225
Republic of Malawi Accelerating Malawi’s Economic Growth Bidding Document for the Procurement of Works for the Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City Volume 1 - Main Document Procurement Reference Number RA/DEV/2016-17/01 Procurement Method National Competitive

Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Embed Size (px)

Citation preview

Page 1: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Republic of Malawi

Accelerating Malawi’s Economic Growth

Bidding Document for the Procurement of Works

for the

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament

Roundabout Road Section in Lilongwe City

Volume 1 - Main DocumentProcurement Reference Number

RA/DEV/2016-17/01

Procurement Method National Competitive Bidding

Date of Issue of Bidding Document

20th April, 2017

Page 2: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Section 1: Instructions to BiddersTable of Clauses

Bidding DocumentsContent of Bidding Documents

The set of bidding documents comprises the documents listed in the table below and addenda issued in accordance with Clause 10:

PART 1 Bidding Procedures Section 1 Instructions to Bidders (ITB) Section 2 Bid Data Sheet (BDS) Section 3 Evaluation and Qualification Criteria Section 4 Bidding Forms including Bill of Quantities Section 5 Eligible Countries

PART 2 Schedule of Requirements Section 6(A) – Scope of Works Section 6(B) – Technical Specifications Section 6(C) – Drawings Section 6(D) – Supplementary Information

PART 3 Conditions of Contract and Contract Forms Section 7 General Conditions of Contract (GCC) Section 8 Particular Conditions of Contract (PCC) Section 9 Contract Forms

Clarification of Bidding DocumentsA prospective Bidder requiring any clarification of the bidding documents may notify

the Procuring Entity in writing at the Procuring Entity's address indicated in the BDS. The Procuring Entity will respond to any request for clarification received earlier than fourteen (14) days prior to the deadline for submission of bids. Copies of the Procuring Entity's response will be forwarded to all Bidders, including a description of the inquiry, but without identifying its source.

Amendment of Bidding DocumentsBefore the deadline for submission of bids, the Procuring Entity may modify the

bidding documents by issuing addenda.Any addendum thus issued shall be part of the bidding documents and shall be

communicated in writing to all purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum in writing to the Procuring Entity.

To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Procuring Entity shall extend, as necessary, the deadline for submission of bids, in accordance with Sub-Clause 20.2 below.

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 2

Page 3: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Preparation of BidsLanguage of BidAll documents relating to the Bid shall be in English. Any printed literature furnished

by the Bidder may be written in another language, as long as such literature is accompanied by a translation of its pertinent passages in English; in which case, for purposes of interpretation of the Bid, the translation shall govern.

Documents Comprising the BidThe Bid submitted by the Bidder shall comprise the following, in the format indicated

in Section 4, Bidding Forms, where appropriate:Bid Submission Form;Bid Security;Priced Bill of Quantities or Activity Schedule;Qualification Information Form and Documents; andany other document or information required to be completed and submitted by

bidders, as specified in the BDS.

Bid PricesThe Contract will be an Ad-measurement or Lump Sum Contract, as indicated in the

BDS.The Contract shall be for the whole Works, as described in ITB Sub-Clause 1.1, based

on the:priced Bill of Quantities submitted by the Bidder in the case of an Ad-

measurement Contract; orpriced Activity Schedule submitted by the Bidder in the case of a Lump Sum

Contract.The Bidder shall fill in rates and prices for all items of the Works described in the Bill

of Quantities (or in the case of a lump sum contract, for all items of the Works described in the drawings and specifications and listed in the Activity Schedule). Items for which no rate or price is entered by the Bidder will not be paid for by the Procuring Entity when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities or Activity Schedule.

All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause shall be included in the rates, prices and total Bid price (or in the case of a lump sum contract, in the total bid price) submitted by the Bidder.

The rates and prices (or in the case of a lump sum contract, the lump sum price) quoted by the Bidder shall not be subject to adjustment during the performance of the Contract unless provided for in the BDS and PCC and the provisions of Clause 13.8 of the Conditions of Contract. The Bidder shall submit with the Bid all the information required under PCC Clause 13.8.

Currencies of Bid and PaymentThe unit rates and prices (or in the case of a lump sum contract, the lump sum price)

shall be quoted by the Bidder entirely in Malawi Kwacha.Bid Validity

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 3

Page 4: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Bids shall remain valid for the period specified in the BDS.In exceptional circumstances, the Procuring Entity may request that the bidders

extend the period of validity for a specified additional period. The request and the bidders’ responses shall be made in writing. A Bidder may refuse the request without forfeiting the Bid Security. A Bidder agreeing to the request will not be required or permitted to otherwise modify the Bid, but will be required to extend the validity of Bid Security for the period of the extension, and in compliance with Clause 16 in all respects.

Bid SecurityThe Bidder shall furnish, as part of the Bid, a Bid Security in original form in Malawi

Kwacha in the amount specified in the BDS.

The Bid Security shall be in the form of a certified cheque or payable order, bank draft, letter of credit, or a bank guarantee from a financial institution operating in Malawi. The format of the Bid Security should be in accordance with the form of Bid Security included in Section 4, Bidding Forms or another form acceptable to the Procuring Entity. Bid Security shall be valid for twenty-eight (28) days beyond the validity of the Bid.

Any bid not accompanied by an acceptable Bid Security shall be rejected. The Bid Security of a joint venture must define as “bidder” all joint venture partners and list them in the following manner: a joint venture consisting of “______,” “______,” and “______”.

The Bid Security of unsuccessful bidders will be returned within one (1) week after concluding the contract and after a Performance Security has been furnished by the successful Bidder.

The Bid Security of the successful Bidder will be discharged when the Bidder has signed the contract and furnished the required Performance Security.

The Bid Security may be forfeited:if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;if the Bidder does not accept the correction of the Bid price, pursuant to Clause 27;

orin the case of a successful Bidder, if the Bidder fails within the specified time limit to:

sign the contract; orfurnish the required Performance Security.

Alternative Proposals by BiddersBidders shall submit offers that comply with the requirements of the bidding

documents, including the basic technical design as indicated in the drawings and specifications. Alternatives will not be considered unless specifically allowed in the BDS.

Format and Signing of BidThe Bidder shall prepare one original of the documents comprising the Bid as

described in Clause 12 of these Instructions to Bidders, bound with the volume containing the Bid Submission Form, and clearly marked "ORIGINAL." In addition, the Bidder shall submit copies of the Bid, in the number specified in the BDS, and clearly marked as "COPIES." In the event of discrepancy between them, the

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 4

Page 5: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

original shall prevail.

The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorised to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3(a) or 4.4(b), as the case may be. All pages of the Bid where entries or amendments have been made shall be initialled by the person or persons signing the Bid.

The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Procuring Entity, or as necessary to correct errors made by the Bidder, in which case such corrections shall be initialled by the person or persons signing the Bid.

The Bidder shall furnish information as described in the Bid Submission Form on commissions or gratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract.

Submission of BidsSealing and Marking of Bids

The Bidder shall seal the original and all copies of the Bid in two inner envelopes and one outer envelope, duly marking the inner envelopes as “ORIGINAL” and “COPIES”.

The inner and outer envelopes shall:be addressed to the Procuring Entity at the address provided in the BDS;bear the name and procurement reference number of the Contract as defined in the BDS

and SCC; andprovide a warning not to open except in the presence of the Internal Procurement

Committee and not to be opened before the specified time and date for Bid opening as defined in the BDS.

In addition to the identification required in Sub-Clause 19.2, the inner envelopes shall indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared late, pursuant to Clause 21.

If the outer envelope is not sealed and marked as above, the Procuring Entity will assume no responsibility for the misplacement or premature opening of the Bid.

Deadline for Submission of Bids

Bids shall be delivered to the Procuring Entity at the address specified in ITB Sub-Clause 19.2(a) above no later than the time and date specified in the BDS.

The Procuring Entity may extend the deadline for submission of bids by issuing an amendment in accordance with Clause 10, in which case all rights and obligations of the Procuring Entity and the bidders previously subject to the original deadline will then be subject to the new deadline.

Late Bids

Any Bid received by the Procuring Entity after the deadline prescribed in Clause 20 will be returned unopened to the Bidder.

Withdrawal, Substitution and Modification of Bids

Bidders may withdraw, substitute or modify their bids by giving notice in writing before the deadline prescribed in Clause 20.

Each Bidder’s withdrawal, substitution or modification notice shall be prepared, sealed, Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 5

Page 6: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

marked, and delivered in accordance with Clauses 18 and 19, with the outer and inner envelopes additionally marked “WITHDRAWAL”, “SUBSTITUTION” or “MODIFICATION” as appropriate. The corresponding substitution or modification of the bid must accompany the written notice.

No Bid may be modified after the deadline for submission of Bids.Withdrawal of a Bid between the deadline for submission of bids and the expiration of the

period of Bid validity specified in the BDS or as extended pursuant to Sub-Clause 15.2 may result in the forfeiture of the Bid Security pursuant to Clause 16.

Bidders may only offer discounts to, or otherwise modify the prices of their bids by submitting Bid substitutions or modifications in accordance with this clause, or included in the original Bid submission.

Bid Opening and Evaluation

Bid OpeningThe Procuring Entity will open the bids, including substitutions and modifications

made pursuant to Clause 22, in the presence of the bidders' representatives who choose to attend at the time and in the place specified in the BDS.

Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened. Next, envelopes marked “SUBSTITUTION” shall be opened and read out and exchanged with the corresponding bid being substituted, and the substituted bid shall not be opened, but returned to the Bidder. . No bid substitution shall be permitted unless the corresponding substitution notice contains a valid authorisation to request the substitution and is read out at bid opening. Envelopes marked “MODIFICATION” shall be opened and read out with the corresponding bid. No bid modification shall be permitted unless the corresponding modification notice contains a valid authorisation to request the modification and is read out at bid opening.

The bidders' names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives have been requested or permitted), any discounts, Bid modifications and withdrawals, the presence or absence of Bid Security, will all be announced by the Procuring Entity at the bid opening. Any such other details as the Procuring Entity may consider appropriate, will also be announced.

Bids, substitutions or modifications that are not opened and read out at bid opening shall not be considered further for evaluation, irrespective of the circumstances. In particular, any discount offered by a Bidder, which is not read out at bid opening shall not be considered further.

The Procuring Entity will prepare minutes of the Bid opening, including the information disclosed to those present in accordance with Sub-Clause 23.3. Copies of the minutes will be made available to any Bidder who requests them.

No bid will be rejected at bid opening except for late bids, which will be returned unopened to the bidder, pursuant to ITB Clause 21.

Process to be ConfidentialInformation relating to the examination, clarification, evaluation and comparison of bids and recommendations for the award of a contract shall not be disclosed to Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 6

Page 7: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any effort by a Bidder to influence the Procuring Entity’s processing of bids or award decisions may result in the rejection of his Bid.Clarification of Bids and Contacting the Procuring EntityTo assist in the examination, evaluation and comparison of bids, the Procuring Entity

may, at the Procuring Entity’s discretion, ask any Bidder for clarification of the Bidder’s Bid, including breakdowns of unit rates (or in the case of a lump sum contract, the prices in the Activity Schedule). The request for clarification and the response shall be in writing, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Procuring Entity in the evaluation of the bids in accordance with Clause 27.

Subject to sub-clause 25.1 no Bidder shall contact the Procuring Entity on any matter relating to its bid from the time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the notice of the Procuring Entity, it should do so in writing.

Any effort by the Bidder to influence the Procuring Entity in the Procuring Entity's bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidder's bid.

Examination of Bids and Determination of ResponsivenessPrior to the detailed evaluation of bids, the Procuring Entity will determine whether

each Bid (a) meets the eligibility criteria defined in ITB Clause 3; (b) has been properly signed; (c) is accompanied by the required Bid Security; and (d) is substantially responsive to the requirements of the bidding documents.

A substantially responsive Bid is one, which conforms to all the terms, conditions, and specifications of the bidding documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any substantial way, inconsistent with the bidding documents, the Procuring Entity’s rights or the Bidder’s obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other bidders presenting substantially responsive bids.

If a Bid is not substantially responsive, it will be rejected by the Procuring Entity, and may not subsequently be made responsive by correction or withdrawal of the non-conforming deviation or reservation.

Correction of ErrorsBids determined to be substantially responsive will be checked by the Procuring Entity

for any arithmetic errors.

Errors will be corrected by the Procuring Entity as follows:For ad-measurement contracts only, 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 Purchaser 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;

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 7

Page 8: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

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; and

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) and (b) above.

The amount stated in the Bid will be adjusted by the Procuring Entity in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount, the Bid will be rejected, and the Bid Security may be forfeited in accordance with Sub-Clause 16.6(b).

Currency for Bid EvaluationBids will be evaluated as quoted in Malawi Kwacha.Evaluation and Comparison of BidsThe Procuring Entity will evaluate and compare only the bids determined to be

substantially responsive in accordance with Clause 26.

In evaluating the bids, the Procuring Entity will determine for each Bid the evaluated Bid price by adjusting the Bid price as follows:

making any correction for errors pursuant to Clause 27;excluding provisional sums and the provision, if any, for contingencies in the Bill of

Quantities or Activity Schedule, but including Day work, where priced competitively;

making an appropriate adjustment for any other acceptable variations, deviations, or alternative offers submitted in accordance with Clause 17; and

making appropriate adjustments to reflect discounts or other price modifications offered in accordance with Sub-Clause 22.5.

The Procuring Entity reserves the right to accept or reject any variation or deviation. Variations, deviations, and other factors which are in excess of the requirements of the bidding documents or otherwise result in unsolicited benefits for the Procuring Entity will not be taken into account in Bid evaluation.

Domestic PreferenceIf so indicated in the BDS, domestic Bidders or other Bidders using Malawian nationals

to carry out the works shall receive a margin of preference in Bid evaluation in accordance with the procedure and criteria specified in Section 3, Evaluation and Qualification criteria.

Award of ContractAward CriteriaSubject to Clause 32, the Procuring Entity will award the Contract to the Bidder whose

Bid has been determined to be substantially responsive to the bidding documents and who has offered the lowest evaluated Bid price, provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of Clause 3, and (b) qualified in accordance with the provisions of Clause 4.

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 8

Page 9: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Procuring Entity’s Right to Accept a Bid and to Reject any or all BidsNotwithstanding Clause 31, the Procuring Entity reserves the right to accept or reject

any Bid, and to cancel the bidding process and reject all bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Procuring Entity’s action.

Notification of Award and Signing of AgreementThe Bidder whose Bid has been accepted will be notified of the award in writing by the

Procuring Entity prior to expiration of the Bid validity period. This notification (hereinafter and in the General Conditions of Contract called the "Notice of Acceptance") will state the sum that the Procuring Entity will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price"). The Procuring Entity shall publish in the Malawi Government Gazette the results of the award of contract, as required by the Public Procurement Act 2003.

The notification of award will constitute the formation of the Contract, subject to the Bidder furnishing the Performance Security in accordance with Clause 34 and signing the contract in accordance with Sub-Clause 33.3.

The Contract will incorporate all agreements between the Procuring Entity and the successful Bidder. It will be signed by the Procuring Entity and sent to the successful Bidder, within twenty-eight (28) days following the notification of award. Within thirty (30) days of receipt, the successful Bidder will sign and date the Contract and deliver it to the Procuring Entity.

Upon the furnishing by the successful Bidder of the Performance Security, the Procuring Entity will, within one (1) week, notify the other bidders that their bids have been unsuccessful.

Performance SecurityWithin thirty (30) days after receipt of the Notice of Acceptance, the successful Bidder

shall deliver to the Procuring Entity a Performance Security in the form of a Bank Guarantee, or other form acceptable to the Procuring Entity in the amount and denominated in the type and proportions of currencies specified in the Special Conditions of Contract.

The Performance Security shall be issued by a financial institution operating in Malawi.

Failure of the successful Bidder to comply with the requirements of Sub-Clause 34.1 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security.

AdjudicatorThe Procuring Entity proposes the person named in the BDS to be appointed as

Adjudicator under the Contract, at an hourly fee specified in the BDS, plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so state in the Bid. If, in the Notice of Acceptance, the Procuring Entity has not agreed on the appointment of the Adjudicator, the Adjudicator shall be appointed by the Appointing Authority designated in the SCC at the request of either party.

Corrupt or Fraudulent PracticesThe Government of the Republic of Malawi (hereinafter called “the Government”) Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 9

Page 10: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

requires that Procuring Entities, as well as Bidders and Suppliers under government-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Government:defines, for the purposes of this provision, the terms set forth below as follows:

"corrupt practice" means the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence the action of a public official in the procurement process or in contract execution;

"fraudulent practice" means a misrepresentation or omission of facts in order to influence a procurement process or the execution of a contract;

“collusive practices” means a scheme or arrangement between two or more Bidders, with or without the knowledge of the Procuring Entity, designed to establish prices at artificial, noncompetitive levels; and

“coercive practices” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in a procurement process, or affect the execution of a contract.

will reject a recommendation for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the contract in question;

will debar a Bidder from participation in public procurement for a specified period of time if it at any time determines that the firm has engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, a contract.

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 10

Page 11: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Section 2. Bid Data SheetInstructions to Bidders (ITB) reference

Data relevant to ITB

A. GeneralITB 1.1 The Procuring Entity is the Roads Authority of Malawi.

The scope of this bid is for the Dualisation of Area 18 - 49 Road (approximately 3.5km) and Presidential Way [Area 18 Roundabout to Parliament Roundabout] (approximately 1.2km) ,

ITB 4.6 and ITB 30.1

The criteria for eligibility and the application methodology are described in Section 3 Evaluation Methodology and Criteria.

ITB 7.2 The Roads Authority shall hold a pre-bid meeting preceded by a site visit.The site visit will be held, as follows:Location: Junction of the Area 18 – 49 road with Kaunda RoadDate: 2nd May, 2017 Time: 10:00 HoursA pre-bid meeting will be held immediately after the site visit.

B. Bidding DocumentsITB 8.1

ITB 9.1

Volume 2 (Drawings) is part of the Bidding DocumentVolume 3 (FIDIC GCC) is part of the Bidding DocumentVolume 4 (SATCC Standard Specifications) is part of the Bidding DocumentFor clarification purposes only, the Procuring Entity’s address is:The Chief Executive OfficerThe Roads AuthorityFunctional BuildingOff Paul Kagame RoadPrivate bag B346Lilongwe 3MALAWI

Attention: Procurement SpecialistTelephone: (265) 1 753 699 or (265) 1 755 575/566/578Fax number: (265) 1 750 307

C. Preparation of BidsITB 12.1 (e)

The Bidder shall submit with its bid the following additional documents or information: Basic rates of materials brought to site; basic labour rates; equipment and plant hire rates; schedule of current commitments; rate analysis; plans of proposed main camp.

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 11

Page 12: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Instructions to Bidders (ITB) reference

Data relevant to ITB

ITB 13.1 The Contract is an Ad-measurement Contract.ITB 13.5 Bid Prices shall not be subject to adjustment during the

performance of the Contract.ITB 15.1 and 22.4

Bids shall remain valid for a period of 90 days.

ITB 16.1 The amount of the bid security shall be MWK150, 000,000.ITB 17.1 Alternative proposals to the requirements of the bidding

documents shall not be permitted.ITB 18.1 In addition to the original of the bid, the number of copies is: 4

D. Submission of BidsITB 19.2(a)

For bid submission purposes only, the Roads Authority’s address is:The Chief Executive OfficerThe Roads AuthorityFunctional BuildingOff Paul Kagame RoadPrivate Bag B346Lilongwe 3MALAWIRoom Number: 21

ITB 19.2(b)

The Procurement Reference Number is: RA/DEV/2016-17/01

ITB 20.1 The deadline for bid submission is:

Date: 19th May, 2017 Time: 10:00 Hours

ITB 23.1 The bid opening shall take place in the conference room at:The Roads AuthorityFunctional Building,Off Paul Kagame RoadPrivate bag B346Lilongwe 3

Date: 19th May, 2017 Time: 10:30Hours

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 12

Page 13: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Section 3. Evaluation and Qualification Criteria

This section, read in conjunction with Section 1, Instructions to Bidders and Section 2, Bid Data Sheet, contains all the factors, methods and criteria that the Procuring Entity shall use to evaluate a bid and determine whether a bidder has the required qualifications. No other factors, methods or criteria shall be used.

1. Qualification CriteriaThe information required from bidders in ITB Sub-Clause 4.3 is modified as follows: NoneThe requirements for joint ventures in ITB Sub-Clause 4.4 are modified as follows: NoneTo qualify for award of the Contract, in accordance with ITB Sub-Clause 4.5, bidders shall meet the minimum qualifying criteria:(a) average annual volume of construction work over the past five (5) of at

least MK5.0 billion;(b) experience as prime contractor in the construction of at least three (3)

works contracts of a nature and complexity equivalent to the Works over the last five (5) years (to comply with this requirement, works cited should be at least seventy (70) percent complete);

(c) proposals for the timely acquisition (own, lease, hire, etc.) of the following essential equipment: 1 x Self-propelled Recycler; 3 x self-propelled graders; 2 x Dozers; 4 x Loaders and/or excavators; 15 x 6m3 Tippers; 2 x pneumatic-tyred rollers (123kw, 10t); 3 x Vibrating Rollers (123kw, 10t); 1 x Bitumen distributor; 1x Asphalt paver (173hp); 4 x Water Bowsers (10,000 to 14,000 litre).

(d) personnel with the following qualifications and experience: Site Agent: Minimum of degree in Civil Engineering and at least fifteen years of experience and ten years of which should be of works of similar nature; 5 x Foremen: Minimum of Diploma in Civil Engineering/Road Foremanship Certificate or equivalent with at least fifteen years’ experience and ten years of which should be of works of similar nature;

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 13

Page 14: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

(e) liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of no less than 10% of the tender price.;

A consistent history of litigation or arbitration awards against the Applicant or any partner of a Joint Venture may result in disqualification.The figures for each of the partners of a joint venture shall be added together to determine the Bidder’s compliance with the minimum qualifying criteria in (a) and (e) above; however, for a joint venture to qualify, each of its partners must meet at least twenty-five (25) percent of minimum criteria (a), (b), and (e) above for an individual Bidder, and the partner in charge at least forty (40) percent of those minimum criteria. Failure to comply with this requirement will result in rejection of the joint venture’s Bid. Subcontractors’ experience and resources will not be taken into account in determining the Bidder’s compliance with the qualifying criteria.

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 14

Page 15: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Section 4. Bidding FormsList of Forms

4.1 Bid Submission Form (Letter of Bid)4.2 Priced Schedules (Bill of Quantities)4.3 Bid Security Form (Bank Guarantee)4.4 Qualification Information Forms4.5 Appendix to Bid with Price Variation for Special Material4.6 Schedule of Malawian Local Contractors

Note: All forms show the information to be completed by the Bidder in bold in square brackets e.g. [insert date] etc.

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 15

Page 16: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Note to Bidders: This Bid Submission Form should be on the letterhead of the Bidder and should be signed by a person with the proper authority to sign documents that are binding on the Bidder. If the Bidder objects to the Adjudicator proposed by the Procuring Entity, he should so state in his Bid, and present an alternative candidate, together with the candidate’s daily fees and biographical data, in accordance with Clause 35 of the Instructions to Bidders.

4.1 Bid Submission Form (Letter of Bid)Date: [insert date]Procurement Reference No.: [insert procurement reference number]Page [insert page number] of [insert total number of pages] pages

To: [insert complete name of Procuring Entity]

We, the undersigned, declare that: (a) We have examined and have no reservations to the Bidding Documents,

including Addenda No.: [insert the number and issuing date of each Addenda];

(b) We offer to execute the [insert the name and procurement reference number of the Contract] in conformity with the Bidding Documents for the Contract Price of [insert amount in numbers and words] Malawi Kwacha;

(c) The advance payment required is: [insert amount in numbers and words] Malawi Kwacha;

(d) Our bid shall be valid for a period of [specify the number of days that the bid is valid for] calendar days from the date fixed for the bid submission deadline in accordance with ITB Sub-Clause 20.1, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(e) We have no conflict of interest in accordance with ITB Sub-Clause 3.2;(f) Our firm, its affiliates or subsidiaries—including any subcontractors or

suppliers for any part of the contract—has not been debarred from participation in public procurement by the Government of the Republic of Malawi, in accordance with ITB Sub-Clause 3.4;

(g) Our firm, its affiliates or subsidiaries, including subcontractors or suppliers for any part of the contract are not under investigation by the Anti Corruption Bureau or any other law enforcement body in Malawi relating to participation in any public procurement tender exercise or execution of any public procurement contract relating to the purchase of goods, works and services by any Procuring Entity.

(h) The names and physical addresses of the Directors of our firm are provided in the table below or we enclose a copy of our latest Audited Accounts (issued within the last twenty-four (24) months):

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 16

Page 17: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Name Address

(i) We understand that this bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed.

(j) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

(k) We accept the appointment of [insert name of adjudicator proposed in the BDS] as the Adjudicator. [or] We do not accept the appointment of [insert name of adjudicator proposed in the BDS] as the Adjudicator, and propose instead that [insert name] be appointed as Adjudicator, whose daily fees and biographical data are attached.

Signed: [insert signature of person whose name and capacity are shown] In the capacity of [insert legal capacity of person signing the Bid]

Name: [insert complete name of person signing the Bid]

Duly authorised to sign the bid for and on behalf of: [insert complete name of Bidder]

Dated on ____________ day of __________________, _______ [insert date of signing]

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 17

Page 18: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

4 .2 Bill of Quantities

PREAMBLE TO BILL OF QUANTITIES1. GENERAL

1.1 This Preamble and the Bill of Quantities form an integral part of the Contract Documents.

The Bill of Quantities shall be read in conjunction with the Instruction to Bidders, Conditions of Contract, Technical Specifications, and Drawings.

1.2 The quantities given in the Bill of Quantities are estimated and provisional. The basis of payment will be the actual quantities of work ordered and carried out, as measured by the Contractor and verified by the Engineers’ Representative and valued at the rates and prices tendered in the priced Bill of Quantities, where applicable, and otherwise at such rates and prices as the Supervisors’ Representative may fix within the terms of the Contract.

1.3 The rates and prices tendered in the priced Bill of Quantities shall, except in-so-far as it is otherwise provided under the Contract, include the cost of all constructional plant, labour, supervision, materials tests for quality control, erection, maintenance, insurance, profit, taxes and duties, together with all general risks, liabilities and obligations set out or implied in the Contract.

1.4 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 to be covered by other rates and prices entered in the Bill of Quantities.

1.5 The whole cost of complying with the provisions of the Contract shall be included in the items provided in the priced Bill of Quantities. 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.

1.6 General directions and descriptions of work and materials are not necessarily repeated nor summarised in the Bill of Quantities. The bidder is advised to refer to the relevant sections of the contract documentation before entering prices against each item in the priced Bill of Quantities.

1.7 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 Supervisors’ Representative after obtaining approval of the Employer.

1.8 The method of measurement of completed work for payment shall be in accordance with the measurement and payment item in the General and Particular Specifications.

1.9 Errors will be corrected by the Employer for any arithmetic errors in computation or summation as follows:

(a) where there is a discrepancy between amounts in figures and in words, the amount in words will govern; and

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 18

Page 19: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

(b) where there is a discrepancy between the unit rate and the total amount derived from the multiplication of the unit price and the quantity, the unit rate as quoted will govern.

1.10 The quantities of material or work stated in the Bill of Quantities shall not be regarded as constituting authorisation to the Contractor to order materials or execute work. The Contractor shall obtain the Supervisors’ Representatives’ detailed instructions for all work before ordering any materials or executing work or making arrangements therefore.

1.11 The short descriptions given of pay items in the Bill of Quantities are only for the purposes of identifying the items and providing specific details. Reference shall be made inter alia to the Drawings, Specifications, and Conditions of Contract for more detailed information regarding the extent of the work entailed under each item.

1.12 All rates and sums of money quoted in the Bill of Quantities shall be in Malawi Kwacha.

1.13 The Priced Bill of Quantities for the Dualisation of Area 18 -49 Road shall be priced and summed – up.

1.14 For the purpose of this Bill of Quantities, the following works shall have the meanings hereby assigned to them:

Unit The unit of measurement for each item of work as defined in the Project Specifications.

Quantity The number of units of work for each item.Rate The payment per unit of measurement at which

the Tenderer tenders to do the work.Amount The product of the quantity and the rate tendered for

an item.Lump sum An amount tendered for an item, the extent of which is

described in the Bill of Quantities, the Specifications or elsewhere but the quantity of work of which is not measured in any units.

Prime Cost Sum A sum included in the Contract and so designated in the Schedule of Quantities for covering the prime cost of goods or materials to be supplied under the Contract and for delivery of such items to storage on site. The amount to be paid to the Contractor shall be the actual price paid by him

1.15 The Tenderer shall fill in a rate or a lump sum for each item where provision has been made for it even where no quantities are given. Items against which no rate or lump sum has been entered in the tender will not be paid for when the work is executed, as it is assumed that the contractor does not wish to receive payment for any such work.

The Tenderer shall fill in a rate against all items where the words “rate only” appear in the amount column. The provisions of Subclause 1209(f) of the Standard Specifications shall apply to rate-only items.

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 19

Page 20: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

The Tenderer shall not group a number of items together and tender one rate or lump sum for such group of items. The Tenderer also shall not indicate against any item that full compensation for such item has been included in another item. The Tenderer may not tender a zero rate for any item, failure to comply with this requirement may result in the tender being rejected.The tendered lump sums and rates shall be valid irrespective of any change in the quantities during the execution of the Contract.

1.16 The works as executed will be measured for payment in accordance with the methods described in the Contract Documents under the various payment items, notwithstanding any custom to the contrary.Attention is directed to the provisions of clause 1220 of the Standard Specifications regarding the measurement of quantities for payment. Except where otherwise specified as in Clause 1220, the net measurements or mass of the finished work in place shall be taken for payment but excluding any volume or mass of work in excess of that ordered

1.17 The short descriptions of the payment items given in the Bill of Quantities are only for the purposes of identifying the items and providing specific details. Reference shall be made, inter alia, to the drawings, Standard Specifications, Particular Specifications, General Conditions of Contract and Special Conditions of Contract for more detailed information regarding the extent of the work entailed under each item

1.18 The pay item numbers that appear in the Bill of Quantities refer to the corresponding item numbers in the Standard Specifications. Certain pay item numbers appearing in the Schedule of Quantities are prefixed by the letter PS. This letter signifies that either a new pay item not listed in the Standard Specification has been

described and listed in the Particular Specification, or an existing measurement and / or payment clause occurring in the

Standard Specifications has been clarified and / or modified in the Particular Specifications.

The listing of pay items with or without a PS prefix where relevant has, as stated, been done to assist Bidders and in no way absolves Bidders from the obligation to familiarise themselves with, and bid on the basis of the Documents as a whole. No claim based on errors in or omissions of pay item numbers and / or the prefix PS in the columns headed “Pay Item” in the Bill of Quantities will be considered.

1.19 Where a Pay Item has the unit of measurement equal to % the Tenderer must enter the percentage required by him under the “Rate” column, e.g. for 5% enter 5,0 not 0,05.

2. SCHEDULE OF DAY WORK RATES

2.1 The Schedule of Day work Rates shall be used to calculate the payment due for work ordered as Day works, and for which no rates appear in the Bill of Quantities.

2.2 The description of the work, quality of materials and standard of workmanship shall be as described in the Specification.

2.3 The prices quoted in the Schedule shall cover all the necessary insurances, use and maintenance of ordinary plant (e.g. barrows, running planks, hand pumps,

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 20

Page 21: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

hand tools and appliances generally), superintendence, overhead charges and profit, and in the case of mechanically operated plant, the wages of the operator and assistant, consumables, stores, fuel, maintenance and transportation of plant to site.

2.4 The time of gangers, overseers, or charge hands working with their gangs, is to be paid for under appropriate items, but the time of Foremen is not to be included. This is to be covered by superintendence. The time actually spent by labour on work shall be recorded for this purpose.

2.5 The price quoted for labour shall be for straight time only and no overtime rates shall be payable. Rates shall only be paid for artisans working at their trade.

2.6 The rates for materials shall cover distribution within the site. Delivery to the site shall be charged in addition.

2.7 The cost of additional watching and lighting and other incidentals specially necessitated by Day works shall not be paid for separately.

2.8 The rates given in the Schedules shall be taken to be operative at the time of Bidding.

2.9 Day works shall be carried out on the written instructions from the Supervisors’ Representative.

2.10 The description of the plant should be completed by the Bidder when bidding.

Note to Bidders: Bidders shall submit fully priced Bill of Quantities for Ad-measurement Contracts or Activity Schedule for Lump Sum Contracts as provided in Section 6 of the Bidding Documents. Each page Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 21

Page 22: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

of the Bill of Quantities or the Activity Schedule should be signed by a person with the proper authority to sign documents for the Bidder

4.2 Priced Schedules(Bill of Quantities)

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 22

Page 23: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Part 1: Section 4 - Bidding Forms Section 4 Page 46Note to Bidders: This Bid Security should be on the letterhead of the issuing Financial Institution and should be signed by a person with the proper authority to sign the Bid Security. It should be included by the Bidder in his bid, in accordance with ITB Clause 16.

4.3 Bid Security (Bank Guarantee)Date: [insert date]Procurement Reference No.: [insert procurement reference number]Page [insert page number] of [insert total number of pages] pages

To: [insert complete name of Procuring Entity]Whereas [insert complete name of Bidder] (hereinafter “the Bidder”) has submitted its bid dated [insert date (as day, month and year) of bid submission] for procurement reference no. [insert procurement reference no] for the construction of [insert name of Contract], hereinafter called “the Bid.”KNOW ALL PEOPLE by these presents that WE [insert complete name of bank issuing the Bid Security], of [insert city of domicile and country of nationality] having our registered office at [insert full address of the issuing institution] (hereinafter “the Bank”), are bound unto [insert complete name of the Procuring Entity] (hereinafter “the Procuring Entity”) in the sum of [specify in words the amount and currency of the bid security (specify the amount and currency in figures)], for which payment well and truly to be made to the aforementioned Procuring Entity, the Bank binds itself, its successors or assignees by these presents. Sealed with the Common Seal of this bank, this [insert day in numbers] day of [insert month], [insert year].THE CONDITIONS of this obligation are the following:1. If the Bidder withdraws its bid during the period of bid validity specified by the Bidder in the Bid Submission Form, except as provided in ITB Sub-Clause 20.2; or2. If the Bidder, having been notified of the acceptance of its bid by the Procuring Entity, during the period of bid validity, fails or refuses to:

(a) execute the Contract; or(b) furnish the Performance Security, in accordance with the ITB Clause

34; or(c) accept the correction of its bid by the Procuring Entity, pursuant to ITB

Clause 27.

We undertake to pay the Procuring Entity up to the above amount upon receipt of its first written demand, without the Procuring Entity having to substantiate its demand, provided that in its demand the Procuring Entity state that the amount claimed by it is due to it, owing to the occurrence of one or more of the above conditions, specifying the occurred conditions.

This guarantee shall remain in force up to and including twenty-eight (28) days after the period of bid validity, as stated in the Bid Submission Form or as it may be extended by the Bidder, notice of which extension(s) to the Bank is hereby waived. Any demand in respect thereof should be received by the Bank no later than the above date.

This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

Name: [insert complete name of person signing the Bid Security]

Page 24: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

In the capacity of [insert legal capacity of person signing the Bid Security]

Signed: [insert signature of person whose name and capacity are shown above]

Duly authorised to sign the bid for and on behalf of: [insert complete name of bank]

Dated on ____________ day of __________________, _______ [insert date of signing]

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 47

Page 25: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

4.4 Qualification Information Form1.

Individual Bidders or Individual Members of Joint Ventures

1.1 Constitution or legal status of Bidder: [attach copy]

Place of registration: [insert]

Principal place of business: [insert]

Power of attorney of signatory of Bid: [attach]

1.2 Average annual volume of construction work performed in the previous number of years specified in Section 3, Evaluation and Qualification Criteria: [insert details below and state average]

Year:Volume:

1.3 Work performed as prime Contractor on works of a similar nature and volume over the last five (5) years. Also list details of work under way or committed, including expected completion date.

Project name and country

Name of client and contact person

Type of work performed and year of completion

Value of contract

(a)(b)

1.4 Major items of Equipment proposed for carrying out the Works. List all information requested below.

Item of equipment Description, make, and age

(years)

Condition (new, good, poor) and number

available

Owned, leased (from whom?), or to be purchased

(from whom?)(a)(b)

1.5 Qualifications and experience of key personnel for administration and execution of the Contract. Attach biographical data.

Position Name Qualifications Years of experience (general)

Years of experience in

proposed position

(a)(b)

1.6 Proposed subcontracts and firms involved.

Sections of the Works

Value of subcontract

Subcontractor(name and address)

Experience in similar work

(a)(b)

1.7 Financial reports for the last five (5) years: balance sheets, profit and loss statements, auditors’ reports, etc. List below and attach copies.

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 48

Page 26: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

1.8 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List below and attach copies of supporting documents.

1.9 Name, address, and telephone, telex, and facsimile numbers of banks that may provide references if contacted by the Procuring Entity.

1.10 Information on any current litigation in which the Bidder is involved.

Other party(ies) Cause of dispute Amount involved(a)(b)

1.11 Proposed Program (work method and schedule). Descriptions, drawings, and charts, as necessary, to comply with the requirements of the bidding documents.

2. Joint Ventures

2.1 The information listed in 1.1 - 1.10 above shall be provided for each partner of the joint venture.

2.2 The information in 1.11 above shall be provided for the joint venture.

2.3 Attach the power of attorney of the signatory or signatories of the Bid authorising signature of the Bid on behalf of the joint venture.

2.4 Attach the Agreement among all partners of the joint venture (and which is legally binding on all partners), which shows that(a) all partners shall be jointly and severally liable for the

execution of the Contract in accordance with the Contract terms;

(b) one of the partners will be nominated as being in charge, authorised to incur liabilities, and receive instructions for and on behalf of any and all partners of the joint venture; and

(c) the execution of the entire Contract, including payment, shall be done exclusively with the partner in charge.

3. Additional Requirements

3.1 Bidders should provide any additional information required in Sections 2 or 3 of the Bidding Document or to fulfil the requirements of Sub-Clause 4.1 and Clause 30 of the Instructions to Bidders, if applicable.

4.5 Appendix to BidNote: Unless otherwise indicated, Clause numbers (CL No) refer to the General Condition of the FIDIC Conditions of Contract for Construction First Edition 1999 and as amended by the Particular Conditions of Contract.

Note: with the exception of the items for which the Employer's requirements have been inserted, the following information must be completed before the Bid is submitted]

ITEM REFERENCE CLAUSES STIPULATION

Validity of Bid Instruction to 90 days after closing date for Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 49

Page 27: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Bid Security (Bid Bond )

Bidders Clause 15.1

Instruction to Bidders Clause

16.1

bids

MWK150 Million

Employer's name and address 1.1.2.2 & 1.3 Chief Executive OfficerRoads Authority of MalawiPrivate Bag B346LilongweMALAWITel : ++265 (0) 1 753 699Fax : ++265 (0) 1 750 307

Contractor's name and address 1.1.2.3 & 1.3 ………………………………………………………………………………………………………………………

Engineer's name and address 1.1.2.4 & 1.3 ………………………………………………………………………………………………………………………

Period within which works on site must commence

1.1.3.2 & 8.1 Within 28 days after the Commencement Date

Time for Completion of the Works 1.1.3.3 & 8.2 365 calendar days including the Contractor's holidays and non-working days

Defects Notification Period 1.1.3.7 & 11 365 days calculated from the date stated in the Taking-Over Certificate.

Electronic transmission systems 1.3 Communications shall be in writing and may be delivered by hand, registered mail or transmitted by email or facsimile signed and on a letter head as an advance copy.

Governing Law 1.4 Republic of Malawi

Ruling Language 1.4 English

APPENDIX TO BID (Continued)

ITEM REFERENCE CLAUSES STIPULATION

Language for Communications 1.4 English

Time for access to the Site 2.1 No later than Commencement Date.

Engineer’s Duties and Authority 3.1Variations resulting in an increase of the Accepted Contract Amount shall require approval of the Employer.

Amount of Performance Security 4.2 10% of the Accepted Contract Amount for the duration of the construction period and defects notification period in the currency of

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 50

Page 28: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

the contract.

Period within which works Performance Bank Guarantee must be submitted

4.2 Within 28 days after receiving the Letter of Acceptance by successful bidder

Normal Working Hours 6.5 Monday to Saturday 7:30am – 17:00 hours with exception of Gazetted Public Holidays at a maximum of 45 hours in a week. The Contractor should note that the working hours for Engineer’s personnel on Saturday are from 7:30 to 10:30 hours.

Delay Damages for the Works 8.7 & 14.15(b)

0.05 % of the Contract Price per day in the currencies and proportions in which the Contract Price is payable.

Maximum amount of delay damages

8.7 Five percent (5%) of the accepted Contract Amount

Percentage for adjustment of Provisional Sums

13.5(b) 7.5% or rates tendered under Section 1800 Dayworks Schedule, whichever is the lowest

Total Advance Payment 14.2 10% of accepted Contract Amount less contingencies and provisional sums, subject to acceptance of an Advance Payment Guarantee.

APPENDIX TO BID (CONTINUED)ITEM REFERENCE

CLAUSES STIPULATIONPercentage of Retention 14.3 10% for each Payment

Certificate. A guarantee in lieu of retention money will not be accepted.

Limit of retention money ( Maximum)

14.3 5% of the Accepted Contract Amount.

Plant and Materials for payment when shipped *en route to the site

14.5(b) Not applicable

Minimum Amount of Interim Payment Certificates

14.6 MWK 400,000,000.00 (excluding VAT)

Rate of Interest on unpaid sums 14.8 At 1% above the Prime Lending Rate of the local Commercial Bank of the Contractor

Maximum total liability of the Contractor to the Employer

17.6 The product of 1.2 times the Accepted Contract Amount.

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 51

Page 29: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Insurance to be arranged by 18 ContractorPeriods for submission of Insurance:(a) evidence of insurance 18.1 Within 14 days of receipt of

Letter of Acceptance(b) relevant policies 18.1 Within 28 days of receipt of

Letter of AcceptanceMaximum amount of deductibles for Insurance of Employer’s risks

18.2(d) MWK 5,000,000 per occurrence

Minimum amount of Third Party Insurance

18.3 MWK 150,000,000 per occurrence

Date by which the Dispute Adjudication Board (DAB) shall be appointed

20.2 Thirty (30) days after the declaration of a dispute by either party.

Dispute Adjudication Board (DAB) 20.2 Three MembersAppointment (if not agreed) to be made by

20.3 Chairman of the Malawi Board of Engineers

Dualization of Area 18-49 and Presidential Way (Area 18 Roundabout to Parliament Building) Roads April 2017

Page 52

Page 30: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

4.6 SCHEDULE OF MALAWIAN LOCAL CONTRACTORS

With reference to Clause 4.4 of the General Conditions of Contract, the Bidder shall list below the subcontractors he intends to appoint for the various items of work on this contract - alternatives may be mentioned.

The acceptance of this tender shall not be construed as approval of all or any of the listed subcontractors. Should any or all of the subcontractors not be approved subsequent to acceptance of the tender, this shall in no way invalidate this tender, and the tendered unit rates for the various items of work shall remain final and binding even in the event of a subcontractor not being approved by the Engineer.

ACTIVITY NAME OF SUBCONTRACTOR ESTIMATED VALUE OF WORK(MWK)

SIGNED ON BEHALF OF THE BIDDER: __________________________

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 31: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 54

Section 5. Eligible CountriesAll countries are eligible except countries subject to the following provisions.A country shall not be eligible if: (a) as a matter of law or official regulation, the Government of the Republic

of Malawi prohibits commercial relations with that country, provided that the Government is satisfied that such exclusion does not preclude effective competition for the provision of the works required; or

(b) 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 Government of the Republic of Malawi prohibits any procurement of works from that country or any payments to persons or entities in that country.

Section 6: Employer’s Requirements

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 32: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 55

Contents1. Scope of Works.....................................................................................................56

2. Technical Specifications.......................................................................................57

3. Drawings............................................................................................................175

4. Supplementary Information...............................................................................................176

1.0 Scope of Works

1.1 Description of the Works Area 18 – 49 Road

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 33: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 56

The Area 18-49 Road in Lilongwe City is one of the major collectors for traffic generated in Area 25/Area 49/Area 18 and destined for the City centre as well as old Town. The road runs from M1/A18 round-about to A49 Kaunda Road junction. The route serves as the shortest route between Area 49 and City Centre.

The Area 18-49 Road is approximately 3.2km long and runs parallel to the Lingadzi River. The road passes through a rolling terrain which drains into the Lingadzi River. There is one major crossing over Nankhaka stream which is a tributary of the Lingadzi River. The crossing is constructed using metal pipe arch.

The existing road is bituminous surfaced with a paved width of around 7.0m from shoulder to shoulder. The road has deteriorated and typical defects include severe potholes, rutting, deformation, corrugations, extensive cracking and depressions. Interventions carried out on a substantial section of the road include pothole patching and drainage works.

The road will be widened to a dual carriageway following mainly the existing alignment. A large portion of the existing road will form the median of the new road and the new carriageways will be constructed on virgin land. The works shall also involve installation of street lights.

The works shall involve complete reconstruction of the existing pavement and construction of earthworks and new pavement on widened sections. Reconstruction of the existing pavement shall involve reprocessing the existing base course to form the selected subgrade layer for the new pavement which will be overlaid by stabilized sub-base course, crushed stone base and asphalt concrete surfacing. The designed finished road level will be above the existing road level and generally slightly above the surrounding land in order to encourage self-draining of the road.

The junctions along the project roads have been improved to accommodate dual carriageway, slip lanes, deceleration lanes and overtaking lanes at all the intersections.

Drainage works shall include reconstruction of existing minor prefabricated/box culverts and construction of a new multi-cell box culvert across Nankhaka River. The existing metal pipe across Nankhaka River is on skew due to meandering of the stream in the vicinity of the crossing. The stream meandering has caused extensive erosion at the outlet of the crossing as evidenced by extensive erosion protection measures implemented over a wide area downstream of the crossing. It is proposed to improve the crossing geometry by shifting the crossing point about 50m towards the stadium and carrying out river training to provide a square crossing. This will improve hydraulic performance at the crossing and reduce erosion at the outlet. The works will also include minor repairs, cleaning and erosion protection works will be carried out at other bridges and culverts.

The road works also include the following appurtenant works:

Concrete and side-drains lined with cement mortared stone masonry and open trapezoidal channels

Kerbs and channels Road signs Bus bays Road Marking Shaping, top-soiling and grassing of slopes

1.2Presidential Way (Area 18 Roundabout to Parliament )

The Presidential Way connects the New State House, Areas 11, 12 and 44 to Area 18 Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 34: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 57

Roundabout through City Centre and National Parliament. It is therefore used as a main route out of the busy City Centre to areas 18, 47 and 49.

However the section of the road to be upgraded is from the Area 18 Roundabout to the New Parliament Building Roundabout covering a distance of approximately 1.2km.

The existing road is bituminous surfaced with a paved width of between 8.4 – 10m from kerb to kerb. Compared to the Area 18-49 road, this section is fairly in good condition with only minor rutting, edge breaks and potholing developing in few spots.

The road will be widened to a dual carriageway following mainly the existing alignment. The existing road will form one direction two lanes of the dual carriageway of the new road and the other direction new carriageway will be constructed on virgin land. The works shall also involve installation of street lights.

The actual scope of the works shall involve clearing and grubbing, earthworks related and necessary for improvement of the existing vertical alignment and in few places horizontal alignment, complete construction of new one directional 2 lanes and pedestrian walkways. It shall also include minor drainage works and resealing or reinforcement of the existing road to sustain its design life.

The junctions along the project roads have been improved to accommodate dual carriageway, slip lanes, deceleration lanes and overtaking lanes at all the intersections.

The road works also include the following appurtenant works:

Concrete and side-drains lined with cement mortared stone masonry and open trapezoidal channels

Kerbs and channels Road signs Bus bays Road Marking Shaping, top-soiling and grassing of slopes

1.3 Construction Period

The estimated implementation time for the project is Twelve (12) calendar months.

2.0 TECHNICAL SPECIFICATIONS

The Technical Specifications to be used for this Contract contain two Parts as follows:

PART A: STANDARD SPECIFICATIONS

The Standard Specifications for this contract shall be the Southern African Transport Co-ordination Committee (SATCC) Draft Standard Specifications for Road and Bridge Works, September 1998, reprinted July 2001.

This Document, which forms Part of the Tender and Contract documentation, is printed by the SATCC in Maputo in Mozambique and all Tenderers should acquire their own copy of this standard document at their own cost. Tenderers should note that whilst this document is similar to the “Standard Specifications for Road and Bridge Works for State Road Authorities”, (otherwise known as the COLTO specification, prepared by the South African Committee of Land Transport Officials), there are significant differences in some items.

PART B: PARTICULAR SPECIFICATIONS

THE PARTICULAR SPECIFICATIONS FORM AN INTEGRAL PART OF THE TENDER AND CONTRACT DOCUMENTATION AND SUPPLEMENT THE STANDARD SPECIFICATIONS.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 35: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 58

In the event of any discrepancy with a part or parts of the Standard Specifications, the Bill of Quantities or the Drawings, the Particular Specifications shall take precedence.

The Particular Specifications are contained in the pages that follow.

All references to Project Specifications in the Standard Specifications, shall mean Particular Specifications for this contract.

The terms “Project Specifications” and “Particular Specifications” shall be interpreted to have the exact same meaning.

All works shall be measured as described in the Bill of Quantities.

The Particular Specifications, shall supplement and modify, delete and/or add to the Standard Specifications, as stated. Where any Clause, paragraph or sub-paragraph in the Standard Specifications is supplemented by one of the following paragraphs from the Particular Specifications, the provisions of such Clause, paragraph or sub-paragraph shall remain in effect and the supplemental provisions shall be considered as added thereto, deleted, or superseded by any of the following paragraphs in the Particular Specification, the provisions of such Clause, paragraph, or sub-paragraph in the Standard Specification, not so amended, deleted or superseded shall remain in effect.

Clauses and pay items modified by the Particular Specifications are numbered “PS” followed by a number corresponding to the number of the relevant clause or pay item in the Standard Specifications. New clauses and pay items not covered in the Standard Specifications are also designated “PS” followed by a number. These numbers follow on from the last clause or payment item number used in the relevant section of the Standard Specifications.

PART B-1: PARTICULAR SPECIFICATIONS FOR ROAD, STORMWATER DRAINAGE AND BRIDGE WORKS

PART B-2: PARTICULAR SPECIFICATIONS FOR SEGMENTED PAVING

PART B-3: PARTICULAR SPECIFICATIONS FOR STREET LIGHTING

PART B-4: PARTICULAR SPECIFICATIONS FOR ENVIRONMENTAL MANAGEMENT PLAN

Part B-1:Particular Specifications for Road, Stormwater Drainage and Bridge Works

SECTION 1100: DEFINITIONS AND TERMS

PS 1126 Road Prism

The areas indicated in Figures 1 and 2 in the SATCC Draft Standard Specifications for Road and Bridge Works issued by the SATCC in September 1998 (reprinted July 2001).

SECTION 1200: GENERAL REQUIREMENTS AND PROVISIONS

PS 1202 Services

Add the following paragraphs:Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 36: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 59

(a) Protection of Services

The Contractor shall take special care when excavating or when carrying out any work under the contract not to damage existing pipelines, drains, cables or any other underground service or to disturb the stability of poles or towers supporting electricity or telephone lines, and shall take necessary measures to protect them. All work or protective measures shall be subject to approval by the Engineer.

(b) Proofing for Underground Services

Before commencing construction, the Contractor shall carry out detailed investigation to determine the exact positions of existing underground services likely to be affected by the works whether these are shown on drawings or not. He shall carry out and complete such investigations well in advance of the date scheduled to commence construction of permanent works, and shall liaise closely with utility companies and Local authorities to obtain all available information pertaining to existing underground services.

The Contractor shall be at liberty to employ any method he desires to carry out investigations and shall allow in his programme of work sufficient time for carrying out investigations and for relocating and/or protecting services affected by the works.

The Contractor shall submit written report(s) of his findings concurrently to the Engineer and the owner(s) of the affected services in good time to allow them adequate time for planning and procurement of resources that may be required for the protection or relocation of services affected by the works.

The Contractor shall comply in all respects with the provisions of this clause as he will not be compensated in any way for any delay or disruption to the rate of progress of the works that may arise as a result of underground services encountered.

The Contractor shall be deemed to have allowed in his tender all costs for complying with this requirement.

(c) Excavation Across or Along an Existing Service

Before excavating across or along an underground service, the Contractor shall submit to the Engineer for his approval, the method, care and precautions the Contractor will take in order not to damage the service. The Contractor shall not carry out any excavation within 3 m of an underground service before the Engineer has approved in writing his work method. Such approval will not relieve the Contractor of any of his obligations under the Contract. No separate payment will be made for carrying out work within the vicinity of an existing service and the Contractor will be deemed to have included in his tendered rates any additional perceived costs.

(d) Damage and Repairs to an Existing Service

The Contractor shall take all precautions when conducting investigations or when constructing permanent or temporary works not to damage existing services. In the event of a service being damaged, the Contractor shall immediately notify the Engineer.

The Contractor shall when instructed to do so, immediately repair the damaged service to the specification of the service owner and to the satisfaction of the Engineer. If the Contractor fails to repair the service immediately after receiving written instruction to do so, the Engineer will arrange for the damage to be repaired by others, and the cost of the repair will be deducted from money due and payable to the Contractor.

If the owner of the service elects to carry out the repair using his own resources or by employing specialist sub-contractor, the Contractor shall cooperate with and allow the owner access and sufficient space and time to carry out the repair. The cost of the repairs shall be borne by the Contractor.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 37: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 60

(e) Protection and Relocation of Services

The Contractor shall not protect or relocate an existing service without written instruction from the Engineer.

Relocation and protection of services necessitated by the execution of the Works will be paid for using rates tendered for similar work items. Where there are no tendered rates, the Contractor shall submit rates complete with their details to the Engineer for his approval. No payment will be made for work not instructed in writing and inspected by the Engineer after its completion.

(f) Declaration of Compliance

Prior to commencing construction, the Contractor shall submit to the Engineer in an approved format, written declaration to the effect that he has complied in all respects with the requirements of this clause and that he will bear the cost of repairing any service damaged by him. No payment will be made for work executed before the Engineer has received the declaration.

PS 1204 Programme of Work

Add the following at the beginning of the clause:

Tenderers shall submit with their tenders an overall preliminary construction programme in the form of a bar chart. The programme shall be submitted on at least A3 paper size.

The Tenderer shall also submit a separate copy of the Contract critical path with his tender. The chart must show at least the following information:

(a) The programmed time for carrying out each of the activities detailed on the chart.(b) The dependencies existing between various items of work.(c) The allowances made for sub-Contractors.(d) Establishment of plant.(e) Shutdown periods proposed by the Contractor.(f) The critical path for the work to be undertaken.(g) The number of skilled and unskilled persons involved in each activity(h) The plant and equipment used for each activity.(i) Average production rates for each activity.

After the award of the tender, the programme as shown on the Overall Preliminary Construction Programme submitted by the successful Tenderer shall become the basis for the preparation of the Construction Programme required in terms of Clause 8.3 of the Conditions of Contract.

The Contractor shall submit the Clause 8.3 Programme of executing the works in accordance with Contract requirements. The original and three copies of the programme shall be presented on A0 paper size and shall be clearly legible.

The Contractor shall submit with his Programme of Work the method statement as described below and predicted monthly Interim Payment amounts.

Method Statement

Each Tenderer shall, with his Tender, submit a comprehensive method statement, which shall give full details of his proposed methods, equipment and sequence of operations. The method statement shall be deemed to form the basis on which the Tenderer intends carrying out the Works and shall be used in the evaluation of Tenders.

Failure by any Tenderer to submit a comprehensive and complete report with his Tender may result in the Tender being rejected. The method statement shall be subsequently incorporated in the Contract Documents and shall form part of the Contract.Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 38: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 61

The method statement shall as a minimum contain the following information:

(a) Name of Tenderer;

(b) The organisational structure of the key site staff and the names of the principal persons involved, together with a brief statement regarding previous similar experience and length of time employed by the Tenderer. This must also include details of subcontractors and specialists;

(c) Labour to be employed (approximate numbers). The numbers of skilled and unskilled workers shall be summarized in the form of a labour histogram to show the likely variation in the labour force during the Contract. A distinction shall be made between citizen and non-citizen employees;

(d) Details of where the various items of major installations, plant and equipment will be located;

(e) Proposed suppliers of:

(i) Cement(ii) Reinforcement(iii) Other Roads and Bridge Construction Materials

(f) Details of proposed protection to existing services;

(g) Details of proposed method of construction. The proposed methodology shall tie in with the proposed programme.

(h) Details of the contractor's quality assurance procedures including the number of staff solely involved in the quality audit and the persons responsible for managing the Contractor’s quality assurance procedures;

(i) Training of citizen employees is considered to be an integral part of this project. The Tenderer should submit details of all training he proposes to undertake during the course of the project.

PS 1205 Workmanship and Quality Control

Add the following paragraphs:

(a) Inspections 

The Engineer will inspect the works during the course of construction. The Contractor shall accord the Engineer every facility he may require for such inspection.

Any inspection, examination or test either of workmanship, material or performance shall not exempt the Contractor from any of his obligations under the contract. The liability of the Contractor for defective material or workmanship that may be discovered after any portion or portions of the work have been put into service shall be in accordance with the General Conditions of Contract notwithstanding that the defective item(s) may have previously been inspected and approved by the Engineer.

(b) Workmanship

(i) Testing of Materials

The Contractor shall carry out tests on materials and workmanship in order to ensure compliance with the requirements of the Specifications. The frequency of testing shall be in accordance with the requirements of the Standard and/or Technical Specifications, but the Contractor may increase the specified frequency in order to have more control of the quality of the Works.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 39: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 62

All tests shall be conducted in accordance with the latest published methods listed below.

1. British Standards Institution (BSI)

2. American Society for Testing and Materials (Abbreviation: ASTM)

3. American Association of State Highways and Transportation Officials (AASHTO)

4. Technical Methods For Highways (TMH): Standard Methods of Testing Road Construction Materials, TMH1 2nd Edition, published by the South African Department of Transport, 1986.

5. South African Bureau of Standard Specifications, (SABS)

In addition to the above, standard specifications or test methods of other bodies may be referred to in these specifications, or test methods may be described where no acceptable standard methods exist.

The Contractor shall submit all test results to the Engineer on a weekly basis. Work for which process control test results have not been submitted to the Engineer will not be approved.

(ii) Contractor’s Laboratory

The Contractor shall establish on site and maintain in good order a laboratory with approved equipment sufficient to enable him to carry out process control testing required to ensure conformity with the Specifications. As a minimum, the laboratory shall be equipped with equipment and facilities as specified for the Engineer's Laboratory.

The laboratory equipment to be used shall be tested and calibrated by the supplier or by his Agent before their use for process control testing. The calibration shall be done at the beginning of the Contract and shall be repeated every six months or at such other interval as the Engineer may decide. Proof of calibration in the form of certificates shall be submitted to the Engineer not later than seven days after calibration, failing which the Engineer shall declare the equipment unsuitable for use on the project. Results of any tests carried out prior to the testing and calibration of the equipment will be rejected.

Results of compaction densities obtained by nuclear density testing equipment shall be compared to results obtained by the sand replacement method at the rate of one sand replacement test per fifteen nuclear density tests.

The Contractor shall employ a qualified Materials Engineer with at least ten (10) years’ experience to supervise the Contractor’s Laboratory and quality control tests. Prior to deploying the Materials Engineer to the site, the Contractor shall submit to the Engineer his academic details and Curricula Vitae. The Engineer reserves the right to reject the proposed personnel if in his opinion he is not qualified or sufficiently experienced to supervise or carry out quality tests.

The Contractor shall maintain record of test results in files clearly numbered in a logical sequence. The Engineer shall have access to the records at all times.

(iii) Laboratory for the Consulting Engineer

The Contractor shall establish on site and equip a laboratory for use by the Engineer. The laboratory building shall be constructed in accordance with the drawings and specifications issued by the Engineer as part of the Contract drawings.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 40: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 63

The Contractor shall supply, install and insure the laboratory equipment required by the Engineer for carrying out quality assurance tests. The laboratory shall be equipped with all equipment, chemicals, supplies, etc. necessary for the performance of the following tests and procedures as described in:

BS 1377:1975 “Methods of Testing Soils for Civil Engineering Purposes”.

Method1.5 Preparation of disturbed samples for testing 2.1 Test 1: Determination of the moisture content1 (A): Standard method (oven-drying method)1 (B): Subsidiary method (sand bath method)

2.2 Test 2 Determination of the liquid limit2 (A) Method using cone Penetrometer2 (B) Method using the Casagrande apparatus

2.3 Test 3 Determination of the plastic limit 2.4 Test 4 Determination of the plasticity index2.6 Test 6 Determination of the specific gravity of soil particles6 (A) Method for fine, medium-and coarse-grained soils6 (B) Method for fine-grained soils

2.7 Test 7 Determination of the particle size distribution7 (A) Standard method by wet sieving

4.2 Test13 Determination of the dry density moisture contents relation - 4.5kg

Rammer method

4.4 Test 15 Determination of the dry density of soil on the site15 (A) Sand replacement method suitable for fine, medium and coarse-

grained soils: small pouring cylinder method (minimum of 3 sets) 15 (B) Sand replacement methods suitable for fine- medium, and

coarse-grained soils: large pouring cylinder method (minimum of 2 sets)

5.1 Test 16 Determination of the California Bearing Ratio (CBR)

Notes:(1) Two soaking tanks 1500mm x 1000mm x 600mm deep to be provided,

together with apparatuses for measuring swell (minimum 10No).(2) At least 25 moulds and 75 x 2 kg surcharge weights to be provided.

BS 812: 1975 “Methods for Sampling and Testing of Minerals Aggregates Sand and Fillers”.

Part 1: Sampling size, shape and classification, Sections 5 to 7 inclusivePart 2: Physical Properties, Section 5 to 7 inclusive Part 3: Mechanical Properties, Section 7 and 8

BS 1881: 1970 “Methods of testing Concrete”

Part 2: Slump test, Compacting factor test Part 3: Making and curing test cubes

Note:At least 30 moulds shall be supplied and the curing tank shall not be used for any other purpose.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 41: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 64

Part 4: Test compressive strength of test cubes

Note:The gap between the platens of the compressive testing machine must be capable opening to at least 200mm.

U.K. Transport and Road Research Laboratory publication - Road Note 39

“Road Note 39 – Recommendations for Road Surface Dressing”Road Tray (Appendix1)

BS 1707: 1970 “Hot Binder Distributors for Road surface Dressing”

Depot Tray Test

Standard Methods for Testing Penetration and its Products” 1959 (Institute Petroleum)

IP 49/72 Penetration Test for Bitumen

ASTM Designation: C88-78 Standard Method of Testing for Soundness of Aggregates by use of Sodium Sulphate or Magnesium”

AASHTO Designation: T176-65 Standard Method of Test for Plastic Fines in Graded Aggregates in Soils by Use of the Sand Equivalent Test”

The equipment will be as scheduled in these Particular Specifications. All equipment furnished for use by the Engineer must be calibrated as stated above. The Contractor shall maintain throughout the contract period both the laboratory building and the laboratory equipment and shall replace any damaged equipment within seven days of receiving the Engineer’s instruction to do so.

The laboratory building and equipment will revert to the Contractor at the end of the contract.

Payment for the provision of laboratory building and equipment shall be as tendered by the Contractor. The tendered rate shall include full compensation for procuring, furnishing, insuring, calibrating and maintaining in good order all the facilities and equipment.

(c) Cost of Testing

(i) Testing by Contractor and Provision of Samples

The cost of testing of materials and workmanship undertaken by the Contractor to ensure compliance with the Specification, including the submission of certificates that materials supplied by him comply with the relevant BS or other Specifications, shall be deemed to be covered by the prices tendered under the relevant items in the Bills of Quantities for work in which the materials are incorporated. The same applies to samples that the Contractor must supply to the Engineer for testing.

(ii) Additional Testing

The Engineer shall have the right to take samples and/or order any additional tests on workmanship or materials supplied by the Contractor. Where such additional testing is required, the cost thereof to the Contractor shall be determined. If the

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 42: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 65

costs of individual tests are not itemised in the Bills of Quantities the cost of additional testing shall be classified as additional work under Clauses 7.4 and 13 of the General Conditions of Contract, provided that the test indicate compliance with the Specification otherwise the cost shall be borne by the Contractor.

PS 1206 The Setting-Out of Work and Protection of Beacons

Add the following paragraphs:

The Contractor will be deemed to have allowed in his programme and in his tender for complying fully with the requirements of this Clause. Note should be made of the fact that no separate or additional compensation of time and cost will be made for complying with the provisions herein.

(a) Access to Private Properties

Prior to commencing setting out of the works, the Contractor shall notify owners of private properties adjacent to the works at least fourteen (14) days in advance, of his intention to commence setting out and shall obtain their consent in writing to enter into their properties if necessary.

Should the Contractor encounter any problems in obtaining access to private properties, he shall immediately inform the relevant Local Authorities who together with the Employer may assist him in obtaining permission to access private properties. The Contractor shall allow in his clause 8.3 programme adequate time for liaison with private property owners and the relevant local authorities.

(b) Setting out and Control Data

Upon issuance of the order to commence, the Engineer shall issue to the Contractor a set of setting out co-ordinates and the Contractor shall set out the works accurately and shall be responsible for any error(s) which may occur in such setting out and shall amend and rectify such error(s) at his own expense.

In addition to setting out data, the Engineer shall issue to the Contractor co-ordinates of Benchmarks and control points for survey control. The Contractor shall, prior to using the benchmarks and control points, check their accuracy and confirm in writing to the Engineer that the information is sufficient for setting out the works accurately. Should discrepancies be found in the information issued by the Engineer, the Contractor shall afford the Engineer the opportunity to investigate the discrepancies and correct them within a period of fourteen (14) calendar days. The Contractor shall programme his work in such a way that this requirement will not impact negatively on the rate of progress of the works, and no claim for extension of time will be entered pursuant to this requirement.

In case that the reference beacons along the contract sections have been either destroyed, displaced or damaged before the handing over of the site to the Contractor, then the Engineer may arrange to reinstate or have new reference benchmarks reinstated by the Contractor at specific intervals and the cost of the re-establishment work will be paid either at cost as will be quoted by the Contractor or under Day Works all as will be instructed by the Engineer.

The Contractor may if he deems it necessary, establish additional control points. Any additional control points shall consist of steel pegs set in concrete at positions not likely to be affected by the works. The coordinates of the established points shall be issued to the Engineer in the form “Name, Y, X, Z”.

The Contractor shall provide accurate control of line and level at all stages of construction as follows:

(i) Roads

Control shall be at 25m on straights and at 10m on horizontal and vertical curves. Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 43: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 66

(ii) Stormwater drainage

Control shall be at invert slabs and at inlet and outlet chambers and at change of direction or grade.

(iii) Fence lines

Control shall be at gate positions, change of direction and grade.

(iv) Underground cables and sleeves

Control shall be at road crossings, chambers and termination points.

Wherever necessary the Contractor shall re-establish level control profiles and stake-line pegs at sufficiently close intervals to accurately determine levels.

Setting out will not be measured and paid for separately and compensation for this work shall be deemed to have been included in the rates tendered for the various items of work.

The Contractor shall make all provisions necessary for the Engineer to check and measure the setting out of the Works and shall be in attendance to agree measurements and levels before construction commences.

(c) Specific Requirements for Survey and Setting out

(i) Fences

Fence lines shall be set out using coordinates issued by the Engineer. Fence lines shall be pegged at 40m intervals on straights and 20m on curves. Any obstruction encountered shall be picked and submitted to the Engineer in the format “Name, Y, X, Z”. The Contractor shall place 12mm steel pegs along the centreline of the fence line and shall offset these from pole positions. The pegs shall only be removed after the erection of the fence.

(ii) Roads and Drains

Roads and drains shall be set out using centre line coordinates issued by the Engineer. The Contractor shall place wooden pegs on either side of the route of the road at 20m intervals on straights and on curves of radius greater than 1000m. Pegs shall be placed at 10m intervals on curves of radii less than 1000m. The pegs shall be long enough for the levels of various layers to be marked on and wide enough for chainages to be indicated thereon. The pegs shall be placed firmly on the ground and shall be offset so that the works does not disturb them. Any peg(s) accidentally removed or disturbed shall be reinstated as soon as this happens.

(iii) Pipelines

Routes of pipes shall be set out using the information issued by the Engineer. On Engineer’s instruction, routes shall be modified to avoid physical obstacles encountered on site. The Contractor shall survey and mark the positions of the routes with appropriate wooden or steel pegs for Engineer’s inspection. Should the Contractor encounter obstructions in the course of setting out, he shall immediately submit to the Engineer positions of the obstructions and his proposal for alternative routes of the pipelines in form of “Name, Y, X, Z” coordinates. Setting out shall be at 20 metre intervals and at changes of direction or at such other interval as may be instructed by the Engineer.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 44: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 67

(iv) Buildings

The Contractor shall set out buildings using coordinates issued by the Engineer and dimensions shown on the relevant drawing and shall mark the finished floor levels on profiles for inspection by the Engineer.

(d) Setting out Procedure

(i) The Contractor shall firstly set out the positions of the works in the horizontal plane and on completion he shall notify the Engineer who shall within three days of receipt of such notification, check the setting out and inform the Contractor in writing of its acceptance or otherwise.

Upon approval of the horizontal positions of the works the Contractor shall set out and mark on profiles the final levels of the works for Engineer’s Inspection and approval. All facets of the works shall be set out to allow a one off inspection.

(ii) The Contractor shall set out the works based on the co-ordinates issued to him and will notify the Engineer in writing when the setting out and placing of pegs are completed. The Engineer will check the setting out and will notify the Contractor in writing his approval or otherwise of the setting out.

(iii) When required to do so, the Contractor shall realign the whole or parts of the Works and no extra payment will be made for this work. The Contractor will be deemed to have allowed in his programme of works for this requirement.

(iv) The Contractor shall submit to the Engineer in hard copy and in electronic format coordinates in the format “Name, Y, X and Z” of the works as set out. The coordinates shall be on national trigonometric system and shall not be truncated. This information shall be presented either in ASCII format or on spreadsheet such as latest version of Excel.

This information shall be submitted to the Engineer as soon as the setting out is completed, and the Contractor shall allow a period of fifteen (15) working days in his programme for the Engineer to recheck the design and if necessary to re-determine design coordinates to suit site conditions.

(e) Survey Information Discrepancies

The Contractor shall bring any discrepancies in line or level to the attention of the Engineer. This information shall be given to the Engineer before any excavation work is carried out and must be presented as soon as it is discovered so that corrective action can be effected without delay to avoid impediment on the Contractor’s programme. All information shall be presented to the Engineer via plans and sections to cover the whole of the routes.

(f) Cadastral Survey

The Contractor shall, prior to commencing bush clearing, obtain from the relevant Department cadastral information of all properties within the work site and shall search for and protect existing pegs prior to commencing construction. The Contractor shall report any missing pegs to the Engineer and the Local Authorities. The Contractor shall when instructed to do so replace all missing pegs. The pegs shall be replaced by a Surveyor approved by the relevant Department. The cost of replacing missing pegs shall be agreed with the Engineer prior to survey. The Contractor shall replace free of charge any pegs damaged by him in the course of carrying out the works.

(g) Survey for Measurement and Works Control

(i) Survey for Measurement Purposes

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 45: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 68

After the Engineer has approved the setting out, the Contractor shall clear and grub the site and shall prior to removing topsoil, survey routes of roads, pipelines, and fences in sufficient detail for use as base data for measurement purposes. In the case of roads, fences, pipe lines and power lines survey shall be carried out in cross sections with the number of points and at the interval specified below. The results of the survey shall be submitted to the Engineer in electronic form, the format “Name, Y, X and Z”.

(1) Roads

Cross sections shall be taken at the same interval as the setting out. The cross sections shall cover the entire road reserve and shall contain a minimum of seven points consisting of centre point and three equally spaced points on either side of the centre point. The points shall be in line and perpendicular to the centre line.

(2) Fences, Cable, Power and Pipelines

Cross sections shall be taken at the same interval as the setting out. Each cross section shall cover a 5m wide corridor and shall contain a minimum of three points consisting of the centre line and a point on either side of the centre point. The points shall be in line and perpendicular to the centre line.

(ii) Survey for Work Control

The Contractor shall carry out survey as work progresses to ascertain that the horizontal position and final levels of road layers, pipelines, manholes, fence lines, building plinths and all other facets of work are maintained. Discrepancies between the design and the constructed work shall be rectified before approval of the completed work is sought. Any discrepancies that cannot be rectified shall be reported to the Engineer immediately after their discovery. The Engineer reserves the right to reject any work falling outside the specified tolerances.

(h) Provision of Resources for Survey

(i) Provision of Survey Instruments

The Contractor shall procure and handover to the Engineer new survey instruments and accessories as may be specified by the Engineer after the issuance of the notice to commence. Setting out shall not commence before survey instruments and accessories have been handed over to the Engineer. Payment for the supply of survey instruments and accessories shall be at cost plus percentage mark-up, which shall not exceed two and a half (2.5) percent entered in the Bill of Quantities. The survey instruments shall revert to the Employer at the end of the Contract.

PS 1207 Notices, Signs and Advertisements

Add the following paragraphs:

(a) Advertising

Advertising boards shall not be erected anywhere on site without the written consent of the Engineer. Only notice boards, signs and advertising of design approved by the Engineer may be erected and only in the positions agreed by the Engineer. These shall be provided and erected at the Contractor's own expense and shall be removed from site at the commencement of the Contract Defects Liability Period or at such other time as the Engineer may prescribe.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 46: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 69

The Contractor shall neither publish any information, drawing nor photograph relating to the Works nor use the site for advertising purposes except with the written consent of the Employer and subject to such conditions as the Engineer prescribe.

(b) Project Sign Boards

At the commencement of the Works, the Contractor shall provide and erect project signboards at positions to be agreed on site with the Engineer.

The layout and inscription on the boards will be as detailed in the drawings or as specified by the Engineer.

The Contractor shall maintain the boards throughout the Contract period and shall remove the same at the commencement of the Defects Liability Period.

Payment of the first Interim Certificate will not be made until the name boards have been erected.

PS 1208 Measurements

Add the Following paragraphs:

The Works shall be measured and paid for as outlined in the Standard and Project Specifications and as scheduled in the Bills of Quantities.

The Contractor shall ensure that no work is covered before it has been measured and the quantities agreed in writing with the Engineer or his representative. The Contractor shall provide any assistance that may be required by the Engineer to measure the works efficiently and accurately. The Contractor shall compile "as built" quantities of the completed works continuously as construction proceeds, and shall obtain written approval of these from the Engineer or his Representative.

PS 1209 Payment

Add the following paragraphs:

(g) Period of Maintenance

Reference to “period of maintenance” shall mean “Defects Liability Period”.

(h) Taxes

Any reference to “all tax” shall mean to include “duties”.

(i) Provisional and Prime Cost Sums

The Contractor shall include in his tender the Provisional Sums and Prime Cost amounts stated in the Bill of Quantities to be at the disposal of the Engineer. The whole or any part of such moneys not required by the Engineer shall be deducted from the amount of the Contract on re-measurement.

The Contractor shall allow for mark ups on provisional and prime cost sums as scheduled in the Bills of Quantities. Such mark ups will only apply to the amount (s) expended.

PS 1210 Certificate of Completion of the Works

Add the following paragraphs:

(i) Certificate of Completion of the Works

"Certificate of Completion of the Works" shall mean “Taking-Over Certificate”.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 47: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 70

(ii) Issuance of Taking-Over Certificate

The Taking-Over Certificate shall be issued in accordance with the requirements of the Conditions of the Contract when the whole of the Works have been completed to the satisfaction of the Engineer.

Opening of a section of road to public traffic before completion of the whole of the Works, if such opening should be allowed by the Engineer, shall not entitle the Contractor to the issue of a Taking-over Certificate for the road section in question.

PS 1214 Contractor’s Activities in Respect of Property Outside the Road Reserve and of Services Moved, Damaged or Altered

Add the following paragraph:

Any of the Contractor’s activities outside the Site or outside the road reserve on property not belonging to the Employer shall be exclusively at the Contractor’s own risk, cost and responsibility.

PS 1215 Extension of Time Resulting From Abnormal Rainfall

Add the following:

The method that will be used for determining extension of time resulting from abnormal rainfall shall be Method 2 - Critical-path method.

The value of "n" shall be as shown in Table 1215/1.

Abnormal rain as shown in Table 1215/1 shall be proven by rainfall records for previous five years (prior to contract start date) from Metrological Department. For the purposes of calculating an extension of time due to climatic conditions the number of days in excess of the number of working days anticipated to be lost due to climatic conditions as shown in Table 1215/1 shall be taken into account:

Table 1215/1: Anticipation days (“n” working days) lost due to climatic conditions:

Month Rain daysJanuary 6

February 7March 5April 3May 0June 0July 0

August 0September 0

October 0November 2December 5

Total 28

The Engineer will certify a day lost due to climatic conditions only if:

(a) no work on the critical path according to the latest approved programme for completion of the works could be carried out during that specific working day; or if

(b) only 30% or less of the work force and plant planned for that specific day, could work.

The extension of time as a result of climatic conditions will be calculated monthly as being equal to the number of days certified by the Engineer as lost due to climatic conditions, less the number of days in Table 1215/1. The total extension of time for the contract will be the

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 48: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 71

sum of the monthly extensions. If the total extension of time for the Contract is negative it will be disregarded when determining the completion date(s).

PS 1216 Information Furnished by the Employer

Delete the fifth paragraph of this Clause and substitute with the following:

The Employer will not accept any responsibility for the correctness of any of the information issued on site data including sub-surface, hydrological conditions and environmental aspects. The Material Report shall not form part of the contract. It is for information only.

PS 1217 Protection of the Works and Requirements to be met before Construction of New Work on Top of Completed Work is Commenced

Add the following paragraph:

The Contractor shall be responsible for the protection of the Works. The Contractor shall properly deal with and dispose of water irrespective of its source, to ensure that the Works are kept sufficiently dry for their proper execution. For this purpose he shall provide, operate and maintain in sufficient quantity such pumping equipment, well points, pipes and other equipment as may be necessary, and he shall also provide any sumps, furrows, coffer-dams and other temporary works as may be necessary to minimize damage, inconvenience or interference. No separate payment will be made for complying with this Clause.

PS1219 Water

Add the following paragraphs:

The Contractor shall be solely responsible for the location, procurement transportation, storage and distribution of water adequate in quality and quantity to meet his obligations under the Contract and for maintenance of water source(s). The Contractor shall be deemed to have liaised with the relevant authorities responsible for water supply within the project area on whether water for the works and for domestic use can be drawn from their existing water reticulation or supply sources.

The Contractor shall be deemed to have satisfied himself at the time of tender as to the source(s) of water and the cost(s) associated with prospecting, developing, maintaining and the use of such sources, to the levies payable to relevant Authorities. The Contractor shall ensure that source(s) of water for the works will not have any negative impact to the members of the community.

No direct payment will be made for providing water. The Contractor shall be deemed to have included in his tendered unit rates for all obligations for the location, procurement, storage, distribution, application, etc. and maintenance of water sources(s). No additional payment or extension of time will be granted due to Contractor’s failure to comply with this Clause.

PS 1222 Use of Explosives

Add the following paragraph:

The Contractor shall prepare a method statement showing how he will carry out removal of rock in built up and non-built up areas and shall submit this information to the Engineer at least twenty eight (28) days ahead of the date programmed for rock removal.

No blasting will be allowed in built up areas. Prior to blasting where this is authorized, the Contractor shall take photographs of buildings likely to be affected by blasting. Photographs of the same buildings shall be taken again after blasting and shall be kept by the Contractor for the duration of the contract. The purpose of the photographs is to aid the Contractor and the Engineer in determining whether blasting affected buildings or not. The Contractor shall be deemed to have included the cost of this requirement in his tendered rate for rock removal.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 49: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 72

Blasting in authorized areas shall be carried out by a specialist person with proven track record. The Contractor shall submit details of this person’s Curriculum Vitae soon after commencement. The Engineer's decision on whether the proposed person is acceptable or not shall be final.

PS 1224 The Handing-Over of the Road Reserve

Add the following paragraph:

The Contractor shall not enter upon any part of the Site without the written permission of the Engineer. He shall before entering the Site give 14 days' notice of his intention to do so to the Engineer. Provided that no such notice will be given before the contractor has served all necessary Legal Notices to the owners, lessees and Occupiers of lands, affected by the works. The Engineer shall after satisfying himself that such notices have been served, issue permission to the Contractor to enter the site.

PS 1227 Monthly Site Meetings

Add the following:

(a) Site Meetings Attendance

The Resident Engineer and the Site Agent shall hold site meetings every month to discuss the progress of the works and other technical and contractual matters. The Employer, the Engineer and other relevant and interested parties will also attend the site meetings.

(b) Venue for Site Meetings

The Contractor shall arrange for the venue of the meetings and shall provide adequate facilities for at least ten (10) people excluding his own staff. The Contractor shall serve lunch and soft drinks at all site meetings.

Add the following Clauses:

PS 1231 Records

(a) General

The Contractor shall prepare and maintain records of the materials and labour employed on the Works together with plans and charts showing the positions, levels, dates and progress of all main operations. Records of progress of the works, weather conditions, works activities carried out, problems encountered, instructions issued or required, delaying factors, etc. shall be kept in form of a diary and shall be counter signed by the Resident Engineer at the end of each day's work. The format of the Diary shall be subject to the Engineer's approval prior to commencement of the works.

The results of all tests carried out on the Works shall be handed to the Engineer's Representative at the end of each day.

(b) Contemporary Records

Contemporary records relating to claims for additional compensation or extension of time must be kept by the Contractor as stipulated in sub-clause 20.1 of the General Conditions of the Contract.

In order to enable the Engineer to properly assess the extent and validity of all claims when they are submitted at a later date, all circumstances relating to claims must be investigated, recorded and agreed upon between the Contractor and the Engineer at the earliest practical opportunity.

For this purpose the Contractor shall furnish the Engineer on a daily basis, with records of facts and circumstances that the Contractor considers relevant and may wish to rely upon

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 50: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 73

in support of his claims. The information must be recorded and submitted in a form and manner approved by the Engineer.

The Engineer and the Contractor shall, at the time of recording, indicate in writing and by their signatures, their agreement or disagreement as to the correctness of the information recorded.

For the purpose of this clause additional compensation shall be taken to mean compensation over and above the payments at Unit rates tendered or agreed upon for 'extra work' ordered by the Engineer.

PS 1232 Damage to Public and/or Private Property

(a) Indemnity

The Contractor shall indemnify and hold indemnified the Employer against all losses and claims for injuries and damage to public or private properties whatsoever (including surface or other damage suffered by owners, tenants or occupiers to land or crops) which may arise out of or in consequence of the construction and maintenance of the Works and against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect thereof or in relation thereto.

The Contractor shall immediately investigate all claims brought to him and shall avail copies of the results of the investigation to the Engineer and the Employer. The Contractor shall within three days of finalizing the investigation, prepare a report setting out the course of action he would take to address the findings relating to the claims. The Contract shall employ a qualified and approved person to assess damages to properties or injuries to persons and shall settle claims pertaining to these within one month of receipt of the assessment report. Should the Contractor fail to settle the claims, the Engineer shall have the authority to deduct from the following interim payment certificate the relevant amounts and have the claimants paid directly by the Employer using the deducted monies.

(b) Roads, Paths and Fences

The Contractor shall provide for making good any damage done by himself or his Sub-Contractors to public or private roadways, pathways or fences during the period of the contract. Any work in this respect shall be at the Contractor's own expense.

PS 1233 Temporary Buildings and Sheds

The Contractor shall provide and maintain such buildings and sheds as may be required for the use of the workmen employed in the Works, and for the storage of materials requiring protection and shall remove the same from the site on completion of the works and make good everything disturbed. The Contractor will be responsible for identifying a suitable site for location of the temporary facilities that he may require and he shall obtain approval of usage of any piece of land from the relevant Local Authority. 

PS 1234 Toilet Facilities

The Contractor shall provide and erect on site to be approved by the Engineer, properly screened water borne sanitary facilities for the use of all workmen, including Sub-Contractor's workmen if any, employed on the Works. The toilets shall be maintained in a clean and orderly condition and on completion of the Works, or when ordered by the Engineer, they shall be removed from the site and the Contractor shall restore the site to a clean and sanitary condition.

PS 1235 Accommodation for Employees

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 51: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 74

The Contractor shall allow in his tender for the provision of all necessary canteen, first aid facilities and other accommodation and services for his employees. Provision shall also be made for maintaining them in a neat and clean condition throughout the construction period and for reinstating the site on completion of the works, to the satisfaction of the Engineer.

Accommodation for employees shall be in the form of approved buildings. Delta Huts (prefabricated metal cabins normally used for storage of materials) will not be permitted as a form of accommodation.

PS 1236 Pollution

The Contractor shall take all reasonable measures to minimize any dust nuisance, pollution of streams and inconvenience to or interference with the public (or others) as a result of the execution of the Works. If the Contractor fails to comply with this requirement the Engineer shall after seven days written notice to the Contractor, employ third parties to suppress dust and the cost thereof shall be deducted from monies payable to the Contractor.

PS 1237 Safety

The Contractor shall at all times observe proper and adequate safety precautions on the Site. Where adequate safety precautions are not being observed, the Engineer may order the Contractor to comply with minimum safety requirements at the Contractor's expense, and compliance with such an order will not absolve the contractor from any of his responsibilities and obligations under the Contract.

PS 1238 Ground and Access to Works

The Contractor shall occupy only such ground as is necessary to carry out the work. He shall provide and maintain such access to the various sections of the works as he requires for the proper execution of the work. All fences and other structures that have been damaged or interfered with by the Contractor shall be restored to the original condition or where this is not possible, to a condition as close as possible to the original condition.

The Contractor shall ensure that, in carrying out the Works, he causes no damage by plant, workmen, flooding, dust, subsidence or otherwise to property. He shall take all precautions to the satisfaction of the Engineer to ensure that such hazards are avoided and public amenity maintained. The Contractor shall make good, forthwith and at his own cost, any damages and inconveniences caused by him; failing which the Employer shall be entitled to employ and pay other persons to carry out the same, and all costs shall be recoverable from the Contractor by the Employer in accordance with such sub-clause.

PS 1239 Temporary Electrical Power Supply

The Contractor shall make arrangements at his own cost for the supply and maintenance of electricity adequate to meet his obligations under the Contract including the testing and commissioning of the works.

PS 1240 Issue of Documents

One copy of the signed Contract document and two sets of drawings and setting out data will be issued to the Contractor free of cost.

PS 1241 Discrepancies between Specifications and Drawings

Should there be any discrepancy between the drawings or sketches and the specifications or any inconsistency in either, reference must be made to the Engineer for an explanation of the same and the Contractor will be held responsible for any errors that may occur on the work from the neglect of this precaution.Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 52: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 75

Should anything be omitted, either in the drawings or specifications, which is fitting or usually considered necessary for the completion of the work, the Contractor shall after notifying the Engineer in writing execute the same as if it had been particularly specified or shown and shall supply whatever materials and plant necessary to complete the work. No payment will be made for any such omitted works unless the Engineer has been notified of the omitted work and has agreed in writing the manner in which the omitted work is to be paid for. 

PS 1242 Reporting of Accidents

The Contractor shall report every accident which occurs on the road, within the extent of the Works, to the Engineer within twenty-four (24) hours of such accident, irrespective of whether such accident has a bearing on the damage to the works or to persons, property or things. The report must be in writing and must contain full particulars of the accident. Photographs of each accident shall also be included in the report. The Engineer has the right to conduct any or all enquiries, on either the Site or elsewhere, as to the causes and consequences of any such accident. The Contractor shall also keep a comprehensive record of all accidents which occur on the road and shall make such records available to the Engineer on demand.

PS 1243 Maximising the Use of Labour

This Contract has been established and shall be priced as equipment based type of road works project. However, the Roads Authority is desirous of making a contribution towards reducing the level of unemployment in the project area. To this end, the following items of work have been identified as suitable for maximising the use of manual labour.

(a) Bush clearing and the removal of roots from the surface after grubbing has been done by machine, and loading of such roots for transport to disposal areas.

(b) Excavation and backfilling for culverts, kerbs and channels, including for removal of existing units, all to a maximum depth of 1,5m.

(c) Excavations for guardrail posts, road sign footings, guide blocks and erosion protection works, all to a maximum depth of 1,5m.

(d) Constructing gabion baskets and stone pitching.(e) Placing of kerbs and concrete edging.(f) Erection of road signs.(g) Base correction.(h) Back chipping during surfacing operations.(i) Application of bitumen if so required.(j) Trimming of cut slopes, and final trimming of shoulder breakpoints and fill slopes.(k) Trimming of open drains, side drains, inlet and outlet channels of culverts.(l) Trimming of catch - water drains, mitre banks and mitre drains.(m) Finishing off the road, road reserve and borrow pits.

Tenderers are required to submit a tender for the Works under the condition that at least the items listed above must be done using manual labour. Additional information and suggestions which will further the use of labour will be viewed in a positive light.

The Employer is also desirous of making a contribution towards equal opportunities for women, not only in respect of labour, but also throughout the human resource base of the Contract. No gender restrictions shall apply throughout the workforce. In respect of the latter and as far as is practicable, the Contractor is required to employ at least 15% of his unskilled labour force from the feminine gender. In addition, only Malawian citizens shall be employed in the Contractor's unskilled labour force.

PS 1244 Environmental Impact Control

Before any work is commenced on the Site, the Contractor's site management staff including foremen shall attend an environmental awareness-training course presented by the Engineer. The Contractor shall liaise with the Engineer prior to the Commencement Date to fix a date and venue for the course. The Engineer will provide the course content. The Contractor shall provide a suitable venue and ensure that the specified employees attend the course.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 53: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 76

The environmental awareness-training course shall be held in the morning during normal working hours. The information presented at the course shall be communicated to the Contractors employees on the site, to any new employees coming onto site after the initial training course and to his suppliers as required by the Project Specification. The Contractor shall ensure that all attendees sign an attendance register, and shall provide the Engineer with a copy of the attendance register the day after each course.

In addition to aspects of design which are intended to avoid or reduce environmental impact, and also in addition to normal good construction practice expected of the Contractor, the requirements of the Project Environmental Management Plan contained in the Contract documents shall be strictly followed. Any non-compliance with these requirements which could have been avoided in the opinion of the Engineer may be considered sufficient grounds for withholding payment of part of the amounts to be paid for Contractor's preliminary and general items. No separate payment shall be made for complying with this requirement.

PS 1245 HIV/ AIDS Prevention Programme

The Contractor shall from the commencement of the contract through his SHE-Officer implement a generic AIDS awareness training programme for all permanent and temporary workers of the main contractor and all subcontractors. The type of training and the training material for the structured training programme shall, as far as possible, be accredited by the Ministry of Health and Education and be delivered by suitably qualified and accredited trainers. The training programme shall be subject to the approval of the Employer and the Engineer, and the Contractor shall if so instructed by the Engineer, alter or amend the programme and course content.

The Contractor shall be responsible for the provision of everything necessary for the delivery of the training programme, including the following:

(a) Transport of the selected workers (as necessary)(b) Stationery and all other necessary materials.

No separate payment will be made for the training venue and everything necessary for the delivery of the training.

All Training shall take place during normal working hours and the Contractor shall make adequate allowance in his programme of work to accommodate the training to be provided. The SHE-Officer must make sure that the specified workers attend the HIV/AIDS Prevention training courses.

The Contractor shall keep comprehensive records of the training given to each worker and whenever required shall provide copies of such records to the Engineer. At the successful completion of a course, each candidate shall be issued at the Contractor’s own cost with a certificate.

The Contractor shall ensure that all attendees sign an attendance register, and shall provide the Engineer with a copy of the attendance register the day after each course. The SHE-Officer shall prepare a quarterly report on the programme.

PS 1246 PUBLIC AWARENESS PROGRAMME

A public awareness programme shall be implemented as will be directed by the Engineer. The programme shall inform the public regarding the project and from time to time inform/warn the public regarding traffic movement adjacent and/or through the project and any impacts to the public that will be associated with the implementation of the project. The awareness will be made through broadcasts in radios, television and notices around the project area and in the public media.

PS PS12.04 Aids Awareness Training(a) Training……………………………............................………............... P.S.Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 54: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 77

(b) Remuneration of the workers undergoing training…………....... P.S.

(c) Handling costs and profit in respect of sub-items PS12.04(a)and (b) (state as % and extend as an amount)…………………. %

The provisional sum for sub-item PS12.04 (a), allows for the provision of the AIDS awareness training programme delivered as specified in the document. This money shall only be expended on the direct instruction of the Engineer. The reimbursement shall be for the final invoice amount from the training institution/s (excluding VAT) for the training.

The provisional sum allowed for pay item PS12.04 (b) is to remunerate the trainees at a rate per hour for attending training. The reimbursement shall be for actual attendance (total hours).

The percentage tendered for pay item PS12.04(c) shall be applied to the amounts expended under pay items PS12.04 (a) and (b) to generate an amount that covers all the monies required by the Contractor for managing the training, paying the trainees, and any other costs that may arise from these payments, including any Contractor’s profits and overheads.PS12.05 Public Awareness Programmes(a) Television and Radio Broadcast and Print Media Publications …………… P.S.

(b) Handling costs and profit in respect of sub-items PS12.05(i)(stated as % and extend as an amount)………..................……………...... %

The provisional sum for sub-item PS12.05(a) allows for the provision of the Public awareness programmes and activities provided as specified in the document. This money shall only be expended on the direct instruction of the Engineer. The reimbursement shall be for the final invoice amount from the public awareness service providers (excluding VAT).

The provisional Sum allowed for pay item PS12.05 is to remunerate the public awareness service providers at a rate agreed by the Roads Authority. The reimbursement shall be for actual costs incurred.

The percentage tendered for pay item PS12.05(b) shall be applied to the amounts expected under pay items PS12.05(i) to generate an amount that covers all the monies required by the Contractor for managing the public awareness activities, paying the media service providers, and any other costs that may arise from these payments, including any Contractor’s profits and overheads

SECTION 1300: CONTRACTOR’S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS

Add the following paragraphs:

(a) Accommodation Camps

The Contractor will be responsible for identifying suitable land for construction of temporary camps for his employees. The land will be subject to the approval of the relevant Local Authorities, and the Contractor will pay all costs levied on such land. All camps shall be properly fenced around the perimeter with as a minimum a 1.8m high wire fence. No trees shall be cut on site without the prior permission of the Engineer.

Sanitary conditions shall be maintained at all times to the satisfaction of the Engineer.

Only water borne sanitation systems will be allowed. Where municipal sewer exists, the Contractor shall connect the facilities to the nearest existing and functioning sewer manhole.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 55: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 78

Section 1300: Contractor’s Establishment on Site and General Obligations

PS 1303: Payment

PS 13.01: The Contractor’s General Obligations

Add the following paragraph after the fourth paragraph (numbered as (iii):(iv) The combined total amount of pay item 13.01(a), 13.01(b) and 13.01(c) shall not exceed 20% of the tender sum

Add the following new pay items:

PS 13.02: Provisional Sums(a) Provisional Sum for Authorised Compensation ………………….Prov. Sum(b) Handling Cost and profit in respect of item PS 13.02 (a)……………%

The contractor has to enter the percentage in the rate column and then calculate the amount for pay item PS13.02 (b)

PS 13.03: Construction of Sign Boards………………………………………….No.

The unit of measurement shall be number of construction sign boards supplied.The tendered rate shall include full compensation for procurement, erecting and removal of construction sign boards after completion of the project.

The sign board has to comply with the particular drawing.

PS13.04 Aids Awareness Training(a) Training……………………………............................………............... P.S.

(b) Remuneration of the workers undergoing training…………....... P.S.

(c) Handling costs and profit in respect of sub-items PS13.04(a)and (b) (state as % and extend as an amount)…………………. %

The provisional sum for sub-item PS13.04 (a), allows for the provision of the AIDS awareness training programme delivered as specified in the document. This money shall only be expended on the direct instruction of the Engineer. The reimbursement shall be for the final invoice amount from the training institution/s (excluding VAT) for the training.

The provisional sum allowed for pay item PS13.04 (b) is to remunerate the trainees at a rate per hour for attending training. The reimbursement shall be for actual attendance (total hours).

The percentage tendered for pay item PS13.04(c) shall be applied to the amounts expended under pay items PS13.04 (a) and (b) to generate an amount that covers all the monies required by the Contractor for managing the training, paying the trainees, and any other costs that may arise from these payments, including any Contractor’s profits and overheads.

PS13.05 Public Awareness Programmes(a) Television and Radio Broadcast and Print Media Publications …………… P.S.

(b) Handling costs and profit in respect of sub-items PS13.05(i)(stated as % and extend as an amount)………..................……………...... %

The provisional sum for sub-item PS13.05(a) allows for the provision of the Public awareness programmes and activities provided as specified in the document. This money shall only be expended on the direct instruction of the Engineer. The reimbursement shall be for the final invoice amount from the public awareness service providers (excluding VAT).

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 56: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 79

The provisional Sum allowed for pay item PS13.05 is to remunerate the public awareness service providers at a rate agreed by the Roads Authority. The reimbursement shall be for actual costs incurred.

The percentage tendered for pay item PS13.05(b) shall be applied to the amounts expected under pay items PS13.05(i) to generate an amount that covers all the monies required by the Contractor for managing the public awareness activities, paying the media service providers, and any other costs that may arise from these payments, including any Contractor’s profits and overheads

SECTION 1400 HOUSING, OFFICES AND LABORATORIES FOR THE ENGINEER'S SITE PERSONNEL

PS 1402 OFFICES AND LABORATORIES

Replace Sub-clause 1402 with the following:

(a) Rented Accommodation

The Contractor shall provide rented accommodation for offices and laboratory of the types and in locations approved by the Engineer and shall furnish the same as may be instructed by the Engineer. The laboratory building shall be suitable for the intended purpose as described in Sub-clause 1402(c) of the Standard Specifications.

Payment for rented accommodation shall be at cost plus the percentage mark-up on provisional sum(s) entered in the Bill of Quantities.

(b) Air Conditioners

The offices and laboratory buildings shall be supplied with split type remote controlled air conditioners. The air conditioners shall have 2.5 KW minimum power and shall be capable of heating during winter. The cost of providing air conditioners shall be deemed to have been included in the rent amounts negotiated by the Contractor.

(c) Soft Furnishing

The offices and laboratory buildings shall be supplied with approved curtains to all windows. The cost of providing curtains shall be deemed to have been included in the rent amounts negotiated by the Contractor.

(d) Security

The Contractor shall be responsible for watching and guarding all premises and facilities provided for Engineer’s use. Offices and laboratory buildings shall be in safe locations, shall be fully secured and shall be furnished complete with approved monitoring and alarm systems. The costs of installing, monitoring and maintaining security systems shall be deemed to have been included in the rent amounts negotiated by the Contractor.

(e) Telecommunications Facilities

The Contractor shall:

(i) Arrange with the telecommunications company for the connection of two telephone lines to the Resident Engineer's office,

(ii) Arrange with service provider for connection of internet services,

(iii) Procure mobile telephones as may be instructed by the Engineer,

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 57: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 80

(iv) Provide and install an answering machine of a type approved by the Engineer, and shall

(v) Pay telecommunications bills incurred by the Engineer for official communication.

The Contractor will be reimbursed the amounts of money paid for the installation and maintenance of the above services at cost plus the percentage mark-ups tendered by the Contractor.

(f) Provision of Furniture and Equipment

The Contractor shall supply and install in the offices and laboratory the furniture specified in these specifications. The furniture and equipment shall be new and of quality acceptable to the Engineer. All furniture and equipment purchased using project funds shall revert to the Employer at the end of the Contract.

(g) Services

The Contractor shall provide a full-time office attendant to clean and service the offices and laboratory including all utensils and sundries for that purpose. Alternatively, the Engineer may choose to employ his own office attendants, in which case the Contractor shall reimburse the Engineer all costs involved in employing these attendants.

FURNITURE AND EQUIPMENT FOR THE ENGINEER'S OFFICE

The Contractor shall supply new furniture and new equipment for the Engineer's offices as hereinafter listed.

Item Number

Air-conditioning units (with cooling and heating options minimum 1800BTU) 7Desk with lockable drawers (1,830mm x 915mm) 7Tables (1,830mm x 915mm) 6L-shaped standard secretarial desk 2Typist Chair swivel 1Desk Chairs swivel 8Steel Filing cabinet (4 drawers with locks) 4Shelves (1,830mm x 305mm) 12Cupboard (1,750mm x 900mm x 550mm) with 3 shelves and lock 4Wall pinning boards 2m x 1.2m 4Desktop computers as shall be specified complete with MicrosoftWindows operating system, Microsoft Office and anti-virus software 3Un-interruptible power supply for computers 3Operating system, Microsoft Office and anti-virus software 3A4 black and white laser printer 1A3 colour inkjet printer 1A4/A3 photocopier (capable of a minimum of 3000 copies per month) 1A4 digital scanner plus software 1Stapling machines 3Waste paper baskets 5Desk organizers 5Desk trays 10Ring document binder machine 1Paper punching machine heavy duty 1Refrigerator, minimum capacity of 1401itres. 1Carbon Dioxide Fire Extinguishers 2

A sufficient and regular supply of all normal consumable office stationary and storesincluding but not limited to photocopying paper, toner, glue sticks, staples, ink cartridges, computer diskettes and CDs, graph paper, all other type of paper as the Engineer may require from time to time, notebooks, pencils, pens, etc.Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 58: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 81

Upon completion of the Works, the furniture, equipment and facilities provided by the Contractor shall be handed over to the Employer together with the desktop computers, and printers which shall also become the property of the Employer.

Details of Computers, Printers and Power supplied for the Engineer's Office

The Contractor shall provide approved new computers, software, printers, scanners, power supply elements and peripherals including all software required for use by the Engineer's Site personnel. The computers and software shall be specified by the Engineer at the commencement of the Works and procured under the provisional sum.

Survey Equipment

The Contractor shall provide survey equipment for making the topographical survey of the centre line of the road as well as the detailed survey works of all the junctions, drainage works and bridges that are to be constructed.

All the topographic survey shall be performed using Total Station and the results shall be tied to the National Grid System (UTM) by means of the Basic Network landmarks.

The Contractor shall provide the following survey equipment on site for the full duration of the contract:

(a) Two automatic levels with all its accessories,(b) One total station complete with all its accessories including standby batteries,(c) Two Survey umbrellas,(d) Five 5m measuring tapes,(e) Four 50m fibre glass measuring tapes,(f) One steel measuring tape of length 100m,(g) Measuring wheel,(h) One GPS Survey Equipment with all its accessories,(i) All the necessary auxiliary facilities including, but not necessarily limited to, two-way

short range (minimum 2km) radio communication handsets, continuous supply of level books, consumables, etc.

Upon issue of the Certificate of Completion or when agreement on the final quantities has been reached, whichever is the later, the Survey Equipment shall remain the property of the Contractor.

Maintenance or Replacement of Equipment and Provision of Consumables

All equipment provided shall be kept full serviceable at all times by the Contractor. The Contractor shall repair/replace any defective equipment within three days after notification by the Engineer's staff. The contractor shall also provide all stationary, paper (including also special photo quality paper) Laser Jet toner cartridges, colour and black ink cartridges, USB Memory sticks, CDs and CD storage containers required by the Engineer.

The Contractor shall insure the equipment against any loss, damage or theft and he shall indemnify the Engineer against any claims in this regard. This equipment shall be available for use by the Engineer at all times. The Contractor shall maintain the equipment in good working order and keep it clean throughout the contract period.

Upon completion of works, the survey equipment shall be deemed to become the property of the Contractor.

Furniture and Equipment for the Engineer's Laboratory Office

Item No

Desks with lockable drawers (1830 x 915mm) 2Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 59: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 82

Table (1830 x 915mm) 1Chair (2 arm chairs) robust and comfortable 6Shelves (1830 x 1200mm x 350mm) with backing 1Cupboards (1730mm x 900mm x 550mm (3shelves and lock) 1Steel filing cabinets (1300mm x 460mm x 600mm) deep with 4 drawers on runners and lock 4Wall Board 1Electric heater, 750 watt minimum rating 1Waste paper baskets 2Punch 1Stapling machine 1Stationary as required

Laboratory Installations and Equipment, etc.

All equipment, chemicals supplies etc. necessary for the performance of the tests and procedures as described in BS 1377:1975 “Methods of Testing Soils for Civil Engineering Purposes" shall be supplied by the Contractor.

Please refer to PS 1205 (b) (iii) regarding the required tests and procedures.

Miscellaneous Laboratory Equipment

The laboratories shall be supplied and resupplied, as often as necessary, with the minimum level of ancillary equipment as detailed below:

Item No.

Metal thermometers reading to 260°C 2Graduated steel rule 21000ml capacity measuring cylinder graduated to 5ml 2500ml capacity measuring cylinder graduated to 5ml 21000m1 beaker 2Hotplate gas type 4Wire gauze for use with hotplate 12Tablespoons 3Chisel blade, 200mm x 25mm 4Knife, 200mm blade with wooden handle 4Trowel, 150mm blade approximately 100mm wide 4Plastic bucket with lid, approximately 300mm diameter and 450mm deep 6Pick with handle 15Shovel with handle 15Panga 12Metal drying trays, lm square with raised edges 10Paint brush 25mm wide 3Hard bristle broom with handle 2Scientific calculator 4Ovens (aggregate volume 1m3 minimum) 2Rain gauges 3

Plus printed test forms, samples bags, hessian, plastic or 4 ply paper for large disturbed samples, towels soap etc., as required.

For the laboratory works of the Engineer the Contractor has to provide as much semi-skilled workers as requested.

The laboratory shall at all times be provided with a sufficient stock of consumables equipment to allow for usage, breakage and deterioration. In the event of any item of equipment becoming unserviceable through any cause the Contractor shall, at his own cost, order replacements or spare parts to be air-freighted from the same suppler. This replacement equipment shall be in good condition as determined by the Engineer. Equipment Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 60: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 83

in bad condition transferred from other sites or hired locally will be rejected by the Engineer.

Upon completion of the Works, the furniture, equipment and testing facilities for theLaboratory provided by the Contractor shall be deemed to become the property of the Contractor.

Protective Clothing for the Supervisor's Staff

a) dust coats for laboratory staff including replacements as requiredb) sets of water-proof coats for all staff, mouth musk, safety boots and safety helmets for

each of the staff; including replacements as required.

PS1404 SERVICES

Add the following to clause 1404:

Semi-skilled labourers for the Engineer

The Contractor shall employ as many semi-skilled labourers as the Engineer may from time to time direct, for the exclusive use of the Engineer.

Generally, these personnel will be utilised in the Engineer's laboratory, as survey assistants, cleaners and watch-men.

The Contractor shall provide accommodation and services for a maximum of 8 such labourers as specified in Clauses 1403(d) and 1404 of the Standard Specification.

A Provisional Sum has been allowed in the Bills of Quantities for the wages paid to the above labourers.

PS1407 MEASUREMENT AND PAYMENT

Change pay item 14.01, 14.02 and 14.03 as follows:

Item Unit

PS14.01 Rented Office and Laboratory Accommodation................................ PS

PS14.02 Office and Laboratory Furniture(a) Office furniture as specified in the Particular Specifications..................... Lump

sum

(b) Laboratory furniture as specified in the Particular Specifications............. Lump sum

Add: The tendered lump sums shall include all the furniture for offices and laboratory in accordance with the details and as listed in Particular Specifications.

PS14.03 Office and Laboratory Fittings, Installations and Equipment(a) Office fittings, installations and equipment (except computer).............. Lump

sum

(b) Laboratory fittings, installations and equipment........................................ Lump sum

Add: The tendered lump sums shall include all the Fitting, Installations and Equipment for offices and laboratory in accordance with the details and as listed in Particular Specifications except computers, scanners and printers for offices for which an extra pay item is applicable.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 61: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 84

Amend Pay Item 14.08 as follows:

PS14.08 Services(a) Services at rented offices and laboratories........................................... Month

The tendered amounts shall include all specified services rendered to offices and laboratory.

Create the following new pay items:

PS14.12 Survey equipment for use by the Engineer.............................................. month

The unit of measurement for the supply and maintenance of the survey equipment as described in detail in the Particular Specifications including software programme shall be the month.

The tendered rate shall include full compensation for the supply and maintenance of the equipment. The tendered sum per month will be payable for as long as the equipment is required, but not after the official completion date of the contract.

PS14.13 Computers and Printers for Engineers staff(a) Allow provisional sum for the purchase of computers, software

and printers................................................................................................. P.S.

(b) Handling cost and profit in respect of PS14.18(a)(state % and extend as an amount).......................................................... %

The payment for the supply of the computers including printers, software and accessories as specified in Clause PS1402(b) hereof shall be made from provisional sums.

The provisional sums shall cover full compensation for providing, insuring, maintaining or replacing the computers and printer, software and all consumables.

PS14.14 Security at Engineer's Offices, Laboratory and establishment... month

The unit of measurement for the supply of security guards shall be the month. The rate tendered shall be full compensation for the supply of security guards as specified, including transport, equipment and uniforms as may be applicable, as well as all other costs necessary to provide the security service as specified.

The tendered rate shall be payable for as long as the security service is required and provided, but not after the official completion date of the Contract.

PS14.15 Provision of semi-skilled labour for use by the Engineer(a) Provision of Labourers............................................................................... P.S.

(b) Handling cost and profit in respect of PS 14.20 (a)(State % and extend as an amount).......................................................... %

Payment under Item PS14.20 (a) shall be made monthly and the amount due to the Contractor will be equal to the total of the actual amount paid to the Engineer's semiskilled labourers plus the direct cost of medical and pension benefits, Workmen's Compensation, sick leave and holiday pay, incurred by the Contractor in respect of the Engineer's semi-skilled labourers. The Contractor shall advise the Engineer of the full monthly cost for each semi-skilled labourer engaged. No payment other than that provided above will be made in respect of the employment of semi-skilled labourers for the Engineer. Contract price adjustment will not apply to this item.

SECTION 1500: ACCOMMODATION OF TRAFFIC

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 62: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 85

PS 1501 SCOPE

Add the following paragraphs at the end of Clause 1501:

The Contractor shall also be responsible for construction and maintenance of new bypasses over sections of road for which he has occupation. Some culverts and/or drifts may be required.

The Contractor shall submit details of the proposed alignment with his method statement for approval. The plan shall detail the Contractor's proposed arrangement for accommodating public traffic throughout the road alignment. It shall include but not limited to accommodating traffic in half widths, on existing roads and on temporary diversions. Temporary diversions shall be constructed using selected gravel layers and primed using MC-30 Cutback Bitumen or similar approved material to suppress dust. The Contractor shall be responsible for the planning, construction, maintenance and repairs of all routes used to accommodate traffic for the entire construction period.

The failure of or refusal by the Contractor to construct and / or maintain diversions, barricades, traffic signs or road markings at the proper time, or to take the necessary precautions for safety and convenience of public traffic as specified or instructed by the Engineer, shall be sufficient cause to suspend payment on this contract until the required construction or maintenance has been completed to the satisfaction of the Engineer considering that there is a risk to the public. Such stoppage of the payment will not be acceptable as a reason for extension of time or additional compensation.

PS 1502 GENERAL REQUIREMENTS

PS 1502(a) Handing Over the Site

Replace Sub Clause 1502(a) with the following:

The entire site will be handed over to the Contractor at the commencement of the contract.

PS 1502(b) Providing Diversions

Add the following:

The Contractor shall be responsible for the maintenance of the existing roads for the duration of the Contract. Maintenance will include re-gravelling, pothole patching, cleaning of drains and grass cutting.

The Contractor shall also be responsible for construction and maintenance of new bypasses over sections of roads for which he has occupation. The diversions shall be constructed using selected gravel layers and regularly watered to suppress dust.

PS 1503 TEMPORARY TRAFFIC-CONTROL FACILITIES

Add the following after the second paragraph:

No work shall proceed in any section where accommodation of traffic is required until such time as the relevant requirements with regard to sign posting are met.

PS 1503(a) Traffic-control devices

Add the following:

Sufficient flagmen suitably trained and equipped shall be provided at all designated access points on public roads to and from the working areas to the satisfaction of the Engineer. The flags shall be at least 750 mm x 500 mm on a stick of adequate length.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 63: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 86

When movable temporary signs are used, provision shall be made for sandbags on the sign bases to prevent the signs from being overturned by wind or eddies behind moving traffic.

PS 1503(b) Road signs and barricades

Add the following:

Retro-reflective material for temporary road signs shall comply with the requirements of SABS 1519.

The retro-reflective coefficients determined according to the methods of SABS 1519, shall be at least 60% of the values given in Table 1 of SABS 1519.

The classes shall be as specified in Sub-clause 5402 (g) of the Standard Specifications.

Road signs that do not comply with these standards shall be cleaned and re-tested or removed from the site and replaced with approved road signs.

PS 1503(c) Channelization, devices and barricades

Add the following:

Plastic traffic cones and delineators shall be as specified in South African Road Traffic Safety Manual (SARTSM).

Delineators shall comply with the following requirements:

(i) A minimum contrast ratio of 4 shall exist between the yellow retro-reflective material and the black non-reflective material.

(ii) Delineators shall be affixed in a flexible manner to the base units and shall be able to withstand wind speeds of at least 60 km/hr without overturning. The bases shall be stabilised by placing of sandbags.

(iii) The bottom edge of the delineator shall not be more than 200 mm above the road surface.

Cones (red-orange, fluorescent) with minimum height of 750 mm may be used as supplementary traffic-control facilities to delineators, but only for short-term lane deviations during daylight. Lane closures or deviations continuing into night time shall be demarcated by delineators. The maximum spacing between delineators or cones is 30 m.

The Contractor shall hold available on site the temporary traffic control facilities required for proper control of traffic as shall have been approved by the Engineer. Such approval shall not relieve the Contractor of his responsibility of ensuring safe and adequately signed site.

The Contractor shall keep sufficient surplus signs, delineators and barricades on the site to allow for the replacement of damaged or missing items within a period of three hours of instructions having been given by the Engineer.

Failure to replace and install any missing sign or to remove unnecessary signage within three hours of orders having been issued by the Engineer shall be sufficient cause for the Engineer to impose a penalty of MWK25,000 (Malawi Kwacha Twenty Five Thousand) per hour, from the time when each such sign was to be installed or removed to the time such an installation is approved by the Engineer.

PS 1503(e) Warning devices

Add the following to the sub-clause:

The Contractor shall provide the Engineer with rotating lights having magnetic bases, flexible cable and a connection suitable for insertion into a standard 12 volt cigarette lighter sockets for all of his vehicles. The cost of providing warning devices shall be deemed to be included in the rate tendered for item 15.01.Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 64: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 87

Flagmen will be on duty during periods that construction traffic transporting road-building materials crosses any routes used by other traffic. Flagmen shall be on duty at all these points of crossing. Flagmen shall also be on duty at points where normal routes are diverted and in the opinion of the Engineer, the situation requires the presence of flagmen.

Add the following additional sub-clauses:

PS 1503(g) Workers clothing and safety jackets

All construction workers shall wear high visibility clothing when on the construction site. Any worker working on or adjacent to a trafficked road shall wear a safety jacket (reflective vests). Overalls shall be either orange or red-orange or yellow in colour with retro-reflective strips. Raincoats shall be bright orange or red-orange.

In addition all flagmen are to be distinctly dressed in high visibility orange overalls, a safety jacket similar to those worn by traffic officers as supplied by Sparks and Ellis or similar approved.

Safety jackets shall also be made available to the Engineer and all his staff free of charge.

PS 1517 MEASUREMENT AND PAYMENT

Delete pay items 15.01 to 15.12 and replace with the following Pay Item:

Item Unit

PS15.01 Accommodating traffic and maintaining diversions.................................... kilometre (km)

The unit of measurement shall be the kilometre, measured along the centreline of the road to be constructed, where public traffic has to be accommodated by means of temporary bypasses, construction in half widths or existing roads used as bypasses.

The tendered rate shall include full compensation for all general obligations, specific requirements and all incidental items necessary for the accommodation of traffic and the construction and maintenance of bypasses, including existing roads used as bypasses, during the construction period and maintenance period. It shall also include full compensation for the provision of flagmen, barricades, cones, delineators and, where necessary, communications equipment required to regulate traffic, for the provision and maintenance of temporary drainage, arranging for the moving of services, attending to traffic problems, complying with the requirements of the Road Traffic Ordinance and other local authorities for providing temporary access to private property.

Payment shall be made into two equal instalments in respect of each section. The first instalment shall be made when suitable bypasses have been approved for use or when traffic is taken over half width construction. The second instalment shall become due when that traffic can be accommodated on the new road, all bypasses have been obliterated and all general obligations of the Contractor have been complied with, all to the satisfaction of the Engineer.

SECTION 1600: OVERHAUL

Overhaul of material will not apply in this contract. The free haul distances for all materials irrespective of source shall be unlimited. All overhaul pay items in the various sections shall be deemed deleted.

Add the following new Section:

SECTION PS 1800: DAYWORKS

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 65: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 88

PS1801 SCOPE

This section covers the listing of daywork items in accordance with the General and/or Special Conditions of Contract determining payment for work which cannot be quantified in specific units in the Schedule of Quantities, or for work ordered by the Engineer during the construction period which was not foreseen at tender stage and for which no applicable rate exists in the Schedule of Quantities.

PS1802 ORDERING OF DAYWORK

No day work shall be undertaken unless written authorisation has been obtained from the Engineer.

PS1803 MEASUREMENT AND PAYMENT

Item Unit

PS18.01 Personnel during normal working hours(a) Unskilled labour............................................................................... hour (h)(b) Semi-skilled labour.......................................................................... hour (h)(c) Skilled labour................................................................................... hour (h)(d) Ganger............................................................................................ hour (h)(e) Flagmen .......................................................................................... hour (h)(f) Operators ........................................................................................ hour (h)(g) Foremen .......................................................................................... hour (h)(h) Surveyor .......................................................................................... hour (h)(i) Lab technician ................................................................................. hour (h)

Item Unit

PS18.02 Personnel outside normal working hours(a) Unskilled labour................................................................................ hour (h)(b) Semi-skilled labour.......................................................................... hour (h)(c) Skilled labour................................................................................... hour (h)(d) Ganger............................................................................................ hour (h)(e) Flagmen .......................................................................................... hour (h)(f) Operators ........................................................................................ hour (h)(g) Foremen .......................................................................................... hour (h)(h) Surveyor .......................................................................................... hour (h) (i) Laboratory Technician ..................................................................... hour (h)

Item Unit

PS18.03 Plant(a) Tip Truck 6m³ .................................................................................. hour (h)(b) Tip truck 10m³ ................................................................................. hour (h)(c) Motor grader (type specified) .......................................................... hour (h)(d) Wheeled loader (type specified)....................................................... hour (h)(e) TLB (type specified) ........................................................................ hour (h)(f) Water bowser – self-propelled (capacity specified) ........................ hour (h)(g) Vibratory roller ................................................................................. hour (h)(h) Pneumatic roller ............................................................................... hour (h)(i) Grid roller with tractor (type specified) ............................................. hour (h)(j) Tractor (type specified).................................................................... hour (h)(k) Tracked excavator (type specified).................................................. hour (h)(l) Bulldozer (type specified)................................................................. hour (h)(m) Excavator......................................................................................... hour (h)(n) Concrete Mixer.................................................................................. hour (h)(o) Water Pump ..................................................................................... hour (h)

The unit of measurement for items PS18.01 to PS18.03 shall be the hour for the item of plant or personnel. Non-working hours for the plant breakdown, lack of operator or any other Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 66: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 89

reason shall not be measured. The item shall be taken from the time that the personnel and /or plant depart until return.

Measurement shall only be for work instructed and directed by the Engineer where the Engineer consider no other appropriate rates is available in the schedule of quantities. Prior to the commencement of any work by the labourers described under items PS18.01 and PS18.02, the Contractor must obtain written consent from the Engineer regarding the classification of all labourers in terms of “unskilled”, “semi-skilled”, and “skilled labourers”.

The tendered rates for labour for the items PS18.01 and PS18.02 shall include full compensation to cover overhead charges and profit, leave pay, bonuses, subsistence allowances, Employer’s contributions, additional payment for over overtime where applicable, insurances, housing, site supervision, use of small hand tools and appliances, non-mechanical plant, operative and contingent costs relating to the supply of personnel.

The tendered rates for Plant for item PS18.03 shall be all-inclusive hire charge for the use of trucks or plant/equipment including driver or operator and shall apply only to vehicles, plant and equipment nominated in writing by the Engineer. The tendered rate for item PS18.04 shall include full compensation for the operating costs including fuel, maintenance, depreciation, administrative and contingent costs as well as profit.

Item Unit

PS18.04 Materials(a) Procurement of materials………………..................................... P.S.

(b) Contractor’s handling costs, profit and all other charges inrespect of sub item PS18.04(a).................................................. %

The Unit of measurement for sub-item PS18.04(a) shall be the amount actually paid for the procurement of materials to be purchased and shall be made in accordance with the provision of the General Condition of Contract. Only the actual quantities of materials used, as verified by the Engineer, shall be paid for.

The percentage tendered for sub-item PS18.04(b) shall be the percentage of the amounts actually paid for the procurement of the materials as ordered under the sub-item PS18.04(a) and shall be in full and final compensation in respect of the Contractor’s handling costs, profit, and all other charges in connection with the procurement and supply of the materials to the point of usage.

Item Unit

PS18.05 Transport(a) LDV ......................................................................................... kilometre (km)

(b) Flatbed truck.......................................................................... kilometre (km)

The unit of measurement for item PS18.05 shall be the kilometre distance that the vehicle travelled for transporting personnel and/or Plant. All travelling shall be approved by the Engineer.

The tendered rate for item PS18.05 shall include full compensation for the cost of the vehicle including fuel, maintenance, depreciation and running costs.

The above-mentioned tendered rates shall be in full compensation for the various items, as specified and not additional compensation shall be considered.

SECTION 1700: CLEARING AND GRUBBING

PS 1703 EXECUTION OF WORK

PS 1703(a) Areas to be Cleared and GrubbedUpgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 67: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 90

At the end of this sub-clause add the following:

Removing topsoil too far in advance of excavation or filling operations may also cause re-clearing and re-grubbing. Payment for clearing and grubbing shall be made only once. Re-clearing and re-grubbing shall be at the Contractor’s own cost.

Add the following sub-clause:

PS 1703(e) Dealing with Anthills

Where anthills are encountered within the limits of the road prism, they shall be excavated to a depth of not less than 1000mm below the natural ground level. The excavated material shall be carted to spoil. Cavities resulting from the clearance of anthill material shall be backfilled with approved material and compacted to a density not less than that of the surrounding ground.

No direct payment will be made for the removal of anthill material or backfilling cavities and the cost thereof shall be included in the price tendered for Item 17.01.

Where directed by the Engineer, the area covered by anthills shall be treated, after excavation and before backfilling of cavities, with an approved ant control chemical. Payment for this work shall be made in the manner specified herein.

PS 1704 MEASUREMENT AND PAYMENT

Amend pay item 17.01 as follows:

Item Unit

PS17.01 Clearing and grubbing...................................................................... Hectare (Ha)

Add the following new Pay Items:

Item Unit

PS17.04 Treatment of ant or termite holes with approved Insecticide........... Square metre (m2)

The rate shall be for full compensation for scarifying the surface to a depth of at least 100mm, applying approved ant poison, remixing and spreading of the material. The application rate shall not be less than 5 litres of diluted ant poison per square metre or as directed by the Engineer. The concentrated chemical shall be diluted in accordance with the manufacturer’s recommendations. Mixing of the poison and its application shall be carried out in the presence of the Engineer or his representative."

Item Unit

PS17.05 Demolition of existing structures(a) Masonry structures......................................................................... m3

(b) Concrete structures....................................................................... m3

(c) Gabions......................................................................................... m3

(d) Kerbs ............................................................................................. m

The tendered rate shall include full compensation for demolition of the existing structures including their inlets and outlets and disposal of the waste material from site including unlimited haulage costs.

SERIES 2000: DRAINAGE

SECTION 2100: DRAINS

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 68: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 91

PS 2102 OPEN DRAINS

Add the following at the end:

Existing open drains over which proposed road works must take place, must be backfilled using selected granular material compacted to 90% modified AASHTO density (100% for sand). The item shall include backfilling narrow drains of width not exceeding 1000mm.

PS 2103 BANKS AND DYKES

Add the following after the last paragraph:

Mitre banks, catch water banks and dykes shall be constructed using manual labour with the exception of hauling operations when haul distance in the opinion of the Engineer preclude the use of wheel barrows.

The Contractor may, however, construct certain banks and dykes using conventional plant based methods where manual methods are not feasible provided that his reasons for using these conventional methods are adequately motivated in writing and approved by the Engineer.

PS 2107 MEASUREMENT AND PAYMENT

Add the following pay item:

Item Unit

PS21.20 Backfill existing drains within road prism ................................................. m3

The unit of measure shall be the cubic metre. The tendered rate shall include for full compensation for procurement of the specified material from the Contractor’s borrow pit, placing it in existing drains after the drains have been cleared to the approval of the Engineer in layers and compacting it to specified densities.

SECTION 2200: PREFABRICATED CULVERTS

PS 2203 MATERIALS

Add the following sub-clause:

(j) Steel reinforcement

Steel reinforcement for inlet and outlet structures, manholes and other appurtenant structures shall comply with the requirements of section 6300 of the standard specifications.

PS 2204 CONSTRUCTION METHODS

Add the following at the head of this sub-clause:

Culverts shall be constructed using the trench method as described in paragraph (a) below.

PS 2208 CLASSIFICATION OF EXCAVATION

Delete the wording of this Clause and substitute with the following wording:

All excavations for prefabricated culverts shall be classified as follows for payment purposes:

Hard Material: Material which cannot be removed except by drilling and blasting, or with the use of pneumatic tools or mechanical breakers.

Soft Material: All material not classified as hard material shall be classified as soft material.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 69: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 92

Notwithstanding the above classification, all material excavated from previously constructed fills, subgrades, and natural granular bases shall be classified as soft material.

PS 2209 DISPOSAL OF EXCAVATED MATERIAL

Delete last paragraph. Disposal of excess excavated material will not be paid for separately. The cost of this work shall be allowed for in the tendered rate for excavation and/or backfilling of culverts.

PS 2210 LAYING AND BEDDING OF PREFABRICATED CULVERTS

Item (a)(i) and (a)(ii), the minimum bedding thickness shall be 100mm.

In item (b) (ii), substitute “75mm” with “100mm”

In item (c), substitute “75mm” with “100mm”

PS 2211 BACKFILLING OF PREFABRICATED CULVERTS

Amend the first paragraph of sub-clause (a) to read as follows:

Unless shown otherwise on the drawings, all bedding and backfill to stormwater pipes placed off the road shall be compacted to 93% MOD AASHTO density. Materials shall be G7 quality.

The bedding compaction for all pipes crossing the road shall be 98% MOD AASHTO density and the backfill shall be compacted to 95% MOD AASHTO density. Materials shall be subbase quality except at the level of layer works where they shall be of similar quality and compacted to density specified for respective layer but in any event not less than subbase quality.

PS 2218 MEASUREMENT AND PAYMENT

Item Unit

PS22.02 Backfilling:

Delete the last but one paragraph and substitute with the following:

The tendered rates shall include full compensation for backfilling under, alongside and over conduits, for disposing of excess excavated material, for watering and compacting the backfill material to the specified densities. In addition the rates tendered for sub item (b) shall include full compensation for supplying selected material of subbase quality from approved sources, including the free haul distance stated in Clause 1600 and as amended herein.

Item Unit

PS22.07 Cast in situ concrete and formwork:

Add the following items:

(f) In infill concrete between portals (class 20/19 concrete) ......................... m3

(g) In topping slabs (class 20/19 concrete) ...................................................m3

Amend the description of Item 22.14 to read:

Item Unit

PS22.14 Removing and stacking existing culverts of all sizes and types.............. m

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 70: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 93

SECTION 2300: CONCRETE KERBING, CONCRETE CHANNELLING, OPEN CONCRETE CHUTES AND CONCRETE LINING OF OPEN DRAINS

PS 2304 CONSTRUCTION

In item (a)(i), substitute “75mm” with “100mm”

PS 2306 CONSTRUCTION TOLERANCES AND SURFACE FINISH

In item (a)(i), first paragraph, substitute “25mm with “15mm”

In item (b)(i), substitute “25mm with “15mm”

In item (b)(ii), substitute “25mm with “15mm”

PS 2307 MEASUREMENT AND PAYMENT

Replace Pay Item 23.08 with the following new pay items:

Item Unit

PS23.08 Concrete lining for open drains:(a) Cast in situ concrete lining (Concrete Class 20/19) for open drains

(All types of drains including formwork Class F2 surface finish,sealing of joints with approved sealant and weep holes):

(i) 75mm thick to vertical or inclined surfaces............................................ m2

(ii) 100mm thick to horizontal surfaces....................................................... m2

The unit of measurement shall be the square metre of the drain surface lined as specified in drawings. The tendered rate shall include full compensation for painting open joint surfaces as specified.

The tendered rate shall include full compensation for casting concrete of the specified thickness and class, for supplying and fixing formwork, for weep holes, for forming and sealing joints, all as specified in the drawings.

Pay Items 23.09, 23.10 and 23.11 shall not apply.

Add the following Pay Items:

Item Unit

PS23.16 Access bridges Refer to Drawing No. A18-49RD/ STD/SW/03 & 04(a) Pedestrian bridges(i) Type 1................................................................................................... No

(ii) Type 2................................................................................................... No

(b) Vehicular bridges(i) Type 1................................................................................................... No

(ii) Type 2................................................................................................... No

The unit of measurement shall be the number. The tendered rate for the above items shall include full compensation for casting concrete of the specified thickness and class, for supplying and fixing formwork all as specified in the drawings.

PS23.17 Splash drains

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 71: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 94

(a) Type 1................................................................................................... No

(b) Type 2................................................................................................... No

The unit of measurement shall be the number. The tendered rate for the above items shall include full compensation for casting concrete of the specified thickness and class, for supplying and fixing formwork for concrete splash drain and for supply, laying and compacting pavement layers for splash drain formed in pavement layers all as specified in the drawings.

PS23.19 Plaster to brickwork............................................................................ m2

The unit of measurement shall be the square metre of brick work plastered. The tendered rate shall include full compensation for supply, mix and plastering the specified thickness and class of mortar all as specified in the drawings.

PS23.20 Precast concrete class 25/19 cover panels including formwork,F2 surface finish, as detailed in the relevant drawings

(a) 150mm thick(i) Width not exceeding 2360mm......................................................... m

(ii) Width not exceeding 2060mm......................................................... m

(b) 200mm thick(i) Width not exceeding 2360mm......................................................... m

(ii) Width not exceeding 2060mm......................................................... m

The unit of measurement shall be the total length of drain covered with the above covers. The tendered rate for the above items shall include full compensation for casting concrete of the specified thickness and class, for supplying and fixing formwork of the covers, for transporting to site and laying neat all as specified in the drawings.

PS23.21 Extra over precast covers for(a) Panels with grates and frame........................................................... No

(b) Panels with lifting hooks at the specified interval..............................No

The unit of measurement shall be the number. The tendered rate for the above items shall include full compensation for casting concrete of the specified thickness and class, for supplying and fixing formwork of the precast covers, for transporting to site and placing on the drains all as specified in the drawings.

PS23.22 Concrete Pavements(a) Class 20/19 cast in situ concrete reinforced with mesh Ref 617 in

platforms for bus bays........................................................................... m3

The unit of measurement shall be the cubic meter of concrete cast on the pavements. The tendered rate for the above items shall include full compensation for casting concrete of the specified thickness and class, for supplying and fixing formwork all as specified in the drawings.

SECTION 2400: ASPHALT AND CONCRETE BERMS

PS 2407 MEASUREMENT AND PAYMENT

Add the following in pay item 24.01:

Item Unit

PS24.01 Asphalt berms:Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 72: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 95

(c) Speed humps as per drawing, constructed of continuouslygraded asphalt mix using 70/100 penetration grade bitumen.................. m3

SERIES 3000: EARTHWORKS, SUBBASE, SHOULDERS AND BASE

SECTION 3100: BORROW MATERIALS

Delete the entire Section. The following requirements shall apply:

(a) The Contractor shall obtain material of the specified quality from any source of its choice.

(b) Prior to opening any borrow pit or quarry, the Contractor shall submit to the Engineer a scanned original of the mining permit or a copy certified by the Chief Mining Engineer.

SECTION 3200:SELECTION, STOCKPILING AND BREAKING-DOWN THE MATERIAL FROM BORROW PITS AND CUTTINGS, AND PLACING AND COMPACTING THE GRAVEL LAYERS

PS 3202 SELECTING THE MATERIALS

Add the following:

The quality of the materials in the borrow pit is normally inconsistent. Good quality material is often limited to small pockets. It may therefore be necessary to stockpile and mix materials to ensure that the quality of the material will comply with the specified requirements for a particular layer for which it will be used. The cost for these processes shall be deemed to be covered by the rates for the various items of work for which these materials are used.

PS 3206 CONTROLLING THE MOISTURE CONTENT OF MATERIALS

Add the following to the third paragraph:

The time required for doing work to accelerate the drying out of wet material or for dealing with wet material as described above, shall not be regarded as part of a delay caused by inclement weather in terms of Clause PS 1215.

SECTION 3300: MASS EARTHWORKS

PS 3301 SCOPE

Add the following at the end:

This shall apply to widened areas of the cross section, bus bays and road sections falling on new alignment. Fills may be required on sections along the existing alignment which need to be raised substantially to avoid flooding. This may include existing bus bays.

Bus bays shall be constructed concurrently and using the same materials as for the road pavement.

PS 3303 CLASSIFICATION OF CUT AND BORROW EXCAVATION

3303(a) Classes of Excavation

Delete all paragraphs of Sub Clause 3303(a) and substitute with the following:

Only two types of excavation are specified in this Section and shall be classified as follows for the purposes of measurement and payment:

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 73: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 96

(i) Hard Excavation

Hard excavation shall be excavation in material which can only be removed by drilling and blasting or with the use if pneumatic tools. This excavation specifically excludes material which can be excavated by the use of mechanical excavators or by ripping and dozing using a bulldozer of approximately 35 ton mass or larger when fitted with a single tine ripper and having a flywheel power of 250kW or more.

(ii) Soft Excavation

Soft excavation shall be all excavated material other than hard excavation.

3303(b) Method of Classification

Delete all paragraphs of Sub Clause 3303(b) and substitute:

The Contractor shall be at liberty to use any method he wishes to excavate any class of material, but the method of excavation shall, however, not dictate the classification of the excavation.

The Engineer shall decide under which of the above classes any excavation shall be classified and paid for. The classification shall be based on inspection of the material to be excavated and the method of excavation proposed by the Contractor. The decision of the Engineer as to the classification shall thereafter be final and binding.

The Contractor shall immediately inform the Engineer as and when the nature of the material being excavated changes to the extent that a new classification for further excavation is warranted.

Failure of the part of the Contractor to timeously advise the Engineer shall entitle the Engineer to classify, in his sole discretion, such excavation as may have been executed in material of a different nature.

The Contractor shall, if required, make available free of charge the necessary mechanical equipment specified in PS 3303(a) in order to test the removability or otherwise of the material.

PS 3305 TREATING THE ROADBED

3305(a) Removal of Unsuitable Material

Add the following new paragraph at the end of Sub Clause 3305(a):

Roadbed material within 1.0 m of the finished road level shall have a minimum CBR of 3 at 90% of modified AASHTO density, after compaction. Any material which does not meet this requirement shall be treated as unsuitable and removed.

Any anthill or termite working encountered within the road prism shall be excavated as specified in PS1703(e) and the material so excavated shall not be used in the fill. When the working is active the excavated area shall be treated with an approved chemical. No separate payment will be made for excavation and removal of anthill or termite working.

Payment for chemical treatment shall be in accordance with pay item PS17.04.

PS 3312 MEASUREMENT AND PAYMENT

Delete in pay – items 33.01, 33.02, 33.04 and 33.07 the wording “including free – haul up to 0.5 km” and replace with: “including unlimited free – haul distance”.

Delete the third paragraph of Pay Item 33.01 and substitute the following:

The tendered rates shall include full compensation for procuring, furnishing and placing the material, including excavating as if in soft excavation, for transporting the materials for unlimited free haul distance, for preparing, processing, shaping, watering, mixing and Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 74: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 97

compacting the materials to the densities or in the manner specified herein and for removing and disposing oversize materials from the road after processing.

Amend description of Pay Item 33.07 to read:

Item Unit

PS33.07 Removal of unsuitable material (all classes of unsuitable materials and excavation at any layer thickness including transport cost with unlimited free haul)....................................... m3

SECTION 3400: PAVEMENT LAYERS OF GRAVEL MATERIAL

PS 3402 MATERIAL

3402(a) General

Add the following:

The Contractor shall be responsible for identifying suitable sources of construction materials.

3402(c) Subbase

Add the following:

The subbase shall be formed from both imported material and material recovered from the existing pavement layers. The Contractor shall import material from approved sources identified by him. The imported subbase material may be blended with the base material recovered from the existing pavement or used separately provided the material meets the specifications.

3402(f) Compaction Requirements

The minimum in situ compaction of pavement layers shall be as specified in the drawings. The compaction effort shall apply to both the carriageway and shoulders.

PS 3403 CONSTRUCTION

3403(b) Placing and compaction(ii) Shoulders

Add the following:

Shoulders shall be constructed from the same material as the base course layer.

Delete Sub-clause (e) and substitute with the following:

3403(e) Reconstruction of pavement layers

It is intended that the existing surfacing shall be removed to spoil. If milled then the surfacing and crushed stone base course shall be ripped and removed to stockpile temporarily on site for re-use as subbase material. The exposed layer shall be scarified to 150mm deep, watered and compacted to the density shown on the drawings. The widened sections shall be constructed to below subbase layer. The excavated crushed stone base course materials shall be broken down to conform to grading requirements, blended with imported subbase quality materials to make-up the required quantities, relayed over the entire widened cross section, stabilised with lime or cement, watered, mixed and compacted to the thickness and density shown on the drawings to form new subbase course layer. Base course layer shall be constructed using imported crushed stone materials from fresh rock compacted to thickness and density shown on the drawings.

The Contractor shall ensure that during the removal of the existing base to stockpile the materials is not contaminated with plastic shoulder and underlying materials. Any material that

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 75: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 98

in the opinion of the Engineer is contaminated shall be replaced with suitable material at the Contractor's expense.

3403(f) Classification of layers for payment purposes

Insert in the first paragraph the word "not" between the words "shall distinguish" to read "shall not distinguish".

PS3407 MEASUREMENT AND PAYMENT

Amend the wording of pay item 34.01 to read as follows:

Item Unit

PS34.01Pavement layers constructed from gravel taken from cut or borrow, including unlimited free haul, all types of excavation, excess overburden and finishing off borrow areas .............................................

m3

Delete the second paragraph (payment paragraph) of item 34.01 and substitute with the following:

The tendered rates shall include full compensation for mixing, watering, placing and compacting the material supplied under item PS34.01, and the protection and maintenance of the layer and the conducting of control tests, all as specified.

Delete Pay Item 34.02.

SECTION 3500: STABILIZATION

PS 3502 MATERIALS

3502(a) Chemical Stabilizing Agents

Add the following to Clause 3502(a):

The stabilizing agent to be used on this project, if instructed, shall be as scheduled. Optimum quantities of stabilizing agent shall be determined by laboratory tests on site during construction.

PS 3503 CHEMICAL STABILIZATION

3503(h) Construction limitations

Add the following at the end of the Clause 3503:

The Contractor shall prepare for every different type of material a successful trial section on which he shall demonstrate his proposed mixing operations before commencing any large-scale mixing. No additional payment will be made for trial sections.

Once accepted, the mixing process and equipment shall remain unchanged unless a different process is approved by the Engineer.

The Engineer’s acceptance of a mixing process shall not relieve the Contractor of any of his obligations in complying with the specification and shall serve only as a guide that the specified requirements can be achieved.

Add the following Particular Specification for Cold Deep in place recycling:

PS 3506A: COLD DEEP IN PLACE RECYCLING

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 76: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 99

(a) Scope

These standard specifications covert all the work in connection with milling to:

(i) Break down and recover the in situ layers of existing road pavements;

(ii) Alter the gradation by the addition of imported material;

(iii) Furnish and mix in stabilizing agents and water; and

(iv) Place and compact to achieve a new layer in accordance with the specified requirements.

Certain clauses allow for a choice between alternative materials and methods of construction.

(b) Materials

(i) In situ Material

The existing pavement structure has been investigated and tests conducted on representative samples of the materials occurring in the upper layers which are to be recycled. The results of the investigations will be issued to the contractor and shall be read in conjunction with the specifications.

As a minimum, these investigations will include:

(1) A description of the existing pavement structure;(2) Anticipated after-milling gradation and plasticity of the materials to be recycled; and (3) In situ moisture content.

(ii) Imported natural material

Natural material (sand, gravel) and/or crushed-stone products (graded aggregate, dust) may be required to mix with the recycled material for the purpose of:

(1) Altering the final gradation;(2) Effect mechanical modification; and/or(3) As supplementary materials for shape correction.

The specific requirements for importing material will be detailed in the project specifications.

(iii) Stabilizing agents

Stabilizing agents include both chemical and bituminous types of stabilizing agents. The requirement of the specific stabilizing agent, or combination of stabilizing agents, that are to be employed will be detailed in the project specifications.

In addition, the following storage requirements shall be adhered to:

(1) Chemical stabilizing agents

From the time of purchase to the time of use, powdered chemical stabilizing agents shall be kept under cover and protected from moisture, all in accordance with the manufacturer’s or supplier’s recommendations. Consignments of these materials shall be used in the same sequence as that of their delivery on site. Stocks scored in excess of three months shall not be used in the works without authorization.

(2) Bituminous stabilizing agents

All bitumen emulsion shall be stored strictly within the temperature ranges detailed in the Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 77: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 100

project specifications.

(iv) Water

Water shall be clean and free from detrimental concentrations of acids, alkalis, salts sugar and other organic or chemical substances. If the water used is not obtained from a public drinking water main, tests may be required to prove its suitability

Details of any testing procedures that may be required, together with allowable limits for the different organic and chemical substances will described in the project specifications.

(c) Plant and Equipment

(i) General

All plant shall be supplied and operated in such a manner as to recycle in situ material to the specified depth and construct a new layer in a single pass, all in accordance with the requirements of the specification. Plant and equipment employed shall be of adequate rated capacity and I good working order. Obsolete, poorly maintained, or dilapidated plant will not be allowed on site.

(ii) Plant for cold deep in place recycling

Cold deep in place recycling shall be effected by utilizing a milling machine to either:

(1) Mill the in place material to the specified depth and required gradation in a single pass, and to leave the resulting product on the road to be picked up and by a separate machine, or

(2) Mill and process the in place material in a single pass.

As a minimum the milling machine shall have the following features:

(1) The capability of milling to depths of at least 300mm in a single pass and be fitted with an automatic sensor system to accurately maintain a pre-set depth of cut;

(2) A milling drum that rotates upwards into the direction of advance and achieves at least 2.0m of cut width in a single pass; and

(3) A gradation control system consisting of an adjustable bar, or beam, positioned in front of the milling drum to promote fragmentation of the material being recycled.

In order to mix the milled material with water and/or stabilizing agent, the milling machine, or a separate processing unit, shall include the following features:

(1) A micro-processor control system to regulate the application of water and/or fluid stabilizing agent relation to travel speed and mass of material;

(2) A dual pumping and metering system for applying water and fluid stabilizing agent simultaneously. The pumping system shall be calibrated to deliver within a tolerance of ±3% by volume; and

(3) A system of self-cleansing nozzles that promotes uniform application of water and/or fluid stabilizing agents across the full widths of treatment. The application system shall be capable of adjustment for varying widths of treatment.

The recycled material shall exit from the mixing plant in a manner that prevents particle segregation. Spreading and placing to form the new layer shall be affected by either:

(1) A motor grader; or(2) A screed mounted on the rear of the processing machine. Such a screed shall

incorporate both tamping and vibrating systems to promote initial compaction.

(iii) Rollers

Compaction of the placed material shall be achieved by means of self-propelled vibratory or

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 78: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 101

pneumatic-typed rollers. The frequency and amplitude of vibrating rollers shall be adjustable.

(d) Construction

(i) General Limitations and requirements

(1) Weather Limitations

No work shall be undertaken during misty or wet conditions, nor shall any work commence if there is a risk that it may not be complete before such conditions set in.

Similarly, work shall not be undertaken if the ambient air temperature is below 5ºC. No further work, other than finishing and compaction, will be permitted if the air temperature drops below 7ºC during operations.

Spreading of powdered chemical stabilizing agents on the road ahead of the milling machine shall not be permitted when the wind velocity exceeds 30km/h.

(2) Accommodation of traffic

The contractor shall be responsible for the safe passage of public traffic over sections of road on which he has occupation and shall at all times take the necessary care to protect the public and to facilitate the flow of traffic. The project specifications will define the extent of the traffic safety measures required.

All traffic accommodation requirements detailed in the project specifications shall be met before any work commences.

(3) Determination of in situ moisture content

The material to be recycled shall be tested to determine the in situ moisture content. The frequency of testing shall be determined by the variability of initial test results. As a minimum, a line of samples shall be extracted for testing at 2.0m intervals across the road width, every 200m.

Moisture content tests shall not be undertaken more than one week in advance of cold deep in place recycling operations. Care shall be taken to ensure that samples are representative of the in situ material. Checks shall be conducted when wet weather occurs between initial testing and work commencing on any section.

(4) Time limitations

The maximum time period between missing the recycled material with water and/or stabilizing agent and compacting the processed materials shall be two (2) hours.

(ii) Requirements before milling commences

(1) Production plan

Prior to the start of work every day, the contractor shall prepare a production plan detailing his proposals for the forthcoming day’s work.

This plan shall indicate:

(1.1) A sketch showing the overall layout of the length and widths of road intended for recycling during the day, broken into the number of parallel cuts required to achieve the stated width, and the overlap dimensions at each joint between cuts;

(1.2) The sequence and length of each cut to be recycled before starting on the adjacent or following cut;

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 79: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 102

(1.3) An estimate of the time required for milling, mixing and compacting each sequence. The sketch shall also show the time when the completion of sequence is expected;

(1.4) The location where samples were taken for determining in situ moisture contents, and the results of the tests;

(1.5) Proposed water addition for each cut sequence, and the location at which any change is to be made within that sequence;

(1.6) The location and quantity of materials be imported;

(1.7) The amount and type of stabilizing agents, to be applied to each cut sequence;

(1.8) proposed control testing programme; and

(1.9) any other information that is relevant for painting an appreciation of the proposed work.

Longitudinal joints shall be planned to coincide with each and every change in cross-fill across the road width, regardless of the implications of overlap width.

The daily production plan shall at all times be kept on site by the contractor’s responsible agent.

(2) Preparing the surface

Prior to any work commencing, the surface of the existing road to be recycled shall be prepared by:

(2.1) Cleaning all vegetation, garbage and other foreign matter from the full road width, including any adjustment lanes or shoulders that are not to be recycled;

(2.2) Removing any standing water;(2.3) Pre-milling where high spots are to removed; and (2.4) Accurately pre-marking the proposed longitudinal cut lines on the existing road surface.

In addition, the contractor shall record the location of all road marking features, such as barrier line details, that will be obliterated in the recycling process.

(3) Surface shape and level requirements

Unless otherwise stated in the project specifications, design drawings will not be issued detailing the final level requirements for the surface of the rehabilitated road.

When the grade line and cross-sectional shape of the existing road are not distorted excessively, it shall be the contractor’s responsibility to conduct his operations in such a manner as to ensure that the surface levels of the completed recycled layer are in sympathy with those that existed prior to cold deep in place recycling.

Where shape defects are to be corrected and/or modifications made to the grade line, the project specifications shall detail the new surface level requirements. These may be achieved prior to cold deep in place recycling by either:

(3.1) Pre-milling and removing in situ material; or (3.2) Importing material and accurately spreading on the existing road.

Unless stated to the contrary in the project specifications, the structural integrity of the existing pavement shall be preserved by limiting the amount of in situ material removed by pre-milling. Nowhere shall the depth of pre-milling exceed 50mm without authorization.

The requirement to be met when material is imported are detailed under Sub-clause (d)(ii)(4) below.Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 80: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 103

(4) Addition of imported natural materials

Where the project specifications call for material to be imported to make-up material for the purpose of shape correction, the prescribed materials shall be imported and spread on the existing road surface prior to milling. The method of placing and spreading the imported material shall be such as to achieve the required surface levels and may therefore require the use of a paver, motor grader or other such plant.

Should the thickness of imported materials exceed the milling depth, then the requirements for shape correction will have to be modified by regarding the road surface on either side of the low point.

Where the project specifications call for material to be imported for the purpose of altering the gradation of the recycled material, or effecting mechanical modification, the prescribed material shall be imported and either:

(4.1) Applied to the surface of the existing road as a layer uniform thickness prior to milling, as described above, or

(4.2) Applied to the mixing process after milling.

The second option shall only be permitted where the plant configuration separates the milling process from the mixing process and allows for the control of imported material into mixing process. Such control shall be effected by the same micro-processor system that monitors travel speed for the control of water addition.

The contractor shall institute a comprehensive control system to ensure that the quality of all imported material meets the requirements of the project specifications.

(5) Dealing with material which has a high moisture content

Where test results show that the in situ moisture content of the material to be recycled is in excess of the moisture limitations described under Sub-clause (d)(iii)(4) of these specifications, pre-treatment prior to recycling will be necessary.

The project specifications will describe the requirements of such pre-treatment.

(iii) Addition of stabilizing agents

The type(s) of stabilizing agent(s) and the required application rate(s) expressed as a percentage of the mass of the material to be stabilized will be detailed in the project specification.

(1) Chemical stabilizing agents

The method of applying chemical stabilizing agent shall be at the contractor’s discretion and may be:

(1.1) Spread as s uniform layer of dry stabilizing agent on the prepared road surface prior to milling; or

(1.2) Fluidized as a slurry by premising with water and then pumped into the mixing process; or

(1.3) Premixed in a hatch plant and spread on the road surface together with imported material, as described under Sub-clause (d)(ii)(4) above.

Dry stabilizing agents shall be spread uniformly over the full width of road to be recycled during each pass of the milling machine, either by means of a mechanical spreader at the prescribed rate of application in a continuous process, or by hand.

When spreading is done by hand, pockets or bags of stabilizing agent shall be spaced at equal Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 81: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 104

intervals along each individual cut. The bags shall be emptied and the contents spread evenly over that entire area of cut, excluding any overlap.

Mechanically operated mixers shall be used for the manufacture of slurry from dry powdered stabilizing agents and water. The mixer shall be equipped with a screen with openings not exceeding 1mm and shall be capable of producing a slurry of uniform consistency and content water content at the rate required for stabilization.

The system employed to transfer the slurry to the milling/mixing process shall meet all the requirements of Sub-clause (d)(iii)(3) below.

(2) Bituminous stabilizing agents

Bituminous stabilizing agents shall be added to the milling/mixing process by pumping from mobile bulk tankers which are either pushed ahead of the recycling machine, or towed behind. Tankers shall be permitted to discharge from the side of the recycling machine only where the lane configuration is such that traffic accommodation is not affected.

Tankers shall be equipped with a built-in thermometer and heating facilities to ensure that the bituminous stabilizing agent is maintained within 5ºC of the recommended application temperature given in the project specifications. Bituminous stabilizing agents which have been heated above the maximum temperature indicated in the project specification shall not be used and shall be removed from the site.

The system employed to add the bituminous stabilizing agent to the recycling process shal l meet all the requirements of Sub-clause (d)(iii)(3) below.

(3) Addition of fluid stabilizing agents

The pumping system required to inject a fluid stabilizing into the mixing process shall be controlled by the same micro-processor system that monitors travel speed for the control of water addition.

(4) Controlling the moisture content of recycled material

Sufficient water shall be added during the recycling process to meet the moisture requirements specified below. Water shall be added only by means of the microprocessor control system on the recycling machine and particular core shall be taken to prevent any portion of the work from excessive wetting.

Any portion of the work that becomes too wet will be injected and the contractor shall be responsible for correcting the moisture content by drying out and reprocessing the material, together with fresh stabilizing agent where cementations stabilizing agent is employed, all at his own expense.

At the time of compaction, the moisture content of the recycled material shall be governed by the type of stabilizing agent employed:

(4.1) Cementations stabilizing agents

The moisture content during compaction shall never exceed 75% of the saturation moisture content of the natural material without stabilizing agent, calculated at maximum dry density. The moisture content at the specified degree of saturation shall be determined as follows:

Wv = St(Xw/Xd – 1000Gs), where:

Wv = moisture content of the material at the specified degree of saturation (%)Sr = specified degree of saturation (%)Xw = density of water (kg/m2)

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 82: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 105

Xd = dry field density of the material (kg/m3)Gs = apparent density of the material (kg/m3)

(4.2) Non-cementations stabilizing agents and material recycled without stabilizing agents.

The moisture content during compaction shall not exceed the optimum moisture content, nor shall it be more than 1% below optimum moisture content.

(iv) Cold deep in place recycling

The recycling plant shall be set up operated to ensure the following key requirements are met:

(1) Gradation of recycled material

The forward speed of the milling machine, rate of rotation of the milling drum and the positioning of the gradation control beam shall be set so that in situ material is broken down to an acceptable gradation.

The contractor shall take all necessary steps to ensure that the gradation resulting from the milling process conforms to the gradations established during the commencement trials, as described under clause 5.5 below.

(2) Addition of moisture

The micro-processor control system for the addition of water and fluid stabilizing agents shall be set and carefully monitored to ensure compliance with the requirements for compaction moisture and stabilizer content.

Bulk bitumen tankers shall be dipped at the end of each cut sequence to check actual usage against the calculated theoretical demand.

At least one sample of recycled material shall be taken for every 100m of cut and tested for moisture content.

(3) Control of cut thickness

To check that the automatic sensor system is functioning correctly, the actual depth of cut shall be physically measured at both ends of the milling drum at least once every 100m along the cut length.

(4) Overlap on longitudinal joints

To ensure complete recycling across the full width of the road longitudinal joints between successive cuts shall overlap by a minimum of 150mm. Cut lines pre-marked on the road surface shall be checked to ensure that only the first cut is same width as the milling drum.

All successive cut widths shall be narrower than the drum width by at least 100mm.

Recycling plant shall be steered so as to accurately follow the pre-marked cut lines. Any deviation in excess of 100mm shall be rectified immediately by reversing to where the deviation commenced and reprocessing along the correct line, without the addition of any further water or stabilizing agent.

The overlap width shall be confirmed before starting each new cut sequence and any adjustments made to ensure that the amount of water and fluid stabilizing agent to be added is reduced proportionately by the width of the overlap.

(5) Continuity of stabilized layer

The Contractor shall ensure that between successive cuts (along the same longitudinal cut Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 83: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 106

line) no gaps of unrecycled material remain, nor are any untreated wedges created by the entry of the milling drum into the existing material.

The exact location at which each cut terminates shall be carefully marked. This mark shall coincide with the position of the centre of the mixing drum at the point at which the supply of stabilizing agent this mark.

To ensure continuity of the stabilised layer, the next successive cut shall be started at least half the mixing drum (+-0.5m) behind this mark.

(v) Subgrade instability

Where subgrade instability is identified either by preliminary investigations, ore during the recycling process, it shall be treated by:

(1) Recovery of the pavement layer overlying the unstable material by either milling or excavating and loading into trucks for transport to local temporary stockpile;

(2) Excavating the unstable material to the prescribed depth, and removal to spoil;

(3) Treatment of the exposed roadbed as specified; and

(4) Backfill of the excavation using both temporary stockpiled and imported material.

Backfilling shall be in layers not thicker than 200mm after compaction, and shall continue in successive layers until the level of the existing road is reached, whereupon cold deep in place recycling shall continue.

The Engineer will detail the requirements for excavating the unstable material and treatment of the exposed roadbed, the quality of the material to be imported as backfill, and will also indicate the location of probable areas of subgrade instability.

(vi) Compaction and finishing

(1) Level and shape control

Processed material exiting the recycling machine shall be spread to fill the cut void. Such spreading may be achieved either by a screed attached to the rear of the recycling machine, or by a motor grader following behind.

Care shall be exercised whilst spreading to prevent under segregation, especially where the layer thickness is in excess of 200mm and the recycled material includes asphalt.

To prevent the final surface from tearing and scarring, the level and cross-sectional shape requirements prescribed in the project specifications shall be addressed prior to the material receiving the full compactive effort.

The required surface levels and shape may be achieved by either:

(1.1) Pre-setting the paving screed mounted at the rear of the machine and/or(1.2) Cutting with the mould board of a motor grader.

(2) Compaction

After placing and shaping, the recycled material shall be rolled by using suitable equipment to achieve the specified compaction. Rolling shall commence as soon as possible after placing, and shall follow the predetermined sequence as described under the relevant sub-clause.

Compaction requirements shall be detailed in the project specifications, and control shall Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 84: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 107

apply to:

(2.1) The average compaction achieved over the full layer thickness; and

(2.2) The compaction of the lowest third of the layer, which shall not be less than the average compaction for the full layer thickness, minus 2%.

(3) Watering, finishing and curing

After companion, the road surface shall be treated with a light application of water or diluted bitumen emulsion and rolled with pneumatic-tyred rollers to create a close-knit texture.

The surface of the completed stabilized layer shall be kept continuously damp by frequent light watering. Bituminous prime, tack coat or seal shall not be applied to the surface until the moisture content of the layer is at least 2% below the saturation moisture content.

The final completed layer shall be free from:

(3.1) Surface laminations;(3.2) Portions exhibiting segregation of fine and coarse aggregate; and(3.3) Corrugations or any other defects that may adversely affect the performance of the

layer.

(4) Opening to traffic

Unless otherwise stated in the project specifications, the full road width shall be opened to traffic outside normal daylight working hours. All temporary road signs, delineators and other traffic control facilities, as detailed in the relevant the project specifications, shall be in place before the road is opened.

PS 3507: MEASUREMENT AND PAYMENT

Add the following new pay item:

Item Unit

PS35.06 Cold deep in place recycling for the construction of new pavement layersby milling the existing asphalt surfacing:

(a) 150mm thick completed new subgrade layer(i) Existing asphalt surfacing of 6.5m or less.................................................................

m3

(ii) Existing asphalt width greater than 6.5m but less than 7.5m................................m3

(b) 200mm thick completed new subbase layer(i) Existing asphalt surfacing of 7.5m ……….................................................................

m3

The unit of measurement shall be the cubic metre completed subgrade/pavement layer constructed by cold deep in place recycling of the in situ material with or without the inclusion of imported material. The quantity shall be calculated from authorised dimensions for the width and thickness of the completed layer, multiplied by the actual length as measured along the centreline of the road. The authorised width shall not be increased to include any

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 85: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 108

allowance for the specified minimum overlap between adjacent cuts, nor for the number of cuts required to cover full road width.

The rates tendered shall include full compensation for setting out the works, milling the existing asphalt pavement structure to the specified depth together with any imported material that may have been spread on the surface of the existing road, for the supply and addition of water, for mixing placing and compacting the material regardless of the number of cuts or width of overlap necessary to cover the full road width for curing, protection and maintenance of the layer, and for conducting all process and acceptance control inspections measurements and tests.

PS 35.07 Chemical stabilising agent

(c) Road lime

The unit of measurement shall be the ton of the stabilising agent actually consumed in the cold deep in place recycling process, Measurement shall be based on weighbridge tickets where the supply is bulk, or on agreed counts where the supply is in pockets or bags.

The tendered rate shall include full compensation for procuring and providing the stabilizing agent, and for its addition to the cold deep in place recycling process, including all transport, handling, storage under cover where required, re-handling and spreading, or fluidising into slurry and pumping into the process, for all wastage and safety measures necessary during handling, and for disposal of all packaging.

PS 35.08 Import Natural Material for addition to the cold deep in place recycling process

(c) Natural gravel

The unit of measurement shall be the cubic metre of imported material measured as 70% of the struck volume of the haul vehicle.

The tendered rate shall include full compensation for procuring, furnishing and spreading the imported material on the existing road as a level-correcting layer, or as layer of uniform signals, for hauling the material from the point of supply to its final position on the road, for watering, and light rolling where required and for any wastage.

SECTION 3600: CRUSHED-STONE BASE OR SUBBASE

PS 3602 MATERIALS

Add the following:

Existing crushed stone base shall be scarified and removed to stockpile for re-use as subbase material in the new construction.

The crushed stone material for base course shall be obtained from commercial sources or from approved quarry pits and crushed by the Contractor.

SERIES 4000: ASPHALT PAVEMENTS AND SEALS

SECTION 4100: PRIME COAT

PS 4102 MATERIALS

4102(a) Priming material

Add the following:

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 86: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 109

The prime coat shall be MC 30 cut-back bitumen. The nominal rate of application for tender purposes shall be 0.8 litre/m2.

PS 4103 EQUIPMENT

4103(a) Binder Distributor

Add the following paragraph:

(viii) The distributor shall comply with the latest BS 1707 for mobile tank spraying units and shall have a valid CAS or SABS or other approved calibration certificate.

PS 4110 MEASUREMENT AND PAYMENT

Add the following at the end of the Pay Item 41.01(c) - Prime Coat MC-30 cut-back bitumen:

Where the Engineer decides that payment will be made at 80% of the tendered rate/litre, because the application rate has deviated considerably from the specification, the rate will be 0.8 times the rate tendered for item 41.01(c).

SECTION 4200: ASPHALT BASE AND SURFACING

PS 4214 MEASUREMENT AND PAYMENT

Add the following new pay item:

Item Unit

PS42.08 Asphalt surfacing, 15mm thick, using 70/100 Penetration Grade bitumen,including binder and active filler variations (Separate cycle track on Presidential Way).

(a) Continuously graded, medium ……..................................................................m2

SECTION 4300: MATERIALS AND GENERAL REQUIREMENTS FOR SEALS

PS 4303 PLANT AND EQUIPMENT

4303(a) General

Add the following:

The Contractor shall ensure that he has a very good competent surfacing team, which is capable of delivering a high quality standard of workmanship; i.e. Competent and experienced Asphalt Foreman, operators and attendants, who have abilities of carrying out binder distribution and asphalt surfacing operations within specified tolerance of applications and according to final product requirements.

The Engineer will instruct the removal of incompetent staff from site and a replacement thereof with a competent staff if satisfactory performance is not achieved and maintained.

4303(b) Binder distributor

Add the following:

The binder distributor shall be capable of spraying the binder to the specified application rates and to the satisfaction of the Engineer. It is important that the pump of the distributor shall be capable of delivering the binder at the spray bar nozzles at the correct pressure to obtain the specified application rates, irrespective of the viscosity properties of the proposed Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 87: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 110

binder. The spray bar of the distributor shall be fitted with fishplates at the outside edge of the bar to prevent over spraying onto shoulders or staining of concrete elements on the edge of the surfacing of the road. If instructed by the Engineer, the outside nozzles of the spray bar shall be turned to a 45o angle to achieve a thickened edge of binder along the outside limits of the seal area.

The variation in the rate of application between two adjoining 100 mm strips shall not exceed 5%, excluding the outside 300 mm on either side of the spray bar. The coefficient of the variation shall not exceed 10%. The test procedure shall be as prescribed in the Modified Tray-test contained in TRH 3 and shall be carried out each time the distributor is established on site or at least once per week. The binder distributor shall thus carry a set of troughs at all times in order to allow the execution of this test.

A calibration certificate, not older than 3 months, for the binder distributor shall be presented to the Engineer in order to ensure accurate application rates.

The binder distributor shall be fitted with a suitable valve or other access gate for taking of samples of the binder for testing purposes.

4303(c) Chip spreaders

Add the following at the end of the first paragraph:

The chip spreader shall be capable of delivering a proper and uniform transverse distribution of chips across the width of the hopper. The chip distribution shall be tested by means of canvas patches each 1.0 by 1.0m and placed side by side. The mass of chips spread into each individual canvas patch shall not deviate by more than 10% from the calculated average spread per canvas patch.

Add the following to the last paragraph:

A non-self-propelled chip spreader may only be used in the event of a breakdown of the self-propelled chip spreader and shall be limited to the completion a distributor load. No further application of binder shall be permitted until such time as the self-propelled chip spreader is repaired or replaced.

At the end of the clause add the following paragraphs:

It is the Contractor’s responsibility to incorporate, service and maintain all the necessary, adequate and sufficient equipment to carry out all his sealing operations. The Contractor may use the same bitumen distributor and heater described in Sub-Clauses 4103(a) and (d).

The Engineer shall be entitled to instruct the removal, substitution or addition of equipment should there be any doubt as to the efficiency or capability of the equipment provided. No sealing work shall commence or continue if, in the opinion of the Engineer, all the required equipment is not on the site or in good operational condition.

PS 4304 GENERAL LIMITATION AND REQUIREMENTS

4304(a) Weather limitations

(i) Conventional Binders

(2) Bitumen

Add the following:

70/100 penetration grade bitumen ......................... 250 CMC-30 cut-back bitumen ....................................... 100 C

(ii) Non-homogeneous Modified Binders (summer grade)

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 88: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 111

The minimum road surface temperature for applying bitumen-rubber binder shall be 25°C, and if below 25°C, the air temperature shall be at least 20°C and rising. As soon as the minimum air temperature at night is recorded to fall below 10°C, seal work shall cease until warmer weather conditions are experienced.

Application of binders shall not be allowed if the existing cracks in the road contain moisture after rain.

4304(d) Preparation of areas to be sealed

(ii) Newly constructed seals

For the repair and filling of uneven spots in the completed base shallower than 12mm, a slurry complying with the requirements of clause 4604 (c) shall be used, based on one of the grading of a Fine slurry.

60% stable mix-grade emulsion prepared from 80/100 penetration grade bitumen shall be used as binder.

The mix of fine aggregate, which shall be used for repairs shall comply with the following requirements by volume in the case of the irregularities exceeding 12mm in depth:

9.5mm nominal sized aggregate 1 part6.7mm nominal sized aggregate 1 partFine-graded crusher sand 1 part

Each patch shall be compacted by means of two passes of the steel-wheeled roller of minimum mass of one comma five (1.5) tons, which compaction must be applied within four (4) hours after the emulsion has broken.

PS 4305 HEATING AND STORAGE OF BITUMINOUS BINDERS

4305(b) Non- homogenous (heterogeneous) modified binders (summer grade)

Bitumen rubber binder shall not be stored at all. Once the rubber is added to the base bitumen, the product shall be applied to the road as soon as it is adequately digested and at spraying temperature. Any binder left in the distributor at the end of the allowable spraying period, or not applied due to an unforeseen stoppage lasting till beyond the spraying period, shall be removed from site. Even a forced stoppage in the blending period between addition of the rubber and heating to spraying temperature shall not be considered as a reason for the approval of storing the binder for later use. Reference shall be made to the specified limitations regarding the programme of work and lengths of construction areas described in section 1200 and 1500 of these specifications.

The Engineer’s supervisory staff shall, through timeous notification by the Contractor, be afforded the opportunity to attend to all bitumen rubber blending operations in order to exercise control sampling and testing on the binder from the stage just prior to the addition of the rubber to the base bitumen up to the end of the allowable spraying period. Failure to conform to the requirements will be considered reason enough by the Engineer to reject the batch of binder.

PS 4310 DUST CONTROL

Delete paragraph two. Payment for dust control shall be deemed included in the unit rates tendered for sealing work.

SERIES 5000: ANCILLARY ROADWORKS

Add the following new section:PS Section 5000: Bus BaysUpgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 89: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 112

PS 5001: ScopeBusbays shall be constructed as per typical bus bay drawingsPS 5002: Measurement and Payment:The following pay items are applicable:

PS 50.01: Bus Bays: Construct Bus Bays as per typical bus bay drawing(a) Fill to 90% modified AASHTO in layers of 200mm……………………………...…..m3

(b) Subgrade 93% modified AASHTO in layers of 200mm……………….……...….m3

(c) Subbase to 95% modified AASHTO in layers of 200mm…………….……..……m3

(d) 25/19 concrete pavement 200mm thick………………………………………….m3

(e) Steel fabric reinforcement – type A252………………...………...………….…….kg

SECTION 5100: MARKER AND KILOMETRE POSTS

PS 5101 SCOPE

Add the following:

Road reserve beacons shall be constructed according to details on the drawings at an interval of 200m on either side of the road. The unit of measurement shall be the number of beacons installed to the satisfaction of the Engineer.

PS 5106 MEASUREMENT AND PAYMENT

Add the following pay item:

Item Unit

PS51.03 Road reserve demarcation beacons ……………………………. No

The unit of measurement shall be the number of beacons installed to the satisfaction of the Engineer

The tendered rate shall include full compensation for excavation, materials, masonry construction, backfilling, plastering, engraving and painting of the beacon.

SECTION 5200: GUARDRAILS

PS 5202 MATERIALS

5202(b) Guardrail posts

Add the following:

(iii) Concrete posts

Guardrail posts shall be of prefabricated concrete according to the detail on the drawings. Timber spacer blocks shall comply with specifications of Clause 5202.

PS 5203 CONSTRUCTION

5203(a) Erection

Add the following to the 3rd paragraph:

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 90: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 113

The bolts shall be tack welded to the nuts in order to reduce the risk of vandalism.

PS 5206 MEASUREMENT AND PAYMENT

Add the following pay item:

Item Unit

PS52.13Galvanised and painted guardrails on concrete posts includingend units and reflective posts ......................................................................... metre (m)

The unit of measurement shall be the metre of guardrail erected including end units.

The tendered rate shall include full compensation for furnishing all materials and labour and for erecting the galvanized guardrails painted as specified on the drawings or as directed by the Engineer, complete with prefabricated concrete posts, spacer blocks, bolts, nuts, washers and reinforcing plates, bull noses and for excavating and backfilling post holes with 15Mpa concrete and/or selected excavated material and removing surplus excavated material.

SECTION 5400: ROAD SIGNS

PS 5401 SCOPE

Substitute the second paragraph with the following:

All Road Traffic Signs shall comply with the South African Development Community (SADC) Road Traffic Sign Specifications.

(1) The Traffic Sign details shown on the drawings give general information on the erection, placing and details of several of the required signs. Details of signs not shown on the drawing shall be in accordance with Regulations. The specifications information regarding the dimensions and locations of signs reference should be made to "The SADC Road Traffic Signs Manual”.

(2) The exact location of signs shall be as directed by the Engineer.

(3) Sign faces will be constructed of sheet steel of a minimum thickness of 1.6 mm and the back of the sign shall be painted grey.

(4) Regulatory and warning signs shall be similarly mounted; larger signs shall be mounted on two or more 75mm diameter galvanised mild steel posts. Where the horizontal or vertical dimension exceeds 900mm, the sign shall be stiffened by means of 25mm x 25mm rectangular hollow sections as detailed on the drawings. All guide or information sign posts are to be painted grey. Sign posts for regulatory and warning signs shall be painted with alternating bands of yellow and black.

(5) The size of guide or information signs shall be as specified in the regulations. The layout of the sign (letter spacing, size, border size, etc.) and colours shall be as given in the SADC Regulations.

(6) The size, colours and letter series type for regulatory signs will be as given in the SADC Regulations, or as shown on the drawings or as instructed by the Engineer.

All warning and regulatory traffic signs on the Main Road shall be at least size 1200mm for the design speed of 120km/hr.

All warning and regulatory traffic signs on the Access Roads shall be at least size 914mm for the design speed of 80km/hr.

(7) Warning signs will be on an equilateral triangle with a white reflectorized symbol on a Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 91: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 114

blue reflectorized background. The size of the triangle will be as given in the SADC Road Traffic Sign Specification or as shown on the drawings or as instructed by the Engineer.

(8) All signs are to be reflectorized with engineering grade retro reflective materials. The material is to be good quality and is to be affixed to the sheet metal according to the manufacturer’s recommendations".

PS 5409 MEASUREMENT AND PAYMENT

Delete pay items 54.01, 54.02 and 54.03 and replace with the following:

Item Unit

PS54.01Road sign boards with painted or coloured background.Symbols, lettering and borders in Class 1 retro-reflective material,complete with posts and supports pre-painted galvanised steel plate (Chromadek or approved equivalent) position as shown on the drawings:

(a) Area not exceeding 2m2............................................................................... m2

(b) Area exceeding 2m2 but not 10m2............................................................... m2

(c) Area exceeding 10m2.................................................................................. m2

Add the following new pay item:

Item Unit

PS54.10 Erection of Standard Road Signs.............................................................................No

The unit of measurement shall be the number of specified road signs erected. The tendered rate shall include full compensation for the provision and fixing in position of sign faces, posts, nuts, for painting the surfaces, lettering, excavation for posts, concreting, backfilling, removal of excess excavated materials, etc. and all that is necessary to make the work comply with the specifications.

SECTION 5500: ROAD MARKINGS

PS 5501 SCOPE

Add the following:-

After sections of road are completed and before being opened to traffic all road markings are to be completed. The road studs will not be placed at this stage. The Contractor shall return during the Defects Liability Period to re-paint all road marking as specified as well as the placement of road studs.

All Road Traffic Markings shall comply with the South African Development Community (SADC) Road Traffic Sign Specifications.

The Contractor may use thermoplastic marking material and shall provide a three year guarantee for the road traffic markings. Towards the end of the Defects Liability period the Contractor shall repaint all road traffic markings. No separate payment shall be payable. The Contractor shall make appropriate allowance in his programme and his tender rates for re-painting at the end of the Defects Liability Period.

The Employer shall withhold retention monies due until the Contractor has repainted the road markings to the satisfaction of the Engineer. Should the Contractor fail to remobilize the road marking unit team and attend to the notified defects within the Defects Liability Period, the Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 92: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 115

Employer may use the retention money to engage other Contractors to carry out the outstanding work and deduct these costs from the retention monies. Should these retention moneys be insufficient to cover the cost of correcting the road traffic markings then the Employer may recover the shortfall from the Contractor by legal processes.

PS 5502 MATERIALS

5502(a) Paint

(ii) Retro-reflective road marking paint

Road marking paint shall comply with the requirements of SABS 731-1 for type 1 paint

During actual painting the Contractor must supply sealed samples of the paint to be used to the Engineer together with details of the paint batch numbers and testing carried out on these particular batches by the paint manufacturer to prove compliance with this specification. These samples shall be kept until the end of the period of maintenance.

5502(b) Road studs

Delete the first paragraph of the sub clause and substitute with the following:

Road studs shall consist of an acrylic plastic shell filled with a tightly adherent potting compound. The shell shall contain two prismatic retro-reflective faces to reflect incident light from opposite directions. The colour shall conform to the colour requirements of ASTM D4280.

The shell shall be moulded of methyl methacrylate conforming to ASTM D788 Grade 8. The outer surface of the shell shall be smooth. The base of the marker shall be substantially free from gloss and substances that may reduce its bond to adhesive.

The filler shall be a potting compound capable of supporting a minimum load of 909 kg when tested in accordance with ASTM D4280.

The size, colour and spacing of road studs shall be as indicated on the Drawings or directed by the Engineer.

PS 5504 MECHANICAL EQUIPMENT FOR PAINTING

Insert the following additional paragraph after the first paragraph:

Equipment for thermoplastic marking shall consist of at least one truck mounted storage boiler, a screed box on wheels and an extruder or spraying machine. A steel manual screed shall be used to paint arrows and other symbols. The extruder may be truck-mounted or self-propelled. Boilers must be fitted with mechanical stirrers to keep the mineral matter and glass beads in suspension. Accurate thermometers and thermostats are required on all boilers.

PS 5507 APPLYING THE PAINT

Add the following at the end of the third paragraph:

The thickness of thermoplastic laid in the trial and for each day’s work shall be checked by applying the material to a clean steel plate. The plate sample shall be taken while marking is in progress by positioning the plate on the road in the projection of the line which is about to be marked. The thickness shall then be confirmed with callipers. Gaps left within the road markings due to testing shall be immediately reinstated.

Add the following to end of the last but one paragraph:

The rate of application of thermoplastic road paint shall be related to volume and be that amount sufficient to achieve the specified nominal line thickness.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 93: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 116

Add the following to the last paragraph:

After completion of a section of asphalt surfacing and before opening the section to traffic, the pre-marking of the centre and edge lines shall be done. At least two weeks shall elapse after completion of the surfacing before the permanent road markings shall be applied, unless otherwise directed by the Engineer.

PS 5508 APPLYING THE RETRO-REFLECTIVE BEADS

Add the following to the end of the first paragraph:

In the case of thermoplastic paint, the rate of application of beads shall be 0.5kg/m2 of marking. This amount shall be in addition to the quantity already mixed within the composition of the thermoplastic.

PS 5514 MEASUREMENT AND PAYMENT

Delete pay item 55.04: Variation in the rate of paint application.

The Contractor shall be deemed to have included the cost of this item in the rates tendered for road marking.

SECTION 5700: LANDSCAPING AND GRASSING

PS 5702 MATERIALS

Add/amend the following to the relevant sub-clauses:

5702(g) Topsoil

Delete paragraphs two, three and four, and replace them with the following:

Topsoil shall be obtained from stripping operations under embankments and in cuttings in accordance with Sub-Clauses 1702(c) and 1703(a). Topsoil stripped from borrow areas shall not be used for top-soiling elsewhere but must be used to rehabilitate the borrow areas themselves. If the Contractor fails to conserve the topsoil as prescribed in Sub-Clause 1702(c) he shall obtain suitable topsoil from other sources at his own cost.

Care shall be taken to prevent the compaction of the topsoil in stockpiles or in the Works in any way, particularly by trucks driven over such material.

PS 5704 PREPARING AREAS FOR GRASSING

5704(c) Areas Which Require Topsoil

Add the following to this sub-clause:

All surfaces to be grassed shall immediately before grassing be roughened to ensure a proper bond with the topsoil. Topsoil free from stones shall be placed on the prepared surface and trimmed to a thickness slightly higher than the final thickness.

Where shown on the Drawings or directed by the Engineer the verges and the slopes of cuttings and embankments shall be covered with topsoil and lightly rolled to the required final thickness.

PS 5705 GRASSING

The Contractor shall choose the method of establishing grass. No additional payment shall be made regardless of the method of grassing employed by the Contractor.

5705(a) Planting Grass Cuttings

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 94: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 117

Add the following to this sub-clause:

Fresh grass cuttings of the “Kapinga” species or other approved species shall be planted by the Contractor at 250 mm centres and watered at frequent intervals to ensure the grass takes root and spreads out quickly. Grass cuttings that have been allowed to dry out shall not be planted.

5705(c) Hydroseeding

Add the following to this sub-clause:

The Engineer shall approve the types and mixtures of seeds to be used before the Contractor orders any seed. Hydroseeding shall be carried out with an approved hydroseeding machine at a rate of application of not less than 38 kg of seed mixture per hectare. A mulch shall be added to the hydroseeding mix at an approved rate.

5705(e) Grassing With an Approved Grassing Machine

Add the following to this sub-clause:

Grassing shall be done with an approved grassing machine which plants the seeds in rows spaced not more than 250 mm apart. The machine shall plant the seeds approximately 6 mm deep and shall lightly compact the topsoil.

PS 5706 MAINTAINING THE GRASS

5706(a) Watering, Weeding, Mowing and Replanting

On line one of paragraph two delete “mow” and replace with “cut”.

5706(b) Acceptable Cover

At the beginning of this sub-clause add the following as first paragraph:

The Contractor shall be solely responsible for establishing an acceptable grass cover and for the cost of re-establishing grass by any method where no acceptable cover has been established.

5706(c) Maintenance Period

The maintenance period in respect of grass shall commence when an acceptable grass cover as defined in (b) above has been established and shall last one year or to the end of the period of the Contract, whichever expires later.

The Contractor shall be responsible for watering, cutting and maintenance of all grassed areas during the period of maintenance.

PS 5709 MEASUREMENT AND PAYMENT

Merge pay items 57.01 and 57.02 as follows:

Item Unit

PS57.01 Trimming and shaping by hand and/or machine ....................................kilometre (km)

The unit of measurement shall be the kilometre of road trimmed on both sides. The tendered rate shall include the full compensation for ripping, ploughing (as described in Clause 5707) including top-soiling by using topsoil obtained from road reserve with unlimited free haul.

Add the following pay item:Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 95: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 118

Item Unit

PS57.12 Paving sidewalks with interlocking bricks:(a) On walkway with 60mm thick, 25Mpa interlocking bricks........................ m2

(b) 30mm thick sand bedding for interlocking bricks..................................... m2

The tendered rates shall include the full compensation for the supply and laying of approved sand bedding and paving units in accordance with the specifications. Sand and paving bricks shall be obtained from sources identified by the Contractor and haulage distance shall be unlimited.

PS 57.13 Paving sidewalks with 50mm asphalt concrete………………………… m2

The tendered rates shall include the full compensation for the supply and laying of asphalt concrete including transport, handling,

SECTION 5800: FINISHING THE ROAD AND ROAD RESERVE AND TREATING OLD ROADS

PS 5804 MEASUREMENT AND PAYMENT

Delete pay items 58.01 and 58.02. The Contractor shall be deemed to have included the cost of these works in Item 15.01, in related or in any other tendered rates.

SERIES 6000: STRUCTURES

SECTION 6200: FALSEWORK, FORMWORK AND CONCRETE FINISH

PS 6204 DESIGN

6204(b) Falsework

Add the following:

In the view of the possibility of flooding of the river during construction of the bridge decks, the Contractor shall not be permitted to adopt a method of construction or arrangement for supporting the deck formwork which is vulnerable to damage during flooding. Although the Contractor is free to select suitable arrangements for the support work, the arrangements shall be subject to acceptance by the Engineer. Should the Engineer consider the proposed arrangement unsuitable, the Contractor shall be required to amend and resubmit alternative arrangements acceptable to the Engineer. The Contractor shall not be entitled to additional payment or extension of time arising from the Engineer’s rejection of his proposals.

The following conditions shall apply:

(a) Where the deck formwork support is provided by a system of girders, the girders are required to be supported by temporary supports mounted on the pier/abutment foundations or by approved temporary connections to the pier/abutment walls. Girders shall also be supported by sufficient intermediate temporary supports to ensure that the deflections remain within limits acceptable to the Engineer. All temporary supports shall be designed and braced to resist horizontal flood loading, and shall incorporate measures to prevent erosion and undermining. A minimum clear distance of 3,2m measured perpendicular to the direction of the river flow shall be maintained between all temporary supports to allow the passage of water and flood debris.

(b) Where the deck formwork consists of conventional staging of closely spaced braced supports, measures shall be taken to deviate the river flow around the staging. Such measures shall provide adequate scour protection, foundation platforms and flow deflection walling to protect the staging from damage or undermining during flooding, and shall be subject to acceptance by the Engineer.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 96: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 119

The Contractor’s proposals for the falsework and formwork arrangement shall be subject to the approval of the Engineer, and shall be timeously submitted for approval. The design calculations and drawings for the falsework shall be signed by a qualified and registered Structural Engineer employed by the Contractor.

NOTE: TENDERERS ARE REQUIRED TO SUBMIT WITH THEIR TENDER, CONCEPT DETAILS OF THEIR INTENDED METHOD OF ACCOMMODATING THE FLOW OF THE RIVER AND SUPPORTING THE DECK FORMWORK.

6204(c) Formwork

Add the following:

The design and construction of the deck soffit formwork shall ensure that no cracking of the deck concrete occurs at an early age as a result of localized movement constraints. This may be achieved by utilizing a number of continuous longitudinal formwork bearers with suitable connections to the concrete piers, or by other means acceptable to the Engineer. All details shall be subject to the Engineer’s approval.

At all deck construction joints special attention should be paid to the attachment of the formwork assembly to the sections of concrete cast first.

The Contractor shall allow for the above requirements in his tendered rates for formwork.

PS 6205 CONSTRUCTION

6205(b) Formwork

(i) General

Add the following:

In order to obtain a high quality uniform finish to the exposed side faces of the parapet, it is required that the formwork for these elements be constructed from custom built steel formwork or approved new timber boarding with a high quality sealed (impermeable) facing. Custom built steel formwork shall be constructed from plate of minimum thickness 4mm.

Formwork to the deck and parapet soffits and the sides of the deck may be constructed from timber or steel formwork panels. The formwork panels must be in a new condition, or must be selected used panels in an “as-new” condition.

(ii) Formwork to exposed surfaces

Add the following to the first paragraph:

The arrangement of formwork and boards is required to present a neat and regular appearance. The Contractor is required to submit his proposed arrangement to the Engineer for approval.

PS 6209 UNFORMED SURFACES: CLASSES OF FINISH

6209(c) Class U3 surface finish (smoothly finished)

Add the following paragraph:

The unformed surfaces of the parapet and kerb shall receive a Class U3 finish.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 97: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 120

SECTION 6400: CONCRETE FOR STRUCTURES

PS 6407 PLACING AND COMPACTING

6407(b) Placing

Add the following:

The Contractor's method of placing and compacting the fresh concrete shall be carefully planned and shall be subject to the Engineer's approval.

PS 6409 CURING AND PROTECTING

Add the following:

Unless specifically approved by the Engineer, the following curing methods shall be employed:

(1) Piers and abutments shall be cured by retaining the formwork in place for a period not less than two (2) days (extended to three (3) days in the case of cold weather), thereafter the concrete shall be cured for a further five (5) days in accordance with methods (d), (e) or (f) of this sub-clause, subject to the Engineer’s approval. Where plastic sheeting is used, the concrete shall be wrapped in white plastic of minimum thickness 250μm. The tops of the piers and abutments shall be kept continuously wet.

(2) The top surfaces of the deck slabs shall be kept continuously wet for a minimum period of five (5) days after casting.

(3) The parapets shall be kept continuously wet for a minimum period of five (5) days after casting.

PS 6416 MEASUREMENT AND PAYMENT

SECTION 6600: NO-FINES CONCRETE, JOINTS, BEARINGS, PARAPETS AND DRAINAGE FOR STRUCTURES

PS6603 JOINTS IN STRUCTURES

6603(d) Plug Type Expansion Joints

Add the following paragraph:

The expansion joints in bridges shall be installed by a specialist approved or appointed by the supplier and the installed joints shall be guaranteed to provide a stable, completely watertight, corrosion and maintenance free system for a period of fifteen years from the date of final acceptance by the Engineer. The guarantee shall confirm that any defect resulting from defective materials, installation and/or workmanship shall be repaired by the Contractor at his cost.

Add the following section:

SECTION 6900: CONCRETE FOR BUS BAY PLATFORMS

The bus bays platforms are as detailed on the drawings. The construction shall include but not limited to:

(i) necessary excavation in any material and at any depth and preparation of the excavated surface;

(ii) pavement layers laid and compacted in 150mm layers to 95% modified AASHTO density using subbase quality materials;

(iii) laying edge kerbs around the platform or fixing formwork for casting concrete all as shown on the drawings;

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 98: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 121

(iv) fixing reinforcement and casting concrete with shrinkage joints and hard broom surface finish;

(v) curing the concrete in accordance with the relevant specifications.

SP 6901 MEASUREMENT AND PAYMENT

Item Unit

PS69.01Concrete Pavements for Bus Bays(a) Class 30/19 cast in situ concrete reinforced with mesh Ref 617 in

bus bays.............................................................................................................m3

The unit of measurement shall be the cubic metre of reinforced concrete placed, cured and approved by the Engineer. The tendered rate shall include the full compensation for carrying the works items listed above including any other works, operation or activity necessary for completing the bus bay platform in compliance with the specifications and drawings.

SECTION 9200: TESTING OF MATERIALS AND WORKMANSHIP

Add the following Clause.

Clause 9214: Testing by Independent Parties

(a) The Contractor shall not appoint a third party to carry out any tests without the Engineer’s approval. The Engineer reserves the right to reject the results of any tests carried out by parties not approved by him. All in situ tests shall be carried out in the presence of the Resident Engineer or a representative appointed by him.

(b) The Engineer may from time to time appoint an independent organization or person to carry out any tests and the Contractor shall accord such organization or person full cooperation and assistance he may require.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 99: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 122

Part B-2: Particular Specifications for Segmented PavingCONSTRUCTION OF SEGMENTED PAVING

Table of Contents

Page

1.0 MATERIALS..............................................................................................1252.0 PLANT......................................................................................................1253.0 CONSTRUCTION.......................................................................................1264.0 TOLERANCES...........................................................................................1285.0 TESTING...................................................................................................1306.0 PAYMENT.................................................................................................131

PART B-2: CONSTRUCTION OF SEGMENTED PAVING

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 100: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 123

The specification and construction of segmented paving shall conform to the South African Bureau of Standards, SABS 1200 MJ -1984 and SABS 1058 with the amplifications contained herein.

Reference should also be made to SABS 0120: Parts 2 to 5 and to the Concrete Masonry Association publication ‘Laying Manual’.

1.0 MATERIALS

1.1 Paving Blocks

Concrete paving blocks shall comply with the requirements of SABS 1058, Concrete Paving Blocks: Shape S-A, class 25 or 35 and thickness 60 or 80 mm and the colour specified in the drawings.

1.2 Kerbs and Channels

Kerbs and channels shall be of the sections shown on the drawings and shall comply with the relevant requirements of SABS 927 and, when applicable, SABS 1200 MK.

1.3 Sand for Bedding and Jointing

Sand for bedding and jointing shall be free from substances that may be deleterious to blocks. In addition, the grading of the sand shall conform to that given in (a) or (b) below, as applicable, except that, where evidence satisfactory to the engineer has been provided of the successful previous use of sand having another grading, sand of such other grading may be used.

(a) Bedding and Nominal Sieve Size

% passing in mm

9.52 1004.75 95-1002.36 80-1001.18 50-850.600 25-600.300 10-300.150 5-150.075 0-10

(b) Jointing sand shall pass a 1.18 mm sieve and shall contain 10-50% (m/m) of materials that passes a 0.075 mm sieve.

2.0 PLANT

2.1 General

Plant that is operated on or over units that have been laid shall be such that is does not cause damage to or disturbance of the units (see clause 3.6)

2.2 Roller

A roller shall be subject to approval and shall be a light (2-4t) vibratory roller or, where so required (see clause 3.6 (a)), a heavy pneumatic-tyred roller.

2.3 Mechanical Compactor

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 101: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 124

A mechanical compactor such as a flat-plate vibrator of high frequency and low amplitude, will be acceptable provided that it produces

(a) for units of thickness exceeding 80 mm, a centrifugal force of 16-20 kN at a frequency of 65-100 Hz on a plate area of 0.35-05m2 (i.e. sufficient to cover at least 12 units); or

(b) for units of thickness not exceeding 80 mm, a centrifugal force of 7-16 kN at a

frequency of 65-100 Hz on a plate area of 0.2-0,4 m2 (i.e. sufficient to cover at least 10 units)

3.0 CONSTRUCTION

3.1 Preparation

(a) New work

(i) General

Where the paving is to be laid on newly constructed earthworks or on an existing sub-grade that is too low, the sub-grade, sub-base and base courses shall be constructed in accordance with the requirements of sections 3400, 3500 and 3600 of the Standard Specifications for Road and Bridge works and shall conform to the tolerance requirements listed in Table 1.

(ii) Depressions

Depressions in the sub-base or base layer shall be filled with material with properties conforming to the specifications in section 3500 or 3600 of the Standard Specifications for Road and Bridge Works, and the material shall be compacted to 98% of modified AASHTO maximum density. Bedding sand shall not, under any circumstances, be used for this purpose.

(iii) Fall and level

The top layer shall be so constructed that surface water cannot pond and shall have a longitudinal fall of at least 1% and a transverse fall of at least 2%. The level after compaction shall be the designated level of the top of the pavement layer + 10 mm. (See Table 1).

(b) Existing pavement substandard or too high

(i) Substandard layers

Substandard layers and soft and unstable areas in the pavement shall be replaced or strengthened as specified in clause 3.1 (b) (ii) or clause 3.1(b) (iii) as applicable.

(ii) Pavement layer not stabilized

Any portion of an existing pavement layer that has not been stabilized and is too high shall be lowered, harrowed and reconstructed to such depth that, after compaction, the layer is of the same standard and thickness throughout or it shall comply with the requirements of the project specification and, in addition, the fall and level shall comply with clause 3.1(a)(iii).

(iii) Stabilized pavement Layer

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 102: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 125

Any portion of an existing layer that has not been stabilized and is too high shall be lowered, harrowed and reconstructed to such depth that, after compaction, the layer is of the same standard and thickness throughout or it shall comply with the requirements of the project specification and in addition, the fall and level shall comply with clause 3.1(a)(iii). Depressions created in the course of lowering a stabilized layer shall be filled with stabilized material of the relevant pavement layer and compacted to form a layer of at least the same standard as that of the existing stabilized surface.

Alternately, and subject to approval of the Engineer, in the case of depressions of depth greater than 50 mm, concrete class15/19 shall be used. The fall and level after compaction shall comply with clause.3.1 (a) (iii).

3.2 Edge Restraints

Edge restraints consisting of kerbs or channels (see clause 1.2) or other approved edge strips, as scheduled or given on the drawings, shall be constructed on the specified formation layer before any units are laid.

3.3 Placing and Compacting of Sand Bed.

Bedding sand shall be spread over the final pavement layer and evenly screeded in the loose condition so as to achieve a compacted thickness of 25 + 10 mm. When the sand is spread, its moisture content shall be 6 + 2%. The sand bed shall be laid slightly in advance of the placement of the units but only to the extent that the particular area of pavement can be completed on the same day. Where the sand bed is accidentally compacted before the units are laid, it shall be raked and evenly re-screeded in a loose condition.

3.4 Laying of Units

The principal lines of the paving unit pattern as laid shall be as specified in the project specification or given on the drawings, and as agreed with the engineer before laying commences. If the said principal lines are not so specified, given or agreed upon, the units shall be laid in a herringbone pattern if the block shape permits and, where units cannot be so laid, they shall be laid with the long axis at right angles to the line of traffic. Except where curved patterns are required, the lines of the unit pattern shall be visually straight and parallel to major kerbs or buildings or other structures, as most appropriate and as approved. Where appropriate, lines shall be set up at right angles to each other to control the alignment of the units. Joint widths shall be between 2 mm and 6 mm.

Whole units shall be laid first. Full depth closure units of special size or cut or part units split from whole units, shall be fitted into gaps around the perimeter and around service installations such as manholes. Where plant has to be moved over an un-compacted newly laid pavement, boards shall be laid to prevent disturbance of the units.

3.5 Filling Gaps in Unit Pattern

Each gap where a closure unit cannot be used, shall be filled, after thorough pre-wetting of all units bounding the gap, with concrete class 20 with aggregate of maximum nominal size 9.5 mm. Filling shall be kept to an absolute minimum and shall be to full unit depth in all cases. The concrete shall be cured for at least 24 hours by covering it with moist sand or approved plastic sheeting or hessian firmly held down at the edges.

Where concrete is used for filling gaps, no compaction shall be carried out within 1 m of such filling until 24 hours after the filling has been completed or until the specified cube strength of 15 MPa has been attained, whichever occurs first.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 103: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 126

3.6 Compaction of Units

(a) General

The manner of compaction of units shall be such that damage to the units is prevented. At least two compaction passes shall be made over the paving as soon as practicable after laying, and before the introduction of any jointing sand. By the end of each day, compaction shall be completed to not closer than 1 m from any free edge. A uniform even surface shall be obtained over the paved area.

(b) Paving subject to wheel loads exceeding 30kN

Paving that is likely, in terms of the project specification, to be subjected regularly to wheel loads exceeding 30kN shall, after joint filling (see clause 3.7) be finally locked up with at least five passes of a heavy pneumatic-tyred roller over the entire area of paving. The manner of compaction shall be as specified in clause 3.6(a).

(c) Damaged units

Damaged units shall be replaced and compacted before joint filling is carried out.

(d) No traffic until joints filled

No vehicular traffic shall be allowed over the paving until all joints have been filled with sand (see clause 3.7)

3.7 Joint Filling

The joints shall not be filled until all closure units have been inserted, all the necessary adjustments to line and level have been made and the pavement has been subjected to at least two passes of the compactor.

Sand that complies with clause 1.3 (b) shall be broomed into the joints until they are full, and sufficient passes of a plate compactor shall be made to settle the joint filling. The procedure shall be repeated until the joints remain full after compaction.

On completion of compaction, all excess sand shall be broomed off and disposed of. Damage caused during compaction shall be made good by the contractor at his own expenses.

4.0 TOLERANCES

4.1 General

(a) Paving as laid.

In addition to compliance with item (c) in Table 1 below the finished surface of the paving shall, in the opinion of the Engineer, present a regular and smooth appearance to the eye.

(b) Method of measurement of deviations

Any deviation from flatness of a plane surface will be measured as the maximum deviation of the surface from any straight line of 3 m joining two points on the surface, determined by means of a straight-edge the end of which are supported on identical blocks of suitable thickness placed over each of the points.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 104: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 127

(c) Frequency of checks on smoothness

The frequency of checks on smoothness carried out by the Contractor shall, in the case of roads, conform to the relevant requirements of Sub-clause 4.3 of SABS 1200 and, where an area other than a road is being paved, a check shall be carried out on every 100 m2 (max.) of area paved.

4.2 Permissible Deviations

The permissible deviation shall be as given in Table 1 below.

TABLE 1: PERMISSIBLE DEVIATION

Item Description

(a) Units as manufactured(1) Deviation of length from nominal length 2(2) Deviation of width from nominal width 2(3)

3(4)

2(b) Foundation layers(1) Deviation of top of subbase layer from designed level 5(2)

5

(3) Thickness of 25 mm compacted sand bedding layer 10

(c) Finished paving

(1) Line of pattern

(i) deviation from any 3 m straight line, maximum..... 5

(ii) deviation from any 20 m straight line, maximum.... 10

(2) Vertical deviation from 3m straight line(i) 3

(ii)5-10

(3)3

(4)5-10

Permissible deviation in

mm

Deviation of depth (or thickness) from nominal depth (or thickness).

Deviation from squareness (measured as specified in SABS 1058)

Smoothness of top of subbase layer measured on a 3m straight line in any direction.

The finished surface of the paving shall, 3 months after opening to traffic, be accurate to within the following limits

At kerbs, channels, gullies, manholes and other edge restraintselsewhere (subject at adjustment as necessary for vertical curve)

Surface levels of adjacent units, difference not to exceed

Deviation of finished surface level from designated level, subject to compliance with SABS 1200 MJ Clause 4.1.1 and 7.6

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 105: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 128

5.0 TESTING

5.1 General

(a) Checking

The Contractor shall carry out sufficient checks to satisfy himself that the materials used and the workmanship (construction, tolerance and strength) attained comply consistently with the specified requirements. All Checks shall be carried out in the presence of the Engineer.

(b) Standard of finished work not to specification

The Engineer may carry out such checks as he deems necessary at any point or at any depth or on any layer. Where the Engineer’s checks reveal that the material used or that the construction or tolerance standard achieved does not comply with the applicable requirements of the specification, or that the compaction specified has not been attained, the Contractor shall so rectify the work that the materials, construction and tolerance comply with the said requirements and the compaction specified is attained.

5.2 Trial Section

Commencing from at least one permanent edge restraint the first of paving of length at least 10 m of width approximately 5 m laid as part of the permanent paving will be regarded as a trial section for the purpose of assessing the Contractor’s ability to produce a paving that complies with the applicable requirements of the specification. Full scale paving unit laying shall not commence until the trial section has been laid by the Contractor and approved by the Engineer. Subsequently laying operations shall be carried out using materials of at least the same quality and with the same standard of workmanship as in the approved trial section. The Contractor shall remove, at his own expense, any trial section that is not approved.

5.3 Bases, Sub-base, Formation and Other Foundation Layers

Pavement layers shall be subjected to tests as specified in the relevant sections of the standard specifications for Roads and bridge works.

5.4 Blocks

(a) Wet strength test.

The relevant test given in SABS 1058 shall be used to determine whether blocks comply with the requirements for wet strength given in clause 1.1.

(b) Other tests.

Blocks shall be subjected to such other tests as are given in SABS 1058 and in Concrete Masonry Association (CMA) specification for Pre-cast concrete paving blocks.

5.5 Concrete for Gap Filling

The concrete used for gap filling shall be subjected to testing in accordance with SABS 1200 G or SABS 1200 GA, as applicable.

5.6 Kerbs, Channels and Other Devices

Kerbs, channels and other devices used for edge restraints shall be subjected to testing in accordance with Clause 7 of SABS 1200 MK.

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 106: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 129

5.7 Ponding

Where the Engineer is of the opinion that, notwithstanding compliance by the Contractor with the provisions herein, ponding may occur on the finished surface, the Engineer may order the whole or any part(s) of the surface to be flooded with water to determine whether ponding will occur. The Contractor shall at his own cost, rectify areas where ponding is found to occur.

6.0 Payment

Payment shall be in accordance with Clause 8.2 of SABS 1200: MJ - Segmented paving, November 1984, subject to the following amendments.

The cost of circular cutting, raking etc. to fit into edge restrains will not be paid for separately and costs thereof shall be deemed to have been allowed for in the tendered rate for laying the pavers.

PART B-3: PARTICULAR SPECIFICATIONS FOR STREET LIGHTING INSTALLATIONS

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 107: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 130

Table of Contents

Page

1.0 SCOPE OF WORK.........................................................................................................134

1.1 General.......................................................................................................................1341.2 Description of Site......................................................................................................1341.3 Engineer's Drawings...................................................................................................1341.4 Contractor's Installation Drawings..............................................................................1341.5 As-Built Drawings.......................................................................................................1351.6 Operating and Maintenance Manuals.........................................................................135

2.0 STANDARDS OF WORK AND MATERIALS.....................................................................136

2.1 General.......................................................................................................................1362.2 Deviations..................................................................................................................1362.3. Quality Assurance.......................................................................................................136

3.0 SUPPLY OF ELECTRICITY AND SERVICE CONDITIONS..................................................136

4.0 FEEDER PILLARS.........................................................................................................137

4.1 New Supplies..............................................................................................................1374.2 Labelling.....................................................................................................................137

5.0 EXCAVATIONS.............................................................................................................137

5.1 Scope.........................................................................................................................1375.2 Contractor's Liability for Safety of Excavations...........................................................1375.3 Information Regarding Material to Be Excavated........................................................1375.4 Clearing Site of Works................................................................................................1385.5 Excavation in General.................................................................................................1385.6 Preservation of Natural Materials...............................................................................1385.7 Protection of Existing Works.......................................................................................1395.8 Excavation by Hand....................................................................................................1395.9 Installation of New Sleeves across the Existing Roadways.........................................1395.10 Dewatering.................................................................................................................1405.11 Access to Roads and Plots..........................................................................................1405.12 Protection of Open Excavations..................................................................................1405.13 Excavation Classification............................................................................................1405.14 Blasting.......................................................................................................................1405.15 Excavation and Backfill of Pole Holes..........................................................................1415.16 Excavation of Cable Trenches.....................................................................................1415.17 Installation of Cables in Trenches, Sleeves and Ducts................................................1415.18 Backfill and Compaction of Cable Trenches................................................................1425.19 Spoil Dump and Fill Collect Sites.................................................................................1435.20 Reinstatement of Original Surfaces............................................................................143

6.0 WIRE AND CABLE........................................................................................................144

6.1 General.......................................................................................................................1446.2 600/1000 Volt Insulated, Armoured (PVC SWA PVC)...................................................1446.3 General Purpose Multi Core PVC Insulated, Unarmoured............................................1446.4 Terminating of Wires..................................................................................................1446.5 Joints and Connection Boxes......................................................................................1456.6 Cable Test after Installation........................................................................................145

7.0 EARTHING...................................................................................................................145

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 108: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document Page 131

7.1 Materials.....................................................................................................................1457.2 Connections................................................................................................................1457.3 Earth Resistance Measurements................................................................................1457.4 Trench Earth...............................................................................................................1467.5 Earth Electrodes (Spikes)............................................................................................146

8.0 POLES.........................................................................................................................146

8.1 General Construction Details......................................................................................1468.2 Steel Poles..................................................................................................................148

9.0 LIGHT FITTINGS AND LAMPS.......................................................................................149

9.1 Light Fitting Construction...........................................................................................1499.2 Lamps.........................................................................................................................1529.3 Data............................................................................................................................1529.4 Erection of Luminaires................................................................................................1539.5 Guarantee..................................................................................................................1539.6 Final Adjustments and Focussing................................................................................1539.7 Details of Street Light Assemblies..............................................................................153

10.0 GENERAL ITEMS..........................................................................................................153

10.1 Setting Out.................................................................................................................15310.2 Documentation and Instructions.................................................................................15310.3 Spares........................................................................................................................15410.4 Balanced Load............................................................................................................15410.5 Testing and Commissioning........................................................................................15410.6 Records and Certificates.............................................................................................154

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway Feb 2017

Page 109: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 132B-3: PARTICULAR SPECIFICATIONS FOR STREET LIGHTING INSTALLATIONS

1.0 SCOPE OF WORK

1.1 General

The Work to be carried out under this Contract includes, but is not limited to, the following:

Installation of streetlights along the Area 18-49 Road and Presidential Way (Area 18 roundabout to Parliament roundabout) in Lilongwe City. The streetlights will comprise luminaires mounted on galvanised steel poles with underground cables. The lighting is to be supplied from new feeder pillars.

The Contractor's obligations include surveys, setting out, liaising with authorities, supply and delivery of materials, excavations, installation of equipment, dry testing, live testing and commissioning of the Works to the satisfaction of the Employer, Engineer and relevant authorities.

1.2 Description of Site

The works will be carried out in Lilongwe City from the start of the project road at M1/Area 18 Roundabout up to the T-junction with Kaunda Road and from Area 18 Roundabout to Parliament Roundabout. The works will be carried out as part of the proposed reconstruction to dual carriageway of the Area 18-49 Road and Presidential Way.

1.3 Engineer's Drawings

The Tender Drawings will be prepared by the Engineer, showing the general layout of equipment, complete with schematic arrangements, which together with the specification give sufficient information to enable the Contractor to estimate the cost and to determine how the system must be installed, commissioned, tested, inspected, operated, serviced and maintained.

These drawings will not be dimensioned drawings, and cannot be used as construction/shop drawings. Location dimensions shown are only indicative of the routes and zones in which these services must be installed.

1.4 Contractor's Installation Drawings

Detailed and dimensioned drawings will be prepared by the Contractor and shall be submitted to the Engineer for approval in reasonable time to meet the construction programme. The Contractor shall remain responsible for accuracy, programme, costs and errors of his drawings. Approval by the Engineer does not relieve the Contractor of his responsibilities for his work and drawings.

1.4.1 General Arrangement Drawings

General arrangement drawings indicating all equipment, testing, inspection, instrumentation positions, and access requirements.

1.4.2 Shop Drawings

Shop drawings (based on the general arrangement drawings) showing the detail, the construction and all parts of the works, methods of assembly, erection and construction, thickness and types of materials, finishes, details of supports and anchorage joints, connections, welds, fastenings, gaskets, sealants, reinforcements and all other pertinent details.

Shop drawings are required for all feeder pillars, distribution boards, mimic panels, termination boards, purpose made control panels and street lighting poles and outreach arms.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 110: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 133

1.4.3 Circuit Drawings

Schematic, wiring and system diagrams for all systems, control panels and equipment. Diagrams shall show terminal numbering and cable details. Internal wiring diagrams of standard proprietary equipment are not needed, but termination diagrams of such equipment will suffice.

1.5 As-Built Drawings

A complete set of up-to-date drawings and specifications shall be kept by the Contractor on site from the time the Contract commences until it is completed.

It is the responsibility of the Contractor to keep record of any departures from the drawings and to enter these onto the drawings. These As-Built drawings shall be submitted to the Engineer on completion of the installation.

The Contractor shall on completion of the Works submit to the Engineer, three sets of As-Built Drawing prints, and three sets of all Operation and Maintenance Manuals for all equipment installed. The cost of this documentation is to be included in the rates of the relevant item.

The As-Built Drawings shall include, but not be limited to, the following information (where applicable to the service concerned):

a) The location, including level if buried, of Public Authority Connections provided within the Contract whether carried out by the Contractor or by the appropriate Authority. Each service shall indicate the points or origin and termination, size and types of cables, voltage and/or any other relevant information.

b) Manufacturer's drawings showing the general arrangement and assembly of equipment and its component parts which may require servicing.

c) The detailed layout, location, and method of installation of all cables.

1.6 Operating and Maintenance Manuals

The Contractor shall prepare and provide operating and maintenance instructions. These shall consist of Operating and Maintenance Manuals and As-Built Drawings.

Each manual shall include the following sections:

a) Contractual details, listing names, addresses and telephones numbers of all parties

b) Description of the Installations.c) Equipment Schedule.d) Recommended Spares.e) Test and Commissioning Data.f) Operating Instructions.g) Maintenance Instructions, with daily, weekly, quarterly schedules as needed.h) Fault Finding Charts.I) Names and Addresses of Manufacturers.j) Index of plans and Drawings.k) Manufacturers Literature.

A draft of the Operating and Maintenance Manuals shall be presented for the approval of the Engineer at least one month prior to practical completion. Approval may take up to two weeks. The final copies shall be presented on or before the taking over date.

The manuals shall comprise loose-leaf, A3 or A4 pages with dividers and ring binders.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 111: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 1342.0 STANDARDS OF WORK AND MATERIALS

2.1General

The installations shall be designed, constructed and tested in accordance with the latest edition and amendments of the following specifications and regulations:

1. IEE Wiring Regulations, 17th Edition.2. All relevant South African Bureau of Standards Specifications and Codes of

Practice.3. Regulations as published by the Malawi Electricity Supply Corporation.4. Any local bylaws, or other regulations as may be published by legal Authorities.

2.2Deviations

2.2.1 Substitution of Materials

Where any specified material is reasonably impracticable to obtain when required for the Contract, the Engineer will permit other reasonably suitable materials to be substituted and any difference in cost plus profit thereby involved shall be for the Employer's account.

2.2.2 Alternative Offers

The tender shall be priced as specified. Alternative offers will not be considered.

2.2.3 Approval of Drawings

Where the Contractor proposes to supply any plant or equipment which is different from that specified or which is not specified in detail, he shall, before ordering or supplying such plant or equipment, submit drawings thereof in sufficient detail to enable the Engineer to judge whether the equipment or apparatus is suitable and what accommodation is required for it. Drawings falling under the above heading include, control circuit diagrams, switchboard arrangement, duct layouts and the like.

2.3. Quality Assurance

The Contractor is to implement a Quality Assurance and Quality Management System. The System shall cover all aspects of Contractors obligations including safety and compliance with relevant work practices and procedures, procurement and handling of materials, installation on site, compliance with relevant standards, testing and commissioning, project administration, financial control and training. The proposed system is to be submitted to the Engineer for review and approval.

3.0SUPPLY OF ELECTRICITY AND SERVICE CONDITIONS

Supply Authority Electricity Supply Corporation of MalawiNormal Operating Voltage (LV) 400/230volts, 4-wire

(MV) 11000 voltsFrequency 50 HzNeutral Earthing Neutral Point Earthed, TNCSLightning Conditions SevereEnvironmental atmosphere Dusty

No information is provided in respect of altitude, peak temperature, maximum and minimum temperature, geological, hydrological or other general conditions in the project area. The Contractor is to ascertain any such further information he requires at his own cost.

4.0FEEDER PILLARS

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 112: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 1354.1 New Supplies

New supply points (Feeder Pillars) shall be installed at points indicated on the drawings. At each new supply point, the Contractor shall provide a control gear as detailed on drawings for connection by the Electricity Supply Corporation of Malawi (ESCOM).

The Feeder Pillars shall be outdoor, weatherproof, sheet steel boards, baked enamel painted, mounted on concrete plinth. The boards shall be fitted with equipment mounting trays, cover plates with cut-outs, earth studs, busbars, neutral bars and lockable doors.

The metering section shall be suitably sized to house a 60 Amp 3 phase MCB and kWh meter. Workshop Drawings of the proposed boards and frames shall be submitted for Engineer’s approval. The panels shall be fully in accordance with the drawing.

Control equipment as specified in the drawings shall be provided in the control panel. Street lighting controls shall include:

- Incoming 60 Amp MCB, 3 phase- Photocell mounted externally on the Panel, suitably protected.- Outgoing single phase and 3 phase MCBs and contactors as per drawings.

4.2 Labelling

All switchboards and control panels shall be labelled with painted stencil lettering, minimum height 25 mm. All panels shall be externally labelled "Danger, 400 volt, Electricity". In addition they shall bear a label identifying the purpose and serial number of the board, as indicated by the Engineer.

5.0EXCAVATIONS

5.1 Scope

The work under this section covers all excavation and backfilling of cable trenches and lighting pole holes at the locations and to the sizes, shapes, grades and dimensions as shown on the drawings or as directed by the Engineer. Excavations shall be carried out in accordance with the General Specifications and this specification.

5.2 Contractor's Liability for Safety of Excavations

The Contractor shall be solely and entirely responsible for the safety of the excavations and for making good or having made good at his own expense any slips, falls, caving-in of ground, damage to existing roads, drains, pipes, structures or works or other property, persons and buildings caused by reason of his acts or works and this responsibility shall in no way be affected or diminished by any instruction issued to the Contractor to take additional or improved protective or precautionary measures.

5.3 Information Regarding Material to Be Excavated

At the Tender stage the Contractor is required to inspect the site and to examine existing excavations for roadwork or, in the absence of suitable existing excavations, he shall excavate trial openings and carry out all necessary tests at his own expense to acquaint himself with the nature of materials to be excavated. The Contractor shall further acquaint himself with the means to obtain access to the various sites, to accommodate existing road traffic and generally the circumstances and conditions under which work will be carried out and of any matters which may influence his operations.

No claim will be recognised after submission of tenders on the ground of lack of knowledge of any conditions pertaining to the works, or misunderstanding of the appreciation of difficulties or if the information supplied regarding the site is considered inadequate.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 113: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 136

5.4 Clearing Site of Works

All boulders, debris, vegetation, grass, bushes, shrubs and trees up to and including 500 mm girth on or within two metres of the routes of cable trenches or areas to be excavated shall be removed where this is necessary in the opinion of the Engineer, for the proper execution of the works. All roots shall be grubbed up, cut back and removed.

The excess material shall be removed from the site of the works and disposed to an approved disposal site.

5.5 Excavation in General

The excavations shall be carried out in all classes of materials to the lines and levels shown on the drawings.

Excavations shall be measured from the existing natural ground level.

The Contractor will not be permitted to carry out indiscriminate trenching, and in particular will not be permitted to excavate trenches in soft material only but will be required to proceed with the complete trench continuously. The length of open trenches in advance of completed work shall not exceed 600 m without the written permission of the Engineer. Where the exigencies of traffic render it necessary the Engineer may, at his discretion, reduce the length to less than 600 m. The Contractor shall not be entitled to any claim for loss or damage or extension of time by reason of such conditions being imposed.

In depositing material excavated from the trenches care shall be taken not to damage trees, fences and structures. All material excavated from the trench shall be deposited alongside the trench on the opposite site from which cable laying is to be carried out. If it is unavoidable that excavated material be placed on the side from which cable laying will take place the material shall be levelled and trimmed.The toe of all heaps shall be trimmed well back from the edge of the trench so as to leave a minimum of 300 mm clear between the edge of the heap and the edge of the trench at all times. Unsuitable or surplus material not required for backfilling shall be carted to spoil to an approved disposal site.

The Contractor shall be entirely responsible for deciding whether or not excavated material is surplus to that required for full construction and reinstatement of the Works. Should it be necessary to reclaim material previously disposed of in order to complete the works, the Contractor without cost shall provide the transport and labour required for such reclamation to the Employer.

All material shall be deposited so as to cause the minimum of inconvenience to public traffic and shall be kept well clear of all drains, manholes, culverts and structures.Where excavations are carried out in paved areas the Contractor shall remove and place on one side of trench, apart from other material, all paving material, kerbing or channelling which is reusable.

5.6 Preservation of Natural Materials

All selected materials and topsoil, which are encountered during the course of excavation, and where applicable, clearing operations shall be kept separate one from the other and from the rest of the excavated or cleared material. If, due to the negligence of the Contractor, these materials become contaminated with the rest of the material or other matter such that they no longer conform with the specified requirements, the Contractor shall replace them with approved material at his own expense. On completion of refilling, the topsoil shall be replaced and the ground restored to its former condition, e.g. grass, paved surface.

5.7 Protection of Existing Works

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 114: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 137Prior to commencement of excavations, the Contractor shall notify the local authorities who may have existing plant in the area. In particular the Malawi Electricity Supply Corporation, Regional Water Board, Malawi Telecommunications Corporation, Mzuzu City Council and Roads Authority must be notified, and the Contractor should mark up his drawings to indicate existing services.

Where, in the course of excavation, the Contractor lays bare any water mains, pipes, cables, telegraph or telephone poles or any existing service or structures, these shall be securely shored, strutted or slung and sufficiently protected to ensure that no damage shall be done to them until filling has been placed around them. The Contractor shall immediately notify the owner of the service laid bare and shall not refill the excavation around such service until it has been inspected and passed as intact by the owner. Refilling shall be done to the satisfaction and, if so directed, under the supervision of the owner. The Contractor shall at his own cost divert temporarily and make good such channels, streams and drains as may be required.

In the event that during excavation the Contractor causes damage to any water mains, pipes, cable, telegraph or telephone poles or any other existing services or structures, the Contractor shall to his own account make good any damage caused, to the satisfaction of the Engineer and the owner.

The location plan does not show or even attempt to show all the services in and around the area of the works. All excavations are carried out entirely at the risk of the Contractor.

5.8 Excavation by Hand

Excavations shall be carried out manually and mechanical excavators will not be permitted where the extent of existing underground services prevents consideration being given to use of machinery.

5.9 Installation of New Sleeves across the Existing Roadways

The Contractor will be required to install new sleeves under the existing road surface. This shall be carried out in the first instance by either thrust boring or by under road drilling, starting at the gravel shoulder, but under no circumstance closer than 1 m to the road edge, and ending at a similar position on the far side of the road.

Boring/drilling will be done to ensure a 750 mm cover to the top of the sleeve to be installed as measured from the down slope edge of the road with a gradient of 1: 50 at a tolerance of +/- 50 mm. Sleeves will be installed at right angles to the road with a maximum sideways deviation of 100 mm. Thrust boring shall be in accordance with SABS 1200 LG - Pipe Jacking.

Where rock is encountered this method will be deemed inappropriate and conventional road crossing methods will have to be adopted. The Contractor shall mark the ends of the sleeves to allow future identification both physically and on the As-Built drawings and restore the crossing to its original condition.

At least 14 days before commencing work across any road the Contractor shall arrange a site meeting with the authorities concerned, so that all necessary precautionary measures can be determined.

The Contractor shall give written notice to both the authorities concerned and to the Engineer of his intention to excavate.

Under no conditions will road crossings take place across new roads without the approval of the Engineer.

5.10 Dewatering

The Contractor is to take every precaution to prevent water from any source entering the trench. The Engineer may order additional precautions to be taken where he is not

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 115: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 138satisfied with the Contractor’s arrangements. The Contractor shall immediately remove any water, including seepage, entering the trench. If required by the Engineer the Contractor shall leave unexcavated blocks at least 1 m thick and not more than 150 m apart, in the trench to prevent the flow of stormwater down the trench.

5.11 Access to Roads and Plots

Wherever an excavation crosses a road, driveway or entrance to a plot, the Contractor shall provide temporary steel plates to allow passage of vehicles with a 3 tonne maximum axle load. The plates are to be 2 x 1m x 10 mm thick, and are to be provided with suitable supporting beams.

Trenches across roadways shall preferably be done in two half sections so that traffic is not obstructed. The first half shall be completely backfilled and compacted before the second half is started.

5.12 Protection of Open Excavations

All open excavations shall be suitably barricaded with stakes and warning tape and the Contractor shall provide Red Lanterns at night at 50 metre intervals, or closer if deemed necessary for individual situations.

5.13 Excavation Classification

Excavations will be classified as described in the relevant SABS 1200 clauses except that intermediate excavation will be measured under soft excavation.

5.14 Blasting

Blasting will not generally be permitted, and will only be allowed if all other means of removal have failed. Should blasting be required, the following shall apply:

Blasting shall only be carried out by a registered Blasting Contractor. Details of the blasting methods are to be submitted to the Engineer for approval before any drilling or blasting operations take place. These details are to include the drilling pattern, dimension of holes, type of explosives, size of explosives, methods of detonating and timing of holes.

Electrical detonating only is to be used in conjunction with Cordex Detonating Fuse.

Great care is to be exercised in the covering of holes to prevent "fly rock" and the type of covering material used is to be approved by the Engineer.

The Contractor shall, in all cases, be entirely responsible for any damage whatsoever caused by blasting operations both within the confines of the site and the surrounding premises.

He shall further indemnify the Employer in respect thereof and settle all claims resulting there from and make good any damage at his expense.

The Contractor shall conform to all Government and other regulations in regard to blasting and handling and storage of explosives including the obtaining of all necessary approvals, clearances etc.

The Contractor must give two full working days’ notice to the Engineer of his intentions to carry out blasting operations, and all persons occupying property in the vicinity shall be informed verbally at least 24 hours before the first blast and shall be advised of the warning procedure to be employed. The warning shall be conveyed by sirens sounded at one-minute intervals for at least 10 minutes before each series of blasts. In addition men carrying red flags shall guard all approaches to the blast area.

Approved mats, sandbags etc., must be provided to obviate flying debris.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 116: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 1395.15 Excavation and Backfill of Pole Holes

Pole holes shall be excavated to a depth of 100 mm deeper than the respective indicative pole root depth as shown below.

Mounted Height Root Depth Hole Depth

6.0m 1.25m 1.35m8.0m 1.50m 1.60m.10.0 m 1.75 m 1.85 m

The bottom 100 mm of the hole shall be provided with a well-compacted base course material as a foundation for the pole base plate.

Where poles are planted in gradients steeper than 1:5 or in the edges of earthen stormwater drains, then the base of the pole shall be cast in a mass concrete base 500 x 500 mm square x 1000 mm deep. Poles requiring concrete bases shall be identified during the setting out of the works. The concrete shall be of 21MPa strength.

Pole holes shall be backfilled with selected material free of stones and rocks in 300 mm layers. Each layer shall be well compacted and consolidated before the next layer is applied. The standard of compaction shall be equivalent to that of the adjacent cable trenches.

5.16 Excavation of Cable Trenches

The Contractor shall, before excavations commence, familiarise himself with the route and conditions on site and it shall be his responsibility to obtain the necessary information with regard to other services along the route and every effort shall be made to avoid damage to these services. Trial holes must be excavated to locate these services.

The Contractor shall mark the exact positioning of trenches. Positions shall be consistent along each length of road with no meandering. Approval on site of the trench layouts by the Engineer's Representative shall not relieve the Contractor of his obligations under this Contract. Excavations shall not commence until this approval has been received.

The cable trenches shall be excavated to a depth of 700 mm below ground level for L.T. cables and shall not be less than 300 mm wide for one or two cables, and the width shall be increased where more than two cables are laid together, so that the cables may be placed at least 150 mm apart throughout the run. The bottom of the trench shall be level and clear and the bottom and sides free from rock or stones liable to cause damage to the cables.

5.17 Installation of Cables in Trenches, Sleeves and Ducts

5.17.1L.T. Cable Routes

Cables and poles shall be installed in routes in accordance with the Urban Development Standards and as indicated on the drawings. Cables shall not be laid in the road shoulder or within 300 mm from any plot boundary, ditch or other service. All cable lengths are to be measured on Site and these lengths submitted to the Engineer for approval before ordering. Any variation between tendered and measured lengths will be covered by price adjustments in accordance with the Contract variation rates.

5.17.2Cable Installation

All cables to be installed by qualified personnel having the necessary skill, training and experience.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 117: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 140Cable bend radius to be at least twelve times the diameter of the cable over armouring. Sufficient slack to be left to relieve stresses. All ends shall be sealed off immediately after cutting to prevent moisture absorption.

Except where ducts, tunnels or pipes are provided and unless instructed to the contrary, the Contractor shall lay the cables direct in the ground.

Cable rollers shall be used at all times whilst laying cables, but they shall have no sharp projecting parts liable to damage the serving on the cables. They shall be placed in the trench in such a manner as to prevent the cable being dragged along the bottom of the trench or ground.

Where cables have to be drawn around corners, skid plates or cable rollers turned on edge shall be used for this purpose. The skid plates shall be well lubricated and must be securely fixed between rollers and must be constantly examined during cable laying operations.

The Contractor shall ensure that during laying operations the minimum-bending radius is not exceeded. Particular care should be taken where the cables are "flaked" for ease of laying.

Where the Contractor has to lay two cables for a future "cut-in" to an existing cable, he shall at all times lay the first cable in the one direction and the second cable in the opposite direction.

5.17.3Cable Markers and Tape

Concrete cable markers shall be installed at road crossings, at changes in direction of cable routes and at crossings of other services.

Where cables cross other services, they should be taken at least 500 mm below such service. Warning tape and cable markers shall be used to indicate crossing points.

Yellow plastic marker tape with the words "Danger Electric Cable" printed continuously and depicting a skull and cross bones, shall be laid 400 mm above all cables and sleeve pipes.

5.18 Backfill and Compaction of Cable Trenches

Before laying of cables, a 50 mm layer of selected and sifted material shall be provided as bedding. The bedding shall only be applied after the trench has been cleared and is free of stones and sharp projections.

Cable laying and further backfilling must not proceed until the Engineer has certified his acceptance of the trench at this stage.

After cable laying, a further 50 mm layer of sifted material shall be laid above the cable.

The balance of the backfill shall comprise soil free from rocks, large stones or fibrous matter. The rates for all types of excavations shall include for the removal from site of excavated stones, rocks and debris, and the replacement with selected imported backfill material, applied in 150 mm layers as follows:

- First Layer. Hand or machine compacted to 90% modified AASHTO density.- Second Layer. Hand or machine compacted to 93% modified AASHTO density.- Third Layer. Machine compacted to 95% modified AASHTO density.- Fourth Layer. Machine compacted to Final compaction density.

The final standard of compaction shall be as follows:

- Open ground: 95% modified AASHTO density- In roads and verges: 98% modified AASHTO density

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 118: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 141

Where a final compaction of 98% is specified, then the material to be used in the top layers three and four is to comply with the SATCC Roads Specification.

For the purpose of this section, roads and verges are defined as those parts of the road reserve which have been constructed or compacted such as a roadway, shoulder, footpath, plot access or stormwater drain. Open ground is defined as areas not previously constructed or compacted. Where there is any doubt about the required compaction in a given area, the Contractor must refer to the Engineer for clarification, or else the higher standard shall apply.

The Engineer may order density tests to be carried out to determine the compaction of the backfilling. If the results of such density tests show that the material has been compacted to a density equal to or in excess of the applicable specified value, the compaction shall be accepted and the Employer shall bear the cost of the tests. If the density is found to be below the specified value, the Engineer may order the re-compaction of the backfill at the Contractor's expense and the cost of the testing shall be borne by the Contractor.

The Contractor shall arrange for all compaction tests as directed by the Engineer. The tests shall be performed by an approved independent testing service. In general tests shall be carried out as detailed below, although on assessment of satisfactory performance, the frequency of testing may be reduced accordingly.

- Second Layer - 100 m intervals.- Final Layer - 100 m intervals.- At each crossing point where sleeve pipes are provided, two tests are required.

Test Certificates shall clearly state the location, depth and layer of each test.

The cost of the independent testing will be refunded to the Contractor by the Employer at cost, plus declared profit, on production of approved receipts.

5.19 Spoil Dump and Fill Collect Sites

All spoil shall be removed from site and dumped at the Council landfill.

Imported fill may be excavated and collected from the Council quarry.

Tenderers shall allow for all costs of transport and labour for the excavation and collection of suitable fill material and the dumping of spoil.

All filthy and unsuitable matter met with during the execution of the Works shall not be deposited on the surface of any street, footpath or private property, but shall immediately be carted away to the dumping site.

5.20 Reinstatement of Original Surfaces

The Contractor shall reinstate all roads, driveways, pavements, kerbs, walling and edges of stormwater drains, which have been removed or damaged during excavations. Rates for the items will be provided in the Bills of Quantities.

The reinstatement of all roads shall comply in full with the requirements of Clause 5.9 of SABS 1200DB.

Concrete driveways and entrances to side roads shall be reinstated to match the existing profile and style. The foundation shall be compacted to 98% modified AASHTO density, and be suitably prepared. A 150 mm thick slab of 21 MPa concrete shall be cast. Suitable shuttering shall be provided to provide a neat finish. The concrete shall be correctly cured to prevent cracking.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 119: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 142Stormwater drains will be reinstated to the original profile, free of debris and obstructions. Where brickwork or masonry are used in the construction of the drains, these shall be rebuilt to match the original finish.

6.0WIRE AND CABLE

6.1 General

All wires and cables shall comply with the relevant SABS or BS Specification and shall be of the size and grade called for in the detailed specifications hereunder and as indicated on drawings. All wire must be from fresh stocks, with maker's original wrappings, labels and seals intact and unbroken when delivered to site. Leave ends and all outlets sufficiently long to permit inspection by the Engineer.

6.2 600/1000 Volt Insulated, Armoured (PVC SWA PVC)

General purpose 600/1000 volt grade cables shall be stranded copper conductor PVC insulated, PVC bedded, steel wire armoured, PVC sheathed overall to SABS 150 - 1970.

Unless specified to the contrary the minimum conductor size shall be 1.5 mm², maximum conductor size 185 mm² (for multi-core cables).

6.3 General Purpose Multi Core PVC Insulated, Unarmoured

All low voltage cables used shall be 600/1000 volt rating and shall be annealed, stranded, untinned copper conductor, PVC insulation conforming to SABS 150 - 1970.

Unless specified to the contrary the minimum size used shall be 1.5 mm² and the maximum shall be 35 mm².

Wiring in poles to light fittings from the inspection chambers, shall use 1.5 mm² 3 core PVC/PVC flexible cable.

6.4 Terminating of Wires

The end strands of all wire, whether single or looped which have to be connected to the connecting terminals of switches, plugs, holders, Luminaires and distribution boards are to be tightly twisted together. Cutting out of strands will not be permitted. Where terminal lugs are used, they shall be properly soldered, or crimped using the correct crimping tool for the size of lug employed.

Captive cone-grip type cable glands, complete with earthing washers and neoprene shrouds, shall be used for all terminations to meter boxes, poles, control boxes etc.

Cable terminations inside streetlight poles shall be effected by making off the cable onto the equipment plate using armoured glands. The cable tails shall be terminated into correctly sized terminal blocks. A 5 Amp 5kA MCB shall be mounted on the plate and connected to the relevant phase on the terminal block. The mounting tray shall be dismantled and withdrawn to allow connection of the cables and equipment. The cables shall be pushed up and out of the hand hole to allow terminations to be made. The finished tray can then be fitted back within the inspection chamber and the cables can be drawn back into the trenches.

Where applicable, cable connections to overhead lines shall use double bolted bimetallic parallel groove clamps of an adequate size. Cables rising up poles shall be protected with 2 m long galvanised steel kick pipe, and shall be saddled at 600 mm intervals. Approved cable end boxes shall be fitted to protect the cable end.

6.5 Joints and Connection Boxes

Cable joints will not be permitted in straight runs of cable. Connection boxes shall be used for all tee offs.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 120: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 143Aboveground connection boxes shall be installed at each wooden pole where these are specified, at a height of 2500 mm above ground level. These boxes shall be totally weatherproof, and corrosion resistant suitable for aboveground installation. They shall be adequately sized for a minimum of 4 x 4 core 10mm² PVCWA cables to be terminated. Suitably rated connectors shall be used internally for all connections as well as a 5amp, 5KA rated MCB. Cables shall be made off using shrouded mechanical glands. Unused spouts shall be sealed with blanking plugs.

Connection boxes shall be provided with a suitable means of externally terminating the 10 square mm BCEW and providing earth continuity between the circuits. A front sliding access door complete with recessed Allan key screws to secure, are to be provided.

Termination boxes shall be York range size 2 or, equal and approved complete with gland plate, internal removable back plate and external rear clamp to pole. A sample connection box made up with cable terminations shall be submitted for approval prior to confirmation of orders.

6.6 Cable Test after Installation

After installation of LV cables, test each length of cable for continuity and insulation.

In the event of any faults being indicated by the tests, these shall be located, corrected and re-submitted for testing to the entire satisfaction of the Engineer, and the Contractor shall carry out this work, including all necessary tests, at his own expense. Necessary fault location equipment shall be supplied by the Contractor in these events.

7.0 EARTHING

7.1 Materials

Earth conductors shall generally be stranded copper with or with out green PVC insulation. The conductors shall conform to SABS 150 - 1970 quality specification for "PVC - INSULATED CABLES". All earth conductor sizes shall be determined in accordance with IEE Regulations.

7.2 Connections

Under no circumstances shall any connection points, bolts, screws, etc., used for earthing be utilised for any other purpose. It will be the responsibility of the Contractor to supply and fit earth terminals or clamps on equipment and materials that must be earthed where these are not provided. Unless earth conductors are connected to proper terminals, the ends shall be tinned and lugged.

7.3 Earth Resistance Measurements

The Contractor must carry out earth resistance measurements on completion of the installation of the earthing system and the results must be submitted to the Engineer for approval. Should the earth resistance be too high, the Contractor may be requested to install additional earth rods or trench earths for which a variation order will be issued.

7.4 Trench Earth

Ten (10) square mm-stranded copper earth wire (BCEW) shall be laid in trenches with the feeder cables. BCEW shall be connected to the earth bar of the appropriate control panel, or from an overhead line earth as applicable and shall be bonded to each metal streetlight pole. Tees and through joints shall only be made with tinned copper compression ferrules.

7.5 Earth Electrodes (Spikes)

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 121: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 144Copper weld, or equal, 2.4 m steel cored copper jacketed earth rods shall be installed at each control switchboard. In addition, spikes shall be installed as indicated on the drawings.

The earth spikes shall be driven into the ground immediately adjacent to a pole or trench and shall be protected by means of a concrete inspection chamber. The top of the inspection chamber shall be 25 mm above the adjacent ground level. The spike shall be connected to the trench earth using a 10mm BCEW tail.

8.0POLES

This section covers the design, manufacture, delivery to site, off-loading and safe storage at site, erection, testing and commissioning of lighting poles.

8.1 General Construction Details

The poles shall be of round cross section, single arm outreach, with top spigot suitable for fitting a luminaire.

Poles dimensions, mounting heights and root depths shall be as indicated on the drawings.

The outreaches shall be inclined at 15 degrees to the horizontal, and shall terminate in a 40 mm nominal diameter spigot.

8.1.1 Design Factors

The designs of the poles together with all the associated attachments must ensure that wind induced oscillations are damped as much as possible. Adequate allowance shall be made for the stresses due to these oscillations. The wind conditions on which the design must be based are as follows:

a) A steady wind velocity of 130 km/hr;b) A steady wind velocity of up to 120 km/hr, gusting up to a velocity of 150 km/hr.

The poles shall be designed to hold lighting luminaires having a mass of up to 20 kg and projected area approximately 0.225m².

8.1.2 Straightness and Appearance

The poles shall be straight and true over the straight portion of their length to within 6 mm.

The deflections of the poles shall not exceed (under test) the maximum values stipulated in BS 5649.

8.1.3 Erection and Positioning

The streetlight poles will be positioned as indicated on the drawings. Any obstructions or difficulties must be brought to the immediate attention of the Engineer. Pole positions shall follow the line of the road. Poles shall always be positioned in a true line where the road is straight. The poles shall be fully upright and perpendicular when viewed from any angle.

The Engineer shall approve the erection procedure. Precautions shall be taken to ensure no damage occurs to the poles or other structure, power line or property in the area.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 122: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 145The appearance of the poles is important and irregularities in shape or finish will render them liable to rejection. This applies in particular to the appearance of the galvanised finish of steel poles.

8.1.4 Pole Numbering

Steel poles shall be stamped directly with the pole number adjacent to the inspection hole. All wooden poles shall be numbered by means of metallic tags with numbers imprinted using number punches.

8.1.5 Wooden Poles

“Selected poles” shall mean wooden poles which have a top diameter of not less than the minimum top diameter of the size specified plus 12mm and be superior to the average pole on site in respect of straightness and general soundness. The selection shall be made and the poles separately stacked when the poles are received on site by the Contractor.

BINDING

Where the supplier’s binding at the top of any pole is loosed or missing, or where the base requires binding due to splitting of the bottom of the pole, the pole shall be re-bound or bound before erection with steel tape to prevent splitting.

HOLES

Bolt holes must be pre-drilled as shown on the drawing before impregnation. If not, holes must be drilled to fit and pressure impregnated by means of a ‘hole treater’.

Blind holes (i.e. not completely through the wood) shall also be treated in this manner. Unused holes, either through or blind, shall be plugged with a tight fitting peg the full length of the hole. The peg must also be treated with creosote.

THE SHELL

The shell of the treated timber shall not be damaged by cutting, shaving, or drilling unnecessary holes.

ERECTION OF POLES

The contractor shall erect poles in accordance with his approved plans and drawings provided by the Engineer.

Poles deviating from straight shall be erected with the mean line vertical.

Every effort shall be made to erect poles plumbs, but a maximum tolerance of 75mm out of plumb at the top of the pole will be permitted. At angular deviations every effort shall be made to erect poles at the correct angle to the line.

The poles shall be planted at the minimum depths specified.

Where the bearing property of soil is such that the pole may sink under its own weights, the base of the pole shall be placed on a slab of rock, concrete, or galvanized steel plate. In such cases, if the pole is not side stayed the contractor shall consolidate the pole to the full depth with a dry soil/cement mix, well mixed in the ratio 10:1.

Poles shall not be installed in clayed soil or in swampy conditions without the necessary precautions to stabilize the installation. An instruction shall be obtained from the Engineer.

Poles shall be installed on undisturbed soil. If wooden poles are installed in a concrete or other water retaining foundation the pole base shall protrude through the concrete to ensure adequate natural drainage.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 123: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 146

All wooden poles and preservative treatment shall comply with the requirements of SABS 538,539, and 754. Poles shall be of strength group A and posses a fibre stress in bending of 55 MPa.

The top shall be cut square to the longitudinal axis of the pole. The poles shall be pressure impregnated with creosote and shall not be cut to a shorter length or smaller diameter after impregnation. The moisture content at the time of impregnation shall be less than 170g/kg.

If necessary, the poles shall be banded in accordance with SABS 754. Poles shall not deviate from straight to a greater extent than specified in SABS 753.

8.2 Steel Poles

The poles shall be either continuously tapered or made up in sections pressed together to form neat tapered joints.

All steel tubes used in construction of the poles shall comply with SABS 657 Grade 230.

Suitably sized base bearing plates shall be provided on the foot of each pole.

Poles shall be supplied by either Sectional Poles (Pty) Ltd or other equal and approved supplier.

8.2.1 Cable Entry

A rectangular cable entry 100mm long by 50mm wide shall be provided on the poles at a distance of 300mm below ground level.

8.2.2 Access Opening and Equipment Tray

All poles shall be provided with an opening approximately 250mm x 90mm. The openings shall be fitted with a steel cover plate retained by 2xM8 recessed Allen screws.

A self-adhesive gasket, fixed to the cover plate, sealing the top and both sides with a breathing gap at the bottom, shall be provided between the cover plate and the pole. Means shall be provided to prevent the gasket being compressed indefinitely when the nuts are tightened.

Within the inspection chamber, an equipment-mounting tray shall be provided. A 5 amp single pole 5ka MCB and 4x 60amp terminal blocks shall be mounted on the tray. A stud suitable for the connection of four 10mm² cable lugs shall be provided.

8.2.3 Galvanising

The poles shall be hot dipped galvanised in accordance with SABS 763 after construction and preparation. Stringent precautions shall be taken to protect finished surfaces from injury or damage during assembly, storage and erection. Poles having damaged galvanising will be rejected.

The cover section of each pole, to a height 300 mm above ground level, shall be treated with epoxy tar, or bituminous paint to approval. Alternatively a 2 mm thick fibreglass sleeve shall be used over the same portion of the pole.

8.2.4 Guarantee

All steel street light poles offered shall be covered by a twenty-year unconditional written guarantee against defects in material or manufacture.

8.2.5 Sample

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 124: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 147A sample of the steel pole complete with inspection chamber assembly and light fitting shall be erected in the Contractors yard for approval prior to orders being placed. The sample shall be made up with all equipment and accessories to confirm dimensional and functional features. The cost of this item shall be deemed as included in the P & G amount.

9.0 LIGHT FITTINGS AND LAMPS

This section covers all work connected with the design, manufacture, delivery to site, off-loading and safe storage on site, erection, testing and commissioning of all types of Luminaires and lighting control equipment.

9.1 Light Fitting Construction

All Luminaires shall comply with the relevant SABS specifications as given below as well as with the specifications referred to therein:

Street lighting Luminaires – SABS 1277/1980.

Luminaires shall be rainproof and designed so that condensation shall not fall on or collect in the vicinity of any operating part, which may fail as a result. It should have an IP66 rating.

9.1.1 Body

The body shall be substantial in design and of a robust cast aluminium alloy SA 22 (LM6) with minimum section thickness of 1.5 mm or of pressed glass fibre reinforced polyester, corrosion resistant and stabilised against any deterioration from UV - radiation.

The luminaire shall not comprise more than two enclosures. Where two enclosures are necessary the connecting wiring shall be protected by aluminium. All ferrous parts shall be treated with a degreasing agent and then zinc phosphate dipped.

Finishing coats shall consist of a minimum of two applications of powdered polyester before baking.

All paintwork inside or outside shall not be less than 40 microns thick. The exterior body shall be hammertone grey.

The body shall be completely weatherproof and designed to inhibit ingress of dirt and moisture, to IP 66.

All toggles, fixing screws, hinges, and cover-securing catches shall be corrosion resistant, preferably of stainless steel.

The control gear enclosure in which ballasts, starters, terminals, etc. are located shall be accessible to provide ease of maintenance, preferably no-tool type. This section shall be complete with knockouts, earthing terminals and 660 volt insulated line connection block.

All live parts shall be effectively screened when the luminaire is fully assembled for use or open to the extent necessary for lamps or other component changing. Protection against electric shock should be independent of mounting and of luminaire position and shall be maintained after removal of all parts except lamps.

Internal wiring shall be securely saddled, and be of the best heat resistant type. Suitable strain relieving devices shall be provided for all wires leaving the enclosure.

All ballast or chokes shall have terminal block connectors to simplify maintenance.

9.1.2 Bowl

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 125: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 148The bowl shall be transparent/translucent cover bedded on a high grade gasket. The cover shall be of either an UV stabilised, vandal resistant, polycarbonate or a clear non-prismatic toughened flat glass.

A simple positive catch or catches shall retain the bowl, or a captive arrangement designed to facilitate the removal and replacement without the use of tools. The bowl shall however be secured to the housing to prevent accidental dropping.

9.1.3 Gaskets

Materials used for gaskets must be resilient and shall prevent the entry of moisture and insects and shall not deteriorate in use due to light, heat or compression, to which they are exposed in practice. Felt gaskets must be tropicalized. Adhesives shall be chemically compatible with the gasket and any other material (body or bowl) with which it will come in contact.

Gaskets shall provide a close fit with not less than 10 mm surface contact width on each face.

9.1.4 Hinges and Catches

Hinges and catches, or any component of these must be made from stainless steel or other acceptable material compatible with the material of any surface with which they come into contact.

Sufficient quantity of catches shall be provided to ensure tight and even closing of the bowls and these should be fastened to or bear on metal or reinforced plastic surfaces strong enough to take repeated operation without the surfaces breaking or distorting. Where catches are made of spring-steel material they shall not lose their tension in service. Catches shall be simple to operate without the use of special tools and preference will be given to toggle operated catches that ensure maintained pressure with ease of operation.

All components used to secure hinged or other covers should be made captive. Covers not hinged must be captive by means of a chain or other acceptable device.

9.1.5 Optical Array

The luminaire optical system shall consist of high grade aluminium reflecting surfaces, deeply anodised, in accordance with BS 1615 or silvered glass mirror/mirrors reflectors providing the light distribution required and maintaining this function under site conditions.

9.1.6 Copper and Copper Alloys, And Steel

These shall comply with the appropriate SABS specifications.

9.1.7 Fixing Screws

All screws used in the construction of the luminaire shall be non-ferrous or heavily plated against corrosion and shall be of the hardened head variety. Screws shall be as large as is practicable but in any case not less than M 5 or equivalent. Screws in any removable part of the luminaire shall be held captive by a device, which will not become loose during operation of the screw. In general one of each pair of mating threaded members must be fixed i.e. no loose nuts will be accepted.

Nuts shall be provided with locking washers or be of the self locking type. Washers shall be of serviceable material and of the correct size to fit the bolt with which it is being used but large enough to prevent nuts and screw head from damaging surfaces.

9.1.8 Lamp holders

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 126: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 149Each luminaire must be fitted with a suitable porcelain lamp holder, which must be capable of withstanding, without deterioration, the maximum temperature attained in service. GES lamp holders must have a spring loaded centre contact.

Lamp holders must be constructed so that lamps will not become loose through vibration. The live conductor shall be connected to the centre contact of the screw type lamp holders and the neutral to the shell. The lamp holders shall comply with SABS 165/1959, plus the following additional requirements.

The contact pressure of spring loaded contacts, when the lamp is fully home, must be as follows:

GES lamp holders : 3.2 kgBC lamp holders : 1.4 kg minimum3.2 kg maximum

The porcelain neck of the lamp holder shall not cover the junction of the lamp cap and glass, which could cause overheating of the capping cement.

9.1.9 Luminaire Terminals

A two way terminal block and earthing terminal must be provided. The terminal block shall be located in an easily accessible position as near as possible to the point of entry of the supply cable and yet be so positioned to avoid possibility of accidental contact during maintenance.

The material of the block shall be non-tracking. Terminal screws shall be non-corrodible and shall be easily accessible. Terminals shall be identified in a permanent form by means of paint colours in accordance with present SABS practice or by means of the letters L and N.

The earth terminal shall consist of a bolt of not less than M6 rigidly fixed to the bodywork of the luminaire and to which all internal components with metal casings shall be bonded by means of no less than 1.5 m earth wire except that where components with unpainted metal casings are rigidly fixed with screws or unpainted metal straps to an unpainted metal tray one earth conductor will be sufficient. Cables must be terminated in soldered or crimped lugs. The earthing terminal shall be provided with two washers, one spring washer and hexagon nut for connection of the incoming earth wire.

The terminal shall be indelibly marked with the standard symbol or the letter E. The resistance of any metal part of the luminaire to the earthing terminal shall not exceed 0.1 ohm.

9.1.10Internal Wiring

All cables shall have a minimum rated voltage of 600 V and shall be substantially non-hygroscopic unless otherwise protected against the ingress of moisture. For certain discharge lamps a voltage of above 250 V may occur in the circuit and the cable insulation shall be sufficient for this higher voltage.

Creepage distance and clearance shall be no less than those specified in SABS 1277/1980.

Insulation resistance and electrical strength to be in accordance with SABS 1277/1980.

9.1.11Spigot Entry and Fixing

The luminaire shall be of the side entry type.

Suitable locking devices shall be provided to prevent the dislodgement of the luminaire by vibration, either in service or during maintenance.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 127: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 150

Suitable provision such as gasketing shall be provided to prevent ingress of moisture or rain along the spigot into the body of the luminaire.

9.2 Lamps

Mercury Vapour MVE

- Rated lamp life shall not be less than 5 000 hours based on a 10 hour burn per start.

- Lamp lumen depreciation to expected life shall not exceed 0.8.

- Lamp lumen output after 2 000 hours shall not be less than 3000 lumens, for 80 W units and 5700 lumens for 125 W units.

150W High Pressure Sodium HPS)

- Rated lamp life shall not be less than 14 000 hours based on a 10 hour burn per start.

- Lamp lumen depreciation to expected life shall not exceed 0.8.

- Lamp lumen output after 2 000 hours shall not be less than 13 500.

100W High Pressure Sodium HPS/E

- Rated lamp life shall not be less than 12 000 hours based on a 10 hour burn per start.

- Lamp lumen depreciation to expected life shall not exceed 0.8.

- Lamp lumen output after 2 000 hours shall not be less than 5 250.

9.3 Data

The supplier shall submit complete photometric data of each luminaire offered as alternatives to those specified.

The photometric data shall be compiled from tests conducted by an approved body on the Manufacturer’s behalf, and shall be a true certified copy of the actual test performance of a sample luminaire. Where SABS test sheets are called for, these shall override any other test data.

Complete lamp and ballast input/output efficiency data shall be provided for the equipment installed in the luminaire offered.

Manufacturer's lamp performance data shall be supplied showing lamp life curves, the effects of line voltage variations, lumen output, depreciation and colour.

9.4 Erection of Luminaires

Luminaires shall be installed after the pole erection is completed. The Contractor shall use either proper scaffolding or a hydraulic lifting apparatus (Cherry-picker). UNDER NO CIRCUMSTANCES shall the Contractor use ladders or equipment in trucks.

9.5 Guarantee

All Luminaires offered shall be covered by a twelve month unconditional guarantee against defects in material or manufacture.

9.6 Final Adjustments and FocussingUpgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 128: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 151

After the lighting installation or specific sections of the lighting installation has been installed and is commissioned, the Contractor shall be required to make final adjustments to the focussing of certain Luminaires (during the hours of darkness) as directed by the Engineer. The Contractor shall make available all labour, tools and access materials to enable the Contractor's personnel to adjust the Luminaires as directed by the Engineer. The installation of the Luminaires shall not be considered complete for measurement and payment purposes until the Contractor has completed the adjustments as directed by the Engineer. The costs for the labour, materials, tools and access equipment to carry out adjustments shall be paid separately under its own pay item.

9.7 Details of Street Light Assemblies

The Contractor shall allow to supply, take delivery of, unpack, assemble, erect and make electrical connection to the luminaire and street light assemblies as described in the drawings.

10.0 GENERAL ITEMS

10.1 Setting Out

The Contractor based on the drawings and specification shall set out the site. The information given in the drawings must be used with discretion such that allowance is made for features and obstructions encountered on site. The pole position and trenches shall be marked with painted pegs or beacons and shall be approved by the Engineer prior to excavation.

Before commencing excavations the Contractor shall ensure that all relevant authorities have been informed and that the necessary way leaves and consents have been obtained.

Poles shall generally be centrally positioned between the roads of the dual carriageway. Where the kerb line is indistinct, or the distances cannot be achieved, such cases shall be drawn to the Engineers notice.

10.2 Documentation and Instructions

Within 28 days of completion of the project, the Contractor shall provide the following documentation as detailed in Section 1.5 and 1.6:

10.2.1Service Manuals

Service manuals shall be provided in respect of servicing, maintenance, lamp changing and operation of control panels. The Contractor shall provide three sets of manuals bound in book form.

A recommended spares list shall be included.

10.2.2As-Built Drawings

The Contractor shall at his own cost provide to the Employer a set of record drawings showing the complete as built installation. All cable routes, pole positions, supply points, wiring diagrams and layouts shall be included.

Cable route positions shall be marked with measurements from plot boundaries and other permanent features.

10.3 Spares

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 129: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 152The Contractor shall handover to the Employer, all spare poles, lanterns and lamps as detailed in the Bill of Quantities. A signed receipt for all items shall be obtained by the Contractor and forwarded to the Engineer.

10.4 Balanced Load

The Contractor shall connect the various outgoing circuits from distribution boards in such a manner as to balance the load over the three phases as nearly as practicable.

Where 3 phase circuits are employed, poles shall be wired on alternate phases, e.g.: Pole 1: Red, Pole 2: Yellow, Pole 3: Blue etc.

10.5 Testing and Commissioning

On completion of the Works each part shall be fully tested and commissioned to the satisfaction of the Engineer to ensure compliance with the specification, IEE Regulations and the Electricity (Supply) Regulations.

The Contractor shall inform the Engineer seven days prior to testing, and shall provide all equipment, tools and labour to allow complete testing. The Contractor shall submit a test certificate bearing results of the test to enable the Employer to arrange a supply contract with BPC.

The Contractor shall arrange and attend final tests with the BPC at each supply point.

The Contractor will be required to replace, make good, or renew at no extra cost any part of the Works that fails to pass the prescribed tests.

10.6 Records and Certificates

Inspection and test results shall be recorded on the standard forms provided by the Engineer. Two copies shall be submitted to the Engineer within 7 days of each test.

When all inspections and tests results are satisfactory, a Completion Certificate and an Inspection Certificate shall be given to the Engineer not later than the date of completion of the works. The certificates shall be given in the form laid down in the IEE Wiring Regulations for electrical installations, (BS 7671:1992), BS 5839 for fire alarm systems, BS 5266 for emergency lighting systems and BS 6651 for lightning protection system.

The values of prospective short-circuit current and earth fault loop impedance at the origin of the installation shall be recorded on the Inspection Certificates.

When an installation is complete and ready for inspection the contractor shall forward the following certificate to the supervising engineer.

Sample

(CLIENT’S LOGO)

CONTRACTOR’S ELECTRICAL COMPLETION CERTIFICATE

I/We certify the Electrical Installations as shown in the attached Schedules(s)at (Project)...............................................................................................................has/have been installed in accordance with the ............................................... and/or latest amendment and is/are now ready for inspection.I/We understand should it become apparent at any time that the electrical installations do not comply with the Regulations. I/We shall be subject to the penalties as laid down in the Regulations.I/We attach an Inspection Certificate (as prescribed in the I.E.E. Regulations) and a schedule for each installation connected from a common meter.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 130: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 153CONTRACTOR’S NAME (PRINT)........................................................................................

CONTRACTOR’S SIGNATURE...........................................................................................

COMPANY NAME..........................................................................................................

COMPANY ADDRESS......................................................................................................

DATE.........................................................................................................................

DISTRIBUTION

ClientConsulting EngineerElectrical Contractor

PART B-4: PARTICULAR SPECIFICATIONS FOR ENVIRONMENTAL MANAGEMENT PLAN

1.0 ENVIRONMENTAL MANAGEMENT TEAM (EMT)

The Contracting Authority will be represented on site by a Resident Engineer (RE) and his inspection team will include an Environmental Control Officer (ECO) who shall determine members of the site supervision team as the Environmental Management Team (EMT) that will report on the activities to the Contracting Authority through RE.

The EMT will be responsible for monitoring the performance of the Contractor during the construction phase with regard to Environmental issues and to assess the effectiveness of the impact mitigation measures in protecting the environment on behalf of the Roads Authority and the local communities. The role of the EMT will be “pro-active” with regard to impacts seeking to predict and prevent negative impact and pollution.

The Contractor will provide one full time Contractor’s Health Safety and Environmental Liaison Officer (HSE Officer) to be responsible for the implementation of all environmental mitigation measures. The HSE Officer will also undertake liaison with local community leaders and ensure that the Contractor’s compliance with the requirements of the Malawi Environmental Affairs Department, the District Valuer’s Office, and other relevant authorities in connection with environmental and social considerations.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 131: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 154

The Contractor shall prepare a Project Environmental Management Plan (PEMP) outlined in Clause 8300 and based on the headings, risks and responsibilities given in the EMP Table.

This Plan shall be particular to the works required under this Contract. The draft PEMP will be discussed, reviewed, where necessary amended and finally agreed in the EMT. The PEMP will form the principal document upon which all Environmental Monitoring will be based throughout the project.

2.0 IMPACT MITIGATION MEASURES

2.1 Landscape Preservation

(1) General

The Contractor shall exercise care to conserve the natural landscape and shall conduct his construction operations so as to prevent any unnecessary destruction, scarring, or defacing of the natural surroundings in the vicinity of the works. Except where clearing is required for permanent works, diversions or excavation operations, all trees, native shrubbery and vegetation shall be preserved and shall be protected from damage by the contractor’s construction operation and equipment. The edges of clearing and cuts through trees, shrubbery, and vegetation shall be irregularly shaped to soften the undesirable visual impact of straight lines. Movement of labour and equipment within the right-of-way and over routes provided for access to the work shall be performed in a manner to prevent damage to grazing land, crops or property.

Except as otherwise provided special reseeding or replanting will not be required under these specifications; however on completion of the work all work areas not seeded shall be scarified and left in a condition which will facilitate natural re-vegetation provided for proper drainage and prevent erosion. All unnecessary destruction, scarring, damage or defacing reseeded or the landscape resulting from the Contractor’s operations shall be repaired, replanted reseeded or otherwise corrected as directed by the Resident Engineer and at the Contractor’s expense.

(2) Construction Roads

The location, alignment, and grade of construction roads shall be subject to approval of the Resident Engineer. When no longer required by the Contractor, construction roads shall, if required by the Resident Engineer, be restored to the original contour and made impassable to vehicular traffic. The surfaces of such diversions shall be scarified as needed to provide a condition that will facilitate natural re-vegetation provided for proper drainage and prevent erosion.

(3) Construction Facilities

The Contractor’s workshops office and yard area shall be located and arranged in a manner to preserve trees and vegetation to the maximum practicable extent. On completion of the project all temporary buildings including concrete footings and slabs, and all construction materials and debris shall be removed from the site. The area shall be regarded, as required, so that all surfaces drain naturally, blend with natural terrain, and are left in a condition that will facilitate natural re-vegetation, provide for proper drainage and prevent erosion.

(4) Blasting Precautions

In addition to any requirements of local regulations, the contractor shall adopt precautions when using explosives that will prevent scattering rocks, stumps, or other

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 132: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 155debris outside the work area, and prevent damage to surrounding trees, shrubbery and vegetation.

2.2 Preservation of Trees and Shrubbery

(1) Preservation

All trees and shrubbery which are not specifically required to be cleared or removed for construction purposes shall be protected from any damage that may be caused by the construction operations and equipment. Special care shall be exercised where trees or shrubs are exposed to injuries by construction equipment, blasting excavating, dumping, chemical damage or other operations; and the Contractor shall adequately protect such trees by use of protective barriers or other methods approved by the Resident Engineer. The removal of trees or shrubs will only be permitted after prior approval by the Resident Engineer.

The layout of the Contractor’s construction facilities such as workshops, warehouse storage areas and parking areas; location of access and haul routes; and operation in borrow and spoil areas shall be planned and conducted in such a manner that all trees and shrubbery not approved for removal by the Resident Engineer shall be preserved and adequately protected from either direct or indirect damage by the Contractor’s operations.

Except in emergency cases or when otherwise approved by Resident Engineer, trees shall not be used as anchorages. Where such use is approved, the trunk shall be wrapped in with a sufficient thickness of approved protective material before any rope, cable, or wire is placed.

(2) Repair or Treatment of Damage

The Contractor shall be responsible for injuries to trees and shrubs caused by his operations. The term “injury” shall include without limitation, bruising, scarring, tearing and breaking of roots, trunk or branches. All injured trees and shrubs shall be repaired or treated without delay, at the Contractor’s expense. If damage occurs, the Resident Engineer will determine method of repair or treatment to be used for injured trees and shrubs as recommended by an experienced horticulturist or a licensed tree surgeon provided by and at the expense of the Contractor.

(3) Replacement

Trees or Shrubs that in the opinion of the Resident Engineer are beyond savings shall be removed and replaced early in the next planning season. The replacement shall be the same species or other approved species and of the maximum size that is practicable to plant and sustain growth in the particular environment. Replacement trees and shrubs shall be stayed, watered and maintained for a period of 1 year from the date of replacement.

2.3 Prevention of Water Pollution

(1) General

The Contractor’s construction activities shall be performed by methods that will prevent entrance or accidental spillage, of solid matter, contaminants, debris, and other pollutants and wastes into streams, flowing or dry watercourses, lakes, and underground water sources, concrete, sanitary waste, industrial waste, radioactive substances, oil and other petroleum products, aggregate processing tailings, mineral salts and thermal pollution.

Dewatering work for structure foundations or earthworks operations adjacent to or encroaching on streams or watercourses shall be conducted in a manner to prevent

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 133: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 156muddy water and eroded materials from entering the streams or watercourses by construction of intercepting ditches, bypass channels, barriers, settling ponds or by other approved means. Excavated materials or other construction materials shall not be stockpiled or deposited near or on stream banks, lake shorelines or other watercourse perimeters where they can be washed away by high water or storm runoff or can in any way encroach upon watercourse itself.

Turbidity increases in a stream or other bodies of after that are caused by construction activities shall be strictly controlled. When necessary to perform required construction work in a stream channel, the turbidity may be increased, as approved by the Resident Engineer, for the shortest practicable period required to complete such work. This required construction work may include such work as diversion of a stream, construction or removal of cofferdams, specified earthworks in or adjacent to a stream channel, pile driving, and construction of turbidity control structures. Mechanised equipment shall not be operating in flowing water except as necessary to construct crossing or to perform the required construction.

Wastewater from aggregate processing, concrete batching, or other construction operations shall not enter streams, watercourses, or other surface waters without the use of such turbidity control methods as settling ponds, gravel-filter entrapment dikes, approved flocculating processes that are not harmful to fish, re-circulation systems for washing of aggregates or other approved methods. Any such wastewaters, discharged into surface of these specifications, settle-able material is defined as that material possible. For the purpose of these specifications settle-able material is defined as material which will settle from the water by gravity during a 1- hour quiescent detention period.

(2) Compliance with law and regulations

The Contractor shall comply with applicable laws and regulations and water quality standards concerning the control and abatement of water pollution.

2.4 Abatement of Air Pollution

The Contractor shall comply with applicable laws and regulations concerning the prevention and control of air pollution. Notwithstanding the above in conduct of construction activities and operation of equipment, the Contractor shall utilize such practicable methods and devices as are reasonably available to control prevent and otherwise minimize atmospheric emissions or discharges of air contaminants.

The emission of dust into the atmosphere shall be strictly controlled during the manufacture, handling and storage of concrete and road aggregates, and the Contractor shall use such methods and equipment as are necessary for the collection and disposal or prevention of dust during these operations. The Contractor’s methods of storing and handling cement and lime shall also include means of eliminating atmospheric discharges of dust. Equipment and vehicles that show excessive emissions of exhaust gases due to poor engine adjustments or other inefficient operating conditions. Shall not be operated until corrective repairs or adjustments are made.

Burning of materials resulting from clearing of trees and bush, combustible construction materials, and rubbish will be permitted only when atmospheric conditions for burning are considered favourable and when authorized by the Resident Engineer. In lieu of burning, such combustible materials may be disposed of by other methods as provided in Clause 2.10 hereof. Where open burning is permitted, the burn piles shall be properly constructed to minimize smoke, and in no case shall unapproved materials such as tires, plastic rubber products, asphalt products, or other materials, that create heavy black smoke or nuisance odours, be burned.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 134: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 1572.5 Dust Abatement

During the performance of the work required by this specifications or any other appurtenant thereto, whether on right-of-way provided by the Employer or elsewhere, the Contractor shall furnish all the labour, equipment, materials, and means required, and shall carry out proper and efficient measures wherever and as often as necessary to reduce the dust nuisance and to prevent dust which has originated from his operations from damaging crops, orchards, cultivated fields and dwellings or causing nuisance to obtain adequate control.

2.6 Noise Abatement

The Contractor shall comply with applicable National laws, orders and regulations concerning the prevention, control and abatement of excessive noise.

Blasting, the use of jackhammers, pile driving, rock crushing or other operations producing high-intensity impact noise may be not be performed during the night.

2.7 Light Abatement

The Contractor shall exercise special care to direct all stationary flood-light to shine downwards at an angle less than horizontal. These floodlights shall also be shielded so as not to be a nuisance to surrounding areas. No lighting shall include a residence in its direct beam.

The Contractor shall be responsible for correcting light problems when they occur as directed by the Resident Engineer.

2.8 Preservation of Historical & Archaeological Data

Should the Contractor or any of his employees in the performance of his contract discover evidence of possible scientific, prehistoric, or archaeological data he will notify the Resident Engineer immediately, giving the location and nature of the findings. Written confirmation shall be forwarded within 2 days. The Contractor shall exercise care so as not to damage artefacts or fossils uncovered during excavation operation and shall provide such co-operation and assistance as may be necessary to preserve the findings for removal or other disposition by the employer. The Contractor will also report his findings for the Ministry of Forestry, Fisheries and Environmental Affairs and the authority responsible for antiquities.

Where appropriate by reasons of a discovery the Resident Engineer may order delays in the time of performance, or changes in the work, or both. If such delays, or changes or both are ordered, the time of performance and contract price shall be adjusted in accordance with the applicable clause in the conditions of contract.

The Contractor shall insert this Clause in all subcontracts that involve the performance of work on the project site.

2.9 Pesticides

Pesticides include herbicides, insecticides, fungicides rodenticides, and pesticides, surface disinfectants animal repellent and insect repellent. Should the Contractor find it necessary to use pesticides in work areas of this contract, he shall submit his plan for such use to the Resident Engineer for written approval.

The Contractor shall read and comply with all labelling requirements when using pesticides.

2.10 Clean-Up and Disposal of Waste Materials

(1) Clean – Up

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 135: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 158The Contractor shall, at all times keep the construction area, including storage areas used free from accumulation of waste material or rubbish.

All waste water and sewerage from office, residential and mobile camps shall be piped to soak pits or other disposal areas constructed in accordance with local government regulations, and where and when regulations require it the Contractor shall obtain a permit or other appropriate documentation approving the disposal methods used.

All used fuels, oils, other plant or vehicle fluids, and old tyres and tubes shall be collected to a central disposal area on a daily basis and disposed of in a manner approved by the Resident Engineer.

Servicing of plant equipment and vehicles shall whenever possible be carried out at a workshop area. This workshop area shall be equipped with secure storage areas for fuels oils and other fluids and constructed in such a way as to contain any spillage, which may occur, and similar storage where fluids can be stored securely prior to their disposal.

When servicing of plant, equipment and vehicles is carried out away from the workshop area it shall be done at locations and in such a manner as to avoid spillage and contamination of streams and other drainage courses. Any spillage shall be cleaned up by either burning in place or collecting the contaminated soils and burning them at the central disposal area, all to the satisfaction of the Resident Engineer.

Prior to the completion of the work, the Contractor shall remove from the vicinity of the work all facilities, buildings, rubbish, unused materials, concrete forms and other like material, belonging to him or used under his directions during construction.

All work areas shall be graded and left in a neat manner conforming to the natural appearance of the landscape as provided in these specifications.

Any residue deposited on the ground from washing out truck mixers, agitating trucks or any other similar concrete operations shall be buried or cleaned up in a manner acceptable to the Resident Engineer.

In the event of the Contractor’s failure to perform the above work, the work may be performed by the Employer at the expense of the Contractor, and his surety or sureties shall be liable therefore.

(2) Disposal of Waste Material

(a) General

Waste materials including, but not restricted to refuse, garbage, sanitary wastes industrial wastes and oil and other petroleum products, shall be disposed of by the Contractor. Disposal of combustible materials shall be by burying, where burial of such materials is approved by the Resident Engineer by burning, where burning of approved materials is permitted; or by removal from the construction area. Disposal of non-combustible materials shall be by burying where burial of such materials is approved by the Resident Engineer or by removal from the construction area. Waste materials removed from the construction area shall be dumped at an approved dump

(b) Disposal of Material by Burying

Only materials approved by the Resident Engineer may be buried. Burial shall be in pits and the location, size and depth of which shall be approved by the Resident Engineer. The pits shall be covered by at least 0.6 metre of earth material prior to abandonment.

(c) Disposal of Material by Burning

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 136: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 159All materials to be burned shall be piled in designated burning areas in such a manner as will cause the least fire hazards. Burning shall be through and complete and all charred pieces remaining after burning, except for scattered small pieces, shall be removed from the construction area and disposed of as otherwise provided in this Clause.

The Contractor shall at all times, take special precautions to prevent fire from spreading beyond the piles being burned and shall be liable for any damage caused by this burning operations. The Contractor shall have available, at all times, suitable equipment and supplies for use in preventing and suppressing fires and shall be subject to all laws and regulations locally applicable for pre-suppression, suppression and prevention of fires.

(d) Disposal of Material by Removal

Material to be disposed of by removal from the construction area shall be removed from the area prior to the completion of the work under these specifications. All materials removed shall become the property of the Contractor.

Materials to be disposed of by dumping shall be hauled to an approved dump. It shall be the responsibility of the Contractor to make any arrangements of such dumping. Any fees for charges required to be paid for dumping of materials shall be paid by the Contractor and shall be included in the prices tendered in the Bill of Quantities for other work.

3.0 PROJECT ENVIRONMENTAL MANAGEMENT PLAN (PEMP)

The Contractor will be deemed to have prepared his tender upon sound environmental practice and the guidelines contained in this section together with the entire contents of the Guidelines to Environmental Impact Assessment issued by the Ministry of Forestry, Fisheries and Environmental Affairs in December 1997 and the heading applicable to this contract in the Environmental Management Plan that follows this Section; as well as Environmental and Social Management Guidelines in the Road Sector issued by the Roads Authority in March 2008.

The PEMP will be read in conjunction with and shall be deemed to include all descriptions of environmental protection and mitigation described elsewhere in the Specification, Design Standards and Conditions of Contract. The PEMP will supplement but not supersede normal Regulatory Controls from Health and Safety Inspectorates and shall be made available to all parties.

The following is a summary of the guidelines to be incorporated into the PEMP:

(a) Specific proposals

(i) Drainage

- Drainage and Proper installation of drainage structures

(ii) Soil erosion

- Controlling and management of excavation activities - Installation of erosion control measures such as check dams, scour

checks and impact dissipaters- Landscaping and re-vegetating road embankment and gravel sites

(iii) Pollution (air, noise, water)

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 137: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 160- Supervision of construction traffic, including control of speed- Sensitisation of workforce- Maintenance of plant and equipment - Proper disposal of construction debris, proper handling, storage and

disposal of oil and oil wastes, and disposal of wastewater / sewage at Contractor’s /workmen’s camps

(iv) Materials sources

- Planned, controlled and restricted access to all materials sites- Proper management of excavation activities - Landscaping, terracing where necessary, and grassing and re-vegetation

of materials sites- Compensation of individuals/ communities as required for use of

material- Controlled blasting of hard stone material

(v) Water Sources

- Consultation with communities during identification of sources - Management of water usage

(vi) Deviations

- Planning of deviations - Reinstating deviations (and old tracks) to original condition

(vii) Vegetation

- Prohibition of use of herbicides- Landscaping and planting all disturbed areas (pits, deviations,

embankments, camps sites)- Planting of trees at main towns/trading centres along road for aesthetics

and as pollution screens.

(viii) Demobilisation/ Decommissioning

- Proper removal and disposal of construction buildings and structures required for the contractors’/workmen’s camp, and construction wastes including oil, solid wastes, and debris after construction works are complete, and restoration to original condition where applicable.

(ix) Land/property and crops

- Notification to people about non – compensation for annual crops within road reserve

- Evaluate land/property loss due to deviations, materials sites and Contractor’s camp

- Compensation to be paid for land, crops and all property on land temporarily acquired for road construction works (camps and deviations) and for all crops outside road reserve that are removed/destroyed for clearing of carriageway, gravel pits and deviations

(x) Public Health and Occupational Safety

- Provision of water supply for the workforce, and proper facilities for the disposal of solid and sanitary waste

- Provision of protective gear to workforce- Provision of a first aid kit on site

(xi) Road Safety

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 138: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 161- Supervision of construction traffic and management of construction

activities - Provision of safe access/egress to work sites- Warning signs are erected.

(xii) Site of cultural, historical and traditional value

- All findings to be reported to the Resident Engineer, RA Ministry responsible for antiquities and Department of Environmental Affairs.

- All graves are avoided.

(b) Planning and prevention

(i) Frequency of Environmental site meetings to be chaired by the Environmental Control Officer and attended by relevant parties.

(ii) Adoption of time scale and planning for all relevant measures(iii) Procedure for correction of bad practice(iv) Reinstatement of borrow pits

(c) Borrow areas

Borrow areas shall be reinstated in compliance with the following minimum specifications in the table below:

PIT AND QUARRY REINSTATEMENT SPECIFICATION1. At the completion of operations the Contractor shall rehabilitate used, exhausted

and obsolete pits and quarries.2. The sides and floors of pits shall be formed to a flowing finish with side slopes

not steeper than 1 vertical to 6 horizontal.3. During pit reshaping any material carried to the pit shall be spread uniformly

over the entire shaped surface. The Contractor shall ensure that non – biodegradable and inert waste is removed and disposed of in licenced sites. The same will apply to toxic waste.

4. Topsoil shall be spread over the shaped batters, filled areas and bare areas of the pits to a reasonable depth.

5. Following the spreading of topsoil, the entire pit shall be ripped along the contours to a depth of 500mm and at not more than 500mm spacing.

REVEGETATION SPECIFICATION1. Planting and direct seeding shall be carried out after the topsoil has been placed,

shaped and prepared for planting and seeding operations2. The Contractor shall prepare a plant and seed species list that is representative

of the native vegetation (trees, and understorey species) in adjacent areas and the list is to be included in the Environmental Management Plan.

3. The plant and seed list shall describe the plant size and spacing of all plants, the quantities by seed species in a seed mix and the seeding rate (kg per hectare) to be used in any revegetation of the area to be rehabilitated.

4. The Contractor shall supply and hand-plant tube stock in good condition using the species and spacing chosen in the plant list.

5. The Contractor shall supply and direct seed the areas to be seeded using the seed species mix and seeding rate (kg per hectare) as described in the plant list.

6. All planting, seeding and or weed control operations shall be undertaken in accordance with basic principles of REVEGETATION AND LANDSCAPING.

7. The completion criteria for revegetation shall be in accordance with the Environmental Management Plan.

4.0 ENVIRONMENTAL TRAININGUpgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 139: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 162

The ECO will be responsible for organising the environmental training of all the Engineer’s and Contractor’s staff. It is suggested that this training is coupled with the safety training that the Contractor should include in his own site management plan. The Contractor shall ensure that the Resident Engineer is informed of all staff that will work on the site and their general responsibilities and shall make sure that they are available to attend suitable briefing sessions arranged by the ECO on the environmental mitigation measures that are to be in place on the site.

The Contractor shall provide the ECO with a suitable room for the briefing and such administrative support and facilities as shall be ordered by the ECO.

5.0 MEDICAL AND HIV/AIDS PREVENTION PROGRAMMES

To assist in the general health and well-being of both all the site staff and the residents in the community local to the works, the Roads Authority will organize and coordinate appropriate awareness training as well as health screening (other than accident prevention and medical aid facilities provided by the Contractor).

The Contractor shall ensure that the Resident Engineer is informed when any new staff commence work on the site such that health and HIV awareness and counselling can be provided either in group sessions or on an individual basis. The Contractor shall ensure that staff are available for briefing by the RA’s staff and shall make available suitable rooms, administrative support and provide any facilities or supplies against an order from the RA. The Contractor shall ensure that condoms provided as part of the HIV/STD control programme are readily available to all staff.

The RA will also arrange for the health screening of site workers in local medical facilities and the Contractor shall cooperate fully in these programmes by making staff available. The Contractor shall ensure that the Resident Engineer and local medical officials are informed promptly of any workers suffering from the symptoms of infectious disease so appropriate help and treatment can be arranged promptly.

6.0 ROAD SAFETY TRAINING

The RA will be arranging road safety training and awareness sessions in local schools and community centres. The Contractor will assist the RA when requested with administrative support and where ordered the provision of supplies for these courses and programmes.

7.0 RESPONSIBLE AUTHORITIES

The Contractor is advised that the following authorities have an interest in the environmental and social protective measures associated with this road construction project.

Environmental Affairs DepartmentPublic Health DepartmentHealth and Safety OfficeEach District Assembly of Districts through which the road traverses.

8.0 SITE CLEARANCE

No trees are to be cut or removed unless required to be cleared or removed for construction works. Where there are branches overhanging roads or traffic diversion routes the Contractor shall agree with the SR the cutting back necessary to provide for clear vehicle access. The Branch cutting shall then be carried carefully using saws to leave a clean cut face with no damages or snags.

9.1.9 FINISHING OF VERGES AND OTHER WORKS AREA

Verges, routes of diversion roads, site camps and all other areas where the Contractor’s work has heavily compacted the soil shall be loosened, spread with a

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 140: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 163thin layer of grass plant rich soil and firmed by foot or a light roller so as to encourage the re-growth of natural vegetation.

9.1.10 WATER POLLUTION

The Contractor shall observe the requirements of Clause 8203 to avoid the pollution of watercourses and ground water. Sanitary facilities for all site workers convenient to the working sites shall be provided to enable environmentally sensitive disposal of the waste. The storage of bitumen fuel and oil for the works operations shall be arranged in working sites, refuelling of all plant and equipment and servicing practices shall be arranged to prevent the uncontrolled spilling of any oil based products.

Mitigation measures shall include drip trays, working on paved surfaces with waste collection arrangements and the provision of oil absorbing material for spills that can be subsequently disposed safely by burning.

Environmental Management Plan Table

Environmental Social Impact

Proposed Mitigation and Aspect for Monitoring

Responsibility for intervention and monitoring during design, construction and defects liability period

Responsibility for mitigation monitoring and/or maintenance after defects liability period

Monitoring means(c) = Construction(o) = operation

Recommended frequency of monitoring

ENVIRONMENTAL MANAGEMENT

Changes in hydrology impeded drainage

Install drainage structure properly

Efficiency of drainage structures

Design consultant Supervising EngineerSupervising Engineer

Contractor

District Works Offices

Inspection(o) routine maintenance and road condition survey

(c) during construction and on completion of each structure

Soil erosion Control earthworks

Install drainage structures properly

Install erosion control measures

Landscape and re-vegetate gravel sites

Management of excavation activities

Impact on erosion (on road, off road, embankments, riverbanks, etc)

Efficiency of erosion

Supervising Engineer and Contractor Designer /RA

District Works Offices RA

Supervising Engineer and Contractor

(c ) inspection(o) routine maintenance and road condition survey

(c ) inspection(o) routine maintenance and road condition survey

(c) daily erosion control measures during construction and on completion of measures

(o ) once in 6 months

(c ) once a month

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 141: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 164control measures

Landscape and grass road embankment

Air pollution Control speed of construction vehicles

Prohibit idling of vehicles

Sensitive workforce

Maintenance of plant and equipment

Plant trees in towns as pollution screens

Impose speed limits for all vehicles, especially at towns and villages

sensitize motorists/road users

Supervising Engineer and Contractor

Designer/ RATA \Health and Environment committees Traffic police

(c ) inspection/ observation

(o) observation

(c) Daily /random

(o) random

Air pollution Control speed of construction vehicles

Prohibit idling of vehicles

Sensitive workforce

Maintenance of plant and equipment

Plant trees in towns as pollution screens

Impose speed limits for all vehicles, especially at towns and villages

sensitize motorists/road users

Supervising Engineer and Contractor

Designer/ RATA \Health and Environment committees Traffic police

(c ) inspection/ observation

(o) observation

(c) Daily /random

(o) random

Noise pollution

Sensitize workforce

Supervise construction traffic

Sensitise drivers of construction vehicles

Maintain plant and equipment

Impose speed limits for all vehicles,

Supervising Engineer and Contractor TA Health

and environment Committees

Traffic police

(c ) inspection/ observation

(o) observation

(a) Daily /random

(o) random

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 142: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 165especially at towns and villages

Sensitize motorists /road users

Water pollution

Incorporate erosion control measures

Works on culverts to be done in the dry season

Proper disposal of construction debris

Proper handling, storage and disposal of oil and oil wastes

Proper disposal of wastewater /sewerage at Contractor’s workmen’s camps

Designer/ RA

Supervising Engineer and Constructor

Contractor (c ) inspection (c ) daily

Oil pollution

Construct parking bays at larger trading centres for heavy vehicles.

Proper storage, handling and disposal of oil and oil wastes

Maintain plant and equipment

Maintenance of construction vehicles should be carried out in the Contractor’s camp

Design Consultant Supervising Engineer and Contractor

Supervising Engineer and Contractor

Contractor (c ) Inspection (o) routine maintenance

(c ) during construction and on completion

(o) once in 6 months

(c) daily

Gravel sites

Inform people living at/near the sites that the pits have been selected for exploitation.

Plan access to gravel sites

Control and restrict access to gravel sites (e.g. by fencing )

Control earthworks Proper

management of excavation activities

Landscape terrace if necessary, and grass site s. Replace trees that were removed during excavation

Discourage pits being made into water pans after construction Rehabilitate old unused gravel pits

Compensate individuals/

Supervising engineer and Contractor

Supervising Engineer and Contractor

Contractor

Supervising Engineer

District Works offices RA

( c) meeting

(c ) Inspection

(c ) Payment records

(o ) Inspection

(c ) Once immediately after selection of sites

(c ) daily

(o) once before excavation begins and at specified periods as agreed thereafter

(c ) once in 2 months

(o) once in 6 months

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 143: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 166communities as required for use of material

Progress of rehabilitated gravel sites (use of site, established vegetation)

Hard stone sources

Inform communities living at/near the sites that the sites have been selected for exploitation.

Plan access to hard stone sites

Control and restrict access to hard stone sites (e.g. by fencing)

Control blasting

Proper management of exploitation activities

Landscape site after exploitation and grass sites. Replace trees or vegetation that were removed during excavation

Compensate individuals / communities as required for use of material

Supervising Engineer and Contractor

Supervising Engineer and Contractor

Contractor

(c ) meeting

(c ) inspection

(c) payments records

(c) Once immediately after selection of sites

(c) daily

(o) once before excavation begins and at specified periods as agreed thereafter

Sand sources

Take sand from beds of large rivers only

Extraction to be done during low flow

Supervising Engineer and Contractor

n/a (c ) inspection (c ) during mining

Water sources

Consult with communities during identification of sources

Management of water usage

Designer /RA n/a (c ) meetings, inspection , check plans and schedule

( c) during rains during abstraction at source and at random

Deviations Plans deviations

Adhere to road reserve if

Supervising Engineer andContractor

Contractor (c) check plans inspections

(o) daily when deviations are in use

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 144: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 167possible

Obtain permission from inhabitant/community if deviation goes beyond road reserve

Re instate deviations (and old tracks) to original condition

Pay compensation for crops/property removed/ destroyed by deviations

Monitor rehabilitation of deviations

ContractorDistrict Works Offices RA

(o) Payment records

(c ) once before constructing deviations

(o) Once in 6 months

Vegetation / flora / forests

Control clearing

Prohibit clearing using herbicides

Replant areas where vegetation is unnecessarily removed

Landscaping and planting all disturbed areas (pits, deviations embankments, camp sites)

Plant trees at main towns/ trading centres along road

Supervising Engineer and Contractor

TA Health and Environment Committees

Contractor ( c) inspection (c ) daily

Planting and grassing should be done just before the rains

Discourage use of firewood/charcoal by providing alternatives

Care for tree/plants

TA Health and Environment Committees

(c ) observation

(o ) observation

(c ) weekly( o) Random

Workmanship

locate camp in terminal town

provide water supply

provide proper sanitation facilities on site

Provide proper solid waste disposal

Supervising Engineer and Contractor

Contractor (c ) inspection (c ) daily

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 145: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 168facilities

Have central canteen facilities

Discourage use of firewood/charcoal by providing alternatives

Manage water use in camps

Visual Enlargement

Landscaping and planting of deviations, gravel sites and camp

Plant trees at terminal towns and trading centres

Care for plants and trees

Designer /RATA health and Environment committees

Contractor

TA Health and Environment Committees

(c ) inspection

(c ) observation

(o) observation

(c ) daily / random

(c ) Weekly (o) random

Construction waste

Proper disposal of construction wastes including oil, solid wastes and debris

Supervising Engineer and Contractor

Contractor (c ) inspection (c ) weekly

Demobilisation

Clean up siteRemove all

debrisRemove to

original condition

Supervising Engineer and Contractor

Contractor (c ) inspection and certificate of completion

(c ) on completion of road construction works

SOCIAL MITIGATION

Settlement Plan for

increased population and subsequent expansion of terminal towns and trading centres

Conduct STD/AIDS awareness campaign

Plan for local security

District Physical Planning Department

Supervising Engineer

TAs

District Physical Planning Department

(c ) meetings, Barraza’s(o) reports(c ) inspection records

(c ) meetings, deployment of local police

(c ) once during construction(o) annually(c ) continuous(c ) continuous(o ) continuous

Loss of Land /property

Identify project affected people

Notify people about non-compensation for annual crops within road reserve

Evaluate land/property loss due to deviations, materials sites and contractor’s camp

RA

Contractor

n/a (c ) inspection(c) notices, meetings

(c ) inspection

(c ) payments records

(c ) Once before construction commences

(c ) compensation paid once after assessment of loss before construction

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 146: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 169 Compensation

to be paid for land and all property on land to temporally acquired for road construction works

Loss of crops

Limits clearing of crops as much as possible

Pay compensation for all crops outside road reserve that are removed/destroyed for clearing of carriage way , gravel pits and deviations

Compensation to be paid for perennial crops within road reserve

RA

Supervising Engineer and Contractor

RA

Supervising Engineer and Contractor

(c ) inspector

(c ) payment records

(c ) Daily

(c ) Once after assessment of loss before construction

Employment Recruit local people, of which at least 25% should be women

Contractor n/a (o) certificate of employment

(o ) quarterly

Public Health and Occupational safety

Reduce/minimize pollution as above

Provide water supply at camps

P roper disposal of solid and sanitary waste at camps

Design and locate pit latrines prudently

Have communal ablution facilities

Conduct STD/AIDS awareness campaign and distribute condoms

Provide potable water for workforce

Provision of protective gear to

Supervising Engineer and Contractor

RA/Ministry of health

Contractor

RA Ministry of Health

(c ) Inspection

(o) Independent study

(c ) daily

(o ) once in 6 months

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 147: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 170workforce

First Aid Kit on site

Appoint Health Safety and Environment officer on site

Contractor should have workmen’s compensation cover

Monitor impact on public health (incidence of malaria, respiratory diseases, STDs HIV/AIDS)

Disturbance to public

Minimise pollution as above

Erect information and warning signs

Control construction activities

Construct special parking bay at terminal towns for trucks/heavy vehicles

Supervising Engineer

Supervising Engineer

Supervising Engineer and ContractorDesign Consultant

Contractor District Works Offices

( c) Inspection

( c) Inspection( c) Inspection( c) Inspection(o) routines maintenance

(c )daily

(c ) when affected(c )daily(c ) during construction and on completion(o ) once in 6 months

Road Safety Install speed bumps near school and trading centres

Supervise construction traffic

Ensure safe access/egress to work sites

Erect warning signs

Construct shoulders which can be used by pedestrians and non

Design Engineer

Supervising Engineer and Contractor

Design Consultant

Supervising Engineer and Contractor

District Works Offices

District Works offices

RA

(o) (c) Inspection

(c) Inspection(o) routines maintenance

(c) Inspection(o) routine maintenance

(o) Police report

(c)daily

(c) when designed

(o) once in 6 moths

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 148: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 171motorized traffic

Construct special parking bay at large trading centres for trucks/heavy vehicles

Impact on road safety (number of accidents)

Sites of cultural historical and traditional value

Report all findings to Supervising Engineer, RA, Ministry responsible for antiquities and DEA

Avoid all graves

Supervising Engineer and Contractor

n/a (c ) Inspection and report

(c) As need arises

Socio-economic status

Changes in income level

Change in health status

Changes in education levels

n/a RA (o) Independent Study

(o) once in 5 years

Land use Change in land use area covered by settlement, arable land, pasture, degraded land shrub/bushland social land

n/a District Agriculture Offices,District Physical Planning Department

(o) Independent Study

(o) once in 5 years

Economic activity in project area

Changes in agricultural production and marketing

Changes in livestock production and marketing

n/a District Agricultural Officers/RA

(o) Independent study

(o) once in 5 years

Create the following Pay Items:

PS80.00ENVIRONMENTAL AND SOCIAL IMPACT MITIGATIONPS80.01Provide Health/safety and Environmental Liaison Officer for full

period of the project.................................................................................................. month

PS80.02Allow for the undertaking and implementation of all the requirements of the Environmental Management Plan as described in Clause 8300 and full compliance

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 149: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 172with Series 8000 of the specifications.......................................................................

L.Sum

PS80.03Provide assistance and environmental training to staff........................................P.S.

PS80.04Handling costs, profit and overheads in respect of item 80.03............................%

PS80.05Provide medical facilities in HIV/AIDS preventionprogramme.................................................................................................................

P.S.

PS80.06Handling costs, profit and overheads in respect of Item 80.05............................%

PS80.07Provide assistance and Road Safety training to staff............................................P.S.

PS80.08Handling costs, profit and overheads in respect of Item 80.07............................%

PS80.09 Installation of Road Safety measures as per drawing detailto the satisfaction of the Engineer...........................................................................

Set

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 150: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 173

DrawingsTender Drawings are bound separately as Volume II of the Tender Documents.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 151: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 174

Supplementary Information

The results of the pavement and materials investigation that was undertaken during the design stage of this project are given in the Materials Report. This report, is marked “FOR INFORMATION ONLY AND WILL NOT FORM PART OF THE CONTRACT”.

The report only represent the investigations and findings of the consultant appointed to undertake the detailed design and it is the Bidder’s responsibility for identifying all sources of construction materials and for ensuring that such materials comply with specification requirements.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 152: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 175

SECTION 7: GENERAL CONDITIONS OF CONTRACTThe applicable conditions of contract shall be the “Conditions of Contract for Construction for Building and Engineering Works Designed by the Employer, First Edition, 1999”published by the International Federation of Consulting Engineers (FIDIC). The address and contact details of the Federation is as follows:

International Federation of Consulting Engineers (FIDIC)World Trade CentreP.O. Box 3111215 Geneva 15SWITZERLANDTelephone: +41227994905Facsimile: +41227994901Email: [email protected]: http://www.fidic.org

Note: This Document, which forms Part of the Tender and Contract documentation can be accessed through the above contact details and all Tenderers should acquire their own copy of this standard document at their own cost.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 153: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 176

Section 8: Particular Conditions (PC)PART A: CONTRACT DATA

Employer’s name and address 1.1.2.2 & 1.3

Roads Authority of MalawiFunctional BuildingPrivate Bag B346LILONGWE 3MALAWI

Telephone: (265) 1 753 699Fax number: (265) 1 750 307Electronic mail address: [email protected];

Contractor’s name and address

1.1.2.3 & 1.3

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

..................................Engineer’s name and address 1.1.2.4 &

1.3....................................................................

Period within which works on site must commence

1.1.3.2 & 8.1

Within 28 days after the Commencement Date

Time for Completion of the Works

1.1.3.3 & 8.2

365 calendar days including the Contractor's holidays and non-working days

Defects Notification Period 1.1.3.7 & 11

365 days calculated from the date stated in the Taking-Over Certificate.

Electronic transmission systems

1.3 Communications shall be in writing and may be delivered by hand, registered mail or transmitted by email or facsimile signed and on a letter head as an advance copy.

Governing Law 1.4 The Laws of the Republic of MalawiRuling language 1.4 EnglishLanguage for communications 1.4 EnglishTime for access to the Site 2.1 No later than the Commencement Date.Engineer’s Duties and Authority

3.1 Variations resulting in an increase of the Accepted Contract Amount shall require approval of the Employer.

Amount of Performance Security

4.2 10% of the Accepted Contract Amount for the duration of the construction period and defects notification period in the currency of the contract.

Period within which works Performance Bank Guarantee must be submitted

4.2 Within 28 days after receiving the Letter of Acceptance.

Normal working hours 6.5 Monday to Saturday 7:30am – 17:00 hours with exception of Gazetted Public Holidays at a maximum of 45 hours in a week. The Contractor should note that the working hours for Engineer’s personnel on Saturday are from 7:30 to 10:30 hours.

Delay damages for the Works 8.7 & 0.05 % of the Contract Price per day in the

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 154: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 17714.15(b) currencies and proportions in which the

Contract Price is payable.Maximum amount of delay damages

8.7 5% of the final Contract Price.

Provisional Sums 13.5(b) 7.5% or rates tendered under Section 1800 Dayworks Schedule, whichever is the lowest.

Total advance payment 14.2 10% Percentage of the Accepted Contract Amount payable in the currencies and proportions in which the Accepted Contract Amount is payable, subject to acceptance of an Advance Payment Guarantee.

Percentage of Retention 14.3 10% for each Payment Certificate. A guarantee in lieu of retention money will not be accepted.

Limit of Retention Money 14.3 5% of the Accepted Contract Amount.Plant and Materials 14.5(b) Not Applicable

14.5(c) All materials procured for incorporation in the Works as Scheduled

Minimum Amount of Interim Payment Certificates

14.6 MWK 400 million or equivalent excluding VAT.

Calculation of Financing Charges

14.8 At 1% above the Prime Lending Rate of the local Commercial Bank of the Contractor

Maximum total liability of the Contractor to the Employer

17.6 The product of 1.2 times the Accepted Contract Amount.

Insurance to be arranged by 18 ContractorInsurance to be arranged by 18 ContractorPeriods for submission of insurance:

18.1

a) evidence of insurance 28 daysb) relevant policies 28 daysMaximum amount of deductibles for insurance of the Employer's risks

18.2(d) MWK 5,000,000/= per occurrence with the number of occurrences unlimited.

Minimum amount of third partyInsurance

18.3 MWK 150,000,000

Date by which the DB shall be appointed

20.2 Thirty (30) days after the declaration of a dispute by either party.

The DB shall be comprised of 20.2 Three MembersList of potential DB sole members

20.2 Not Applicable

Appointment (if not agreed) to be made by

20.3 Chairman of the Malawi Board of Engineers

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 155: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 178

PART B: SPECIFIC CONTRACT PROVISIONS

The Clauses of the Particular Conditions of Contract are numbered “PCC” followed in each case by the number of the relevant Clauses or Sub-clause in the General Conditions of Contract and its relevant heading, or where new and unrelated Conditions of Contract are introduced by numbers following the last Clause number in the General Conditions of Contract and appropriate headings.

1. GENERAL PROVISIONS

PCC 1.1 Definitions

PCC 1.1.1 The Contract

Add the following to sub-clause 1.1.1.4

The word “Letter of Bid” is synonymous with “Letter of Tender”.

Add the following to sub-clause 1.1.1.8

The word “Bid” is synonymous with the “Tender”.

Add the following to sub- clause 1.1.1.9

The word “Appendix to Bid” is synonymous with “Appendix to Tender”.

Add the following to sub clause 1.1.1.10

The word “Schedule of Quantities” is synonymous with “Bill of Quantities” and “Schedules of Prices” or “Priced Schedules”.

PCC 1.1.4 Money and Payments

Add the following to sub clause 1.1.4.10

Where sums are stated in the Bill of Quantities for covering the Prime Cost for goods or material to be supplied under this Contract, the amount to be paid shall be determined in terms of paragraph (b) of Sub-clause 13.5 – Provisional Sums.

PCC 1.1.5 Works and Goods

Add the following to sub clauses 1.1.5.1 and 1.1.5.5

For the purposes of this Contract the meanings of plant and equipment are synonymous. The Contract requires no apparatus, machinery or vehicle to be built into or to form part of the Permanent Works.

PCC 1.5 Priority of Documents

Delete the documents listed (a) to (i) in Paragraph 1.5.1 and substitute with the following:

(a) The Contract Agreement (b) The Letter of Acceptance

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 156: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 179(c) The Letter of Bid(d) The Appendix to Bid(e) The Particular Conditions of Contract(f) The General Conditions of Contract(g) The Particular Specifications(h) The Standard Specifications(i) The Drawings (j) The completed Schedules forming part of the Contract.

PCC 1.6 Contract Agreement

Delete the second sentence and substitute the following:

The Contract Agreement shall be concluded on the Form of Contract Agreement included in these Tender Documents.

PCC 1.13 Compliance with Laws

Add the following new sub-paragraph:

(c) The Contractor shall keep himself informed of all the latest laws of Malawi, regulations and bylaws promulgated by the government or any other statutory authority, which may have relevance to the execution of the Contract.

2. THE EMPLOYER

PCC 2.1 Right of Access to the Site

Add the following after the first paragraph:

For this Contract, the Employer shall, on the Commencement Date, give the Contractor right of access to the Site and possession of so much of the Site as may be required to enable the Contractor to commence and proceed with the construction of the Works.

3. THE ENGINEER

PCC 3.1 Replace the first sentence of the third Paragraph with the following sentence:

The Engineer may exercise the authority attributable to the Engineer as specified in or necessarily to be implied from the Contract. The Engineer is required to obtain the approval of the Employer before issuing instructions on the use of provisional sums under clause 13.5.

PCC 3.2 Delegation by the Engineer

Replace the first sentence of the third Paragraph with the following sentence:

Only the Resident Engineer (Engineer’s Representative) shall be delegated the authority to issue instructions to the Contractor to the extent that will be defined by the delegation.

4. THE CONTRACTOR

PCC 4.2 Performance Security

Delete wording of the second Paragraph and replace with the following:

The Contractor shall deliver the Performance Security to the Employer within 28 days after receiving the Letter of Acceptance, and shall send a copy to the

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 157: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 180Engineer. The Performance Security shall be issued by a bank registered in the Republic of Malawi or licensed to do business in that country.

The Performance Security shall be presented in accordance with the Form of Performance Security included in these Tender Documents.

The Performance Security shall be in the form of a Bank Guarantee issued by:

(a)A bank located in Malawi or(b)A foreign bank through a correspondent bank located in Malawi.

The Performance Security for this Contract shall be ten percent (10%) of the accepted contract amount.

PCC 4.4 Subcontractors

Delete Sub-Clause 4.4.4 and replace with the following:

It is an explicit requirement of the Contract that ten percent (10%) of the total value of the works, excluding escalation, contingencies, provisional sums and VAT, be subcontracted to Malawian Small Scale Contractors. These Small Malawian Business Enterprises are solely and wholly owned by one or more Malawian Persons and whose management and daily business operations are under the control of, and are performed by one or more Malawian persons who effectively own and control it. They shall be functioning as the subcontractor to the main Contractor, which assigns Commercially Useful Work Items to be executed under a subcontract agreement to them.

Commercially Useful Work is the performance of real and actual work, or the provision of the services, in the discharge of any contractual obligation which shall include but not be limited to the performance of a distinct element of the work, which the business has the skills and expertise to undertake, as well as the responsibility for managing and supervising that function.

The Contractor shall prepare and attach to his payment certificates, in a form approved by the Employer, the following;

(a) a brief report which describes the Commercially Useful Work Items performed by the Malawian Small Scale Contractors in the execution of the Contract, both over the interim period and on a cumulative basis;

(b) a schedule reflecting the estimated total value of goods to be supplied and work and services to be performed, the cumulative value of goods supplied and/ or performed over the period for which the payment is claimed in respect of each and every Malawian Small Scale Contractors.

The acceptance of the Main Contractor bid shall not be construed as approval of all or any of the listed Malawian Small Scale Contractors in the relevant form of the Bidding Forms (Section 4). Should any or all of the Malawian Small Scale Contractors, not be approved as a Sub-contractor subsequent to the acceptance of the Tender, this shall in no way invalidate this tender and the tendered units rates for the various items of work which shall remain final and binding even in the event of a Malawian Small Scale Contractor not approved by the Engineer.

Should random inspection conducted by the Engineer on the Main Contractor’s activities indicate that the Main Contractor is not adhering to the requirements of this Specification, this may constitute sufficient grounds for cancellation of the contract depending on the seriousness of such non-conformance.

The Contractor shall enter into a written Sub-contract with each Specialist and Malawian Small Scale Contractor and submit to the Engineer and Employer details of all such Sub-Contract agreements which shall comply with all terms and conditions of this Contract.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 158: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 181

PCC 4.8 Safety Procedures

Add the following item:

(f) Provide, install and maintain adequate personnel and measures to ensure the safety of road users during construction of the works. In particular, the site must be left in a safe, trafficable condition with adequate traffic control measures outside normal working hours.

PCC 4.10 Site Data

Add the following at the end of the first Paragraph:

The information issued by the Employer is for information only and shall neither form part of the Contract nor relieve the Contractor of his obligations under the Contract.

PCC 4.17 Contractor’s Equipment

Add the following at the end of the Paragraph:

The Employer is not liable for compensation in regards to any construction equipment or material brought on the site which was not fully used during the construction and maintenance of the works, and the Employer cannot be held liable for the loss or damage of any of the said equipment or material brought on the site by the Contractor or which was used during the execution of this Contract.

PCC 4.18 Protection of the Environment

Add the following Paragraph at the end:

The Contractor shall adhere at all times to the Environmental Management Plan contained in the Particular Specifications. The Contractor will be held accountable for any costs arising from his negligence with regard to the environment. The Employer reserves the right to recover any such costs by deducting the relevant amount from interim payment certificates.

PCC 4.19 Electricity, Water and Gas

Delete the text of Clause 4.19 and replace with the following:

The Contractor shall be responsible for the supply of electricity, water, telecommunications and all other services he may require. The Employer does not have any services on site available for use by the Contractor.

PCC 4.20 Employer's Equipment and Free-Issue Materials

Delete the text of Clause 4.20 and replace with the following:

There are neither free-issue materials nor any Employers equipment available for this Contract.

PCC 4.22 Security of the Site

Add to Clause 4.22 the following item:

(c) The Contractor shall note that the site is a public road and therefore the public is entitled to the continued use of the road. Notwithstanding, the Contractor is still responsible for ensuring the safe passage of the public

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 159: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 182through the site and for preventing unauthorised entry to areas where work is in progress.

PCC 4.23 Contractor’s Operations on Site

Add the following after the first sentence of the first Paragraph:

For the additional land required, the Contractor shall arrange with the owners or tenants the necessary rent and cost in connection therewith. The Contractor shall be responsible for all damage to such land and property and shall indemnify the Employer and hold him harmless in respect of all claims, demand proceedings, damage costs including attorney’s and client costs charges and expenses arising in respect thereof. The Contractor shall furnish the Engineer for his approval, copies of letters of consent from owners of additional land acquired.

5. NOMINATED SUBCONTRACTORS

Add the following new Sub-Clause:

PCC 5.6 Employer’s assumption of subcontract

If the Contract shall have been cancelled in terms of Clause 15, the Employer shall have the right, by written notice given to any Nominated Subcontractor no later than 28 days after the said cancellation, to convert the subcontract concerned to a direct contract between the Employer and the Subcontractor provided that:

(a) the terms of the said direct contract shall mutatis mutandis be those of the subcontract concerned and

(b) The Employer shall have the right notwithstanding any breach of the subcontract by the Contractor subject to his forthwith paying to the Subcontractor all amounts then owing to the Subcontractor by the Contractor and perform any obligation, which the Contractor has failed to perform.

6. STAFF AND LABOUR

PCC 6.6 Facilities for Staff and Labour

Add the following sentence at the end of the first Paragraph:

The facilities in particular for housing and ablutions shall be decent with lockable doors and cubicles and shall have privacy and be acceptable to the Engineer.

PCC 6.10 Records of Contractor’s Personnel and Equipment

Add the following to Sub-Clause 6.10:

The information required by the Engineer in respect of the Contractor’s Personnel shall be submitted three working days before each monthly site meeting.

The information required by the Engineer in respect of the Contractor's Equipment shall also be presented three working days before each monthly site meeting, and shall include details of plant availability, reasons for downtime, source of plant whether hired or owned, and manufacturer's ratings.

Add the following new Sub-Clauses:

PCC 6.12 Foreign Personnel

The Contractor may import any personnel who are necessary for the execution of the Works, provided that these personnel are in possession of the required residence visas and work permits. The Contractor shall be responsible for the return to the place where they were recruited or to their domicile of imported

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 160: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 183Contractor’s Personnel. In the event of the death in Malawi of any of these personnel or members of their families, the Contractor shall similarly be responsible for making the appropriate arrangements for their return or burial.

No employee of the Contractor originating from any other country shall enter Malawian territory without a work and residence permit, which is obtainable from the Ministry of Home Affairs.

The Contractor shall note that he is responsible for the procurement of work and residence permits for his staff. Ample time shall be allowed for the processing of the applications by the Ministry of Home Affairs. The Employer will not honour any claim resulting from the late issuance of work and residence permits. The legal spouse and children of the Contractor’s personnel shall not be entitled to employment themselves, unless the necessary work permits have been obtained from the relevant authorities.

PCC 6.13 Employment of Local Personnel

It is an explicit Particular Condition of this contract that no unskilled labour may be employed on the works unless he or she is a Malawian citizen. It is a further condition that no skilled or semi-skilled non-Malawian person may be employed on the works unless the Contractor can prove that there is no suitable trained Malawian citizen available.

Tenderers are required to specify the non-Malawian personnel they intend bringing to Malawi for the sole purpose of executing the works. This listing does not absolve the Contractor from compliance with Clause 6.12.

Contractors shall further note that they must reinvestigate the availability of Malawian persons every six months, and if a suitable person is then available, he shall be employed in the place of the Non-Malawian person, who shall then leave the country.

The Contractor is also required to employ at least 10% of his labour force from the female gender.

Failure to comply with this clause may result in the contract being stopped until the contractor has fulfilled this requirement. The Employer will not honour claims resulting from the stoppage of the contract due to the contractor’s failure to comply with this clause.

7. PLANT, MATERIALS AND WORKMANSHIP

PCC 7.7 Ownership of Plant and Materials

Add the following at the end of Clause 7.7:

All Plant and Materials owned by the Contractor, or by any company in which the Contractor has a controlling interest, shall, when delivered on the Site for incorporation into the works, be deemed to be the property of the Employer.

Provided always that the vesting of such property in the Employer shall not prejudice the right of the Contractor to the sole use of the said Contractor's Plant and Materials for the purpose of the Works nor shall it affect the Contractor's responsibility to operate and maintain the same under the provisions of the Contract.

In the event the Contractor fails to pay his suppliers of Plant and Materials delivered to the site and suppliers submit written proof that despite constant reminders the Contractor has failed to honour his obligations, the Employer upon written certification by the Engineer that the said Plant and Materials are required for the Works, shall have the right to pay the suppliers the amount owed and recover the same from amounts due or to become due to the Contractor.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 161: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 184

Add the following new Sub-Clause:

PCC 7.9 Overloading of Vehicles

The Contractor shall implement sufficient measures on site to prevent overloading of construction vehicles. No vehicle on site shall be loaded more than the load for which the vehicles was designed or is licensed to carry, whichever is smaller.

The Engineer shall have the right to instruct the Contractor to reduce loads on construction vehicles if in his opinion the vehicles damage any part of the asphalt road network. The Engineer shall also be entitled to check the weight to ensure that no vehicle was overloaded.

A penalty in line with applicable penalties for overloading of Ministry of Transport and Public Works will be payable by the Contractor to the Employer for every incident of overloading. Such penalties will be deducted from payments due to the Contractor by the Employer.

8. COMMENCEMENT, DELAYS AND SUSPENSION

PCC 8.2 Time for Completion

Add the following sentence at the end:

The time for completion of the works stated in the Appendix to Tender is inclusive of special non-working days and the normal construction industry holidays.

PCC 8.3 Programme

Add the following sub-item in item (d):

(iii) The critical path and the planned production rates of all activities shall be clearly indicated on the programme, with due allowance being made for non-working periods, and periods where for any reason, for instance weather conditions, when production rates will be reduced.

PCC 8.5 Delays Caused by Authorities

Delete the entire Sub-Clause.

PCC 8.7 Delay Damages

Add the following Paragraph to Sub-clause 8.7:

For the periods between the relevant Time for Completion and the delayed date stated in the Taking-Over Certificate the Contractor is not entitled for additional payments in terms of clause PCC 13.8 - Adjustment for Changes in Costs.

11. DEFECTS LIABILITY

PCC 11.1 Completion of Outstanding Work and Remedying Defects

Add the following to Clause 11.1:

The Defects Notification Period applicable to this Contract shall be 12 calendar months from the date of issue of the Taking-Over Certificate.

PCC 11.7 Right of Access

Add the following at the end of Paragraph 11.7.1:

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 162: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 185The Contractor shall, however, advise the Employer at least 14 days prior to access being required. Details shall be furnished of the work to be carried out, its precise location and of the intended traffic control measures. The Employer may refuse access to the site unless he is satisfied that adequate traffic control will be provided.

12. MEASUREMENT AND EVALUATION

PCC 12.1 Works to be Measured

Add the following after the first paragraph.

The Contractor shall give reasonable notice to the Engineer of any completed and accepted work which may be required to be measured separately for payment purposes.

When so required by the Engineer the Contractor shall measure and determine quantities of work completed and accepted during each month, as well as materials produced or applied at the Works, or supplied to the Site, as appropriate and as may be required in respect of the pay items included in the Schedule of Quantities.

The Engineer may accept such records for interim payment purposes, or he may require joint measurements and calculations to be carried out by representatives of both the Contractor and the Engineer.

PCC 12.2 Method of Measurement

Replace the text of sub-paragraph (b) with the following:

The method of measurement for items contained in the Bill of Quantities shall be in accordance with the Bills of Quantities, Standard Specifications and the Particular Specifications.

PCC 12.3 Evaluation

Delete in its entirety Item (a) of Paragraph 12.3.

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

If, on the issue of the Taking-Over Certificate for the whole of the Works, it is found that as a result of variations issued and all adjustments upon measurement of the estimated quantities set out in the Bill of Quantities, excluding Provisional Sums and price adjustments, there have been additions or deductions from the Accepted Contract Amount which taken together are in excess of fifteen (15) percent of the Accepted Contract Amount less Provisional Sums, Budget Amounts and Contingencies, then and in such event, after due consultation by the Engineer with the Employer and the Contractor, there shall be added to or deducted from the Contract Price ten (10) percent of the total amount of additions or deductions.

13. VARIATIONS AND ADJUSTMENTS

Not Applicable

14. CONTRACT PRICE AND PAYMENT

PCC 14.3 Application for Interim Payment CertificatesUpgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 163: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 186

Add the following at the end of Sub-Paragraph 14.3(a):

The estimated contract value of the Works executed during the month shall be agreed with the Engineer’s Representative on site prior to the preparation of the Statement. The quantities claimed for the various items shall be accurate and not simply guessed or based on a percentage of the scheduled quantity.

PCC 14.8 Delayed Payment

Calculation of Financing Charges for delayed payment shall be at 2% above the Prime Lending Rate of the local Commercial Bank of the Contractor for the local component and the London Interbank Offered Rate (LIBOR) for the foreign component.

Add the following new Clauses:

PCC 14.16 Payments to Contractor

Payments to the Contractor shall be made in terms of the Employer's standard disbursement procedure, which will operate as follows:

(1) The Contractor shall proceed in terms of Clauses 12.1, 14.3 and 14.7 of the Conditions of Contract, as may be adjusted in the Particular Conditions of Contract.

(2) After the Resident Engineer has checked and agreed the monthly statement, the Contractor shall supply to the Engineer a payment certificate for the agreed amount, in the format required by the Engineer.

(3) The Engineer shall check and if in agreement shall forward the agreed monthly statement and interim payment certificates to the Employer.

(4) The Employer will request the Road Fund Administration (RFA) to disburse the invoiced amounts.

(5) The RFA will make the necessary arrangements for payment to the Contractor to be made.

PCC 14.17 Payments to the Employer

All payments to the Employer by the Contractor including payments made by way of deduction shall be made:

(a) in the case of credit under clause 13.7 in Malawian Kwacha;(b) in the case of delay damages under clause 8.7 in Malawian Kwacha;(c) in the case of reimbursement of any sum previously expended by the

Employer, in the currency in which the sum was expended by the Employer;(d) in any other case, in such currency as may be agreed.

If the part payable in a particular currency of any sum payable to the Contractor is wholly or partly insufficient to satisfy by way of deduction or set-off a payment due to the Employer in that currency, in accordance with the provisions of this clause, then the Employer may if he so desires make such deduction or set-off wholly or partly as the case may be from the balance of such sum payable in other currencies.

PCC 17.6 Limitation of Liability

Maximum total liability of the Contractor to the Employer shall be the product of 1.2 times the Accepted Contract Amount.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 164: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 18719. FORCE MAJEURE

PCC 19.4 Consequences of Force Majeure

Add the following Paragraph at the end of Sub-Clause 19.4:

The Employer shall not be liable to payment of interest on delayed payments, for non-performance, or for termination by the Contractor for default, if, and to the extent that, the Contracting Authority’s delay or other failure to perform its obligations is the result of Force Majeure.

20. CLAIM, DISPUTES AND ARBITRATION

PCC 20.2 Appointment of the Dispute Board

Add the following to Clause 20.2:

The DAB shall comprise of three suitably qualified persons.

The Roads Authority is proposing that the Malawi Board of Engineers should determine the third member of the DAB for this Project, who shall then be appointed to act as chairman.

PCC 20.6 Arbitration

Add the following to Clause 20.6

The Chairman of the Malawi Board of Engineers shall appoint an arbitrator or arbitrators in the event of the DAB’s decision not becoming final and binding.

The place of arbitration shall be Lilongwe, Republic of Malawi.

SECTION 9Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 165: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 188

Contract Forms

25 Table of Forms

Contract

Contract Agreement......................................................................................1

Performance Bank Guarantee.......................................................................4

Advance Payment Security............................................................................5

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 166: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 189

Contract AgreementProcurement Reference No: ………………………

THIS AGREEMENT made the ……… day of, ………..………….. ,2017, between …………….…………………….… of …………………………………………… (hereinafter called “the Employer”), of the one part, and …………………………………………..…. of ………………………………………………………………………………… (hereinafter called “the Contractor”), of the other part:

WHEREAS the Employer is desirous that the Contractor execute…….............................. ………………...................................... (hereinafter called “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein for the sum of ….......................……… …...…………………………………………………. (hereinafter called the Contract Price) within a period .........................calendar days.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz:

(a) this Contract Agreement (if completed)(b) the Minutes of Contract Negotiations (if any)(c) the Letter of Acceptance(d) the Letter of Bid (e) the Appendix to Bid(f) the Particular Conditions of Contract(g) the General Conditions of Contract ( 1ST EDITION FIDIC 1999)(h) the Particular Specifications(i) the Standard Specifications (SATCC 1998, reprinted 2001)(j) the Drawings and(k) the priced Bill of Quantities(l) the completed Bidding Forms and any other documents forming part of the

Contract.

3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any 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.

5. The Contract Price or such other sum as may be payable shall be paid in US Dollar and Malawi Kwacha.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed in accordance with the law specified in the Special Conditions of Contract on the day, month and year indicated above.

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 167: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Bidding Document

Page | 190

Signed by: (for the Employer)

Name: Position:

Witnessed by:

Name: Address:

Signed by: (for the Contractor)

Name: Position:

Witnessed by:

Name: Address:

Upgrading to Dual Carriageway of Area 49 – Area 18 – Parliament Roundabout Road Section in Lilongwe City April 2017

Page 168: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

26 Note for Bidders: The Performance Security should be on the letterhead of the issuing Financial Institution and should be signed by a person with the proper authority to sign documents that are binding on the Financial Institution.

2728Performance Bank Guarantee

(Unconditional)Date: [insert date]Procurement Reference No.: [insert procurement reference number]To: [name and address of Employer]WHEREAS [name and address of Contractor] (hereinafter called “the Contractor”) has undertaken, in pursuance of Contract No. [number] dated [date] to execute [name of Contract and brief description of Works] (hereinafter called “the Contract”);AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognised bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract;AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;NOW THEREFORE WE hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of [amount of Guarantee] [amount in words], such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [amount of Guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein.We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand.We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there-under or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any such change, addition, or modification.This Guarantee shall be valid until a date twenty-eight (28) days from the date of issue of the Certificate of Completion.This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458, except that subparagraph (ii) of Sub-article 20(a) is hereby excluded.Signature and seal of the Guarantor: Name of Financial Institution:Address: Date:

Page 169: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Tender Document

29 Note for Bidders: The Advance Payment Security should be on the letterhead of the issuing Financial Institution and should be signed by a person with the proper authority to sign documents that are binding on the Financial Institution.30

31Advance Payment SecurityBank Guarantee for Advance Payment

To: [name and address of Employer]

[name of Contract]

Gentlemen:

In accordance with the provisions of the Conditions of Contract, Clause 14.2 (“Advance Payment”) of the above-mentioned Contract, [name and address of Contractor] (hereinafter called “the Contractor”) shall deposit with [name of Employer] a Bank Guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of [amount of Guarantee] [amount in words].

We, the [Bank or Financial Institution], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to [name of Employer] on his first demand without whatsoever right of objection on our part and without his first claim to the Contractor, in the amount not exceeding [amount of Guarantee] [amount in words].

We further agree that no change or addition to or other modification of the terms of the Contract or of Works to be performed there-under or of any of the Contract documents which may be made between [name of Employer] and the Contractor, shall in any way release us from any liability under this Guarantee, and we hereby waive notice of any such change, addition, or modification.

This Guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until [name of Employer] receives full repayment of the same amount from the Contractor.

This Guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.Yours truly,Signature and seal: Name of Bank/Financial Institution: Address: Date:

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway April 2017

Page 170: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Tender Document

Schedule of Bid DocumentsUpgrading of Area 18 – 49 Road and

Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway

VOLUME 1Bidding Document

VOLUME 2Drawings

VOLUME 3General Conditions of Contract

(FIDIC Conditions of Contract for Construction)1st Edition 1999

VOLUME 4SATCC Standard Specifications

For Road and Bridge Works(Reprinted July 2001)

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway April 2017

Page 171: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Tender Document

Volumes 3 and 4 are not issued to bidders as it is assumed that Contractors are in possession of the General Conditions of Contract and Standard Specifications. Bidders are requested to make their own arrangements to obtain Volumes 3 and 4 from the

respective publishers should they not already be in possession of copies

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway April 2017

Page 172: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Tender Document

Volume 1

Table of Contents

PART 1 - BIDDING PROCEDURESSection 1 – Instructions to BiddersSection 2 – Bid Data Sheet Section 3 – Evaluation and Qualification CriteriaSection 4 – Bidding Forms including Bill of QuantitiesSection 5 – Eligible Countries

PART 2 - WORK REQUIREMENTSSection 6(A) – Scope of WorksSection 6(B) – Technical SpecificationsSection 6(C) – Drawings Section 6(D) – Supplementary Information

PART 3 - CONDITIONS OF CONTRACT AND CONTRACT FORMSSection 7 – General Conditions Section 8 – Particular Conditions Section 9 – Contract Forms

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway April 2017

Page 173: Web viewVolume 3 (FIDIC GCC) is part of the Bidding Document. Volume 4 (SATCC Standard Specifications) is part of the Bidding Document. For . clarification purposes

Tender Document

PART 1 – BIDDING PROCEDURES

Section 1 – Instructions to Bidders Section 2 – Bid Data Sheet Section 3 – Evaluation and Qualification Criteria Section 4 – Bidding Forms including Bill of Quantities Section 5 – Eligible Countries

Upgrading of Area 18 – 49 Road and Presidential Way (Area 18 Roundabout to Parliament Roundabout) in Lilongwe City to Dual Carriageway April 2017