. Signal bonding

The Contractor will arrange for the necessary adjustments of points, lock slides and detection. He will also arrange for the electrical connection and final setting of the points machine.

B.8.11 Electrical bonding (To be fitted by the Metrorail)

B.8.11.1 Since the traction rail forms part of the high voltage electrical circuit, any break in the track could result in the full system voltage (up to 50 000 volts) between rail and earth under certain conditions.

B.8.11.2 The continuity of the traction rail shall be maintained by means of portable jumper cables, which shall be connected across the double slip by somebody other than the Contractor before any fishplate, or rail bond is removed for the replacement of the old turnout.

B.8.11.3 On completion of the replacement of double slip, somebody other than the Contractor shall restore the continuity of the traction rail with permanent bonds before the removal of the portable jumper cables.

B.8.11.4 Although the replacement of turnouts shall be carried out under cover of a work permit (i.e. the electrical power in the overhead lines are switched off), the following precautionary measures will still be required to ensure the safety of persons on site against the risk of electric shock: -

No work on site, especially off-loading by gantries or other equipment from rail trucks, shall commence unless the Contractor’s responsible person has noted the conditions contained in the electrical work-permit by way of signing the work-permit form. The Contractor shall not proceed with work before having properly informed and warned all his staff of potential dangers of adjacent live equipment pointed out to him by the METRORAIL electrical officer who issued and controls the work permit.

B.7 EXOTHERMIC WELDING

Metrorail shall to carry out all exothermic welding and supply all material.

B.8 MEASUREMENT OF QUALITY OF CONSTRUCTION

Where the “A” Standard work is required, the following measurements of quality of construction shall be required.

The Contractor shall measure and record for a double slips all measurements required to determine the standard of construction. A hard copy of these measurements shall be made available to the Technical Officer on completion of the work for evaluation purposes.

B.8.1 Measurements for the vertical alignment shall be made with a Geismar type track-gauge or equivalent, equipped with approved void meters.

Deviations from straight line (slack): Determine position of the slack by visual means. Measure the depth of the slack with a Geismar type track-gauge. Measurements shall be taken along the top of the rail also before and after the points of deviation.

BID ADVERTISEMENT FORM

B.8.2 Measurement for the horizontal alignment shall be made with a nylon line on the running side of the reference rail at two points 10m apart and a feeler gauge calibrated 1mm intervals.

B.8.3 On the straight track, each deviation between the two points 10m apart must be measured by inserting the feeler gauge between the nylon line and the rail at the middle of the deviation. The number of sleeper spaces between the beginning and end of the deviation must be recorded.

B.8.4 Curved track shall be marked out at 5m intervals and each mark shall become a measuring station. Measuring and recording the offset at each station from the 10m chord strung across alternative stations shall determine the Track standard.

B.8.5 The measuring stations specified above shall be numbered consecutively on the flange of the left hand rail with white chalk for each section being evaluated and shall be prefixed with the letter A.

B.8.6 Ballast standards shall be determined by: -

Open and measuring actual ballast depth where directed by the Technical Officer.

B.8.7 The ballast profile shall be measured by approved means along the track and recorded.

B.9 RECTIFICATION OF SUB-STANDARD WORK

B.9.1 Where the specified standards of workmanship and accuracy are not attained within the period of an occupation, the Technical Officer will arrange to rectify the defects to allow the safe passage of trains and will recover from the Contractor the cost, at departmental rates, of all the resources utilised.

B.9.2 Departmental rates shall be the labour rates and vehicle tariffs listed in Item 11.3 as well as material prices applicable at the time of deduction from the payment certificate.

B.9.3 Metrorail’s rates will be as below, and will be subject to price adjustment described in clause 23 of the E.160. Labour rates will be enhanced by 33% for Saturdays and 100% for Sundays and paid public holidays.

Artisan/Trackmaster = R 120, 00/hr.Skilled labour = R 95, 00/hr.Unskilled labour = R 46, 00/hr.L.D.V. = R 115, 00/hr. excluding driverLorry = R 460, 00/hr. excluding driver

B.10 MATERIAL UNLOADED BY THE CONTRACTOR

The Contractor shall unload, distribute, and stack permanent way material supplied for the works at places designated by the Technical Officer. The Contractor must keep record of such receipts, indicating rail truck numbers and the date of unloading. The Contractor shall accept responsibility for safe custody of the material only from the time the material is handed over into his custody by METRORAIL on site just prior to commencement of construction of the set.

B.11 PENALTIES FOR DELAYS TO METRORAIL TRUCKS

B.11.1 When trucks consigned to METRORAIL are to be off-loaded by the Contractor, the Technical Officer will give the Contractor at least 24 hours’ notice of the place and expected date and time of placing of the trucks for purposes of off-loading. The Contractor shall off-load the trucks as expeditiously as possible.

If he fails to off-load any truck within 24 hours of it being placed for off-loading, he shall be liable to pay the penalties specified in clause 13.4 hereof for the time between the expiration of the 24 hour period allowed, and the time the truck is finally off-loaded, irrespective of weekdays, weekends or public holidays which may intervene.

BID ADVERTISEMENT FORM

B.11.2 As soon as any truck has been off-loaded, the Contractor shall advise the Technical Officer, giving date, time, and the number of the trucks off-loaded.

B.11.3 The same conditions and penalties as specified in clause 13.1 to 13.4 will apply to empty trucks into which the Contractor is to load released material.

B.11.4 The following penalties will be recovered from the Contractor for delays to METRORAIL trucks as described above:

Each truck R 12, 50 per hour or part thereof - maximum of R 320, 00 per day.

B.12 HANDLING OF MATERIAL

B.12.1 General

B.12.1.1 Metrorail’s Track Inspectors will classify all materials to be released. The released material will be loaded onto the contractor’s vehicles or DZ (if available).

B.12.1.2 Released permanent way material shall be broken up completely into its components, and shall be grouped into types for loading, or stacking e.g. rails and clips shall not be loaded onto the same rail truck/road truck, pads shall be placed in approved type bags when loaded together with pins in the same truck, etc.

B.12.1.3 Losses shall be kept to a minimum. Any material to be scrapped shall be collected in material camps and disposed as directed by the Technical Officer.

B.12.1.4 Re-usable material loaded into rail trucks/road trucks for despatching shall be neatly stacked in such a manner that:

They are not damaged during the loading operation.The rail journey to it’s destination may be made with no damage to the material or shifting of the load; andThe unloading by others at its destination may be undertaken without difficulty.

B.12.2 Rails

Released rails shall be cut into 12m lengths. The Contractor shall load scrap rails into rail trucks/road trucks. Re-usable rails shall be placed and stacked as directed by the Technical Officer.

B.12.3 Fastenings

Released fastenings shall be grouped together prior to loading by binding wire, sturdy bags or any similar approved method.

B.12.4 Double slip and block joints

The components shall be grouped together and loaded into separate rail trucks/road trucks or stacked as directed by the Technical Officer.

B.12.5 Loading and stacking lists

The Contractor shall keep record of all materials loaded into trucks or stacked for despatching. The lists reflecting the full contents of each truck or stack shall be submitted to the Technical Officer.

BID ADVERTISEMENT FORM

B.13 MEASUREMENT AND PAYMENT

Payment will be made in accordance with the rates tendered in the schedule of prices and as follows:

B.13.1 Item 2.1: Loading of material

Payment will be made for the loading of all material into wagons or Lorries at the material yard at Springfield.

B.13.2 Item 2.2: Transporting of material

Payment will be made for the transporting of all material from the material yard at Springfield to the re-assembling and construction site with Lorries (provisional when wagons are unavailable).

B.13.3 Item 2.3: Offload and stack

Payment will be made for the offloading components from wagons or Lorries and placing on the ground.

B.13.4 Item 2.4: Build set in the track

A payment will be made for double slip placed into track. This will cover the payment for all work included in clause B.2.2 hereof and to get the track to a minimum of the “A” standard.

B.13.5 Item 2.5: Rehabilitation of formation.

A payment will be made for all work done for the rehabilitation of the formation as described in clause B1.1.3.

B.13.6 Item 2.6: Installation of closures

Void

B.13.7 Item 2.7: Supply of lighting

The supply of adequate lighting will be paid per day used.

B.13.8 Item 2.8: Load released material

A Payment will be made for the loading of all released material into wagon or lorry.

The Contractor shall allow for all work for the dismantling of released set, sorting and grouping together in accordance with clause B.14 hereof. No separate payment will be made for sorting and grouping of released material.

B.13.9 Item 2.9: Transporting of material

Payment will be made for the transporting of the released material from construction site to material yard at Springfield with lorry (provisional when wagons are unavailable).

B.13.10 Item 3.0: Offloading and stacking released material

A payment will be made for the offloading and stacking of released material from wagon or lorry at the Material store Springfield

BID ADVERTISEMENT FORM

B.13.11 Item 4: Shift Allowance

Void

Tenderer’s rates to cater for working at night and the weekend (Saturday and Sunday) for installation of a set

B.13.12 Item 5: Signal Points Machine

A payment will be made for complete removal of existing points machine without any damage and transported to Goble Road Signal Depot.Installation of a completed signal points machine and vandal proofing

B.14 PENALTY FOR EXCEEDING DURATION OF OCCUPATION

If any the Contractor delays trains and METRORAIL is satisfied that the delay was avoidable, a penalty will be imposed on the Contractor of R10 000 per hour or part thereof for the period of delay, irrespective of the number of trains delayed.

B.15 OTHER SPECIFICATIONS APPLICABLE

The documents forming the contract are to be taken as complimentary to each other. In case of any discrepancy or inconsistency between contract documents, the order of precedence will be:

(a) Project specification, together with particular drawings and schedules of prices(b) Standard specifications SPK7/1 (September 1999)(c) METRORAIL welding Specification(d) E10 Specification

The latest edition, valid at close of tender, of all documents listed in the schedule of documents shall be deemed to be incorporated in and to form part of the contract.

B.16 INFORMATION REQUIRED FROM THE CONTRACTOR IN TERMS OF THIS CONTRACT

(i) Schedule of Quantities and Prices.(ii) Completed Schedule of machinery (iii) Description of method of operation.(iv) Completed labour schedule.(v)Completed schedule for rate of operation(vi) As listed in clause A.6

BID ADVERTISEMENT FORM

APPENDIX C

TEST FOR SOUNDNESS OF STONE (SODIUM SULPHATE METHOD)

C.1 TEST SOLUTION

Prepare a saturated solution of anhydrous Na SO or crystalline Na SO. 10H O is distilled or demineralised water between 33oC and 35oC. Use sufficient salt to give excess crystals after thorough stirring. Cool to between 22oC and 24oC and keep this temperature for at least 16 h. Stir thoroughly before use.

C.2 PREPARATION OF TEST SPECIMEN

From a representative sample of stone take a random specimen of at least 500g passing a 19mm and retained on a 13,2mm sieve. Wash the specimen to remove all adhering material. Dry at 105oC in a well-ventilated oven and determine the mass after cooling. Continue drying until the decrease in mass after each of 2 successive drying periods of 4 h does not exceed 0,1% of the total mass. Let this mass be M1.

C.3 PROCEDURE

C.3.1 Place the specimen in a porcelain dish and cover fully with test solution between 20oC for 7 h. Decant the solution taking care that no stone is lost.

C.3.2 Dry the specimen for 15 h at 105oC. Allow the specimen to cool for 2 h. This completes one cycle of the soundness test.

C.3.3 Repeat the cycle described in A3.1 and A3.2 as often as specified. After every fifth cycle, wash the specimen on a 1, 70 mm sieve with hot water until no crystalline sodium sulphate is visible and continue the test with material retained on a 1, 70 mm sieve.

C.3.4 After completion of the final cycle, wash the specimen in hot water until the washings are free of sodium sulphate. Dry the specimen to constant mass and screen on a 1, 70 mm sieve. Let the mass retained on the sieve be M2.

C.4 LOSS

Calculate the percentage loss in mass from the formula

(M1 – M2) X 100%M1

BID ADVERTISEMENT FORM

APPENDIX D

DURABILITY TEST FOR BALLAST STONE

D.1 PREPARATION OF TEST SPECIMEN

From a representative sample of ballast stone take at random 100 stones passing a 53.0 mm and retained on a 26.5 mm sieve. Wash the stones to remove all adhering material. Dry the stones at 105oC in a well-ventilated oven and determine the mass after cooling. Continue drying until the decrease in mass after each of 2 successive drying periods of 4 h does not exceed 0.1% of the total mass.

D.2 PROCEDURE

Place the 100 stones in a suitable container and cover with ethylene glycol between 18oC and 25oC for 20 days. Determine the number of stones that have broken, or can be broken by hand.

D.3 TESTING

The supplier must send a (3) monthly sample to a laboratory for testing all cost will be paid by the supplier; the suppler must send the results to PRASA (Metrorail).

Metrorail will take random test and send to the laboratory for testing and cost will be paid by Metrorail.

BID ADVERTISEMENT FORM

APPENDIX E

MILL ABRASION TEST

E.1 TEST METHOD

E.1.1 Prepare a test sample of the ballast under test, consisting of 1.5kg each of the following two particle sizes:

<37.5 mm > 26.5 mm and <26.5 mm > 19 mm.

The particles shall be washed and oven – dried to a constant weight before it is weighed and tested.

(Wo = the total weight of sample)

E.1.2 Place the sample in the porcelain mill pot and add 3 liters of distilled water. Ensure that the cork washer is correctly in position efore tightening the lid securely.

E.1.3 The mill pot is placed in a horizontal position on the two rollers of the test apparatus with the lid on the side of the electric motor in order that the counter’s sensor is activated with each revolution of the mill pot.

E.1.4 The mill pot shall be rotated at 33 r.p.m. for a total of 10 000 revolutions.

E.1.5 The sample shall then be wash – sieved through a 9.5 mm sieve placed on top of a 0.075 mm sieve and then oven dried to a constant weight.

Record the dry mass of the material on the sieves:

W1 = mass of material on 9.5 mm sieve.W2 = mass of material on 0.075 mm sieve.

E.2 EVALUATION METHOD

Calculate the following abrasion value:

MA = Wo – W1 - W2 *100 = Mill Abrasion valueWo

BID ADVERTISEMENT FORM

B.17 SCHEDULE FOR RATE OF OPERATION

Remove any existing double slip or track and place in specified position a complete re-assembled standard double slip. The actual total time worked during occupation time to complete the operation will be as in the table below. For placement of re-assembled double slip, see clause 2.

OCCUPATION TIME TAKEN TO COMPLETE TOTAL OPERATION(Finalise track to A-standard, Travelling time excluded)

ITEM TYPE SET SET PRE-ASSEMBLED ON CONCRETE SLEEPERS

TOTAL TIME TO COMPLETE THE WORK (MINUTES)

A1 48kg 1:7 Double slip Concrete

______________________ ______________________DATE TENDERER

BID ADVERTISEMENT FORM

top related