183
CITY OF MBOMBELA TENDER NUMBER: 29/2019 TENDER DOCUMENT FOR UPGRADE OF BRIDGE STRUCTURE IN KANYAMAZANE EXTENSION 21 NAME OF TENDERER : CIDB REGISTRATION No : TEL NUMBER : FAX NUMBER : PREPARED FOR: THE MUNICIPAL MANAGER CITY OF MBOMBELA PO BOX 45 MBOMBELA 1200 DATE: April 2019 PREPARED BY: GMH TSWELELO Consulting Engineers P O Box 8801 SONPARK Tel no: (013) 752 4156 MBOMBELA Fax no: (013) 752 4185 1206 CLOSING DATE: 13 MAY 2019

NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

  • Upload
    others

  • View
    23

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

CITY OF MBOMBELA

TENDER NUMBER: 29/2019

TENDER DOCUMENT

FOR

UPGRADE OF BRIDGE STRUCTURE IN KANYAMAZANE EXTENSION 21

NAME OF TENDERER :

CIDB REGISTRATION No :

TEL NUMBER :

FAX NUMBER :

PREPARED FOR:

THE MUNICIPAL MANAGER

CITY OF MBOMBELA

PO BOX 45

MBOMBELA

1200 DATE: April 2019

PREPARED BY:

GMH TSWELELO Consulting Engineers

P O Box 8801

SONPARK Tel no: (013) 752 4156

MBOMBELA Fax no: (013) 752 4185

1206

CLOSING DATE: 13 MAY 2019

Page 2: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

1

IMPORTANT INFORMATION

PLEASE READ CAREFULLY BEFORE COMPLETING DOCUMENT.

1. Notice to all tenderers.

2. Standards applied in this document.

1. NOTICE TO ALL TENDERERS

This is an original document: 1. It may not be re-typed or altered in any way.

2. It must be completed in black ink – in an eligible handwriting.

3. It may not be taken apart.

4. It is not available in electronic format except PDF.

5. It is compulsory to attach required documents to the relative page (where

requested). Any other form of presentation (loose pages or separate documents) will not be accepted.

2. STANDARDS APPLICABLE TO THIS DOCUMENT

Available from the S.A. Federation of Civil Engineering Contractors, the S.A. Institution of Civil Engineering and the S.A. Bureau of Standards, as applicable: 1. CIDB CIDB Standard for uniformity in Construction

Procurement, 10 July 2015, as amended.

2. SANS 10845-1 Processes, methods and procedures.

3. SANS 10845-2 Formatting and compilation of procurement documentation.

4. SANS 10845-3

Standard conditions of tender.

6. “General Conditions of Contract for Construction Works, Third Edition (2015) issued by

the South African institution of Civil Engineering.

7. The COLTO Standard Specifications for Roads and Bridge Work for State Road Authorities (1998).

8. This Document, as presented.

Page 3: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

2

CONTENTS

PAGE

COVER PAGE

IMPORTANT INFORMATION 1

CONTENTS 2

THE TENDER

SECTION DESCRIPTION PAGE

PART T1 TENDERING PROCEDURES 4

T 1.1 Tender Notice and Invitation to Tender (white) 5

T 1.2 Tender Data

(pink) 6

PART T2 RETURNABLE DOCUMENTS (See List of Documents)

(yellow) 14

THE CONTRACT

SECTION DESCRIPTION PAGE

PART C1 AGREEMENT and CONTRACT DATA 61

C 1.1 Form of Offer (yellow) 62

C 1.2 Form of Acceptance (yellow) 63

C 1.3 Schedule of Deviations (yellow) 64

C 1.4 Contract Data (yellow) 65

C 1.5 Pro Forma Safety Agreement (yellow) 70

C 1.6 Pro Forma Declaration of Ownership of Unused Materials (yellow) 71

C 1.7 Pro Forma Monthly Labour Report (yellow) 72

C 1.8 Pro Forma Form of Guarantee (yellow) 73

PART C2 PRICING DATA 74

C 2.1 Pricing Instructions (yellow) 75

C 2.2 Bill of Quantities (yellow) 78 SQ

C 2.3 Day Work Schedule (yellow) 79

Page 4: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

3

SECTION DESCRIPTION PAGE

PART C3 SCOPE of WORK 80

C 3.1 Description of Works (blue) 81

C 3.2 Engineering (blue) 83

C 3.3 Procurement (blue) 85

C 3.4 Sub-Contracting (blue) 86

C 3.5 Construction (blue) 87

C 3.5.1 Standard Specifications (blue) 87

C 3.5.7 Project Specifications Relating to Standard Specifications (blue) 92

C 3.5.8 Project Specification Additional Clauses (blue) 122

C 3.5.8.1 Environmental (blue) 123

C 3.5.8.2 Health and Safety (blue) 139

C 3.6 Management (blue) 149

PART C4 SITE INFORMATION 155

Annexes

A: Locality Plan (green) 157

B: Tender Drawings (green) 158

Page 5: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

4

PART T1: TENDERING PROCEDURES

SECTION DESCRIPTION PAGE

T 1.1 Tender Notice and Invitation to Tender 5

T 1.2 Tender Data 6

PART T2: RETURNABLE DOCUMENTS SECTION DESCRIPTION PAGE

T 2 Returnable Documents 13

Page 6: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

5

T1.1: TENDER NOTICE AND INVITATION TO TENDER

CITY OF MBOMBELA

CONTRACT NO: 29/2019

CLOSING DATE: 13 MAY 2019

UPGRADE OF BRIDGE STRUCTURE IN KANYAMAZANE EXTENSION 21

Tenders are hereby invited from capable and experienced tenderers with a CIDB RATING OF 7 CE OR HIGHER for the Culvert Rehabilitation, in the City of Mbombela Region. The scope of works consists of the rehabilitation of the existing culvert including road rehabilitation.

IT IS COMPULSARY THAT SERVICE PROVIDERS DOWNLOAD A COPY OF THE TENDER DOCUMENT THAT WILL ONLY BE AVAILABLE AS FROM 12 APRIL 2019 ON ETENDER PUBLICATION PORTAL WEBSITE: WWW.ETENDERS.GOV.ZA, FREE OF CHARGE.

Duly completed tender documents and supporting documents which are, COMPANY REGISTRATION CERTIFICATE, ID COPIES OF BUSINESS OWNERS, TAX CLEARANCE CERTIFICATE, B-BBEE CERTIFICATE together with the tender document must be sealed in an envelope clearly marked: “Tender No: 29/2019: Upgrade of Bridge structure in Kanyamazane Extension 21, closing date 13 May 2019 with the name of the Tenderer, shall be placed in the tender box at the MBOMBELA CIVIC CENTRE at 1 NEL STREET, MBOMBELA, before 11:00 on the closing date. A compulsory clarification meeting will take place on Tuesday 23 April 2019 at 12h00. Prospective tenderers are requested to meet the Employers Agent on site at the Corner of Nelson Mandela and Chris Hani street, Kanyamazane. Tenders received by telegram, fax or e-mail will not be considered. Late tender shall not be accepted nor considered. A preferential point system shall apply whereby this contract will be allocated to a tenderer in accordance with the Preferential Procurement Policy Framework Act, no. 5 of 2000 and as defined in the conditions of tender in the tender document, read in conjunction with the Supply Chain Management Policy of City of Mbombela, where 80 points will be allocated in respect of price and 20 points in respect to B-BBEE status level of contribution. Procurement Enquiries : Mr Christopher Nkambule Tel: 013 759 2358 Technical Enquiries : GMH/Tswelelo Consulting Engineers Mr Johan Gilbert Tel: 013 752 4156 Employer : The Municipal Manager: Mr N Diamond City of Mbombela Po Box 45; Mbombela; 1200

Visit our website: www.mbombela.gov.za

Page 7: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

6

T1.2: TENDER DATA

The conditions of tender are the standard conditions of tender as contained in SANS 10845-3 Construction procurement, Part 3: Standard conditions of tender, that apply specifically to this tender. The Tender Data shall be read with the Standard Conditions of Tender in order to expand on the Tenderer’s obligations and the Employer’s undertakings in administering the tender process in respect of the project under construction. The Tender Data hereafter shall have precedence in the interpretation of any ambiguity or inconsistency between it and the Standard Conditions of Tender Each item of data given below is cross-referenced to the clause in the standard conditions of tender to which it mainly applies.

Clause

Data

The conditions of tender are those contained in the latest edition of SANS 10845-3, Construction Procurement – Part 3: Standard conditions of tender. SANS 10845-3 makes several references to the Tender Data for details that apply specifically to this tender. The Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the provisions of SANS 10845-3.

Each item of data given below is cross-referenced to the clause in SANS 10845-3 to which it mainly applies.

3.1

The employer is City Of Mbombela

3.2

The tender documents issued by the employer comprise the following documents:

THE TENDER

Part T1: Tendering procedures

T1.1 - Tender notice and invitation to tender

T1.2 - Tender data

Part T2: Returnable documents

T2.1 - List of returnable documents

T2.2 - Returnable schedules

THE CONTRACT

Part C1: Agreements and Contract data

C1.1 - Form of offer and acceptance

C1.2 - Contract data

C1.3 - Performance Bond

Part C2: Pricing data

C2.1 - Pricing assumptions

C2.2 - Bill of Quantities

Part C3: Scope of work

C3 - Scope of work

Part C4: Site information

C4 - Site information

Part C5: Annexures

3.4

The employer's agent is

GMH Tswelelo Consulting Engineers

Cnr Van Wijk and Waterbok street

Mbombela, 1200

Tel: 013 752 4156

E-mail: [email protected]

3.4 The language for communications is English.

Page 8: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

7

3.6 The competitive negotiation procedure shall not be applied.

4.1 Only those tenderers who satisfy the following eligibility criteria and who provide the required evidence in their tender submissions are eligible to submit tenders and have their tenders evaluated: a) CIDB registration Only those tenderers who are registered with the CIDB, or are capable of being so prior to the evaluation of submissions, in a contractor grading designation equal to or higher than a contractor grading designation determined in accordance with the sum tendered, or a value determined in accordance with Regulation 25 (1B) or 25(7A) of the Construction Industry Development Regulations, for a 7 CE or higher class of construction work, are eligible to have their tenders evaluated. Tenderers registered as potentially emerging enterprises but with a CIDB contractor grading designation lower than a contractor grading designation determined in accordance with the sum tendered, or a value determined in accordance with Regulation 25(1B) or 25(7A) of the Construction Industry Development Regulations, are not eligible to have their tenders evaluated. Joint ventures are eligible to submit tenders provided that: 1. every member of the joint venture is registered with the CIDB; 2. the lead partner has a contractor grading designation in the 7 CE or Higher class

of construction work; and 3. the combined contractor grading designation calculated in accordance with the

Construction Industry Development Regulations is equal to or higher than a contractor grading designation determined in accordance with the sum tendered for a 7 CE or Higher class of construction work or a value determined in accordance with Regulation 25 (1B) or 25(7A) of the Construction Industry Development Regulations.

b) Key Personnel In order to be considered for an appointment in terms of this tender, the tenderer must have in its permanent employment key personnel who will be the single point accountability and responsibility for the management of the construction works. Alternatively, a signed undertaking from an organisation having the required personnel, stating that they will undertake the necessary work on behalf of the tenderer in terms of a sub-contractor agreement, will be acceptable. Such undertaking must be attached to Forms T of the Returnable Schedules. Individuals must be identified for each of the key personnel listed under Forms T. Where the key personnel are no longer available to undertake the necessary work after the award of the tender, the contractor shall within a period of 14 working days replace the key personnel listed in Forms T with personnel with equivalent competencies and subject to approval by the Employer. Such approval shall not be unreasonably withheld. The key person shall be a suitably qualified and experienced contracts manager who will be the single point accountability and responsibility for the management of the construction works, and who is registered with SACPCMP as PrCM or ECSA as PrEng or PrTechEng shall be required as a minimum. Where the Contracts Manager will not be employed on the Works full time, his powers will be delegated to the approved construction manager. Failure to comply with the requirements or to complete Form T may render the tender non-responsive.

Page 9: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

8

c) National Treasury Central Supplier Database Tenderers who are not registered on the National Treasury Central Supplier Database at close of tender, shall submit a copy of their application of registration, with their tender submission. Tenders received from such tenderers who have not submitted proof of their registration within 21 days after the closing date for tender submissions, will not be considered.

4.6 Failure to apply instructions contained in addenda may render a tenderer’s offer non-responsive in terms of Condition of Tender 5.8.

4.7 The arrangements for the compulsory clarification meeting are as stated in the tender notice and invitation to tender. The onus rests with the tenderer to ensure that the person attending the clarification meeting on its behalf is appropriately qualified to understand all directives and clarifications given at that meeting. The clarification meeting shall start strictly at the time advertised. Only then will the Employer’s Representative circulate the attendance register for completion by those present. During this time latecomers may enter and complete the register. On completion by all present the Employer's Representative will: (a) read out from the collected lists calling for confirmation that all have signed; (b) close the door and not allow any latecomers to enter. The signature on the attendance register and duly completed and signed Form A shall be considered proof that the tenderer attended the whole meeting and was available to hear all directives and clarifications given at the meeting. Tenderers must sign the attendance list in the name of the tendering entity. Addenda will be issued to and tenders will be received only from those tendering entities appearing on the attendance list.

4.8 Request clarifications at least 7 working days before the closing time.

4.10 Tenderers are required to state the rates and currencies in Rand.

4.12

If a tenderer wishes to submit an alternative tender offer, the only criteria permitted for such alternative tender offer is that it demonstrably satisfies the Employer’s standards and requirements, the details of which may be obtained from the Employers Agent. Calculations, drawings and all other pertinent technical information and characteristics as well as modified or proposed Pricing Data must be submitted with the alternative tender offer to enable the Employer to evaluate the efficacy of the alternative and its principal elements, to take a view on the degree to which the alternative complies with the Employer’s standards and requirements and to evaluate the acceptability of the pricing proposals. Calculations must be set out in a clear and logical sequence and must clearly reflect all design assumptions. Pricing Data must reflect all assumptions in the development of the pricing proposal. Acceptance of an alternative tender offer will mean acceptance in principle of the offer. It will be an obligation of the contract for the tenderer, in the event that the alternative is accepted, to accept full responsibility and liability that the alternative offer complies in all respects with the Employer’s standards and requirements. The modified Tender Data must include an amount equal to 5% of the amount tendered for the alternative offer to cover the employer’s costs of confirming the acceptability of the detailed design before it is constructed.

4.13.1

Parts of each tender offer communicated on paper shall be submitted as an original, no copies required. The signed print-out shall be taken as the valid submission.

Page 10: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

9

4.13 4.15

The Employer’s address for delivery of tender offer and identification details to be shown on such tender offer package are: Location of tender box: City of Mbombela Tender box at entrance Physical address: 1 Nel Street Mbombela Tel: (013) 759 9111 Identification details: Tender for Contract No. “29/2019” Tenders must be submitted during hours (09:00 to 16:00) Monday to Friday at the Employer’s address. It is in the tenderer’s interest to ensure that the delivery of the tender offer is recorded in the Employer’s tenders received register.

4.13.4

The tenderer is required to submit all certificates as listed in the Schedule of Tender Compliance (Form V).

4.13.5

Place and seal the printed and completed tender document in an envelope clearly marked “TENDER” and bearing the Employer’s name, the contract number and description, the tenderer’s authorised representative’s name, the tenderer’s postal address and contact telephone numbers.

4.13.5

A two-envelope procedure will not be followed.

4.13.6

Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted.

4.15 The closing time for submission of tender offer is as stated in the Tender Notice and Invitation to Tender.

4.16.1 The tender offer validity period is 12 weeks.

4.16.2 Where a tenderer, at any time after the opening of his tender offer but prior to entering into a contract based on his tender offer: a) withdraws his tender; b) gives notice of his inability to execute the contract in terms of his tender; or c) fails to comply with a request made in terms of 4.17, 4.18 or 5.9, such tenderer shall be barred from tendering on any of the Employer’s future tenders for a period to be determined by the Employer, but not less than six (6) months, from the date of tender closure. The Employer may fully or partly exempt a tenderer from the provisions of this condition if he is of the opinion that the circumstances justify the exemption.

4.18 Any additional information requested under this clause must be provided within 5 (five) working days of date of request.

4.20

The tenderer is required to submit with his tender a letter of intent from an approved insurer undertaking to provide the Performance Bond to the format included in Part C1.8 of this procurement document.

5.1

The employer shall respond to clarifications received up to 7 working days before tender closing time.

5.2

The employer shall issue addenda until 5 working days before tender closing time. Addendums shall be uploaded onto ETENDER PUBLICATION PORTAL WEBSITE: WWW.ETENDERS.GOV.ZA

Page 11: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

10

5.4

The time and location for opening of the tender offers are: Time: 11:00 on 13 May 2019. Location: 1 Nel Street City of Mbombela offices Mbombela 1200

5.7

In the event of disqualification, the Employer may, at its sole discretion, impose a specified period during which tender offers will not be accepted from the offending tenderer and report same to CIDB and National Treasury.

5.9

Arithmetical errors, omissions, discrepancies and imbalanced unit rates Check responsive tenders for discrepancies between amounts in words and amounts in figures. Where there is a discrepancy between the amounts in figures and the amount in words, the amount appearing in the summary to the Pricing Schedule shall govern. Check responsive tender offers for: a) the gross misplacement of the decimal point in any unit rate; b) omissions made in completing the pricing schedule or bills of quantities; or c) arithmetic errors in:

i) line item totals resulting from the product of a unit rate and a quantity in bills of quantities or schedules of prices; or

ii) the summation of the prices. d) imbalanced unit rates. Notify shortlisted tenderers of all errors, omissions or imbalanced rates that are identified in their tender offers. Where the tenderer elects to confirm the errors, omissions or re-balancing of imbalanced rates the tender offer shall be corrected as follows: a) If bills of quantities or pricing schedules apply and there is an error in the line item

total resulting from the product of the unit rate and the quantity, the unit rate shall govern and the line item total shall be corrected. Where there is an obviously gross misplacement of the decimal point in the unit rate, the line item total as quoted and the unit rate shall be corrected.

b) Where there is an error in the total of the prices either as a result of other corrections required by this checking process or in the tenderer’s addition of prices, the total of the prices shall be corrected.

c) Where the unit rates are imbalanced adjust such rates by increasing or decreasing them and selected others while retaining the total of the prices derived after any other corrections made under (a) and (b) above.

Where there is an omission of a line item, no correction is possible and the offer may be declared non-responsive. Declare as non-responsive and reject any offer from a tenderer who elects not to accept the corrections proposed and subject the tenderer to the sanction under 4.16.2. The tenderer is required to submit balanced unit rates for rate only items in the pricing schedule. The rates submitted for these items will be taken into account in the evaluation of tenders.

5.11.1

The procedure for the evaluation of responsive tenders is Method 4.

5.11.7

The value of W1 is: 90 where the financial value, inclusive of VAT, of the lowest responsive tender offer received has a value in excess of R50 000 000.00; or 80 where the financial value, inclusive of VAT, of the lowest responsive tender offer has a value that equals or is less than R50 000 000.00.

Page 12: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

11

The value of A will be calculated utilizing the following formula: A = (1 - (P - Pm) / Pm) Where: P is the comparative offer of the tender offer under consideration; and Pm is the comparative offer of the most favorable comparative offer. In the event that the calculated value is negative, the allocated score shall be 0 (zero).

5.11.8

Up to 100 minus W1 tender evaluation points will be awarded to tenderers who submit responsive tenders and who are found to be eligible for the preference claimed. Points are based on a tenderer’s scorecard measured in terms of the Broad-Based Black Economic Empowerment Act (B-BBEE, Act 53 of 2003) and the Regulations (2017) to the Preferential Procurement Policy Framework Act (PPPFA, Act 5 of 2000). Points awarded will be according to a tenderer’s B-BBEE status level of contributor and summarised in the table below:

B-BBEE Status Level of Contributor

Number of Points for Financial value up to and including R50 000 000.00

Number of Points for Financial value above R50 000 000.00

1 20 10

2 18 9

3 14 6

4 12 5

5 8 4

6 6 3

7 4 2

8 2 1

Non-compliant Contributor 0 0

Eligibility for preference points will be determined as follows:

� A tenderer’s scorecard shall be a B-BBEE Verification Certificate issued in accordance with the revised Notice of Clarification published in the Notice 444 of 2015 published in Government Gazette 38799 on 15 May 2015 by the Department of Trade and Industry; and

� The scorecard shall be submitted as a certificate attached to Returnable Schedule Form D; and

� The certificate Shall:

� Be an original or an original certified copy of the original; and

� Have been issued by a Verification Agency accredited by the South African National Accreditation System (SANAS); or

� Have been issued prior to 30 September 2016 by a registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA); or

� Have been issued prior to 30 September 2016 by a registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA); or

� Be valid at the tender closing date; and

� Have a date of issue less than 12 (twelve) months prior to the tender closing date (see Tender Data 4.15); and

� Compliance with any other information requested to be attached to Returnable Schedule Form D; and

� If a tenderer claims a preference score without submitting an acceptable Verification Certificate(s) and/or all of the information in compliance with Returnable Schedule Form D, a period of 1 (one) working day will be granted to submit this information; and

� Failure to submit a valid Verification Certificate(s) and/o all the information in compliance with Returnable Schedule Form D, will result in the award of 0 (zero) points for preference; and

Page 13: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

12

� In the event of a Joint Venture (JV), a consolidated B-BBEE Verification Certificate in the name of the JV shall be submitted, as well as a valid B-BBEE Verification Certificate for each member of the JV; and

� If the tender documents indicate that the tenderer intends sub-contracting more than 25% of the value of the contract to any other person not qualifying for at least the points that the tenderer qualifies for, 0 (zero) points for preference will be awarded, unless the intended sub-contractor is an EME that has the capability to execute the sub-contract.

5.11.9

The quality criteria and maximum score in respect of each of the criteria are as follows:

Quality shall be scored by not less than three evaluators in accordance with the above-mentioned schedules. The minimum number of evaluation points for quality is not less than 70.

Description of quality criteria Maximum number of

points

Company Experience in relation to scope of works (Track Record) 30

Plant & Equipment 10

Financial Resources 20

Managerial capacity, experience and qualifications 30

Method statement for works including program 10

Total evaluation points for quality (Ms) 100

5.13

In addition to the requirements of the Condition of Tender, offers will only be accepted if:

• the tenderer is registered on the Central Supplier Database (CSD) for the South African government (see https://secure.csd.gov.za/ ) unless it is a foreign supplier with no local registered entity

• the tenderer is in good standing with SARS according to the Central Supplier Database;

• the tenderer submits a letter of intent from an approved insurer undertaking to provide the Performance Bond to the format included in Part C1.8 of this procurement document

• the tenderer is registered with the Construction Industry Development Board in an appropriate contractor grading designation;

• the tenderer or any of its directors/shareholders is not listed on the Register of Tender Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector;

• the tenderer has not: i) abused the Employer’s Supply Chain Management System; or ii) failed to perform on any previous contract and has been given a written notice to this effect;

• the tenderer has completed the Compulsory Declaration and there are no conflicts of interest which may impact on the tenderer’s ability to perform the contract in the best interests of the employer or potentially compromise the tender process;

• the tenderer is registered and in good standing with the compensation fund or with a licensed compensation insurer;

• the employer is reasonably satisfied that the tenderer has in terms of the Construction Regulations, 2003, issued in terms of the Occupational Health and Safety Act, 1993, the necessary competencies and resources to carry out the work safely.

5.17

The number of paper copies of the signed contract to be provided by the employer is One.

5.19 All requests shall be in writing.

Page 14: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

13

PART T2: RETURNABLE DOCUMENTS

1. Failure to fully complete the compulsory returnable documents shall render such a tender offer

unresponsive.

2. Tenderers shall note that their signatures appended to each returnable form represents a declaration

that they vouch for the accuracy and correctness of the information provided, including the

information provided by candidates proposed for the specified key positions.

3. Notwithstanding any check or audit conducted by or on behalf of the Employer, the information provided in the returnable documents is accepted in good faith and as justification for entering into a contract with a tenderer. If subsequently any information is found to be incorrect such discovery shall be taken as wilful misrepresentation by that tenderer to induce the contract. In such event the Employer has the discretionary right under contract condition 9.2 to terminate the contract.

The Tenderer must complete the following returnable Schedules: Returnable Schedules required for Tender evaluation purposes

COMPULSORY TENDER DOCUMENTS

FORM A CERTIFICATE OF ATTENDANCE AT CLARIFICATION MEETING

FORM B RECORD OF ADDENDA TO TENDER DOCUMENTS

FORM C PROPOSED AMENDMENTS, QUALIFICATIONS AND ALTERNATIVES

FORM D PREFERENCING SCHEDULE: BROAD BASED BLACK ECONOMIC EMPOWERMENT

STATUS

FORM E COMPULSORY DECLARATION

FORM F MUNICIPAL DECLARATION AND RETURNABLE DOCUMENTS

FORM G CERTIFICATE OF INDEPENDENT TENDER

FORM H DECLARATION OF GOOD STANDING REGARDING TAX

FORM I DECLARATION OF TENDERER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

FORM J REGISTRATION ON NATIONAL TREASURY CENTRAL SUPPLIER DATABASE

FORM K DECLARATION OF TENDERER’S LITIGATION HISTORY

FORM L AUTHORITY OF SIGNATORY

FORM M SCHEDULE OF SPECIALIST SUBCONTRACTORS

FORM N PROOF OF GOOD STANDING WITH COMPENSATION COMMISSIONER

FORM O SCHEDULE OF CURRENT COMMITMENTS

FORM P REGISTRATION WITH CIDB

RETURNABLE FOR QUALITY CRITERIA

FORM Q COMPANY EXPERIENCE IN RELATION TO SCOPE OF WORKS

FORM R PLANT & EQUIPMENT

FORM S FINANCIAL RESOURCES

FORM T MANAGERIAL CAPACITY, EXPERIENCE AND QUALIFICATIONS

FORM U METHOD STATEMENT FOR WORKS INCLUDING PROGRAM

CERTIFICATE FOR TENDER COMPLIANCE

FORM V SCHEDULE OF TENDER COMPLIANCE

Page 15: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

14

COMPULSORY TENDER DOCUMENTS

Page 16: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

15

FORM A: CERTIFICATE OF ATTENDANCE AT CLARIFICATION MEETING

Notes to Tenderer:

1. Unless the attendee’s name, details and signature also appear on the attendance register this Certificate of Attendance shall not be accepted and the tenderer’s offer shall be deemed non-responsive.

This is to certify that I, ................................................................................................................................

representative of (tenderer) ........................................................................................................................

of (address) ................................................................................................................................................

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

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

telephone number .....................................................................................................................................

fax number ................................................................................................................................................

e-mail ..........................................................................................................................................................

attended the clarification meeting on (date) ..............................................................................................

Signature of Representative

Page 17: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

16

FORM B: RECORD OF ADDENDA TO TENDER DOCUMENTS

We confirm that the following communications received from the Employer before the submission of this tender offer, amending the tender documents, have been taken into account in this tender offer:

Date Title or Details

Attach additional pages if more space is required.

Signed Date

Name

Position

Page 18: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

17

FORM C: PROPOSED AMENDMENTS, QUALIFICATIONS AND ALTERNATIVES

The Tenderer should record any deviations or qualifications he may wish to make to the tender documents in this Returnable Schedule. Alternatively, a tenderer may state such deviations and qualifications in a covering letter to his tender and reference such letter in this schedule.

The Tenderer’s attention is drawn to clause 5.8 of SANS 10845-3 regarding the employer’s handling of material deviations and qualifications.

(a) AMENDMENTS

Page, Clause or Item No Proposed Amendment

Note: (1) Amendments to the General and Special Conditions of Contract are not acceptable; (2) The Tenderer must give full details of all the financial implications of the amendments and

qualifications in a covering letter attached to his tender.

(This is not an invitation for alternatives but should the Tenderer desire to make any departures for the provisions of this contract he shall set out his proposals clearly hereunder.

(b) ALTERNATIVES

Proposed Alternative Description of Alternative

Note: (1) Individual alternative items that do not justify an alternative tender, and an alternative offer for time

for completion should be listed here (2) In the case of a major alternative to any part of the work, a separate Bill of Quantities, programme,

etc. and a detailed statement setting out the salient features of the proposed alternatives must accompany the tender

(3) Alternative tenders involving technical modifications to the design of the works and methods of construction shall be treated separately from the main tender offer.

Signed Date

Name Position

Page 19: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

18

FORM D: PREFERENCING SCHEDULE: BROAD BASED BLACK ECONOMIC EMPOWERMENT STATUS (MBD 6.1)

Preamble Section 10(b) of the Broad-Based Black Economic Empowerment Act of 2003 (Act No. 53 of 2003) states that “Every organ of state and public entity must take into account and. as far as is reasonably possible. apply any relevant code of good practice issued in terms of this Act in developing and implementing a preferential procurement policy:” A number of codes of good practice have been issued in terms of Section 9(1) of the B-BBEE Act of 2003 including a generic code of good practice and various sector codes. The sector codes vary the metrics, weightings and targets used in the generic code of good practice to establish the overall performance of an entity and its B-BBBEE status. The B-BBEE status needs to be assessed in accordance with the applicable code. 1 Conditions associated with the granting of preferences Tenderers who claim a preference shall provide sufficient evidence of their B-BBEE Status in accordance with the requirements of section 2 in respect of the applicable code as at the closing time for submissions, failing which their claims for preferences will be rejected. 2 Sufficient evidence of qualification 2.1 Exempted micro enterprises

Sufficient evidence of qualification as an Exempted Micro-Enterprise is a: a) a registered auditor’s certificate or similar certificate issued by an accounting officer as contemplated

in the Close Corporation Act of 1984 in respect of the entity’s last financial year or a 12 month period which overlaps with its current financial year; or a certificate issued by a verification agency and which is valid as at the closing date for submissions; or.

b) a sworn affidavit - B-BBEE Exempted Micro Enterprise (see www.thedti.gov.za/gazzettes/Affidavit_EME.pdf

2.2 Enterprises other than micro exempted enterprises

Sufficient evidence of B-BBEE Status is: a) an original or certified copy of the certificate issued by a verification agency accredited by the South

African National Accreditation System (SANAS) or registered auditors approved by Independent Regulatory Board for Auditors (IRBA) and which is valid as at the closing date for submissions; or.

b) a sworn affidavit – B-BBEE Qualifying Small Enterprise (see www.thedti.gov.za/gazzettes/BBEE_QUALIFYING_SMALL_ENTERPRISE.pdf)

3 Tender preferences claimed

The scoring shall be as follows:

B-BBEE status determined in accordance with the preferencing schedule for Broad-Based Black Economic Empowerment

% max points for preference

Form not completed or no-complaint contributor 0

Level 8 contributor 10

Level 7 contributor 20

Level 6 contributor 30

Level 5 contributor 40

Level 4 contributor 50

Level 3 contributor 60

Level 2 or contributor 90

Level 1 contributor 100

Page 20: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

19

4 Declaration

The tenderer declares that a) the tendering entity is a level contributor as stated in the submitted evidence of qualification as at

the closing date for submissions b) the tendering entity has been measured in terms of the following code (tick applicable box) □ Generic code of good practice

□ Other – specify ................................................................................................................... c) the contents of the declarations made in terms of a) and b) above are within my personal

knowledge and are to the best of my belief both true and correct

The undersigned, who warrants that he / she is duly authorized to do so on behalf of the tenderer, confirms that he / she understands the conditions under which such preferences are granted and confirms that the tenderer satisfies the conditions pertaining to the granting of tender preferences. Signature: ...............................................................................................................................……… Name: .......................................................................................................................................……. Duly authorised to sign on behalf of: ............................................................................................… Telephone: ...................................................................... Fax: ....................................................................... Date: .................................................................. Name of witness .................................................. Signature of witness .......................................

Note: 1) Failure to complete the declaration will lead to the rejection of a claim for a preference 2) Supporting documentation of the abovementioned claim for a preference must be submitted with

the tender submission to be eligible for a preference. (see Clause 5.11.8 in Tender Data)

Page 21: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

20

FORM E: COMPULSORY DECLARATION (MBD 4)

The following particulars must be furnished. In the case of a joint venture, separate declaration in respect of each partner must be completed and submitted.

Section 1: Enterprise Details

Name of enterprise:

Contact person:

Email:

Telephone:

Cell no

Fax:

Physical address

Postal address

Section 2: Particulars of companies and close corporations

Company / Close Corporation registration number

Section 3: SARS Information

Tax reference number

VAT registration number: (State Not Registered if not registered for VAT)

Section 4: CIDB registration number

CIDB Registration number (if applicable)

Section 5: National Treasury Central Supplier Database

Supplier number

Unique registration reference number

Section 6: Particulars of principals

principal: means a natural person who is a partner in a partnership, a sole proprietor, a director of a company established in terms of the Companies Act of 2008 (Act No. 71 of 2008) or a member of a close corporation registered in terms of the Close Corporation Act, 1984, (Act No. 69 of 1984).

Full name of principal Identity number Personal tax reference number

Attach separate page if necessary

Page 22: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

21

Section 7: Record in the service of the state

Indicate by marking the relevant boxes with a cross, if any principal is currently or has been within the last 12 months in the service of any of the following:

a) a member of any municipal council

b) a member of any provincial legislature

c) a member of the National Assembly or the National Council of Province

1. a member of the board of directors of any municipal entity

2. an official of any municipality or municipal entity

� an employee of any department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act of 1999 (Act No. 1 of 1999)

� a member of an accounting authority of any national or provincial public entity

� an employee of Parliament or a provincial legislature

If any of the above boxes are marked, disclose the following:

Name of principal Name of institution, public office, board or organ of state and position held

Status of service

(tick appropriate column)

Current Within last 12 months

*insert separate page if necessary

Section 8: Record of family member in the service of the state

family member: a person’s spouse, whether in a marriage or in a customary union according to indigenous law, domestic partner in a civil union, or child, parent, brother, sister, whether such a relationship results from birth, marriage or adoption

Indicate by marking the relevant boxes with a cross, if any family member of a principal as defined in section 5 is currently or has been within the last 12 months been in the service of any of the following:

d) a member of any municipal council

e) a member of any provincial legislature

f) a member of the National Assembly or the National Council of Province

3. a member of the board of directors of any municipal entity

4. an official of any municipality or municipal entity

� an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)

� a member of an accounting authority of any national or provincial public entity

� an employee of Parliament or a provincial legislature

Page 23: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

22

Name of family member Name of institution, public office, board or organ of state and position held

Status of service

(tick appropriate column)

Current Within last 12 months

*insert separate page if necessary

Section 9: Record of termination of previous contracts with an organ of state Was any contract between the tendering entity including any of its joint venture partners terminated during the past 5 years for reasons other than the employer no longer requiring such works or the employer failing to make payment in terms of the contract.

� Yes � No (Tick appropriate box) If yes, provide particulars (interest separate page if necessary)

Section 10: Declaration

The undersigned, who warrants that he / she is duly authorised to do so on behalf of the tendering entity confirms that the contents of this Declaration are within my personal knowledge, and save where stated otherwise in an attachment hereto, are to the best of my belief both true and correct, and: i) neither the name of the tendering entity or any of its principals appears on: a) the Register of Tender Defaulters established in terms of the Prevention and Combating of Corrupt

Activities Act of 2004 (Act No. 12 of 2004) b) National Treasury’s Database of Restricted Suppliers (see www.treasury.gov.za) ii) neither the tendering entity of any of its principals has within the last five years been convicted of fraud

or corruption by a court of law (including a court outside of the Republic of South Africa); iii) any principal who is presently employed by the state has the necessary permission to undertake

remunerative work outside such employment (attach permission to this declaration); iv) the tendering entity is not associated, linked or involved with any other tendering entities submitting

tender offers v) has not engaged in any prohibited restrictive horizontal practices including consultation, communication,

agreement, or arrangement with any competing or potential tendering entity regarding prices, geographical areas in which goods and services will be rendered, approaches to determining prices or pricing parameters, intentions to submit a tender or not, the content of the submission (specification, timing, conditions of contract etc) or intention to not win a tender;

vi) has no other relationship with any of the tenderers or those responsible for compiling the scope of work that could cause or be interpreted as a conflict of interest;

vii) neither the tenderer or any of its principals owes municipal rates and taxes or municipal service charges to any municipality or a municipal entity and are not in arrears for more than 3 months;

viii) SARS may, on an on-going basis during the term of the contract, disclose the tenderer’s tax compliance status to the Employer and when called upon to do so, obtain the written consent of any subcontractors who are subcontracted to execute a portion of the contract that is entered into in excess of the threshold prescribed by the National Treasury, for SARS to do likewise.

Signed Date

Name Position

NOTE 1 The Standard Conditions of Tender contained in SANS 10845-3 prohibits anticompetitive practices (clause 3.1) and requires that tenderers avoid conflicts of interest, only submit a tender offer if the tenderer or any of his principals is not under any restriction to do business with employer (4.1.1) and submit only one tender either as a single tendering entity or as a member in a joint venture (clause 4.13.1). Clause 5.7 also empowers the Employer to disqualify any tenderer who engages in fraudulent and corrupt practice. Clause 3.1 also requires tenderers to comply with all legal obligations.

NOTE 2: Section 30(1) of the Public Service Act, 1994, prohibits an employee (person who is employed in posts on the establishment of departments) from performing or engaging remunerative work outside his or her employment in the relevant department, except with the written permission of the executive authority of the department. When in operation, Section 8(2) of the Public Administration Management Act, 2014, will prohibit an employee of the public administration (i.e.

Page 24: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

23

organs of state and all national departments, national government components listed in Part A of Schedule 3 to the Public Service Act, provincial departments including the office of the premier listed in Schedule 1 of the Public Service Act and provincial departments listed in schedule 2 of the Public Service Act, and provincial government components listed in Part B of schedule 3 of the Public Service Act) or persons contracted to executive authorities in accordance with the provisions of section 12A of the Public Service Act of 1994 or persons performing similar functions in organs of state from conducting business with the State or to be a director of a public or private company conducting business with the State. The offence for doing so is a fine or imprisonment for a period not exceeding 5 years or both. It is also a serious misconduct which may result in the termination of employment by the employer. NOTE 3: Regulation 44 of Supply Chain Management regulations issued in terms of the Municipal Finance Management Act of 2003 requires that organs of state and municipal entities not award a contract to a person who is the service of the state, a director, manager or principal shareholder in the service of the state or who has been in the service of the state in the previous twelve months. NOTE: 4: Regulation 45 of Supply Chain Management regulations requires a municipality or municipal entity to disclose in the notes to the annual statements particulars of any award made to a close family member in the service of the state. NOTE: 5 Corrupt activities which give rise to an offence in terms of the Prevention and Combating of Corrupt Activities Act of 2004) include improperly influencing in any way the procurement of any contract, the fixing of the price, consideration or other moneys stipulated or otherwise provided for in any contract and the manipulating by any means of the award of a tender.

NOTE: 6 Section 4 of the Competition Act of 1998 prohibits restrictive horizontal practice including agreements between parties in a horizontal relationship which have the effect of substantially preventing or lessening competition, directly or indirectly fixing prices or dividing markets or constitute collusive tendering. Section 5 also prohibits restrictive vertical practices. Any restrictive practices that are suspicious will be reported to the Competition Commission for investigation and possible imposition of administrative penalties.

Page 25: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

24

ATTACH THE FOLLOWING DOCUMENTS TO THIS PAGE

• For Closed Corporations

CK1 or CK2 as applicable (Founding Statement) Certified Copies of the ID’s of the Directors Certified Shareholders Certificate

OR

• For Companies

A copy of the Certificate of Incorporation Certified Copies of the ID’s of the Directors, and Certified shareholders register

OR

• For Joint Venture Agreements

• Joint Venture Agreement between all the parties,

• as well as the documents in (1) or (2) of each Joint Venture member.

OR

• For Partnership 1. Certified Copies of the ID’s of the partners

OR

• One person Business / Sole trader 2. Certified Copy of ID

Page 26: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

25

FORM F: MUNICIPAL DECLARATION AND RETURNABLE DOCUMENTS

The following particulars must be furnished in relation to tenders for municipalities and municipal entities where:

a) contractors are required; and

b) goods, services or a combination thereof where the estimated total of the prices exceeds R 10 million including VAT.

In the case of a joint venture, separate municipal declarations and returnable documents shall be submitted in respect of each partner.

Section 1: Enterprise Details

Name of enterprise:

Contact person:

Email:

Telephone:

Cell no

Fax:

Physical address

Postal address

Section 2: Declaration for Contractor’s services:

The enterprise has been awarded the following contract services by an organ of state during the last five years.

Name of organ of state Estimated number

of contracts

Nature of service, e,g, quantity

surveying

Service similar to required

service (yes / no)?

Attach separate page as necessary

Page 27: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

26

Section 3 Goods, services or a combination thereof where the estimated total of the prices exceeds R 10 million including VAT

I / we certify that

1 (tick one of the boxes): □ the enterprise is not required by law to prepare annual financial statements for auditing □ the enterprise is required by law to have audited annual financial statements and attached

the audited financial statements for the past three financial years, or since the establishment as the enterprise was established within the past three years

2) the enterprise and its directors has / have no undisputed commitments for municipal services towards a municipality or other service provider in respect of which payment is overdue for more than 30 days (i.e.: all municipal accounts are paid up to date) Attach Municipal Utility Account;

3) source of goods and / or services:

(tick one of the boxes and insert percentages if applicable):

□ goods and / or services are sourced only from within the Republic of South Africa

□ % of the total cost of goods and / or services will be sourced from outside the

Republic of South Africa and the percentage of payment from the municipality or municipal

entity which is expected to be transferred out of the Republic is %

I furthermore confirm that the following contracts were awarded to the enterprise by an organ of state during the last five years and attached particulars of any material non-compliance or dispute concerning the execution of such contracts:

Name of organ of state Estimated number of contracts

Nature of contracts

Attach separate page as necessary

I, the undersigned who warrants that I am duly authorised on behalf of the tendering entity, hereby declare that the contents of this Declaration are within my personal knowledge, and save where stated otherwise are to the best of my belief both true and correct

Signed

Date

Name Position

Page 28: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

27

ATTACHED HERETO AN ORIGINAL OR CERTIFIED COPY OF THE MUNICIPAL

UTILITY ACCOUNT NOT OLDER THAN 3 MONTHS

Page 29: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

28

FORM G: CERTIFICATE OF INDEPENDENT TENDER (MBD 9)

Notes to tenderer:

a) This certificate conforms to Treasury Regulation 16A9 and the requirement of section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, that prohibits an agreement between, or concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal relationship and if it involves collusive tendering.

b) Collusive tendering is a conspiracy between businesses that would normally be expected to compete, to agree not to compete, in a tender process.

c) This certificate serves as a declaration by the tenderer that the tender submitted is free from any collusion with a competitor.

CERTIFICATE OF INDEPENDENT TENDER DETERMINATION

I, the undersigned, in submitting the accompanying tender:

________________________________________________________________________

(Tender Number and Description)

in response to the invitation for the tender made by:

______________________________________________________________________________

(Name of Municipality / Municipal Entity)

do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of:_______________________________________________________that:

(Name of Tenderer)

i) I have read and I understand the contents of this Certificate;

ii) I understand that the accompanying tender will be disqualified if this Certificate is found not to be true and complete in every respect;

iii) I am authorized by the tenderer to sign this Certificate, and to submit the accompanying tender, on behalf of the tenderer;

iv) Each person whose signature appears on the accompanying tender has been authorized by the tenderer to determine the terms of, and to sign, the tender, on behalf of the tenderer;

v) For the purposes of this Certificate and the accompanying tender, I understand that the word “competitor” shall include any individual or organization, other than the tenderer, whether or not affiliated with the tenderer, who: (a) has been requested to submit a tender in response to this tender invitation;

(b) could potentially submit a tender in response to this tender invitation, based on their qualifications,

abilities or experience; and

(c) provides the same goods and services as the tenderer and/or is in the same line of business as

the tenderer

Page 30: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

29

vi) The tenderer has arrived at the accompanying tender independently from, and without consultation, communication, agreement or arrangement with any competitor. However, communication between partners in a joint venture or consortium³ will not be construed as collusive bidding.

vii) In particular, without limiting the generality of paragraphs 6 above, there has been no consultation, communication, agreement or arrangement with any competitor regarding: a) prices; b) geographical area where product or service will be rendered (market allocation)

c) methods, factors or formulas used to calculate prices;

d) the intention or decision to submit or not to submit, a tender;

e) the submission of a tender which does not meet the specifications and conditions of the tender; or

f) bidding with the intention not to win the tender.

viii) In addition, there have been no consultations, communications, agreements or arrangements with any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this tender invitation relates.

ix) The terms of the accompanying tender have not been, and will not be, disclosed by the tenderer, directly or indirectly, to any competitor, prior to the date and time of the official tender opening or of the awarding of the contract.

x) I am aware that, in addition and without prejudice to any other remedy provided to combat any restrictive practices related to tenders and contracts, tenders that are suspicious will be reported to the Competition Commission for investigation and possible imposition of administrative penalties in terms of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting business with the public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation.

Signature Date

Capacity under which Tender is Signed Name of Tenderer

Page 31: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

30

FORM H: DECLARATION OF GOOD STANDING REGARDING TAX (MBD 2)

ATTACH VALID TAX CLEARANCE CERTIFICATE AND

TAX COMPLIANCE STATUS (TCS) PIN TO THIS PAGE

The Tax Clearance Certificate and Tax Compliance Status (TCS) PIN must be submitted together with the tender. Failure to submit the above-mentioned documentation will result in the invalidation of the tender. In tenders where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separate Tax Clearance Certificate, and Tax Compliance Status (TCS) PIN.

Page 32: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

31

FORM I: DECLARATION OF TENDERER’S PAST SUPPLY CHAIN MANAGEMENT

PRACTICES (MBD 8)

Notes to tenderer:

1. This tender document must form part of all tenders invited.

2. This form serves as a declaration to be used by institutions in ensuring that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3. The tender of any tenderer may be disregarded if that tenderer or any of its directors have

a. abused the institution’s supply chain management system;

b. committed fraud or any other improper conduct in relation to such system;

c. failed to perform on any previous contract.

4. In order to give effect to the above, the following questionnaire must be completed and submitted with this tender.

Item Question Yes No

4.1 Is the tenderer or any of its directors listed on the National Treasury’s Database of Restricted Suppliers as companies or persons prohibited from doing business with the public sector? (Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied). The Database of Restricted Suppliers now resides on the National Treasury’s website(www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page.

Yes

No

4.1.1 If so, furnish particulars:

4.2 Is the tenderer or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? The Register for Tender Defaulters can be accessed on the National Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.

Yes

No

4.2.1 If so, furnish particulars:

4.3 Was the tenderer or any of its directors convicted by a court of law (including a court of law outside the Republic of South Africa) for fraud or corruption during the past five years?

Yes

No

4.3.1 If so, furnish particulars:

Page 33: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

32

4.4 Does the tenderer or any of its directors owe any municipal rates and taxes or municipal charges to the municipality / municipal entity, or to any other municipality / municipal entity, that is in arrears for more than three months?

Yes

No

4.4.1 If so, furnish particulars:

4.5 Was any contract between the tenderer and the municipality / municipal entity or any other organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yes

No

4.7.1 If so, furnish particulars:

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME) …………………………………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT.

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

Signature Date

Capacity under which Tender is Signed Name of Tenderer

Page 34: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

33

FORM J: REGISTRATION ON NATIONAL TREASURY CENTRAL SUPPLIER

DATABASE

The tenderer shall provide a printed copy of the Active Supplier Listing on the National Treasury Central Supplier Database. (www.treasury.gov.za). Tenderers who are not registered on the Central Supplier Database should attach proof of their application for registration (refer to Tender Data Clause 4.1). In the case of a Joint Venture, a printed copy of the Active Supplier Listing must be provided for each member of the Joint Venture. Name of Contractor: .................................................................................................................................. Central Supplier Database Supplier Number: ...........................................................................................

Affix Proof of the National Treasury Central Supplier Database to this page

Page 35: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

34

FORM K: DECLARATION OF TENDERER’S LITIGATION HISTORY

Does the tenderer have any litigation with which tenderer (including its directors, shareholders or other senior members in previous companies) have been involved with any organ of state or state department within the last ten years? If yes, furnish your details in table below. NB: It is compulsory for all bidders to sign this form The tenderer shall list below details of any litigation with which the tenderer (including its directors, shareholders or other senior members in previous companies) has been involved with any organ of state or state department within the last ten years. The details must include the year, the litigating parties, the subject matter of the dispute, the value of any award or estimated award if the litigation is current and in whose favour the award, if any, was made.

Client Other Litigating Party

Dispute Award Value Date Resolved

Signature Date

Capacity under which Tender is Signed Name of Tenderer

YES NO

Page 36: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

35

FORM L: AUTHORITY OF SIGNATORY

Details of person responsible for tender process:

Name :

Contact number :

Office address :

Signatories for close corporations and companies shall confirm their authority by attaching to this form a duly signed and dated original or certified copy on the Company Letterhead of the relevant resolution of their members or their board of directors, as the case may be.

PRO-FORMA FOR COMPANIES AND CLOSE CORPORATIONS: "By resolution of the board of directors passed on (date) ...................................................... Mr ........................................................................................................................................ has been duly authorized to sign all documents in connection with the Tender for Contract Number/Name ………………………………………………………and any Contract which may arise there from on behalf of ……………………………………………………………… (BLOCK CAPITALS) SIGNED ON BEHALF OF THE COMPANY ........................................................................ IN HIS CAPACITY AS ........................................................................ DATE ........................................................................ FULL NAMES OF SIGNATORY ........................................................................ SIGNATURE ........................................................................ AS WITNESSES: 1. NAME ………………………………… SIGNATURE ……………………………… 2. NAME ………………………………… SIGNATURE ………………………………

Page 37: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

36

PRO-FORMA FOR JOINT VENTURES:

Certificate of Authority for Joint Ventures

We, the undersigned, are submitting this tender offer in Joint Venture and hereby authorise………

Mr/Ms ………………………………….., authorised signatory of the company …………………………,

acting in the capacity of lead partner, to sign all documents in connection with the tender offer an

any contract resulting from it on our behalf.

NAME OF FIRM ADDRESS DULY AUTHORISED

SIGNATORY

Signature: ……………………..

Name: ………………………….

Designation: …………………..

Signature: ……………………..

Name: ………………………….

Designation: …………………..

Signature: ……………………..

Name: ………………………….

Designation: …………………..

Signature: ……………………..

Name: ………………………….

Designation: …………………..

Page 38: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

37

ATTACHED HERETO THE DULY SIGNED AND DATED ORIGINAL OR CERTIFIED

COPY OF AUTHORITY OF SIGNATORY ON COMPANY LETTERHEAD

Page 39: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

38

FORM M: SCHEDULE OF SPECIALIST SUBCONTRACTORS

Notes to tenderer:

1. The tenderer shall list below the specialist items of work on this contract. Alternatives may be mentioned.

2. The tenderer shall state whether he intends to carry out any specialised work himself.

Acceptance of this tender shall not be construed as approval of all or any of the listed specialist subcontractors. Should any or all of the specialist subcontractors not be approved subsequent to the acceptance of the tender, it 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 listed below being approved by the engineer.

SPECIALISED ITEM

INDICATE IF SUB-CONTRACTED (Tick

correct option)

YES NO

In order to complete the Works under this Contract, I/we propose to employ the following sub-contractors to

carry out the portion/type of work as detailed. Affix Original or Certified proof of 3 previous projects for each sub-contractor.

(Note: All proposed sub-contractors must be listed).

Sub-contractor:

Name, Address and Telephone No.

Portion/type of work

to be undertaken

_________________________

_________________________

(____)_________________

Previous value of work:

Previous Experience:

_________________________

_________________________

(____)_________________

Previous value of work:

Previous Experience:

Page 40: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

39

_________________________

_________________________

(____)_________________

Previous value of work:

Previous Experience:

_________________________

_________________________

(____)_________________

Previous value of work:

Previous Experience:

Page 41: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

40

Notes to tenderer: 1. Discovery that the tenderer has failed to make proper disclosure may result in Ehlanzeni District

Municipality terminating a contract that flows from this tender on the ground that it has been rendered invalid by the tenderer’s misrepresentation.

2. The tenderer shall attach to this Form evidence that he is registered and in good standing with the

compensation fund or with a licensed compensation insurer who is approved by Department of Labour in terms of section 80 of the Compensation for Injury and Disease Act 1993 (COID) (Act 130 of 1993).

Affix certified Proof of Good Standing with Compensation Commissioner to this page

FORM N: PROOF OF GOOD STANDING WITH COMPENSATION COMMISSIONER

Page 42: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

41

FORM O: SCHEDULE OF CURRENT COMMITMENTS

Notes to tenderer:

(a) The tenderer shall list below all contracts currently under construction or awarded and about to commence and tenders for which offers have been submitted but awards not yet made.

(b) In the event of a joint venture enterprise, details of all the members of the joint venture shall similarly be attached to this form.

(c) The lists must be restricted to not more than 5 contracts and 5 tenders. If a tenderer’s actual

commitments or potential commitments are greater than 5 each, those listed should be in descending

order of expected final contract value or sum tendered.

Contracts Awarded

Employer Project Expected Value of contract (Inclusive of VAT)

Durations (Months)

Expected Completion Date

Tenders not Yet Awarded

Employer Project Tendered Amount (Inclusive of VAT)

Tendered Durations (Months)

Expected Commencement Date

Signature Date

Capacity under which Tender is Signed Name of Tenderer

Page 43: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

42

FORM P: REGISTRATION WITH CIDB

The tenderer shall provide a printed copy of the Active Contractor’s Listing off the CIDB website. (www.cidb.org.za). Tenderers whose CIDB registration expires within 21 days after close of tender should attach proof of their application for re-registration (refer to Tender Data Clause 4.1). In the case of a Joint Venture, a printed copy of the Active Contractor’s Listing must be provided for each member of the Joint Venture.

Name of Contractor: ..................................................................................................................................

Contractor Grading Designation: ................................................................................................................

CIDB Contractor Registration Number: .....................................................................................................

Expiry Date: ...............................................................................................................................................

Page 44: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

43

RETURNABLES FOR QUALITY CRITERIA

Page 45: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

44

FORM Q: COMPANY EXPERIENCE IN RELATION TO SCOPE OF WORKS

The Tenderer will receive a maximum of 30 points based on information provided in this schedule. The following is a statement of work of similar nature recently successfully executed by myself / ourselves: 1. Points will be given for projects completed of similar nature and size (Culvert Rehabilitation, Road works,

work under similar traffic conditions). No points will be allocated for building projects and/or water projects.

2. The tenderer must list at least 5 road rehabilitation projects (similar size and nature) completed in the last 10 years.

3. The tenderer will receive a maximum 6 Quality Points for each project listed. 4. The maximum Quality points for each criterion are listed below. 5. Positive feedback from the Consulting Engineer from the designated / listed contact person will

contribute toward points allocated for the attached certified certificates of completion. 6. Positive feedback from the Employer from the designated / listed contact person will contribute toward

points allocated for the attached certified certificates of completion. 7. Only projects of similar or higher value are applicable. 8. Points for certified completion certificates attached will be given for similar nature and size projects.

Negative feedback will forfeit all points, meaning zero (0) points will be allocated for the attached certificates of completion.

9. Failure to submit all relevant information per project will result in the forfeiture of all points for that relevant project.

10. The experience of the Tenderer or joint venture partners in a consortium will be evaluated on the basis of experience in similar projects or similar areas and conditions in relation to the scope of work required for this project.

Certified Appointment

letter of Relevant

Work (to be attached)

(max 2 points/project)

Consulting Engineer:

Contact Person and Telephone

Number

Employer: Contact

Person and Telephone

Number

Value of Work

(inclusive of VAT)

Date Completed (Attach Certified

Completion Certificate)

(max 4 points/project)

Points

Awarded

by the

Engineer

*Attach additional pages if more space is

required

Total Points

Page 46: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

45

FORM R: PLANT & EQUIPMENT

The tenderer will receive a maximum of 10 points based on information provided in this schedule. 1. The following are lists of major items of relevant equipment that I / we presently own or lease and will

have available for this contract or will acquire or hire for this contract if my / our tender is accepted.

2. The tenderer will receive Quality points for listing of plant available for this specific contract as follows: � Major plant for construction works if well identified and 100% is owned and available at start of

contract - 10 points maximum. � Plant correctly identified and owned will be calculated according to allocated points.

3. Proof of ownership to be submitted.

Description, size, capacity, etc. Allocate Points Quantity Tick if Owned

Tick if Hired

Motor grader (Cat 14H or Similar) 2.0 1

Excavator (20 ton) 2.0 1

Water Tanker (8000 Litre) 1.0 1

Vibratory Roller (2.5 ton) 1.0 1

Vibratory Roller (10 ton or above) 1.0 1

Tipper Truck (6 m3) 1.0 3

Tipper Truck (10 m3 or above) 1.0 2

TLB (48 kw Capacity) 1.0 2

Total 10.0

Total Points Allocated

* Attached additional pages if more space is required.

Page 47: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

46

FORM S: FINANCIAL RESOURCES

BANKING INFORMATION

The tenderer will receive a maximum of 10 points based on information provided in this schedule.

DETAILS OF TENDERERS BANKING INFORMATION

Notes to tenderer:

• The tenderer shall attach to this form an original letter from the bank not older than three (3) months confirming the bank account, details and bank rating. Failure to provide the required letter with the tender submission shall render the tenderer’s offer non-responsive. 4 Points will be given for an attached bank letter plus an additional 4 points if bank rating of C or better is indicated on the bank letter.

• 2 Points will be given for the tenderer’s banking details as they appear in the completed section below.

• In the event that the tenderer is a joint venture enterprise, details of all the members of the joint venture shall be similarly provided and attached to this form.

BANK NAME:

ACCOUNT NAME: (e.g. ABC Civil Construction cc)

ACCOUNT TYPE: (e.g. Savings, Cheque etc.)

ACCOUNT NO:

ADDRESS OF BANK:

CONTACT PERSON:

TEL. NO. OF BANK / CONTACT:

How long has this account been in

existence:

(Tick which is appropriate)

0-6 months

7-12 months

13-24 months

More than 24 months

Page 48: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

47

ATTACH HERETO AN ORIGINAL LETTER FROM THE BANK TO THIS PAGE NOT OLDER THAN THREE (3) MONTHS

Page 49: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

48

FORM S: FINANCIAL RESOURCES

DECLARATION OF PROCUREMENT ABOVE R 10 MILLION (MBD5)

The tenderer will receive a maximum of 5 points based on information provided in this schedule. For all procurement expected to exceed R10 million (all applicable taxes included), tenderer must complete the following questionnaire:

• Are you by law required to prepare annual financial statements for auditing? YES / NO

1.1 If yes, submit audited financial statements for the past three years or since the date of establishment if established during the past three years.

…………………………………………………………………………………………………………….. ……………………………………………………………………………………………………………..

2. Do you have any outstanding undisputed commitments for municipal services towards any municipal for

more than three months or any other service provider in respect of which payments is overdue for more than 30 days? YES / NO

…………………………………………………………………………………………………………………… ……………………………………………………………………………………………………………………

2.1 If no, this serves to certify that the tenderer has no undisputed commitments for municipal services

towards any municipality for more than three months or other service provider in respect of which payment is overdue for then 30 days?

…..………..……………………………………………………………………………………………… …………………………………………………………………………………………………………….. 2.2 If yes, please provide particulars ….…………………………………………………………………………………………………………… ………………………………………………………………………………………………………………. 3.1 Has any contract been awarded to you by an organ of state during the past five years, including

particulars of any material non-compliance or dispute concerning the execution of such contract?

YES / NO

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

………………………………………………………………………………………………………………………

a. If yes, furnish particulars

……………………………………………………………………………………………………………… ………………………………………………………………………………………………………………

Page 50: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

49

4. Will any portion of goods or services be sourced from outside the Republic, and, if so, what portion of

payment from the municipality / /municipal entity is expected to be transferred out of the Republic? YES / NO 4.1 If yes, furnish particulars

….……………………………………………………………………………………………………………… …………………………………………………………………………………………….……………………

CERTIFICATION I, THE UNDERSIGNED (NAME) ……………………………………………………………………………... CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT. I ACCEPT THAT THE STE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE

Signature Date

Capacity under which Tender is Signed Name of Tenderer

Page 51: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

50

FORM S: FINANCIAL RESOURCES

DOCUMENTATION OF INTENT TO PROVIDE A PERFORMANCE GUARANTEE

The Tenderer will receive a maximum of 5 points based on information provided in this schedule. The Tenderer must attach hereto an original letter from the bank or institution with whom he has made the necessary arrangements, to the effect that the said bank or institution will be prepared to provide the required performance guarantee when asked to do so. (Letter of Intent) A Pro forma follows herewith for the tenderer to use.

PRO-FORMA FOR A PERFORMANCE GUARANTEE PERFORMANCE GUARANTEE

Employer (Name and Address)

Contract No

Contract Title

WHEREAS

(hereinafter referred to as “the Employer”) entered into, a Contract with:

(hereinafter called “the Contractor”) on the day of 20

for the construction of (Contract Title)

at

AND WHEREAS it is provided by such Contract that the Contractor shall provide the Employer with security by way of a guarantee for the due and faithful fulfilment of such Contract by the Contractor; AND WHEREAS WE (hereinafter referred to as “the

Guarantor”) has/have at the request of the Contractor, agreed to give such guarantee;

NOW THEREFORE WE do hereby guarantee and bind ourselves jointly and severally as Guarantor and Co-Principal Debtor to the Employer under renunciation of the benefits of division and exclusion for the due and faithful performance by the Contractor of all the terms and conditions of the said Contract, subject to the following conditions: 1) The Employer shall, without reference and/or notice to us, have complete liberty of action to act in any

manner authorised and/or contemplated by the terms of the said Contract, and/or to agree to any modifications, variations, alterations, directions or extension of the Completion Data of the Works under the said Contract, and that its rights under this guarantee shall in no way be prejudiced nor or liability hereunder be affected by reason of any steps which the Employer may take under such Contract, or of any modification, variation, alterations of the Completion Date which the Employer may make, give, concede or agree to under the said Contract.

2) This guarantee shall be limited to payment of a sum of money. 3) The Employer shall be entitled, without reference to us, to release any guarantee held by it, and to

give time to or compound or make any other arrangement with the Contractor.

However, upon receipt by us of an authenticated copy of the Certificate of Completion in terms of the Contract, the amount of liability shall be reduced by 50% which shall be in force until the issue of the Final Approval Certificate at expiry of the Defects Liability Period

Page 52: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

51

This guarantee shall remain in full force and effect until the issue of the Certificate of Completion in terms of the Contract, unless we are advised in writing by the Employer before the issue of the said Certificate of Completion

4) His intention to institute claims, and the particulars thereof, in which event this guarantee shall remain in full force and effect until all such claims have been paid of liquidated,

5) Our total liability hereunder shall not exceed the sum of

(in words)

R (in figures)

(10% of the tender sum) that amount I/we agree to hold at your disposal.

6) The Guarantor reserves the right to withdraw from this guarantee by depositing the Guaranteed Sum with the beneficiary, whereupon the Guarantor’s liability hereunder shall cease. I/We declare that I/we, on behalf of the Guarantor, waive the legal exceptions available to a guarantor and undertake to pay the said amount or such portion thereof as may be demanded, immediately on receipt of a written demand from you. A certificate under your hand shall be sufficient and satisfactory evidence as to the amount of the Guarantor’s liability for the purpose of enabling provisional sentence or any similar relief to be obtained against the Guarantor. This guarantee is neither negotiable or transferable, and must be surrendered to the Guarantor in the event of the full amount of the Guarantee being paid to the Employer.

7) I/We hereby choose our address for the serving of all notices for all purposes arising here from as

IN WITNESS WHEREOF this guarantee has been executed by us at

on the day of 20

As witness:

1. Signature

2. Signature

Duly authorised to sign on behalf of (Guarantor)

Address

Page 53: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

52

FORM T: MANAGERIAL CAPACITY, EXPERIENCE AND QUALIFICATIONS

The Tenderer will receive a maximum of 30 points based on information provided in this Schedule Notes to tenderer:

1. The intention of this form is to demonstrate the tenderer’s project structure, as well as the lines of

responsibility between members of the project team and the overall company structure. Attach own organogram to this form.

2. Joint Venture tenders require each element of the venture to submit separate organograms that show the individual structure of each member company and the lines of responsibility of the proposed personnel involved in the project. In addition, there must also be a combined organogram that indicates how the joint venture itself will function and the proposed share of the work will become a contractual obligation between the members of the joint venture.

3. State the city or town where the company’s head office is located. The locality of regional or satellite offices, regardless of degree of autonomy or size is not required. Only submit the number of offices other than the head office. Do not count offices outside RSA.

4. Registered professional engineers, technicians or technologists means those who are involved in the construction of Roads and Concrete Culverts. Registered professionals of other disciplines (e.g. water, sewer) are considered as employees only.

Head Office: State City/Town: (See note 3.)

Other Offices: Only list number: (See note 3.)

Registered Professionals: ECSA or in terms of ECSA approved International Agreements (PrEng, PrTechEng, PrTechniEng) (See note 4.)

Registered Professionals: SACPCMP (Pr CM) (See note 4)

Total Employees:

% share in JV agreement: (State 100% if no JV)

CONSTRUCTION TEAM KEY PERSONNEL

TARGETED GOALS (Attach all CV’s and Certified Qualifications)

TENDERED GOAL

POINTS CLAIMED BY TENDERER

ALLOCATED POINTS

1. Safety Officer with First Aid plus OHSA. (Construction Regulations qualification)

Name: …………………………………………………

2.0

PLUS

2. Team Leader has NQF 1 qualification (LIC).

Name: ………………………………………………… 1.0

PLUS

3. Site Foreman has NQF 2 qualification (LIC).

Name: ………………………………………………… 1.0

PLUS

4. Site Agent has NQF 5 qualification (LIC).

Name: ………………………………………………… 2.0

PLUS

Page 54: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

53

5. Site Agent has completed two to four similar road projects in the past. Name: …………………………………………………

2.0

OR

6. Site Agent has completed five or more similar road projects in the past.

Name: …………………………………………………

4.0

PLUS

7. Contracts Manager (Pr Eng or Pr Tech Eng or Pr Techni Eng) Name: …………………………………………… Qualification: ………………………………………

8.0

OR

8. Contracts Manager (Pr Eng or Pr Tech Eng or Pr Techni Eng) & Pr CM Name: …………………………………………… Qualification: ………………………………………

10.0

PLUS

9. Construction Manager (Pr Techni Eng) (Contract’s Representative) Name: …………………………………………… Qualification: ………………………………………

6.0

PLUS

10. Organogram showing the above personnel as they will be employed for this project. 4.0

SUB-TOTAL: Construction Team Key Personnel 30.0

Page 55: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

54

KEY PERSONNEL EXPERIENCE (CONTRACTS MANAGER)

The tenderer shall provide details of previous experience required for this project. Proof of registration must be attached to this form.

Name Position in Team ECSA Reg. No Category SACPCMP Reg. No Category No. of Years’ Experience

Contracts Manager

Technical/Managerial Experience

(List only the most recent 5 projects of the key staff that the tenderer considers relevant to the specified scope of works.

Description of Project Position Held Project Start

Date

Project Completion

Date

Contract Value Client and Contact Person Contact No.

Page 56: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document:

Upgrade of Bridge Structure Kanyamazane Extension 21

55

KEY PERSONNEL EXPERIENCE (CONSTRUCTION MANAGER)

The tenderer shall provide details of previous experience required for this project. Proof of registration must be attached to this form.

Name Position in Team ECSA Reg. No Category SACPCMP Reg. No Category No. of Years’ Experience

Construction Manager

Technical/Managerial Experience

(List only the most recent 5 projects of the key staff that the tenderer considers relevant to the specified scope of works.

Description of Project Position Held Project Start

Date

Project Completion

Date

Contract Value Client and Contact Person Contact No.

Page 57: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

56

ATTACH CV’S OF KEY PERSONNEL TO THIS PAGE

Note: Only CV’s of personnel that were named and shown on the organogram to be attached.

Page 58: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

57

FORM U: METHOD STATEMENT FOR UPGRADING WORKS INCLUDING PROGRAMME

The Tenderer will receive a maximum of 10 points based on information provided in this schedule. METHOD STATEMENT The Tenderer will receive a maximum of 6 points based on the method statement. The construction of Nelson Mandela street consists of the reconstruction of the existing road crossing over a damaged culvert structure. This covers a total length of approximately 90m. The work also includes the detail design of the culvert structure. The quality criteria will be as follows (Maximum 12 pages): 1) Applicable procedure of the upgrading works = 3.0 points. 2) Identification of applicable plant necessary to complete the upgrading works = 1.0 points. 3) Applicable quality control and quality assurance system to achieve required reliability = 2.0

points. The Tenderer shall attach a method statement reflecting the execution of the various activities, construction methods and quality control comprising the rehabilitation work for this Contract, including accommodation of traffic during construction. The statement shall be in accordance with the information supplied in the Contract, requirements of the Project Specifications and with all other aspects of this Tender EXECUTION PROGRAMME The Tenderer will receive a maximum of 4 points based on the executive programme. The quality criteria will be as follow: 1. Applicable activities/tasks (showing more than 10 (ten) tasks) = 2.0 points 2. Float indicated = 0.5 point 3. Resources allocation indicated = 0.5 point 4. Critical path = 1.0 points The Tenderer shall detail below or attach a preliminary programme reflecting the proposed sequence and tempo of execution of the various activities comprising the work for this Contract. The programme shall be in accordance with the information supplied in the Contract, requirements of the Project Specifications and with all other aspects of this Tender. The Execution Programme must be based on the completion time as specified in the Contract Data. PLEASE NOTE: the cash flow projections from the contractor (to be submitted before commencement of the execution of the contract) must be in accordance with this execution plan in order to ensure proper cash flow management by the employer and to minimise delayed payments.

Programme

Activity and Resource Month

* Attach additional pages if more space is required.

Page 59: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

58

Point Award

Description Possible Points Points Awarded

METHOD STATEMENT 6.0

EXECUTION PROGRAMME 4.0

Signature Date

Capacity under which Tender is Signed Name of Tenderer

Page 60: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

59

COMPETENCE ACHIEVEMENT SCHEDULE (QUALITY)

MAXIMUM POINTS TO

BE ALLOCATED

POINTS CLAIMED BY TENDERER

ALLOCATED POINTS

Company Experience: Form Q 30

Plant and Equipment: Form R 10

Financial References: Form S

• Bank Information 10

• Declaration of Procurement above R 10 million

5

• Documentation of Intent to provide a Performance Guarantee

5

Managerial Capacity: Form T 30

Method Statement and Programme: Form U 10

Sub- Total 100

TOTAL 100

Note: Total allocated for Quality is 100 points. The minimum threshold required to qualify for the next stage of evaluation is 70 points. Only those tenders that achieve the minimum number will proceed to the price and preference evaluation stage.

SUPPLY CHAIN POLICY USING 80/20 PREFERENCE POINT SYSTEM

MAXIMUM POINTS TO BE

ALLOCATED

Price 80

B-BBEE Status Level of Contribution 20

TOTAL 100

Page 61: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

60

FORM V: SCHEDULE OF TENDER COMPLIANCE

Note to tenderer:

This Table has been created as an aid to ensure a tenderer’s compliance with the completion of the returnable forms and schedules and subsequent placement in the correct envelope.

FORM NO

/ MBD NO

FORM DESCRIPTION TICK IF

COMPLETED

A CERTIFICATE OF ATTENDANCE AT CLARIFICATION MEETING

B RECORD OF ADDENDA TO TENDER DOCUMENTS

C PROPOSED AMENDMENTS AND QUALIFICATIONS

D PREFERENCING SCHEDULE: BROAD BASED BLACK ECONOMIC

EMPOWERMENT STATUS

E COMPULSORY DECLARATION

F MUNICIPAL DECLARATION AND RETURNABLE DOCUMENTS

G CERTIFICATE OF INDEPENDENT TENDER

H DECLARATION OF GOOD STANDING REGARDING TAX

I DECLARATION OF TENDERER’S PAST SUPPLY CHAIN

MANAGEMENT PRACTICES

J REGISTRATION ON NATIONAL TREASURY CENTRAL SUPPLIER

DATABASE

K DECLARATION OF TENDERER’S LITIGATION HISTORY

L AUTHORITY OF SIGNATORY

M SCHEDULE OF SPECIALIST SUBCONTRACTORS

N PROOF OF GOOD STANDING WITH COMPENSATION

COMMISSIONER

O SCHEDULE OF CURRENT COMMITMENTS

P REGISTRATION WITH CIDB

Q COMPANY EXPERIENCE IN RELATION TO SCOPE OF WORKS

R PLANT & EQUIPMENT

S FINANCIAL RESOURCES

T MANAGERIAL CAPACITY, EXPERIENCE AND QUALIFICATIONS

U METHOD STATEMENT FOR WORKS INCLUDING PROGRAM

Page 62: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

61

PART C1: AGREEMENT and CONTRACT DATA

SECTION DESCRIPTION PAGE

C1.1 Form of Offer 62

C1.2 Form of Acceptance. 63

C1.3 Schedule of Deviations. 64

C1.4 Contract Data. 65

C1.5 Pro Forma: Safety Agreement 70

C1.6 Pro Forma: Declaration of Ownership of Unused Materials 71

C1.7 Pro Forma: Monthly Labour Report 72

C1.8 Pro Forma: Form Of Guarantee 73

Page 63: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

62

C 1.1: FORM of OFFER

OFFER

The employer, identified in the acceptance signature block, has solicited offers to enter into a contract for the procurement of:

UPGRADE OF BRIDGE STRUCTURE IN KANYAMAZANE EXTENSION 21

The tenderer, identified in the offer signature block, has examined the documents listed in the tender data and addenda thereto as listed in the tender returnables and, by submitting this offer, has accepted the conditions of tender. By the representative of the tenderer, deemed to be duly authorized, signing this part of this form of offer and acceptance, the tenderer offers to perform all of the obligations and liabilities of the contractor under the contract, including compliance with all its terms and conditions according to their true intent and meaning, for an amount to be determined in accordance with the conditions of contract identified in the contract data.

The offered total of the prices, inclusive of any value added tax or sales tax which the law requires the employer to pay, is

(in words)

R

(in figures)

This offer may be accepted by the employer by signing the acceptance part of this form of offer and acceptance and returning one copy of this document to the tenderer before the end of the period of validity stated in the tender data, whereupon the tenderer becomes the party named as the contractor in terms of the conditions of the contract identified in the contract data. for the TENDERER

Signature: Name:

Capacity:

Name and address:

Name and Date:

signature of witness

Page 64: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

63

C1.2: FORM of ACCEPTANCE

ACCEPTANCE By signing this part of this form of offer and acceptance, the employer identified below accepts the tenderer’s offer. In consideration thereof, the employer shall pay the contractor the amount due in accordance with the conditions of contract identified in the contract data. Acceptance of the tenderer’s offer shall form an agreement between the employer and the tenderer upon the terms and conditions contained in this agreement and in the contract, that is the subject of this agreement. The terms of the contract, are contained in: Part C 1: Agreements and contract data, (which includes this agreement) Part C 2: Pricing data Part C 3: Scope of work. Part C 4: Site information and drawings and documents or parts thereof, which may be incorporated by reference into Parts C 1 to C4 above. Deviations from and amendments to the documents listed in the tender data and any addenda thereto as listed in the tender schedules, as well as any changes to the terms of the offer agreed by the tenderer and the employer during this process of offer and acceptance, are contained in the schedule of deviations attached to and forming part of this agreement. No amendments to or deviations from said documents are valid unless contained in this schedule. The tenderer shall within two weeks after receiving a completed copy of this agreement, including the schedule of deviations (if any), contact the employer’s agent (whose details are given in the contract data) to arrange the delivery of any securities, bonds, guarantees, proof of insurance and any other documentation to be provided in terms of the conditions of contract identified in the contract data at, or just after, the date this agreement comes into effect. Failure to fulfil any of these obligations in accordance with those terms shall constitute a repudiation of this agreement. Notwithstanding anything contained herein, this agreement comes into effect on the date when the tenderer receives one fully completed original copy of this document, including the schedule of deviations (if any). Unless the tenderer (now contractor) within five working days of the date of such receipt, notifies the employer in writing of any reason why he cannot accept the contents of this agreement, this agreement shall constitute a binding contract between the parties. for the EMPLOYER

Signature:

Name:

Capacity:

Name and address:

Name and Date: signature of witness

Page 65: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

64

C1.3: SCHEDULE of DEVIATIONS

1 Subject

Details

2 Subject

Details

3 Subject

Details

4 Subject

Details

By the duly authorized representatives signing this agreement, the employer and the tenderer agree to and accept the foregoing schedule of deviations as the only deviations from and amendments to the documents listed in the tender data and addenda thereto as listed in the returnable schedules, as well as any confirmation, clarification or changes to the terms of the offer agreed by the tenderer and the employer during this process of offer and acceptance. It is expressly agreed that no other matter, whether in writing, oral communication or implied during the period between the issue of the tender documents and the receipt by the tenderer of a completed signed copy of this Agreement, shall have any meaning or effect in the contract between the parties arising from this agreement.

for the TENDERER

Signature:

Name:

Capacity:

for the EMPLOYER (Name and address):

Name and Date: signature of witness

Page 66: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

65

C1.4: CONTRACT DATA

PART 1 GENERAL CONDITIONS OF CONTRACT The Conditions of Contract are the General Conditions of Contract for Construction Works, Third Edition (2015) published by the South African Institution of Civil Engineering. Copies of these conditions of contract may be obtained from the South African Institute of Civil Engineering (Tel: 011 805 5947). Each item of data given below is cross-referenced to the clause in the Conditions of Contract to which it mainly applies.

Clause Data 1.1.1.13

The Defects Liability Period is 12 months.

1.1.1.14 The time for achieving Practical Completion is 6 months.

1.1.1.15 1.2.1.2

The Name of the Employer is City of Mbombela The Employer’s address for receipt of communications is: P O Box 45 Mbombela 1200 Telephone: 013 - 759 2113 E-mail: [email protected]

1.1.1.16 1.2.1.2

The name of the Employers Agent is GMH Tswelelo Consulting Engineers The address of the Employers Agent is: P.O Box 8801 Mbombela, 1206 Telephone: 013 - 752 4156 Facsimile: 013 - 752 4185

4.4 That 20% to 30% (minimum) of the contract be allocated to Local and Nominated sub-contractor(s) appointed in accordance with the Supply Chain Management policy of the client.

5.1.1 5.8.1

The non-working days are Sundays. The special non-working days are the official builder’s holiday plus all statutory public holidays. The year-end break commences on 13 December 2019 and ends on 10 January 2020.

5.3.1 The documentation required before commencing with the works are: � Health and Safety Plan � Initial programme � Performance Guarantee � Insurance

5.3.2 The time to submit the documentation required before commencement of the Works is 14 days.

5.13.1 The penalty for failing to complete the works is R5,000.00 per calendar day.

5.16.3 The latent defects period is 10 Years.

Page 67: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

66

6.2.3 The Form of Guarantee is to contain the wording of the proforma document included in the General Conditions of Contract (Pro-forma included in section C1.8 to this document).

6.2.3 The liability of the guarantee shall be 10 %.

6.8.2

The value of payment certificates is to be adjusted in accordance with the Contract Price Adjustment Schedule on page 86 of GCC 2015, where. The value of "x" is 0,10 The values of the co-efficient are: a = 0,25 b = 0,15 c = 0 55 d = 0,05 The indices for “L”, “P”, “M” and “F” are the following as published by Statistics South Africa: 'L" is the "Labour Index" As published in the Statistical News Release P0141 Additional tables: Table 14 “CPI – all items, according to area” of Statistics South Africa. "P" is the "Contractors Equipment Index" as published in the Statistical News Release PO151, Table 4 – “Civil Engineering Plant” of Statistics South Africa. "M" is the "Materials Index" published in the Statistical News Release PO151, Table 3 - “Building and construction” – “Civil Engineering” of Statistics South Africa. "F" is the "Fuel Index" as published in Statistical News Release PO151, Table 4 of Statistics South Africa. The site is located in the City of Mbombela. The base month is one month prior to the closing date of the tender.

6.10.1.5 The percentage advance on materials not yet built into the Permanent Works is 80%.

6.10.3 The percentage retention on the amounts due to the Contractor is 10 %.

6.10.3 The limit of retention money is 10 % of the contract value.

8.6.1.1.2 The value of the materials supplied by the Employer to be included in the insurance sum is nil.

8.6.1.1.3 The amount to cover professional fees for repairing damage and loss to be included in the insurance sum is nil.

8.6.1.3 The limit of indemnity for liability insurance is R10,000 000.00.

2.1.2.5 9.2.1.3.7

The variations to the General Conditions of Contract Replace the term “Safety” with “Occupational Health and Safety” Replace sub-clause with The Contractor or anyone on his behalf or in his employ would pay, offer or offer as payment to any person in the employ of the Employer, or in the employ of the Employers Agent, a gratuity or reward or commission.

5.12.2.2 The additional clauses to the General Conditions of Contract are: Extensions of time in respect of clause 5.12 in respect of abnormal rainfall shall be calculated using the following formula for each calendar month or part thereof:

Page 68: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

67

V = (Nw – Nn) + (Rw – Rn) X Where: V = Extension of time in calendar days in respect of the calendar month under

consideration.

Nw = Actual number of days during the calendar month on which a rainfall of 10 mm or more has been recorded.

Nn = Average number of days in the relevant calendar month, as derived from existing rainfall records, on which a rainfall of 20mm or more has been recorded for the calendar month.

Rw = Actual average rainfall in mm recorded for the calendar month under consideration.

Rn = Average rainfall in mm for the calendar month as derived from existing rainfall

records as stated in the Site Information. For purposes of the Contract Nn, Rn, X and Y shall have those values assigned to them in the South African Weather Service’s rainfall records of the nearest station to the site. If V is negative and its absolute value exceeds Nn, then V shall be taken as equal to minus Nn. The total extension of time shall be the algebraic sum of all monthly totals for the period under consideration, but if the total is negative the time for completion shall not be reduced due to subnormal rainfall. Extensions of time for part of a month shall be calculated using pro rata values of Nn and Rn. This formula does not take account flood damage which could cause further or concurrent delays and will be treated separately as far as extension of time is concerned. The factor (Nw – Nn) shall be considered to represent a fair allowance for variations from the average in the number of days during which rainfall exceeds 10 mm. The factor (Rw-Rn) shall be considered to represent a fair allowance for variations from the average in the number of days during which the rainfall did not exceed 10 mm but wet conditions prevented or disrupted work. For the purpose of applying the formula, accurate rain gauging shall be taken at a suitable point on the Site and the Contractor shall at his own expense, take all necessary precautions to ensure that rain gauges cannot be interfered with by unauthorised persons. The rainfall records applicable to this Contract are those as recorded by the South African Weather Atlas for Mbombela. The following values of Nn and Rn shall apply:

MONTH AVERAGE RAINFALL (mm)

RAIN DAYS (per month)

January 127 3,8

February 108 3,2

March 90 3,1

April 51 1,4

May 15 0,4

June 9 0,2

July 10 0,2

August 10 0,3

September 26 0,7

October 75 2,4

November 115 3,9

December 131 4,4

Total 767 24

Page 69: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

68

5.12.2.2 A delay caused by inclement weather conditions will be regarded as a delay only if, in the opinion of the Employers Agent, all progress on an item or items of work on the critical path of the working programme of the contractor has been brought to a halt. Delays on working days only (based on a five-day working week) will be taken into account for the extension of time, but the Contractor shall make provision in his programme of work for an expected delay of "n”” working days caused by normal rainy weather, for which he will not receive any extension of time, where “n” equals …… days. Extension of time during working days will be granted to the degree to which actual delays, as defined above, exceed the number of "n" workings days.

--oOo--

Page 70: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

69

PART 2

DATA PROVIDED BY CONTRACTOR The Contractor is advised to read the General Conditions of Contract for Construction Works, Third Edition (2015) published by the South African Institution of Civil Engineering, in order to understand the implications of this Data which is required to be completed. Each item of data given below is cross-referenced to the clause of Conditions of Contract to which it mainly applies.

Clause Data 1.1.1.9 The Contractor is: 1.2.1.2

Name:

The Address of the Contractor is:

Address

(physical):

Address

(postal):

Telephone: Facsimile:

E-mail:

6.2.1 Type of security (Value Added Tax is excluded from the contract sum and the value of the works for calculating the percentages)

Contractor’s choice (Indicate “Yes” or “No”)

Cash deposit of 10% of the Contract Sum

Fixed Performance Guarantee of 10% of the Contract Sum

6.5.1

The percentage allowance to cover overhead charges is …….................……….

6.8.3

The rates for special materials (applicable only to bituminous products), exclusive of Value Added Tax are:

(a)

(b)

(c)

Page 71: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

70

C 1.5 PRO FORMA: SAFETY AGREEMENT

PRO FORMA

OHS MANDATORY FORM

(TO BE COMPLETED AND SIGNED BY ALL MANDATARIES)

OCCUPATIONAL HEALTH AND SAFETY ACT NO. 85 OF 1993

Note: Section 1(1)(xxviii) of the Act defines a "Mandatory" as including "an Agent, a Contractor or a

Sub-contractor for Work." The Employer and the Contractor hereby agree, in terms of the provisions of Section 37 (2) of the Occupational Health and Safety Act, Act No. 85 of 1993, hereinafter referred to as "the Act", that the Contractor as an employer in its own right and in its capacity as Contractor for the execution of the works, shall have certain obligations and that the following arrangement shall apply between them to ensure compliance by the Contractor with the provisions of the Act, namely:- i. The Contractor undertakes to acquaint the appropriate officials and the employees of the Contractor

with all relevant provisions of the Act, and the regulations promulgated in terms of the Act, and ii. The Contractor undertakes that all relevant duties, obligations and prohibitions imposed in terms of the

Act and regulations will be fully complied with, and iii. The Contractor hereby accepts sole liability for such due compliance with the relevant duties, obligations

and prohibitions imposed by the Act and regulations in respect of the work included in the Contract, and iv. The Contractor shall be obliged to report forthwith to the Employer any investigation, complaint, or

criminal charge which may arise as a consequence of the provisions of the Act and regulations pursuant to work performed on behalf of the Employer, and shall, on written demand, provide full details in writing of such investigation, complaint or criminal charge.

Signed at on the day of 20

WITNESS:

for and on behalf of Contractor

WITNESS:

for and on behalf of the Municipal Manager City of Mbombela

Page 72: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

71

C1.6 PRO FORMA: DECLARATION OF OWNERSHIP OF UNUSED MATERIALS

In

CERTIFICATE OF PAYMENT NO. _______ I/We, the undersigned,_______________________________________________________________ ________________________________________________________________(Name of Contractor) hereby declare that the materials for which payment is claimed in terms of Clause 6.10.1.5 of the General Conditions of Contract are:

(a) as described

* (i) on the copy of Invoice No. _____________________ annexed hereto *(ii) as set out in detail below

____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ *delete whichever is not applicable.

(b) located at ____________________________________________________________________ ____________________________________________________________________

(c) is totally owned by me/us and that no other party has any claim or right in respect of the above materials and that I am/we are free to pass ownership upon receipt of payment for such materials

(d) intended for incorporation into the permanent works of this Contract.

Signed at _________________________________on this _____________ day of __________________ 20________. Witnesses: Signature: ___________________________ 1. _______________________ Capacity: ___________________________ 2. _______________________ On behalf of: ___________________________

Address: ___________________________

___________________________ ___________________________

Page 73: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

72

C1.7 PRO FORMA: MONTHLY LABOUR REPORT

for

CERTIFICATE OF PAYMENT NO: __________

JOBS CREATED As per Business Plan

A B C D E F G H I J

Category

Number of

persons

employed

in category

Rate

(R/d)

Local

P-days

Non-local

P-days

Total

P-days

(D +E)

Amount

expended on

labour

(C x F)

P-days

by

women

P-days

by youth

P-days

by

disabled

Clerical

Managerial

Supervisory

Skilled

Semi-skilled

Unskilled

All occupations

Actual to date

A B C D E F G H I J

Category

Number of

persons

employed

in category

Rate

(R/d)

Local

P-days

Non-local

P-days

Total

P-days

(D +E)

Amount

expended on

labour

(C x F)

P-days

by

women

P-days

by youth

P-days

by

disabled

Clerical

Managerial

Supervisory

Skilled

Semi-skilled

Unskilled

All occupations

Summary Planned person-days target (see cell F8 of Business Plan): Tendered construction period (months): Overall person-days target per month: Months represented by this report: Person-day target for this month: Achieved person-days to date (see cell F8 of Actual): Person-days ahead/behind target:

Page 74: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

73

C1.8 PRO FORMA: FORM of GUARANTEE

WHEREAS THE MUNICIPAL MANAGER, CITY OF MBOMBELA (hereinafter referred to as "the Employer") entered into a Contract with: ________________________________________________(hereinafter called "the Contractor") on the ______ day of ______________20 ______ for UPGRADE OF BRIDGE STRUCTURE IN KANYAMAZANE EXTENSION 21, AND WHEREAS it is provided by such Contract that the Contractor shall provide the Employer with security by way of a guarantee for the due and faithful fulfilment of such Contract by the Contractor; AND WHEREAS WE, __________________________________________ (name of Insurance Company / Bank) has at the request of the Contractor, agreed to give such guarantee; NOW THEREFORE WE do hereby guarantee and bind ourselves jointly and severally as Guarantor and Co-principal Debtors to the Employer under renunciation of the benefits of division and excision for the due and faithful performance by the Contractor of all the terms and conditions of the said Contract, subject to the following conditions: 1. The Employer shall, without reference and/or notice to us, have complete liberty of action to act in any

manner authorized and/or contemplated by the terms of the said Contract, and/or to agree to any modifications, variations, alterations, directions or extensions of the Due Completion Date of the Works under the said Contract, and that its rights under this guarantee shall in no way be prejudiced nor our liability hereunder be affected by reason of any steps which the Employer may take under such Contract, or of any modification, variation, alterations of the Due Completion Date which the Employer may make, give, concede or agree to under the said Contract.

2. This guarantee shall be limited to the payment of a sum of money. 3. The Employer shall be entitled, without reference to us, to release any guarantee held by it, and to give

time to or compound or make any other arrangement with the Contractor. 4. This guarantee shall remain in full force and effect until the issue of the Certificate of Completion in terms

of the Contract, unless we are advised in writing by the Employer before the issue of the said Certificate of his intention to institute claims, and the particulars thereof, in which event this guarantee shall remain in full force and effect until all such claims have been paid or liquidated.

5. Our total liability hereunder shall not exceed the sum of __________________________________ ___________________________________________________(R_____________________) 6. The Guarantor reserves the right to withdraw from this guarantee by depositing the Guarantee Sum

with the beneficiary, whereupon the Guarantor's liability hereunder shall cease. 7. We hereby choose our address for the serving of all notices for all purposes arising hereof as _________________________________________________________________________ IN WITNESS WHEREOF this guarantee has been executed by us at _________________________ on this ________________________ day of _____________________________ 20 ____________ As witnesses: 1. ________________________ Signature: ______________________________ Duly authorized to 2. _________________________ sign on behalf of: ______________________________ Address: ____________________________________________________________________

Page 75: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

74

PART C2: PRICING DATA

SECTION DESCRIPTION PAGE

C 2.1 Pricing Instructions 75

C 2.2 Bill of Quantities 78 SQ

C 2.3 Day Work Schedule 79

Page 76: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

75

C2.1: PRICING INSTRUCTIONS

1. For the purposes of this bill of quantities, the following words shall have the meanings hereby

assigned to them: Unit: The unit of measurement for each item of work as defined in the standard

specifications or the project specifications. Quantity: The number of units of work for each item. Rate: The payment per unit of work for 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 of which the quantity of work is not measured in units.

2. This bill of quantities forms part of the contract documents and must be read in conjunction with all the other documents comprising the contract documents.

3. The quantities set out in the bill of quantities are only approximate quantities. The quantities of work finally accepted and certified for payment, and not the quantities given in the bill of quantities, will be used to determine payments to the contractor. The validity of the contract shall in no way be affected by differences between the quantities in the bill of quantities and the quantities finally certified for payment. Work is valued at the rates or lump sums tendered, subject only to the provisions of sub-clause 1209 (a) of the standard specifications.

4. Rates and lump sums shall include full compensation for overheads, profits, incidentals, tax (other than VAT), etc., and for the completed items of work as specified, all in accordance with sub-clause 1209 (b) of the standard specifications. Full compensation for completing and maintaining, during the defects liability period, all the work shown on the drawings and specified in the standard specifications and project specifications and for all the risks, obligations and responsibilities specified in the general conditions of contract, special conditions of contract, standard specifications and project specifications shall be considered as provided for collectively in the items of payment given in the bill of quantities, except in so far as the quantities given in the bill of quantities are only approximate.

5. The tenderer shall fill in a rate or a lump sum for each item where provision is 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 payment for such work will be regarded as being covered by other rates or lump sums in the bill of quantities. The tenderer shall fill in a rate against all items where the words “rate only” appears in the amount column. Although no work is foreseen under such item and no quantities are consequently given in the quantity column, the tendered rate shall apply should work under this item actually be required. Tenders should note the provisions of paragraph 12 of this preamble. If the tender should group a number of items together and tender one lump sum for each group of items, this single tendered lump sum shall apply to that group of items and not to each individual item, or should he indicate that full compensation for any item has been included in the rate for another item, the rate for the item included in another item shall be deemed to be nil. The tendered lump sums and rates shall be valid irrespective of any change in the quantities during the execution of the contract.

Page 77: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

76

6. The works executed are 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 measurements of quantities for payment. Except where specified otherwise than in clause 1220, the nett measurement or mass of the finished work in place shall be taken for payment, and any volume or mass of work in excess of that prescribed, shall be excluded.

7. The amount of work or the quantities of material stated in the bill of quantities shall not be considered as restricting or extending the amount of work to be done or quantity of material to be supplied by the contractor.

8. The statement of quantities of material or the amount of work in the bill of quantities shall not be regarded as authorisation for the contractor to order material or to execute work. The contractor shall obtain the engineer’s detailed instructions for all work before ordering any materials or executing work or making arrangements in this regard.

9. The short descriptions of the payment items in the bill of quantities are only given to identify the items and to provide specific details. Reference shall, inter alia, be made to the drawings, standard specifications, project specifications, general conditions of contract and special conditions of contract for more detailed information regarding the extent of work entailed under each item.

10. The provisions of clause 6.6 of the general conditions of contract shall apply to provisional sums and prime cost sums.

11. Subject to the conditions stated in paragraph 12 below, the rates and lump sums filled in by the tenderer in the bill of quantities shall be final and binding with regard to submitting the tender, and may not be adjusted should there be any mistakes in the extensions thereof and in the total sums appearing in the tender. Should there be any discrepancies between the tender sum and the correctly extended and totalled bill of quantities, the rates will be regarded as being correct, and the employer shall have the right to make adjustments to the tender sum to reconcile the tender sum with the total of the bill of quantities. In such an event the contractor will be consulted but, failing agreement between the parties, the decision of the employer shall be final and binding. Adjustment of the tender sum will take place prior to the signing of the contract. In their own interest tenderers must make doubly sure of the correctness of their tendered rates, the extensions and the tender sum.

12. A tender may be rejected if the unit rates or lump sums for some of the items in the bill of quantities are, in the opinion of the employer, unreasonable or out of proportion, and if the tenderer fails, within a period of seven (7) days of having been notified in writing by the employer to adjust the unit rates or lump sums for such items, to make such adjustments.

13. The units of measurement indicated in the bill of quantities are metric units. The following abbreviations are used in the bill of quantities: mm = millimetre m = metre km = kilometre km-pass = kilometre-pass m² = square metre m²-pass = square metre pass ha = hectare m³ = cubic metre m³km = cubic metre kilometre l = litre kl = kilolitre kg = kilogram t = ton (1000 kg) No = number mn = meganewton mn-m = meganewton-metre % = percentage kW = kilowatt

Page 78: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

77

Kn = kilonewton PC sum = prime cost sum Prov sum = provisional sum

14. All rates and sums of money quoted in the bill of quantities shall be in rands and whole cents. Fractions of a cent shall be discarded.

15. The item numbers appearing in the bill of quantities refer to the corresponding item numbers in the standard specifications. Item numbers prefixed by the letter B refer to payment items described in the project specifications.

Page 79: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

78

C2.2: BILL of QUANTITIES

SCHEDULE A : ROADWORKS

SECTION 1200 : General Requirements and Provisions.

SECTION 1300 : Contractor’s Establishment on Site and General Obligations.

SECTION 1400 : Housing, Offices and Laboratories for the Engineers Site Personnel.

SECTION 1500 : Accommodation of Traffic.

SECTION 1600 Overhaul.

SECTION 1700 : Clearing and Grubbing.

SECTION 1800 : Daywork Schedule.

SECTION 2100 : Drains.

SECTION 2200 : Prefabricated Culverts.

SECTION 2300 : Concrete Kerbing, Concrete Channelling, Chutes and Downpipes and Concrete Linings for Open Drains.

SECTION 3300 : Mass Earthworks.

SECTION 3400 : Pavement Layers of Gravel Material.

SECTION 3500 : Stabilization.

SECTION 3600 : Crushed Stone Base.

SECTION 4100 : Prime Coat.

SECTION 4200 : Asphalt Base Surfacing.

SECTION 5100 : Pitching, Stonework and Protection Against Erosion

SECTION 5200 : Gabions.

SECTION 5400 : Guardrails.

SECTION 5600 : Road Signs.

SECTION 5700 : Road Markings.

SECTION 5900 : Finishing the Road and Road Reserve and Treating Old Road.

SECTION 7300 : Concrete Block Paving for Roads.

SECTION 8100 : Testing Materials and Workmanship.

SCHEDULE B : ENVIRONMENTAL MANAGEMENT PLAN SUMMARY OF BILLS OF QUANTITIES

Page 80: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

12.00

B12.01

(a) Local and other labourers Lump Sum - - 30 000.00

(b) Written agreements between the Contractor and

local and other labourers Lump Sum - - 15 000.00

NOTE: The contractor will not be required to provide

accommodation on site or to provide transport between

the residences and the site, to local workers and small

contractors he employs

B12.02

(a) Remuneration of Liaison Officer(s) Month 6.00 6 500.00 39 000.00

(b) Contractor's charge to allow for handling costs and

profit in respect of sub-item 12.02(a) % 39 000.00

NOTE : The contractor will not be required to provide

transport for the liaison officer(s)

B12.03

(a) Eskom PC Sum - - 30 000.00

(b) Telkom PC Sum - - 30 000.00

(c) Water-line PC Sum - - 150 000.00

(d) Contractor's charge to allow for handling costs and profit

in respect of sub-item 12.03 (a-c) % 210 000.00

B12.04

(a) Wages and salaries of local and other labourers

employed by Contractor, sub-contractor and Emerging

Contractors in respect of training periods for on site

training by the Contractor during which no productive

work is executed Lump Sum - - 35 000.00

(b) Accredited and approved training courses for selected

local and other labourers including wages during

training PC Sum - - 60 000.00

(c) Contractor's charge to allow for handling costs and

profit in respect of sub-item 12.04 (b) % 60 000.00

GENERAL REQUIREMENTS AND PROVISIONS

The Contractor's obligations in respect of local and other

labourers

Liaison Officer(s)

Relocation of Services

Training

TOTAL CARRIED FORWARD TO SUMMARY

SQ 1

Page 81: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

13.00

B13.01

(a) Fixed obligations Lump Sum -

(b) Value-related obligations Lump Sum -

(c) Time-related obligations Month 6.00

B13.02 (a) Contractors obligation in respect of the Occupational

Health and Safety Act and Construction Regulations Lump Sum -

(b) Contractors time related obligations in respect of the

Occupational Health and Safety Act and Construction

Regulation Month 6.00

B13.03

Month 6.00

B13.04 Prov Sum - 15 000.00

GENERAL OBLIGATIONS

CONTRACTOR'S ESTABLISHMENT ON SITE AND

The contractor's general obligations

TOTAL CARRIED FORWARD TO SUMMARY

Sub-mission of the Health and Safety File

Safety Representative

Provision of suitably qualified full-time Construction site Health and

SQ 2

Page 82: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

14.00

B14.02

(b) Prime-cost items and items paid for

(iii) the provision of a cellular phone connected to MTN

or Vodacom for the Engineer, including the cost of calls in

connection with contract administration and rental PC Sum - - 15 000.00

(iv) Handling costs and profit in respect of sub-item

B14.03(b)(iii) above % 15 000.00

B14.08 (e) Security Services

(i) Provision and erection of security fencing (Including gate) m 120.00

(ii) Provision of security services to the Engineer's personnel

on site. PC Sum - 20 000.00

(iii) Handling costs and profit in respect to sub-item

B14.08(e)(ii) % 20 000.00

14.09

(a) Office including fittings, furniture, carports in accordance

with the details in the project specifications and on the

drawings Lump Sum -

ENGINEER'S SITE PERSONNEL

TOTAL CARRIED FORWARD TO SUMMARY

HOUSING, OFFICES AND LABORATORIES FOR THE

Office and laboratories

Office and laboratory accommodation

SQ 3

Page 83: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

15.00

B15.01

km 0.10

Accommodating traffic and maintaining temporary

TOTAL CARRIED FORWARD TO SUMMARY

ACCOMMODATION OF TRAFFIC

deviations

SQ 4

Page 84: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

17.00

17.01 ha 0.50

17.02

(a) Girth exceeding 1m up to and including 2m No 2.00

(b) Girth exceeding 2m up to and including 3m No 1.00

17.03

(a) Construction plant in widths < 3m ha 0.20

(b) Hand in confined areas ha 0.10

17.04 m2 15.00

CLEARING AND GRUBBING

TOTAL CARRIED FORWARD TO SUMMARY

Re-clearing of surfaces by :

Clearing and grubbing at inlet and outlets of hydraulic structure

Removal and grubbing of large trees and tree stumps

Clearing and grubbing

SQ 5

Page 85: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

18.00

B18.01

(a) Normal working hours

(i) Foreman hr -

(ii) Artisan hr -

(iii) Operator hr -

(iv) Labourer hr -

(b) Overtime and on Sundays, public holidays and

corresponding

(i) Foreman hr -

(ii) Artisan hr -

(iii) Operator hr -

(iv) Labourer hr -

B18.02

(a) Bulldozer with ripper

(i) Cat D6 or similar hr -

(b) Self-propelled grader (Cat 14H or similar) hr -

(c) Front-end loader with 2 to 3 m3 capacity hr -

(d) TLB (tractor, loader, backhoe)

(i) 48 kW capacity hr -

(e) Tip truck or dumper with

(i) 5m3 capacity hr -

(f) Air compressor with :

(i) 6 m3/min. capacity with two pneumatic drills hr -

(ii) 17 m3/min capacity with four pneumatic drills hr -

(g) Flatwheel roller (steel drums) with 10 to 20 tons

capacity hr -

(h) Pneumatic-tyred roller with 10 to 25 tons capacity hr -

(i) Vibratory roller of 8 tons capacity hr -

(ii) 11 000 litre water tanker hr -

DAYWORK SCHEDULE

TOTAL CARRIED FORWARD TO SUMMARY

Hire of construction equipment

Labour

SQ 6

Page 86: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

22.00

B22.01

(a) Excavating soft material situated within the following

depth ranges below the surface level and cut to stockpile

(i) 0 m up to 1.5 m m3 15.00

(ii) Exceeding 1.5 m and up to 3.0 m m3 45.00

(iii) Exceeding 3.0 m and up to 11m m3 12 000.00

(b) Extra over sub-item 22.01(a) for excavation in hard

material, irrespective of depth m3 30.00

(c) Demolish and spoil existing culverts Lump Sum -

22.02

(a) Using the excavated material m3 10 740.00

(b) Using imported selected material m3 2 500.00

(c) Extra over sub-items 22.02(a) and (b) for soil cement

backfilling

(i) With 3% Cement m3 15.00

22.03

(b) On Class B bedding

(i) 600 mm dia 75D Type "B" bedding m 24.00

22.05 SATS Portal and rectangular culverts:

(b) Without prefabricated floor slabs

(i) 3.0m x 2,5m SATS m 170.00

B22.07 Cast in situ concrete and formwork

(b) In floor slab m3 220.00

(c) In inlet and outlet structures, skewed ends, catchpits,

manholes, thrust and anchor blocks, excluding

formwork but including Class U2 surface finish

(i) Class 30/19 m3 130.00

(i) Class 15/19 m3 30.00

(d) Formwork of concrete under sub-item 22.07(c) above

(i) Vertical formwork for F1 surface finish m2 400.00

(ii) Vertival formwork for F2 surface finish m2 200.00

(iii) Horizontal formwork for F2 surface finish m2 200.00

(f) Blinding layer in 15/19 concrete 75 mm thickness m3 45.00

22.10

(b) High-Tensile steel bars: t 15.00

(c) Welded steel fabric kg 2 000.00

22.11 kg 1 000.00

Excavation

PREFABRICATED CULVERTS

Steel reinforcement:

Dowels for joining old and new concrete

Concrete pipe culverts:

SUB-TOTAL CARRIED FORWARD

Backfilling :

SQ 7

Page 87: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

22.12

(b) Reinforced concrete m3 30.00

22.15 ℓ 60.00

22.17 Manholes, catchpits, precast inlet and outlet structures complete

(b) Catchpits

(i) kerb inlet with heavy duty cover slab No 2.00

(c) Precast inlet and outlet structures No 2.00

22.18

(a) 115 mm thick m2 10.00

(b) 230 mm thick m2 25.00

22.19 m2 35.00

22.24

(a) Precast concrete service marker (Vanstone Precast type 2

Code P2-1602 or similar approved) No 5.00

22.26 m3 5.00

Removing existing concrete

Plaster

Brickwork

Duct marker blocks

Sub-total brought forward

Treating surfaces with epoxy resin for joining new to old concrete

TOTAL CARRIED FORWARD TO SUMMARY

Hand excavation to determine the positions of existing services

SQ 8

Page 88: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

23.00

23.01

(a) Precast kerbing to SABS 927

(i) Figure 3 barrier kerb m 12.00

(ii) Figure 12 garden kerb m 180.00

(b) Cast in situ kerbing (concrete mix 40/19)

(i) Figure 3 barrier kerb m 12.00

(v) 300 x 200 Edge beam m 10.00

23.02

(a) Pre-cast kerb to SABS 927 and cast in situ channel

(concrete Class 35/19)

(ii) Figure 3 barrier kerb m 180.00

23.14

m 24.00

B23.16 Removing and disposing of existing kerbs m 300.00

Concrete kerbing

concrete kerbing, channelling and concrete-lined drains

Concrete kerbing-channelling combination

CONCRETE KERBING, CONCRETE CHANNELLING,

CHUTES AND DOWNPIPES, AND CONCRETE

Cutting bituminous surfacing and pavement layers for

TOTAL CARRIED FORWARD TO SUMMARY

LINING FOR OPEN DRAINS

SQ 9

Page 89: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

33.00

33.04

(a) Soft excavation m3 1 000.00

(b) Intermediate excavation m3 300.00

(c) Hard excavation m3 15.00

33.10

(b) Compaction to 90% of modified AASHTO density m3 200.00

33.13

(a) Cut slopes m2 50.00

,

(b) Fill slopes m2 450.00

Roadbed preparation and the compaction of material

TOTAL CARRIED FORWARD TO SUMMARY

areas

Material obtained from

Finishing-off cut and fill slopes, medians and interchange

Cut to spoil, including free-haul up to 0.5km. (Stockpile)

MASS EARTHWORKS

SQ 10

Page 90: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

34.00

34.01

(a) Gravel selected layer compacted to

(i) 93% of modifier AASHTO density (150mm compacted

layer thickness) G7 (In-situ) m3 200.00

(d) Gravel sub-base (chemically stabilized material)

compacted to

(i) 95% of modified AASHTO density (150mm compacted

layer thickness) C4 with 3% OPC from commercial sources m3 250.00

(g) Gravel shoulder compacted to

(i) 93% of modified AASHTO density (150mm compacted

layer thickness) (In-situ) m3 50.00

34.02

(a) Intermediate excavation m3 150.00

PAVEMENT LAYERS OF GRAVEL MATERIAL

borrow, including free haul up to 1.0km

TOTAL CARRIED FORWARD TO SUMMARY

Extra over item 34.01 fro excavation of material in

Pavement layers constructed from gravel taken from cut or

SQ 11

Page 91: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

35.00

B35.01

(b) Sub-base

(i) 150mm thickness m3 250.00

35.02

(g) Other stabilizing agents- (CEMII A-V) t 18.00

35.04 kℓ 100.00

35.05 m2 200.00

Chemical stabilizing agent :

TOTAL CARRIED FORWARD TO SUMMARY

STABILIZATION

Provision and application of water for curing

Curing by covering with the subsequent layer

Chemical stabilization extra over unstabilized compacted layers

SQ 12

Page 92: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

36.00

36.01 (a) Constructed from type G1 material obtained from

commercial sources and compacted to 86% of apparent

relative density (150mm layer thickness) m3 120.00

TOTAL CARRIED FORWARD TO SUMMARY

CRUSHED STONE BASE

SQ 13

Page 93: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

41.00

41.01

(c) MC 30 cut-back bitumen ℓ 500.00

41.02 m2 50.00

41.03

ℓ 15.00

Aggregate for blinding

PRIME COAT

Prime coat

TOTAL CARRIED FORWARD TO SUMMARY

accessible only to hand held equipment

Extra over item 41.01 for applying the prime coat in areas

SQ 14

Page 94: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

42.00

42.02

(a) Continuously graded medium (40mm thick AE-2) m2 700.00

42.04 ℓ 385.00

42.07 m2 50.00

42.08 No 4.00

Asphalt surfacing

100mm cores in asphalt paving

Tack coat of 30% stable-grade emulsion

Trial sections (40mm)

TOTAL CARRIED FORWARD TO SUMMARY

ASPHALT BASE AND SURFACING

SQ 15

Page 95: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

51.00

51.01

(b) Grouted stone pitching m2 2 500.00

(c) Grouted stone pitching on a concrete bed

(i) 50 mm Thickness m2 15.00

(ii) 150mm Thickness m2 25.00

51.09 (a) Dumprock at Culvert inlet as per drawing m3 120.00

TOTAL CARRIED FORWARD TO SUMMARY

Stone pitching

PITCHING, STONEWORK AND PROTECTION AGAINST

EROSION

SQ 16

Page 96: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

54.00

54.01

(a) Galvanised m 180.00

54.04

(a) End wings No 2.00

54.06 No 60.00Reflective plates

GAURDRAILS

Gaurdrails on timber posts complete

End treatments

TOTAL CARRIED FORWARD TO SUMMARY

SQ 17

Page 97: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

56.00

56.01

(c) Prepainted galvanized steel plate (chromadek 1.4 mm

thick or approved equivalent)

(i) Area not exceeding 2 m2 m2 10.00

56.02

(a) Background of retro-reflective material of

(i) Class 1 m2 10.00

56.03

(b) Timber (140mm dia, group B or better) m 10.00

56.05

m3 2.00

excluded)

applicable to kilometre posts)

board is constructed from

black or in Class 1 retro-reflective material, where the sign

Road sign boards with painted or coloured semi-matt back-

ground. Symbols, lettering and borders in semi-matt

Road sign supports (overhead road sign structures

Excavation and backfilling for road sign supports (not

Extra over item 56.01 for using

ROAD SIGNS

TOTAL CARRIED FORWARD TO SUMMARY

SQ 18

Page 98: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

57.00

57.02

(a) White lines (broken or unbroken)

(i) 100 mm wide km 0.10

B57.06

km 0.10

ROAD MARKINGS

Retro-reflective road marking paint

TOTAL CARRIED FORWARD TO SUMMARY

Setting out and premarking the lines (Excluding traffic

island markings, lettering and symbols)

SQ 19

Page 99: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

59.00

59.01

(b) Single carriageway road km 0.10

Finishing the road and road reserve

FINISHING THE ROAD AND ROAD RESERVE AND

TOTAL CARRIED FORWARD TO SUMMARY

TREATING OLD ROADS

SQ 20

Page 100: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

73.00

73.01

(a) 60 mm S-A Type interlocking concrete paving blocks

paved in Herringbone pattern (35 MPa) (Walkways) m2 300.00

73.03 Provision of approved herbicide and ant poison:

(a) Provision of materials PC Sum - - 12 500.00

(b) Contractor's charges and profit added to the prime cost

sum % 12 500.00

CONCRETE BLOCK PAVING FOR ROADS

Concrete block paving

TOTAL CARRIED FORWARD TO SUMMARY

SQ 21

Page 101: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

81.00

B81.04

(a) Prime cost Sum for additional tests required by the

Engineer PC Sum - - 30 000.00

(b) Contractor's handling costs, profit and all other charges

in respect of sub-item B81.04(a) % 30 000.00

TOTAL CARRIED FORWARD TO SUMMARY

Additional tests

TESTING MATERIALS AND WORKMANSHIP

SQ 22

Page 102: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

ITEM NO DESCRIPTION UNIT QTY RATE AMOUNT

(a) 2600mm girth or less number No 5 000.00 -

(b) Greater than 2600mm, but less than 6180mm girth No 10 000.00 -

(c) Greater than 6180mm girth No 30 000.00 -

(a) Hazardus chemical oil spills and / or dumping in

non-approved sites No 10 000.00 -

(b) General Damage to sensitive environments No 5 000.00 -

(c) Damage to cultural and historical sites No 5 000.00 -

(d) Pollution of water sources No 2 500.00 -

(e) Unauthorised blasting activities No 5 000.00 -

(f) Uncontrolled / unmanaged erosion No 10 000.00 -

(a) Littering on site No 1 000.00 -

(b) Lighting of illegal fires on site No 1 000.00 -

(c) Persistent or un-repaired fuel and oil leaks No 1 000.00 -

(d) Excess dust or excess noise emanating from site No 1 000.00 -

(e) Dumping of milled material in site drains or on grasses No 1 000.00 -

(f) Possesion or use of intoxicating substances on site No 500.00 -

(g) Any vehicles being driven in excess of designated

speed limits No 500.00 -

(h) Removal and/or damage to flora or cultural or heritage No

objects on site, and/or killing of wildlife 2 000.00 -

(i) Illigal Hunting No 2 000.00 -

(j) Urination and defecation anywhere except in designated

areas No 500.00 -

following size

Penalty for unnecessary removal or danage to trees for the

Penalty for serious violations

Penalty for less serious violations

ENVIROMENTAL MANAGEMENT

SQ 23

Page 103: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Upgrade of Bridge Structure Kanyamazane

Extension 21

12.00 GENERAL REQUIREMENTS AND PROVISIONS R

13.00 CONTRACTOR'S ESTABLISHMENT ON SITE AND OBLIGATIONS R

14.00 HOUSING, OFFICES AND LABORATORY FOR ENGINEER'S R

15.00 ACCOMMODATION OF TRAFFIC R

17.00 CLEARING AND GRUBBING R

18.00 DAYWORK SCHEDULE R

22.00 PREFABRICATED CULVERTS R

23.00 CONCRETE KERBING, CHANNELLING, CHUTES, DOWNPIPES R

33.00 MASS EARTHWORKS R

34.00 PAVEMENT LAYERS OF GRAVEL MATERIAL R

35.00 STABILIZATION R

36,00 CRUSHED STONE BASE R

41.00 PRIME COAT R

42,00 ASPHALT BASE AND SURFACING R

51.00 PITCHING, STONEWORK AND PROTECTION AGAINST EROSION R

54.00 GUARDRAILS R

56.00 ROAD SIGNS R

57.00 ROAD MARKINGS R

59.00 FINISHING THE ROAD AND ROAD RESERVE AND TREATING OLD ROADS R

73.00 CONCRETE BLOCK PAVING FOR ROADS R

81.00 TESTING MATERIALS AND WORKMANSHIP R

SUB-TOTAL A : TOTAL OF PRICED ITEMS R

PLUS 10% CONTINGENCIES R

SUB-TOTAL B R

ADD 15% VALUE ADDED TAX R

TOTAL CARRIED TO FORM OF OFFER R

SCHEDULE OF QUANTITIES

SQ 24

Page 104: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

79

C2.3: DAYWORK SCHEDULE

The Tenderer must insert in this Day Work Schedule the percentages which he proposes to claim for labour and on the actual nett cost of materials and must state the rates for the use of such Construction Equipment as he proposes to have available upon the Site to use for day work. (See Clause 6.5.1 of the General Conditions of Contract). The labour and materials percentages, and rates of hire quoted will be held to include for all items as detailed in Civil Engineering Quantities 1990, Chapter 8 Sub-clauses 8.3 and 8.4. Rates for the use of Construction Equipment must be the overall charge, excluding VAT, to the Employer. (a) Labour: Percentage allowance on gross remuneration of workmen actually engaged ________.% (b) Material: Percentage allowance on nett cost of materials delivered on Site _________% (c) Construction Equipment:

Construction Equipment: (insert details)

Hourly rate (Excluding VAT)

R C

Date: Signed on behalf of the Tenderer:

NOTES: (i) If the percentage allowances are not stated by the Tenderer in (a) and (b) above, or in the

Contract Data, the percentages will be held to be: 15% on the gross remuneration of workmen actually engaged, 15% on the nett cost of materials.

(ii) Payments under Items (a) and (b) above will not be subject to price adjustment, but payments

based on the rates under Item (c) will be adjusted in terms of Clause 6.8.2 of the General Conditions of Contract.

Page 105: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

80

PART C3: SCOPE of WORK

SECTION DESCRIPTION PAGE

C 3.1 Description of Works 81

C 3.2 Engineering 83

C 3.3 Procurement 85

C 3.4 Sub-Contracting 86

C 3.5 Construction 87

C 3.5.1 Standard Specifications 87

C 3.5.7 Project Specifications Relating to Standard Specifications 92

C 3.5.8 Project Specification Additional Clauses 122

C 3.5.8.1 Environmental 123

C 3.5.8.2 Health and Safety 139

C3.6 Management 149

Page 106: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

81

C3.1: DESCRIPTION of WORKS

C3.1 DESCRIPTION OF WORKS C3.1.1 Employer’s Objectives

The Employer is responsible for the road network according to Masterplan. The maintenance of this infrastructure forms part of this duty. The Employer’s objectives with this specific project revolve around the Rehabilitation of Roads and culvert structures in order to fulfil their obligations under their mandate. It is a specific goal of this project that the labour component be maximised where it is economically feasible, and that the use of this labour goes hand in hand with on the job training of the labour force. The project is thus process and product orientated, and it is expected that the contractor will pursue these goals in the execution of the project.

C3.1.2 Overview

The construction of Nelson Mandela street consists of the reconstruction of the existing road crossing over a damaged culvert structure. This covers a total length of approximately 90m. The work also includes the detail design of the culvert structure. These roads will be constructed with asphalt surfacing, including its associated stormwater. The road carries a percentage of heavy vehicles, also after hours. This will require that special attention be given to accommodation of traffic, as well as leaving the site in a safe condition overnight.

C3.1.3 Extent of Works

The work includes the normal establishment on site of the Contractor, and includes specifically the following activities:

� Excavation for Roads � Bulk Earthworks � Culvert structures (STAT Culvert 4 x 3.0 x 2.5) � Roadbed preparation � Construction of Pavement Layers � Asphalt Surfacing � Stone Pitching � Construction of kerbs and edge beams � Guardrails � Walkways � Road signs and markings

C3.1.4 Location of the Works The project is located in Mbombela in the Mpumalanga province. C3.1.5 Construction program

It is specifically brought to the notice of the Contractor that time is critical on this project, and the construction period will be a major factor in the award of the tender. Tenderers shall submit with their tender their preliminary monthly programme for the construction of the Works under this contract to suit their proposed method of executing the Works. The programme shall be sufficiently detailed to differentiate between the various activities so that the contract may be properly evaluated.

C3.1.6 Change in works

The Engineer may, from time to time by order in writing without in any way vitiating the Contract or giving to the Contractor any claim for additional payment, require the Contractor to proceed

Page 107: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

82

with the execution of the works in such order as in his opinion may be necessary, and may alter the order of or suspend any part of the Works at such time and times as he may deem desirable and the Contractor shall not, after receiving such written order, proceed with work ordered to be suspended until he shall receive a written order to do so from the Engineer. Where the work must of necessity be carried out in conjunction with work of other Contractors, or with that of the Employer, it shall be co-ordinated and arranged in such a manner as to interfere as little as possible with the progress of such other work so as to offer every reasonable facility to other Contractors or to employees of the Employer.

C3.1.7 Community Liaison Officer

The PSC in consultation with the Contractor and the Employer shall appoint a Community Liaison Officer. His/her role will be to laisse between the contractor, labourers, community and the PSC. The Contractor will pay his remuneration and a provisional sum has been provided for this expenditure. The CLO will assist in the recruitment of labour, based on recommendations by the PSC. The CLO must manage a labour desk and submit a written report on the status of the project at every site meeting.

C3.1.8 Training and Training Programs

The contract provides for extended structured training programmes by accredited trainers for specific accredited programmes inside a given budget as identified by the Engineer. Apart from training modules in the civil engineering industry supplemented by training on site by the contractor, capacity-building courses will be arranged and monitored on site.

C3.1.9 Temporary Works

This refers to works that are required to facilitate the execution of the Permanent Works of the contract and shall include items that will not be permanently built into the works. Typical examples of “Temporary works” is the provision of access to the site of the Works in form of ramps into excavations for the purpose of deploying labour and plant at the positions required. “Temporary works” shall also include all measures to control water particularly in excavations by creation of temporary dewatering sumps and trenches. It is a requirement that the Contractor pays particular attention to the relevant specifications that will be detailed for the control of water in conjunction with his own methodology and include costs for such works in his rates. Water control is an ongoing exercise to avoid flooding of the site and or excavations including during non-working hours and should be maintained at all times until safe. The Engineer is entitled to withhold payments if in his opinion the Contractor is failing to provide and operate adequate facilities for the control of water which may adversely affect certain portions of the permanent works. “Temporary works “does not include activities or facilities such as the provision of accommodation for the Contractor and Engineer, temporary water and power supplies and all things necessary to complete the Works specified and/or shown on the drawings and scheduled in the Bill of Quantities. All “Temporary works” which will have been approved by the Engineer shall be removed by the Contractor on completion of the works. The Contractor will be responsible for making good any damages that may have resulted from such works and will require Engineer’s approval for the remedial works.

Page 108: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

83

C3.2: ENGINEERING

Although not bound in nor issued with this Document, the following Standardised Specifications shall form part of the Contract Document:

C3.2 ENGINEERING C3.2.1 DESIGN

Description Responsibility

Design of Works Engineer

Concept, feasibility and overall process Client

Basic Engineering and detail layouts to tender stage Engineer

Final Design of Works Engineer

Final Design to approved for construction stage Client

Preparation of tender documentation Engineer

Appointment of sub consultant Client

Appointment of sub-contractors Contractor

Supervision Engineer

Preparation of as-built drawings Contractor / Engineer

Completion certificate Engineer / Client / Contractor

C3.2.2 CONTRACTOR’S DESIGN

Contractor’s Design and Drawings (Civil Works) Where the contractor is to supply the design of designated parts of temporary works, he shall supply full working drawings supported by a professional engineer’s design certificate.

C3.2.3 DESIGN AND DRAWINGS

The following drawings are bound into this document to provide an overview of the scope of work 202/53/01 Site Layout, Setting Out Details and Key Plan 202/53/02 Longitudinal Section 202/53/03 Cross Sections 202/53/04 Culvert Cross Section and Details of Stilling Basin 202/53/05 Typical Road Details 202/53/06 Kerb Inlet Details 202/53/07 Detail of Guardrails 202/53/08 Details of Culvert Concrete Base Slab 202/53/09 Detail of Culvert Wingwalls

The Engineer will provide the Contractor with Two full set of drawings, which one set will be used exclusively for the recording of as built information by the Contractor. Only dimensions, positions, levels, co-ordinates etc. that change from the original values, will be required to be entered on these drawings. These drawings, fully marked up, will be handed to the Engineer at the issue of the Certificate of completion, which will not be issued until the as-built information has been received.

Page 109: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

84

C3.2.4 CONSTRUCTION DRAWINGS Construction drawings will be issued to the Contractor by the Engineer/Employer on the commencement date and from time as required.

C3.2.5 DESIGN PROCEDURES

All designs and modifications thereto shall be communicated in writing and the contractor and engineer shall maintain master lists to record and track all transactions.

Page 110: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

85

C3.3: PROCUREMENT

The Tenderers notice is drawn to the fact that the awarding of this tender will be in terms of the Supply Chain Management Policy of City of Mbombela and The Standard Conditions of Tender as per SANS 10845-3 Construction procurement, Part 3: Standard conditions of tender Bids received shall be evaluated in terms of the tender evaluation criteria described in the Tender Data, taking cognisance of the Employer’s preferential procurement requirements as provided.

Page 111: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

86

C3.4: SUB-CONTRACTING

No work may be sub-contracted to another party unless approval is given by the Engineer in writing. The Contractor is to submit to the Engineer in writing a request for appointment of a particular sub-contractor. Accompanying this request is to be the full detail of the sub-contractor, including:

• Previous experience

• Work which will be sub-contracted to him/her

• Approximate value of the work to be sub-contracted Before the Engineer in terms of Clause 6.10 hereof issues any certificate that includes any payment in respect of work done or goods supplied by any sub-contractor appointed in accordance with the provisions of Clause 4.4.3 of the General Conditions of Contract for Construction works (2015), he shall be entitled to call upon the Contractor to furnish reasonable proof that all payments (less retention moneys) included in previous certificates in respect of the work or goods of such sub-contractors have been made or discharged by the Contractor, in default of which, unless the Contractor:

• Informs the Engineer in writing that he has reasonable cause for withholding or refusing such payment; and

• Submits to the Engineer reasonable proof that he has so informed such sub-contractor in writing. NOTE: � The sub-contractor will be local, Mbombela based, and selected from the City of Mbombela’s supplier's

database. Selection must be approved by City of Mbombela. � These sub-contractors shall have a minimum CIDB grading of 2. The value of their appointment will not

exceed the limitation of the grading. � The Tenderer must allow for the provision of training, materials, equipment and supervision to ensure

that the standard of work meets the requirements of the relevant specifications. � The principal contractor will remain responsible for the quality of workmanship and will ensure a transfer

of skills and mentorship implementation. � Allow at least 10% of the total contract value to be sub-contracted with reference to activities as

specified. � Sub-contractors must also comply with page 20 (Form E - Compulsory Declaration) of the document. The Sub-contractor must supply the following document: 1) Valid Tax certificate. 2) Company certificate. 3) Copy of Identity Documents of all shareholders. 4) Proof of banking account.

Page 112: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

87

C3.5: CONSTRUCTION

C3.5.1 STANDARD SPECIFICATIONS

a.

i.

The following specifications shall apply for the construction of the Works. The COLTO Standard Specifications for Road and Bridge Works for State Road Authorities (1998).

The contractor purchase copies of Volume (i) from the South African Institution of Civil

Engineers.

SAICE Tel: (011) 805-5947 Waterfall park / Postnet suite 81 Fax: (011) 805-5971 Howick gardens / Private bag x65 Vorna valley / Halfwayhouse: Contact person: Angeline Aylward Becker street / 1685 Midrand

b. SABS or BSS Specifications and Codes of Practice Wherever any reference is made to the South African Bureau of Standards (SABS) and the British Standards Specification (BSS) in either these Bill of Quantities or the Specification of Materials and Methods to be Used (OOG-001E), this reference shall be deemed to read “SABS or equivalent standard” and BSS or equivalent standard” respectively.

c. Various other specifications specified in the colto standard specifications or the project specifications.

d. Latest Sabita Manual, Manual 25 entitled “Quality Management in the Handling and Transport of Bituminous Binders”.

C3.5.2 Plant and materials

All materials shall comply with the requirements of the South African National Standards, and shall bear the official standardisation mark. Where SANS standard does not exist for a certain material, or a material does not bear the official standardisation mark, the Engineers approval of such material must be gained before use thereof.

C3.5.3 Construction Equipment

All equipment on site shall be in a good working order, and is to be in such a condition that it can achieve production rates which are typical of the industry standards. Should any equipment, in the opinion of the Engineer, be substandard or breaks down frequently to such an extent that it affects the progress on the project, the Engineer may instruct the Contractor to replace such equipment.

C 3.5.4 Existing Services

The Contractor shall so carry out all his operations as not to encroach on, or interfere with, trespass on, or damage adjoining lands, building properties, roads, structures, places and things in the vicinity of the Works, and he shall free and relieve the Employer of any liability that may be incurred in consequence of his failure to do so. The services existing on the site will be either shown on the drawings or pointed out on site by Municipality. No excavation work will commence unless a representative of the Municipality has been requested to point out existing services in the area under construction. Written confirmation of services that have been pointed out by the Municipality is to be obtained by the Contractor.

Page 113: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

88

All existing services on the site may not be shown on the drawings or be visible on the site. The Engineer may order excavation by hand in order to search for and expose services. An item has been included in the Schedule of Quantities to cover the cost of such work if so ordered by the Engineer. Where a service is damaged because of the Contractors negligence he shall be liable for the cost involved in the repair of the services and any other consequent cost that may arise due to the interruption of the damaged services.

No excavation is to take place until a representative from the Municipality has been contacted and he has pointed out the existing services to the Contractor and confirmed it in writing. The same shall apply to all services in the area.

C3.5.5 Site Establishment

� Source of Water Supply

Contractor is to arrange with the Local Authority for a connection point. The Contractor will be responsible for the costs of the connection as well as the use of water for construction purposes. The Contractor’s attention is drawn to the fact that the potable water supply is erratic in this area. Under no circumstances may potable water be used for construction, unless written permission is granted by the Engineer.

� Sources of power supply

The Contractor is to arrange with the Local Authority for a connection. The Contractor will be responsible for the costs of electricity consumed as well as the connection costs.

� Location of camp and depot

The Municipality shall point out the position of the Contractors camp to the Contractor during the site inspection. The Contractor may assume that the site camp will be within 2 km of the site.

� Sanitary facilities

The Contractor is to provide the necessary sanitary facilities at his camp, all of which will be governed by the requirements of the Local Authority. The contractor shall pay all sanitary fees and charges due. It is not required that specific sanitary facilities be provided for the Engineer, and the facilities for the Contractor will be shared by both parties. The facilities are, however, to be kept in a clean and hygienic condition, to the satisfaction of the Engineer. All sanitary facilities are to conform to the by-laws of the Local Authority.

� Temporary offices

The Contractor is not required to provide any specific office space for the Engineers, but the Contractors’ offices shall have adequate space and facilities for the holding of site meetings, and for the Engineer to perform administrative functions on an ad hoc basis. Neither housing nor shelters will be provided for the contractor’s employees, and the Contractor shall make his own arrangements to house his employees and transport them to the Site.

� Laboratory facilities

The use of commercial laboratories will be allowed, but the laboratory to be used is subject to the approval of the Engineer.

� Name Boards

Two name boards shall be provided in positions as ordered by the Engineer. The Engineer will provide the lettering required once the tender is awarded.

Page 114: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

89

� Survey assistant and equipment The Contractor will not be required to make any survey equipment available specifically for the use of the Engineer. The Contractor will however make 2 survey assistants available to the Engineer as and when required, as well as the theodolite and/or level plus accessories.

C3.5.6 Site Usage

� Ground and access to the works The Contractor shall where necessary on or adjacent to roads which carry traffic, provide all the necessary barricades and signs in accordance with the stipulations of the South African Road Traffic Signs Manual, and in strict accordance with the requirements of the Protective Services of the Local Municipality. The Contractor shall further ensure that all public roads that are used for access to the site are kept free of debris at all times. The Contractor shall also take adequate measures to ensure that dust is kept to an acceptable level. The term acceptable is to be deemed as acceptable to the Engineer.

� Care, damage and protection

The Contractor shall at his own cost make full provision for all watching and lighting necessary for the protection of all persons, animals, vehicles, etc., from injury by reason of the Works. He shall provide ample warning signs, guard rails, etc., around open excavations, stacks of materials, excavated material, debris or the like, and he shall be held liable for all claims made upon himself or upon the Employer by reason of his neglect of all such precautions and provisions. During the periods of construction of the Works and the repair of defects, the Contractor shall, at his own cost, to the satisfaction of the Engineer and the relevant Authority, take sufficient and adequate measures to avoid interrupting the use of all roads, footpaths, water courses, drains, pipes, telephones, electric wires and cables, premises, places and works, public or private, which may in any way be interfered with by the operations; and shall also afterwards permanently restore all structures and everything which may have been temporarily displaced or otherwise interfered with, all to the satisfaction of the Engineer and the relevant Authority, without extra charge beyond the Contract price.

� Survey beacons

The Contractor shall take care to safeguard any permanent survey beacons such as erf boundary pegs and reference beacons. Should the Contractor disturb any such pegs and beacons, he shall have them replaced at his own cost by a registered Land Surveyor. The Contractor is to provide the Engineer with written confirmation from the Land Surveyor that he has replaced the relevant beacons.

The Contractor’s attention is drawn to article 35(i) of the Land Surveying Act No. 9 of 1927 (as amended) in this regard.

� Blasting

As the construction takes place within a built-up area, extreme care is to be taken during any blasting operations. No blasting shall be permitted without prior written consent from the Engineer. Written as well as verbal notice will be given to all house owners in the affected area 24 hours prior to the blast being set off, and the contractor is to do a survey of all the houses (internal and external) in the area prior to blasting.

A full daily report of all blasting operations (in duplicate) is to be completed by the Contractor.

Page 115: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

90

This report shall inter alia contain the following information: � Date and time of each blast � Number of holes � Charge per hole � Use of relays, etc.

This report is to be submitted to the Engineer on a weekly basis, and is to be countersigned by the Engineer. The contractor is to be noted that he is not to use or permit any person to use an explosive powered tool, unless -

(a) it is provided with a protective guard around the muzzle end, which effectively confines any flying fragments or particles; and

(b) the firing mechanism is so designed that the explosive powered tool will not function unless -

(i) it is held against the surface with a force of at least twice its weight; and

(ii) the angle of inclination of the barrel to the work surface is not more than 15 degrees from a right angle:

� Protection of existing vegetation

Before any tree is cut down and removed from the site, the Contractor shall confirm the necessity of such action with the Engineer or his Representative.

� Access to individual erven

Access to all public and private property must be maintained at all times. Where trenches

cross the access point to any property, the Contractor is to arrange for adequate and safe vehicular and pedestrian crossings over the trenches.

The Engineer must approve the method of providing access before any excavation

commences.

� Use of construction vehicles and equipment

The contractor shall ensure that all construction vehicles and mobile plants

(a) are of an acceptable design and construction; (b) are maintained in a good working order; (c) are used in accordance with their design and the intention for which they were designed,

having due regard to safety and health; (d) are operated by workers who- (i) have received appropriate training and been certified competent and been

authorised to operate such machinery; and (ii) are physically and psychologically fit to operate such construction vehicles and

mobile plant by being in possession of a medical certificate of fitness; (e) arrangements to guard against the dangers relating to the movement of vehicles and

plant, in order to ensure their continued safe operation; (f) are prevented from falling into excavations, water or any other area lower than the

working surface by installing adequate edge protection, which may include guardrails and crash barriers;

(g) where appropriate, are fitted with structures designed to protect the operator from falling material or from being crushed should the vehicle or mobile plant overturn;

(h) are equipped with an electrically operated coustic signalling device and a reversing alarm; and

(j) are on a daily basis inspected prior to use, by a competent person who has been appointed in writing and the findings of such inspection is recorded in a register.

Page 116: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

91

(j) no person rides or be required or permitted to ride on any construction vehicle or mobile plant otherwise than in a safe place provided thereon for that purpose;

(k) every construction site is organised in such a way that, as far as is reasonably practicable, pedestrians and vehicles can move safely and without risks to health;

(l) the traffic routes are suitable for the persons using them, sufficient in number, in suitable positions and of sufficient size;

(m) every traffic route is, where necessary indicated by suitable signs for reasons of health or safety;

(n) bulldozers, scrapers, loaders, and other similar mobile plant are, when being repaired or when not in use, fully lowered or blocked with controls in a neutral position, motors stopped and brakes set;

(o) whenever visibility conditions warrant additional lighting, all mobile plant are equipped with at least two headlights and two taillights when in operation;

(p) when workers are working on or adjacent to public roads, reflective indicators are provided and worn by the workers.

Permits and Way leaves: To be arranged with the relevant authorities.

Page 117: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

92

C3.5.7 Project Specification Relating to Standard Specifications

General Conditions of Contract Referred to in the Standard Specifications The references to the General Conditions of Contract appearing in the COLTO Standard Specifications refer to the COLTO General Conditions of Contract which is superseded in this contract by the General Conditions of Contract for Construction Works 2015. The corresponding clause in the latter document pertaining to the reference in the COLTO Standard Specifications is listed in the table below.

Clause No. in the Standard

Specifications

Clause No. in COLTO General Conditions

Equivalent Clause No. in General Conditions of Contract

2004 2015

1202 15 12(2) 5.6.1

1206 14 Deleted -

1209 52 49(1)(5) 6.10.1.5

1210 54 51(1) 5.14.1

1212(1) 49 46 6.8

1215 45 42(2) 5.12.1

1217 35 32 8.2

1303 49 46 6.8

1303 53 50 6.11

1303 12 10 5.3

1303 45 42(2) 5.12.1

1403 40(1) 37 6.4

1505 40 37 6.4

31.03 40 37 6.4

3204(b) 40 37 6.4

3303(b) 2 2 3

5803(C) 40 37 6.4

5805(D) 40 37 6.4

6103(C) 40 37 6.4

ITEM 83.03 22 19 5.15

ALL SECTIONS 48 45 6.6

Amendments to the Standard Specifications There are no amendments to the Standard Specifications as issued by the Committee of Land Transport Officials (COLTO).

Project Specifications Relating to Standard Specifications This part of the project specifications deals with matters relating to the standard specifications. Where reference is made in the standard specifications to the project specifications this part shall also contain the relevant information e.g. the requirements where a choice of materials or construction methods are provided for the standard specifications. In certain clauses the standard specifications allow a choice to be specified in the project specifications between alternative materials or methods of construction and for additional requirements to be specified to suit a particular contract. Details of such alternatives or additional requirements applicable to this contract are contained in this part of the project specifications. It also contains some additional specifications and amendments of the standard specifications required for this particular contract. The number of each clause and each payment item in this part of the project specifications consists of the prefix B followed by a number corresponding to the number of the relevant clause or payment item in the standard specifications. The number of a new clause or a new payment item, which does not form part of a clause or a payment item in the standard specifications and is included here, is also prefixed by B followed by a new number. The new numbers follow on the last clause or item number used in the relevant section of the standard specifications.

Page 118: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

93

VARIATIONS AND ADDITIONS TO THE STANDARD SPECIFICATIONS SECTION 1200 : GENERAL REQUIREMENTS AND PROVISIONS.

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

SECTION 1400 : HOUSING, OFFICES AND LABORATORIES FOR THE ENGINEERS SITE PERSONNEL.

SECTION 1500 : ACCOMMODATION OF TRAFFIC.

SECTION 1700 : CLEARING AND GRUBBING.

SECTION 1800 : DAYWORK SCHEDULE.

SECTION 2200 : PREFABRICATED CULVERTS.

SECTION 2300 : CONCRETE KERBING, CONCRETE CHANNELLING, CHUTES AND DOWNPIPES AND CONCRETE LININGS FOR OPEN DRAINS.

SECTION 3300 : MASS EARTHWORKS.

SECTION 3400 : PAVEMENT LAYERS OF GRAVEL MATERIAL.

SECTION 3500 : STABILIZATION.

SECTION 3600 : CRUSHED STONE BASE.

SECTION 4100 : PRIME COAT.

SECTION 4200 : ASPHALT BASE SURFACING.

SECTION 5100 : PITCHING, STONEWORK AND PROTECTION AGAINST EROSION

SECTION 5400 : GUARDRAILS.

SECTION 5600 : ROAD SIGNS.

SECTION 5700 : ROAD MARKINGS.

SECTION 5900 : FINISHING THE ROAD AND ROAD RESERVE AND TREATING OLD ROAD.

SECTION 7300 : CONCRETE BLOCK PAVING FOR ROADS.

SECTION 8100 TESTING MATERIALS AND WORKMANSHIP.

Page 119: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

94

SECTION 1200:

GENERAL REQUIREMENTS AND PROVISIONS

B1202 SERVICES Add the following to the fifth paragraph: “Provision is made in the bill of quantities for payment for searching and exposing of known or unknown services as well as the relocation and/or protection of existing services. Any moving of existing services which may be required within the proclaimed road reserve will be undertaken by the relevant service authorities or by a selected sub-contractor if so ordered by the engineer.”

B1204 PROGRAMME OF WORK

(a) General requirements Amend the word “network” in the fourth line of the first paragraph to read as “bar (Gantt) chart”. Add the following after the third paragraph: “The bar-chart programme to be provided by the contractor shall show the various activities in such detail as may be required by the engineer. Progress in terms of the programme shall be updated monthly by the contractor in accordance with the progress made by the contractor. In compiling the programme of work, the contractor shall indicate and make due allowance for the following, as specified elsewhere in the contract documents:

• The requirements regarding the accommodation of traffic and areas that may be occupied at any time for construction purposes (as indicated on the drawings and specified in Section 1500 of the specifications)

• Requirements regarding the training of labourers and Emerging Contractors (EC’s).

• The requirements for work to be undertaken by labourers and work to be undertaken by EC’s”

(b) Programme of work for rehabilitation work

Amend the word “network” in the fourth line of the second paragraph to read as “bar (Gantt) chart”.

B1205 WORKMANSHIP AND QUALITY CONTROL Add the following to the third paragraph: “The engineer shall, however, undertake acceptance control tests for the judgement of workmanship and quality, without accepting any obligations vested with the contractor in terms of the contract with specific reference to quality of materials and workmanship. Such acceptance control test done by the engineer shall not relieve the contractor of his obligations to maintaining his own quality control system.” Add the following at the end of this clause: "The engineer shall, for the purpose of acceptance control on products and workmanship, assess test results and measurements in accordance with the provisions of section 8300 of the standard specifications. Where small quantities of work are involved, a lot shall mean a full day's production for a specific item of work subject to acceptance control testing."

Page 120: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

95

B1206 THE SETTING-OUT OF THE WORK AND PROTECTION OF BEACONS Add the following: “The contractor shall be responsible for the true and proper setting out of the Works and for the correctness of the position, levels, dimensions and alignment of all parts of the Works and for the provision of all necessary instruments, appliances and labour in connection therewith.” The contractor shall take care that property beacons, trigonometrical survey beacons or setting-out beacons are not displaced or destroyed without the consent of the engineer. Property beacons and trigonometrical survey beacons that have been displaced or destroyed shall be replaced by a registered land surveyor, who shall certify such replacement. The cost of replacing all beacons displaced or destroyed during the course of the contract without the consent of the engineer shall be borne by the contractor.”

B1209 PAYMENT

(b) Rates to be inclusive Add the following: “VAT shall be excluded from the rates and provided for as a lump sum in the Summary of Bill of Quantities”.

(e) Materials on the site Add the following: "In addition, the engineer may at his sole discretion also allow payments under "Materials on Site" in respect of any construction materials if stored off-site providing that:

(a) The site selected for this purpose is approved by the engineer

(b) Such land is physically separated from any production plant or operation

(c) Only materials for use under this contract is stockpiled on such land

(d) The contractor has provided proof of an agreement with the owner of such land that the owner has no claim whatsoever on any materials stockpiled on such land

(e) Materials obtained by the contractor for or on behalf of emerging sub-contractors (smme's) shall remain the responsibility of the contractor after payment has been made in respect of materials on site.”

B1215 EXTENSION OF TIME RESULTING FROM ABNORMAL RAINFALL Add the following after the first paragraph of this clause: "For the purposes of this contract, extension of time resulting from abnormal rainfall or other forms of inclement weather shall be determined according to the requirements of Method ii (critical-path method).”

Method (ii) (Critical path method) Delete “(based on a five-day working week)” in the fifth and sixth lines of the second paragraph of the description of this method. Delete the last sentence of the second paragraph of the description of this method and replace with the following:

Page 121: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

96

“The value of “n” shall be taken as three (3) working days per calendar month. If normal rainy or inclement weather, resulting in delays, occurs for less than three (3) working days in any calendar month, the difference between the three (3) working days and the actual number of working days on which normal rainy or inclement weather occurred, shall be ignored and not accumulated for the duration of the contract period for the purposes of determining an extension of time due to normal rainy weather, nor due to any other reason. Items of work on the critical path of the programme of work which are subject to climatic limitations shall also be considered for extension of time if such items of work are delayed by e.g. cold weather, high winds or other inclement weather conditions. In this regard, reference shall be made to weather limitations specified for the application of various bituminous products. However, for months during which seal-work cannot be undertaken in terms of the specifications, no extension of time shall be claimed for”

RAINFALL RECORDS FOR MBOMBELA:

MONTH AVERAGE RAINFALL (mm)

RAIN DAYS (per month)

January 127 3,8

February 108 3,2

March 90 3,1

April 51 1,4

May 15 0,4

June 9 0,2

July 10 0,2

August 10 0,3

September 26 0,7

October 75 2,4

November 115 3,9

December 131 4,4

Total 767 24

B1217 PROTECTION OF THE WORKS AND REQUIREMENTS TO BE MET BEFORE

CONSTRUCTION OF NEW WORK ON TOP OF COMPLETED WORK IS COMMENCED Add the following sub-clause:

“(h) No concrete kerbing or concrete drains directly adjoining the bituminous surfacing shall be constructed prior to the completion of the bituminous surfacing."

B1222 USE OF EXPLOSIVES Add the following sub-clause:

“(h) Where blasting operations are undertaken in close proximity of temporary deviations, the contractor shall implement all such safeguarding measures as may be required and instructed by the engineer.”

B1224 THE HANDING-OVER OF THE ROAD RESERVE Add the following:

"The total length of the road reserve between the specified limits of construction will be handed over to the contractor on the commencement date. Reference shall, however, be made to the requirements of section 1500 of these specifications where limitations

Page 122: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

97

in respect of work-areas are specified. In the event of the non-adherence by the contractor in terms of the mentioned specifications, the engineer shall withdraw such sections of the road reserve as may be justified to ensure suitable progress of the works or safe passage of traffic."

B1229 SABS CEMENT SPECIFICATIONS Replace the last paragraph of this clause with the following:

“Where reference is made in this specification or the standard specifications to the cement specifications, e.g. SABS 471: Portland cement and rapid hardening Portland cement, it shall be replaced with the new specification:

SABS ENV 197-1:

Cement-composition, specifications and conformity criteria. Part 1: Common cements.

Furthermore, where reference is made in this specification or the standard specifications to the different cement types, the following new names/types shall apply:

Old product nomenclature

Typical new product nomenclature

Cement type Cement strength class

OPC CEM I CEM I

32,5 32,5R

RHC CEM I CEM I

42,5 42,5R

LASRC No provision made No provision made

PC15SL CEM II/A-S CEM II/A-S CEM II/A-S

32,5 32,5R 42,5

PC15FA CEM II/A-V CEM II/A-V CEM II/A-W CEM II/A-W

32,5 32,5R 32,5 32,5R

RH15FA CEM II/A-V CEM II/A-V CEM II/A-W CEM II/A-W

42,5 42,5R 42,5 42,5R

PBFC CEM III/A CEM III/A

32,5 32,5R

PFAC CEM II/B-V CEM II/B-W

32,5 32,5

RH30SL CEM II/B-S CEM II/B-S

32,5R 42,5

RH40SL CEM III/A CEM III/A

32,5R 42,5

CEM I 32,5, CEM II A-S 32,5, CEM II/A-V 32,5, or CEM III A may be used for the manufacture of reinforced concrete members.”

B1230 COMMUNITY LIAISON OFFICER (CLO) “The contractor or his appointed agent will appoint a Community Liaison Officer (CLO) after consultation with the local communities, the engineer and the employer. The contractor shall direct all his liaison efforts with the local communities through the appointed officer. The contractor shall, however, accept the appointed as part of his management personnel”

Page 123: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

98

(a) Duties of the Community Liaison Officer “The Community Liaison Officer’s duties will be:

(i) “To be available on site daily between the hours of 08h00 and 16h00 and at other times as the need arises. His normal working day will extend from 08h00 in the morning until 16h00 in the afternoon.

(ii) To determine, in consultation with the contractor, the needs of the temporary labour for relevant skills training. He will be responsible for the identification of suitable trainees and will attend one of each of the training sessions.

(iii) To communicate daily with the contractor and the engineer to determine the labour requirements with regard to numbers and skill, to facilitate in labour disputes and to assist in their resolution.

(iv) To assist in and facilitate in the recruitment of suitable temporary labour and the establishment of a “labour desk”.

(v) To attend all meetings in which the community and/or labour are present or are required to be represented.

(vi) To assist in the identification, and screening of labourers from the community in accordance with the contractor’s requirements

(vii) To inform temporary labour of their conditions of temporary employment and to inform temporary labourers as early as possible when their period of employment will be terminated.

(viii) To attend disciplinary proceedings to ensure that hearings are fair and reasonable.

(ix) To keep a daily written record of his interviews and community liaison.

(x) To attend monthly site meetings to report on labour and RDP matters.

(xi) All such other duties as agreed upon between all parties concerned.

(b) Payment for the community liaison officer “A special pay item is incorporated in section 1200 of the bill of quantities relating to payment of the liaison officer on a prime cost sum basis. This payment shall only be made for the period for which the duties of the liaison officer are required and not necessarily for the full duration of the contract. The remuneration of the CLO shall be determined Employer with a minimum salary of R 6,500.00 per month”

(c) Period of employment of the community liaison officer “The period of employment of the community liaison officer shall be as decided upon jointly by the contractor, engineer and employer at a maximum period of a six months’ basis, but with the option of renewal”

B1231 SUB-CONTRACTORS “In addition to the provisions of clause 4.4 of the general conditions of contract regarding sub-contracting of the works, it is a requirement of this contract that an approved sub-contractor shall not further sub-contract work sub-contracted to him by the main contractor, to another sub-contractor without the consent and approval of the engineer. Sub-contracting shall in all cases be critically considered by the engineer. The engineer reserves the right to limit the extent or the volume of work sub-contracted by the contractor, should he deem it necessary in terms of progress or quality of workmanship”

Page 124: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

99

B1232 WORKMEN'S COMPENSATION ACT “All labour employed on the site shall be covered by the Compensation for Occupational Injuries and Deceases Act (COIDA). The contractor shall pay in full, including the payment of the necessary levies, such amounts, as are due in terms of the Act. The contractor at the commencement of the contract shall resolve the manner in which Workmen’s Compensation will be handled. Amounts paid by the contractor shall not be included in the wage rates but shall be covered by the Contractor to be deemed as included in his General Obligations rates in Section 1300 of the Bill of Quantities”

Add the following pay items and change the clause number:

B12.33 MEASUREMENT AND PAYMENT Add the following payment items:

ITEM UNIT B12.01

The Contractor's obligations in respect of local and other labourers

(a)

“Local and other labourers” Lump Sum

(b)

“Written agreements between the Contractor and local and other labourers”

Lump Sum

ITEM UNIT B12.02 Liaison Officer(s)

(a) “Remuneration of Liaison Officer(s)”

Month

(b) “Contractor’s charge to allow for handling costs and profit in respect of sub-item B12.02(a)”

Percentage (%)

“Expenditure of the above item shall be made in accordance with the general conditions of contract. The tendered percentage is a percentage of the amount actually spent under the sub-item B12.02(a), which shall include full compensation for the handling costs of the contractor, and the profit in connection with providing the community liaison officer.”

ITEM UNIT B12.03 Relocation of Services

(a) “Eskom” PC Sum

(b) “Telkom” PC Sum

(c) “Water-Line” PC Sum

(d) “Contractors charge to allow for handling costs and profit in respect of sub-item B12.03 (a-c)”

Percentage (%)

“Expenditure of the prime-cost items above shall be made in

accordance with the general conditions of contract. The tender percentage is a percentage of the amount actually spent under the relevant prime-cost items B12.03(a-c), which shall include full compensation for the handling costs of the contractor, and the profit in connection with providing the specified services.

Page 125: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

100

SECTION 1300:

CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS

B1302 GENERAL REQUIREMENTS

(a) Camps, constructional plant and testing facilities

Add the following:

"The contractor shall, at each area where work is being undertaken, provide on a daily basis at least one (1) portable chemical latrine unit per thirty (30) workers for use by construction workers employed on the project. The latrine units shall be serviced daily and kept in a hygienic and orderly state to the satisfaction of the engineer. No separate payment shall be made for this requirement and shall be deemed to be included in the rates tendered for the contractor's time-related obligations."

B1303 PAYMENT

ITEM UNIT B13.01 The contractor's general obligations (As specified)

Add the following after the fifth paragraph:

"The combined total tendered for sub-items (a), (b) and (c) shall not exceed 15% of the tender sum, excluding VAT. Should the contractor be of the opinion that 15% is inadequate to cover his costs in terms of section 1300, he shall indicate separately with his tender where such costs have been allowed for in his tender. If no such indication is given, the contractor shall not at any stage during the contract for any reason whatsoever claim additional compensation under this item.”

ITEM UNIT B13.02 (a) “Contractor’s obligations in respect of the Occupational Health and

Safety Act and Construction Regulations.”

Lump Sum

(b) “Contractor’s time related obligations in respect of the Occupational Health and Safety Act and Construction Regulations.”

Month

ITEM UNIT B13.03 “Provision of suitably qualified full-time construction site health and

safety representative.”

Month

B13.04 “Submission of the Health and Safety file Expenditures under these items shall be made in accordance with the General Conditions of Contract. This amount will be paid only once the Contractor has met all his obligations in respect of the Occupational Health and Safety Act and the Construction Regulations and has submitted his Health and Safety File complete as mentioned in this specification to the Client’s satisfaction. This must be done prior to the issued of a Certificate of Completion.”

Prov Sum

Page 126: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

101

SECTION 1400:

HOUSING, OFFICES AND LABORATORIES FOR THE ENGINEER’S SITE PERSONNEL

B1402 OFFICES AND LABORATORIES

(a) General

Add the following:

“The facilities to be provided for the engineer in terms of these specifications shall be

fenced off by a two metre high veranda type security fence with diamond mesh on the vertical portion and barbed wire on the overhang. A security gate shall be provided in the fence which shall be guarded at all times by an acceptable watchman provided by the contractor. The engineer’s establishment may be incorporated within the contractor’s establishment provided that the preceding requirements are met to the satisfaction of the engineer. Separate payment shall be made for the provision and erecting of the security fence and gate as indicated on the drawings, but the cost in respect of the provision of a watchman at all times by the contractor shall be deemed to be included in the contractor’s tendered rate for item B13.01(c).”

(b) Offices

Add the following new sub-sub-clause:

(xviii) The engineer’s site supervisory staff shall be provided with cellular telephones by the contractor for site communication purposes. Provision is made in the bill of quantities for separate payment of the supply and operating costs of such cellular phones.”

B1403 HOUSING

(c) Rented accommodation

Add the following:

“The engineer may arrange for the obtaining of rented accommodation for his supervisory

personnel on site. Payment of such rent shall be made under the provisional sum in sub-item 14.07(a) and shall be expended on a monthly basis by the contractor as ordered by the engineer.”

B1406 MEASUREMENT AND PAYMENT

Add the following sub-item:

ITEM UNIT B14.03 Office and Laboratory fittings, installations and equipment.

Replace sub-item 14.03 (b)(iii) with the following:

“(iii) The provision of a cellular phone connected to MTN or VODACOM for the Engineer, including the cost of calls in connection with the contract administration and rental

Prime cost Sum

(PC Sum)

(iv) Handling cost in respect to sub-items B14.03 (b)(iii) above The tendered percentage is a percentage of the amount actually spent under sub-item (iii) which shall include full compensation for the handling cost of the Contractor, and the profit in connection with this sub-item.”

Percentage (%)

Page 127: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

102

ITEM UNIT B14.08 Services

Add the following sub-items:

(e) Security Services

(i) Provision and erection of security fencing (Including gate) Metre (m)

The unit of measurement shall be the metre of security fence supplied and erected as indicated on the drawings and/or ordered by the engineer. The tendered rate shall include full compensation for procuring and furnishing of all material, including one vehicle gate, labour and equipment required to erect the specified security fence and maintain it for the duration of the contract."

(ii) Provision of security services to the Engineer’s personnel on site

Prime Cost

Sum (PC Sum)

The tendered sum shall be in full compensation for providing security services to each of the Engineers’ personnel on site. Such security service shall be fully equipped in order to provide the necessary security service and shall be connected to an established reaction force

(iii) Handling costs in respect to sub-item B14.08 (e)(ii) Percentage %

General: Method of payment

Add the following:

“The tendered rates under this section of the bill of quantities shall also include full compensation for the dismantling and removal from site of all offices, laboratories and other facilities provided for the engineer's supervisory staff at the completion of the contract."

Page 128: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

103

SECTION 1500:

ACCOMMODATION OF TRAFFIC

B1502 GENERAL REQUIREMENTS

(i) Traffic safety officer

Add the following after sub-clause (viii):

(ix) be responsible for contacting all the relevant authorities in the event of an accident on the site of the Works

(x) arrange for the removal of broken down vehicles that obstruct the normal traffic flow

The Contractor shall provide the traffic safety officer with all the necessary resources to carry out his duties as specified, inter alia, light delivery van (LDV), personnel, warning signs and revolving amber flashing lights. A warning sign with the words “CONTRACTOR TRAFFIC CONTROL” and/or “AANNEMER VERKEERSBEHEER” in clearly legible letters shall be mounted on the vehicle at least 1,5m above ground level to be clearly visible. The vehicle shall be equipped with two revolving amber-coloured flashing lights with a minimum intensity of 55W. The flashing lights shall be switched on and the warning sign are displayed at all times when the vehicle is used on the site. No separate payment will be made for the traffic safety officer, his vehicle, personnel and equipment and the cost thereof shall be included in the Contractor’s cost for his establishment and general obligations (Section 1300).” Add the following new sub-clauses:

(j) Handing over the site The total extent of the site between the limits of construction as described in this document and indicated on the drawings will be handed over to the contractor at the commencement of the contract period. The engineer however reserves the right to adjust this arrangement should progress or safe passage of traffic warrant such a change.

(k) Maximum lengths of construction areas Where repair and resurfacing work are undertaken which necessitates the closing down of traffic lanes, allowing only single lane traffic flow, the maximum length of road occupied by single lane traffic shall be two sections of 1 km each separated by a distance of 2 km OR one section of 2 km length. The road sign sequence for the different cases of constructional occupation of the road is shown on the accommodation of traffic drawings. Despite the maximum lengths of construction areas specified, it is a requirement of the contract that the full width of the road/carriageway shall be open to traffic at night-time, weekends, public holidays and when the contractor is not working.

(l) Overnight parking of plant During non-working hours, all plant and traffic hazards shall be removed from the road and all signs no longer applicable to the situation shall be removed or effectively covered. No plant shall be left adjacent to the road during overnight parking. Plant which is impractical to be parked at the contractor’s camp may be parked at the construction site, provided it is parked at least 10m from the edge of the road surface.

(m) Visibility of workmen All flagmen and workmen, including supervisory staff, working on or near the roadway, shall wear high visibility “day-glo” yellow reflectorised safety vests. The provision of these safety vests shall be deemed to be included in the rate tendered to pay item 15.01.

Page 129: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

104

(n) Failure to comply with provisions Failure or refusal on the part of the contractor to take the necessary steps to ensure the safety and convenience of the public traffic, accommodation of traffic, plant and personnel in accordance with these specifications or as required by statutory authorities or ordered by the engineer, shall be sufficient cause for the engineer to deduct penalties as follows:

• A fixed penalty of R5 000.00 per occurrence shall be deducted for each and every occurrence of non-compliance with any of the requirements of Section 1500 of the Standard Specifications and Sections B1500 of the Project Specifications.

• In addition a time-related penalty of R500.00 per hour over and above the fixed penalty shall be deducted for non-compliance to rectify any defects in the accommodation of traffic within the allowable time after an instruction to this effect has been given by the engineer. The engineer’s instruction shall state the allowable time, which shall be the time in hours for reinstatement of the defects. Should the contractor fail to adhere to this instruction, the time-related penalty shall be applied form the time the instruction was given.”

B1503 TEMPORARY TRAFFIC CONTROL FACILITIES

Add the following after the first paragraph: “All temporary road signs, devices, sequences, layouts and spacing shall comply with the requirements of the Road Traffic Act, 1996 (Act 93 of 1996), the National Road Traffic Regulations, 2000, the South African Road Traffic Signs Manual, the requirements of the relevant road authority and the drawings. All temporary traffic control facilities shall comply with the guidelines set in SA Road Traffic Signs Manual, Volume 2, and Chapter 13: Roadworks Signing, (SARTSM, June 1999, obtainable from the Government Pinter, Pretoria).”

(b) Road signs and barricades Add the following: “All the temporary road signs are to be mounted on posts as specified in section 5600 of the specifications. Provision shall be made for the supply and erection of the signs and the maintenance of the signs during the construction period. Provisions shall also be made for the removal of the temporary road signs on completion of the construction work when such signs are no longer required. Temporary road signs and channelization devices shall be manufactured in accordance with the latest edition of the South African Road Traffic Signs Manual (June 1999) and placed as shown on the drawings and in Road Signs Note 13. Delineators shall be manufactured from a non-metal material and shall be mounted on a base section also manufactured of non-metal material. Single as well as back-to-back mounted delineators are required. The obligation to arrange safe passage of traffic shall always be vested with the contractor regardless what is indicated on the drawings of the engineer.”

(c) Channelization devices and barricades

Add the following:

“Drums shall not be used as channelization devices

TW 401 and TW 402 delineators shall comply with the following requirements:

(i) It shall be manufactured from a flexible material and shall comply with SABS

1555. The blade portion of the delineator shall be positively affixed to a base unit which in turn shall be stable on its own or be stabilized by means of sandbags when used on the road.

(ii) The blade shall be retro-reflectorised, with class 1 yellow sheeting on the side facing oncoming traffic.

Page 130: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

105

(iii) It shall nominally be 1000mm high x 250mm wide and the bottom edge of the

delineator shall not be more than 200mm above the road surface.

(iv) It shall be subject to the approval of the Engineer.

The maximum spacing between centres of delineators shall be as shown on the drawings or as directed by the Engineer.”

(e) Warning devices

Add the following:

“It is a requirement of this contract that all construction vehicles and plant used on the works will be equipped with rotating amber flashing lights and warning boards as specified in the standard specifications. Construction vehicles travelling outside the limits of construction areas shall however, not operate the warning lights. The warning lights shall have a base diameter of at least 170mm and the amber bulb cover a height of a least 150mm high. It shall be a requirement that the contractor also provides the engineer’s site personnel with warning lights for their vehicles (a maximum of two lights are required) without any payment applicable.” Add the following clause :

B1518 RETRO-REFLECTIVE MATERIAL

“Retro-reflective material for temporary signs shall comply with the requirements of SABS 1519-1 for weathered material. Tests shall be carried out with a field retro-reflectometer and the testing procedure and classification are described in Clause B 8118. The value of the coefficient of Retro-Reflection shall be at least 60% of the values indicated in Table B 8118/1.”

B1519 ADDITIONAL REQUIREMENTS

B1517 MEASUREMENT AND PAYMENT

ITEM UNIT Add the following to last paragraph:

B15.01 Accommodating Traffic and maintaining temporary deviations.

kilometre (km)

“The tenderers must note that this item is all inclusive of ALL items for accommodating traffic except those items which are specifically listed separately. The rate provided may also cover several closures of the same section of road, i.e. each kilometre of road closure is only paid once, and the tenderer should allow for this in his rates.”

Page 131: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

106

SECTION 1700:

CLEARING AND GRUBBING

B1702 DESCRIPTION OF WORK

(a) Clearing

Add the following:

“Clearing shall include the removal of material to a thickness of up to 150mm in-situ material as ordered by the engineer. No payment shall be made for temporary stockpiling of topsoil material in the case where this material is applied as topsoil after completion of road side slopes. Should the required depth exceed 150mm, the total volume of material removed shall either be classified as “temporary stockpiling of topsoil” or “unsuitable roadbed material” or “cut to spoil” whichever is applicable as allowed for in the standard specifications. In these cases, no payment shall be made for clearing and grubbing. Clearing as described shall in all cases be undertaken in such a manner that the topsoil is preserved and not contaminated with other debris or rubbish. Cross-sections for the determination of earthworks quantities shall be taken after clearing (topsoil or unsuitable roadbed material) and roadbed preparation if applicable. Payment for gabion boxes and mattresses which have to be removed and the material sorted and stacked shall be made under section 5200”

B1703 EXECUTION OF WORK

(a) Areas to be cleared and grubbed

Add the following:

“Apart from normal clearing and grubbing, the fill embankments of the existing roads are also to be cleared and grubbed over the areas where the new horizontal alignment coincides with the alignment of the existing road, or where repairs are required to the fill embankments of the approaches of bridges. Provision is made for separate payment for clearing and grubbing of the existing fill embankments where conventional machinery might be suitable to undertake the work due to the steep side slopes of the embankments. An additional pay-item is allowed for in the bill of quantities for this type of clearing and grubbing which may have to be undertaken by hand or similar manner.” Any cleaning and grubbing which is done in confined areas will be included under payment Item 17.01

Page 132: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

107

SECTION 1800:

DAYWORK SCHEDULE

Note: This is a new section added to the Standard Specifications. Add the following: B1801 SCOPE This section covers the listing of daywork items for use in determining payment for work

which cannot be quantified in specific pay item “units” in the bill of quantities or work ordered by the engineer during the construction period which was not foreseen at tender stage for which no applicable rate exists in the schedule or for work of a special or different character warranting special payment as decided by the engineer.

B1802 ORDERING OF DAYWORK

No daywork shall be undertaken unless specific written authorisation is obtained from the engineer.

B1803 MEASUREMENT AND PAYMENT

The engineer may order the following daywork items:

ITEM DESCRIPTION UNIT

B18.01 Labourers: (a) Normal working hours: (i). Foreman Hour (h) (ii) Artisan Hour (h) (iii) Operator Hour (h) (iv) Labourer Hour (h)

(b) Overtime and on Sundays, public holidays and

corresponding:

(i) Foreman Hour (h) (ii) Artisan Hour (h) (iii) Operator Hour (h) (iv) Labourer Hour (h) B18.02 Hire of construction equipment: Tipper trucks: (a) Bulldozer with ripper: (i) Cat D6 or similar Hour (h)

(b) Self-propelled grader (Cat 14H or similar) Hour (h)

(c) Front-end loader with 2 to 3 m3 capacity Hour (h)

(d) TLB (tractor, loader, backhoe): (i) 48kW capacity Hour (h)

(e) Tip truck or dumper with: (i) 5 m3 capacity Hour (h)

(f) Air compressor with: (i) 6 m3 / min. capacity with two pneumatic drills Hour (h)

(ii) 17 m3 / min. capacity with four pneumatic drills. Hour (h)

(g) Flatwheel roller (steel drums) with 10 to 20 tons capacity Hour (h)

Page 133: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

108

(h) Pneumatic - tyred roller with 10 to 25 tons capacity Hours (h) (i) Vibratory roller of 8 tons capacity Hours (h) (ii) 8 000 litre water tanker Hours (h)

The unit of measurement shall be the actual number of hours worked by labourers or

foremen or an item of plant. The tendered rates shall include full compensation for all cost items including overheads, head-office expenses and profits as described in sub-clause 6.5.1 of the general conditions of contract and shall be subject to contract price adjustment as provided for in the contract. The mark-ups on daywork items in accordance with the Appendix to the Tender shall not be applicable on daywork items listed in the bill of quantities in terms of the above specifications. In the event of new daywork rates being requested for items not appearing in the bill of quantities, then the provisions of the general conditions of contract and the Appendix to the Tender shall apply. Prior to the commencement of any work by the labourers described under item B18.01, the contractor must obtain written consent from the engineer regarding the classification and composition of all labourers in terms of “unskilled” and “skilled” labourers required for the work as ordered by the engineer.”

Page 134: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

109

SECTION 2200: PREFABRICATED CULVERTS

B2218 MEASUREMENT AND PAYMENT

Item Unit Add the following new payment item:

B22.01 Excavation

(c)

Demolish and spoil existing culverts The tendered rate shall include full compensation for all demolition and for loading, transporting and disposing of the existing culverts including all foundation slabs.

Lump Sum

B22.07 Cast in situ concrete and formwork

(f) Blinding layer in 15/19 concrete 75 mm thickness The tendered rate shall include full compensation for supplying, transporting, placing, spreading, compacting and levelling the blinding layer. It shall also include all necessary formwork required to finish of the blinding layer.

cubic metre m3

Page 135: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

110

SECTION 2300: CONCRETE KERBING, CONCRETE CHANNELLING, CHUTES AND DOWNPIPES AND CONCRETE LININGS FOR OPEN DRAINS

B2302 MATERIAL

Add the following new sub-clauses:

(e) “Metal pipes down side slopes shall comply with the requirements of clause 2203 of the standard specifications.”

B2304 CONSTRUCTION

(d) Slip-form kerbing

Add the following:

“Slip-form kerbing shall under no circumstances be allowed.”

(e) Cast in situ kerbs and channels

Add the following:

“Forming and templates used to form joints between alternate sections shall be of steel plate of which the thickness shall not be less than 5mm.”

Add the following new sub-clauses:

(i) Construction sequence

Replace paragraphs (i), (ii) and (iii) with the following:

“In all cases where kerbing and/or channelling adjoin the bituminous surface of the road, the kerbing and/or channelling may only be constructed after the bituminous surface has been completed. Before commencing with the kerbing and/or channelling, the surfacing and the base, shall be accurately cut to line with a mechanical saw to a minimum depth of 75mm. After excavation, the concrete shall then be cast against the cut surface without formwork. All material outside the cut line must be carefully removed to the required thickness of concrete without damaging the edge before commencing with the casting of the concrete. No payment shall be made for repair work as instructed by the engineer to damage caused by the cutting/excavating process of surfacing and base layers. Any concrete spilt onto the surfacing shall immediately be removed and cleaned. Where so required by the engineer, the contractor shall, without any additional compensation, paint emulsion over the stained surface.

Add the following sub-clause:

(k) Formwork and finish “Formwork and finish of concrete kerbs shall comply with the requirements of section 6200. All visible edges on the sides or at joints of cast in situ concrete kerbs or channels shall be rounded with a rounding tool.”

B23.07

MEASUREMENT AND PAYMENT

Item Unit Add the following new payment items:

B23.16 Removing and disposing of existing kerbs The unit of measurement shall be the metre of existing kerbs to be removed. The tendered rate shall include full compensation for all

Metre (m)

Page 136: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

111

removing and demolishing and for loading, transporting and disposing of the kerbs.

Page 137: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

112

SECTION 3300:

MASS EARTHWORKS

B3305 TREATING THE ROADBED

(a) Removing unsuitable material

Add the following to the third paragraph:

"For the purpose of this contract, excavation and removal of in-situ clayey material over areas where the road is in a fill condition shall be classified as removal of unsuitable material, irrespective of the stability or moisture condition of the in-situ material".

(c) Preparing and compacting the roadbed

Delete the last sentence of the first paragraph “If necessary, roadbed……depth of compaction” and replace as follows: “Where demarcated by the engineer, prior to the roadbed being scarified, the excess in situ material forming part of the present roadway, and within the limits of the roadbed, and in close proximity of the layer works, but falling within the limits of the layerworks, shall be bladed to controlled level in order to achieve the required level and necessary depth of compaction.”

B3307 FILLS

(c) Constructing a pioneer layer

Add the following to the first paragraph:

"For the purpose of this contract, pioneer layers shall be completed by means of eight-pass roller compaction using vibratory rollers as specified in sub-clause 3304(b) of the standard specifications.”

(d) Benching

Add the following:

“Benching of fill and pavement layer material is required to be undertaken into the existing fill embankments and pavement layers. No additional payment shall be made over and above the normal pay items applicable to earthworks and pavement layers where benching is required for widening of the existing road formation. Benching shall be undertaken as shown on the drawings. It is a requirement that benching shall always be started at the bottom of the existing fill progressing to the top of the formation. The dimensions and details of benching are shown on the drawings.”

B3308 FINISHING THE SLOPES

(d) General

Add the following:

“Where existing cut and fill slopes are excessively eroded or where slippages occurred in slopes, the slopes are to be reinstated by means of backfilling with suitable gravel material. All loose material and vegetation shall first be removed from the eroded cut and fill slopes before backfilling may commence from the bottom of the cut or fill. The backfill material shall be benched into the existing slopes and compacted to 90% of modified AASHTO density, using suitable small compaction equipment e.g. Bomag walk-behind rollers or hand-held compaction tools. Benching shall be executed to the dimensions shown on the drawings. Upon completion of the backfilling operation the cut and fill slopes shall be neatly finished as specified.”

Page 138: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

113

SECTION 3400: PAVEMENT LAYERS OF GRAVEL MATERIAL

B3402 MATERIALS

(a) General

Add the following:

"Material requirements for gravel pavement layers are in accordance with TRH4 and shall be indicated on the drawings."

B3405 CONSTRUCTION TOLERANCES

(e) Cross-section

Delete the second paragraph and replace with the following:

"The normal crossfall of the road wearing course where the road is in a straight horizontal alignment, is specified as 2% as shown on the drawings. At any cross-section the measured crossfall between any two points shall at least be 1,8% and not more than 2,5%. At any cross-section the actual level at any point shall not be higher than 10mm above the computed level from the cross-section as specified and the actual level, if lower than the computed level, shall not be lower by more than that derived from the specifications for longitudinal grade and crossfall deviations."

(f) Surface regularity

Add the following:

"Where transverse construction joints in base layers are made between newly and previously constructed sections, the contractor shall exercise level control at such joints by installing level poles at 5m intervals on either side of the joint of the layer covering at least a 30m length into the newly constructed section."

B3406 QUALITY OF MATERIALS AND WORKMANSHIP

Add the following:

"Test results and measurements shall be assessed by the engineer according to the provisions of Section 8300 of the standard specifications".

Page 139: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

114

SECTION 3500: STABILIZATION

B3502 MATERIALS (a) Chemical stabilizing agents

Add the following:

“The stabilizing agents for the relevant pavement layers are as determined by the

Engineer after submission of the soil test results by the Contractor. The quantities for the relevant stabilizing agents indicated in the Schedule of Quantities are based on expectations and knowledge of available materials. Where moisture or other conditions necessitate it (i.e. in cuttings), the engineer may specify additional pavement layers to be stabilized which are not indicated on the pavement design sheets. It is important for the Contractor to take notice of the fact that when necessary, the Engineer may instruct the Contractor to change the type or percentage of stabilizing agent following any addition on-site tests during construction and/or test results of the stabilization process during construction.”

B3503 CHEMICAL STABILIZATION (b) Apply the stabilizing agent

Add the following at the end of the first sentence of the second paragraph:

"in the final product.”

Add the following at the end of the second paragraph:

“Before the mixing in the stabilizing agent may commence, the Engineer must also be

satisfied that the correct quantity of stabilizing agent has been applied to the layer”

(d) Mixing in the stabilizing agent

Add the following:

“Notwithstanding stipulations to the contrary in any section in these specifications the Contractor must prepare, at no extra cost, a successful sample of each type of material in order to demonstrate his proposed mixing process prior to any large scale mixing. Once approval has been obtained, the mixing process and equipment may not be modified unless otherwise specified by the Engineer. The fact that the mixing process has the Engineer’s approval does however not relieve the Contractor of his obligations relating the mixing as specified elsewhere in this document. It only serves as a guideline to ensure that the specified mixing requirements can indeed be met.”

(h) Curing the stabilized work

Add the following:

“Methods (i) and (ii) shall be used for curing the stabilized work. Notwithstanding the stipulation of Method (ii) the Contractor shall remain fully liable for any costs arising should the stabilised layer in question be rejected by the Engineer due to causes attributable to the Contractor.”

Page 140: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

115

(i) Construction limitations

Add the following:

“No stabilizing agent shall be added when the moisture contents of the material to be stabilized exceeds 75% of the saturated moisture content thereof.”

Add the following:

“No stabilization may be carried out during falling temperatures when the ambient temperature falls below 7 degrees Celsius, or during rising temperatures when the ambient temperature is below 3 degrees Celsius. The surface temperature of the compacted, stabilized layer may not be allowed to fall below 1 degree Celsius in the first three (3) days following stabilization. The Contractor is responsible for taking all necessary measures in this regard, and in particular for not stabilizing when such temperatures are likely during night time. If there is a sudden unexpected fall in temperature to below this limit, the stabilized layer must be covered by the material prescribed for the next layer. Any stabilized layers damaged by frost or ice in the layer must be removed and replaced by the Contractor at his own cost. The Contractor must make provision for these requirements in his construction program and no claims in this regard will be considered.”

B3509 QUALITY OF MATERIALS AND WORKMANSHIP

Add the following:

“The Engineer shall be informed in good time so as to enable him to conduct his own tests in his discretion.”

Add the following:

“The test results and measurements will be judged in accordance with the provision of Section 8300.”

B3510 MEASUREMENT AND PAYMENT

ITEM UNIT

B35.01 Chemical stabilization (layer thickness indicated) extra over unstabilized layers (layer to be stabilized indicated)

cubic metre m3

Add the following to the payment paragraph:

“The tendered rate shall also include full compensation for work in restricted areas, where necessary.”

Page 141: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

116

SECTION 5600:

ROAD SIGNS

B5601 SCOPE

“This section also covers the supply and erection of permanent danger plates at culverts and bridges at the locations indicated on the drawings or as directed by the engineer.”

B5603 MANUFACTURING OF ROAD SIGN BOARDS AND SUPPORTS

(a) Road signboards

Add the following:

“The contractor shall make every effort to ensure that signboards are correct in all respect and before dispatching the boards from the manufacturer’s factory shall provide the Engineer with a 100mm x 150mm colour photograph of each sign face for approval of the correctness of the legend. Such approval will not imply final acceptance of the board. If the Contractor is in any doubt as to the correctness of the sign detail, the sign designer shall be contacted for verification.”

(a) (ii) Steel profile road signboards

Add the following:

“Where the letter or legends cross the horizontal joints of the sign panels, the letter shall be cut on the joint and both ends folded around the radius. Retro-reflective material to adjoining Chromadek panels on a sign shall be practical visual match of the specified colour.”

B5604 ROAD SIGN FACES AND PAINTING

Add the following new sub-clause:

(e) Application of retro-reflective material

All sign faces shall be faced with diamond grade retro-reflective material. Painted front sign faces shall not be used. Where applied to Chromadek sections, retro-reflective material shall be applied as specified for aluminium section in Clause 5603(d) of the Standard Specification, and of Clause B5603(a)(ii) of this project Specification.”

B5605 STORAGE AND HANDLING

Add the following:

“The following shall not be allowed on the sign face: Drilling of holes, except for the fastening of overlays. Application of any form of adhesive. Cleaning with any chemicals that are not specifically approved by the manufacturer of the retro-reflective material. Covering the sign face with an impermeable material that does not allow free circulation of air.”

B5606 ERECTING ROAD SIGNS

(c) Erection

Add the following:

“After erection the signboard shall be thoroughly cleaned with a cleaning agent approved by the retro-reflective material’s manufacturer. All vegetation obstructing the new or replaced sign board shall be removed and disposed of as instructed by the Engineer.”

Page 142: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

117

B5608 DISMANTLING, STORING AND RE-ERECTING EXISTING ROAD SIGNS

Add the following:

“Existing overhead and ground mounted road signs that are being replaced by new signs shall be dismantled and disposed of by the Contractor. Where possible the dismantling of the signs shall not be before the replacement sign is erected and displayed. Where dismantling of the sign is required before erection of the replacement sign, the dismantling shall not take place until immediately before work is to commence on the replacement, and the replacement shall be completed and the new sign displayed as soon as possible thereafter (within 72 hours). Dismantling shall include sign panels and ground mounted sign supports. Ground mounted sign supports shall be cut off just below ground level. Material excavated for removal of buried poles shall be replaced, and any depression made good using excess material from excavation for new signs. Pay items are provided in the Bill of Quantities. Payment will differentiate between different types of sign panels.”

Page 143: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

118

SECTION 5700:

ROAD MARKINGS

B5706 SETTING OUT THE ROAD MARKINGS

Add the following:

“Where road markings are to be replaced after milling/overlay seal, it is essential that all existing barrier lines and other road marking lines be accurately referenced before commencement of milling or other operations which will obliterate the existing road markings. The position of barrier lines shall be re-assessed on site by the Engineer before the Contractor commences with the road marking.”

B5707 APPLYING THE PAINT

Add the following:

“The Contractor’s establishment on site and general obligation shall be deemed to fully include the establishment of the road-marking team, irrespective of the number of times the road-marking team is required to be onsite or is required to move within the site.”

B5711 GENERAL

Insert the following into the last sentence of the last paragraph between “black paint” and “or chemical paint remover”:

“, bituminous emulsion, slurry”

Add the following to the last paragraph:

“Where black paint is used, it shall be matt.”

Add the following new clause:

B5715 REMOVAL OF EXISTING ROAD STUDS

The existing road studs shall be removed from the road surface prior to milling.

B5714 MEASUREMENT AND PAYMENT

ITEM UNIT B57.06 Setting out and pre-marking the lines (excluding traffic island

markings, lettering and symbols) kilometre (km)

Add the following:

“Referencing of existing barrier lines and other road marking lines prior to milling and other operations, shall be included in the tendered rate for setting out and pre-marking.”

Page 144: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

119

SECTION 5900:

FINISHING THE ROAD AND ROAD RESERVE AND TREATING OLD ROADS

B5902 FINISHING THE ROAD AND ROAD RESERVE

Add the following to the first paragraph:

“The contractor shall pay special attention to the collection and removal of all waste materials originating from the construction activities. All materials trimmed or excavated from the road shall be collected and removed from the road reserve to the satisfaction of the engineer. This requirement shall be deemed to be incorporated in the tendered rates for item 59.01 of the bill of quantities or such other items as the contractor may decide upon. The engineer may order additional finishing of the road reserve which will entail the collection and disposal of loose rocks etc. Payment for this work will be made under daywork items included in section 5900 of the bill of quantities as described in section 1800 of these project specifications.”

Page 145: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

120

SECTION 7300:

CONCRETE BLOCK PAVING

B7301 SCOPE

Replace the paragraph with the following:

“This section covers the furnishing of materials and the construction of concrete block paving for roads and walkways.”

B7303 CONSTRUCTION

(c) Concrete paving blocks

Replace the last paragraph with the following:

“After compaction of the pavement as described above, jointing sand shall be mixed with cement 3:1, spread and brushed into the joints until the joints have been properly filled. Any surplus sand/cement shall then be broomed off and the pavement shall then be subjected to two further passes by the plate vibrator”

Page 146: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

121

SECTION 8100:

TESTING MATERIALS AND WORKMANSHIP

B8115 MEASUREMENT AND PAYMENT

Add the following item:

B81.04 Additional tests

ITEM UNIT

(a) Prime cost sum for additional tests required by the Engineer Prime Cost (PC) Sum

(b) Contractor’s handling costs, profit and all other charges in respect of sub-item B81.04(a)

Percentage %

The Prime Cost Sum provided under sub-item (a) in the Schedule of Quantities will be expended in accordance with the provisions of the General Conditions of Contract. Work under this sub-item shall only be carried out on written instructions from the Engineer.

The percentage tendered for sub-item (b) is a percentage of the amount actually spent under sub-item (a) and shall include full compensation for the Contractor’s handling costs, profit and all other charges in connection with additional testing required by the Engineer.

Note: The Contractor is responsible for both the cost of normal testing by an approved independent materials laboratory as described in Part A of the Project Specifications and for the cost of any additional test that indicates that the specifications have not been complied with.”

Page 147: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

122

C3.5.8: PROJECT SPECIFICATION ADDITIONAL CLAUSES

SECTION DESCRIPTION PAGE

C3.5.8.1 Environmental Management Plan. 123

C3.5.8.2 Health and Safety Specifications. 139

Page 148: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

123

C3.5.8.1 ENVIRONMENTAL MANAGEMENT PLAN

1. SCOPE

This environmental management programme (EMP) sets out the methods by which proper environmental controls are to be implemented by the contractor. The duration over which the contractor’s controls shall be in place cover the construction period of the project as well as the limited time after contract completion defined by the General Conditions of Contract, and the project specifications, as the defects notification period (maintenance period). The provisions of this EMP are binding on the contractor during the life of the contract. They are to be read in conjunction with all the documents that comprise the suite of documents for this contract. In the event that any conflict occurs between the terms of the EMP and the project specifications or Record of Decision, the terms herein shall be subordinate. The EMP is a dynamic document subject to similar influences and changes as are brought by variations to the provisions of the project specification. Any substantial changes shall be submitted to the Ehlanzeni District Municipality in writing for approval. The EMP identifies the following: Construction activities that will impact on the environment. Specifications with which the contractor shall comply in order to protect the environment from the identified impacts. Actions that shall be taken in the event of non-compliance.

2. DEFINITIONS

Alien Vegetation: alien vegetation is defined as undesirable plant growth which shall include, but not be limited to, all declared category 1 and 2 listed invader species as set out in the Conservation of Agricultural Resources Act (CARA) regulations. Other vegetation deemed to be alien shall be those plant species that show the potential to occupy in number, any area within the defined construction area and which are declared to be undesirable.

Construction Activity: a construction activity is any action taken by the contractor, his sub-contractors, suppliers or personnel during the construction process as defined in the South African National Roads Agency Limited and National Roads Act, 1998 (Act No. 7, 1998)

Environment: environment means the surroundings within which humans exist and that could be made up of -

• the land, water and atmosphere of the earth; • micro-organisms, plant and animal life;

• any part or combination of (i) and (ii) and the interrelationships among and between them;

and

• the physical, chemical, aesthetic and cultural properties and conditions of the foregoing that

influence human health and well-being.

Environmental Aspect: an environmental aspect is any component of a contractor’s construction activity that is likely to interact with the environment.

Environmental Impact: an impact or environmental impact is the change to the environment, whether desirable or undesirable, that will result from the effect of a construction activity. An impact may be the direct or indirect consequence of a construction activity. Record of Decision: a record of decision is a written statement from the Mpumalanga Department of Economic Development, Environment and Tourism, that records its approval of a planned undertaking to improve, upgrade or rehabilitate a section of road and the mitigating measures required to prevent or reduce the effects of environmental impacts during the life of a contract.

Page 149: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

124

Road Reserve: the road reserve is a corridor of land, defined by co-ordinates and proclamation, within which the road, including access intersections or interchanges, is situated. A road reserve may, or may not, be bounded by a fence.

Road Width: for the purposes of the EMP, the road width is defined as the area within the road reserve i.e. fence line to fence line, but also includes all areas beyond the road reserve that are affected by the continuous presence of the road, e.g. a reach of water course.

3. IDENTIFICATION OF ENVIRONMENTAL ASPECTS AND IMPACTS

The contractor shall identify likely aspects before commencing with any construction activity. Examples of environment aspects include:

• waste generation • storm water discharge • emission of pollutants into the atmosphere • chemical use operations • energy use operations • water use operations • use of natural resources

• noise generation

Thereafter the contractor shall programme his work in such a way that each cause and effect of a construction activity is also identified and the activity planned so as to prevent any impact from happening. If prevention is not practicable, or in the event of mishap or misapplication, the contractor shall provide plans and measures for the engineer’s approval, which will limit and contain the magnitude, duration and intensity of the impact. The contractor shall demonstrate that he/she is capable of carrying out any repair and reinstatement of the damaged environment. These requirements shall be concurrent with the time constraints to produce an approved construction programme according to sub-clause 8.3 as amended by Particular Condition of the general conditions of contract. Listed below are some environmental impacts that could adversely alter an aspect of the environment through usual construction activities: Pollution of atmosphere, soil or water Destruction or removal of fauna and flora and effect on biological diversity Deformation of the landscape Soil erosion Destruction of historical/heritage sites Effect on the built environment Effect on agricultural land and wetlands General good construction practice will play an important role in avoiding the occurrence of an Impact. The contractor’s attention is drawn, in this regard to the Environmental Management of Construction Activities

4. LEGAL REQUIREMENTS

a. General Construction will be according to the best industry practices, as identified in the project documents. This EMP, which forms an integral part of the contract documents, informs the contractor as to his duties in the fulfilment of the project objectives, with particular reference to the prevention and mitigation of environmental impacts caused by construction activities associated with the project. The contractor should note that obligations imposed by the EMP are legally binding in terms of environmental statutory legislation and in terms of the additional conditions to the general conditions of contract that pertain to this project. In the event that any rights and obligations contained in this document contradict those specified in the standard or project specifications then the latter shall prevail.

b. Statutory and other applicable legislation The contractor is deemed to have made himself conversant with all legislation pertaining to the environment, including provincial and local government ordinances, which may be applicable to the contract.

Page 150: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

125

5. ADMINISTRATION OF ENVIRONMENTAL OBLIGATIONS

a. Appointment of a Designated Environmental Officer (DEO) For the purposes of implementing the conditions contained herein, the contractor shall submit to the engineer for approval the appointment of a nominated representative of the contractor as the DEO for the contract. The request shall be given, in writing, at least fourteen days before the start of any work clearly setting out reasons for the nomination, and with sufficient detail to enable the engineer to make a decision. The engineer will, within seven days of receiving the request, approve, reject or call for more information on the nomination. Once a nominated representative of the contractor has been approved he/she shall be the DEO and shall be the responsible person for ensuring that the provisions of the EMP are complied with during the life of the contract. The engineer will be responsible for issuing instructions to the contractor where environmental considerations call for action to be taken. The DEO shall submit regular written reports to the engineer, but not less frequently than once a month. The engineer shall have the authority to instruct the contractor to replace the DEO if, in the engineer’s opinion, the appointed officer is not fulfilling his/her duties in terms of the requirements of the EMP or this specification. Such instruction will be in writing and shall clearly set out the reasons why a replacement is required. There shall be an approved DEO on the site at all times.

b. Administration Before the contractor begins each construction activity the DEO shall give to the engineer a written statement setting out the following: The type of construction activity. Locality where the activity will take place. Identification of the environmental aspects and impacts that might result from the activity. Methodology for impact prevention for each activity or aspect. Methodology for impact containment for each activity or aspect. Emergency/disaster incident and reaction procedures. Treatment and continued maintenance of impacted environment. The contractor may provide such information in advance of any or all construction activities provided that new submissions shall be given to the engineer whenever there is a change or variation to the original. The engineer may provide comment on the methodology and procedures proposed by the DEO, but he shall not be responsible for the contractor’s chosen measures of impact mitigation and emergency/disaster management systems. However, the contractor shall demonstrate at inception and at least once during the contract that the approved measures and procedures function properly

c. Good Housekeeping The Contractor shall undertake “good housekeeping” practices during construction as stated in sub-clauses 4.18 and 11.11 of the General Conditions of Contract. This will help avoid disputes on responsibility and allow for the smooth running of the contract as a whole. Good housekeeping extends beyond the wise practice of construction methods that leaves production in a safe state from the ravages of weather to include the care for and preservation of the environment within which the site is situated.

6. TRAINING

The designated environmental officer (DEO) must be conversant with all legislation pertaining to the environment applicable to this contract and must be appropriately trained in environmental management and must possess the skills necessary to impart environmental management skills to all personnel involved in the contract. The contractor shall ensure that adequate environmental training takes place. All employees shall have been given an induction presentation on environmental awareness. Where possible, the presentation needs to be conducted in the language of the employees. The environmental training should, as a minimum, include the following:

• The importance of conformance with all environmental policies • The environmental impacts, actual or potential, of their work activities;

Page 151: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

126

• The environmental benefits of improved personal performance;

• Their roles and responsibilities in achieving conformance with the environmental policy and

procedures and with the requirement of the Agency’s environmental management systems, including emergency preparedness and response requirements;

• The potential consequences of departure from specified operating procedures;

• The mitigation measures required to be implemented when carrying out their work activities.

In the case of permanent staff, the contractor shall provide evidence that such induction courses have been presented. In the case of new staff (including contract labour) the contractor shall inform the engineer when and how he/she intends concluding his environmental training obligations.

7. ACTIVITIES/ASPECTS CAUSING IMPACTS

A list of possible causes of environmental impacts that occur during construction activities is given in Table 7/1: Aspects or Activities that Cause Environmental Impacts during Construction Activities, which is to be found at the end of this part. This list is not exhaustive, and shall be used for guideline purposes only.

8. ENVIRONMENTAL MANAGEMENT OF CONSTRUCTION ACTIVITIES

a. Site Establishment

i. Site Plan: The contractor shall establish his construction camps, offices, workshops, staff accommodation and testing facilities on the site in a manner that does not adversely affect the environment. However, before construction can begin, the contractor shall submit to the engineer for his approval, plans of the exact location, extent and construction details of these facilities and the impact mitigation measures the contractor proposes to put in place. The plans shall detail the locality as well as the layout of the waste treatment facilities for litter, kitchen refuse, sewage and workshop-derived effluents. The site offices should not be sited in close proximity to steep areas, as this will increase soil erosion. Preferred locations would be flat areas along the route. If the route traverses water courses, streams and rivers, it is recommended that the offices, and in particular the ablution facilities, aggregate stockpiles, spoil areas and hazardous material stockpiles are located as far away as possible from any water course as possible. Regardless of the chosen site, the contractor’s intended mitigation measures shall be indicated on the plan. The site plan shall be submitted not later than the first site meeting. Detailed, electronic colour photographs shall be taken of the proposed site before any clearing may commence. These records are to be kept by the engineer for consultation during rehabilitation of the site.

ii. Vegetation: The contractor has a responsibility to inform his staff of the need to be vigilant against any practice that will have a harmful effect on vegetation. The natural vegetation encountered on the site is to be conserved and left as intact as possible. Vegetation planted at the site shall be indigenous and in accordance with instructions issued by the engineer. Only trees and shrubs directly affected by the works, and such others as may be indicated by the engineer in writing, may be felled or cleared. In wooded areas where natural vegetation has been cleared out of necessity, the same species of indigenous trees as were occurring, shall be re-established. The project specification for the rehabilitation of the grass cover shall be strictly adhered to. Any proclaimed weed or alien species that propagates during the contract period shall be cleared by hand before seeding. Fires shall only be allowed in facilities or equipment specially constructed for this purpose. A firebreak shall be cleared and maintained around the perimeter of the camp and office sites.

iii. Rehabilitation: The area where the site offices were erected will require rehabilitation at the end of the contract. All construction material, including concrete slabs and braai areas shall be removed from the site on completion of the contract.

Page 152: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

127

iv. Water for human consumption: Water for human consumption shall be available at the site offices and at other convenient locations on site. All effluent water from the camp / office sites shall be disposed of in a properly designed and constructed system, situated so as not to adversely affect water sources (streams, rivers, pans dams etc.). Only domestic type wastewater shall be allowed to enter this drain.

v. Heating and Cooking fuel: The contractor shall provide adequate facilities for his staff so that they are not encouraged to supplement their comforts on site by accessing what can be taken from the natural surroundings. The contractor shall ensure that energy sources are available at all times for construction and supervision personnel for heating and cooking purposes.

b. Sewage treatment: Particular reference in the site establishment plan shall be given to the treatment of sewage generated at the site offices, site laboratory and staff accommodation and at all localities on the site where there will be a concentration of labour. Sanitary arrangements should be to the satisfaction of project management, the local authorities and legal requirements. Safe and effective sewage treatment will require one of the following sewage handling methods: septic tanks and soak-aways, dry-composting toilets such as “enviro loos”, or the use of chemical toilets which are supplied and maintained by a sub-contractor. The type of sewage treatment will depend on the geology of the area selected, the duration of the contract and proximity (availability) of providers of chemical toilets. Should a soak-away system be used, it shall not be closer than 800 metres from any natural water course or water retention system. The waste material generated from these facilities shall be serviced on a regular basis. The positioning of the chemical toilets shall be done in consultation with the engineer. Toilets and latrines shall be easily accessible and shall be positioned within walking distance from wherever employees are employed on the works. Use of the veld for this purpose shall not, under any circumstances, be allowed. Outside toilets shall be provided with locks and doors and shall be secured to prevent them from blowing over. The toilets shall also be placed outside areas susceptible to flooding. The contractor shall arrange for regular emptying of toilets and shall be entirely responsible for enforcing their use and for maintaining such latrines in a clean, orderly and sanitary condition to the satisfaction of the engineer.

c. Waste Management: The contractor’s intended methods for waste management and waste minimisation shall be implemented at the outset of the contract. All personnel shall be instructed to dispose of all waste in the proper manner.

i. Solid Waste:

Solid waste shall be stored in an appointed area in covered, tip proof metal drums for collection and disposal. A refuse control system shall be established for the collection and removal of refuse to the satisfaction of the engineer. Disposal of solid waste shall be at a Department of Water Affairs and Forestry (DWAF) licensed landfill site or at a site approved by DWAF in the event that an existing operating landfill site is not within reasonable distance from the site offices and staff accommodation. No waste shall be burned or buried at or near the site offices, or anywhere else on the site, including the approved solid waste disposal site.

ii. Litter: No littering by construction workers shall be allowed. During the construction period, the facilities shall be maintained in a neat and tidy condition and the site shall be kept free of litter. Measures shall be taken to reduce the potential for litter and negligent behaviour with regard to the disposal of all refuse. At all places of work the contractor shall provide litter collection facilities for later safe disposal at approved sites.

iii. Hazardous waste: Hazardous waste such as bitumen, tar, oils etc. shall be disposed of in a Department of Water Affairs and Forestry approved landfill site. Special care shall be taken to avoid

Page 153: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

128

spillage of tar or bitumen products such as binders or pre-coating fluid to avoid water-soluble phenols from entering the ground or contaminating water. Under no circumstances shall the spoiling of tar or bituminous products on the site, over embankments, in borrow pits or any burying, be allowed. Unused or rejected tar or bituminous products shall be returned to the supplier’s production plant. Any spillage of tar or bituminous products shall be attended to immediately and affected areas shall be promptly reinstated to the satisfaction of the engineer.

d. Control at the workshop: The contractor’s management and maintenance of his plant and machinery will be strictly monitored according to the criteria given below, regardless whether it is serviced on the site (i.e. at the place of construction activity or at a formalised workshop).

i. Safety: All the necessary handling and safety equipment required for the safe use of petrochemicals and oils shall be provided by the contractor to, and used or worn by, the staff whose duty it is to manage and maintain the contractor’s and his sub- contractor’s and supplier’s plant, machinery and equipment.

ii. Hazardous Material Storage: Petrochemicals, oils and identified hazardous substances shall only be stored under controlled conditions. All hazardous materials e.g. tar or bitumen binders shall be stored in a secured, appointed area that is fenced and has restricted entry. Storage of tar or bituminous products shall only take place using suitable containers to the approval of the engineer. The contractor shall provide proof to the engineer that relevant authorisation to store such substances has been obtained from the relevant authority. In addition, hazard signs indicating the nature of the stored materials shall be displayed on the storage facility or containment structure. Before containment or storage facilities can be erected the contractor shall furnish the engineer with details of the preventative measures he proposes to install in order to mitigate against pollution of the surrounding environment from leaks or spillage. The preferred method shall be a concrete floor that is bunded. Any deviation from the method will require proof from the relevant authority that the alternative method proposed is acceptable to that authority. The proposals shall also indicate the emergency procedures in the event of misuse or spillage that will negatively affect an individual or the environment.

iii. Fuel and Gas Storage: Fuel shall be stored in a secure area in a steel tank supplied and maintained by the fuel suppliers... An adequate bund wall, 110% of volume, shall be provided for fuel and diesel areas to accommodate any leakage spillage or overflow of these substances. The area inside the bund wall shall be lined with an impervious lining to prevent infiltration of the fuel into the soil. Any leakage, spillage or overflow of fuel shall be attended to without delay. Gas welding cylinders and LPG cylinders shall be stored in a secure, well-ventilated area.

iv. Oil and Lubricant Waste: Used oil, lubricants and cleaning materials from the maintenance of vehicles and machinery shall be collected in a holding tank and sent back to the supplier. Water and oil should be separated in an oil trap. Oils collected in this manner, shall be retained in a safe holding tank and removed from site by a specialist oil recycling company for disposal at approved waste disposal sites for toxic/hazardous materials. Oil collected by a mobile servicing unit shall be stored in the service unit’s sludge tank and discharged into the safe holding tank for collection by the specialist oil recycling company. All used filter materials shall be stored in a secure bin for disposal off site. Any contaminated soil shall be removed and replaced. Soils contaminated by oils and lubricants shall be collected and disposed of at a facility designated by the local authority to accept contaminated materials.

e. Clearing the Site:

Page 154: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

129

In all areas where the contractor intends to, or is required to clear the natural vegetation and soil, either within the road reserve, or at designated or instructed areas outside the road reserve, a plan of action shall first be submitted to the engineer for his approval. The plan shall contain a photographic record and chainage/land reference of the areas to be disturbed. This shall be submitted to the engineer for his records before any disturbance/stockpiling may occur. The record shall be comprehensive and clear, allowing for easy identification during subsequent inspections. The contractor shall be responsible for the re-establishment of grass within the road reserve boundaries for all areas disturbed during road construction. This includes, for example, service roads, stockpile areas, stop/go facilities, windrows and wherever material generated for, or from, road construction has to be stored temporarily or otherwise within the road reserve, or at designated or instructed areas outside the road reserve. This responsibility shall extend until expiry of the defects notification period.

f. Soil Management:

i. Topsoil: Topsoil shall be removed from all areas where physical disturbance of the surface will occur and shall be stored and adequately protected. The contract will provide for the stripping and stockpiling of topsoil from the site for later re-use. Topsoil is considered to be the natural soil covering, including all the vegetation and organic matter. Depth may vary at each site. The areas to be cleared of topsoil shall include the storage areas. All topsoil stockpiles and windrows shall be maintained throughout the contract period in a weed-free condition. Weeds appearing on the stockpiled or windrowed topsoil shall be removed by hand. Soils contaminated by hazardous substances shall be disposed of at an approved Department of Water Affairs and Forestry waste disposal site. The topsoil stockpiles shall be stored, shaped and sited in such a way that they do not interfere with the flow of water to cause damming or erosion, or itself be eroded by the action of water. Stockpiles of topsoil shall not exceed a height of 2m, and if they are to be left for longer than 6 months, shall be analysed, and if necessary, upgraded before replacement. Stockpiles shall be protected against infestation by weeds. The contractor shall ensure that no topsoil is lost due to erosion – either by wind or water. Areas to be topsoiled and grassed shall be done so systematically to allow for quick cover and reduction in the chance of heavy topsoil losses due to unusual weather patterns. The contractor’s programme shall clearly show the proposed rate of progress of the application of topsoil and grassing. The contractor shall be held responsible for the replacement, at his own cost, for any unnecessary loss of topsoil due to his failure to work according to the progress plan approved by the engineer. The contractor’s responsibility shall also extend to the clearing of drainage or water systems within and beyond the boundaries of the road reserve that may have been affected by such negligence.

ii. Subsoil: The subsoil is the layer of soil immediately beneath the topsoil. It shall be removed, to a depth instructed by the engineer, and stored separately from the topsoil if not used for road building. This soil shall be replaced in the excavation in the original order it was removed for rehabilitation purposes.

g. Drainage: The quality, quantity and flow direction of any surface water runoff shall be established prior to disturbing any area for construction purposes. Cognisance shall be taken of these aspects and incorporated into the planning of all construction activities. Before a site is developed or expanded, it shall be established how this development or expansion will affect the drainage pattern. Recognised water users / receivers shall not be adversely affected by the expansion or re-development. No water source shall be polluted in any way due to proposed changes. Streams, rivers, pans, wetlands, dams, and their catchments shall be protected from erosion and from direct or indirect spillage of pollutants such as refuse, garbage, cement, concrete, sewage, chemicals, fuels, oils, aggregate, tailings, wash water, organic materials and bituminous or tar products. The contractor shall submit to the engineer his proposals for prevention, containment and rehabilitation measures against environmental damage of the identified water and drainage systems that occur on the site. Consideration shall be given to the placement of sedimentation ponds or barriers where the soils are of a dispersive nature or where toxic fluids are used in

Page 155: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

130

the construction process. The sedimentation ponds must be large enough to contain runoff so that they function properly under heavy rain conditions.

h. Earthworks and Layer works: This section includes all construction activities that involve the mining of all materials, and their subsequent placement, stockpile, spoil, treatment or batching, for use in the permanent works, or temporary works in the case of deviations. Before any stripping prior to the commencement of construction, the contractor shall have complied with the requirements of sections C1008 (e) and C1008 (g). In addition, the contractor shall take cognisance of the requirements set out below.

i. Quarries and borrow pits: The contractor’s attention is drawn to the requirement of the Department of Minerals and Energy, that before entry into any quarry or borrow pit, an EMP for the establishment, operation and closure of the quarry or borrow pit shall have been approved by the Department. It is the responsibility of the contractor to ensure that he is in possession of the approved EMP or a copy thereof, prior to entry into the quarry or borrow pit. The conditions imposed by the relevant EMP are legally binding on the contractor and may be more extensive and explicit than the requirements of this specification. In the event of any conflict occurring between the requirements of the specific EMP and these specifications the former shall apply. The cost of complying with the requirements shall be deemed to be included in existing rates in the Bill of Quantities.

ii. Excavation, hauling and placement: The contractor shall provide the engineer with detailed plans of his intended construction processes prior to starting any cut or fill or layer. The plans shall detail the number of personnel and plant to be used and the measures by which the impacts of pollution (noise, dust, litter, fuel, oil, sewage), erosion, vegetation destruction and deformation of landscape will be prevented, contained and rehabilitated. Particular attention shall also be given to the impact that such activities will have on the adjacent built environment. The contractor shall demonstrate his “good housekeeping”, particularly with respect to closure at the end of every day so that the site is left in a safe condition from rainfall overnight or over periods when there is no construction activity.

iii Spoil sites: The contractor shall be responsible for the safe sitting, operation, maintenance and closure of any spoil site he uses during the contract period, including the defects notification period. This shall include existing spoil sites that are being re-entered. Before spoil sites may be used proposals for their locality, intended method of operation, maintenance and rehabilitation shall be given to the engineer for his approval. The location of these spoil sites shall have signed approval from the affected landowner before submission to the engineer. No spoil site shall be located within 500m of any watercourse. A photographic record shall be kept of all spoil sites for monitoring purposes. This includes before the site is used and after re-vegetation. The use of approved spoil sites for the disposal of hazardous or toxic wastes shall be prohibited unless special measures are taken to prevent leaching of the toxins into the surrounding environment. Such special measures shall require the approval of the relevant provincial or national authority. The same shall apply for the disposal of solid waste generated from the various camp establishments. The engineer will assist the contractor in obtaining the necessary approval if requested by the contractor. Spoil sites will be shaped to fit the natural topography. These sites shall receive a minimum of 75mm topsoil and be grassed with the recommended seed mixture. Slopes shall not exceed a vertical: horizontal ratio of 1:3. Only under exceptional circumstances will approval be given to exceed this ratio. Appropriate grassing measures to minimise soil erosion shall be undertaken by the contractor. This will include both strip and full sodding. The contractor may motivate to the engineer for other acceptable stabilising methods. The engineer may only approve a completed spoil site at the end of the defects notification period upon receipt from the contractor of a landowner’s clearance notice and an engineer’s certificate certifying slope stability. The contractor’s costs incurred in obtaining the necessary certification for opening and closing of spoil sites shall be deemed to be included in the tendered rates for spoiling.

iv. Stockpiles:

Page 156: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

131

The contractor shall plan his activities so that materials excavated from borrow pits and cuttings, in so far as possible, can be transported direct to and placed at the point where it is to be used. However, should temporary stockpiling become necessary, the areas for the stockpiling of excavated and imported material shall be indicated and demarcated on the site plan submitted in writing to the engineer for his approval, together with the contractor’s proposed measures for prevention, containment and rehabilitation against environmental damage. The areas chosen shall have no naturally occurring indigenous trees and shrubs present that may be damaged during operations. Care shall be taken to preserve all vegetation in the immediate area of these temporary stockpiles. During the life of the stockpiles the contractor shall at all times ensure that they are:

Positioned and sloped to create the least visual impact;

Constructed and maintained so as to avoid erosion of the material and contamination of surrounding environment; and

Kept free from all alien/undesirable vegetation

After the stockpiled material has been removed, the site shall be re-instated to its original condition. No foreign material generated / deposited during construction shall remain on site. Areas affected by stockpiling shall be landscaped, top soiled, grassed and maintained at the contractor’s cost until clearance from the engineer and the relevant Authority is received. Material milled from the existing road surface that is temporarily stockpiled in areas approved by the engineer within the road reserve, shall be subject to the same condition as other stockpiled materials. Excess materials from windrows, in-situ milling or any detritus of material from road construction activities may not be swept off the road and left unless specifically instructed to do so in the contract drawing or under instruction from the engineer In all cases, the engineer shall approve the areas for stockpiling and disposal of construction rubble before any operation commences and shall approve their clause only when they have been satisfactorily rehabilitated.

v. Blasting activities: Wherever blasting activity is required on the site (including quarries and/or borrow pits) the contractor shall rigorously adhere to the relevant statutes and regulations that control the use of explosives. In addition, the contractor shall, prior to any drilling of holes in preparation for blasting, supply the engineer with a locality plan of the blast site on which shall be shown the zones of influence of the ground and air shock-waves and expected limits of fly-rock. The plan shall show each dwelling, structure and service within the zones of influence and record all details of the dwellings/structures/services including existing positions, lengths and widths of cracks, as well as the condition of doors, windows, roofing, wells, boreholes etc. The contractor, alone, shall be responsible for any costs that can be attributed to blasting activities, including the collection of fly-rock from adjacent lands and fields. The submission of such a plan shall not in any way absolve the contractor from his responsibilities in this regard. The contractor shall also indicate to the engineer the manner in which he intends to advertise to the adjacent communities and/or road users the times and delays to be expected for each individual blast.

i. Batching sites: Asphalt plants are considered scheduled processes listed in the second schedule to the Atmospheric Pollution Prevention Act, 1965 (Act No. 45 of 1965). Should the use of an asphalt plant be considered on site, the contractor shall be responsible to obtain the necessary permit from the Department of Environmental Affairs and Tourism, regardless of where they are sited. Crushing plants and concrete batching plants, whether sited inside or outside of defined quarry or borrow pit areas, shall be subject to the requirements of the Department of Minerals and Energy legislation as well as the applicable industrial legislation that governs gas and dust emissions into the atmosphere. Such sites will be the subject of regular inspections by the relative authorities during the life of the project. In addition, the selection, entry onto, operation, maintenance, closure and rehabilitation of such sites shall be the same as for those under section C1008(h)(iii), with the exception that the contractor shall provide additional measures to prevent, contain and rehabilitate against environmental damage from toxic/hazardous substances. In this regard the contractor shall provide plans that take into account such additional measures as concrete floors, bunded storage facilities, linings to drainage channels

Page 157: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

132

and settlement dams. Ultimate approval of these measures shall be from the relevant national authority, as shall approval of closure. The engineer will assist the contractor in his submissions to the relevant authority. Effluent from concrete batch plants and crusher plants shall be treated in a suitable designated sedimentation dam to the legally required standards to prevent surface and groundwater pollution. The designs of such a facility should be submitted to the engineer for approval. The contractor shall invite the relevant department to inspect the site within 2 months after any plant is commissioned and at regular intervals thereafter, not exceeding 12 months apart

j. Spillages: Streams, rivers and dams shall be protected from direct or indirect spillage of pollutants such as refuse, garbage, cement, concrete, sewage, chemicals, fuels, oils, aggregate, tailings, wash water, organic materials and tar or bituminous products. In the event of a spillage, the contractor shall be liable to arrange for professional service providers to clear the affected area. Responsibility for spill treatment lies with the contractor. The individual responsible for, or who discovers a hazardous waste spill must report the incident to his/her DEO or to the engineer. The Designated Environmental Officer will assess the situation in consultation with the engineer and act as required. In all cases, the immediate response shall be to contain the spill. The exact treatment of polluted soil / water shall be determined by the contractor in consultation with the DEO and the engineer. Areas cleared of hazardous waste shall be re-vegetated according to the engineer’s instructions Should water downstream of the spill be polluted, and fauna and flora show signs of deterioration or death, specialist hydrological or ecological advice will be sought for appropriate treatment and remedial procedures to be followed. The requirement for such input shall be agreed with the engineer. The costs of containment and rehabilitation shall be for the contractor’s account, including the costs of specialist input.

k. Areas of Specific Importance: Any area, as determined and identified within the project document as sensitive or of special interest within the site shall be treated according to the express instructions contained in these specifications or the approved EMP. The contractor may offer alternative solutions to the engineer in writing should he consider that construction will be affected in any way by the hindrance of the designated sensitive area or feature. However, the overriding principle is that such defined areas requiring protection shall not be changed. Every effort to identify such areas within the site will have been made prior to the project going out to tender. The discovery of other sites with archaeological or historical interest that have not been identified shall require ad hoc treatment.

i Archaeological Sites: If an artefact on site is uncovered, work in the immediate vicinity shall be stopped immediately. The contractor shall take reasonable precautions to prevent any person from removing or damaging any such article and shall immediately upon discovery thereof inform the engineer of such discovery. The South African Heritage Research Agency (SAHRA) is to be contacted who will appoint an archaeological consultant. Work may only resume once clearance is given in writing by the archaeologist.

ii Graves and middens: If a grave or midden is uncovered on site, or discovered before the commencement of work, then all work in the immediate vicinity of the graves/middens shall be stopped and the engineer informed of the discovery. SAHRA should be contacted and in the case of graves, arrangements made for an undertaker to carry out exhumation and reburial. The Employer will be responsible for attempts to contact family of the deceased and for the site where the exhumed remains can be re-interred.

l. Noise Control: The contractor shall endeavour to keep noise generating activities to a minimum. Noises that could cause a major disturbance, for instance blasting and crushing activities, should only be carried out during daylight hours. Compliance with the appropriate legislation with respect to noise, shall be mandatory.

Page 158: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

133

Should noise generating activities have to occur at night the people in the vicinity of the drilling shall be warned about the noise well in advance and the activities kept to a minimum.

m. Dust Control: Dust caused by strong winds shall be controlled by means of water spray vehicles. Dust omission from batching plants shall be subject to the relevant legislation and shall be the subject of inspection by the relevant office of the Department of Minerals and Energy.

n. Alien Vegetation: The contractor shall be held responsible for the removal of alien vegetation within the road reserve disturbed during road construction. This includes, for example, service roads, stockpile areas, stop/go facilities, windrows and wherever material generated for or from road construction has been stored temporarily or otherwise within the road reserve. This responsibility shall extend for the duration of the defects notification period.

9. RECORD KEEPING

The engineer and the DEO will continuously monitor the contractor’s adherence to the approved impact prevention procedures and the engineer shall issue to the contractor a notice of non-compliance whenever transgressions are observed. The DEO should document the nature and magnitude of the non-compliance in a designated register, the action taken to discontinue the non-compliance, the action taken to mitigate its effects and the results of the actions. The non-compliance shall be documented and reported to the engineer in the monthly report. Copies of any record of decision or EMP’s for specific borrow pits or quarries used on the project shall be kept on site and made available for inspection by visiting officials from the employer or relevant environmental departments.

10. COMPLIANCE AND PENALTIES

The contractor shall act immediately when such notice of non-compliance is received and correct whatever is the cause for the issuing of the notice. Complaints received regarding activities on the construction site pertaining to the environment shall be recorded in a dedicated register and the response noted with the date and action taken. This record shall be submitted with the monthly reports and a verbal report given at the monthly site meetings. Any avoidable non-compliance with the above-mentioned measures shall be considered sufficient ground for the imposition of a penalty The following penalties shall apply for environmental violations:

a. Unnecessary removal or damage to trees 2600mm girth or less : R 5 000 per tree Greater than 2600mm, but less than 6180mm girth : R10 000 per tree

Greater than 6180mm girth

: R30 000 per tree

b. Serious violations: • Hazardous chemical/oil spill and/or : R10 000 per incident

• dumping in non-approved sites • General damage to sensitive environments : R 5 000 per incident

• Damage to cultural and historical sites : R 5 000 per incident

• Uncontrolled/unmanaged erosion (plus

rehabilitation at contractor’s cost). :

R1 000 to R5 000 per incident

• Unauthorised blasting activities. : R5 000 per incident

• Pollution of water sources.

: R10 000 per incident

The engineer’s decision with regard to what is considered a violation, its seriousness and the penalty imposed shall be final.

c. Less serious violations:

Littering on site Lighting of illegal fires on site. Persistent or un-repaired fuel and oil leaks. Excess dust or excess noise emanating from site.

Page 159: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

134

Dumping of milled material in side drains or on grassed areas :

R1 000 per incident

Possession or use of intoxicating substances on site. :

R 500 per incident

Any vehicles being driven in excess of designated speed limits. :

R 500 per incident

Removal and/or damage to flora or cultural or heritage objects

on site, and/or killing of wildlife. :

R2 000 per incident

Illegal hunting :

R2 000 per incident

Urination and defecation anywhere except in designated areas.

: R 500 per incident

The engineer’s decision with regard to what is considered a violation, its seriousness and the

penalty imposed shall be final. The imposition of such a penalty shall not preclude the relevant provincial or national authority from applying an additional penalty in accordance with its statutory powers. Any non-compliance with the agreed procedures of the EMP is a transgression of the various statutes and laws that define the manner by which the environment is managed. Failure to redress the cause shall be reported to the relevant authority for them to deal with the transgression, as it deems fit.

11. MEASUREMENT AND PAYMENT

The cost of complying to this specification shall be deemed to be included in the rates

tendered for this project.

11.1 Penalty for unnecessary removal or damage to trees for the following diameter sizes

ITEM UNIT

a. 2600mm girth or less Number (no)

b. Greater than 2600mm, but less than 6180mm girth Number (no)

c. Greater than 6180mm girth Number (no)

The unit of measurement shall be the number of trees by diameter size removed unnecessary or damaged. The penalty rates applied shall be those stated in clause C3.5.2.10.

11.2 Penalty for serious violations

ITEM UNIT

a. Hazardous chemical/oil spill and/or dumping in non-approved sites Number (no)

b. General damage to sensitive environments Number (no)

c. Damage to cultural and historical sites Number (no)

d. Pollution of water sources Number (no)

e. Unauthorised blasting activities Number (no)

f. Uncontrolled/unmanaged erosion per incident, depending on

environment impacts, plus rehabilitation at contractor’s cost)

Number (no)

The unit of measurement for C100.02 (a) to (f) shall be the number of serious violation

incidents. The penalty rates to be applied shall be those stated in clause

11.3 Penalty for less serious violations Number (no)

ITEM UNIT

Page 160: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

135

a. Littering on site Number (no)

b. Lighting of illegal fires on site Number (no)

c. Persistent or un-repaired fuel and oil leaks Number (no)

d. Excess dust or excess noise emanating from site Number (no)

e. Dumping of milled material in side drains or on grassed areas Number (no)

f. Possession or use of intoxicating substances on site Number (no)

g. Any vehicles being driven in excess of designated speed limits Number (no)

h. Removal and/or damage to flora or cultural or heritage objects on site,

and/or killing of wildlife

Number (no)

i. Illegal hunting Number (no)

j. Urination and defecation anywhere except in designated areas

Number (no)

The unit of measurement shall be the number of less serious violation incidents. The penalty rates applied shall be those stated in clause C3.3.3.9. The engineer’s decision with regard to what is considered a violation, its seriousness and the penalty imposed shall be final. The calculation shall include allied construction activities in the same way as the calculation of reduced payments under Section 7: EMP. The imposition of such a penalty shall not preclude the relevant provincial or national authority from applying an additional penalty in accordance with its statutory powers. Any non-compliance with the agreed procedures of the EMP is a transgression of the various statutes and laws that define the manner by which the environment is managed. Failure to redress the cause shall be reported to the relevant authority for them to deal with the transgression, as it deems fit.

Page 161: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

136

Table 1: Mechanisms that Cause Environmental Impacts during Construction Activities

SECTION CONTENTS

ENVIRONMENTAL IMPACTS

POLLUTION TYPE DEFORMATION OF

LANDSCAPE SOIL EROSION ALIEN VEGETATION

SENSITIVE AREAS (to be completed by compiler)

SANS 1200A

Camp Establishment

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

SANS 1200A

Housing, Offices and laboratories

Waste treatment Hazardous waste Water supply Spillage Storage Noise/lights

Selection of site Preserve indigenous vegetation Preserve topsoil Demarcate sensitive areas

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

SANS 1200A

Accommodation of Traffic

Waste treatment Hazardous waste Water supply Spillage Storage Noise/lights Dust control

Selection of site Preserve indigenous vegetation Preserve topsoil Demarcate sensitive areas Maintenance of windrows

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

SANS 1200D

Overhaul

Spillage Storage Noise/lights Dust control Exhaust fumes Washing waste

Turning circles Parking areas

Restrict access to sensitive areas

Protection of indigenous vegetation Preserve topsoil

SANS 1200C

Clearing and grubbing

Waste treatment Hazardous waste Water supply Noise /lights Dust control

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Protection of indigenous vegetation Preserve topsoil

SANS 1200LE

Drainage

Waste treatment Hazardous waste Water supply

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Page 162: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

137

SECTION CONTENTS

ENVIRONMENTAL IMPACTS

POLLUTION TYPE DEFORMATION OF

LANDSCAPE SOIL EROSION ALIEN VEGETATION

SENSITIVE AREAS (to be completed by compiler)

Spillage Storage

SANS 1200D

Borrow pits

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

SANS 1200D

Stockpiling

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

SANS 1200D

Mass Earthworks

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

SANS 1200MF

Pavement layers

Waste treatment Hazardous waste Water supply Spillage Storage Noise / lights Dust control

Selection of site Preserve indigenous vegetation Preserve topsoil Demarcate sensitive areas Maintenance of windrows

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

SANS 1200MH

Asphalt works / sealing operations

Waste treatment Hazardous waste Water supply Spillage Storage Noise / lights Dust control Smoke control Storage of materials

Selection of site Preserve indigenous vegetation Preserve topsoil Turning circles Parking areas

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil

SANS 1200MM

Ancilliary roadworks

Waste treatment Hazardous waste Water supply

Selection of site Preserve indigenous vegetation

Selection of site Preserve indigenous vegetation

Preserve indigenous vegetation Preserve topsoil

Page 163: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

138

SECTION CONTENTS

ENVIRONMENTAL IMPACTS

POLLUTION TYPE DEFORMATION OF

LANDSCAPE SOIL EROSION ALIEN VEGETATION

SENSITIVE AREAS (to be completed by compiler)

Spillage Storage

Preserve topsoil Preserve topsoil Management of weeds

SANS 1200AH

Structures

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

SANS 1200MJ

Concrete pavements etc.

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Page 164: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

139

C3.5.8.2 HEALTH and SAFETY SPECIFICATIONS

1. BACKGROUND

In terms of the Construction Regulation 4 (1) (a) of the Occupational Health and Safety Act,

No. 85 of 1993, the Ehlanzeni District Municipality, as the Client, is required to compile a Health & Safety Specification for the intended project and provide such specification to any prospective tenderer.

The Client’s further duties are as 4(1) to 4(6) in The Construction Regulations, July 2003.

2. SCOPE

Development of Health & Safety Specification that addresses all aspects of occupational health and safety as pertaining to the works

3. OHS MANAGEMENT

3.1 Structure and Organisation of OHS Responsibilities

3.1.1. Overall Supervision and Responsibility for OHS

• The Client is to ensure that the Principal Contractor, appointed in terms of Construction

Regulation 4(1) (c), implements and maintains the agreed and approved OHS Plan.

• The Chief Executive Officer of the Principal Contractor in terms of Section 16 (1) of the Act

is to ensure that the Employer (as defined in the Act ) complies with the Act.

• Any OHS Act (85 /1993), Section 16 (2) appointee/s as detailed in his/her respective

appointments

• The Construction Supervisor and Assistant Construction Supervisor/s appointed in terms of

Construction Regulation 6.

3.1.2. Further (Specific) Supervision Responsibilities for OHS

Appointments required by the Act and Regulations: • OHS Representatives (Sections 17/18 of the Act) • OHS Committees (Sections 19/20 of the Act) • Risk Assessor (Construction Regulation. 7 (1) ) • Accident/incident Investigations Co-ordinator (General Admin Regulation 9 (2) • Form/Support work Supervisor ( Construction Regulation 10(a) • Batch Plant Supervisor (Construction Regulation 18(1) • Stacking & Storage Supervisor (Construction Regulation 26(a) • Fire Equipment Inspector (Construction Regulation 27(h) • Electrical Installations, Machinery & Appliances Inspector (Construction Regulation 22) • Excavations Supervisor (Construction Regulation 11(1) • Demolition Supervisor (Construction Regulation 12(1) • OHS Officer (where necessary) (Construction Regulation 6(6) • Person Responsible for Machinery (General Machinery Regulation 2)

• Emergency, Security and Fire Co-ordinator ( Construction Regulation 27(h) &

Environmental Regulation 9) • Fire Equipment Inspector (Construction Regulation 27(h) Environmental Regulation 9) • First Aider (General Safety Regulation 3(2) • Hazardous Chemical Substances Supervisor (HCS Regulations) • Ladders Inspector (General Safety Regulation 13A • Lifting Equipment Inspector (Construction Regulation 20) • Operators & Drivers of Construction Plant & Vehicles (Construction Reg. 21 (i) • Structures Supervisor (Construction Regulation 9) • Users Operators of Construction Equipment (Construction Regulation 21 (i)

Welding Supervisor (General Safety Regulation 9)

Page 165: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

140

3.2 Communication and Liaison

• OHS liaison between the Client, the Principal Contractor, the other Contractors concerned

parties will be through the OHS Committee as in 3.10

• In addition to the above, communication may be directly to the Client or his appointed Agent,

verbally or writing, as and when the need arises

• Consultation with the workforce on OHS matters will be through their Supervisors, OHS

Representatives, the OHS Committee and their elected Trade Union Representatives, if any

• The Principal Contractor will be responsible for the dissemination of all relevant OHS information to the other Contractors e.g. changes agreed with the Client, instructions by the Client and/or his/her agent, exchange of information between Contractors, the reporting of hazardous/dangerous conditions/situations etc.

3.3 OHS File

The Principal Contractor must, in terms of Construction Regulation 5 (7), keep a health and safety file on site at all times that must include all documentation required in terms of the Act and Regulations and must also include a list of all Contractors on site that are accountable to the Principal Contractor and the agreements between the parties and details work being done. The following documents must be kept in the OHS file:

• Notification of Construction Work (Construction Regulation 3.) • Copy of OHS Act (updated) (General Administrative Regulation 4.) Proof of Registration and good standing with a COID Insurer (Construction Reg. 4 (g) • Copy of health and safety plan (construction regulation 5 (1)

• OHS Programme agreed with Client including the underpinning Risk Assessment and

Method Statements (Construction Regulation 5 (1) • Designs/drawings (Construction Regulation 5 (8)

• A list of Contractors (Sub-contractors) including copies of the agreements between the

parties and the type of work being done by each contractor (Construction Regulation 9) • Appointment/ Designation forms as per 3.1.1. and 3.1.2. above. • Registers as follows: o Accident/Incident Register (Annexure 1 of the General Administrative Regulations) o OHS Representatives Inspection Register o Excavations Inspection o Lifting Equipment o Demolition Inspections o Designer’s Inspection of Structures Record o Batch Plant Inspections o Arc & Gas Welding & Flame Cutting Equipment Inspections o Construction Vehicles & Mobile Plant Inspection o Electrical Installation and Machinery Inspection o Fire Equipment Inspection & Maintenance o First Aid o Hazardous Chemical Substances Lifting Tackle and Equipment Inspections o Inspection of Cranes Inspection of Ladders Inspection of Vessels under Pressure o Machinery Inspections

o Drivers/Operators of Mobile Plant/Construction Vehicles Daily Inspections

The Principal Contractor will be required to submit the abovementioned registers monthly to the chairperson of the OHS Committee for endorsement.

The Health & Safety File must be handed over to the Client on completion of the contract. It must contain all the documentation handed to the Principal Contractor by any sub-contractors together with a record of all drawings, designs, materials used and other similar information concerning the completed project.

Page 166: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

141

3.4 OHS Goals and Objectives and Arrangements for Monitoring and Review of OHS Performance

The Principal Contractor is required to maintain a Compensation Incidence Frequency Rate (CIFR) of at least 8.

Identification of Hazards and Development of Risk Assessments, Standard Working Procedures (SWP) and Method Statements

The Principal Contractor is required to develop Risk Assessment, Standard Working Procedures (SWP) and Method Statements for each activity executed in the contract or project (Refer to Section 4. below “Project/Site Specific Requirements”)

3.6 Arrangements for Monitoring and Review

3.6.1. Monthly Audit by Client

The Client will be conducting a Monthly Audit to comply with Construction Regulation 4 (1) (d) to ensure that the Principal Contractor has implemented and is maintaining the agreed approved OHS Plan.

3.6.2. Other Audits and Inspections by Client

The Client reserves the right to conduct other ad hoc audits and inspections as deemed necessary. A representative of the Principal Contractor must accompany the Client on all Audits and Inspections and may conduct his/her own audit inspection at the same time. Each party will, however, take responsibility for the results of his/her own audit inspection results.

3.6.3. Reports

The Principal Contractor is required to provide the Client with monthly report. The Principal Contractor must report all incidents where an employee is injured on duty to the extent that he/she:

• Dies • becomes unconscious • loses a limb or part of a limb

• is injured or becomes ill to such a degree that he/she is likely either to die, or to suffer

permanent physical defect, or likely to be unable for a period of at least 14 days either to work or continue with the activity for which he/she was usually employed OR where:

o a major incident occurred o the health or safety of any person was endangered o where a dangerous substance was spilled o the uncontrolled release of any substance under pressure took place

o machinery or any part of machinery fractured or failed resulting in flying, falling or

uncontrolled moving objects

o machinery ran out of control

to the Provincial Director of the Department of Labour within seven days. (Section 24 of the Act & General Administrative Regulation 8.)

The Principal Contractor is required to provide the Client with of all statutory reports required in terms of the Act.

The principal Contractor is required to provide the Client with copies of all internal and external accident/incident investigation reports including the reports contemplated in 3.9. below.

Page 167: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

142

3.6.4 Review

The Principal Contractor is to review the Hazard. Identification, Risk Assessments and SWP’s at each two weekly site inspection/meeting as the construction work develops and progresses and each time that changes are made to the designs, plans and construction methods and processes.

The Principal Contractor must provide the Client, other Contractors and all other concerned parties with copies of any changes, alterations or amendments.

3.7 Site Rules and Other Restriction

3.7.1 Site OHS Rules

The Principal Contactor must develop a set of site-specific OHS rules that will be applied to regulate the OHS aspects of the construction.

3.7.2 Security and Emergency Arrangements

The Principal Contractor must establish site access rules and implement and maintain these throughout the construction period.

Access control must include the rule that non-employees will not be allowed on site unaccompanied.

The Principal Contractor must develop a set of security rules and procedures and maintain these throughout the construction period.

The Principal Contractor must appoint a competent Emergency Controller who must develop emergency contingency plans for any emergency that may arise on site as indicated by the risk assessments. These must include a monthly practice/testing programme for the plans e.g. January: trench collapse, February: flooding etc. and practice/tested with all persons on site at the time, participating.

3.8 Training

The contents and syllabi of all training required by the Act and Regulations must be included in the Principal Contractor’s OHS Plan.

3.8.1 General Induction Training

All employees of the Principal and other Contractors to be in possession of proof of General Induction Training

3.8.2. Site Specific Induction Training

All employees of the Principal and other Contractors to be in possession of Site Specific OHS Induction Training.

3.8.3 Other Training

All operators, drivers and users of construction vehicles, mobile plant and other equipment to be in possession of valid proof of training.

All employees in jobs requiring training in terms of the Act and Regulations to be in possession of valid proof of training.

Page 168: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

143

OHS Training Requirements: (as required by the Construction Regulations and as indicated by the OHS Specification and the Risk assessment/s):

• General Induction (Section 8 of the Act) • Site/Job Specification Induction (also visitors) (Sections 8 & 9 of the Act) • Site/Project Manager • Construction Supervisor • OHS Representatives (Section 18 (3) of the Act) • Training of the Appointees indicated in 3.1.1. & 3.1.2. above • Operation of Cranes (Driven Machinery Regulations 18 (11))

• Operators and Drivers of Construction Vehicles & Mobile Plant (Construction Regulation

21)

• Basic Fire Prevention & Protection (Environmental Regulations 9 and Construction

regulation 27) • Basic First Aid (General Safety Regulation 3)

• Storekeeping Methods & Safe Stacking (Construction Regulation 26) Emergency, Security

and Fire Co-ordinator

3.9 Accident and Incident Investigation

The Principal Contractor is responsible for the investigation of all accidents/incidents where employees and non-employees were injured to the extent that he/she had to be referred for medical treatment by a doctor, hospital or clinic. (General Administrative Regulation 9)

The results of the investigation to be entered into the Accident/Incident Register. (General Administrative Regulation 9)

The Principal Contractor is responsible for the investigation of all non-injury incidents as described in Section 24 (1) (b) & (c) of the Act and keeping a record of the results of such investigations including the steps taken to prevent similar accidents in future.

The Principal Contractor is responsible for the investigation of all road traffic accidents and keeping a record of the results investigations including the steps taken to prevent similar accidents in future.

3.10 OHS Representatives and Committees

3.10.1 Designation of OHS Representatives

Where the Principal Contractor employs more than 20 persons (including the employees of other contractors (sub-contractors) he has to appoint one OHS Representatives for every 50 employees or part thereof. General Administrative Regulation 6 requires that the appointment or election and subsequent designation of the OHS Representative are executed in consultation with Employees Representatives or Employees. (Section 17 of the Act and General Administrative Regulation 6. & 7.)

OHS Representatives have to be designated in writing and the designation must include the area of responsibility of the person and term of the designation.

3.10.2 Duties and Functions of the OHS Representatives The Principal Contractor must ensure that the designated OHS Representatives conduct a minimum monthly inspection of their respective areas of responsibility using a checklist and report thereon to the Principal Contractor.

OHS representatives must attend all OHS committee meetings.

3.10.3 Appointment of OHS Committee

The Principal Contractor must establish an OHS Committee consisting of all the designated OHS Representatives together with a number of management representatives (this number is

Page 169: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

144

not to exceed the number of OHS representatives on the committee) and a representative of the Client who shall act as chairperson without a vote. The members of the OHS committee must be appointed in writing.

The OHS Committee must meet minimum monthly and consider, at least, the following Agenda:

• Opening and welcome • Minutes of previous meeting • Matters arising from the previous minutes • OHS Representatives Report • Incident/Injury statistics • Other matters

• Endorsement of Registers and the statutory documents by a representative of the Principal

Contractor

• Close/Next Meeting

4. PROJECT/SITE SPECIFIC REQUIREMENTS

The following is a list of specific activities and considerations that have been identified for the project and the construction site and for which Risk Assessments, Standard Working Procedures (SWP), management and control measures and Method Statements (where necessary) have to be developed by the Principal Contractor:

• Clearing & Grubbing of the Area/Site • Site Establishment including: o Office/s o Secure/safe storage for materials, plant & equipment Ablutions o Facilities for Employees o Maintenance workshop o Vehicle access to the site • Location of existing services

• Installation and maintenance of temporary construction electrical supply, lighting and

equipment • Adjacent land uses

• Boundary and access control/Public Liability Exposures (NB: the Employer is also

responsible for the OHS of non-employees affected by his/her work activities.)

• Health risks arising from neighbouring as well as own activities and from the environment

e.g. threats by bogs, bees, snakes, lightning etc. • Exposure to noise • Exposure to vibration • Protection against dehydration and heat exhaustion • Protection from wet & cold conditions • Dealing with HIV/Aids and other diseases • Use of Portable Electrical Equipment including o Angler grinder o Electrical drilling machine o Skill saw • Excavations including o Ground/soil conditions o Trenching o Shoring o Drainage of trench • Welding including o Arc Welding o Gas welding o Flame cutting o Use of LP gas torches and appliances • Loading & offloading of trucks • Aggregate/sand and other materials delivery

• Manual and mechanical handling

Page 170: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

145

• Lifting and lowering operations • Driving & operation of construction vehicles and mobile plant including o Trenching machine o Excavator o Bomag roller o Pedestrian Roller o Plate compactor o Front end loader o Mobile cranes and the ancillary lifting tackle o Parking of vehicles & mobile plant o Towing of vehicles & mobile plant • Use and storage of flammable liquids and other hazardous substances • Layering and bedding of trench floor • Installation of pipes in trench • Pressure testing of pipeline • Installation heat shrink joint sleeves

• Backfilling of trench

• Protection against flooding • Gabion work • Use of explosives • Protection from overhead power lines • As discovered by the Principal Contractor’s hazard identification exercise

• As discovered from any inspections and audits conducted by the Client or by the Principal

Contractor or any other Contractor on site

• As discovered from any accident/incident investigation

Page 171: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

146

RISK ASSESSMENT: SITE ESTABLISHMENT TYPE OF WORK PERFORMED BY: ____________________________________ Date Completed: _________ / ________ / 20________ ASSESSMENT PERFORMED: ________________________________________________________

Step No.

Activity Rules What can cause injury / damage?

Results of causes (injury / damage)

Preventative Measures (tools, PPE, equipment)

Controls (test, check list) Weights

Safety Health R/R

1. Access to be a main consideration when positioning offices, stores and parking areas on site during planning stage. Possible one way traffic to be introduced

Restricted access to parking and delivery areas to storage areas

Damage to transport and plant

Proper layout of site by Construction Manager and Site Agent taking into consideration all transport plant and material movements and storage on site

Site Agent to check layout DRG. To compare with OHS Act requirements and whether they are to Concor’s standards.

2. Oxygen and acetylene store to be a minimum distance of five metres away from other buildings, It needs to be well ventilated and have a roof to keep direct exposure to the sun.

Fire explosion leaking gas may spread if to close to other buildings.

Damage to property and plant. Health of employees.

See item 1. See item 1

3. Diesel tanks to be a distance of 10 metres away from any building and parking areas. A slab with a bund wall capable of carrying 110% of the tank capacities must be constructed for the tanks to stand in.

Fire may spread to adjacent buildings and plant if is too close.

Burns on all parts of body. Damage to plant and property.

See item 1. Person in charge of tanks should be inducted regarding all the hazards involved and how to control them.

See item 1. Supervisor to monitor on an ongoing basis if rules are complied with.

4. All cables from distribution board to offices, store and for security to be under-ground. The distribution board is to stand on a firm level base and should be locked at all times.

Damaged cables loose wires exposed.

5. Security fencing minimum height of 1.8 metre around site area together with two double gates.

Theft of property. Access to unauthorised persons.

Loss of property. Injury to persons.

Security guards to be appointed to keep watch.

Supervisor to put system of control in place

6 Services to be available during site establishment.

Not having the essential services at hand.

Health of employees. Loss of property through fire.

6.1 to 6.5 are to be included on first order placed for contract. Dry chemical powder ABCDE fire extinguishers to be ordered 4 off for start.

Site Agent to see that these requirements are on site from start of site establishment.

6.1 Fire fighting equipment.

6.2 First aid boxes.

6.3 First aider 6.4 Drinking Water

6.5 Toilets.

Page 172: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

147

7. Water tank tower to consist of very well cross braced pipe structure standing on concrete base.

Badly constructed water tower under designed structurally could cause collapse.

Injury to persons. Damage to property.

Supervisor to erect as per design office specifications.

8

Safety sign & notice board to be placed close to entrance of main gate.

Not informing employees and public what the site rules are.

Injury to persons. Damage to property.

Concor standard notices. Posters to be displayed. Available form Head Office.

Site manager to check that board has been erected.

9. Lay down areas to be sufficient in size. Timber poles to be available to stack materials on.

With inadequate space various materials will be stacked on top of each other causing unstable stacks.

Injury to persons loading, unloading materials.

Allow sufficient space for laydown area during planning stage of site layout. Access to be considered important.

Site agent to discuss with Foreman regarding his requirement at planning stage.

10 Toilets are to be well ventilated. No ventilation in toilets may cause germs to propagate.

Possible health problems due to germs.

Extraction fans to be fitted if required. Supervisor to check if he is satisfied with ventilation.

Page 173: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

148

RISK ASSESSMENT: EXCAVATION (PLANT & MAUAL) TYPE OF WORK PERFORMED BY: ____________________________________ Date Completed: _________ / ________ / 20________ ASSESSMENT PERFORMED: ________________________________________________________

Step No.

Activity Rules What can cause injury / damage?

Results of causes (injury / damage)

Preventative Measures (tools, PPE, equipment)

Controls (test, check list) Weights

When using a machine to excavate, observe the following Safety Health Finan.

1. Operator must ensure there are no employees working in this area

Employees not visible to operate or moving machines.

An injury to all parts of the body as well as more serious fatal injuries.

Operator must work under close supervision. He must inspect the work area prior to commencing work.

Supervisor to ensure employees are informed and operator works under his supervision.

2. Machine not to operate while employees are working in the same excavations.

Danger of injury of employee by machine.

Bruises, scratches, fractures and fatal.

Supervisor must instruct operator when to commence work.

Supervisor to control and enforce procedure.

3. All excavated materials must be discharged not closer than 2m from the edge of the excavation.

Materials can fall onto employees and the excavation may need extra work

Injuries to employees and the excavation may need extra work.

Supervisor must instruct operator where to place discharged soil and gravel.

Supervisor to control

4. Using a pick and a shovel. Unsafe use of a pick or a shovel.

Injury to employees. Induct employees on safe working procedures.

Supervisor and charge hand to control.

5. Check sides of excavations. Unstable / loose material causes unsafe conditions.

Injury to employees and damage to excavations.

Supervisor to inspect sides on a regular basis.

Supervisor / chargehand to control.

6. Excavated material to be placed away from side of excavation.

Materials can fall onto employees when working inside the excavation.

Bruises, scratches, fractures and fatal.

Employees to be instructed not to place loose soil on edge of the excavation.

Supervisor to control.

7. All excavations deeper than 1.5m must have an access ladder available for employees to get into and out of the excavation safely.

Employees not able to enter or exit the excavation safely.

In case of an emergency too may employees may be buried as a result of inadequate access. Employees may also strain muscles to get into or out of an excavation without safe and convenient access.

Providing a ladder makes access into and out of the excavation area easy and safe.

Supervisors to ensure employees are given safe and convenient access to excavations.

8. Sides of excavation to be shored (if necessary) and barricaded immediately.

Sides may collapse. Employees may NOT BE AWARE OF THE EXCAVATION AND FALL INTO IT.

Damage to the excavation. Injury to employees.

Put adequate shoring and strong physical barricades in place immediately.

Supervisor and chargehand to control.

9. Excavations must be backfilled as soon as possible after excavations.

Excavations could collapse. Employees could trip and fall in. Vehicles and machinery could damage excavations.

Damage to excavations. Injury to employees. Damage to plant and machinery.

Keep area barricaded with a strong physical barricade and backfill as soon as possible.

Supervisor and chargehand to control.

Page 174: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

149

C3.6: MANAGEMENT

Planning and programme The Contractor shall deliver to the Engineer within 14 days, calculated from the commencement date, a realistic programme showing the order of procedure, the duration of activities making up the programme and method which he proposes to use in carrying out the Works in order to meet the due completion date for this project. The programme referred to in Clause 5.6 of the GCC shall be a network-based programme in accordance with the precedence method; a detailed cash flow graph indicating projected monthly invoice amounts shall also be provided. The critical path of the program of work shall be clearly indicated and the program monitored continually and updated monthly by the Contractor in accordance with his progress.

1. In compiling the program of work, the Contractor shall incorporate the following important specific

requirements and constraints:

(a) The identification and marking of affected services prior to commencing construction works. (b) The requirements of the Environmental Management Plan (EMP) as specified in the relevant

sections of the Particular Specifications and the requirements in respect of inspections and community liaison.

(c) The requirements of the Occupational Health Safety (OHS) Act of 1993, the Construction Regulations, 2003 and part C.3.6 hereof.

(d) An allowance to accommodate normal rain and other adverse weather days. (e) The recorded water table in certain parts of the site and a requirement to make timeous

arrangements in this regard to enable the permanent work to proceed in an orderly manner. 2. The work shall be completed within the stipulated time frame. Identified sections may be required for

Practical Completion so as to allow occupation and use by the Employer, his agents, employees or other contractors for the purpose of undertaking Mechanical, Electrical and Instrumentational (M,E&I) work required for the completion of the project. It is also to allow for testing and commissioning of the plant. The Contractor is to prepare his works program to reflect such.

3. The program submitted shall include at least the following details:

(a) A work breakdown structure identifying the major activity groups. (b) For each activity group further details shall be provided with regard to the start and end dates

of each group as identified or as shown on the drawings. Ancillary works not separately identified shall be included with the nearest identified Portion.

(c) The critical path shall be indicated and floats on non-critical activities shall be shown. (d) The working hours per day, week and month allowed for in the program with details of resource

allocations per activity. (e) Production rates for key activities e.g. excavate and place, concrete work, pipe laying etc.

4. In addition the Contractor shall submit to the Engineer at monthly intervals a progress report indicating

the following details:

(a) Work completed in previous month and total progress to date, per activity. (b) Activities behind program, for which the Contractor shall detail all reasons for such delays as

well as the measures to be implemented to make up delays. (c) A GANTT chart showing the original program, the latest approved version of the program,

actual progress achieved and revised completion dates, if and when applicable.

Failure to comply with all of the foregoing requirements shall entitle the Engineer to use a program based on his own assumptions to evaluate claims for extension of time for completion of the works, or for additional compensation.

Page 175: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

150

� Setting out of the works

The Engineer has established the position of the permanent benchmarks on all relevant drawings. The Contractor shall be responsible for the setting out these benchmarks after award of the Contract and the setting task shall be performed by a registered land surveyor. The checking of any setting-out or of any level by the Engineer shall not relieve the Contractor of his responsibility for the correctness thereof. If at any time during the progress of the Works, any error shall appear or arise in the position, levels, dimensions or alignment of any part of the Works, the Contractor, on being required to do so by the Engineer, shall at his own expense rectify such error to the satisfaction of the Engineer. The Contractor shall take special precautions to protect all survey beacons or pegs such as bench-marks, stand boundary pegs and trigonometrical beacons, regardless whether such beacons or pegs were placed before or during the execution of the Contract. If any such beacons or pegs have been disturbed by the Contractor or his employees, the Contractor shall have them replaced by a registered land surveyor at his own cost. Survey markers shall be white stakes and lime must be used for markers on the ground. Painting or marking of natural features shall not be permitted under any circumstances.

� Excavation of works & safety

The contractor shall ensure that all excavation work is carried out under the supervision of a competent person who is been appointed in writing. The Contractor will evaluate, as far as is reasonably practicable, the stability of the ground before excavation works begin and he/she shall not permit any person to work in an excavation which has not been adequately shored or braced. The Contractor will cause convenient and safe means of access to every excavation area in which person are required to work and such access hall not be further than 6m from the point where any worker within the excavation is working. The Contractor must ascertain as far as is reasonably practicable the location and nature of electricity, water, gas or other similar services which may in any way be affected by the work to be performed, and shall before the commencement of excavation work that may affect any such service, take the steps that may be necessary to render the circumstances safe for all persons involved; The Principal Contractor shall cause every excavation which is accessible to the public or which is adjacent to public roads or thoroughfares, or whereby the safety of persons may be endangered, to be:

(i) adequately protected by a barrier or fence of at least one metre in height and as close to

the excavation as is practicable; and (ii) provided with warning illuminants or any other clearly visible boundary indicators at night

or when visibility is poor;

The Principal Contractor shall cause warning signs to be positioned next to an excavation within which persons are working or carrying out inspections or tests.

� Inspection by engineer

No stage of construction shall be proceeded with until the Engineer or his representative has examined and approved the previous stage. If any work is covered or hidden from view before the Engineer has inspected same, the Contractor shall at his own cost open the covered work for inspection. The Contractor shall also be responsible for making good any work damaged by such uncovering.

Page 176: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

151

� Employment of local labour

It is a specific criterion of this project that should as far as possible adhere to RDP principles, and to meet these principles the following procedures will be followed: All labour is to be sourced from the Local area of jurisdiction and the Contractor may only bring in key personnel from outside this area. The Contractor’s attention is drawn to the standard rates specification (“Annexure A” – Civil Engineering Industry Minimum Wage rates per hour; (Latest Wage Schedule) found on the SAFCEC website at www.safcec.org.za. These standard rates should be implemented for payment of all employees of the Contractor. Key personnel would typically include the Contracts Manager, Site Agent, and Supervisor for each discipline, and operators of plant where the operator must be seated. A Monthly labour report on all local labour i.e. payments and labour days should be submitted to the Engineer at the end of each month in order for the Engineer to submit a report to the Employer. None of the Works shall be executed except between sunrise and sunset on Monday to Saturday, inclusive, of any week, and none of the Works shall be executed on any special non-working days stated in the Contract Data, unless: The Engineer’s permission in writing is obtained, subject to such conditions as my be laid down by the Engineer; or Provision is specifically made for it in the Contract; or Work is unavoidable or necessary for the saving of life or property or for the safety of the Works.

� Site Meetings

Regular meetings will be held between all relevant parties to establish the progress and / or delays and problems that might occur on site. Any problems of delays will be address accordingly and the Contractor will receive proper instructions with reference to this matter.

� Site Instruction

All site instructions will be issued by the Engineer in writing, which will be recorded in the site instruction book (in triplicate) provided by the Contractor. This site instruction book shall be kept in safe custody and be available at all times during the construction period. No oral instruction, objection, claim or notice by any party to the others shall affect or modify any clause in this contract. It is also understood that it will not modify or waive any of the specifications of this contract.

� Communication

The Engineer’s representative on this project will be: Mr. J Gilbert Contact No: 013 752 4156

� Daily Records

Daily records of resources (equipment and people employed) must be kept and must be available on site at all times. These records will include i.e. site instruction book, site diary, site visit register, contractual documentation and minutes of all project meetings. Labour information should be kept updated at all times.

� Compliance with applicable laws

The Contractor shall, in performance of the Contract, comply with all applicable laws, regulations and statutory provisions and agreements, and shall in particular, on the request of the Engineer, provide proof that he has complied therewith with regard to amongst others:

� Wages and conditions of work; and � Safety

Page 177: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

152

� Payment Certificates

As consideration for the construction, completion and defects correction of the Works, the Employer shall pay the Contractor in terms of the provisions of the Contract.

� Clearance of site

On completion of the Works, the Contractor shall clear away and remove from the site all Construction Equipment, surplus materials, rubbish and temporary works of every kind and leave the whole of the site and the works clean and in a safe condition. All streams and watercourses (where applicable) shall be cleaned and restored to the condition as at the commencement of the Works. If the Contractor does not, within a reasonable time, comply with this requirement, the Employer may have the site cleared and recover the cost thereof from the Contractor.

� Termination of Contract

If application is made for the sequestration of the Contractor’s estate, or if the Contractor publishes a notice of surrender of his estate or presents a petition for the acceptance of the surrender of his estate as insolvent, or makes a compromise with his creditors, or assigns in favour of his creditors, or agrees to carry out the Contract under the supervision of a committee representing his creditors, or (being a company) goes into liquidation, whether provisionally of finally (other than a voluntary liquidation for the purposes of amalgamation or reconstruction), or if the contractor assigns the contract without having first obtained the Employer’s consent in writing, or if execution is levied on his goods or if the Engineer certifies reference to this Clause, that in his opinion the Contractor:

� Has abandoned the contract; or Without reasonable excuse, has failed to commence the Works in terms of Clause 10 of the General Conditions of Contract for Construction Works (2015), or has suspended the progress of the Works for twenty one (21) days after receiving from the Engineer written notice to proceed or Has failed to proceed with the Works with due diligence; or Has failed to remove materials from the site or to pull down and replace work within fourteen (14) days after receiving from the Engineer written notice that the said materials or work have been condemned and rejected by the Engineer in terms of these conditions; or Is not executing the Works in accordance with the Contract, or is neglecting to carry out his obligations under the Contract; or Has, to the detriment of good workmanship or in defiance of the Engineer’s instruction to the contrary, sublet any part of the Contract; or Has assigned the Contract or any part thereof without the Employer’s consent in writing; or The contractor or anyone on his behalf or in his employ would pay, offer or offer as payment to any person in the employ of the Employer a gratuity or reward or commission; or The contractor furnished inaccurate information in the Schedules forming part of this Contract. Then the Employer may, after giving fourteen (14) days’ notice in writing to the Contractor, terminate the Contract and order the Contractor to vacate the Site and to hand it over to the Employer, and the Employer may then enter upon the site and the Works and expel the Contractor there from without thereby affecting the rights and powers conferred on the Employer of the Engineer by the Contract, and the Employer may himself complete the Works or may employ another contractor to complete the Works, and the Employer or such other contractor may use for such completion so much of the construction equipment, temporary works and materials bought onto the site by the Contractor as the Employer may think proper, and the Employer may at any time sell any of the said construction equipment, temporary works and unused materials and apply the proceeds of sale toward payment of any sums that may be due or become due to the Employer by the Contractor under the Contract. In such circumstances the Contractor shall forthwith vacate the site and shall not be entitle to remain on the site on the grounds that he is entitled to do so on a right of retention until amounts due to him have been paid, neither will the contractor be entitled to any further payments of this Contract.

Page 178: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

153

C 3.6.1 QUALITY MANAGEMENT

1. General

The Contractor’s Quality Management System shall include quality management objectives, policies, organization, procedures and work instruction that comply with the requirements of ISO 9001/2000.

2. Project Quality Plan

The Contractor shall within 21 days from the commencement date submit a Project Quality Plan for the Contract. The Plan shall indicate how the Quality System shall apply to the specific requirements of the Contract to ensure compliance of the Works with the requirements of the Specifications. The Project Quality Plan shall be subject to the approval of the Engineer.

3. Quality Control Plans

Quality Control Plans shall be prepared by the Contractor and/or his subcontractors for each group of activities. Where applicable, approved plant, equipment or services required to realize the specific component shall be included. Quality Control Plans shall be submitted to the Engineer for approval and for the inclusion of his construction monitoring activities before any construction of the permanent works may commence.

The following surveillance requirements shall be included for affirmation by the Engineer or his representative.

Record (R) Documentary evidence of the activity and statistical analysis of the data to be

retained and copied to the Engineer. Verification(V) The Engineer or his representative will not necessarily be present during the

activity but documentary evidence to permit verification of compliance with the requirements is generated, retained and copied to the Engineer.

Witness (W) The Engineer or his representative requires notification to permit witnessing of

the activity. The notice period shall be agreed to depending on the nature of the activity and shall be reviewed from time to time. Documentary evidence shall be retained and copied to the Engineer.

Hold (H) The Contractor may not proceed to the following activity until the Engineer or his

representative has approved the proceeding activity. Documentary evidence shall be retained and copied to the Engineer.

Random (R) Construction monitoring by random inspection. Random construction monitoring

may be carried out at any stage of the activity or preparation for the activity. Documentary evidence shall be retained and copied to the Engineer.

4. Categorisation

The following categories shall apply in determining the requirement for a Quality Control Plan

Page 179: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

154

Category Clarification Quality Control Plan

Critical A component, group of components, structure, and the failure of which to comply with the specifications may affect the performance of the works of which it is a part and /or will cause a detrimental environmental impact, and /or may result in hazardous or unsafe conditions.

Required for all components.

Major A component, group of components, structure, element of a structure or facility, other than categorized as critical, the failure of which to comply with the specifications may compromise the performance of the works of which it is a part, result in increased, maintenance and/or impact negatively on the quality of the works.

As determined by the Contractor and to the approval of the Engineer.

Minor All items other than those categorized as Critical or Major and which are visible and capable of rectification during routine inspections.

As determined by the Contractor

5. Quality Management Audit

The Contractor shall carry out periodic assessments of the adherence to the Quality Plan and Quality Control Plans by senior qualified staff who are not normally employed on the Site. The Engineer and/or his representative shall be invited to attend at the periodic assessments meeting and be afforded the opportunity to report on the implementation of the Quality System at the Site. The assessment reports shall be copied to the Engineer.

6. Corrective Action

Failure to confirm to the specified requirements will result in the issue by the Engineer of a Corrective Action Request. Failure to rectify the deficiencies covered by a Corrective Action Request within the period stated will result in the Engineer invoking the provisions of GCC Clause 7.6.3 – Removal of Improper Work and Materials.

C 3.6.2 ENVIRONMENTAL MANAGEMENT DURING CONSTRUCTION

The contractual requirements for environmental management are comprehensively set out in Section C.3.5.8.1 Environmental management during construction.

C 3.6.3 OTHER CONTRACTORS ON SITE

1. Facilities for Others

The facilities for others contemplated under this clause and for which compensation to the Contractor is paid for under scheduled items of the Bill of Quantities and for which no additional payment will be due are:

(a) Ensuring unobstructed access to the Employer and other contractors, to the completed

Portions of this Contract by timeously removing all temporary works, which if not removed, would prevent or hamper access to those portions of the site.

(b) Leaving in place temporary roads and ramps for access by the Employer and other

contractors.

Page 180: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

155

PART C4: SITE INFORMATION

Annex A : Locality Plan 157

Annex B : Tender Drawings 158

Page 181: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

156

C4 SITE INFORMATION

C4.1 Site Location

The project is located in Mbombela, Kanyamazane in the Mpumalanga province as indicated on the Locality Plan attached in Annexure A South East S 25 º 27' 37.12'' E 31 º 10' 35.33''

C4.2. Road Access to the Site

The site can be accessed via internal road network.

C4.3 Climatic Conditions

Mbombela lies in the Lowveld region of Mpumalanga Province averaging 676m above sea level. The climate is classified as humid subtropical (no dry season, hot summer). The warmest month is January averaging 29o C and July the coolest averaging 10.0o C. December is also the wettest month averaging 131mm.

Page 182: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

157

PART C4 ANNEX A: LOCALITY PLAN

Page 183: NAME OF TENDERER : CIDB REGISTRATION No TEL NUMBER … final document.pdfCIDB CIDB Standard for uniformity in Construction Procurement, 10 July 2015, as amended. ... no. 5 of 2000

Tender Document: Upgrade of Bridge Structure Kanyamazane Extension 21

158

PART C4 ANNEX B: TENDER DRAWINGS

List of drawings:

The Engineer will provide the Contractor with one full set of drawings, which will be used exclusively for the recording of as built information by the Contractor.

Only dimensions, positions, levels, co-ordinates etc. that change from the original values, will be required to be entered on these drawings. These drawings, fully marked up, will be handed to the Engineer at the issue of the Certificate of completion, which will not be issued until the as-built information has been received. List of Drawings: 202/53/01 Site Layout, Setting Out Details and Key Plan 202/53/02 Longitudinal Section 202/53/03 Cross Sections 202/53/04 Culvert Cross Section and Details of Stilling Basin 202/53/05 Typical Road Details 202/53/06 Kerb Inlet Details 202/53/07 Detail of Guardrails 202/53/08 Details of Culvert Concrete Base Slab 202/53/09 Detail of Culvert Wingwalls