Upload
others
View
8
Download
0
Embed Size (px)
Citation preview
Transnet Group Capital
Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Part T1: Tendering procedures Page 1 of 10 T 1.1: Tender Notice and Invitation to Tender
T1.1 Tender Notice and Invitation to Tender
SECTION 1: NOTICE TO TENDERERS
1. INVITATION TO BID
Responses to this Tender [hereinafter referred to as a Tender] are requested from persons,
companies, close corporations or enterprises [hereinafter referred to as a Tenderer].
DESCRIPTION
Transnet Group Capital a specialist unit of Transnet SOC Ltd invites suitably
qualified Tenderers to submit tenders for the Construction of Gate House
Security Kiosk at Sand Bypass, Port of Durban.
BID FEE AND BANKING DETAILS
This Tender may be downloaded directly from the National Treasury
eTender Publication Portal at www.etenders.gov.za free of charge.
Alternatively, this RFP may be purchased at R250 [inclusive of VAT] per set
for those Tenders that require a hard copy. If a copy of the tender document
is required, prior arrangements must be made one (1) day in advance and
collected during work hours. Payment is to be made as follows:
Bank: Standard Bank
Account Number: 00 126 5741
Branch: Carlton Centre
Branch code: 0023055
Account Name: Transnet Group Capital
Reference: M-2123361-699
NOTE – This amount is not refundable. A receipt for such payment made
must be presented when collecting the Tender documents and submitted
thereafter with your Proposal.
INSPECT / COLLECT DOCUMENTS FROM
TRANSNET GROUP CAPITAL
Queens Warehouse,
237 Mahatma Gandhi Road,
Durban
South Africa
Transnet Group Capital
Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Part T1: Tendering procedures Page 2 of 10 T 1.1: Tender Notice and Invitation to Tender
ISSUE DATE AND COLLECTION DATE
DEADLINE
Between 09:00 and 15:00 from Friday, 2 March 2018 until Thursday, 8
March 2018.
Note: If a bid fee is applicable, payment must be effected prior to the deadline
for collection. Pursuant to this requirement, should a third party [such as a
courier] be instructed to collect RFP documents on behalf of a Respondent,
please ensure that this person [the third party] has a “proof of payment”
receipt for presentation to Transnet when collecting the RFP documents.
Tenderers wishing to collect a hard copy of such RFP documents from the
Transnet issuing office, are required to inform that office at the contact number
on page 10 of 10 below on the day before collection in order to allow for
timeous reproduction of the documentation. In addition, bidders are to
note that the RFP may also be downloaded directly from the National
Treasury eTender Publication Portal free of charge. If Tenderers intend
to download the bid off the Portal, they are required to indicate their intention
to respond to this tender by Wednesday, 7 March 2018 by sending an email
with their contact details to the following address: [email protected].
Transnet will not be held liable if Tenderers do not respond by this date and do
not receive the latest information regarding this RFP with the possible
consequence of either being disadvantaged or disqualified as a result thereof.
COMPULSORY
BRIEFING
SESSION
Refer to page 3 of 10 / 2. FORMAL BRIEFING.
CLOSING DATE
Please note that this RFP closes punctually at 12:00pm on Tuesday; 17 April
2018. Tenderers must ensure that tenders are delivered timeously to the
correct address. As a general rule, if a tender is late or delivered to the
incorrect address, it will not be accepted for consideration.
VALIDITY PERIOD
The tender validity period is Twelve (12) weeks after the closing date.
Tenderers are to note that they may be requested to extend the validity period
of their tender, at the same terms and conditions, if the internal evaluation
process has not been finalised within the validity period. However, once the
adjudication body has approved the process and award of the business to the
successful Tenderer(s), the validity of the successful Tenderer(s)’ bid will be
deemed to remain valid until a final contract has been concluded.
2. FORMAL BRIEFING
A compulsory pre-proposal Tender briefing will be conducted at 237 Mahatma Gandhi Road,
Durban, South Africa, on 9 March 2018 at 10:00 [10 O’clock] for a period of ± 2 (two) hours.
Transnet Group Capital
Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Part T1: Tendering procedures Page 3 of 10 T 1.1: Tender Notice and Invitation to Tender
[Tenderers to provide own transportation and accommodation]. The briefing session will start
punctually and information will not be repeated for the benefit of Tenderers arriving late.
2.1 A Certificate of Attendance in the form set out in the Returnable Schedule T2.2-15 hereto must
be completed and submitted with your Tender, as proof of attendance is required for a compulsory
site meeting and/or tender briefing. Tenders are required to bring this Returnable Schedule T2.2-15
(attached to the Tender document) to the briefing session to be signed by the Employer’s
Representative.
2.2 Tenderers failing to attend the compulsory tender briefing will be disqualified.
3. TENDER SUBMISSION
Tender Offers must be submitted in a sealed envelope addressed as follows:
The Secretariat, Transnet Group Capital Acquisition Council
RFP No: M-2123361-699
Description: Construction of Gate House Security Kiosk at Sand Bypass,
Port of Durban
Closing date and time: Tuesday 17 April 2018 at 12:00pm
Closing address: [Refer to options in paragraph 4 below]
All envelopes must reflect the return address of the Respondent on the reverse side.
4. DELIVERY INSTRUCTIONS FOR TENDER
4.1. Delivery by hand
If delivered by hand, the envelope must be deposited in the Transnet tender box which is located at
The Entrance Foyer Ground Floor, Queens Warehouse, 237 Mahatma Gandhi Road, Durban and must
be addressed as follows:
THE SECRETARIAT
TRANSNET GROUP CAPITAL ACQUISITION COUNCIL
RECEPTION GROUND FLOOR
QUEENS WAREHOUSE
TRANSNET GROUP CAPITAL TENDER BOX
237 MAHATMA GANDHI ROAD
DURBAN
SOUTH AFRICA
The measurements of the "tender slot" are 400mm wide x 100mm high, and Tenderers must please
ensure that tender documents or files are no larger than the above dimensions. Tenders which are
too bulky [i.e. more than 100mm thick] must be split into two or more files, and placed in separate
envelopes, each such envelope to be addressed as required in paragraph 3 above.
Transnet Group Capital
Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Part T1: Tendering procedures Page 4 of 10 T 1.1: Tender Notice and Invitation to Tender
4.2 Dispatch by courier
If dispatched by courier, the envelope must be addressed as follows and delivered to the Office of The
Secretariat, Transnet Group Capital Acquisition Council and a signature obtained from that Office:
THE SECRETARIAT
TRANSNET GROUP CAPITAL ACQUISITION COUNCIL
RECEPTION GROUND FLOOR
QUEENS WAREHOUSE
TRANSNET GROUP CAPITAL TENDER BOX
237 MAHATMA GANDHI ROAD
DURBAN
SOUTH AFRICA
4.3 If tender offers are not delivered as stipulated herein, such tenders will not be considered.
4.4 No email or faxed tenders will be considered, unless otherwise stated herein.
4.5 The tender offers to this tender will be opened as soon as possible after the closing date and time.
Transnet shall not, at the opening of tenders, disclose to any other company any confidential details
pertaining to the Tender Offers / information received, i.e. pricing, delivery, etc. The names and
locations of the Tenderers will be divulged to other Tenderers upon request.
4.6 Envelopes must not contain documents relating to any Tender other than that shown on the
envelope.
5. CONFIDENTIALITY
All information related to this RFP is to be treated with strict confidence. In this regard Tenderers are
required to certify that they have acquainted themselves with the Non-Disclosure Agreement. All
information related to a subsequent contract, both during and after completion thereof, will be treated
with strict confidence. Should the need however arise to divulge any information gleaned from provision
of the Goods, which is either directly or indirectly related to Transnet’s business, written approval to
divulge such information must be obtained from Transnet.
6. COMPLIANCE
The successful Respondent [hereinafter referred to as the Supplier] shall be in full and complete
compliance with any and all applicable laws and regulations.
7. DISCLAIMERS
Tenderers are hereby advised that Transnet is not committed to any course of action as a result of its
issuance of this Tender and/or its receipt of a tender offer. In particular, please note that Transnet
reserves the right to:
Transnet Group Capital
Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Part T1: Tendering procedures Page 5 of 10 T 1.1: Tender Notice and Invitation to Tender
7.1. Modify the tender services and request Tenderers to re-tender on any changes;
7.2. Reject any tender which does not conform to instructions and specifications which are detailed
herein;
7.3. Disqualify tender/s submitted after the stated submission deadline [closing date];
7.4. To award the business to the highest scoring Tenderer/s unless objective criteria justify the
award to another Tenderer.
7.5. Not necessarily accept the lowest priced tender or an alternative Tender;
7.6. Go to the open market if the quoted rates (for award of work) are deemed unreasonable;
7.7. Reject all Proposals, if it so decides;
7.8. Withdraw the tender on good cause shown;
7.9. Award business in connection with this tender at any time after the tender closing date;
7.10. Award business for only a portion of the proposed services which are reflected in the scope of
this tender
7.11. Split the award of business between more than one service providers should it be more
advantageous in terms of, amongst others, cost or developmental considerations at Transnet’s
discretion;
7.12. Make no award of a contract;
7.13. Validate any information submitted by Tenderers in response to this bid. This would include, but
is not limited to, requesting the Tenderers to provide supporting evidence. By submitting a bid,
Tenderers hereby irrevocably grant the necessary consent to Transnet to do so;
7.14. Should the Tenderers be awarded business on strength of information furnished by the
Tenderer, which after conclusion of the contract is proved to have been incorrect, Transnet
reserves the right to cancel the contract;
7.15. To request audited financial statements or other documentation for the purposes of a due
diligence exercise;
7.16. Not accept any changes or purported changes by the Tenderer to the tender rates after the
closing date and/or after the award of the business, unless the contract specifically provided for
it;
7.17. To conduct the evaluation process in parallel. The evaluation of Tenderers at any given stage
must therefore not be interpreted to mean that Tenderers have necessarily passed any previous
stage(s);
7.18. Enter into price negotiation with preferred tenderers before the award of a contract.
Transnet Group Capital
Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Part T1: Tendering procedures Page 6 of 10 T 1.1: Tender Notice and Invitation to Tender
8. REPEAL OF CONSTRUCTION SECTOR CODES
8.1.1. The Minister of the Department of Trade and Industry issued a Government Notice No. 184 in
the Government Gazette No.39703 on the 17th February 2016, to repeal the Construction
Sector Codes.
8.1.2. The repeal implies that the Construction Sector Codes cease to exist from the 17th February
2016.
8.1.3. All Measured Entities operating in the Construction Sector will be required to use the B-BBEE
Generic Codes of Good Practice as amended and issued in terms of section 9 (1) of the B-BBEE
Act No. 53 0f 2003 as amended by Act No. 46 of 2013.
8.1.4. The application of the B-BBEE Generic Codes of Good Practice as amended must be in
accordance with the revised Notice of Clarification published in the Notice No.444 of 2015
published in the Government Gazette No.38799 on the 15 May 2015.
9. LEGAL REVIEW
A Proposal submitted by a Respondent will be subjected to review and acceptance or rejection of
its proposed contractual terms and conditions by Transnet’s Legal Counsel, prior to consideration
for an award of business. A material deviation from the Standard terms or conditions could result
in disqualification.
Transnet Group Capital
Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Part T1: Tendering procedures Page 7 of 10 T 1.1: Tender Notice and Invitation to Tender
10. SECURITY CLEARANCE
Acceptance of this bid could be subject to the condition that the Successful Respondent, its
personnel providing the goods and its subcontractor(s) must obtain security clearance from the
appropriate authorities to the level of CONFIDENTIAL/ SECRET/TOP SECRET. Obtaining the
required clearance is the responsibility of the Successful Respondent. Acceptance of the bid is also
subject to the condition that the Successful Respondent will implement all such security measures
as the safe performance of the contract may require.
11. NATIONAL TREASURY’S CENTRAL SUPPLIER DATABASE
Tenderers are required to self-register on National Treasury’s Central Supplier Database (CSD)
which has been established to centrally administer supplier information for all organs of state and
facilitate the verification of certain key supplier information. The CSD can be accessed
https://secure.csd.gov.za/. Tenderers are required to provide the following to Transnet in order to
enable it to verify information on the CSD:
Supplier Number…………………………………………… and Unique Reference
Number…………………………………….
12. TAX COMPLIANCE
No tender may be awarded to any person whose tax matters have not been declared by the South
African Revenue Services (SARS) to be in order.
12.2 New Tax Compliance Status (TCS) System
SARS has implemented a new Tax Compliance Status (TCS) system in terms of which a taxpayer is
now able to authorise any 3rd party to verify its compliance status in one of two ways: either
through the use of an electronic access PIN, or through the use of a Tax Clearance Certificate
obtained from the new TCS system.
Tenderers are required to provide the following to Transnet in order to enable it to verify their tax
compliance status:
Tax reference number: _______________
Tax Clearance Certificate & TCC Number: ____________ and PIN: _____________.
Transnet Group Capital
Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Part T1: Tendering procedures Page 8 of 10 T 1.1: Tender Notice and Invitation to Tender
13. PROTECTION OF PERSONAL DATA
13.2 In responding to this bid, Transnet acknowledges that it may obtain and have access to personal
data of the Tenderers.
13.3 Transnet agrees that it shall only process the information disclosed by Tenderers in their
response to this bid for the purpose of evaluating and subsequent award of business and in
accordance with any applicable law.
13.4 Furthermore, Transnet will not otherwise modify, amend or alter any personal data submitted by
Tenderers or disclose or permit the disclosure of any personal data to any Third Party without the
prior written consent from the Tenderers.
13.5 Similarly, Transnet requires Tenderers to process any personal information disclosed by Transnet
in the bidding process in the same manner.
13.6 The detailed mutual duties of Transnet and the Tenderers to protect personal information is
contained in T2.2-33 Mutual Non-Disclosure Agreement.
14. Transnet reserves the right to undertake post-tender negotiations [PTN] with selected Tenderers or
any number of short-listed Tenderers, such PTN to include, at Transnet’s option, any evaluation
criteria listed in this RFP document. In the event of any Respondent being notified of such short-
listed/preferred bidder status, his bid, as well as any subsequent negotiated best and final offers
(BAFO), will automatically be deemed to remain valid during the negotiation period and until the
ultimate award of business. Unless otherwise expressly stated, each tender lodged in response to
the invitation to tender shall be deemed to be an offer by the Tenderer. The Employer has the right
in its sole and unfettered discretion not to accept any offer;
15. Transnet reserves the right not be held liable if Bidders do not respond with their contact details by
the date stipulated in “Issue date and collection date deadline” above, and do not receive the latest
information regarding this RFP with the possible consequence of being disadvantaged or disqualified
as a result thereof.
16. In addition, Transnet reserves the right to exclude any Tenderers from the bidding process who has
been convicted of a serious breach of law during the preceding 5 [five] years including but not
limited to breaches of the competition Act 89 of 1998. Tenderers are required to indicate in tender
returnable [clause 12 on T2.2-43], [breach of law] whether or not they have been found guilty of a
serious breach of law during the past 5 [five] years.
Transnet Group Capital
Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Part T1: Tendering procedures Page 9 of 10 T 1.1: Tender Notice and Invitation to Tender
17. Transnet reserves the right to award the business to the highest scoring Tenderer/s unless objective
criteria justify the award to another Bidder/s
18. Should the preferred bidder fail to sign or commence with the contract within a reasonable period
after being requested to do so, Transnet reserves the right to award the business to the next ranked
bidder, provided that he/she is still prepared to provide the required goods at the quoted price.
Under such circumstances, the validity of the bids of the next ranked bidder(s) will be deemed to
remain valid, irrespective of whether the next ranked bidder(s) were issued with a Letter of Regret.
Bidders may therefore be requested to advise whether they would still be prepared to provide the
required goods at their quoted price, even after they have been issued with a Letter of Regret.
Kindly note that Transnet will not reimburse any Tenderer for any preparatory costs or
other work performed in connection with this Tender, whether or not the Tenderer is
awarded a contract.
ACKNOWLEDGMENT OF RECEIPT OF DOCUMENTS
Transnet urges its clients, suppliers and the general public
to report any fraud or corruption to
TIP-OFFS ANONYMOUS: 0800 003 056 OR [email protected]
Transnet Group Capital
Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Part T1: Tendering procedures Page 10 of 10 T 1.1: Tender Notice and Invitation to Tender
AND INTENTION TO TENDER
(To be returned within 5 days after receipt)
TO:
Transnet Group Capital
Attention: Snegugu Nhlapho
Project No.: 2123361
Email: [email protected] Tender No.: M-2123361-699
Contact No.: 031 361 1271 Closing Date: 17 April 2018
For: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
Check
We: Do wish to tender for the work and shall return our tender by the due
date above
Yes
Do not wish to tender on this occasion Yes
REASON FOR NOT TENDERING:
________________________________________________________________________________________
________________________________________________________________________________________
________________________________________________________________________________________
________________________________________________________________________________
COMPANY’S NAME, ADDRESS, CONTACT, PHONE AND TELEFAX NUMBERS
________________________________________________________________________________________
________________________________________________________________________________________
________________________________________________________________________________________
SIGNATURE: ____________________________________
TITLE: __________________________________________
Transnet Group Capital
Tender Number: M-2123361-699
Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Page 1 of 9 Part 1: Tendering Procedures T1.2: Tender Data
T1.2 Tender Data
The conditions of tender are the Standard Conditions of Tender as contained in Annex F of the CIDB
Standard for Uniformity in Construction Procurement, first published in Board Notice 62 of 2004 in
Government Gazette No 26427 of 9 June 2004. It was subsequently amended in Board Notice 67 of 2005 in
Government Gazette No 28127 of 14 October 2005, Board Notice 93 of 2006 in Government Gazette No
29138 of 18 August 2006, Board Notice No 9 of 2008 in Government Gazette No 31823 of 30 January 2009,
Board Notice 86 of 2010 in Government Gazette No 33239 of 28 May 2010 and Board Notice 136 of 2015 in
government Gazette 38960 of 10 July 2015.
This edition incorporates the amendments made in Board Notice 136 of 2015 in Government Gazette 38960
of 10 July 2015 and the erratum notices issued thereafter (see www.cidb.org.za).
The Standard Conditions of Tender make several references to Tender data for detail that apply specifically
to this tender. The Tender Data 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 in the left-hand column to the clause in the Standard
Conditions of Tender to which it mainly applies.
Clause Data
F.1.1 The Employer is Transnet SOC Ltd
(Reg No. 1990/000900/30)
F.1.2 The tender documents issued by the Employer comprise:
Part T: 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
Part C: The contract
Part C1: Agreements and contract
data
C1.1 Form of offer and acceptance
C1.2 Contract data (Part 1 & 2)
Transnet Group Capital
Tender Number: M-2123361-699
Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Page 2 of 9 Part 1: Tendering Procedures T1.2: Tender Data
Part C2: Pricing data C2.1 Pricing Instructions
C2.2 Bill of Quantities
Part C3: Scope of work C3.1 Works Information
Part C4: Site information C4.1 Site information
F.1.4 The Employer’s agent is: Transnet Group Capital
Name: Shani Kleyn
Address: Queens Warehouse, 237 Mahatma Gandhi Road,
Point, Durban
Tel No. 031 361 1273
E – mail [email protected]
F.2.1 Only those tenderers who satisfy the following eligibility criteria are eligible to submit tenders:
1. Tenderer will only be considered if:
a) An authorised representative of the tendering entity attends the compulsory
clarification meeting in terms F.2.7 below
b) The Tender materially complies with the scope / specifications of the Tender.
c) The Tenderer meets the stipulated minimum threshold of 90% for Local
Production and Content for the supply of Electrical and Telecom Cable
products is a designated sector as per the Department of Trade and Industry
(DTI), and therefore the Tenderer is required to obtain a minimum of 90% for
Local Production and Content by completing all attachments of the returnable
T2.2-48 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND
CONTENT (SBD 6.2; Annexure C, D & E).
d) The Tenderer meets the stipulated minimum threshold of 100% for Local
Production and Content for the supply of Structural Steel products is a
designated sector as per the Department of Trade and Industry (DTI), and
therefore the Tenderer is required to obtain a minimum of 100% for Local
Production and Content by completing all attachments of the returnable T2.2-
48 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT
(SBD 6.2; Annexure C, D & E).
e) The rates of exchange quoted by the Tenderer in paragraph 4.1 of the
Declaration Certificate for Local Production and Content for designated
Sectors T2.2-48 will be verified for accuracy.
Transnet Group Capital
Tender Number: M-2123361-699
Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Page 3 of 9 Part 1: Tendering Procedures T1.2: Tender Data
f) The Tender meets the threshold set for Quality / functionality criteria.
g) The Tender contains a priced offer.
2. 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 2GB or 2CE class of
construction work, are eligible to have their tenders evaluated.
3. Functionality Criteria
Only those tenderers who attain the minimum number of evaluation points of 55 for
Functionality will be eligible for further evaluation, failure to meet the minimum
threshold will result in the tender being disqualified and removed from further
consideration.
Each evaluation criteria will be assessed in terms of scores of 0, 20, 40, 60, 80 or 100.
The scores of each of the evaluators will be averaged, weighted and then totalled to
obtain the final score for functionality, shall be scored independently. (See CIDB
Inform Practice Note #9)
Note: Any tender not complying with the above-mentioned stipulations, will be
regarded as non-responsive and will therefore not be considered for further
evaluation. This note must be read in conjunction with Clause F.2.1.
Transnet Group Capital
Tender Number: M-2123361-699
Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Page 4 of 9 Part 1: Tendering Procedures T1.2: Tender Data
The functionality criteria and maximum score in respect of each of the criteria are as follows:
Functionality criteria Sub-criteria Sub-
criteria points
Maximum number of
points
T2.2-7 Management & CVs of Key
persons listed below:
The weighted average for the team will
be obtained by multiplying each team
member’s score by the following
weightings and summating:
Site Agent/Foreman (0.70),
SHE Officer (0.30) sub-weighted as
follows
90% Safety Expertise;
10% Environmental Expertise
NB: All of the above key persons are
the minimum required for the
project and not limited to them
Full Details of Qualifications, years of
experience required are contained in
T2.2-7.
Relevant experience
5
20
Education, training and skills
5
Knowledge of issues pertinent to
the project
10
T2.2-20 Quality Management Project Quality Plan 2
10 Quality Control Plan 8
Transnet Group Capital
Tender Number: M-2123361-699
Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Page 5 of 9 Part 1: Tendering Procedures T1.2: Tender Data
Functionality criteria Sub-criteria
Sub-
criteria
points
Maximum
number of
points
T2.2-21 Environmental Management Policy 10 10
T2.2-22 Health and Safety Health and safety plan
Overview of risk assessment
processes and examples
Information contained in the
Contractor Safety Questionnaire
Construction Safety File Index
and Construction Safety Work
Method Statement
2
6
1
1
10
T2.2-25 Previous Experience Civil works
Building works
10
15
25
T2.2-37 Method Statement Civil works
Building works
Electrical works
Structural works
5
10
5
5
25
Maximum possible score for
functionality
100
Functionality shall be scored independently by not less than 3 (three) evaluators and averaged
in accordance with the following schedules:
T2.2-7 Management & CVs of Key Persons
T2.2-20 Quality Management
T2.2-21 Environmental Management
T2.2-22 Health and Safety
T2.2-25 Previous Experience
Transnet Group Capital
Tender Number: M-2123361-699
Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Page 6 of 9 Part 1: Tendering Procedures T1.2: Tender Data
T2.2-37 Method Statement
The minimum number of evaluation points for functionality is 55. Tenders who fail to meet the
minimum qualification score for functionality shall be eliminated from further evaluation.
F.2.7 The arrangements for a compulsory clarification meeting are as stated in the Tender Notice and
Invitation to Tender.
Tenderers must sign the attendance register 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 register. Tenderers are also required to bring their RFQ document to the briefing
session and have their returnable document T2.2-15 certificate of attendance signed off by
the Employer’s authorised representative.
F.2.12 No alternative tender offers will be considered.
F.2.13.3 Parts of each tender offer communicated on paper shall be as an original, plus 1 (One) copy
and shall be in the English Language.
F.2.13.5
F2.15.1
The Employer’s details and address for delivery of tender offers and identification details that
are to be shown on each tender offer package are:
Location of tender box The Main, Reception, Ground Floor
(TRANSNET GROUP CAPITAL)
Physical address: Queens Warehouse
237 Mahatma Gandhi Road
Durban
Identification details: The tender documents must be submitted labelled with:
Name of Tenderer: (insert company name)
Contact person and details: (insert details)
The Tender Number: M-2123361-699
The Tender Description: Construction of Gate House
Security Kiosk at Sand Bypass, Port of Durban
Documents must be marked for the attention of: LAC
Secretariat: Mr Welcome Hlongwane
The measurements of the "tender slot" are 400mm wide x 100mm high, and Tenderers must
please ensure that tender documents or files are no larger than the above dimensions.
Tenders which are too bulky [i.e. more than 100mm thick] must be split into two or more files,
Transnet Group Capital
Tender Number: M-2123361-699
Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Page 7 of 9 Part 1: Tendering Procedures T1.2: Tender Data
and placed in separate envelopes, each such envelope to be addressed as required
NO LATE TENDERS WILL BE ACCEPTED
F.2.13.9 Telephonic, telegraphic, facsimile or e-mailed tender offers will not be accepted.
F.2.15 The closing time for submission of tender offers is as stated in the Tender Notice and Invitation
to Tender.
F.2.16 The tender offer validity period is 12 weeks after the closing date
F.2.18 Provide, on request by the Employer, any other material information that has a bearing on the
tender offer, the tenderer’s commercial position (including notarized joint venture agreements),
preferencing arrangements, or samples of materials, considered necessary by the Employer for
the purpose of a full and fair risk assessment. Should the tenderer not provide the material, or
a satisfactory reason as to why it cannot be provided, by the time for of submission stated in
the Employer’s request, the Employer may regard the tender offer as non-responsive.
F.2.20 If requested, submit for the Employer’s acceptance before formation of the contract, all
securities, bonds, guarantees, policies and certificates of insurance required in terms of the
conditions of contract identified in the Contract Data. (The format is included in Part T2.2 of
this procurement document).
F.2.23 The tenderer is required to submit with his tender:
1. A valid Tax Clearance Certificate issued by the South African Revenue Services. Please note
that with effect from 15 April 2016 SARS introduced a new Tax Compliance Status System
(TCS) which replaces the old Tax Clearance Certificate System (TCC) which requires
Tenderers to provide Transnet with a TCS pin to verify Tenderers compliance status;
2. A valid certified SANAS or IRBA B-BBEE accreditation certificate, and
3. Certified valid letter of good standing with the Workmen’s Compensation Fund
Note: Refer to Section T2.1 for List of Returnable Documents
F3.4 The time and location for opening of the offers are:
Time: 12:00pm on the 17 April 2018
Location: Ground Floor, Queens Warehouse, 237 Mahatma Gandhi Road, DBN
F3.11.1 The minimum number of evaluation points for functionality is: 55
Transnet Group Capital
Tender Number: M-2123361-699
Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Page 8 of 9 Part 1: Tendering Procedures T1.2: Tender Data
F.3.11.3
F.3.11.7
The procedure for the evaluation of responsive tenders is Method 2.
The financial offer will be scored using Formula 2 (option 1) in Table F.1 where the value of W1
is:
80 where the financial value inclusive of VAT of one or more responsive tenders received have
a value does not exceed R 50,000,000 000
Up to 100 minus W1 tender evaluation points will be awarded to tenderers who complete the
preferencing schedule and who are found to be eligible for the preference claimed.
Should the BBBEE rating not be provided, tenderers with no verification will score zero points
for preferencing.
F.3.13 Tender offers will only be accepted if:
a) the tenderer submits an original valid Tax Clearance Certificate issued by the South
African Revenue Services or has made arrangements to meet outstanding tax obligations.
Please note that with effect from 15 April 2016 SARS introduced a new Tax Compliance
Status System (TCS) which replaces the old Tax Clearance Certificate System (TCC) which
requires Tenderers to provide Transnet with a TCS pin to verify Tenderers compliance
status;
b) 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;
c) the tenderer does not appear on Transnet list for restricted tenderers and National
Treasury’s list of Tender Defaulters;
d) the tenderer has fully and properly completed the Compulsory Enterprise Questionnaire
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 and persons in the employ of the state are permitted to submit tenders or
participate in the contract;
e) the tenderer is registered and in good standing with the compensation fund or with a
licensed compensation insurer;
f) the Employer is reasonably satisfied that the tenderer has in terms of the Construction
Regulations, 2014, issued in terms of the Occupational Health and Safety Act, 1993, the
necessary competencies and resources to carry out the work safely.
g) the tenderer fully and properly completes T2.2-34 Supplier Declaration Form
h) Respondents are required to self-register on National Treasury’s Central Supplier Database
(CSD) which has been established to centrally administer supplier information for all
Transnet Group Capital
Tender Number: M-2123361-699
Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
September 2016 Page 9 of 9 Part 1: Tendering Procedures T1.2: Tender Data
organs of state and facilitate the verification of certain key supplier information. The CSD
can be accessed at https://secure.csd.gov.za/. Respondents are required to provide the
following to Transnet in order to enable it to verify information on the CSD: Supplier
Number and Unique registration reference number.
F.3.17 The number of paper copies of the signed contract to be provided by the Employer is 1 (one).
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 1 of 90
PART C3: SCOPE OF WORK
Document reference
Title No of page
This cover page 1
C3.1 Employer‟s Works Information
87
Total number of pages 88
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 2 of 90
C3.1 EMPLOYER’S WORKS INFORMATION
Contents
PART C3: SCOPE OF WORK ............................................................................................. 1
SECTION 1 ..................................................................................................................... 4
1 Description of the works......................................................................................... 4
1.1 Executive overview.......................................................................................... 4
1.2 Employer‟s objectives ...................................................................................... 4
1.3 Interpretation and terminology ......................................................................... 5
2 Engineering and the Contractor‟s design .................................................................. 6
2.1 Employer‟s design ........................................................................................... 6
2.2 Review and Acceptance of Contractor Documentation ........................................ 6
2.3 As-built drawings ............................................................................................ 7
3 Construction .......................................................................................................... 7
3.1 Temporary works, Site services & construction constraints ................................. 7
3.2 Completion and correction of Defects .............................................................. 13
4 Plant and Materials Standards and Workmanship ..................................................... 14
4.1 Employer specifications .................................................................................. 14
4.2 Building works ............................................................................................... 14
4.3 Civil Engineering ............................................................................................ 17
4.4. Electrical Engineering ..................................................................................... 24
4.5 Mechanical Engineering (HVAC, Water Reticulation and Fire Protection) .............. 31
SECTION 2 .................................................................................................................... 62
6. Management and start up ........................................................................................ 62
6.1 Management meetings ........................................................................................ 62
6.2 Documentation Control ........................................................................................ 63
6.3 Safety risk management ...................................................................................... 66
6.4 Environmental constraints and management ......................................................... 66
6.5 Quality assurance requirements ........................................................................... 78
6.6 Programming constraints ..................................................................................... 78
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 3 of 90
6.7 Contractor‟s management, supervision and key people .......................................... 81
6.8 Training workshops and technology transfer ......................................................... 82
6.9 Insurance provided by the Employer .................................................................... 82
6.10 Contract change management ............................................................................ 83
6.11 Records of Defined Cost, payments & assessments .......................................... …83
7. Procurement ........................................................................................................... 84
7.1 Code of Conduct ................................................................................................. 84
7.2 The Contractor‟s Invoices .................................................................................... 85
7.3 People ............................................................................................................... 83
7.4 Subcontracting ................................................................................................... 85
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 4 of 90
SECTION 1
1 Description of the works
1.1 Executive overview
The works that the Contractor is to perform involve electrical, mechanical, civil and building works
for a security kiosk at the Port of Durban.
The scope of the works includes the following:
Construction of security kiosk
Connection to services
Design, supply, installation, testing and commissioning of cold water reticulation
Installation of Electrical LV infrastructure and equipment
Design, supply and installation of Lightning protection and Earthing of the building and
structures
Installation of ventilation equipment
Installation of firefighting system equipment
1.2 Employer’s objectives
The Employer‟s objectives are to provide a security kiosk at the entrance to the Sand Bypass in the
Port of Durban.
In addition to the above, the Employer‟s objectives are to achieve Completion of the works by
meeting the Completion Date whilst still maintaining the highest environmental, quality and safety
standards and whilst minimising disruptions to ongoing port and terminal operations.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 5 of 90
1.3 Interpretation and terminology
The following abbreviations are used in this Works Information:
Abbreviation Meaning given to the abbreviation
CEMP Construction Environmental Management Plan
DP Data Pack
FEQ Field Engineering Query
GA General Arrangement Drawing
ID Personal identification document
NCR Non-conformance report
NEMA National Environmental Management Act
PES Project Environmental Specifications
PIRPMP Project Industrial Relations Policy and Management Plan
PQP Project Quality Plan
QCP Quality Control Plan
SES Standard Environmental Specification
SHE Safety, Health & Environment
TPT Transnet Port Terminals
AC Alternating Current
IP Ingress Protection
SANS South African National Standards
TGC Transnet Group Capital
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 6 of 90
Abbreviation Meaning given to the abbreviation
TNPA Transnet National Ports Authority
V Voltage/Volts
A Amperes
PVC Poly Vinyl Chloride
SABS South African Bureau of Standards
IEC International Electrotechnical Commission Academic & Science
MCB Moulded Case Circuit Breaker
ECC Earth Continuity Conductor
2 Engineering and the Contractor’s design
2.1 Employer’s design
The Employer supplies the following:
Works Information.
Technical specifications.
General Arrangement Drawings.
The drawings for providing the Works are listed in paragraph 5 of this Works Information.
BOQ
The Employer grants the Contractor a licence to use the copyright in design data presented to
the Contractor for the purpose of the works ONLY.
2.2 Review and Acceptance of Contractor Documentation
The Contractor submits documentation as the „Works Information‟ requires to the Project manager
for review and acceptance.
In undertaking the „Works‟ (including all incidental services required), the Contractor shall conform
and adhere to the requirements of the „Contractor Document Submittal Requirements‟ Standard
included in Annexure 1 (Refer DOC-STD-0003).
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 7 of 90
2.3 As-built drawings
The Contractor shall provide all the as-built drawings as called for in the Employer‟s standard
specification.
The Contractor submits final documentation to the Project manager before Completion. This
final documentation is documentation for which no further review is required.
2.3.1 As-Built/Final Documentation
In undertaking the „Works‟ (including all incidental services required), the Contractor shall conform
and adhere to the requirements of the „Contractor Document Submittal Requirements‟ Standard
included in Annexure 1 (Refer DOC-STD-0003).
2.3.2 Data Books
In undertaking the ‟Works‟ (including all incidental services required), the Contractor shall conform
and adhere to the requirements of the „Data Books and Manuals‟ Standard included in Annexure
10 (Refer DOC-STD-0003) and the „Contractor Documentation Submittal Requirements‟ Standard
included in Annexure 1 (Refer to DOC-STD-0003).
3 Construction
3.1 Temporary works, Site services & construction constraints
Employer‟s Site entry and security control, permits, and Site regulations
The Site is located within an operational area of the Employer and the Contractor shall ensure the
safe passage of traffic to and around the Site at all times. This shall entail the provision of
flagmen, protective barriers, lanterns, signs, etc. for protection, direction and control of traffic.
The Contractor shall organise the work to cause the least possible inconvenience to other
construction activities or operations at the Site. Access for Others to adjacent areas shall be
maintained at all times.
The Site is located within a designated Secure Area, and accordingly all access into the area will be
through a gate with access control.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 8 of 90
The Contractor shall obtain the necessary entry permits for all staff working within the
area in accordance with the access control requirements of the Employer and shall issue each
personnel member with an appropriate identification card.
All costs incurred in providing construction personnel with ID cards and access permits shall be
borne by the Contractor.
The site establishment area shall be clearly sign posted and be compliant with the relevant safety
regulations and restrictions that might be in place until the Contractor has de-established from site
and comply with OHS Act 85 of 1993.
The Contractor is responsible for the security of the Works until completion and hand-over, and
must make his own arrangements for security and the safekeeping of his property. The
Contractor's watchmen are allowed on Site for this purpose.
If the working area is situated within a Customs controlled area, the Contractor and his people
shall observe all Customs regulations.
The fullest collaboration between the Contractor, the Employer‟s Operations Manager and the
Project manager is essential in regard to the continued operations of the Employer.
Housing of the Contractor's people on site is not permitted.
All work on, over, under or adjacent to railway lines and near high voltage equipment shall comply
with Transnet SOC Limited codes of conduct.
The Contractor complies with the following requirements of the Employer:
As per above paragraphs.
Restrictions to access on Site, roads, walkways and barricades
As per above paragraphs.
People restrictions on Site; hours of work, conduct and records:
The working hours shall be in accordance with the requirements of the Department of Labour or
with the agreement of the relevant trade unions. This information relating to working hours shall be supplied to the Project manager prior to commencement of the proposed working hours.
Contractor‟s staff shall be confined to the working area and defined access routes and shall not be
allowed to be present in other areas of the Employer. Contractor staff found disobeying this
instruction will be subject to disciplinary action.
The Contractor keeps daily records of his people engaged on the Site and Working Areas
(including Sub-Contractors) with access to such daily records available for inspection by the Project
manager at all reasonable times.
Health and safety facilities on Site
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 9 of 90
At all times during construction the Contractor is responsible for the safety of all persons
on the Site and on the equipment and shall have the necessary systems and procedures in place
to effectively manage this in relation to H & S requirements in addition to those of the OHSA Act
and Regulation (85 of 1993, CR 2014.
The Contractor complies with the requirements stated under paragraph 2.3 of C3.1 Employer‟s
Works Information.
Environmental controls, fauna & flora, dealing with objects of historical interest
The Contractor shall perform the Works and all construction activities within the Site and Working
Areas having due regard for the environment and environmental management practices.
The Contractor complies with the CEMP and SES in the construction of the works, all as described
in Employer‟s Works Information.
Title to Materials from demolition and excavation
Clause 73.2 states that the Contractor has title to Materials from excavation and demolition only as
stated in the Works Information.
The Contractor has title to all Materials arising from excavation and demolition in the performance
of the works. The Project manager shall instruct the Contractor how to label, mark, set aside
and/or dispose of such Materials for the benefit of the Employer in accordance with ECC Clause
73.1.
Cooperating with and obtaining acceptance of others
During the course of the contract, departments of Transnet and other Contractors may be working
in the general area surrounding the working area. The Contractor must make allowance for the
necessity to interface with the activities of others, and to allow for safe access and working
conditions.
At least some of the Site work may take place while the adjacent areas will be in operation. The
Contractor shall take all necessary steps for his Works not to interfere with operations and to
ensure that normal traffic flow of the operational terminal is not obstructed.
The success of the project depends on the effective co-operation of all Contractors on site, and the
Contractor, if necessary, must discuss his programme on a day to day basis with the Project
manager to ensure effective co-ordination.
Publicity and progress photographs
The Contractor treats all information gained through his appointment on this project as strictly
confidential. The Contractor is not allowed to prepare or present any paper, publish any article in a
technical journal, or derive publicity for his business which makes any reference to any aspect of
the work on this project unless the Employer grants special permission, in writing, for the purpose.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 10 of 90
No photographs are to be taken unless the photographer is in possession of a camera
permit issued by the TNPA Chief Security Officer, Port of East London. Photographs are to be
taken for record purposes only.
The Contractor provides a comprehensive photographic record of the progress of the Works by
taking photographs at weekly intervals. The initial photographs are to be taken at the start of the
project, immediately prior to the commencement of any work. As far as possible each set of
photographs shall be taken from the same locations as the previous set.
The areas to be photographed and the quantity of photographs in each area will be determined by
the Project manager.
Progress photographs of all manufacturing work carried out off-site are also required.
Photographs are to be submitted in JPEG format, with a minimum resolution of 1200 x 800. Each
set of photographs must be accompanied by an index showing:
o Contract reference
o Photograph file reference
o Date of Photograph
o Subject matter.
The Contractor provides a notice.
The Contractor does not advertise the contract or the project to any third party, nor communicate
directly with the media (in any jurisdiction) whatsoever without the express written notification
and consent of the Project manager.
Contractor‟s Equipment
All Equipment supplied and used by the Contractor on Site shall be selected and operated in such
a way that design loadings of the particular areas are not exceeded and that damage to all existing surfaces and services are avoided. The Contractor will be required to repair, at his own
cost and to the satisfaction of the Project manager, any such damage caused by him.
The Contractor shall keep daily records of all Equipment used on Site and the Working Areas with
access to such daily records available for inspection by the Project manager at all reasonable
times.
All Equipment necessary for the Works shall be provided and allowed for by the Contractor.
The Contractor keeps daily records of his Equipment used on Site and the Working Areas
(distinguishing between owned and hired Equipment) with access to such daily records available
for inspection by the Project manager at all reasonable times.
Equipment provided by the Employer
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 11 of 90
No Equipment will be provided by the Employer.
Site services and facilities:
When required in terms of the delivery methodology, a Site will be made available to the
Contractor as erection Site and for all his Working Areas.
An electric supply point is available to the Contractor at this site, but the Contractor is responsible
for connecting up and for cabling in the working area.
A potable water supply point is available to the Contractor at this site, but the Contractor is
responsible for connecting up in the working area.
The Contractor shall make his own arrangements for the supply of other services such as
ablutions, fire protection, lighting and all other services required for undertaking the Works. The
Contractor shall provide, maintain and finally remove proper portable latrines of sufficient number
at his cost. Latrines shall be properly constructed and placed in suitable positions and maintained
in a clean and sanitary working condition.
Wherever the Employer provides facilities for the Contractor‟s use within the Working Areas and
the Contractor adapts such facilities for use, then the Contractor makes good and provides full
reinstatement to the land (including all apparatus of the Employer and Others in, on or under the
land) and surrounding areas to its original standard upon dismantling of such facilities and hand-
back to the Employer.
Facilities provided by the Contractor:
The Contractor submits the following drawings to the Project manager for acceptance before
commencing with the establishment of the site facilities:
o Location drawing showing the area to be occupied by the Contractor in relation to the Port
infrastructure.
o Layout drawing of the proposed facilities.
The Contractor must ensure that the working area is well lit at night and that all the fences,
obstacles and hazards are marked.
Project manager‟s approval must be obtained for the use of any temporary lighting on the Site due
to the impact that this may have on surrounding operations.
The Contractor must maintain the working area in a neat and tidy condition to the satisfaction of
the Project manager.
The Contractor must make his own arrangements for the disposal of sewerage and waste water.
Sewerage may not be disposed of on site. Transnet facilities may not be used.
The Contractor must make his own arrangements for telecommunication facilities, if required, for
his use during the execution of the Works.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 12 of 90
The Contractor, within fourteen days after completion, must completely remove from site
all his plant, materials, Equipment, stores and temporary accommodation or any other asset
belonging to him and leaves the site in a tidy condition to the satisfaction of the Project manager.
No excess or discarded materials, plant or stores may be buried or dumped within the Employer‟s
boundaries.
Unless expressly stated as a responsibility of the Employer, Site services and facilities, all residual
requirements for the provision of facilities and all items of Equipment necessary for the Contractor
to Provide the Works remains the responsibility of the Contractor.
Wherever the Contractor provides facilities (either his own or for the Project manager and/or
Supervisor) and all items of Equipment, involving, inter alia, offices, accommodation, laboratories,
Materials storage, compound areas etc., within the Working Areas, then the Contractor makes
good and provides full reinstatement to the land (including all apparatus of the Employer and
Others in, on or under the land) and surrounding areas to its original standard, upon dismantling
of such facilities and items of Equipment.
Unless expressly stated as a responsibility of the Employer, Site services and facilities, all residual
requirements for the provision of facilities and all items of Equipment necessary for the Contractor
to Provide the Works remains the responsibility of the Contractor.
Existing premises, inspection of adjoining properties and checking work of others
The Contractor will be held responsible for any damage to existing structures and services caused
by him during the execution of this Contract, fair wear and tear excluded, and shall repair damage
to the satisfaction of the Project manager before completion of the Works.
For this purpose a joint inspection with the Project manager and the Contractor will be carried out
prior to occupation of the Works and any existing damage noted. Repair work to damaged
existing structures and services may be carried out during the contract period or during the defect
correction period if so authorised. The Contractor will be required to conduct a photographic site
survey of the occupied area showing existing structures and services. This report must be
submitted to the Project manager for approval and will be used in assessing the damages to
structures and services if applicable.
The Contractor works which interfaces in conjunction with the Project manager:
Survey control and setting out of the works
Immediately after the starting date, and prior to final design, the Contractor shall survey the
complete site of final operation of the equipment or, if the site of final operation is not completed
yet, obtain the necessary site arrangement and interface drawings from the Project manager. This
survey serves to confirm dimensions and relative positions of all things, existing or to be supplied
by Others, that will interface with the equipment, for example location of electrical power supply
points.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 13 of 90
It is the Contractor‟s responsibility to ensure that the equipment supplied in terms of the
contract interfaces successfully with all existing infrastructure.
Any deviation from the data supplied by the Employer in the Works Information must be brought
under the attention of the Project manager and discussed and finalised with the Project manager
prior to final design of the equipment.
Excavations and associated water control
All excavations deeper than 1.0m below ground level or as otherwise indicated by the Employer‟s
Safety Officer and Supervisor in terms of the current Construction Regulations, shall either be fully
shored or the sides shall be battered back to a safe angle as determined by the strength of the soil
and approved by the Supervisor.
Shallow ground water may be encountered in the excavations. Where this occurs, the Contractor is
to provide suitable de-watering equipment. The discharge from the dewatering equipment must be
controlled in accordance with the requirements of the Standard Environmental Specification and
Construction Environmental Management Plan. Discharge directly into the storm water drainage
system or into the sea is not permitted.
Underground services, other existing services, cable and pipe trenches and covers
The Contractor must, in collaboration with the Supervisor, ascertain whether or not the service is
live. The Contractor shall not uplift any such service unless he is instructed to do so.
The Contractor shall be held responsible for any damage to known services and he shall
take all necessary measures to protect them. In the event of a service being damaged,
the Contractor shall immediately notify the Supervisor. The Contractor shall not repair
any such service unless he is instructed to do so.
Where the Contractor encounters existing underground services / existing services cables / pipe, the
Contractor should notify the Project manager.
Control of noise, dust, water and waste
All Site activities must comply with the relevant parts of legislation.
The Contractor notifies the Supervisor of the elements of the works which are to be covered up.
3.2 Completion and correction of Defects
The work to be done by the Completion Date
On or before the Completion Date the Contractor shall have done everything required to Provide the
Works including the work listed below which is to be done before the Completion Date and in any
case before the dates stated. The Project manager cannot certify Completion until all the work listed
below has been done and is also free of Defects, which would have, in his opinion, prevented the
Employer from using the works and others from doing their work.
Use of the works before Completion has been certified
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 14 of 90
In terms of Clause 35.2 in ECC the Employer may use any part of the works before Completion has been certified.
The Contractor ensures that the Project manager has a full and accurate dossier of As-built
documents that represent the status of the completed works (to include Plant within the works) to present to the Employer.
Access given by the Employer for correction of Defects
Clause 43.4 requires that the Project manager arrange for the Employer to allow the Contractor
access to and use of a part of the works, which has been taken over if needed to correct a Defect.
After the works have been put into operation, the Employer may require the Contractor to
undertake certain procedures before such access can be granted.
The Contractor complies with the following constraints and procedures of the Employer where the Project manager arranges access for the Contractor after Completion:
Where the Contractor has to return to Site after Completion to rectify notified Defects, the Employer
may either impose the same Site access / egress restrictions as communicated elsewhere under
C3.1 Employer‟s Works Information at the starting date / access date stated under Contract Data -
Part One, or as the works are now in use or the Employer‟s occupation of the Site may be
incrementally or substantially changed post Completion, there may be further access / egress
restrictions stated here at paragraph 3.2.13 of C3.1 Employer‟s Works Information.
4 Plant and Materials Standards and Workmanship
4.1 Employer specifications
4.1.1 Investigation, survey and Site clearance.
4.1.2 The Contractor carries out the following investigation at the Site.
4.2 Building works
The Model Preamble for Trades as published by the Association of South African Quantity
Surveyors Model Preamble for Trades 2008 shall be applicable to all the building Works associated
with this contract. The following interpretations and meanings shall apply:
In case of any conflict in interpretation, ambiguity or discrepancy between the Model Preamble for
Trades 2008, (any standard or written particular project specification) contained in the Works
Information and the conditions of contract, the conditions of contract shall take precedence.
In case of any conflict in interpretation, ambiguity or discrepancy between the Model Preamble for
Trades 2008 contained in this paragraph 4.2 of C3.1 Employer‟s Works Information and specific
statements contained elsewhere in C3.1 Employer‟s Works Information, the specific statements
contained elsewhere shall prevail, without prejudice to the Project manager‟s express duty to
resolve any ambiguity or inconsistency in the Works Information under ECC3 Clause 17.1.
Within the Model Preambles for Trades 2008, the following amendments and interpretations shall
apply:
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 15 of 90
Where the word or expression “Principal Agent” is used, read “Project manager” or
“Supervisor” as the context requires.
Where the word or expression “Contractor” is used, read “Contractor”.
Where the word or expression “Engineer” is used, read “Project manager” or “Supervisor” as the
context requires.
Where the Model Preambles for Trades 2008 mention “rates” for measured work and any
contractual statements relating to payment, all such statements shall be discounted, with the ECC3
conditions of contract taking precedence.
Within the Model Preambles for Trades 2008, A. GENERAL, the following amendments and
interpretations shall apply:
Where the word or expression “bills of quantities” is used, this shall be discounted for the purposes
of the Works Information. The ECC3 Contract Data Part One states the main option to apply within
the ECC3 Contract between the Parties.
Within the Model Preambles for Trades 2008, B. ALTERATIONS, B.2 MATERIALS FROM THE
ALTERATIONS, CREDIT, ETC and C. EARTHWORKS, C1.4 Materials from demolitions shall apply.
C3.1 Employer‟s Works Information paragraph 3.1.6 states details of the Contractor‟s title (if any)
to Materials arising from excavations and/or demolitions and how such Materials are either to be
disposed of or re-used in the works.
Within the Model Preamble for Trades 2008 U. EXTERNAL WORKS, U.3.8 Process control tests
shall be deemed to be included within paragraph 3.2.1 of C3.1 Employer‟s Works Information.
The principles, meanings and interpretation stated and established within paragraphs 2.2.8 to
4.2.1 with respect to the Model Preambles for Trades 2008 apply equally to other references used
within C3.1 Employer‟s Works Information.
Particular specifications provided by the Employer.
4.2.1 South African National Standards
The application of the National Building Regulations and Standards Act 103 of 1977 and the
standards and codes of practice contained in SANS 10400- shall be be strictly adhered to.
4.2.2 Manufacturer’s instructions and specifications
All materials and products shall be stored, used and installed in strict accordance with the
manufacturer‟s instructions and specifications. This shall include all materials, finishes, flooring,
tiling, adhesives, cladding, brickwork, ceilings, sheeting, paint, partitions, shopfronts, window
systems, waterproofing and sanitary fittings.
4.2.3 Use of locally manufactured materials and products
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 16 of 90
Materials and products manufactured in South Africa shall be used in carrying out the
work to which this specification refers, unless an imported product is prescribed specifically, or
when no suitable locally manufactured product for the specific use is available.
4.2.4 Samples
The Contractor shall furnish samples and/or certificates as called for or may be called for by the
Supervisor / Project manager. Materials and/or workmanship not corresponding with approved
samples may be rejected. Samples for approval shall be required for paint colours, joinery with
associated finishes, furniture, wall finishes, ceiling finishes, floor finishes, windows, shopfronts, and
face brick sample wall (2m²). These approved samples shall remain on site for the duration of the
Works.
4.2.5 Mortar Joints
Mortar joints to face brick-work generally shall be 10mm in thickness with level bedding joints, and
vertical perpends. Joints shall be half round recessed and shall be well rubbed with a standard
jointing tool of suitable size to ensure that the entire exposed surface on the joint presents a
smooth and polished appearance.
4.2.6 Waterproofing
The Contractor shall furnish the Employer with a written guarantee covering materials and
workmanship for all waterproofing specified or offered. This guarantee shall be signed by the
Contractor and countersigned by the supplier of the materials used, and underwritten by a
recognised insurance company. The guarantee shall be valid for a 10 year period.
Should any maintenance be required during the guarantee period the Contractor must allow for
the cost of such in his tender price as the Contractor will be held solely responsible for any leaks
that occur during the guarantee period?
4.2.7 Glazing, Shopfronts and Windows
All glazing and safety glazing shall comply with the SANS 613 and SANS 10400 codes of practise.
All safety glass shall carry the Manufacturer‟s warranty against any manufacturing defects and
discoloration for a minimum period of 5 years.
As per SANS 10400–N, an approved permanent safety stencil mark shall appear on each pane on
all safety glass.
Glazing and shopfront installations shall comply with SANS 613 and SANS 10400-XA. All tinted
glazing must have the required thermal protection (U-factor rating) to ensure compliance to SANS
10400-XA.
Installation certificate by an AAMSA approved Contractor is required for all shopfront and glazing
installations.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 17 of 90
All shop fronts and window sections shall be water tight and able to withstand coastal
winds of up to 60m/sec.
All glazing, shopfronts and windows shall be designed, stored, installed as per manufacturer‟s
specification.
For any design by the Contractor See also Part 2.2 of this document; design by Contractor)
4.2.8 Partitions
All partition systems shall be installed as per manufacturer‟s specification.
Partitions that are be installed shall be structurally stable, secure and firm.
Fire rating certificate of partitions shall be provided.
4.2.9 Roof Structure
The Contractor shall provide Engineer‟s certificate confirming the design, structural stability and
installation of the roof structure on completion of the roof structure.
Shop drawings shall be required for Engineers acceptance for steel roof structures.
4.2.10 Protection of works
The Contractor shall provide all necessary dust sheets, hoarding, etc. and shall exercise all
necessary care to prevent marking surfaces, walls, floors, glass, electrical fittings, etc. and shall
keep all parts of the works perfectly clean and free at all times from spotting, accumulation of
rubbish, debris of dirt arising from the operations. Any surface disfigured or otherwise damaged
shall be completely renovated or replaced as necessary by the Contractor at his own expense to
the Supervisor‟s approval. The premises shall be left clean and fit for occupation at completion of
the work.
4.3 Civil Engineering
4.3.1 The SANS 1200 Series of Specifications are applicable to all Civil Engineering and
Structural works associated with this contract. The following interpretations and
meanings shall apply:
Where the SANS 1200 series of Specifications are used within the Works Information, the
following interpretations and meanings shall apply:
In case of any conflict in interpretation, ambiguity or discrepancy between any SANS 1200
Specification (whether standard or written as a particular project specification) contained in the
Works Information and the conditions of contract, the conditions of contract take precedence
within the ECC3 contract.
In case of any conflict in interpretation, ambiguity or discrepancy between any SANS 1200
Specification (whether standard or written as a particular project specification) contained in this
paragraph 4.3 of the Employer‟s Works Information and specific statements contained elsewhere
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 18 of 90
in C3.1 Employer‟s Works Information, the specific statements contained elsewhere
shall prevail, without prejudice to the Project Manger‟s express duty to resolve any ambiguity or
inconsistency in the Works Information under ECC3 Clause 17.1.
4.3.2 Variations to the standardised specifications
Within SANS 1200 A: GENERAL, the following amendments and interpretations shall apply:
Where the word or expression “Employer” is used, read “Employer”;
Where the word or expression “Contractor” is used, read “Contractor”;
Where the word or expression “Engineer” is used, read “Project manager” or “Supervisor” as the
context requires;
Where the word or expression “schedule of quantities” is used, this is deleted in entirety.
Assessment and payment is in accordance with the conditions of contract (and the ECC3 main and
secondary options stated therein);
Within SANS 1200 A: GENERAL 2.3 DEFINITIONS, the following apply:
“Acceptable. Approved (Approval)” is interpreted as either a Project manager or a Supervisor
communication or instruction in relation to Works Information compliance, consistent with the
conditions of contract as the context requires;
“Adequate” is deleted. The Project manager notifies the Contractor where the Contractor has not
complied with the Works Information;
“Measurement and payment” and the further definitions contained within 6.3 c) are deleted.
Assessment and payment is in accordance with the conditions of contract (and the ECC3 main and
secondary options stated therein);
Within SANS 1200 A: GENERAL 2.6 APPROVAL, the following applies:
“Approval” by either the Project manager and/or the Supervisor is without prejudice to ECC3
Clause 14.1 and, inter alia, ECC3 Clauses 13.1, 14.3 and 27.1.
SANS 1200 A: GENERAL 2.8 ITEMS IN SCHEDULE OF QUANTITIES, is deleted in entirety.
Assessment and payment is in accordance with the conditions of contract (and the ECC3 main and
secondary options stated therein).
SANS 1200 A: GENERAL 3.2 STRUCTURES AND NATURAL MATERIAL ON SITE, applies only to the
extent that it is consistent with paragraph 3.1.6 of C3.1 Employer‟s Works Information.
Within SANS 1200 A: GENERAL 7.1 PLANT, the following applies:
Where the word or expression “Plant” is used, read “Equipment”.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 19 of 90
SANS 1200 A: GENERAL 7.2 CONTRACTOR‟S OFFICES, STORES AND SERVICES, applies
but the Project manager resolves any inconsistency with statements included within paragraph
3.1.12 of C3.1 Employer‟s Works Information.
SANS 1200 A: GENERAL 3.1 SURVEY, applies only to the extent that it is consistent with
paragraph 3.1.14 of C3.1 Employer‟s Works Information.
Within SANS 1200 A: GENERAL 3.2 WATCHING, BARRICADING, LIGHTING AND TRAFFIC
CROSSINGS, the following applies:
Where the word or expression “specification” is used, read “Works Information”.
SANS 1200 A: GENERAL 3.4 PROTECTION OF OVERHEAD AND UNDERGROUND SERVICES applies
only to the extent that it is consistent with the specific statements made elsewhere in C3.1
Employer‟s Works Information and in any case and at all times consistent with the conditions of
contract.
Within SANS 1200 A: GENERAL 5 TESTING, the following applies:
Where the word or expression “Engineer” is used, read “Supervisor”.
SANS 1200 A: GENERAL 8 MEASUREMENT AND PAYMENT, is deleted in entirety. Assessment and
payment is in accordance with the conditions of contract (and the ECC3 main and secondary
options stated therein).
The principles, meanings and interpretation stated and established within paragraphs 6.3.1 to
6.3.15 with respect to SANS 1200 series and to SANS 1200 A: GENERAL equally apply to the other
SANS 1200 specification references [state particulars of SANS 1200 used ] used within this
paragraph 6.3 of C3.1 Employer‟s Works Information.
4.3.3 Scope of Work
4.3.3.1 Existing services
All known services are provided on the drawing, however, due to the lack of adequate as-built
records, the Contractor will be required to prove services prior to construction. The Contractor
shall take the necessary precautions to ensure that the services are not damaged. The existing
water supply to the buildings must be shut off at the closest valve to be determined on site, prior
to the connection of plumbing fittings.
As soon as any underground service not shown on the drawings is discovered, it shall be brought
to the attention of the Technical Officer. The Contractor must in collaboration with the Technical
Officer, ascertain whether or not the service is live. The Contractor shall not uplift any such service
unless he is instructed to do so.
The Contractor shall be held responsible for any damage to known services (i.e. services that are
within the site of the works and are shown on the drawing) and he shall take all necessary
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 20 of 90
measures to protect them. In the event of a service being damaged, the Contractor shall
immediately notify the Technical Officer. The Contractor shall not repair any such service unless he
is instructed to do so.
4.3.3.2 Excavation
The material to be excavated consists of mainly existing layer works and the remainder being soft.
(SANS 1200 DA cl. 3.1.2.).
For the purposes of uplifting of underground pipes, a trench width of 1m shall be used.
Excavation to a depth of 1.5m shall be done by hand.
4.3.3.3 Compaction of in situ material
The in situ material shall be trimmed, levelled out and compacted to 95% MOD AASHTO.
4.3.3.4 Imported Backfill material
Backfill material shall be selected from the commercial sources and placed in 150mm max, G7
material to be compacted to 95%, G5 to be compacted to 98% and G2 to be compacted to 100%
MAASHTO density. No clay shall be used as backfill.
4.3.3.5 Measurement and Payment
The unit of measurement for the individual items shall be as detailed in the bill of quantities.
4.3.3.6 Removal and storage of 19mm stones
The unit of measurement shall be square metre of stones removed and reinstated.
The rate tendered shall include all costs incurred in removing and storing of the material on site
for reinstatement.
4.3.3.7 Backfilling
The unit of measurement shall be per cubic metre backfilled.
The rate tendered shall include all costs incurred for selecting and transporting approved backfill
material, backfilling and compacting to the required level.
4.3.3.8 Site Clearance, Earthworks & Layer works
Generally, the works consists of the construction of new HDPE pipe for potable water and
uPVC Class 34 pipe for sewer.
The works for the site clearance, earthworks and layer works include the following:
1. Site clearance
2. Exposing of existing services where indicated by Project manager.
3. Trench excavations
4. Supply and lay of 110mm ᴓ Class 34 uPVC sewer pipes.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 21 of 90
5. Connecting sewer to the existing manhole on site
6. Connection of water main with a HDPE 15mm diameter
7. Backfilling of trenches and testing of pipe lines.
8. Reinstatement of surfaces to original condition using labour intensive construction methods.
9. Supply and lay 110mmØ class 34 uPVC electric pipes.
10. Rainwater will be collected by gutters into downpipe and drain to the surface.
11. And any other work arising out of or incidental to the above, or required of the Contractor for
the proper completion of the works.
4.3.3.9 Supporting Specifications
This section, “Site Clearance, Sewer, Watermain and Stormwater, shall be read in conjunction
with the following SABS and Transnet standard specifications;
SANS Specifications
SANS 1200 C Site Clearance
SANS 1200 D Earthworks
SANS 1200 DM Earthworks (roads, sub grade)
SANS 1200 GM Concrete (small works)
SANS 1200 M Roads General
SANS 1200 ME Subbase
SANS 1200 MF Base
SANS 1200 MH Asphalt surfacing
SANS 1200 MJ Segmented paving
SANS 1200 MK Kerbing
SANS 1200 MM Ancillary roadworks
SANS 1200 DB Earthworks (Pipe trenches)
SANS 1200 LB Bedding (Pipes)
SANS 1200 LD Sewers
SANS 1200 LE Stormwater Drainage
4.3.3.10 Exposing existing services
Some services are known to exist over the whole area of the works and based on the
information available general layout plan indicating services have been prepared. Prior to
commencing work in any area the Contractor shall consult the Project manager in regard to the
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 22 of 90
location of services and shall assist him when required in locating the exact position
and depths of services by means of hand excavated proof trenches. The location and depth of
all services discovered by the foregoing investigations shall be recorded and plotted by the
Contractor on an “as-built” copy of the services plan.
The Contractor shall assist when required in alterations to services by providing labour, plant
and material and shall carry out the necessary work as instructed by the Project manager.
Proof trenches to locate services shall be excavated at least 2 weeks ahead of construction in
order to allow time for alterations to services or amendments to the design of the works. Once
the services have been located the proof trenches are to be backfilled.
Claims for extension of time as a result of existing services will NOT be entertained if the
operation of locating and/or protecting services is less than two weeks ahead of construction.
Responsibility for protection of all known services shall rest solely with the Contractor and he
shall bear all costs, which may arise as a result of any damage which he may cause to such
services or which may arise as a result of his operations.
4.3.3.11 Materials
Disposal of material
All vegetation, trees, etc. resulting from site clearance shall be removed off site to a disposal
dump to be selected by the Contractor. The haulage, dump costs and any levies etc. shall be
deemed to be included in his tendered rates. Burning of materials on site shall not be
permitted.
Materials
Class 34 uPVC pipes to the 110mm diameter and length as stated on the drawings are to be
used for sewer line, downpipes of 90mm diameter and iron SG saddle or similar approved for
connection into the water main with a HDPE 25mm diameter to stop cock on the wall.
Pipe crossings
Where pipes cross one another with a vertical height difference of less than 150mm, a polystyrene
block must be placed between them, and the fill material around the pipes thoroughly moistened
and compacted. The Contractor will be held responsible for any damage to pipes resulting from
the construction of a pipe crossing.
Cut pipe ends
All ends may be cut on site. Reinforcement exposed by such cutting is to be protected with 20mm
thick cement mortar.
Pipe-Laying Personnel
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 23 of 90
The laying of pipes and ancillary fittings shall be performed only by a qualified person who
is registered by the local authority as an artisan in the plumbing, pipefitting or drain-laying trades,
or who is qualified by reason of having attended a course on pipe-laying of the Civil Engineering
Industry Training Board.
Preparation of Trench Bottom
All trench bottoms shall be prepared in accordance with SANS 1200 DB clause 5.5.
Cutting of Pipes
A fine-toothed hacksaw with mitre attachment set at 90º should be used to cut pipes to the
required length. Each cut end should be square and the outer edge evenly chamfered by means of
a rasp or file or specifically designed chamfering tool. The chamfer must not extend further than
half the wall thickness. Cut ends must be free from swarf, burrs, channels, and loose material.
When the length of the pipe to be cut is determined, allowances must be made for the length of
any socket attached to the pipe and for a movement of at least 6mm in any rubber ring type
socket into which the pipe is to be inserted.
Pipe Laying and Jointing
Pipes that have been exposed for several hours to direct sunlight and have become hot should not
be laid until they have cooled to a temperature of approximately 25ºC.
Rubber ring jointing may be carried out in the trench. The pipeline should be laid directly on to the
prepared bedding in the trench, and bricks or other hard bodies must not be placed under the
pipeline for either temporary or permanent support. Rubber rings used must be those supplied by
the pipe or fitting manufacturer. All spigots must be checked to ensure that they are free from
burrs, and spigots, sockets and rings must be cleaned with a dry cloth. The pipe end must be
chamfered to an angle of approximately 15º and the depth of entry must be marked on the
spigot. This mark must be so positioned as to allow a 6mm clearance between the spigot and the
bottom of the socket. A thin film of a recommended lubricant, by the manufacturer, should be
applied to each rubber ring and each spigot.
Pipe-Jointing to Existing Main
Where HDPE pipe systems are to be connected to cast-iron pipes, cast iron flange adapters
manufactured specifically for the purpose must be used.
Depths and Cover
The minimum cover above pipes shall be 900mm where possible, with encasing as indicated on
the drawings to lengths with insufficient cover.
The depth shall be gradually increased as specified in SANS 1200 L clause 5.1.4.2
Connection to Existing Water Main
The proposed 15mm diameter HDPE water main shall be connected to the existing main water
supply main at the position as indicated on the drawings.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 24 of 90
Where required, the existing pipe shall be cut to provide sufficient space for the proposed
fittings. Any damage to the existing mains or any existing specials shall be repaired to the
Contractors‟ account if caused by negligence on the Contractors‟ part
Tolerances
Tolerances shall be determined on the basis as stated in the relevant clauses of the applicable
sections of SANS 1200, relevant drawings and manufacturers‟ specification as applicable. The
Contractor shall ensure that tolerances are complied with.
Testing
(a) Test Pressure
Where water main connection is done the pipes are to remain exposed for two days after
commissioning to detect any pipe leaks that may occur and construction manager to approve
4.4. Electrical Engineering
4.4.1 Executive Overview
The purpose of this document pertaining to the execution of the Sand ByPass security kiosk, is to
provide the engineering work that shall be performed during construction and commissioning work
packages. This scope of work carried out by the electrical Contractor shall cover, but is not limited
to the following:
4.4.1.1 Electrical Site Works
1. Low voltage cabling and terminations.
2. New low voltage distribution board to be installed wall flush mounted.
3. Normal and emergency lighting.
4. New power supply points.
5. Terminate and re-routing the existing cable and joining with another new cable and to be
terminated on the existing light pole next to the existing fence.
6. Design, supply and installation of Facility Earthing and Lightning Protection.
4.4.1.2 Standard of Work, Equipment and Materials
1. The electrical installation shall conform to the requirements of the latest edition and
amendments of SANS 10142 – 1 Code of Practice for the Wiring of Premises and any additional
requirements thereto, described in this specification.
2. The Contractor shall provide a valid LV wireman‟s license prior to commencement
3. Where the local supply authority requirements differ from those specified herein, the Transnet
Capital Projects (TCP) Engineer shall be approached for a decision.
4. All equipment and material used shall be of high quality and the work shall be of a high
standard of workmanship carried out by qualified staff under proper supervision by experienced
and competent officers.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 25 of 90
5. All equipment and material shall comply with the relevant National or International
standard specification. Where equipment does not comply it shall be submitted to the Project
manager for approval prior to installation.
6. All installation, testing and terminations must be approved by TGC Engineer prior to
commissioning.
4.4.1.3 Service Conditions
The equipment shall be designed and rated for continuous operation under the following
conditions:-
4.4.1.3.1 Ambient/Environment Conditions:
All equipment offered shall be rated for continuous operation under the following conditions:
a Altitude 0 to 1800m above Sea Level
b Ambient temperature -5°C to +40°C (daily average +35°C)
c Relative humidity As high as 96%
d Lightning conditions Severe, with a maximum lightning ground flash density of 11
flashes per km² per annum
e Atmosphere Salt laden and corrosive industrial chemical and dust laden
nature. Frequent heavy rains driven by wind reaching speeds of
100 Km/h and above
4.4.1.3.2 Electrical Conditions
1. The Low voltage system of supply will be single-phase, 2 wire, 50 Hz alternating current
with earthed neutral at a nominal voltage of 400 / 230V.
2. The voltage may vary within the range of 95% to 105% of the nominal and all equipment
installed shall be suitably rated.
4.4.1.3.3 Lightning conditions
All lightning protection equipment offered shall be rated for with stand the following conditions:
a. Current: The peak lightning current and its rate of rise shall be regarded severe when imax
= 200kA.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 26 of 90
b. Voltage: The highest cloud potential shall be assume to be more that 100MV,
where; Q = CV, where Q is assumed at 100C and C to be 10-7 F.
c. Lightning Flash Density: Severe, with a maximum lightning ground flash density of 11
flashes per km2 per annum.
4.4.2.1 Particular specifications
The following publications and specifications (latest edition) shall apply:
CODES OF PRACTICE
SANS Specifications
SANS 10313 Code of Practice for Protection of Buildings against Lightning
SABS 064 Code of Practice for the Preparation of Steel Flush for Coating
OHS Act, 1993 Occupational Health and Safety Act (Electrical Installation regulations)
SANS 10142-1 Code of Practice for the Wiring of Premises
Part 1: Low-voltage installations and including 3 000 kW installed capacity
SANS 1019 The design and Installation of Earth Electrodes
SANS 1063:2010 Earth Rods, couplers and connections
SANS 62305-3 Protection against lightning
Physical damage to structures and life hazard
SANS 62305-4 Protection against lightning
Electrical and Electronic systems within structures
SANS 152 Low Voltage Air Break Switches, Connectors, Switch Disconnectors, Fuse
Combination Units
SANS 156 Moulded Case Circuit Breakers
SANS 6069-2-1 Wall and Appliance Switches
SANS 172 Low Voltage Fuses
SANS61008-1 Earth Leakage Protection Units
SABS 763 Hot Dip Zinc (galvanised) Coatings
SABS 784 Metal Enclosed Busbar Trunking Systems
SABS 1091 National Colour Standards for Paints
SABS 1180 Electrical Distribution Boards
SABS 1507 Electric Cables with Extruded Solid Dielectric Installation for Fixed
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 27 of 90
Installations
SABS 1274 Coatings Applied by the Powder-coating Process
SABS IEC 439 Low Voltage Switchgear
Transnet Projects Specifications (Latest Revisions)
TPD-001-EL&PSPEC Technical specification for the supply and installation of electrical
lighting and power in buildings other than dwelling houses.
TPD-002-DBSPEC Technical specification for the design and manufacturing of low
voltage distribution boards.
TPD-003-CABLESPEC Technical specification for the installation of medium and low voltage
cables.
TPD-004-
EARTHINGSPEC
Technical specification for the Design supply and installation of
lightning protection and earthing for buildings and structures.
4.4.4.1 ELECTRICAL WORKS
a. Power Supply to the Security Kiosk
o Prior to work commencement (i.e. cable terminations and installations) the Contractor
shall first liaise with the TPT and TNPA officials to apply for formal occupation to avoid
unplanned operational/ plant downtime.
o The Contractor shall disconnect the 6mm2 4-core PVC insulated, PVC bedded SWA
sheathed cable from the light pole behind the existing security guard house. The
Contractor shall extend the existing cable by jointing a section of 6mm2 4-core PVC
insulated, PVC bedded SWA sheathed cable.
o The Contractor shall reroute the 6mm2 4-core PVC insulated, PVC bedded SWA sheathed
cable, as per information by others. The Contractor shall terminate the 6mm2 4-core PVC
insulated, PVC bedded SWA sheathed cable in the light pole behind the existing guard
house.
o The security kiosk shall be fed from an existing Harbour Entrance Kiosk (NK1 kiosk).
o The Contractor shall check the wiring of the existing Harbour Entrance Kiosk (NK1 kiosk)
according to SANS 10142-1.
o The Contractor shall modify the existing Harbour Entrance Kiosk (NK1 kiosk), by supplying
and installing a 40 A double pole circuit breaker on a spare way number 9, refer to
drawing no: 2123361-1-150-E-LA-0002-01.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 28 of 90
o Supply and installation of a 2-core, 16 mm2, PVC insulated, PVC bedded SWA
sheathed cable underground through a 75mm sleeve pipe and chamber to the security
kiosk distribution board (DB-A), 40m from the Harbour Entrance Kiosk (NK1 kiosk).
o The Contractor shall terminate the 16 mm2 cable on a new 40 A double pole circuit
breaker in an existing Harbour Entrance Kiosk (NK1 kiosk) and also on DB-A main breaker
(40A double pole circuit breaker) inside the security kiosk.
o The Contractor shall allow for DB-A to feed the loads as per drawing no: 2123361-1-150-
E-LA-0002-01.
b. The works for the cable way include the following:
o Excavation, bedding and backfill for cable ducts.
o Supply and installation of Sleeves.
o Supply and installation of a PVC conduits.
o Laying of cable duct markers.
o And any other work arising out of or incidental to the above, or required of the
Contractor for the proper completion of the works.
c. Low Voltage Cabling
o The Contractor shall supply and install low voltage cabling from the NK1 kiosk to the new
Security Kiosk.
o The low voltage cabling shall be installed according to specification TPD-003-
CABLESPEC: “Technical specification for the installation of medium and low voltage cables”
and as per drawing: 2123361-1-150-E-LA-0001-01.
o Sleeve Pipes, Draw Boxes and Wire ways
- The sleeve pipes for Low Voltage cables shall be installed at least 800mm below ground
level outside the building structures.
- Slow bends shall be used where the sleeve pipes enter the buildings or change of
direction.
d. Security Kiosk Lighting
o The Contractor shall supply and install new energy saving luminaires switched by
occupancy sensors as indicated on drawing no: 2123361-1-150-E-LA-0002-01. As per
SANS 10114-1.
o The Contractor shall supply, deliver and install 16A 6kA photocell with its cascading fuse for
exterior lighting as per drawing no: 2123361-1-150-E-LA-0002-01.
o All electrical works pertaining to the electrical lighting shall be done in accordance with the
referenced drawing and specifications, if clarity is needed in any regard the electrical
engineer should be contacted prior to any commencement of work
e. New Power supply points
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 29 of 90
o The Contractor shall supply and install Power points as per TPD-001-
EL&PSPEC:Technical specification for the supply and installation of electrical lighting and
power in buildings other than dwelling houses, SANS 10142-1 and as per drawing no:
2123361-1-150-E-LA-0002-01.
o The Contractor shall ensure that the socket outlet are mounted on the electrical services
part of the power skirting and shall comply with the requirements mentioned above.
f. Design, Supply and Installation of the Facility Earthing and Lightning Protection
o The Contractor shall design, supply and install earthing and lightning protection equipment
to the facility in accordance to specification no. TPD-004-EARTHINGSPEC; “Transnet
Projects Specification for lightning protection and earthing” and as per drawing: 2123361-1-
150-E-01-0002-02.
o This component of work shall be undertaken by a specialist earthing Contractor. The
installation of lightning protection system shall comprise of the following components:
- Test Joints
The Contractor shall supply and install Bolted test joints for the purpose of testing the
earth electrode resistance.
The test joints shall be a bolt and nut of M25 minimum size.
The bolt and nuts assembly of the test joint shall be constructed from stainless steel.
The Contractor shall supply and install signage at each test point as detailed in attached
drawing.
- Earth Electrodes
Earth electrodes and couples shall be manufactured from copper in accordance to SABS
1099.
The earth continuity conductor coupled to the earth electrode and the test joint shall be
insulated copper stranded conductor, with a minimum cross sectional area that complies
with SANS 10313 and SANS 10142.
Earth electrodes shall be installed not less than 500 mm away from the buildings and at
a depth of not less than 500 mm below finished ground level.
The earth electrode resistance shall not be more than 5 ohms at each test point.
g. Testing, Commissioning and Handover
o The Contractor is required to test the installation in the presence of the Employer and
issue compliance certificates for lightning protection systems (SANS 10313) for all work
done to the satisfaction of the Employer.
o Contractor shall submit Compliance Certificate for all the complete electrical installation in
accordance to SANS 10142-1.
o The tenderer shall to be registered and listed with South African Bureau of Standards and
the listing number shall be included in the above mentioned compliance certificate.
h. Compliance Certificate
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 30 of 90
o The Contractor is required to test the installation in the presence of the
Employer and issue compliance certificates for lightning protection systems (SANS
10313) for all work done to the satisfaction of the Employer.
o Contractor shall submit Compliance Certificate for all the complete electrical installation
in accordance to SANS 10142-1.
o The tenderer shall to be registered and listed with South African Bureau of Standards
and the listing number shall be included in the above mentioned compliance certificate.
Table 1: Summary of distribution board A
Description
Mounting Arrangement As specified
Material 3CR12
IP Rating As specified
Colour Orange Powder Coated
Doors Hinged doors
Panel Catches Square Key
Door Catches Turncatch
Door Hinges As per specification
Depth / Tray Size As per manufacture‟s discretion
Main Labels As per Line Diagrams and Drawings Number 2123361-1-150-E-01
0001-01.
Circuit Breaker Type As per Line Diagrams and Drawings Number 2123361-1-150-E-LA
0002-01.
Fault Level As per Line Diagrams and Drawings Number 2123361-1-150-E-LA
0002-01.
Cascading Label Yes
Cable Entry Bottom/Top
Cable Exit Bottom/Top
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 31 of 90
4.5 Mechanical Engineering (HVAC, Water Reticulation and Fire Protection)
4.5.1 Scope of Work
This specification covers the supply and delivery, commissioning, and handing over in complete
working order ready for immediate use.
4.5.2 Design Conditions
Ventilation, water reticulation and firefighting shall be provided to meet the specified design
conditions.
4.5.2.1 Ventilation Design Conditions
The following design conditions were considered in designing the ventilation system for the
security kiosk.
External conditions : 30°C / relative humidity 80%
Internal conditions : 22.5°C / relative humidity 50%
Minimum outdoor requirements
Kiosk air change rate/hour : 2
Kiosk L/s per person : 7.5
Ablution air change rate/hour : 15
4.5.2.2 Fire protection requirements
The facility is classified as an office, low risk industrial and Hospitality. Due to the size of the
facility being small there are no SANS requirements for fire detection and alarm systems.
Portable fire extinguishers are to be used to protect the facility from fire.
4.5.2.3 Water reticulation design requirements
Water supply pressure : 4 bar
Water supply velocity : 1.5 m/s
4.5.2.4 Ventilation equipment to be installed
Test Certificates for
Panel / DB
Required as per annexure
SANS 10142-1
Panel/Distribution
Distribution board
compliance certificate
Required
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 32 of 90
Mechanical ventilation shall comply with SANS 10400-O. The Contractor shall install all
ventilation equipment as specified on the drawing. All ventilation equipment shall be approved
by the engineer from Transnet Group Capital prior to use.
Door grille
Shall be fitted by the principal Contractor.
The selected sub Contractor shall however check that the door grille indicated on the
drawing is installed.
The door grille shall be manufactured from aluminium extruded sections, natural anodised
(9E6-C-0)
Door grille indicated is to be TROX type AGS-T
Fan
Fan specified on the drawings shall be of a specification similar or similar accepted to that
provided in Appendix 1.
The fan shall be of highest possible efficiency and comply with the noise criteria specified.
The fan shall be installed with anti-vibration mountings to match the fan characteristics
When the fan noise characteristics cannot meet the requirements of this specification, the
fan shall be replaced or approved steps taken by the Contractor at his own expense until the
installation meets the requirements.
The fan shall be fitted with manufactures nameplates fixed to the casing in a prominent
position clearly indicating manufacturer, model number, maximum operating speed,
maximum power absorbed and size
The fan shall be suitable for continuous operation in high humidity conditions.
4.5.3 Water pipework and fittings
Full radius bends and sweep fittings must be used wherever possible. Elbows may only be
used under exceptional conditions and only with written permission of the Engineer. Where
it is necessary to reduce pipes in size, reducing sockets only shall be used and not bushes.
Piping shall not be bent or formed in any manner during installation.
In horizontal runs of piping, concentric reducer shall be used.
Under no circumstances shall any piping be directly connected to noise generating
equipment such as pumps, heat pumps etc. Connections to such equipment shall be made
with correctly selected flexible rubber type connectors of the spherical type.
All underground piping shall be HDPE class 12 unless otherwise indicated.
All above ground pipework shall be Class 1 copper and shall comply with the minimum
standard when tested in accordance with the latest edition of SANS 6509
All solder, fluxes and the method of soldering shall comply with the latest edition of SANS
460
All fittings shall comply with the requirements of the latest edition of SANS 1067, as relevant
All pipework shall operate effectively under all normal conditions likely to be experienced
when water installation is in service.
All cold water pipework shall be able to withstand -4°C water temperature.
Piping shall be supported (unless otherwise indicated on the drawing) as per figure 1 below:
Figure 1: Piping supports
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 33 of 90
All supports and anchors shall compensate for thermal expansion of the piping. Pipe
supports fixed to sensitive building elements shall not be permitted.
Before piping is installed the internal surfaces shall be cleaned of mill scale and oil to
prevent the clogging of valves, strainers etc.
All low points in the water circuit shall have drain points to allow the circuit to be drained
All high points in the water circuit shall have automatic air purge valves to allow for purging
of air.
4.5.4 Fire protection system
4.5.4.1 Portable Fire Extinguishers
The portable fire extinguishers shall be two 5 Kg carbon dioxide extinguishers with an
aluminium casing and shall comply with the latest edition of the SANS 1567 standard.
The total mass of the fully equipped, fully charged extinguisher (excluding the bracket) shall
not exceed 23Kg and shall be equal to that marked on the extinguisher with a maximum
tolerance of allowed of +-5%
All plastics components used in the extinguisher shall comply with the latest edition of the
EN 3-8:2006 standard. However, no components under working pressure shall be
manufactured from plastic materials.
The extinguisher shall be equipped with a discharge hose assembly of minimum length of
400 mm.
All discharge horns shall comply with the latest edition of the EN 3-7 standard.
The extinguisher shall be fitted with a handgrip on the discharge horn constructed of a
thermally insulated material that will protect the operator‟s hand from freezing effects of the
discharge.
The extinguishers shall have suitable handles for carrying purposes as well as fittings and
brackets that shall enable them to be effectively mounted and allow easy removal from the
bracket.
4.5.5 Noise and Vibration
Maximum noise levels caused by the oscillating fan shall comply with the OHS Act 85 of 1993
and regulations. The specified noise levels shall be those that read at a distance of not more
than 2 metres from any air outlet, mechanical fan, etc.
4.5.6 Commissioning and Testing
Shall be carried out by an independent firm employing competent technician familiar with
the testing and adjusting of ventilation systems in the presence of Engineers from Transnet
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 34 of 90
Group Capital. The Contractor shall forward all test results to the Transnet Group
Capital Engineers for approval.
Testing and adjusting of the systems shall generally be in accordance with chapter 37 of
2008 ASHRAE HANDBOOK (Ventilation Systems and Equipment)
4.5.7 Appendix 1
Fan specification
Speed no. 3 2 1
Fan rpm 1360 1240 1100
Volume m/sec 2.8 2.5 2.3
Noise dBA 55 47 43
Power Watts 130 110 95
Fire extinguisher specification
Cylinder height 580 mm
Diameter 159 mm
Tara mass 8.5 Kg
Mass full 14.2 Kg
Effective Range 1 – 4 m
Discharge Nozzle Hose & Horn
Working Temperature -30/+60°C
Max Working Pressure 174 Bar
Test Pressure 250 Bar
Design Standard 1997/23/EC
Safety Device Bursting disc 200+- 15 bar
Neck Ring Thread 25E PZ27.8 x 14
Inlet Thread M10 x 1.0
Outlet Thread W21.7 x 14
Capacity & Filling Ratio 7.5L / 0.66
Fire extinguisher Valve – WN52-01-0
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 35 of 90
Brass spec CZ 122 Die Forging Brass (HPB59-1)
Body Forged & Nickel plated side outlet
Max Pressure 22.5 MPa +- 2.25 MPa
Fire extinguisher Cylinder
Material AA6061
Cylinder Finish Red epoxy powder coated
CE Verification CE0036
Approval Mark TUV / SANS1567
Packaging size 210 x 170 x 700 mm
Minimum Wall Thickness 9.05 mm
Max Working Pressure 174 r
4.6 Structural Engineering
4.6.1 CONCRETE, FORMWORK and REINFORCEMENT
This section covers the construction of all new reinforced concrete and associated concrete
works requirements for the proposed repair of the existing reinforced concrete structure, as
directed by the Engineer, at Durban Harbour Sand Bypass – Security Kiosk.
Particular specifications
The following specifications shall apply:
NB: All in situ concrete work (mass and reinforced) shall comply with SANS Specification
1200G (“8 Measurement and Payment” is not applicable) supplemented by the clauses in this
section. Where SANS Specification 1200G and the clauses in this section are in conflict the
clauses in this section shall take precedence.
In addition the "Model Preambles for Trades" as recommended and published by the
Association of South African Quantity Surveyors, 1999 Edition, shall be read in conjunction with
and shall apply to all items in the Bill of Quantities not covered by the 'SANS Standardised
Specifications' SANS 1200 Series
Where the term “plain concrete” appears in SANS Specification 1200G it shall be read as “mass
concrete”.
SANS 1200 G Concrete
SANS 2001: CC1 Construction Works: Concrete Works (Structural)
SANS 1083: 2006 Aggregates from natural sources
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 36 of 90
SANS 10100-2:2000 The Structural use of concrete – Part 2: Materials and
execution of work.
SANS 50197-1:2000 Cement – composition, specifications and conformity criteria.
Part 1: Common cements
SANS 1491-1:2005 Portland cement extenders – Part 1 Ground granulated blast
furnace slag.
SANS 1491-2:2005 Portland cement extenders – Part 2 Fly ash.
SANS 1491-3:2006 Portland cement extenders – Part 3 Condensed Silica Fume
S437 (Transnet) Concrete Pavement
S420 (Transnet) Concrete specifications
Cement
Common cements, complying with SANS 50197-1 shall be used for all concrete work. On no
account shall masonry cements be used for concrete work, even if the strength designations
are the same as for common cements.
The Supervisor for test purposes may require samples of cement from any one, or from every
consignment. Cement in any consignment from which a sample may have been taken for
testing shall not be used until it has been approved. Allowance must be made for possible
delay in that tests may take 10 days to carry out.
Bags of cement shall be stacked in a waterproof, solidly constructed shed with a central door
and a floor rendered damp-proof with a tarpaulin. The bags of cement shall be closely stacked
(but not against walls) in order to reduce air circulation in such a manner that the cement is
used in the order in which it was received, i.e. first in first out.
Alkali reactive concrete
Alkali Reactive Aggregates shall not be used in this project. The equivalent Na2O content of
the concrete shall not exceed 2, 0 kg/m3 where % Na2O equivalent = % Na2O + (0,658 x
%K2O)
Aggregates
Fine and coarse aggregate shall comply with the relevant clauses of SANS 1083.
Where aggregates have constituents, which in the opinion of the Project manager, may give
rise to damage due to alkali-aggregate reactions, the provisions of 6.3.3.3 shall be applicable.
Evidence of compliance of the aggregates with the requirements of 6.3.3.1 & 6.3.3.2 shall be
furnished as early as practical. No aggregate shall be delivered for use in the works until
approval is given.
Sand (fine aggregate):
The fine aggregates shall comply with the requirements of SANS Specification 1083. Other
aggregates may be approved if they have a satisfactory history and / or test results.
No aggregate may be used until it has been approved. Samples having a mass of 25kg
(16.5 litres) of the proposed aggregate to be used may be required by the Supervisor for test
purposes. Samples having a mass of 25kg shall be forwarded every 3 months during
concreting work and also if the source of supply is changed. Allowance must be made for
possible delay in that the tests may take 14 days to carry out.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 37 of 90
Admixtures
Admixtures containing chlorides will not be permitted in reinforced concrete.
Cover blocks
Cover blocks used to ensure the cover to reinforcement shall be made of cement mortar.
Cover blocks shall be dense and have a minimum 28 day crushing strength of 30 MPa and shall
be cured in water for at least 14 days before being used.
Cover/spacer blocks made of plastic will not be permitted.
Concrete quality
Prior to the start of any concrete work on site, the Contractor shall submit a quality assurance
plan which will ensure compliance with specification and provide acceptable documentary
evidence that all specified operations have been carried out satisfactorily.
Where the minimum dimension to be placed during a single pour is larger than 600mm, and
the cement content of the reinforced concrete exceeds the following:
Cement Types I and II/ * S : 400 kg/m3
Cement Types II/B-V and II/B-W : 450 kg/m3
The Project manager may require that measures be instituted to reduce heat development in
the concrete.
Unreinforced concrete
Class A Concrete:
Filling to cavity of hollow walls.
Unreinforced concrete cast against excavated surfaces
15 Mpa/19mm Concrete
Surface blinding under footings and bases.
Reinforced concrete
30 MPa/19mm Concrete:
Bases.
Foundation beams.
Surface beds cast in panels on waterproofing.
Walls in foundations (Provisional).
Columns in foundations (Provisional).
Batching
All cementitious binders shall be batched by full sack or by mass batching with approved
precision weighing equipment.
All aggregates shall be precisely measured by mass using approved precision weigh-batching
equipment, unless otherwise permitted by the Project manager.
Should any variation in the composition of the aggregate become apparent, the Project
manager shall be notified and a further sample of aggregate submitted immediately for his
approval.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 38 of 90
Concrete placing
The size, shape and depth of any excavation shall be approved by the Project manager before
concrete is placed.
Unless otherwise permitted by the Project manager, no concrete shall be placed until the fixed
reinforcement has been accepted by him and confirmed in writing by way of a release
certificate.
Construction joints
Unless otherwise shown on the drawings, the exact position of horizontal construction joints
shall be marked on the formwork by means of grout checks in order to obtain truly horizontal
joints.
Stub columns, stub walls and stays on footings shall be cast integrally with the footing and not
afterwards, even where another class of concrete is being used.
Joint lines shall be so arranged that they coincide with features of the finished work.
Where new concrete is to be cast against a hardened concrete surface, neat cement slurry
mixed to a creamy consistency shall be brushed onto the cleaned concrete surface.
Contraction joints shall be smooth and shall have one coat of lime wash or PVA applied to the
older surface prior to casting the fresher concrete.
Slip Joints between Concrete and Brickwork
Slip joints shall be provided between brickwork and concrete slabs and beams by levelling up
and towelling smooth the bearing surfaces of brickwork with 3:1 cement mortar and covering
the bearings before the concrete is based, with two layers of one side smooth tempered
hardboard, with the smooth sides in contact.
The ends and sides of beams and edges of concrete slabs shall be separated from the
brickwork with 13mm thick bitumen impregnated soft board or expanded polyethylene strips
placed vertically against the brickwork before the concrete is cast.
Similar slip joints shall be provided between brickwork and concrete lintels cast In situ, but
without soft board or expanded polyethylene strips at ends.
Movement Joints
All movement joints are to be filled in with approved bitumen impregnated soft board or
expanded polyethylene strip unless otherwise specified or detailed on drawings.
Descriptions (prices) of movement joints shall be deemed to include formwork.
Grouting
25 MPa non-shrink cementitious grout:
Bedding approximately 25mm thick under base plate including chamfered edges all round.
Curing compound
Unless otherwise directed by the Project manager, the curing compound shall be:
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 39 of 90
An approved trafficable, resin-based, white pigmented, membrane forming for slopes
flatter than 1:1.
An approved clear, aesthetically acceptable membrane forming for all other concrete surfaces,
including beam and slab soffits.
The curing compound shall comply with specification ASTM C309, except that the maximum
permissible water loss in the test shall be 0, 40 kg/m2.
Alternatively, the curing compound shall be acceptable if the treated concrete retains 90% or
more of its mixing water when subject to the test set out in BS 8110 Part 1 – Chapter 6.6.
Curing compound application
The total application rate of the curing compound shall be the greater of the supplier‟s
specification or 0.90 l/m2. On textured concrete surfaces, the total application rate shall be
0.90 l/m2.
In cases of concrete surfaces with run-off problems, it may be necessary to apply more than
one coat of membrane forming curing compound to obtain the specified total or cumulative
application rate.
Curing in accordance with SANS 1200 G shall commence on all concrete surfaces as soon as it
is practical in the opinion of the Technical Officer.
On unformed surfaces the curing compound shall be applied after finishing and as soon as the
free water on the surface has disappeared and no water sheen is visible, but no so late that
the liquid curing compound will be absorbed into the concrete.
On formed surfaces, the exposed concrete shall be wet with water immediately after the forms
are removed and kept moist until the curing compound is applied.
Application of the curing compound shall begin once the concrete has reached a uniformly
damp appearance with no free water on the surface.
Application of the compound may be done by hand or power spray.
The compound shall be applied at a uniform rate with two applications at right angles to each
other to ensure complete coverage.
Pigmented compounds, without a thixotropic agent, shall be adequately stirred to assure even
distribution of the pigment during application.
Unless otherwise directed by the Project manager, the initial 24 hour curing of concrete
surfaces not covered by formwork shall be carried out by ponding, covering with constantly
wetted sand or mats, or continuous spraying in accordance with SANS 1200 G when the
following climatic conditions occur:
Wind velocity greater than 5 m/s
and/or
Ambient temperature is above 25 C
and/or
The relative humidity is below 60 %
If plastic shrinkage occurs, the concrete, while still plastic, shall be re-vibrated, floated and re-
coated with curing compound as if no curing has previously taken place.
Curing period
The curing period for concrete containing only CEM 1 shall be 7 days.
The curing period for concrete containing CEM 1 plus cement extenders (MGBS, FA) shall be 10
days.
The curing period will start on completion of the concrete pour and for formed surfaces shall
included the time for which forms are still in place after the pour.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 40 of 90
Concrete records
The Contractor shall maintain the following daily records for every part of the concrete structure
and shall make these available at all times during the progress of the work for inspection by the
Project manager.
The date and time during which concrete was placed
Identification of the part of the structure in which the concrete was placed
The mixed proportions and specified strength
The type and brand of cement
The slump of the concrete
The identifying marks of test cubes made
Curing procedure applied to concrete placed
The times when shuttering was stripped and props removed
The date of despatch of the cubes to the testing laboratory
The test results
The records shall be delivered to the Project manager each week except in the case of sub-
standard concrete, when the Project manager shall be informed immediately.
Tolerances
Deviations shall be within the limits listed in SANS 1200 G for degree of accuracy II unless
otherwise specified.
Testing and monitoring
Frequency of sampling and testing shall be as specified in SANS 1200 G
Cost of tests
The costs of making, storing and testing of concrete test cubes as required under clause 7 'Tests' of SANS
1200 G shall include the cost of providing cube moulds necessary for the purpose, for testing costs and for
submitting reports on the tests to the Project manager. The testing shall be undertaken by an independent
firm or institution nominated by the Contractor to the approval of the Project manager (Test cubes are
measured separately)
If the quantity of concrete from which samples were taken exceeds 40 m3, it shall be subject to
the testing of a minimum of 3 sets of samples per day from each grade of concrete placed in
each independent structure.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 41 of 90
If the quantity of concrete from which samples were taken is less than 40 m3, it shall
be subject to the testing of a minimum of 2 sets of samples per day from each grade of
concrete placed in each independent structure.
If the Contractor disputes the results of the tests on concrete cubes, the concrete represented
by the cubes will be considered acceptable if the Contractor, at his own cost, proves to the
satisfaction of the Project manager that the estimated actual strength of cores taken from the
structure, determined in accordance with SANS Standard Method SM 856, is not less than the
specified strength.
If the strength of the concrete fails to meet the acceptance criteria stipulated, the Project
manager may in his sole discretion and in addition to the options listed in SANS 1200 G:
accept the concrete subject to approved remedial measures being undertaken by the
Contractor; or
permit the concrete to remain subject to the payment of a penalty
The penalty referred to will be determined as follows:
Penalty = V x R x F
Where
V = Volume (in the opinion of the Project manager) of concrete of unsatisfactory strength
represented by the test result.
R = Relevant scheduled rate
F = MPastrengthSpecified
concretetoryunsatisfacofstrengthAverage
61
Where the relevant scheduled rate (R) includes the cost of formwork or
F = MPastrengthSpecified
concretetoryunsatisfacofstrengthAverage
61
Where the relevant scheduled rate (R) excludes the cost of formwork or where no formwork
was involved.
Formwork
Descriptions of formwork shall be deemed to include use and waste only (except where described as
left in or permanent), for fitting together in the required forms, wedging, plumbing and fixing to true
angles and surfaces as necessary to ensure easy release during stripping and for reconditioning as
necessary before re-use
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 42 of 90
Formwork to sides of bases, pile caps, ground beams, etc. have been measured provisionally and will
only be paid for where it is specifically prescribed by the Technical Officer for design reasons.
Formwork necessitated by irregularity or collapse of excavated faces will not be measured and the
cost thereof shall be deemed to be included in the allowance for taking the risk of collapse of the
sides of the excavations, provision for which is made in Earthworks
Rough formwork (degree of accuracy ii)
Rough Formwork to Sides:
Strip footings.
Bases.
Walls in foundations.
Outer face of walls flushes with perimeter of concrete structure.
Rectangular columns in foundations.
Edges not exceeding 300mm high
Rough Formwork to Circular Columns
Smooth formwork (degree of accuracy ii)
Smooth Formwork to sides:
Inner face of shaft walls.
Edges not exceeding 300mm high
Movement joints etc
Expansion joints with soft board between vertical concrete surfaces:
12mm Joints not exceeding 300mm high.
Saw cut joints:
3.2 x 50mm And 6.4 x 20mm saw cut joints in two operations in top of concrete.
Seal Sikaflex-11FC on backing chord to manufacturer‟s specification
Horizontal toggle construction joints through concrete including thick cement slurry to one face.
Surface beds not exceeding 300mmm thick.
Reinforcement (provisional)
High tensile steel reinforcement to structural concrete work:
In various diameters and lengths
Mild steel reinforcement to structural concrete work
In various diameters and lengths
High tensile steel reinforcement to structural concrete work
Fabric reinforcement:
Fabric reinforcement type as specified on structural drawings.
Forming key to concrete for plaster, mosaic tiles and other finishes
Where rough formwork has been used, surfaces of concrete to receive plaster, mosaic tiles and
other finishes, shall, immediately after the formwork has been removed, be well wetted and wire
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 43 of 90
brushed whilst the concrete is still green and then shushed over with 2:1 cement grout
to form a key for the finish, all to the approval of the Supervisor. The shushing is to be allowed
to set hard before the finish is applied.
Where smooth formwork is used, surfaces of the concrete to receive plaster, mosaic tiles and
other finishes shall be hacked, on the distinct understanding that hacking of concrete shall be at
no extra cost to the Employer.
Surfaces of concrete receiving plaster or other finishes shall not be plastered or finished until the
Supervisor has signified his opinion in writing that the surfaces are suitable to receive plaster or
other finishes.
Sleeve Pieces and Ties
Where it is necessary to leave plugs or holes in beams, slabs or any other reinforced concrete, all
such plugs or holes must be situated in positions approved by the Supervisor before concreting.
Where it is necessary to carry pipes, bolts, wires or any other fittings through reinforced concrete
members, approved pipe sleeves must be provided and placed in position before concreting.
Where waste, ventilation water, heating or other pipes under 100mm diameter pass through
concrete slabs and beams, galvanised mild steel sleeve pieces or diameters shown or required
shall be cast into such concrete slabs and beams.
Chases shall be formed in edges of slabs or slots shall be formed in the slabs, or sizes required,
where two or more pipes pass through together.
All necessary bolts, plugs, brackets, cramps, etc. shall be cast into the concrete as the work
proceeds.
Where brickwork abuts against concrete, the brickwork is to be tied to the concrete with
galvanized hoop-iron ties 1.6m thick by 32mm wide and approximately 600mm long to every
third course of brickwork with one end of each tie cast approximately 150mm deep into the
concrete. Where such fixing is impossible, i.e. where steel formwork is used, the ties are to be
gun-nailed against concrete with steel nails to less than 38mm long.
Bagged Finish to Concrete
Concrete surfaces to receive bagged finish shall be prepared by removing sharp projections and
making good defects with 3:1 cement mortar. Finish by rubbing over the whole area with wet
rough sacking and cement grout to obtain an even surface.
Power Floated Finish
Power floated finish to floors etc. means that surfaces shall be floated c\mechanically to a
smooth and even finish before the concrete has set. Small areas inaccessible to the machine are
to be floated by hand. Under no circumstances is cement mortar to be added while floating the
concrete.
“No Fines” Concrete
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 44 of 90
“No-fines” concrete, for grading flat concrete roofs and the like to falls, shall be in the proportion
of 12 parts 19 iron cubical stone to 1 part cement mixed with 20 litres water per bag of cement
and be laid to falls of not less than 15mm per linear metre for mastic asphalt and not less than
20mm per linear metre for sheet roof covering. For heavy load applications special mix designs
may be required.
(a) Fillets against up stands:
Form triangular fillets, size 100 x 100mm, in corners with walls, kerbs, etc. neatly mitred at angles,
stopped where necessary and finished smooth ready to receive waterproofing.
(b) To raised floor, bases, etc:
No-fines” concrete for raised floors, bases, etc. shall be in the proportions specified. Finished
smooth with 3:1 sand/ cement screed to receive waterproofing.
Lift Shafts
Lift shafts may not deviate more than 25mm out of plumb over the full height of the shaft and
must on no account have more that 25mm spiral due to rotation of the formwork in the horizontal
place as the work proceeds.
Precast Concrete
Materials
Cement, water, aggregates and reinforcement shall be as described under: CONCRETE,
FORMWORK AND REINFORCEMENT.
Concrete
Concrete shall be as described under: CONCRETE, FORMWORK AND REINFORCEMENT and,
unless otherwise specified. Class E concrete shall be used but with coarse aggregate of an
appropriate size.
Smooth Finish
Where described as “finished smooth from the mould” such surfaces shall have a layer of fine stuff
composed of 1:4 (1 part cement and 4 parts clean fine sand by volume) packed against the faces
of the mould before placing the concrete backing. The concrete backing shall be disposed into the
moulds in a wet state (not dry pressed) whiles the facing is still wet.
Projections shall be rubbed off the faces shall be of even colour and free from blemishes, cracks
and other imperfections. Salient angles shall be arras rounded.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 45 of 90
STEELWORK
Governing Codes and Standards
ANSI/AWS D1.1: Structural Welding Code - Steel
BS-EN 287 Part 1: Approval testing of welders/fusion welding
BS-EN 288 Part 3: Specification and approval of welding procedures for metallic materials
BS 5135: Metal arc welding of carbon and carbon manganese steels
BS 4360/SANS 50025: Weldable structural steel
BS 2573 Part 1: Classification, stress calculations and design of structures
BS 3923: Methods for ultrasonic examination of welds
BS 2600: Radiographic examination of fusion welded butt joints in steel
DIN 1026 Metric channels
ISO R657 Angles
SANS 10094 The use of high strength friction grip bolts and nuts
SANS 135 ISO metric bolts, screws and nuts (hexagon and square) (coarse
thread free fit series)
SANS 136 ISO metric precision hexagon-head bolts and screws, and hexagon
nuts (coarse thread medium fit series)
SANS 435 Mild steel rivet
Structural Steelwork
The design of all structural steelwork shall be such as to provide a robust and rigid structure
requiring the minimum of maintenance and providing a long service life.
In the design of steel structures, due cognisance shall be taken of environmental and wind load
conditions as specified in the main specification.
Due to the highly corrosive conditions experienced in South African Ports, the permissible stresses
shall not exceed those set out in British Standard No. 2573. The minimum thickness of steel for
load bearing members shall be 15mm for gussets, 10mm for angles, tees, plates and flats and 9mm
for webs of channels and joists. Punching of holes over and above that permitted in BS 2573, shall
not be permitted. Other structural steel shall be of not less than 6 mm thickness.
The design of mobile structures shall be such that the induced von Mises stress (effective stress in
triaxial loading) will not exceed 90% of the elastic limit strength of the steel when the equipment is
travelling at maximum speed and colliding with either other stationary equipment or fixed stop
blocks. In calculating von Mises stresses, due cognisance must be taken of stress concentrations. If
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 46 of 90
the elastic limit strength of the steel is not known, it will be determined by using a 0.5%
strain offset on the stress-strain curve of the material.
Where applicable, the design may be in bolted, riveted or welded box construction except that no
site welding will be permitted in the final erection at the port except with the approval of TNPA
Alternatively, a welded hollow section lattice type structure will be acceptable, subject to the
following requirements:
The members must be structural sections made from BS 4360/SANS 50025 grade S355JR / 43C
weldable structural steel - welded for sizes up to and including 110mm outside diameter (BS
1775 HFW) - seamless for sizes over 110mm outside diameter (BS 1775 HFS).
Tube wall thickness must not be less than 6mm.
All joints must be completely seal welded in accordance with BS 5135. Special care must be
taken to prevent the ingress of moisture into hollow section members by ensuring that each
member is airtight.
Bolted or screwed attachments which require drilled holes through a hollow section will not be
permitted.
Non-hollow structural sections and plate used on the structure, in conjunction with the hollow
section framework, must comply with the relevant requirements of this specification.
All steel sections shall be manufactured in accordance with the following standards :-
Weldable structural steel: BS 4360/SANS 50025
I and H sections: BS 4 Part 1
Metric channels: DIN 1026
Structural steel, hot rolled sections: BS 4 Part 1
Angles: I SO - R657
Hot finished hollow sections: BS 4848 Part 2
Cold formed sections: BS 6363
Forgings: BS 29
Steel castings: BS 3100
Cast iron: BS 1452
All steel plates and rolled steel sections used in the construction of the structures shall be of steel
made by the open hearth process (acid or basic) and shall comply in every respect with BS 4360,
"A" quality Structural Steel for Bridges and General Building Construction, Grade 43A or Grade
50B or SANS 50025 grade S355JR, where sections sizes allow. That is, the percentage of
phosphorous and sulphur shall not exceed 0,06.
The above is laid down as a standard, but tenders will also be considered for rolled steel not
conforming strictly to the above standard. Full particulars of the guaranteed properties of the steel
tendered for should in this case be furnished, i.e. chemical composition, tensile strength, yield
point, reduction in area, bend tests, etc.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 47 of 90
Forgings and drop forgings shall be free from flaws and surface defects of any kind and
be accurately finished to the prescribed dimensions.
Steel castings shall be sound, clean and free from all defects and distortion of any kind and should,
except where otherwise specified, conform with the conditions and tests specified in B.S. No.
3100/Latest Edition, for grades A, B and C according to requirements. They shall be thoroughly
annealed and all working parts and bearing surfaces shall be machined and turned accurately with
correct finish.
Cast iron used throughout must be close grained, tough and free from all defects, and shall
conform to the conditions and tests specified in B.S. 1452/Latest Edition, for grades 12 to 14
according to requirements.
This applies to functional components only. A lower grade is acceptable for portal and machinery
house ballast. Tenderers to state grade of cast iron proposed.
The dimensional and out-of-square tolerance as specified in the above Standards shall also apply
to built-up components. Edge preparations, welding techniques, straight beds and material fit-up
shall be considered when welded joints are designed.
The shape of all members and connections must allow easy accessibility for maintenance painting
of all surfaces. No members shall comprise a double member which cannot be painted and
maintained.
Structural details must be so designed as to eliminate or seal off any cavities or pockets where
water or condensation could collect and promote corrosion. Horizontal members with upstanding
flanges require special drainage.
All hollow sections shall be completely closed and airtight, and all welding is to be of such size and
quality as to ensure complete airtightness. No tapping or drilling of holes into sealed sections will
be permitted.
Welding
All the provisions of BS 5135 shall be complied with as far as applicable.
Design of weld joints shall be such that crevices, overlaps, pockets, arc strikes and dead ends do not
exist.
All joints shall be completely seal welded in accordance with BS 5135. Special care must be taken to
prevent the ingress of moisture into the tubular members by ensuring that each such tubular member is
airtight. “Stitch” welding will not be permitted. Only continuous welding will be accepted.
Weld cracks, undercut, or pock marks will not be accepted.
All welds on the load bearing frame structure, containers, piping, pipe line flanges, etc., shall be
continuous and shall be visually inspected for cracks and other discontinuities.
Welds on the main chords must be tested ultrasonically in accordance with BS 3923 or X-rayed in
accordance with BS 2600 and those on minor joints by the dye-penetrant method. The equipment
required for these tests must be supplied by the Contractor and the testing done at his cost.
Steel, except in minor details, which has been partially heated, shall be properly annealed. (Electrically
welded structural members excepted.)
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 48 of 90
All brackets, clamps, lugs, straps, suspenders, etc. required for attaching mechanical and
electrical equipment must be welded on prior to erection and special precautions must be taken not to
damage welds or puncture tubes during erection.
The welding of all rails shall be done by an approved method.
Welding shall only be carried out by a coded welder according to SANS 10044, BS-EN 287 Part 1 and
BS-EN 288 Part 3 or ANSI/AWS D1.1.
All parts to be welded shall be thoroughly cleaned and dried before welding. The welding will only be
done in dry surroundings and all steps taken to prevent hydrogen embrittlement.
Where materials of different compositions are joined by welding, especially carbon steel to chrome
steel, the filler welding method and post welding treatment shall be such that embrittlement and other
degradation of both steel and filler is prevented.
It must be ensured that welded joints are ductile.
Fasteners
All bolts, nuts and rivets shall be manufactured in accordance with the following standards:-
Commercial bolts and nuts Grade 4.6: SANS 135
Precision bolts and nuts Grade 8.8: SANS 136
Friction Grip Bolts and nuts Grade General: SANS 10094
Rivets: SANS 435
All friction grip fasteners shall be hot dip galvanised, including high tensile bolts (and their nuts and
washers), structural rivets and Huck bolts.
All holding down bolts and nuts and brackets, as well as all fixing bolts, studs, nuts and washers shall
be of stainless steel. Fixing rivets shall be of either stainless steel or brass.
Bolts and set screws shall be locked in an approved manner and shall not be stressed in tightening to
beyond the recommended loads.
The quality of friction grip bolts, nuts and washers, bolt lengths, sizes of holes, tightening standards,
surface condition of clamped components, shop and site assembling and acceptance inspection of
friction grip joints shall comply with the latest edition of SANS 10094. Certificates shall be supplied for
all bolts of grade 8.8 and 10.9.
All bolt and rivet holes must be accurate to size and location, the centres of holes shall not be placed
nearer the edge of a plate than 1,5 diameters with an extra allowance of 3mm for sheared edges. All
holes in the structural work shall be drilled or otherwise punched to a diameter not exceeding 1,5mm
less than the diameter of the finished hole on the die side, and afterward reamed out to the exact size
Where possible the adjoining parts forming a connection shall be drilled or reamed together, with holes
not exceeding 1,5 mm diameter the rivet or bolt for which it is made. No rough or broken edge shall be
left around any of the holes.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 49 of 90
For turned and fitted bolts, the holes shall be accurately drilled or reamed; the diameter of the
hole shall not exceed the finished diameter of the bolt by more than 0,25mm.
The holes, after assembly of the parts, shall be true throughout the thickness of all the parts and
perpendicular to the axis of the member.
Rivets shall be cup-headed or countersunk as required, unless otherwise specified. No rivet head shall
contain less metal than does a length of the rivet equal to 1,25 times its diameter. All loose and
defective rivets shall be cut and replaced by sound ones; also others when required for the purpose of
examining the work. Rivets shall be driven with pressure tools whenever possible and pneumatic
hammers shall be used in preference to hand driving.
All field rivets must be supplied with shanks of suitable length for pneumatic riveting.
Bolts shall be of such a length as to accommodate a full nut when tightening up, and project at least
two thread pitches beyond the nut. Excessive projection of threads beyond the nuts should be avoided.
All bolts having countersunk heads shall have strong feathers forged on the neck and head to prevent
turning and the bolt holes shall be cut to receive same. All nuts and bolts (excluding countersunk bolts)
shall be furnished with circular washers of sufficient thickness, the outside diameter being at least twice
the nominal diameter of the bolt, and washers fitted correctly.
Where bolt heads or nuts are seated on bevelled surfaces of beams or channel flanges, bevelled
washers must be inserted.
Joints and Mating Surfaces of Members
Mating surfaces of members to be joined by high tensile steel bolts in friction grip shall be cleaned and
primed as specified for the rest of the steelwork. Mating surfaces shall lay flat against each other to
eliminate gaps which may allow ingress of water. After joining, the edges shall be sealed with an
approved brand of Butyl/ Rubber sealing compound by means of a suitable caulking gun, or shall be
seal welded.
Other joints shall be formed by one of the following methods:
The mating surfaces of members shall be blast cleaned, primed and protected prior to sub-assembly
by the liberal application of caulking compound. While the compound is still wet, the members shall be
bolted together and caulking compound which is squeezed out shall be completely removed.
The mating surfaces shall be protected with the full corrosion protection system as specified, the
surfaces joined together and the joint so formed shall be sealed with butyl rubber sealer.
After being cleaned and primed the surface shall be joined together and the joint so formed shall be
seal welded.
The primer coating on mating surfaces must be applied not more than 4 hours after cleaning and the
edges must be sealed within 3 weeks of assembly of the part.
Fabricated Parts
All fabricated parts shall be properly fitted during assembly to result in properly aligned equipment
having a neat appearance. Fabrications of load bearing members shall have no abrupt changes in
cross section and regions of severe stress concentration. All sharp corners accessible by personnel
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 50 of 90
during erection or operation shall be ground, rounded, or removed by other methods. Burrs,
welding spatter and stubs of welding wire shall be removed.
Ballast or Counter Mass
Tenderers must include for the supply of all necessary ballast or counter mass.
These must preferably be of cast iron and be removable for maintenance of structural steelwork.
Concrete ballast is not recommended but will be accepted provided the Tenderer satisfies Transnet
that it will not cause corrosion of any steel parts.
Fastenings used for removable pieces must be of non-corrosive material.
Ballast must be in suitable shapes to be secured in position against movement but in sizes easily
removable for maintenance.
Lifting hooks or eyes of non-corrosive material and of adequate strength must be provided in the
removable ballast pieces.
Concrete ballast must be reinforced so as to prevent cracking or breaking, and must be coated with an
approved corrosion protection system for concrete.
CORROSION PROTECTION (SPECIFICATION HE9/2/8 - [Version 16] - July 2002)
Scope
Structural steelwork in coastal area (within 10km from coast):
Structural steelwork is to be protected against corrosion as follows:
This specification covers requirements for protective coating of iron and steel structures, electrical
motors, gear boxes etc. against corrosion and must be read in conjunction with the main specification
as well as the following (latest editions):-
SANS 10064 "Preparation of steel surfaces for coating"
SABS 121 "Hot-dip (galvanized) zinc coatings"
SANS 1091 "National colour standards for paint"
BS 5493 "Code of practice for protective coating of iron and steel
Structures against corrosion"
Types of Corrosion Protection to BE USED
The coatings specified in this specification are chosen according to BS 5439, Table 3, part 9,
to ensure that the condition of the surface will be at least RE2 on the European scale of
degree of rust, after 10 years in a environment of frequent salt spray, chemicals and polluted
coastal atmosphere. During the 10 years, the normal maintenance painting will be done.
The paint manufacturer shall guarantee the paint for at least 10 years.
Should a tenderer wish to offer coating systems other than those specified, as an alternative,
he shall submit full technical details and a list comparing all appropriate details of the
alternatives proposed, with the original specified.
Tenderers must ensure that the different coats they offer in their tenders are compatible with
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 51 of 90
each other.
The coating of proprietary items must be done according to Clause 3.
All galvanized components including bolts and nuts but excluding walkway gratings, must be
painted with the specified system, unless otherwise approved.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 52 of 90
The following coating systems must be used unless otherwise specified in the main
specification:-
Substrate
Coat
No
Generic Description
Approved Brand Products
Dry Film
Thickness
(m)
3CR12 steel 1 Surface tolerant epoxy
primer
DULUX /SIGMA Sigmacover
primer
INTERNATIONAL
(PLASCON)
Intergard 269
STONCOR (CHEMRITE
COATINGS) Carboline 193
Primer
65-75
2
Two component
recoatable, polyurethane
finish (Gloss)
DULUX / SIGMA Sigmadur
gloss
INTERNATIONAL
(PLASCON)
Interthane 990
STONCOR (CHEMRITE
COATINGS) Carboline 134
65-75
Galvanized
Steel
1 Surface tolerant epoxy
primer
DULUX /SIGMA- Sigmacover
primer
INTERNATIONAL
(PLASCON)
Intergard 269
STONCOR (CHEMRITE
COATINGS) Carboline 193
Primer
65-75
2
Two component
recoatable, polyurethane
finish (Gloss)
DULUX /SIGMA- Sigmadur
gloss
INTERNATIONAL
(PLASCON)
Interthane 990
STONCOR (CHEMRITE
COATINGS) Carboline 134
65-75
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 53 of 90
Substrate
Coat
No
Generic Description
Approved Brand
Products
Dry Film
Thickness
(m)
Mild steel 1 Two component self
curing inorganic zinc ethyl
silicate OR two
component zinc rich
polyamide cured epoxy
primer
DULUX /SIGMA- Sigma
MC60 OR Sigma-cover
primer
INTERNATIONAL
(PLASCON) Interzinc 233 OR
Interzinc 52 or 53
STONCOR (CHEMRITE
COATINGS) Carbo Zinc 11
OR Carbo-line 658 Primer
65-75
2
Flexible recoatable high
build polyamide cured
MIO epoxy
DULUX/SIGMA – Sigmacover
CM MIO
INTERNATIONAL
(PLASCON) Interseal 010 MIO
STONCOR (CHEMRITE
COATINGS) Carboline 190
HB M.I.O. or Carboline 193
M.I.O.
125-150
3
Two component
recoatable, polyurethane
finish (Gloss)
DULUX/SIGMA Sigmadur
gloss INTERNATIONAL
(PLASCON) Interthane 990
STONCOR (CHEMRITE
COATINGS) Carboline 134
65-75
The paint manufacturer's recommendations for the application of the different coating systems,
curing time before handling or application of subsequent coats, health and safety
recommendations etc. must be carefully adhered to.
Paint Contractors must have a quality management system which must be submitted to the
Engineer for approval before commencement of the work.
Galvanizing shall be done to SANS 121 heavy duty hot dip galvanizing to a thickness of at least
85m. Electroplated components in zinc or cadmium are not acceptable.
All mounting bolts, nuts, washers and brackets as well as all fixing bolts, studs nuts and washers
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 54 of 90
shall be of stainless steel. Fixing rivets shall be of either stainless steel or brass.
High tensile bolts for friction grip joints must be hot dip galvanized and painted. High tensile bolts
must be certificated after galvanizing.
The full paint system shall be applied to all surfaces which are to be covered with wear pads,
linings etc.
For steelwork which will be transported over long distances and erected on site the two pack epoxy
primers is preferred.
Propriety Items
Proprietary items such as gearboxes, motors, brakes etc. must either be painted according to this
specification or where the coating system is equal to or exceeds this specification sufficient proof of
the coating system applied must be provided. Items which are nearly equal to this specification shall
be given a finishing coat according to this specification's thicknesses and final colours and to the
following procedure:-
A cross cut test must be done to SANS SM159 to determine if the original coating adheres
correctly to the substrate;
The original coating shall be rubbed down to remove any smooth finishing to form a suitable key for
the finish coat and any damaged areas prepared and patch primed with a suitable primer;
The item must then be detergent washed to remove any foreign matter, taking care that no dust,
solvent etc. contaminates any working part of the item;
A test shall be done on the existing coat to ensure that the finish coat will not react with and cause
undue dissolving and lifting of the existing coat. This can be done by applying a small quantity of
the finishing coat thinners.
Should any undue dissolving or lifting occur, a suitable intermediate or barrier coat must be applied
before the finishing coat is applied.
Proprietary items which failed the cross cut test and which generally have inadequate protection
shall be dismantled and the full corrosion protection specification applied.
Surface Preparation
All steel surfaces shall be detergent washed and fresh water rinsed to remove all oil, grease and
surface contaminates before shot blasting.
Sharp edges shall be radius used and major roughness of welds shall be removed by grinding.
Welding spatter and flux shall be removed.
Components manufactured from hot rolled steel sections and steel plate shall be blast cleaned to
base metal in accordance with SANS 10064 grade SA2½ - very thorough blast cleaning, to remove
all mill scale, rust, weld spatter etc.
o “Sharp” chilled iron shot, chilled iron grit, or granular abrasive slag is to be used to produce a
proper degree of surface roughness.
o Blast profile shall be determined by micrometre profile gauge, Keane-Tator surface profile
comparator or Testex press-o-film.
o The profile height shall be between 40 and 50m at any point.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 55 of 90
Good quality blast cleaning and spray painting equipment shall be used. Air used for
spraying and blast cleaning shall be free from all traces of oil, water and salinity. Water and oil
traps must be fitted to all equipment.
Wheel abrading equipment shall not be used unless an angular profile the same as clause 4.3.3 is
achieved.
When wet blasting is done the primer shall be applied before oxidization starts or surface
contamination occurs.
Components manufactured from 3CR12 steel shall be lightly abraded. The components shall then
be passivized by using a mixture of 10 - 15% nitric acid in water which is rinsed off after 10 - 15
minutes. The surface shall be neutralized to pH 7 before it is coated.
Hot-dip galvanized components, galvanized bolts and nuts etc. shall be lightly abraded with a
galvanizing pre-cleaner. The components shall then be washed with detergent and water and
washed down with clean water until a water break free surface is achieved. Allow to dry
thoroughly.
Joints and Mating Surfaces of Members
Mating (faying) surfaces of members which have to be joined by high tensile steel bolts in friction
grip shall be cleaned according to Clause 4 and painted with primer only.
o After being assembled joints so formed shall be seal welded and painted or after the
intermediate coat was applied the edges shall be sealed with an approved brand of
paintable flexible sealant or mastic (e.g. Butyl rubber, polyurethane sealer or two
component epoxy), by means of a suitable caulking gun.
All rivets, bolts, welds, sharp edges etc. must be covered with a "stripe coat" of the primer or
intermediate coat specified to ensure the correct dry film thickness on sharp edges, as well as
sealing of bolt threads to head etc.
All other mating surfaces must be sealed with an approved brand of flexible Butyl rubber, paintable
Silicone, polyurethane sealer or two component epoxy sealer, and joined while still wet. All excess
compounds must be completely removed.
4.5.8 PAINTING PROCEDURES
Directly before the application of paint, the area to be painted shall be degreased with a suitable
degreaser and left to dry.
Paint shall only be applied under the following conditions:-
o There is adequate light.
o The steel temperature is between 5 and 50°C and at least 3°C above the dew point of the air.
o The relative humidity of the air is between the limits specified by the paint supplier.
o Wind does not interfere with the method used and sand and dust cannot be blown onto wet
paint.
Steelwork shall be supported on trestles, at least 900 mm off the ground for painting purposes.
An adequate number of test readings shall be taken per square meter in order to determine the dry
film thickness.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 56 of 90
o The paintwork shall be acceptable if the average of the test readings taken falls within
or exceeds the ranges given.
o Paintwork shall not be acceptable if any single test reading is less than the specified minimum
thickness.
An ultrasonic or electronic magnetic flux thickness measurement gauge shall be used, but in case
of dispute, destructive testing shall be applied. he painted steelwork shall present a clean, neat
appearance of uniform colour and gloss as applicable to the paint used. Each coat of paint shall
be applied as a continuous, even film of uniform thickness. More than one application of paint may
be required to achieve the dry film thicknesses specified or to obliterate the colour of the previous
coating.
The use of thinners or solvents at any stage of the work is prohibited, unless specified by the paint
manufacturer.
Precautions shall be taken to prevent coatings from being applied to equipment nameplates,
instrument glasses, signs etc.
Colour Codes
Machinery and equipment shall be painted in the following final colours:-
Area
Colour
Code No. [SABS 1091 and
International No's]
Mobile equipment (cranes, loaders
etc.)
a) Structure, machinery and electrical
houses, operator’s cabins, chutes,
hoppers etc.
b) Undercarriage, travel bogies,
rubber tyred rims
Transnet White
Transnet dark grey
RAL 9016
RAL 7024 (Graphitgrau)
SABS 1091 GO4 (Bluegrey)
BS 381C-633
Industrial buildings, conveyor
structures
a) Roofs and canopies Pantone cool grey 10 RAL 7037 (Staubgrau)
b) Painted walls
Pantone cool grey 3
RAL 7035 (Lightgrau) or SABS
1091 G62 (Pale grey)
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 57 of 90
c) Steel columns, rafters, trusses
Pantone cool grey 5 RAL 7004 (Signalgrau)
General
a) Guards
Golden yellow SABS 1091-B49
RAL 1003
b) Sheaves
Orange RAL 2008
c) Cable reels (Stainless steel
Orange RAL 2008
Machine buffers and parts of machine
which could constitute a serious
hazard
Golden Yellow (High
Gloss) with Luminous
green stripes in
chevron pattern
SABS B49 and Luminous green
Area
Colour
Code No. [SABS 1091
and International No‟s]
e) Any exposed rotating part of
machinery, electrical Switch-gear
(other than starting and stopping
devices and emergency stop
control), electrical services e.g.
conduit and allied fittings
Light Orange (High Gloss) SABS 1091 B26
BS 381C-557
f) Low voltage switchgear panels
where orange is not aesthetically
acceptable
Light grey SABS 1091-G29
BS 381C-631
g) Medium voltage cable trays,
switchgear and motors (3,3 kV and
up)
Oxford Blue SABS FO2
BS 381C-105
RAL5003
h) Starting devices, low voltage
cable trays and switchgear
Mid Brunswick green (high gloss) BS 381C-228
SABS1091-EO4
RAL6005
i) Parts of stationary machinery
(Electrical, motors, gearboxes,
brakes, transformers, etc.])
Light Grey SABS G29
BS 381C-631
j) Hand levers, hand wheels, oiling
points, handrails on walkways,
ladders
Golden Yellow (High Gloss) SABS 1091 B49
BS 381C-356
k) Stopping devices, grease Signal red (High Gloss) SABS 1091 A11
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 58 of 90
points , motor fan covers and
danger signs (not symbolic safety
signs for which see SABS 1186)
BS 381C-537
RAL3001
l) Walkways (non slip surfaces)
(galvanized gratings not to be
painted)
Shop floor green
m) Informatory signs and notices
(not symbolic safety signs for which
see SABS 1186)
White on Emerald Green (High
Gloss)
White on
SABS 1091 E14
BS 381C- 228
Area
Colour
Code No. [SABS 1091 and
International No‟s]
Pipe lines
a) Reclaim water piping Aluminium
b) Slurry pipe lines
Dark admiralty grey SABS 1091-G12
c) Fire protection piping
Signal red SABS 1091-A11
d) Wash water drain pipes Light grey
SABS 1091-G29
e) Instrument air White with Strong blue band
White and SABS 1091-F11
f) Plant air White with Flag blue band White and SABS 1091-FO4
g) Potable water Grass green
SABS 1091-D14
Colour bands for pipes shall be 75 mm wide for pipe sizes up to 150 mm diameter and 100 mm
wide for 150 mm and above. The colour bands shall be applied to the pipe flanges, valves,
junctions, walls or structures etc. in such a manner that the pipe may be easily identifiable. On
straight sections the maximum spacing shall be 100 x the pipe diameter.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 59 of 90
Field Touch-up Painting
Damaged and unpainted areas, fasteners, welds, etc. shall be cleaned by wire brushing with
hand tool or power tool in a manner which will minimize damage to sound paint. Grinding will
not be allowed. Rust spots shall be cleaned to bright metal. Thick edges of old paint abutting
on bare metal surfaces shall be feathered by scraping and sanding.
Where welding is required on areas already coated with the coating system, the coat should
be stepped back for ± 30mm around the weld area.
The paint shall be applied to match the original coats in accordance with the manufacturer's
recommendations for the specific paint system.
Note: Inorganic zinc primers shall not be re-covered with an inorganic primer, but only with
an organic zinc primer.
Areas of damaged galvanizing shall be repaired with an approved cold galvanizing product or
metal sprayed by the wire spraying process with Zinc, and then touched up with the specific
paint system.
General
All walkways, floors, maintenance platforms etc. must be painted with a durable, non skid
coating of the appropriate colour.
Exposed machined surfaces must be coated with a strippable corrosion inhibitor (e.g. Tectyl).
Where different materials will be in contact with each other and galvanic corrosion can occur
the contact areas of the materials must be isolated from each other or the joints made water
proof to prevent ingress of moisture.
All components must be designed with corrosion prevention in mind and specifically the
following:-
No entrapment of dirt, product, moisture etc.
No areas must be inaccessible for maintenance such as too narrow gaps etc.
Large flat areas rather than complicated shapes and profiles.
No sharp corners and discontinuous welds.
Parts of equipment which are exposed to high temperatures must be coated with the
following system:-
Coat No
Generic Description
Approved Brand Products
Dry Film
Thickness
(m)
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 60 of 90
1 Two component self curing inorganic
zinc ethyl silicate
DULUX /SIGMA- Sigma MC60
INTERNATIONAL (PLASCON)
Interzinc 233
STONCOR (CHEMRITE COATINGS)
Carbo Zinc 11
65-75
2
Single component high temperature
moisture curing silicone with
aluminium flakes
DULUX/SIGMA – Sigmatherm Silicate
INTERNATIONAL (PLASCON)
Intertherm 50
STONCOR (CHEMRITE COATINGS)
Carboline 1248
40
Maintenance Painting of Structures
Areas which are only lightly corroded must be cleaned by means of high pressure water blasting or
wire brushing by power tool and the following system applied:-
Coat No
Generic Description
Approved Brand Products
Dry Film
Thickness
(m)
1 Surface tolerant two pack epoxy
primer with aluminium pigments
Dulux/SIGMA Aluprimer
STONCOR (CHEMRITE COATINGS)
Carbomastic 15
INTERNATIONAL (PLASCON)
Intergard 468,
125-150
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 61 of 90
2 Same as first coat OR micaceous iron
oxide (MIO) epoxy
DULUX/SIGMA – Sigmacover CM MIO
INTERNATIONAL (PLASCON)
Interseal 010 MIO
STONCOR (CHEMRITE COATINGS)
Carboline 190 HB M.I.O. or Carboline
193 M.I.O.
125-150
3
Two component recoatable,
polyurethane finish (Gloss)
DULUX/SIGMA Sigmadur gloss
INTERNATIONAL
(PLASCON) Interthane 990
STONCOR (CHEMRITE COATINGS)
Carboline 134
65-75
Alternatively, the Noxyde paint system can be used, consisting of two to three coats of water based
Noxyde paint to achieve a DFT of 350 to 400 microns. Where the Noxyde system is used on areas
other than slightly corroded structural areas, the following additional requirements must be
observed:
o Very smooth surfaces (e.g. 3CR12, stainless steel or hot-dip galvanized components,
bolts, nuts and fittings, and HT bolts): Parts must be thoroughly degreased using
OptiDegreaser, washed down with potable water, and immediately when dry, a single
coat of OptiPrimeAqua applied.
o Paintable flexible sealant/mastic: Only sealant approved by the paint manufacturer may
be used, and an initial coat of OptiPrimeAqua applied over it before the further coats of
Noxyde are applied.
o Bolted/riveted connections: After blasting or and/or cleaning as required, apply a coat of
OptiPrimeAqua and an additional stripe coat of Noxyde, in contrasting colour, to all
bolt/nut and plate edges and crevices.
The adhesion of old coatings must be verified by doing a cross cut adhesion test on selected areas.
The compatibility of the new paint system on the old coating must be tested and guaranteed in
writing by the paint supplier.
The work and coating system must be guaranteed for a minimum of 12 months.
All heavily corroded areas must be shot blasted to minimum SA2 and the three coat system indicated
in clause 2.6 applied.
Areas where the old coating is still sound need only be high pressure cleaned with a suitable solvent
and coated with one of the primers suggested in clause 10.2 (as tie coat) and then with one of the
top coats suggested in clause 2.6 to get the appropriate colour and finish. The minimum dry film
thickness of this tie coat must be 75 microns and top coat must be 50 microns, but the previous
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 62 of 90
coating colour shall be completely obliterated to present a uniform colour.
Note: Inorganic zinc primers shall not be re-covered with an inorganic primer, but only with an
organic zinc primer.
Repairs to the insides of all the enclosed sections of the booms as well as the insides of the crane
legs, sill beams, cross beams, pylon cross bracing members etc. shall be done as above but the top
coat need not be applied.
5. List of Drawings
5.1 Drawings issued by the Employer
This is the list of drawings issued by the Employer at or before the Contract Date and which apply to
this contract.
Note: Some drawings may contain both Works Information and Site Information.
Drawing No. Revision Description
2123361-1-150-S-LA-0001-01 0B
STRUCTURAL LAYOUTS AND SECTIONS
(FOUNDATION,SURFACE, ROOF SLAB &
REINFORCEMENT DETAILS)
2123361-1-150-A-LA-0001-01 0B SECURITY KIOSK, ELEVATIONS, SECTION AND
SCHEDULES
2123361-1-150-C-DE-0001-01 0A ELECTRICAL DRAW CHAMBERS
2123361-1-150-C-DE-0002-01 0A TYPICAL SEWER MANHOLES (LIGHT DUTY)
2123361-1-150-C-GA-0001-01 0A GENERAL DETAILS AND LAYOUT
2123361-1-150-E-LA-0001-01 0A PROPOSED CABLE ROUTE SITE LAYOUT
2123361-1-150-E-LA-0002-01 0A SLD, LIGHTING AND POWER LAYOUT
2123361-1-150-E-LA-0002-02 0A EARTHING AND LIGHTNING PROTECTION
2123361-1-150-M-LA-0001-01 0A VENTILATION, FIRE AND WATER RETICULATION
SECTION 2 6. Management and start up
6.1. Management meetings
Regular meetings of a general nature may be convened and chaired by the Project manager as
follows:
Title and Approximate
time & interval
Location Attendance by:
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 63 of 90
purpose
Risk register
and compensation
events
Weekly TBA Project manager (and appropriate
delegates), Supervisor (and appropriate
delegates) and Contractor (appropriate
key persons)
Overall
contract
progress
and
feedback
Weekly TBA Project manager (and appropriate
delegates), Supervisor (and appropriate
delegates) and Contractor (appropriate
key persons)
SHE
meetings
Monthly TBA Project manager (and appropriate
delegates), Supervisor (and appropriate
delegates) and Contractor (appropriate
key persons)
Meetings of a specialist nature may be convened as specified elsewhere in this Works
Information or if not so specified by persons and at times and locations to suit the Parties, the
nature and the progress of the works. Records of these meetings are to be submitted to the
Project manager by the person convening the meeting within five days of the meeting.
All meetings are to be recorded using minutes or a register prepared and circulated by the
person who convened the meeting. Such minutes or register are not to be used for the purpose
of confirming actions or instructions under the contract as these are to be done separately by the
person identified in the conditions of contract to carry out such actions or instructions.
6.2. Documentation Control
In undertaking the works all documentation requirements for the works shall be dealt with in
accordance with document DOC-STD-0001 – Rev03 (Contractor Documentation Submittal
Requirements). The control, maintenance and handling of these documents and drawings,
using a suitable document control system, remain the sole responsibility of the Contractor.
The Contractor Documentation Schedule (CDS) is as contemplated in DOC-STD-0001 – Rev 03,
as contained in the Annexures E.
The Contractor documentation “Starter kit”, as contemplated in DOC-STD-0001 – Rev 03, will
be issued at the kick-off meeting following award.
All contract correspondence is issued through document control. All hardcopy communication
will be delivered to the Employer via Lead Document Controller at the project site
office/Queens Warehouse document control department. In the event of urgent
communication, electronic communication can be transmitted to the responsible Document
Controler and cc [email protected] on that correspondence.
Each supplier of documentation and data to the Project is responsible for ensuring that all
documentation and data submitted conforms to the Project Standards and data Quality
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 64 of 90
requirements in terms of numbering, uniqueness, quality, accuracy, format,
completeness and currency of information. Data not meeting the Project Standards and data
Quality requirements will be cause for rejection and returned to the Contractor for corrective
action and re-submission.
Should any change be made to documentation or data, which has already been submitted to
the Project, then new or revised documentation or data shall be issued to replace the outdated
information.
All drawings supplied shall comply with the CAD Standards, i.e. ENG-STD-0001, contained in
the Annexures ?
It is the responsibility of all Project participants undertaking work on the Project to ensure they
obtain and comply with the relevant requirements to suit their deliverables and Scope of Work.
The Contractor is to ensure that the latest versions of the required application software and a
suitable „IT‟ Infrastructure are in place to support the electronic transmission of documentation.
Electronic files submitted to the Project shall be clear of known viruses and extraneous
“macros”. The supplier of documentation is required to have, at all times, the latest generation
of virus protection software and up-to-date virus definitions.
The Contractor shall be responsible for the supply of all Sub-Supplier/Contractor/ Manufacturer,
etc documentation and data related to their package of work, and shall ensure that these Sub-
Suppliers have the capability to supply the necessary documentation and data in the required
time-frame and quality as outlined in the specified standards prior to awarding sub-orders.
The required number of copies shall as a minimum be three (3) (1x original + 2 x hard copies),
with the corresponding PDF and „Native‟ file formats upon final submission.
The Contractor shall apply “wet signatures” to the original Documentation before scanning the
signed original and prior to formal submission to the Project.
Final issues of all documentation shall be supplied to the Project in “wet signature” format
along with the associated corresponding electronic „native files‟ and PDF renditions.
The Contractor shall ensure adequate resources are available to manage and execute the
Document Control function as per the requirements of the Project. (The Contractor shall ensure
that a dedicated Document Controller is available for the Project)
Procedure for Submission and Acceptance of Contractor’s Design
The Contractor‟s documentation shall be issued to the Project Manager under cover of the
Contractor‟s Transmittal Note indicating all Contract references (i.e. Project No, Contract No,
etc.) as well as the Contractor‟s Project Document Number, Revision Number, Title and
chronological listing of transmitted documentation. Formats of Contractor data submitted is
dependent on the project procedure and shall be specified by the Project Manager, upon the
notified request of the Contractor.
The Contractor shall deliver both hard copies and electronic media copies (CD Rom) to the
Project Manager either at the address stated within the Contract Data or at the Project site
office.
All electronic documentation shall be submitted by the Contractor in Adobe Acrobat (.PDF) and
native file format.
Acceptance of documentation by the Project Manager will in no way relieve the Contractor of is
responsibility for the correctness of information, or conformance with his obligation to provide
the Works. This obligation rests solely with the Contractor.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 65 of 90
After review, a copy of the original reviewed/marked-up drawing/document, with the
Project Manager‟s consolidated comments and document status marked on the Contractor
Review Label, is scanned and the copy shall be returned to the Contractor under cover of the
project‟s Transmittal Note for revision or re-submittal as instructed.
The Contractor shall allow the Project Manager 2 weeks (unless otherwise stated and agreed)
to review and respond to the Contractor‟s submission of their documentation, i.e. from time of
receipt by the project to the time of despatch. However, work shall proceed without delay in
the event of late return of the documentation by the Project Manager with prior notification in
writing by the Contractor.
On receipt of the reviewed documentation the Contractor shall make any modifications
requested/marked-up and resubmit the revised documentation to the Project Manager within 2
weeks. Queries regarding comments/changes should be addressed with the Project Manager
prior to re-submittal.
Any re-submittals, which have not included the changes/comments identified, will be returned
to the Contractor to be corrected. The Contractor shall re-issue the revised documentation
incorporating all comments and other specified details not included in the previous issue within
2 working days of receipt of the marked-up document.
In undertaking the works (including all incidental services required), the Contractor shall
conform and adhere to the requirements of the Contractor Document Submittal Requirements
Standard included in the Annexures (Refer DOC-STD 0001 Rev 03).
As-built Drawings, Operating Manuals and Data Packs
The Contractor provides the following:
Red Line/Final Documentation
In undertaking the works (including all incidental services required), the Contractor shall
conform and adhere to the requirements of the Contractor Document Submittal
Requirements Standard included in the Annexures (Refer DOC-STD-0001 Rev 03).
All Red Line information to be signed off by Contractor‟s responsible Professional
Engineer/Technologist before issue to TCP.
Installation, Maintenance and Operating Manuals and Data Books
The Contractor provides manuals in an A4 hard covered, red, grease and waterproof binder,
using 2 ring type binders. The manuals are well indexed and user friendly and include a
summarized Table of Contents.
Drawings and charts larger than A4 are folded and those greater than A3 are enclosed in an A4
plastic pocket of adequate strength.
The Contractor submits the draft Table of Contents to the Project Manager for acceptance
prior to the compilation and official submittal of the manuals.
The originals of all brochures shall be issued to the Project Manager. When a general brochure
is applicable to a range of equipment, then the specific item, catalogue number or model
number shall be stated, which is best achieved by introducing a separate index page, which
cross-references the specific item to a tag number.
The address, phone numbers, fax numbers and reference numbers of all Sub-Contractors is
provided.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 66 of 90
Where manuals include drawings that still need to be revised to “As-Built” status, and
such manuals are required prior to „As-Built‟ status, the manual will not be considered to be in
its final form until the “As-Built” version of each such drawing has been incorporated.
The required number of copies of the manual (s) shall be as specified by the Project Manager
and submitted per type or model number of equipment included in the contract, or as specified
by the Project Manager.
All electronic copies (pdf.) of Data Packs to be properly indexed.
A typical example of what the binder/file (s) shall be marked with on the spine and the front
cover is as follows: -
- Project Name
- Manual Title, e.g. Installation, Maintenance and Operating Manual
- FBS No. and Title
- Manual Numbering (e.g. Volume 1 of 2, etc.)
- Contract Number
- Contractor Name
Unless otherwise stated in the CDS, the required number of copies of all As-Built/Final/Data
Packs shall be:
- 3 x hard copies (Full size)
- 3 x CD Roms with Adobe Acrobat (.pdf) and “Native” formats
6.3. Safety risk management
6.3.1. Health and Safety Standard
The Contractor must comply with the requirements of the Transnet Capital Projects HAS-GL- 0001 Health and Safety Guidelines.
6.3.2. Contractor’s General Requirements for Health and Safety
The Contractor is solely responsible for carrying out the work under the Contract having the highest regard for the health and safety of its employees, Transnet’s employees and persons at or in the vicinity of the Site, the Works, temporary work, materials, the property of third parties
and any purpose relating to the Contractor carrying out its obligations under this Contract.
The Contractor must initiate and maintain safety precautions and programs to conform to all applicable Health and Safety laws or other requirements, including requirements of any applicable government instrumentality and client corporate, business unit and site requirements.
The Contractor must, at its own cost, erect and maintain safeguards for the protection of workers
and the public. The Contractor must manage all reasonably foreseeable hazards created by
performance of the work. The Contractor must:
o Provide all things and take all measures necessary for maintaining proper personal hygiene, ensuring safety of persons and property and protecting the environment at or near the Site.
o Avoid unnecessary interference with the passage of people and property at or near the Site.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 67 of 90
o Prevent nuisance and excessive noises and unreasonable disturbances in performing the Services.
Be responsible for the adequacy, stability and safety of all of its site operations, of all its methods of design, construction and work and be responsible for all of the work, irrespective of any
acceptance, recommendation or consent by TCP, its Contractors, employees, agents and invitees, or any Government Body.
Costs for the above are borne by the Contractor.
The Contractor must comply and is responsible for ensuring that all of its Sub-Contractors comply with the relevant legislation(s) and statutory regulations for health and safety, the Transnet Health and Safety requirements included in the Contract and other document pertaining to health & safety contained in the Programme Health & Safety Management System and include standards, policies, procedures, guidelines and safe work instructions.
6.3.3. Contractor’s Health and Safety Management Plan
The Contractor must prepare, implement and maintain a project-specific Health and Safety Management Plan. The plan must be based on the requirements set out in this specification as well as all applicable legislation. It must cover all activities that will be carried out on the project site(s), from mobilisation and set-up through to rehabilitation and decommissioning. The Plan (CHSMP) must be in writing and presented to Transnet Capital Projects or nominated representatives for review and acceptance. The Plan must at least “be accepted with comments”
by Transnet Capital Projects BEFORE permission can be granted to Contractors to mobilise to site.
The Contractor’s Health and Safety Management Plan must be in line with HAS-GL-0001 and Project Specific Health and Safety Functional Execution Plan (PSHSFEP) which indicate Project Specific site safety rules.
Any proposed amendments or revisions to the CHSMP shall be submitted to Transnet Group Capital for review and acceptance, and once accepted, it becomes part of the Transnet Group Capital Safety Management Plan.
The plan must demonstrate the Contractor’s commitment to health and safety and must, as a minimum, include the following:
o A copy of the Contractor’s Health and Safety Policy; in terms of the OHS Act section 7;
o Procedures concerning Hazard Identification and Risk Assessment, including both Baseline and Task-Based Risk Assessments;
o Arrangements concerning the identification of applicable Legal and Other Requirements, measures to ensure compliance with these requirements, and measures to ensure that this information is accessible to relevant personnel;
o Details concerning Health and Safety Objectives – a process must be in place for setting objectives (and developing associated action plans) to drive continual improvement;
o Details concerning Resources, Accountabilities and Responsibilities – this includes the assignment of specific health and safety responsibilities to individuals in accordance with
legal or project requirements, including the appointment of a Project manager, Health and Safety Officers, Supervisors, Health and Safety Representatives, and First Aiders;
o Details concerning Competence, Training and Awareness – a system must be in place to ensure that each employee is suitably trained and competent, and procedures must be in place for identifying training needs and providing the necessary training;
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 68 of 90
o Communication, Participation and Consultation arrangements concerning health and safety, including Safety Observations and Coaching, Toolbox Talks, Daily Safe Task Instructions, project health and safety meetings, and notice boards;
o Documentation and Document Control – project-specific documentation required for the effective management of health and safety on the project must be developed and maintained, and processes must be in place for the control of these documents;
o Processes and procedures for maintaining Operational Control, including rules and requirements (typically contained in Safe Work Procedures) for effectively managing health and safety risks, particularly critical risks associated with working at heights, confined spaces, mobile equipment and light vehicles, lifting operations, hazardous chemical substances, etc.;
o Emergency Preparedness and Response procedures;
o Management of Change – a process must be in place to ensure that health and safety risks are considered before changes are implemented;
o Sub-Contractor Alignment procedures – a process must be in place for the assessment of
sub-Contractors and suppliers with regard to health and safety requirements and performance (before any contract or purchase order is awarded);
o Measuring and Monitoring plans, including a plan for the measuring and monitoring of employee exposure to hazardous substances or agents (e.g. noise, dust, etc.) in order to determine the effectiveness of control measures;
o Incident Reporting and Investigation procedures describing the protocols to be followed with regard to incident reporting, recording, investigation and analysis;
o Non-conformance and Action Management procedures concerning the management of corrective actions;
o Performance Assessment and Auditing procedures concerning health and safety performance reporting, monthly internal audits to assess compliance with the project health and safety requirements, and daily site health and safety inspections; and
o Details concerning the Management Review process followed to assess the effectiveness of health and safety management efforts. Site Supervision
o The Contractor shall comply with OH&S Act – Section 8, 9, 13 and 16 and the Construction Regulations 2014.
o The Contractor must nominate and appoint a responsible person on site to whom the
Project manager may refer in connection with the Works. Persons are nominated for all shifts worked or whilst any activity relating to the Contract is being performed on site, and
must have the authority to bind the Contractor with respect to the Contract. (OH&S Act - 16 Section (2)).
o The Contractor must ensure that the performance of all specified Works is supervised throughout by a sufficient number of qualified and competent appointed representatives of
the Contractor, who have experience in the type of work specified. (OH&S Act – Construction Reg. 8 (1) and 8 (2.)
o Note: No work may commence and or continue without supervisory Appointees present
on site. The Contractor’s Site Supervisor must be equipped with a mobile telephone with message bank and/or pager or an equivalent communication device so that communication throughout the Contract can be maintained at all times.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 69 of 90
o The Contractor’s Site Supervisor must provide a list of names and contact telephone
numbers of all Contractors and Sub-Contractor’s contact persons on Site. This list is
updated as a new Contractor or Sub-Contractor employee commences on Site.
o The Contractor’s Site Supervisor must keep a record of all employees, including date of induction, relevant skills and licences, and be able to produce this list at the request of the Supervisor.
o The Contractor’s Site Supervisor must complete manning sheets describing the day’s activities, labour numbers and classifications and issue these to the Supervisor prior to 9.00 am on a daily basis.
o The Project manager’s Site Safety Representative is notified of any new starter with evidence of induction and site specific induction prior to commencement of work.
6.3.4. Contractor’s Safety Officer
The Contractor must appoint a full-time Health and Safety Officer for the duration of the contract. If more than 100 employees are deployed on the project site(s) (directly or through sub-
Contractors), at least two full-time Health and Safety Officers must be appointed, with an additional Health and Safety Officer appointed for every 100 additional employees thereafter.
The Health and Safety Officer must be on site when work commences at the start of the day and
must remain on site until all activities for that day (including the activities of sub-Contractors) have been completed. A Health and Safety Officer must be present during all shifts, so if work is
carried out over more than one shift per day, the Contractor must make provision for an additional Health and Safety Officer.
6.3.4.1 Each Contractor Health and Safety Officer shall be responsible for:
o Reviewing all applicable legal and project health and safety requirements and providing
guidance to Contractor and sub-Contractor personnel (particularly the Contractor’s Project manager) to help ensure compliance at all times;
o Assisting with the implementation of effective hazard identification and risk management
processes for all work to be carried out by the Contractor;
o Participating in the Baseline Risk Assessment for the Contractor’s scope of work (prior to site establishment) and ensuring that identified control measures are implemented;
o Participating in all Task-Based Risk Assessments conducted for the work to be carried out by
the Contractor and ensuring that identified control measures are implemented;
o Conducting Contractor health and safety induction training for all Contractor and sub-Contractor personnel;
o Compiling and maintaining all health and safety related documents and records required of the
Contractor;
o Communicating relevant health and safety information to Contractor and sub-Contractor personnel (e.g. incidents and lessons learnt, leading practices, hazards, risks and control measures, etc.);
o Carrying out Safety Observations and coaching (one per day);
o Evaluating (on a daily basis) the content of the Daily Safe Task Instructions (DSTI’s) conducted
by the Contractor’s appointed supervisors, and attending at least one DSTI each day;
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 70 of 90
o Attending monthly Contractor and Site Health and Safety Meetings;
o Assisting with the implementation of the Contractor’s Health and Safety Management Plan and associated Safe Work Procedures;
o Carrying out Planned Task Observations on an ad hoc basis;
o Assisting with the implementation, testing and maintenance of an effective Emergency
Response Plan for all Contractor and sub-Contractor activities;
o Responding to workplace incidents (as appropriate);
o Participating in incident investigations;
o Maintaining accurate health and safety statistics (for the Contractor and all sub-Contractors), and compiling health and safety performance reports as required;
o Auditing the health and safety management system and workplace activities of the Contractor and each sub-Contractor on a monthly basis to assess compliance with the project health and safety requirements; and
o Tracking and reporting on the implementation of corrective actions (arising from incident
investigations, audits, inspections, etc.). The Contractor must ensure that they have made adequate provision of safety officers as per the works information works packages). Health and Safety Officer is adequately equipped to enable him to perform his duties effectively. Each Health and Safety Officer must be provided with the following:
o A computer with access to all necessary systems, including access to e-mail and the internet;
o A mobile telephone on contract or with adequate pre-paid airtime; and
o A vehicle where required or instructed by a nominated project management representative (depending on the size and location of the project site(s)).
6.3.4.2 A Health and Safety Officer must be computer literate, fluent in English, and must have the following minimum qualifications, training and experience:
o At least 5 years’ experience as a Health and Safety Officer on construction projects;
o SAMTRAC or an equivalent training course as a minimum qualification;• Experience and appropriate training with regard to implementing and maintaining a health and safety management system compliant with national legislation or an international standard;
o Experience and appropriate training with regard to construction related hazard identification and risk management processes;
o Competence, experience and relevant training with regard to incident investigation procedures and causation analysis;
o Health and safety auditing experience and training;
o A valid First Aid certificate of competency;
o Fire prevention and protection training; and
o A valid Driving Licence (light motor vehicle).
o Before placing a Health and Safety Officer on the project site(s), the Contractor must forward a copy of the person’s CV to the nominated project management representative
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 71 of 90
or to the Programme Health and Safety manager for review and acceptance. A proposed candidate may be rejected should he not meet the experience and/or qualification requirements, or due to poor work performance on previous projects.
6.3.5. Contractor’s Safety Manual
The Contractor must provide a hard copy of its safety manual, policies and procedures to the
Project manager for acceptance prior to the commencement of any site work. The Contractor must ensure that his personnel, at all times, strictly observe and comply with the procedures set
out therein. The Project manager or the Project manager’s nominated Representative may from
time to time request safety procedures applicable to the area of operations. The Contractor must
forward to the Project manager any updates or revisions to its safety manuals, policies or procedures as soon as practicable following revision or update.
The Project manager may require the Contractor from time to time to supplement its safety manual, policies and procedures with guidelines and/or operating standards provided to the
Contractor by the Project manager. The Contractor must comply with such requests where the
request is consistent with the requirements of the Contract. The Contractor must give prompt
written notice to the Project manager of any objection to the requested supplement, including the
reasons for objection. The Project manager’s rights under this Clause are not intended, and must
not be construed, to relieve the Contractor from any obligations to ensure compliance with all provisions of this Contract.
6.3.6. Performance Measurement and Reporting
6.3.6.1 Health and Safety Statistics
The Contractor and each of its Sub-Contractors must complete and submit Health and Safety
statistics to the Project manager or the Project manager’s nominated representative, or as
amended by the Project manager, before mid-day on the Friday of each week. The Contractor must submit monthly Health & Safety Statistics before mid-day on the last day of each month to
the Project manager’s nominated representative.
6.3.6.2 Safety Management Records
The Contractor must submit to the Project manager for acceptance a schedule of the specific Health and Safety records it intends to maintain for the Contract. As a minimum, such records are
as specified by applicable legislation. Copies are provided to the Project manager or the Project manager’s nominated Representative if requested.
6.3.6.3 Field Technical/Safety Audit by the Project manager
The Project manager or the Project manager’s nominated Representative has the right to conduct
audits/inspections of the Consultant, Professional Service Provider (PSP) and Contractor Safety Management Plan implementation, operations, equipment, emergency procedures, etc., at any
time, and the Contractor must fully cooperate with the Project manager or the Project manager’s
nominated Representative during such audits/inspections. The Project manager’s rights under this clause does not, must not and will not relieve the Consultant, Professional Service Provider
(PSP) and Contractor of its own obligations to conduct audits and reviews of its own Health and Safety performance.
Where such audits/inspections reveal deficiencies in the Contractor procedures, drills, training or
equipment, or non-conformities with the Contractor accepted project Safety Management Plan, of
a minor nature (Risk Rating of 6 or less), the Contractor must investigate the cause of the nonconformity and initiate corrective and preventive action to rectify such deficiencies and non-conformities and prevent recurrence as soon as practicable.
Where such audits/inspections reveal deficiencies of a major nature (Risk rating of 7 or greater),
the Contractor must stop work on the operation/activity concerned, immediately investigate the
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 72 of 90
cause of the nonconformity, and initiate corrective actions to rectify such deficiencies and non-conformities and to prevent recurrence. These corrective action plans is submitted to the
Project manager for review and comment within 24 hours of the audit finding.
Where such deficiencies include an unsafe practice or a breach of the statutory or the Contract’s
requirements, the Project manager or the Project manager’s nominated Representative may in accordance with the General Conditions of Contract suspend the work associated with the unsafe practice or breach until the deficiency is rectified.
The Project manager or the Project manager’s nominated Representative will establish a schedule of regular field safety audits which will be based on an audit tool aligned to the
Contractor Safety Management Plan and site operations and activities. The Contractor audit conformance will be assessed as a percentage and where conformance is better than 90% it will
be considered satisfactory and the Contractor must develop and implement an action plan within
4 weeks, to be reviewed at the next regular audit. Where the Contractor level of conformance is between 75 – 90%, a corrective action plan will be required to be developed and implemented
within 2 weeks, and a follow up audit will be carried out. Where the Contractor conformance is
less than 75% the Contractor must stop work until an investigation of the cause/s has been
completed and corrective actions have been developed and implemented by the Contractor.
The Contractor must provide to the Project manager or the Project manager’s nominated Representative, at a time to be agreed, but not to exceed monthly intervals, a regular status report on all outstanding corrective actions until they are successfully closed out.
6.3.6.4 Unsafe Act/Condition Auditing
The Contractor must implement a system to recognize, correct, and report unsafe acts/conditions (Unsafe Act/Condition Auditing) associated with all Site activities. All such observations must be recorded and delivered to the TCP Health and Safety Manager.
6.3.7. Involvement, Communication and Motivation
The Contractor and subContractor’s workforce must, through their supervision, safety notice boards, toolbox meetings and daily pre-start meetings be kept aware of safety related matters.
6.3.7.1 Safety Meetings
The Contractor must implement and comply with OH&S Act, Section 19
The Contractor must conduct weekly safety meetings with his employees to foster safety awareness. Copies of minutes and action items arising from such Toolbox meetings is submitted
or otherwise made available for review by the Project manager or the Project manager’s nominated Representative.
Such meetings should at least address:
o Accident / safety incidents
o Hazardous conditions
o Hazardous materials / substances
o Work procedures
o Protective clothing / equipment
o Housekeeping
o General safety topics
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 73 of 90
o Job or work look-ahead issues
o Safety statistics
o Significant Safety Occurrences (SSO)
The Contractor must conduct at least one formal safety meeting per month and must maintain appropriate records of attendance and meeting content. Such records are made available to the
Project manager’s Representative. In addition to Daily Safe Task Instructions, the Contractor must conduct at least weekly “tool box” meetings to discuss safety issues and procedures.
6.3.7.2 Pre Start Safety Briefings
The Contractor must hold documented Daily Safe Task Instructions with each work team before the start of each shift. Attendance records and brief topic notes is kept for auditing and record purposes. Safety Review Meetings
The Contractor Site Manager and a Site Safety Representative must take part in weekly safety
review meetings between the Contractor and the Project manager or the Project manager’s nominated Representative.
The Contractor must attend all project safety meetings as outlined in the Project Safety Management Plan.
6.3.7.3 Site Safety Review Committee
The Contractor complies with the requirements of the Site Safety Review Committee with respect to his own activities and others on the Site and Working Areas.
6.3.7.4 HAZOP Review
Not applicable
6.3.7.5 Job Safety Analysis
The Contractor completes a Job Safety Analysis prior to carrying out any operation on the Site
and/or Working Area to the approval of the Project manager.
6.3.7.6 Lines of Communication
The following personnel act on behalf of the Project manager and may communicate directly with
the Contractor and his key persons with respect to the SMP:
o Construction Manager (CM)
o Project Site Safety Manager (PSSM)
6.3.8. Roles and responsibilities
The roles and responsibilities of the various personnel acting on behalf of the Project manager with respect to the SMP and health and safety issues are as stated in the paragraphs following:
6.3.8.1 Construction Manager
o The CM is responsible (in the context of the SMP only) for health and safety on the Site and
working Areas and reports to the Project manager.
o The CM specific tasks (in the context of the SMP) are:
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 74 of 90
o Implement the safety management system
o Monitor compliance to the established safety management system
o Ensure risk is at an acceptable level
o Ensure Consultant Construction Management Team are competent
o Planning, organisation, leadership and control
o Particular technical competencies for critical work
o Supervision and control on each shift
o Regular monitoring and assessment
o Workplace inspections
6.3.8.2 Project Site Safety Manager
o The PSSM is responsible for ensuring that the Contractor complies with the SMP. The
PSSM acts on behalf of the Project manager.
o The PSSM specific tasks (in the context of the SMP) are:
o Define, in accordance with the HSSP, the:
o Safety program (instructions, training, meetings, inspections, incentive)
o Health and medical program
o Checks that Contractors have issued their Health and Safety plans, PPSPS and procedures before the beginning of work
o Organizes safety awareness campaigns
o Promotes communication on all health and safety matters (awards, incentives, meeting/inspections/audits reports)
o Checks conformance of equipment to technical requirements and regulations.
o Issues and address the site EHS activities reports
o Promotes everybody’s best efforts to keep accident frequency and severity ratios at their lowest level
o Promotes a proper and continuous housekeeping of plant and temporary facilities in order to create the most suitable conditions for workers to wok and to be encouraged to follow HSE requirements
o Conducts worksite EHS walks with all Contractors, and directs appropriate corrective actions
o Monitors that all factors likely to improve health and safety are taken into consideration, particularly those which lead to:
o Promoting personnel protection as an absolute requisite
o Investigating, identifying and neutralizing potential hazards
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 75 of 90
o Close coordination with all parties involved in construction in order to avoid overcrowded areas and dangerous operations
o Thorough preparation of work critical phases
o Close contacts to local EHS authorities
o Continuous follow-up in order to correct immediately unsafe acts and situations
o In case of accident, he takes actions necessary to:
o Initiate quick interventions of the emergency means.
o Check that first aid and evacuation of injured persons are properly carried out.
o Obtain a clear accident report from the sub-Contractor concerned.
o Report immediately to the Construction Manager.
o Investigate to identify the root causes of all incident and near misses.
6.3.9. Commissioning Safety Study
The Project manager, through his Construction Management Team, will facilitate and coordinate a formal Commissioning Safety Study and ensure that required procedures are prepared prior to the commencement of the commissioning phase.
The Commissioning Safety Study will provide a final checkpoint for the completed work and is part of the process for ensuring that all necessary actions have been completed. The elements to be considered include:
o Mechanical and electrical integrity systems are in place (e.g. equipment tests and inspections of critical equipment, quality control procedures, etc.) which will confirm that construction, equipment and materials are in accordance with design specifications
o Formal hazard analyses for pre-commissioning and commissioning activities have been completed, appropriately documented and communicated, and are available to all personnel.
o Punch-list work has been sufficiently completed so that installations are safe to apply hazardous energy.
o Documentation relevant to any modifications has been created/updated.
o Safe operating, maintenance and emergency procedures are in place.
o Operating and maintenance manuals are available and training of commissioning employees has been completed.
o As Built drawings are available.
o A Commissioning Permit (to apply hazardous energy) is developed and implemented.
The Project manager will ensure that after commissioning there is a formal documented hand over to operations and maintenance personnel and others who will be impacted by hazards that have been identified during project activities. This will involve communication of any changes to the process hazards, procedures and operating philosophy. Safe systems of work will be established and updated throughout the Project. Safe systems of work will be subject to on-going
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 76 of 90
review to ensure their effectiveness. Site-wide Permits to Work will be used as the basis of safe systems of work for specified hazardous activities.
6.3.9.1 Housekeeping
Accidents can occur as a result of poor housekeeping. Hazards at construction site are the same for both day and night shift while the risks of injury are much higher during night works because of the inherent poor illumination. It is essential that the workplace is kept clean and tidy to ensure safety and prevent accidents.
6.3.9.2 Emergency Preparedness and Response (EPR)
Contractor should developed and implement the EPR that is specifically night time environment and submit for approval before work at night is carried out. A well-established EPR can help both
Contractors and employees to prepare; response and recover should a disaster occurs.
6.3.9.3 Public safety
When construction works involves public area, it is important to make sure the safety of the
public. The Contractor must consider the following when planning for night time work; identify the hazards for example construction vehicle movement or too much glare from lighting equipment and plan for vehicular movement to not interrupt peak hours and make sure adequate supervision is provided for such movement.
Contractor must provide sufficient signage to warn the public and put barriers at a safe distance to keep the public away.
Set up a safe walk ways where it is unavoidable to work near or in public vicinity.
Arrange noisy equipment or machinery at farthest point from the public or adopt an engineering control to reduce the noise.
When overhead crane is operating near the public, clear off the area and make sure adequate supervision is in place.
Schedule for daily cleaning of the adjacent public road and filling up holes as well as uneven surfaces.
6.3.10. Document Control
All safety documents shall comply with the Project Document Control Procedures.
6.4. Environmental constraints and management
6.4.1 All work is to be conducted in accordance with the principles of the National Environmental Management Act, 1998 (Act no 107 of 1998) but not limited to other applicable regulations as well as the accepted environmental good practice.
6.4.2 The following documents provide the minimum acceptable standards that shall be adhered to:
Construction Environmental Management Plan (CEMP); (ENV-STD-001 Rev 02); and
Standard Environmental Specifications (SES) (ENV-STD-002 Rev 02).
The CEMP describes the main roles and responsibilities of the project team with respect to
Environmental Management.
The SES describes the minimal acceptable standard for environmental management for a
range of environmental aspects commonly encountered on construction projects and sets
environmental objectives and targets, which the Contractor observes and complies.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 77 of 90
6.4.3 The Contractor must appoint a Safety and Health and Environmental Officer (SHE Officer) to monitor and manage compliance to Environmental Specification and all applicable environmental legislation. The SHE Officer must as a minimum have an environmental management background coupled with an Environmental related certificate.
6.4.4 The Contractor will be required to submit an environmental file to TCP post award of tender.
Particular requirements of the Employer will be made known on award of the contract. Site access certificate shall not be granted until the environmental file has been approved by the
Employer.
6.4.5 The overarching obligations of the Contractor under the CEMP before construction activities commence on the Site and/or Working Areas is to provide environmental method statements (as contained under section 7.1.3 of the CEMP) for all construction operations at the Site
and/or Working Area by the Contractor and where requested by the CM and to comply with the following:
The Contractor shall identify the kinds of environmental impacts that will occur as a result of
their activities and accordingly prepare separate method statements describing how each of
these impacts will be prevented or managed so that the standards set out in the SES document
are achieved. The method statements will be prepared in accordance with the requirements set
out in the CEMP. These method statements shall form part of the environmental file. The
Contractor shall ensure that his management, foremen and the general workforce, as well as all
suppliers and visitors to Site have attended the Environmental Induction Programme prior to
commencing any work on Site. If new personnel commence work on the Site during
construction, the Contractor shall ensure that these personnel undergo the Environmental
Induction Programme and are made aware of the environmental specifications on Site.
6.4.6 Where required, one of the first actions to be undertaken by the Contractor shall be to erect and maintain a temporary fence along the boundaries of the Site and Working Areas as applicable,
and around any no-go areas identified on the layout plans, to the satisfaction of the Project manager.
6.4.7 During the construction period, the Contractor complies with the following:
A copy of the CEMP and SES shall be available on Site, and the Contractor shall ensure that all
the personnel on Site (including SubContractors and their staff) as well as suppliers are familiar
with and understand the specifications.
The Contractor must sign a Declaration of understanding (T2.2.38) as part of a returnable
acknowledging understanding thereof. Furthermore, sufficient environmental budget must be
allocated for the implementation of environmental management requirements.
Method statements need to be compiled by the Contractor throughout the Construction and
Commissioning phase of the project. These Method Statements must be approved by the TCP
Construction Manager and TCP Environmental Manager or Environmental Officer. Approval
must at least be two weeks prior to the proposed commencement of the activity. Emergency
construction activity method statements may also be required. The activities requiring method
statements cannot commence if they have not been approved by the TCP Environmental
Manager or Environmental Officer.
Where applicable, the Contractor shall provide job-specific training on an ad hoc basis when
workers are engaged in activities, which require method statements.
The Contractor shall be responsible for rehabilitating and cleaning all areas to the satisfaction of
the TCP Environmental Manager or Environmental Officer as detailed in the SES. Sufficient
environmental budget must be allocated to achieve this including all environmental
requirements for the project for the duration of the contract.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 78 of 90
6.4.8 The Contractor must ensure that its SubContractors comply with the Environmental Specification.
6.5 Quality assurance requirements
The Contractor shall have, maintain and demonstrate its use to the Project manager the documented Quality Management System to be used in the performance of the works.
The Contractor‟s Quality Management System shall conform to International Standard ISO 9001
(or an equivalent standard acceptable to the Project manager). and as a minimum to the requirements of specification QAL-STD-0001, General Quality requirements for Suppliers and
Contractors as contained in the Annexure to the this Works Information.
The Contractor submits his Quality Management System documents to the Project manager as
part of his programme under ECC Clause 31.2 to include details of:
Quality Plan for the contract;
Quality Policy
Index of Procedures to be used; and
A schedule of internal and external audits during the contract
The Contractor develops and maintains a comprehensive register of documents that will be
generated throughout the contract including all quality related documents as part of its Quality Plan.
The Project manager indicates those documents required to be submitted for information, review
or acceptance and the Contractor indicates such requirements within his register of documents.
The register shall indicate the dates of issue of the documents with the Project manager
responding to documents submitted by the Contractor for review or acceptance within the
period for reply prior to such documents being used by the Contractor.
The Quality Plan means the Contractor‟s statement, which outlines strategy, methodology,
resources allocation, QA and Quality Control co-ordination activities to ensure that the works meet the standards stated in the Works Information. The Contractor’s PQP includes or
reference to the quality plans of his Sub-Contractor(s).
6.6. Programming constraints
6.6.1 General
The Contract programme, progress reports, subsequent updates, revisions and supplementary
programmes as detailed in this section are an essential part of the project control system used
by the Employer for managing the Works and in monitoring the progress of the work under the
Contract. Key Dates and Completion Dates as defined in the Contract Data are incorporated
into the programme.
The Contractor‟s Detailed Programme, which complies with the requirements as indicated in the
Works Information, shall be submitted in both hard and soft copy forms. Primavera version 6.2
or similar is being used by the Employer for Planning on the Project. The Contractor shall use a
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 79 of 90
suitable computerised planning package, as approved by the Project manager, which
is compatible with Primavera version 6.
The Critical Path Method (CPM) technique of planning and scheduling must be used for the
Contract. The Contractor shall provide programmes showing the critical path(s), together with
a total float report for acceptance by the Project manager.
The programme network shall have no fewer activities than the technical and commercial
breakdowns listed in the activity schedule.
Networks are constructed to reflect the possible sequences of activities using resource
scheduling to stagger the performance of activities into the most probable sequence.
The activity durations are estimated in working days of normal duration and shall be realistic
and based on quantities and applied resources.
The calendars used are based on normal working hours per day and working days per week or
as prescribed by the Project manager in accordance with the Contract. It shall recognise all
official public holidays in South Africa, as well as making provision for Contractors year-end
holidays of typically 16 December to first Monday in January.
The following levels of programme are to be used for this Contract:
Level 1 Master Programme - defines the major activities and interfaces between
engineering, procurement, fabrication and construction, transportation, installation, and
pre-commissioning, commissioning, and start-up. This is a high level summary programme,
and is included in the monthly progress report.
6.6.2 Programme submission
A draft copy of the Contractor‟s First Programme shall be submitted with the Tender Document
returnable and shall comply with the requirements as indicated in the Works Information.
6.6.3 Contract programme (baseline)
The Contractor‟s First Programme, agreeing with the tender submission, shall become the
“Contract Programme” or “baseline” against which actual time performance will be compared.
Once the baseline has been established, all subsequent programmes will have baseline (target)
bars shown against each activity. This programme will be used as the basis on which all
variations, extensions of time and changes to methods of delivery shall be assessed.
Identified deviations from the baseline shall be addressed by the Contractor by either
demonstrating that the deviation does not constitute a problem to the overall Contractor‟s
Programme or providing a course of action to remedy the deviation.
All revisions to the contract programme shall be prepared by, and at the cost of, the
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 80 of 90
Contractor.
6.6.4 Supplementary programmes
The Employer may at any time, and at the cost and expense of the Contractor, direct the
Contractor to produce supplementary programmes to highlight a particular aspect of the work
under the Contract. The Employer shall not unreasonably request supplementary programmes.
Revised programme to be submitted with each Compensation Event, clearly highlighting time
impact on the critical path.
6.6.5 Progress monitoring and review
Monitoring and review of the progress of work under the Contract shall consist of an
assessment of all activities currently in progress. The following shall be determined:
o percentage complete;
o forecast completion date;
o deviations from the baseline programme; and
o actions required to remedy any deviations.
Weekly progress assessment shall be conducted by the Contractor to assist with control of the
work under the Contract. The Contractor shall provide this information upon request from the
Project manager; however any identified deviations shall be automatically reported to the
Project manager.
The Contractor shall, on a fortnightly basis, update the contract programme and the progress
S-curves and submit it to the Project manager.
6.6.6 Bi-Weekly status report
The Contractor shall provide a written status report by the last working day of each month or
such other reporting period as may be required by the Project manager from time-to-time. The
report shall summarise progress and problems encountered during that month in respect of all
parts of the work under the Contract.
As a minimum the report shall include:
o progress against the Accepted Programme;
o list of milestones achieved during the period;
o status of design, procurement, and off-factory Works;
o status of factory Works;
o deviations from the contract programme “baseline”, and in particular, the forecast
completion dates of activities which have or should have commenced;
o status of approvals;
o actual or anticipated problems with corresponding action plans to minimise the impact;
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 81 of 90
o summary of Works planned for the following period;
o a report on progress of any off-site manufacturing activities of the Contractor.
The status report shall state the current percentage progress of each major piece of equipment
as applies at that date. Each report shall state the actual completion date for those
manufacturing activities completed in the last reported period shall advise the anticipated
completion date for each major piece of equipment and shall comment on any delay or
variance with respect to scheduled progress.
The Contractor shall also report his calculated overall completion percentage for each
Subcontract at each report date.
6.7 Contractor’s management, supervision and key people
The Contractor employs a CSHEO as a key person under ECC Clause 24.1
The CSHEO reports to the SHEC on the Site. The CSHEO ensures that the works (to include any
part thereof) are subject to a prior environmental method statement(s) approved by the Project
manager, CM or SHEO and ensures that the CEMP is implemented by the Contractor in a timely
and proper manner. The SCHEO provides the Project manager with all environmental method
statements.
The CSHEO tasks are:
Daily, weekly and monthly inspections of the Site and Working Areas.
Monitor compliance with the CEMP (to include the SES and PES) and the environmental
method statements submitted to the Project manager
Reporting of an environmental incident to the Project manager
Attendance at all SHE meetings, toolbox talks and induction programmes
Litter control and ensuring the Contractor clears litter from the Site and Working Areas; and
Ensuring that environmental signage and barriers are correctly.
The CSHEO submits daily, weekly and monthly checklists to the SHEC.
The Contractor employs a CIRP as a key person under ECC Clause 24.1.
The CIRP is based on the Site and ensures that all reports and IR requests are submitted
accurately and in a timely manner to Project manager.
The CIRP tasks are:
Dedicated to human resources, industrial relations and any other Contractor employee
related function;
Resolve all human resources and industrial relations matters arising from the Contractor‟s
employees;
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 82 of 90
Represent the Contractor at all industrial relations meetings;
Represent the Contractor on the IRCC;
The Contractor employs an HSR as a key person under ECC Clause 24.1
The Contractor provides an Organogram of all his key people (both as required by the Employer
and as independently stated by the Contractor under Contract Data Part Two) and how such
key people communicate with the Project manager and the Supervisor and their delegates all
as stated at paragraph 6.5 of C3.1 Employer‟s Works Information.
6.8 Training workshops and technology transfer
The Contractor is encouraged to submit relevant details of any courses or Workshops
recommended by him for the preparatory and/or follow-up training of the Employer‟s personnel.
6.9 Insurance provided by the Employer
The insurance provided by the Employer with the applicable limits and deductibles required by
the conditions of contract (if any) is given in the Contract Data. The Employer‟s insurance is
applicable to work undertaken on the site only, and the Contractor provides insurance for the
Works for the period up to delivery to the site. This includes insurance during transit and off
loading at the site.
The Employer advises that the following exclusions apply to the insurance which the Employer
provides for Loss of or damage to the Works, Plant and Materials:
1. Loss of monies or the like;
2. Aircraft, waterborne vessels or craft;
3. Losses discovered by taking of routine inventory;
4. Defective workmanship / defective design, re-design betterment or improvement;
5. Consequential loss;
6. Delay damages or penalties for delay;
7. Guarantees for performance or efficiency;
8. Air transit outside territorial limits;
9. Ocean transit or whilst in storage thereafter (unless inspected by an independent third
party after off-loading);
10. Maintenance and/or low performance damages;
11. Defects;
12. Wear, tear or gradual deterioration;
13. Electrical and mechanical breakdown or explosion to Plant after Completion tests have
been satisfied;
14. Damage to any property insured due to ingress of mud, silt, water, debris unless pipe
ends have been sealed at the end of each working day; and
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 83 of 90
15. Damage to any property exposed or in excess of 10,000 metres of open trench.
The Employer advises that the following exclusions apply to the insurance which the Employer
provides for Liability for loss of or damage to property (except the Works, Plant and Materials
and Equipment) and liability for bodily injury to or death of a person (not an employee of the
Contractor) caused by activity in connection with this contract:
1. Death or injury to the Contractor‟s employees;
2. Motor vehicle cover;
3. Aircraft / watercraft ownership cover;
4. Delay damages or penalties for delay;
5. Guarantees for performance or efficiency;
6. Defective workmanship;
7. Gradual pollution and contamination;
8. Vibration cover;
9. Contractual liabilities;
10. SASRIA risks (inter alia riot, strike, political malicious damage)
11. Punitive damages;
12. War, nuclear risks; and
13. Removal of support in excess of R5,000,000
Where the Works involve the assembly, erection and installation of Plant, the Contractor
declares the full replacement value and not the value included in the NEC3 contract.
The Contractor liaises with the Employer and the Project manager when a claim is made and
assists in completing the Claims Advice Form.
Insurance provided by the Employer is contained in the Contract Data – Part 1.
6.10 Contract change management
No additional requirements apply to ECC Clause 60 series.
6.11 Records of Defined Cost, payments & assessments of compensation events kept by Contractor
i. The Contractor keeps the following records available for the Project manager to inspect:
Records of design employee‟s location of work (if appropriate).
ii. The Contractor keeps the following records available for the Project manager to inspect:
Records of design employees location of work (if appropriate);
Records of Equipment used and people employed outside the Working Areas (if applicable).
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 84 of 90
7. Procurement
7.1 Code of Conduct
Transnet aims to achieve the best value for money when buying or selling goods and obtaining
services. This however must be done in an open and fair manner that supports and drives a
competitive economy. Underpinning our process are several acts and policies that any
Contractor dealing with Transnet must understand and support. These are:
The Transnet Procurement Procedures Manual (PPM);
Section 217 of the Constitution - the five pillars of Public PSCM (Procurement and Supply
Chain Management): fair, equitable, transparent, competitive and cost effective;
The Public Finance Management Act (PFMA);
The Broad Based Black Economic Empowerment Act (B-BBEE); and
The Anti-Corruption Act.
This code of conduct has been included in this contract to formally apprise Transnet Contractors
of Transnet‟s expectations regarding behaviour and conduct of its Contractors.
7.1.1 Prohibition of Bribes, Kickbacks, Unlawful Payments, and Other Corrupt
Practices
Transnet is in the process of transforming itself into a self-sustaining State Owned Enterprise,
actively competing in the logistics industry. Our aim is to become a world class, profitable,
logistics organisation. As such, our transformation is focused on adopting a performance culture
and to adopt behaviours that will enable this transformation.
1. Transnet will not participate in corrupt practices and therefore expects its Contractors to act
in a similar manner.
Transnet and its employees will follow the laws of this country and keep accurate
business records that reflect actual transactions with and payments to our Contractors.
Employees must not accept or request money or anything of value, directly or indirectly,
to:
- Illegally influence their judgement or conduct or to ensure the desired outcome
of a sourcing activity;
- Win or retain business or to influence any act or decision of any decision
stakeholders involved in sourcing decisions; or
- Gain an improper advantage.
There may be times when a Contractor is confronted with fraudulent or corrupt
behaviour of Transnet employees. We expect our Contractors to use our “Tip-offs
Anonymous” Hot line to report these acts. (0800 003 056).
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 85 of 90
2. Transnet is firmly committed to the ideas of free and competitive enterprise.
- Contractors are expected to comply with all applicable laws and regulations
regarding fair competition and antitrust.
- Transnet does not engage with non-value adding agents or representatives
solely for the purpose of increasing B-BBEE spend (fronting)
3. Transnet‟s relationship with Contractors requires us to clearly define requirements, exchange
information and share mutual benefits.
Generally, Contractors have their own business standards and regulations. Although
Transnet cannot control the actions of our Contractors, we will not tolerate any illegal
activities. These include, but are not limited to:
- Misrepresentation of their product (origin of manufacture, specifications,
intellectual property rights, etc.);
- Collusion;
- Failure to disclose accurate information required during the sourcing activity
(ownership, financial situation, B-BBEE status, etc.);
- Corrupt activities listed above; and
- Harassment, intimidation or other aggressive actions towards Transnet
employees.
Contractors must be evaluated and approved before any materials, components,
products or services are purchased from them. Rigorous due diligence is conducted and
the Contractor is expected to participate in an honest and straight forward manner.
Contractors must record and report facts accurately, honestly and objectively. Financial
records must be accurate in all material respects.
7.1.2 Conflicts of Interest
A conflict of interest arises when personal interests or activities influence (or appear to
influence) the ability to act in the best interests of Transnet.
Doing business with family members
Having a financial interest in another company in our industry.
7.2 The Contractor’s Invoices
i. When the Project manager certifies payment (see ECC Clause 51.1) following an
assessment date, the Contractor complies with the Employer‟s procedure for invoice
submission.
ii. The invoice must correspond to the Project manager‟s assessment of the amount due to
the Contractor as stated in the payment certificate.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 86 of 90
iii. The invoice states the following:
Invoice addressed to Transnet SOC Ltd;
Transnet SOC Limited‟s VAT No: 4720103177;
Invoice number;
The Contractor‟s VAT Number; and
The Contract number.
The invoice contains the supporting detail.
iv. The invoice is presented either by post or by hand delivery.
v. Invoices submitted by post are addressed to:
Transnet Group Capital
Queens Warehouse
237 Mahatma Gandhi Road
Durban
For the attention of The Contract Administrator, Transnet Group Capital
vi. Invoices submitted by hand are presented to:
Transnet Group Capital
Queens Warehouse
237 Mahatma Gandhi Road
Durban
For the attention of The Contract Administrator, Transnet Group Capital
vii. The invoice is presented as an original.
7.3 People
viii. Minimum requirements of people employed on the Site
The Contractor shall ensure that all his people on the site work in accordance with the South
African Basic Conditions of Employment Act, 75 of 1997 and the Basic Conditions of Employment
Amendment Act, 11 of 2002, irrespective of being a local or oversees employee.
The Contractor shall ensure that all the necessary work permits are obtained and available for his
overseas employees on the site.
ix. The Contractor complies with the following PIRPMP.
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 87 of 90
7.3.1 CONTRACTOR LIABILITY
1.1. The Contractor warrants that it will be liable to Transnet for any loss or damage caused by
strikes, riots, lockouts or any labour disputes by and/or confined to the Contractor‟s
employees, which loss will include any indirect or consequential damages;
1.2. The Contractor warrants that no negotiations or feedback meetings by the Contractor‟s
employees shall take place on Transnet premises, whether owned or rented by Transnet.
1.3. The Contractor shall give notice to Transnet of any industrial action by the Contractor‟s
employees immediately upon becoming aware of any actual or contemplated action that is or
may be carried out on Transnet‟s premises, whether owned or rented, and shall notify
Transnet of all matters associated with such action that may potentially affect Transnet.
1.4. The Contractor is responsible for educating its employees on relevant provisions of the Labour
Relations Act which deal with industrial action processes, and the risks of non-compliance.
1.5. The Contractor is required to develop a Contingency Strike Handling Plan, which plan the
Contractor is obliged to update on a three monthly basis. The Contractor must provide
Transnet with this plan and all updates to the Plan. The Contractor is responsible to
communicate with its employees on site details of the plan.
7.3.2 INDUSTRIAL ACTION BY CONTRACTOR EMPLOYEES
1.6. In the event of any industrial action by the Contractor‟s employees, the Contractor is required
to provide competent contingency resources permitted in law to carry out any of the duties
that are or could potentially be interrupted by industrial action in delivering the Service.
1.7. The Contractor warrants that it will compensate Transnet for any costs Transnet incurs in
providing additional security to deal with any industrial action by the Contractor‟s employees.
1.8. In the event of any industrial action by the Contractor‟s employees, the Contractor is obliged:
1.8.1. To prepare and deliver to Transnet, within two (2) hours of the commencement of
industrial action an Industrial Action Report. If the industrial action persists the
Contractor is required to deliver the report at 8h30 each day.
1.8.2. The Industrial Action Report must provide at least the following information:
1.8.2.1. Industrial incident report,
1.8.2.2. Attendance register,
1.8.2.3. Productivity / progress to schedule reports,
1.8.2.4. Operational contingency plan,
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 88 of 90
1.8.2.5. Site security report,
1.8.2.6. Industrial action intelligence gathered.
1.8.3. The final Industrial Action Report is to be delivered 24 hours after finalisation of the
industrial action.
1.8.4. The management of the Contractor is required to hold a daily industrial action
teleconference with personnel identified by Transnet to discuss the industrial action,
settlement of the industrial action, security issues and the impact on delivery under the
contract.
1.9. The resolution of any disputes or industrial action by the Contractor‟s employees is the sole
responsibility of the Contractor.
1.10. Access to Transnet premises by the Contractor and its employees is only provided for
purposes of the Contractor delivering its services to Transnet. Should the Contractor and its
employees not, for any reason, be capable of delivering its services Transnet is entitled to
restrict or deny access onto its premises and unless otherwise authorized; such person will
deemed to be trespassing.
x. The Contractor performs the works having due regard to the PLA that are negotiated
between the Employer and the appropriate trade unions on this contract.
xi. The Contractor complies with the requirements of the IRCC involving the engineering
construction Contractors engaged (including all future Contractors) by the Employer.
xii. The roles and responsibilities of the various personnel acting on behalf of the Project
manager with respect to IR issues are stated in the paragraphs following:
The PIRM is responsible for ensuring that the Contractor complies with the PIRPMP. The PIRM
acts on behalf of the Project manager.
xiii. The PIRM specific tasks are:
To complete the PLA prior to the Contract Date; and
To assign specific duties to the PSIRM.
xiv. The PSIRM is responsible for IR (to include the PLA) on the Site and Working Areas and
reports to the Project manager.
xv. The SIRM is responsible, inter alia, for day-to-day IR on the Site and Working Areas
through the implementation of the PIRPMP. The SIRM reports directly to the PSIRM and
the Project manager.
xvi. The SIRM specific tasks are:
To liaise with the Contractor prior to the commencement of construction activities (as per
the Contractor‟s programme accepted by the Project manager) with respect to IR issues
under the SIP.
xvii. B-BBEE and preferencing scheme
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 89 of 90
Points will be awarded to tenderers based on preferencing using the balanced Department of Trade and Industry (DTI) scorecard. The application of the Broad-Based Black Economic Empowerment
recognition levels and score preferencing points are as follows:
Contribution
Level
Qualification Points on the generic scorecard
Broad-Based BEE Recognition Level
Preferencing Points Scored
Level 1 Greater than or equal to 100
points
135% 20
Level 2 Greater than or equal to 95
points but less than 100 points
125% 18
Level 3 Greater than or equal to 90
points but less than 95 points
110% 14
Level 4 Greater than or equal to 80
points but less than 90 points
100% 12
Level 5 Greater than or equal to 75
points but less than 80 points
80% 8
Level 6 Greater than or equal to 70
points but less than 75 points
60% 6
Level 7 Greater than or equal to 55
points but less than 70 points
50% 4
Level 8 Greater than or equal to 40
points but less than 55 points
10% 2
Level 9 Less than 40 points 0% 0
On the basis the tenderer with a B-BBEE recognition level of 135% will achieve 20 points, and the points will be allocated accordingly on a pro-rata basis as per the table above.
In addition to the above, provision is made for the case where a tenderer has greater than 50% black ownership. In this instance, provided the requisite documentary evidence is supplied, the tenderer will
then be awarded preference points one level above that awarded based on the DTI scorecard. For example, a tenderer with > 50% black ownership obtaining a Level 6 contribution equating to 6 points
will be awarded 8 preferencing points (Level 5).
Tenderers claiming Preference Points must submit together with the tender document their generic scorecard, evaluated by an independent accreditation agency. Transnet therefore requires tenderers to
have been accredited by one of the various Accreditation Agencies in accordance with the latest relevant Codes of Practice applicable not more than 3 months prior to the date of tender. Should the B-
BBEE rating not be provided, Transnet reserves the right to award no points. Transnet also reserves
the right to carry out an independent audit of the tenderers scorecard components at any stage from the date of close of the tenders until completion of the contract.
Tenderers with no accreditation will score zero points for preferencing.
7.4 Subcontracting
Transnet Group Capital Tender Number: M-2123361-699
Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 90 of 90
xviii. Preferred subContractors
The Contractor shall submit his schedule of proposed sub-Contractors for the acceptance of the
Project manager prior to their appointment. This list shall not deviate from the tender schedule
of proposed sub-Contractors, unless discussed with, and accepted by, the Project manager.
xix. Where the Contractor employs a SubContractor who constructs or installs part of the works
or who supplies Plant and Materials for incorporation into the works which involves a
SubContractor operating on the Site and/or Working Areas, then the Contractor ensures
that any such SubContractor complies with the CEMP, SES and PES (described under
paragraph 2.4 of the Works Information) as appropriate and that the subcontract
documentation places back-to-back obligations on the SubContractor which reflect the
Contractor‟s obligations under the CEMP, SES and PES, all within the Contractor‟s Quality
Management System as per paragraph 2.5 of the Works Information.
xx. Where the Contractor employs a SubContractor who constructs or installs part of the works
or who supplies Plant and Materials for incorporation into the works which involves a
SubContractor operating on the Site and/or Working Areas, then the Contractor ensures
that any such SubContractor complies with the PIRPMP (described under paragraph 4.1.1
of the Works Information) as appropriate and that the subcontract documentation places
back-to-back obligations on the SubContractor which reflect the Contractor‟s obligations
under the PIRPMP, all within the Contractor‟s Quality Management System as per
paragraph 2.5 of the Works Information.
xxi. Limitations on subcontracting
The Contractor shall not appoint or bring sub-Contractors onto site without the prior approval
of the Project manager, and all sub-Contractors will be required to conform to the requirements as set out herein as if they were employees of the Contractor.
The Contractor shall not deviate from the approved sub-Contractors list without prior approval
of the Project manager.
xxii. Attendance on SubContractors
The Contractor shall ensure that the quality assurance requirements placed on him under this Contract are transferred into any subcontracts.
Quality system requirements shall be applied on all subcontracts to the point where the
acceptability of supplies can be demonstrated solely by the conduct of inspection and/or examination of goods upon receipt at the designated point of delivery.
The Contractor must notify the Project manager of all inspections at his sub-Contractors at least
3 working days in advance of such inspections. The Contractor must ensure that his sub-
Contractor has the relevant quality management plans available at such inspections. The
Supervisor will give the Contractor 24 hour notice in writing of his intention to be present at the
inspections.