construction of sewer reticulation at kanyamazane …

197
CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA BID NUMBER: 244/2020 – MHLUME RETICULATION CLOSING DATE: 24 MARCH 2021 TIME: 11:00 City of Mbombela P.O. Box 45 1 Nel Street Nelspruit 1200 Contact: Name: Fortunate Martin(Project Manager) Telephone: 013 759 9441 Email: [email protected] Tenderer …………………………………………………………………………………………………..……………………………………………. CIDB Registration Number: ……………………………………………………………………………………………………………………. Total Bid Price Including VAT…………………………………………………………………………………………………………………… Amount in Words…………………………………………………………………………………………………………………………………….. Preferences claimed in Terms of Preferential Procurement Regulations 2017 B-BBEE Status Level Contribution as per Certificate

Upload: others

Post on 15-Jun-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

BID NUMBER: 244/2020 – MHLUME RETICULATION

CLOSING DATE: 24 MARCH 2021 TIME: 11:00

City of Mbombela P.O. Box 45 1 Nel Street Nelspruit 1200

Contact: Name: Fortunate Martin(Project Manager) Telephone: 013 759 9441 Email: [email protected]

Tenderer …………………………………………………………………………………………………..…………………………………………….

CIDB Registration Number: …………………………………………………………………………………………………………………….

Total Bid Price Including VAT……………………………………………………………………………………………………………………

Amount in Words……………………………………………………………………………………………………………………………………..

Preferences claimed in Terms of Preferential Procurement Regulations 2017 B-BBEE Status Level Contribution as per Certificate

Page 2: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.1 Part T1: Tendering Procedure Invitation to Tender Bid No. 244/2020

IMPORTANT INFORMATION

PLEASE READ CAREFULLY BEFORE COMPLETING DOCUMENT

1. Notice to all tenderers

2. Standards applied in the document

1. NOTICE TO ALL TENDERERS

This is an original document

1. It may not be re-typed or altered in any way

2. It must be completed in black ink- in an intelligible hand writing

3. It is available in electronic form

4. It is compulsory to attach required documents to the relevant page (where requested) or as a separate document of attachments with a clear table of contents. Loose pages will not be accepted

5. Colour coding must be adhered too, failure to adhere to colour coding will result in disqualification.

2. STANDARDS APPLICATION TO THIS DOCUMENT

Available from the S.A, Federation of Civil Engineering Contractors, the SA Institution of Civil Engineering and the S.A Bureau of Standard, as applicable:

1. CIDB CIDB Standard for uniformity in Construction procurement, July 2015.

2. SANS 294, 2004, Edition 1, Annex F: Standard condition of tender 3. SANS 10403, 2003 Formatting and compiling of construction procurement

documents 4. “General condition for contract for construction works (2015)”, 3rd Edition 5. The SANS 1200 (set): Standardized specification for civil engineering construction, SANS 2001 CC

6. This document, as presented.

Page 3: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.1 Part T1: Tendering Procedure Invitation to Tender Bid No. 244/2020

BID NO: 244/2020 – MHLUME RETICULATION

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bids are hereby invited from capable and experienced service providers with a CIDB RATING OF 7CE OR HIGHER for the CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA. It is compulsory that service providers download a copy of the tender document that will only be available as from 22 FEBRUARY 2021 on e-tenders publication portal website: www.etenders.gov.za, free of charge Duly completed bid documents and supporting documents which are, ID COPIES OF BUSINESS OWNERS, VALID TAX COMPLIANCE STATUS, FULL CSD REPORT (SUMMARY REPORT NOT ACCEPTABLE), CIDB REGISTRATION CERTIFICATE, CERTIFIED COPY OF B-BBEE CERTIFICATE/SWORN AFFIDAVIT FOR B-BBEE and a copy of the COMPANY REGISTRATION CERTIFICATE, together with the bid document must be sealed in an envelope clearly marked: “BID NO: 244/2020, CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA, closing date 24 MARCH 2021.” with the name of the bidder shall be placed in the bid box at the main entrance of Mbombela Civic Centre at 1 Nel Street, Mbombela, 1200, before 11:00 on the closing date. The bids will be opened in public. No compulsory briefing session. Technical enquiries may be directed to the project manager on the below contact details. Bids received by telegram, fax or e-mail will not be considered. Late bids shall not be accepted nor considered. A preferential point system shall apply whereby this contract will be allocated to a bidder in accordance with the Preferential Procurement Policy Framework Act, No 5 of 2000 and as defined in the conditions of bid in the bid document, read in conjunction with the Preferential Procurement Regulations, 2017, where 80 points will be allocated in respect of price and 20 points in respect of B-BBEE status level of contribution. Procurement Enquiries : Christopher Nkambule (013) 759 2358 Technical Enquiries : Fortunate Martin (013) 759 9441 Employer : Municipal Manager: Mr Wiseman Khumalo City of Mbombela P.O Box 45; NELSPRUIT; 1200

Visit our website: www.mbombela.gov.za

NB: The results of this bid will be published on council website as prescribed on the MFMA sec 75 (1) (g) and of SCM regulations, sec. 23 (c).

Page 4: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-1

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. (See www.CIDB.org.za) which are reproduced without amendment or alteration for the

convenience of tenderers as an Annex to this Tender Data.

The Tender Data reference the Standard Conditions of Tender contained in Annex F for details that apply specifically to this

tender. The Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the

standard conditions of tender. Each item of data given below is cross-referenced to the clause in the Standard Conditions of

Tender to which it mainly applies.

The additional conditions of tender are:

Clause

number Tender Data

F.1.1 The employer is the City of Mbombela.

Page 5: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-2

F.1.2

(a)

(b)

The tender documents issued by the employer comprise:

The Tender Documents consists of the following:

Part T1: Tendering Procedure

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 C1: Agreements and contract data

C1.1 Form of offer and acceptance

C1.2 Contract data

C1.3 Form of Guarantee

C1.4 Safety Agreement

Part C2: Pricing data

C2.1 Pricing instructions

C2.2 Activity schedules / Bills of Quantities

Part C3: Scope of work

C3 Scope of work

Part C4: Site information

C4 Site information

Drawings

drawings are attached to the tender.

Page 6: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-3

F.1.4

F.1.5

F.2.1

The employer’s agent is:

Name: Monde Consulting Engineers and Project Managers

Address: P O Box 6838, Nelspruit, 1200

Tel: (013) 752 4616/5497

Fax: (013) 752 6166

E-mail: [email protected]

The Employer’s right to accept or reject any tender offer

The Employer is not obliged to accept the lowest or any tender offer.

Eligibility

A Tenderer will not be eligible to submit a tender if:

(a) the Contractor submitting the tender is under restrictions or has principals who are under restriction to participate in

the Employer’s procurement due to corrupt of fraudulent practices;

(b) the Tenderer does not have the legal capacity to enter into the contract;

(c) the Contractor submitting the tender is insolvent, in receivership, bankrupt or being wound up, has his affairs

administered by a court or a judicial officer, has suspended his business activities, or is subject to legal proceedings

in respect of the foregoing;

(d) The Tenderer does not comply with the legal requirements stated in the Employer’s procurement policy;

(e) The Tenderer cannot demonstrate that he possesses the necessary professional and technical qualifications and

competent, financial resources, equipment and other physical facilities, managerial capability, personnel, experience

and reputation to perform the contract;

(f) The Tenderer cannot provide proof that he is in good standing with respect to duties, taxes, levies and contributions

required in terms of legislation applicable to the work in the contract.

(g) The Tenderer must submit recent audited financial statements

Only those tenderers who are registered with the CIDB, or are capable of being so prior to the evaluation of submissions,

in a contractor grading designation equal to or higher than a contractor grading designation determined in accordance

with the sum tendered, or a value determined in accordance with Regulation 25 (1B) or 25(7A) of the Construction

Industry Development Regulations, for a 7 CE Or Higher class of construction work, are eligible to have their tenders

evaluated.

Joint ventures are eligible to submit tenders provided that:

1. every member of the joint venture is registered with the CIDB; 2. the lead partner has a contractor grading designation in the 7 CE or Higher class of construction work;

and 3. the combined contractor grading designation calculated in accordance with the Construction Industry

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

Page 7: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-4

F.2.7 Site visit and clarification meeting

The arrangements for the compulsory site inspection visit and clarification meeting are as stated in the Tender Notice

and Invitation to Tender and are as follows:

NO SITE VISIT, TECHNICAL ENQUIRIES MAY BE DIRECTED TO THE PROJECT MANAGER AS

INDICATED ON THE TENDER INVITATION!

Enquiries and confirmation of attendance at least one full working day in advance regarding the meeting and site

inspection may be directed to:

City of Mbombela Consultant: Monde Consulting Engineers and Project

Managers

Name: Fortunate Martin Name: Mr. Monwabisi Gubelana Telephone No: 013 759 9441 Telephone No: 013 752 4616 Email address: [email protected] E-Mail address: [email protected]

F.2.10 Pricing the tender offer

(a) Value Added Tax

The Valued Added Tax (VAT) rate shall be 15% or as otherwise provided for by legislation.

(b) The successful Tenderer shall be required to produce a VAT invoice that shall only be prepared once

measurements and valuations for work done in terms of the contract offer have been agreed with the Employers

agent and a certificate of payment issued.

(c) Payment of VAT to non-VAT vendors shall be processed from the month in which the Tenderers liability with

the South African Revenue Services is effective.

F.2.11 A Tender offer shall not be considered if alterations have been made to the forms of tender data or contract data (unless

such alterations have been duly authenticated by the Tenderer) or if any particulars required therein have not been

completed in all respects.

Page 8: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-5

F.2.12

F.2.12.1

F.2.12.2

Alternative tenders

If a tenderer wishes to submit an alternative tender offer, the only criteria permitted for such alternative tender offer is

that it demonstrably satisfies the Employer’s standards and requirements, the details of which may be obtained from the

Employer’s Agent.

Calculations, drawings and all other pertinent technical information and characteristics as well as modified or proposed

Pricing Data must be submitted with the alternative tender offer to enable the Employer to evaluate the efficacy of the

alternative and its principal elements, to take a view on the degree to which the alternative complies with the Employer’s

standards and requirements and to evaluate the acceptability of the pricing proposals. Calculations must be set out in a

clear and logical sequence and must clearly reflect all design assumptions. Pricing Data must reflect all assumptions in

the development of the pricing proposal.

Acceptance of an alternative tender offer will mean acceptance in principle of the offer. It will be an obligation of the

contract for the tenderer, in the event that the alternative is accepted, to accept full responsibility and liability that the

alternative offer complies in all respects with the Employer’s standards and requirements.

The modified Pricing Data must include an amount equal to 5% of the amount tendered for the alternative offer to cover

the Employer’s costs of confirming the acceptability of the detailed design before it is constructed.

If a tenderer wishes to submit an alternative tender offer, the only criteria permitted for such an alternative tender offer

are:

(a) Individual items

Individual items offered as alternatives to items in the Bill of Quantities will only be considered if listed and priced in

Form I: Amendments, Qualifications and Alternatives in Part 2 of the Contract Document, accompanied by a detailed

statement as necessary.

(b) Alternative designs

Where a Tenderer desires to submit alternative tender involving modifications to the design or method of construction

that would alter the character of the tender, the following procedure must be observed:

(i) The alternative offer must be accompanied by supporting information, drawings, calculations and a priced alternative

Bill of Quantities to enable its technical acceptability, construction time and price to be fully assessed. Such information,

drawings and Bill of Quantities must be sufficient for proper evaluation of the tendered alternative, otherwise the offer

will not be considered;

(ii) Any alternative tender involving modifications to design will be assessed on its merits and may be accepted. An

accepted alternative design will become the design for the purpose of the contract.

(iii) If an alternative design with its priced Bill of Quantities has been accepted, the sum thus tendered for the alternative

will not be subject to re-measurement and will be the final amount payable to the Contractor, except only for variations

arising from:

Changes in design parameters ordered by the Engineer;

Changes not arising from any failure or fault of the Contractor, but from modifications requested by the Engineer.

(iv) A decision whether or not to adopt a technically acceptable modified design will be governed by the amount of the

overall saving and the advantages to the Employer which the modified design can be reliably expected to achieve.

Matters to be considered in arriving at the overall saving will include the effect of any deferment in starting date arising

from extra time needed for the preparation of an amended contract for signature.

(v) The Tenderer will be liable for all costs necessary for the Engineer to check the alternative design offered

Page 9: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-6

F.2.13

F.2.13.3

Submitting a Tender Offer

Parts of each tender offer communicated on paper shall be submitted as an original, plus a copies.

Service providers are required to submit 2 documents original and a copy including all the attachments.

Under no circumstances whatsoever may the tender forms be retyped or redrafted.

Photocopies of the original tender documentation may be used, but an original signature must appear on such

photocopies

F.2.13.5

The employer’s address for delivery of tender offers and identification details to be shown on each tender offer

package are:

Location of tender box: Entrance Hall, Civic centre building

Physical address: 1 Nel Street, Nelspruit, 1200.

Identification details: Appointment Of Consultant For The Plan, Design And Construction Of Sewer Reticulation At Kanyamazane (Mhlume) For The City Of Mbombela Closing date: 24 MARCH 2021

Closing time: 11: 00 Postal address: City of Mbombela, PO BOX 45, Mbombela, 1200

F.2.13

A two-envelope procedure will not be followed.

F.2.14 The closing time for submission of tender offers is as stated in the Tender Notice and Invitation to Tender.

F.2.15 Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted.

F.2.16 The tender offer validity period is 90 days (13 WEEKS) from the closing time for submission of tenders.

F.2.18 The tenderer shall, when requested by the Employer to do so, submit the names of all management and supervisory staff

that will be employed to supervise the labour-intensive portion of the works together with satisfactory evidence that

such staff members satisfy the eligibility requirements.

F.2.19 Access shall be provided for the following inspections, tests and analysis:

Soil investigations

Existing sewer infrastructure

F.2.23 The tenderer is required to submit with his tender a Certificate of Contractor Registration issued by the Construction

Industry Development Board and a copy of a Tax Clearance Certificate issued by the South African Revenue Services

or tax clearance number and SARS pin number.

Where a tenderer satisfies CIDB contractor grading designation requirements through joint venture formation, such

tenderers must submit the Certificates of Contractor Registration in respect of each partner.

F.3.4 Tenders will be opened immediately after the closing time for tenders at 11:00

F.3.11

F.3.11.1

Evaluation of Tender Offers

The procedure for evaluation of responsive Tender Offers will be as described in Method 2: Functionality, Price and

Preference as contained in Form S Preference Points claim Form in terms of the Preferential Procurement Regulation

2017, bound into this document

F.3.11.2 The minimum number of evaluation points for quality is 70%

Page 10: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-7

F.3.11.3 The quality criteria and maximum score in respect of each of the criteria are as follows:

Criteria Maximum number of points

Plant and Equipment 20

Experience of the Key Staff 15

Tenderer’s experience 50

Financial References 15

Maximum possible score for Functionality (Ms) 100

F.3.11.4 Quality shall be scored independently by not less than three evaluators in accordance with the

following schedules:

• Evaluation Schedule: Approach Paper

• Evaluation Schedule: Plant and Equipment

• Evaluation Schedule: Experience of the Key Staff

• Evaluation Schedule: Tenderer’s Experience

• Evaluation Schedule: Financial Reference

Scores will be allocated to each of the criteria based on the indicators contained in these schedules, provided that the

submission is complete. The scores of each of the evaluators will

then be averaged, weighted and then totalled to obtain the final score for quality

F.3.11.5 The 80/20 evaluation criteria will be used where Price will be allocated 80 points and Preference will be scored out of

20 points

Page 11: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-8

F.3.11.6 80/20 preference point system for acquisition of goods or services for Rand value equal to or above R30 000 and up to R50 million.

4) (1)The following formula must be used to calculate the points o u t o f 80 for price in respect of tender with

a Rand value equal to, or above R 30 000 and up

to a Rand value of R 50 million, inclusive of all applicable taxes:

𝑃𝑠 = 80 (1 −𝑃𝑡−𝑃𝑚𝑖𝑛

𝑃𝑚𝑖𝑛)

Where

Ps = Points scored for price of tender under consideration;

Pt = Price of tender under consideration; and

Pmin = Price of lowest acceptable tender.

(4)(2) The following table must be used to calculate the score out of 20 for BBEE:

B-BBEE status level of contributor Number of points

1 20

2 18

3 14

4 12

5 8

6 6

7 4

8 2

Non-compliant contributor 0

(3) A tenderer must submit proof of its B-BBEE status level of contributor. (4) A tenderer failing to submit proof of B-BBEE status level of contributor or is a non-compliant contributor to B-BBEE may not be disqualified, but-

a) may only score points out of 80 for price; and b) scores 0 points out of 20 for B-BBEE.

(5) A tenderer may not be awarded points for B-BBEE status level of contributor if the tender documents indicate that the tenderer intends subcontracting more than 25% of the value of the contract to any other person not qualifying for at least the points that the tenderer qualifies for, unless the intended subcontractor is an EME that has the capability to execute the subcontract. (6) The points scored by a tenderer for B-BBEE in terms of subregulation (2) must be added to the points scored for price under subregulation (1). (7) The points scored must be rounded off to the nearest two decimal places. (8) Subject to subregulation (9) and regulation 11, the contract must be awarded to the tenderer scoring the highest points.

Page 12: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-9

(9) a) If the price offered by a tenderer scoring the highest points is not market related, the organ of state may

not award the contract to that tenderer. b) The organs of state may

i. negotiate a market-related price with the tenderer scoring the highest points or cancel the

tender; ii. if the tenderer does not agree to a market-related price, negotiate a market-related price

with the tenderer scoring the second highest points or cancel the tender; iii. if the tenderer scoring the second highest points does not agree to a market-related price,

negotiate a market-related price with the tenderer scoring the third highest points or cancel the tender.

c) If a market-related price is not agreed as envisaged in paragraph (b)(iii), the organ of state must cancel the tender

Page 13: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-10

Annex F (normative)

Standard Conditions of Tender

As published in Annexure F of the CIDB Standard for Uniformity for construction Procurement, Board Notice 136 Government Gazette No 38960 of 10 July 2015 F.1 General F.1.1 Actions F.1.1.1 The employer and each tenderer submitting a tender offer shall comply with these conditions of tender. In their dealings with each other, they shall discharge their duties and obligations as set out in F.2 and F.3, timeously and with integrity, and behave equitably, honestly and transparently, comply with all legal obligations and not engage in anticompetitive practices. F.1.1.2 The employer and the tenderer and all their agents and employees involved in the tender process shall avoid conflicts of interest and where a conflict of interest is perceived or known, declare any such conflict of interest, indicating the nature of such conflict. Tenderers shall declare any potential conflict of interest in their tender submissions. Employees, agents and advisors of the employer shall declare any conflict of interest to whoever is responsible for overseeing the procurement process at the start of any deliberations relating to the procurement process or as soon as they become aware of such conflict, and abstain from any decisions where such conflict exists or recuse themselves from the procurement process, as appropriate. F.1.1.3 The employer shall not seek and a tenderer shall not submit a tender without having a firm intention and the capacity to proceed with the contract. F.1.2 Tender Documents The documents issued by the employer for the purpose of a tender offer are listed in the tender data. F.1.3 Interpretation F.1.3.1 The tender data and additional requirements contained in the tender schedules that are included in the returnable documents are deemed to be part of these conditions of tender. F.1.3.2 These conditions of tender, the tender data and tender schedules which are only required for tender evaluation purposes, shall not form part of any contract arising from the invitation to tender

F.1.3.3 For the purposes of these conditions of tender, the following definitions apply:

(a) conflict of interest means any situation in which:

i) someone in a position of trust has competing professional or personal interests which make it difficult to fulfil his or her duties impartially;

ii) an individual or organisation is in a position to exploit a professional or official capacity in some way for their personal or corporate benefit; or

iii) incompatibility or contradictory interests exist between an employee and the organisation which employs that employee.

Page 14: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-11

b) comparative offer means the price after the factors of a non-firm price and all unconditional discounts it can be utilised to have been taken into consideration; c) corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the action of the employer or his staff or agents in the tender process; d) fraudulent practice means the misrepresentation of the facts in order to influence the tender process or the award of a contract arising from a tender offer to the detriment of the employer, including collusive practices intended to establish prices at artificial levels; e) organization means a company, firm, enterprise, association or other legal entity, whether incorporated or not, or a public body; f) functionality means the measurement according to the predetermined norms of a service or commodity designed to be practical and useful, working or operating, taking into account quality, reliability, viability and durability of a service and technical capacity and ability of a tenderer. F.1.4 Communication and employer’s agent Each communication between the employer and a tenderer shall be to or from the employer's agent only, and in a form that can be readily read, copied and recorded. Communications shall be in the English language. The employer shall not take any responsibility for non-receipt of communications from or by a tenderer. The name and contact details of the employer’s agent are stated in the tender data. F.1.5 Cancellation and Re-Invitation of Tenders F1.5.1 An organ of state may, prior to the award of the tender, cancel a tender if- (a) due to changed circumstances, there is no longer a need for the services, works or goods

requested; or (b) funds are no longer available to cover the total envisaged expenditure; or (c) no acceptable tenders are received. F1.5.2 The decision to cancel a tender must be published in the CIDB website and in the

government Tender Bulletin for the media in which the original tender invitation was advertised.

F.1.6 Procurement procedures F.1.6.1 General Unless otherwise stated in the tender data, a contract will, subject to F.3.13, be concluded with the tenderer who in terms of F.3.11 is the highest ranked or the tenderer scoring the highest number of tender evaluation points, as relevant, based on the tender submissions that are received at the closing time for tenders.

F.1.6.2 Competitive negotiation procedure F.1.6.2.1 Where the tender data require that the competitive negotiation procedure is to be followed, tenderers shall submit tender offers in response to the proposed contract in the first round of submissions. Notwithstanding the requirements of F.3.4, the employer shall announce only the names of the tenderers who make a submission. The requirements of F.3.8 relating to the material deviations or qualifications which affect the competitive position of tenderers shall not apply.

Page 15: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-12

F.1.6.2.2 All responsive tenderers, or not less than three responsive tenderers that are highest ranked in terms of the evaluation method and evaluation criteria stated in the tender data, shall be invited in each round to enter into competitive negotiations, based on the principle of equal treatment and keeping confidential the proposed solutions and associated information. Notwithstanding the provisions of F.2.17, the employer may request that tenders be clarified, specified and fine-tuned in order to improve a tenderer’s competitive position provided that such clarification, specification, fine-tuning or additional information does not alter any fundamental aspects of the offers or impose substantial new requirements which restrict or distort competition or have a discriminatory effect. F.1.6.2.3 At the conclusion of each round of negotiations, tenderers shall be invited by the employer to make a fresh tender offer, based on the same evaluation criteria, with or without adjusted weightings. Tenderers shall be advised when they are to submit their best and final offer. F.1.6.2.4 The contract shall be awarded in accordance with the provisions of F.3.11 and F.3.13 after tenderers have been requested to submit their best and final offer. F.1.6.3 Proposal procedure using the two stage-system F.1.6.3.1 Option 1 Tenderers shall in the first stage submit technical proposals and, if required, cost parameters around which a contract may be negotiated. The employer shall evaluate each responsive submission in terms of the method of evaluation stated in the tender data, and in the second stage negotiate a contract with the tenderer scoring the highest number of evaluation points and award the contract in terms of these conditions of tender. F.1.6.3.2 Option 2 F.1.6.3.2.1 Tenderers shall submit in the first stage only technical proposals. The employer shall invite all responsive tenderers to submit tender offers in the second stage, following the issuing of procurement documents. F.1.6.3.2.2 The employer shall evaluate tenders received during the second stage in terms of the method of evaluation stated in the tender data, and award the contract in terms of these conditions of tender. F.2 Tenderer’s obligations

F.2.1 Eligibility F.2.1.1 Submit a tender offer only if the tenderer satisfies the criteria stated in the tender data and the tenderer, or any of his principals, is not under any restriction to do business with employer. F.2.1.2 Notify the employer of any proposed material change in the capabilities or formation of the tendering entity (or both) or any other criteria which formed part of the qualifying requirements used by the employer as the basis in a prior process to invite the tenderer to submit a tender offer and obtain the employer’s written approval to do so prior to the closing time for tenders.

Page 16: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-13

F.2.2 Cost of tendering F2.2.1 Accept that, unless otherwise stated in the tender data, the employer will not

compensate the tenderer for any costs incurred in the preparation and submission of a tender offer,

including the costs of any testing necessary to demonstrate that aspects of the offer complies with

requirements. F2.2.2 The cost of the tender documents charged by the employer shall be limited to the actual cost incurred by the employer for printing the documents. Employers must attempt to make available the tender documents on its website so as not to incur any costs pertaining to the printing of the tender documents. F.2.3 Check documents Check the tender documents on receipt for completeness and notify the employer of any discrepancy or omission. F.2.4 Confidentiality and copyright of documents Treat as confidential all matters arising in connection with the tender. Use and copy the documents issued by the employer only for the purpose of preparing and submitting a tender offer in response to the invitation. F.2.5 Reference documents Obtain, as necessary for submitting a tender offer, copies of the latest versions of standards, specifications, conditions of contract and other publications, which are not attached but which are incorporated into the tender documents by reference. F.2.6 Acknowledge addenda Acknowledge receipt of addenda to the tender documents, which the employer may issue, and if necessary apply for an extension to the closing time stated in the tender data, in order to take the addenda into account. F.2.7 Clarification meeting

Attend, where required, a clarification meeting at which tenderers may familiarize themselves with aspects of the proposed work, services or supply and raise questions. Details of the meeting(s) are stated in the tender data. F.2.8 Seek clarification Request clarification of the tender documents, if necessary, by notifying the employer at least five working days before the closing time stated in the tender data. F.2.9 Insurance Be aware that the extent of insurance to be provided by the employer (if any) might not be for the full cover required in terms of the conditions of contract identified in the contract data. The

Page 17: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-14

tenderer is advised to seek qualified advice regarding insurance. F.2.10 Pricing the tender offer F.2.10.1 Include in the rates, prices, and the tendered total of the prices (if any) all duties, taxes (except Value Added Tax (VAT), and other levies payable by the successful tenderer, such duties, taxes and levies being those applicable 14 days before the closing time stated in the tender data. F2.10.2 Show VAT payable by the employer separately as an addition to the tendered total of the prices. F.2.10.3 Provide rates and prices that are fixed for the duration of the contract and not subject to adjustment except as provided for in the conditions of contract identified in the contract data. F.2.10.4 State the rates and prices in Rand unless instructed otherwise in the tender data. The conditions of contract identified in the contract data may provide for part payment in other currencies. F.2.11 Alterations to documents Do not make any alterations or additions to the tender documents, except to comply with instructions issued by the employer, or necessary to correct errors made by the tenderer. All signatories to the tender offer shall initial all such alterations. F.2.12 Alternative tender offers F.2.12.1 Unless otherwise stated in the tender data, submit alternative tender offers only if a

main tender offer, strictly in accordance with all the requirements of the tender documents, is

also submitted as well as a schedule that compares the requirements of the tender documents

with the alternative requirements that are proposed. F.2.12.2 Accept that an alternative tender offer may be based only on the criteria stated in the tender

data or criteria otherwise acceptable to the employer. F.2.12.3 An alternative tender offer may only be considered in the event that the main tender offer is the winning tender.

F.2.13 Submitting a tender offer F.2.13.1 Submit one tender offer only, either as a single tendering entity or as a member in a joint venture to provide the whole of the works, services or supply identified in the contract data and described in the scope of works, unless stated otherwise in the tender data. F.2.13.2 Return all returnable documents to the employer after completing them in their entirety, either electronically (if they were issued in electronic format) or by writing legibly in non-erasable ink. F.2.13.3 Submit the parts of the tender offer communicated on paper as an original plus the number of copies stated in the tender data, with an English translation of any documentation in a language other than English, and the parts communicated electronically in the same format as they were issued by the employer.

Page 18: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-15

F.2.13.4 Sign the original and all copies of the tender offer where required in terms of the tender data. The employer will hold all authorized signatories liable on behalf of the tenderer. Signatories for tenderers proposing to contract as joint ventures shall state which of the signatories is the lead partner whom the employer shall hold liable for the purpose of the tender offer. F.2.13.5 Sealed package of the tender offer clearly marked outside. Each package shall state on the outside the employer's address and identification details stated in the tender data, as well as the tenderer's name and contact address. F.2.13.6 Where a two-envelope system is required in terms of the tender data, place and seal the returnable documents listed in the tender data in an envelope marked “financial proposal” and place the remaining returnable documents in an envelope marked “technical proposal”. Each envelope shall state on the outside the employer’s address and identification details stated in the tender data, as well as the tenderer's name and contact address. F.2.13.7 Seal the original tender offer and copy packages together in an outer package that states on the outside only the employer's address and identification details as stated in the tender data. F.2.13.8 Accept that the employer will not assume any responsibility for the misplacement or premature opening of the tender offer if the outer package is not sealed and marked as stated. F.2.13.9 Accept that tender offers submitted by facsimile or e-mail will be rejected by the employer, unless stated otherwise in the tender data. F.2.14 Information and data to be completed in all respects Accept that tender offers, which do not provide all the data or information requested completely and in the form required, may be regarded by the employer as non-responsive. F.2.15 Closing time

F.2.15.1 Ensure that the employer receives the tender offer at the address specified in the tender data not later than the closing time stated in the tender data. Accept that proof of posting shall not be accepted as proof of delivery. F.2.15.2 Accept that, if the employer extends the closing time stated in the tender data for any reason, the requirements of these conditions of tender apply equally to the extended deadline. F.2.16 Tender offer validity F.2.16.1 Hold the tender offer(s) valid for acceptance by the employer at any time during the validity period stated in the tender data after the closing time stated in the tender data. F.2.16.2 If requested by the employer, consider extending the validity period stated in the tender data for an agreed additional period with or without any conditions attached to such extension. F.2.16.3 Accept that a tender submission that has been submitted to the employer may only be withdrawn or substituted by giving the employer’s agent written notice before the closing time for

Page 19: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-16

tenders that a tender is to be withdrawn or substituted. F.2.16.4 Where a tender submission is to be substituted, submit a substitute tender in accordance with the requirements of F.2.13 with the packages clearly marked as “SUBSTITUTE”. F.2.17 Clarification of tender offer after submission Provide clarification of a tender offer in response to a request to do so from the employer during the evaluation of tender offers. This may include providing a breakdown of rates or prices and correction of arithmetical errors by the adjustment of certain rates or item prices (or both). No change in the competitive position of tenderers or substance of the tender offer is sought, offered, or permitted. Note: Sub-clause F.2.17 does not preclude the negotiation of the final terms of the contract with a preferred

tenderer following a competitive selection process, should the Employer elect to do so.

F.2.18 Provide other material F.2.18.1 Provide, on request by the employer, any other material 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 submission stated in the employer’s request, the employer may regard the tender offer as non-responsive. F.2.18.2 Dispose of samples of materials provided for evaluation by the employer, where required. F.2.19 Inspections, tests and analysis Provide access during working hours to premises for inspections, tests and analysis as provided for in the tender data.

F.2.20 Submit securities, bonds and policies 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. F.2.21 Check final draft Check the final draft of the contract provided by the employer within the time available for the employer to issue the contract. F.2.22 Return of other tender documents If so instructed by the employer, return all retained tender documents within 28 days after the expiry of the validity period stated in the tender data. F.2.23 Certificates Include in the tender submission or provide the employer with any certificates as stated in the tender

Page 20: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-17

data. F.3 The employer’s undertakings F.3.1 Respond to requests from the tenderer F.3.1.1 Unless otherwise stated in the tender Data, respond to a request for clarification received up to five working days before the tender closing time stated in the Tender Data and notify all tenderers who drew procurement documents. F.3.1.2 Consider any request to make a material change in the capabilities or formation of the tendering entity (or both) or any other criteria which formed part of the qualifying requirements used to prequalify a tenderer to submit a tender offer in terms of a previous procurement process and deny any such request if as a consequence: a) an individual firm, or a joint venture as a whole, or any individual member of the joint venture fails to meet any of the collective or individual qualifying requirements; b) the new partners to a joint venture were not prequalified in the first instance, either as individual firms or as another joint venture; or c) in the opinion of the Employer, acceptance of the material change would compromise the outcome of the prequalification process. F.3.2 Issue Addenda If necessary, issue addenda that may amend or amplify the tender documents to each tenderer during the period from the date that tender documents are available until three days before the tender closing time stated in the Tender Data. If, as a result a tenderer applies for an extension to the closing time stated in the Tender Data, the Employer may grant such extension and, shall then notify all tenderers who drew documents. F.3.3 Return late tender offer

Return tender offers received after the closing time stated in the Tender Data, unopened, (unless it is necessary to open a tender submission to obtain a forwarding address), to the tenderer concerned. F.3.4 Opening of tender submissions F.3.4.1 Unless the two-envelope system is to be followed, open valid tender submissions in the presence of tenderers’ agents who choose to attend at the time and place stated in the tender data. Tender submissions for which acceptable reasons for withdrawal have been submitted will not be opened. F.3.4.2 Announce at the meeting held immediately after the opening of tender submissions, at a venue indicated in the tender data, the name of each tenderer whose tender offer is opened and, where applicable, the total of his prices, number of points claimed for its BBBEE status level and time for completion for the main tender offer only. F.3.4.3 Make available the record outlined in F.3.4.2 to all interested persons upon request. F.3.5 Two-envelope system

Page 21: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-18

F.3.5.1 Where stated in the tender data that a two-envelope system is to be followed, open only the technical proposal of valid tenders in the presence of tenderers’ agents who choose to attend at the time and place stated in the tender data and announce the name of each tenderer whose technical proposal is opened. F.3.5.2 Evaluate functionality of the technical proposals offered by tenderers, then advise tenderers who remain in contention for the award of the contract of the time and place when the financial proposals will be opened. Open only the financial proposals of tenderers, who score in the functionality evaluation more than the minimum number of points for functionality stated in the tender data, and announce the score obtained for the technical proposals and the total price and any points claimed on BBBEE status level. Return unopened financial proposals to tenderers whose technical proposals failed to achieve the minimum number of points for functionality. F.3.6 Non-disclosure Not disclose to tenderers, or to any other person not officially concerned with such processes, information relating to the evaluation and comparison of tender offers, the final evaluation price and recommendations for the award of a contract, until after the award of the contract to the successful tenderer. F.3.7 Grounds for rejection and disqualification Determine whether there has been any effort by a tenderer to influence the processing of tender offers and instantly disqualify a tenderer (and his tender offer) if it is established that he engaged in corrupt or fraudulent practices. F.3.8 Test for responsiveness

F.3.8.1 Determine, after opening and before detailed evaluation, whether each tender offer properly received: a) complies with the requirements of these Conditions of Tender, b) has been properly and fully completed and signed, and c) is responsive to the other requirements of the tender documents. F.3.8.2 A responsive tender is one that conforms to all the terms, conditions, and specifications of the tender documents without material deviation or qualification. A material deviation or qualification is one which, in the Employer's opinion, would: a) detrimentally affect the scope, quality, or performance of the works, services or supply identified in the Scope of Work, b) significantly change the Employer's or the tenderer's risks and responsibilities under the contract, or c) affect the competitive position of other tenderers presenting responsive tenders, if it were to be rectified. Reject a non-responsive tender offer, and not allow it to be subsequently made responsive by correction or withdrawal of the non-conforming deviation or reservation. F.3.9 Arithmetical errors, omissions and discrepancies

Page 22: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-19

F.3.9.1 Check the highest ranked tender or tenderer with the highest number of tender

evaluation points after the evaluation of tender offers in accordance with F.3.11 for:

a) the gross misplacement of the decimal point in any unit rate;

b) omissions made in completing the pricing schedule or bills of quantities; or

c) arithmetic errors in:

(i) line item totals resulting from the product of a unit rate and a quantity in bills of

quantities or schedules of prices; or

(ii) the summation of the prices. F3.9.2 The employer must correct the arithmetical errors in the following manner: a) Where there is a discrepancy between the amounts in words and amounts in figures, the

amount in words shall govern.

b) If bills of quantities or pricing schedules apply and there is an error in the line item total

resulting from the product of the unit rate and the quantity, the line item total shall govern and the

rate shall be corrected. Where there is an obviously gross misplacement of the decimal point in the

unit rate, the line item total as quoted shall govern, and the unit rate shall be corrected.

c) Where there is an error in the total of the prices either as a result of other corrections

required by this checking process or in the tenderer's addition of prices, the total of the prices shall

govern and the tenderer will be asked to revise selected item prices (and their rates if bills of

quantities apply) to achieve the tendered total of the prices.

Consider the rejection of a tender offer if the tenderer does not correct or accept the correction

of the arithmetical error in the manner described above.

F.3.10 Clarification of a tender offer Obtain clarification from a tenderer on any matter that could give rise to ambiguity in a contract arising from the tender offer. F.3.11 Evaluation of tender offers F.3.11.1 General Appoint an evaluation panel of not less than three persons. Reduce each responsive tender offer to a comparative offer and evaluate them using the tender evaluation methods and associated evaluation criteria and weightings that are specified in the tender data. F.3.11.2 Method 1: Price and Preference In the case of a price and preference: 1) Score tender evaluation points for price

Page 23: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-20

2) Score points for BBBEE contribution 3) Add the points scored for price and BBBEE. F.3.11.3 Method 2: Functionality, Price and Preference In the case of a functionality, price and preference: 1) Score functionality, rejecting all tender offers that fail to achieve the minimum number of points for functionality as stated in the Tender Data. 2) No tender must be regarded as an acceptable tender if it fails to achieve the minimum qualifying score for functionality as indicated in the tender invitation. 3) Tenders that have achieved the minimum qualification score for functionality must be evaluated further in terms of the preference points system prescribed in paragraphs 4 and 5 below. 80/20 preference point system for acquisition of goods or services for Rand value equal to or above R30 000 and up to R50 million. 4) (1)The following formula must be used to calculate the points out of 80 for price in respect of tender with a Rand value equal to, or above R 30 000 and up to a Rand value of R 50 million, inclusive of all applicable taxes:

𝑃𝑠 = 80 (1 −𝑃𝑡−𝑃𝑚𝑖𝑛

𝑃𝑚𝑖𝑛)

Where

Ps = Points scored for price of tender under consideration;

Pt = Price of tender under consideration; and

Pmin = Price of lowest acceptable tender.

(4)(2) The following table must be used to calculate the score out of 20 for BBEE:

B-BBEE status level of contributor Number of points 1 20 2 18 3 14 4 12 5 8 6 6 7 4 8 2 Non-compliant contributor 0

(3) A tenderer must submit proof of its B-BBEE status level of contributor. (4) A tenderer failing to submit proof of B-BBEE status level of contributor or is a non-compliant contributor to B-BBEE may not be disqualified, but-

c) may only score points out of 80 for price; and d) scores 0 points out of 20 for B-BBEE.

(5) A tenderer may not be awarded points for B-BBEE status level of contributor if the tender documents indicate that the tenderer intends subcontracting more than 25% of the value of the contract to any other person not qualifying for at least the points that the tenderer qualifies for, unless the intended subcontractor is an EME that has the capability to execute the subcontract. (6) The points scored by a tenderer for B-BBEE in terms of subregulation (2) must be added to the

Page 24: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-21

points scored for price under subregulation (1). (7) The points scored must be rounded off to the nearest two decimal places. (8) Subject to subregulation (9) and regulation 11, the contract must be awarded to the tenderer scoring the highest points. (9)

d) If the price offered by a tenderer scoring the highest points is not market related, the organ of state may not award the contract to that tenderer.

e) The organs of state may

iv. negotiate a market-related price with the tenderer scoring the highest points or cancel the tender;

v. if the tenderer does not agree to a market-related price, negotiate a market-related price with the tenderer scoring the second highest points or cancel the tender;

vi. if the tenderer scoring the second highest points does not agree to a market-related price, negotiate a market-related price with the tenderer scoring the third highest points or cancel the tender.

f) If a market-related price is not agreed as envisaged in paragraph (b)(iii), the organ of state must cancel the tender

90/ 10 preference points system for acquisition of goods or services with

Rand value above R50 million. (5)(1) The following formula must be used to calculate the points out of 90 for price in respect of

tender with a Rand value above R50 million, inclusive of all applicable taxes:

𝑃𝑠 = 90 (1 −𝑃𝑡−𝑃𝑚𝑖𝑛

𝑃𝑚𝑖𝑛)

Where Ps = Points scored for price of tender under consideration;

Pt = Price of tender under consideration; and

Pmin = Price of lowest acceptable tender.

(5)(2) The following table must be used to calculate the points out of 10 for BBBEE:

B-BBEE status level of contributor Number of points 1 10 2 9 3 6 4 5 5 4 6 3 7 2 8 1 Non-compliant contributor 0

(3) A tenderer must submit proof of its B-BBEE status level of contributor. (4) A tenderer failing to submit proof of B-BBEE status level of contribution or is a non-compliant contributor to B-BBEE may not be disqualified, but-

a) may only score points out of 90 for price; and

Page 25: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-22

b) scores 0 points out of 10 for B-BBEE. (5) A tenderer may not be awarded points for B-BBEE status level of contributor if the tender documents indicate that the tenderer intends subcontracting more than 25% of the value of the contract to any other person not qualifying for at least the points that the tenderer qualifies for, unless the intended subcontractor is an EME that has the capability to execute the subcontract. (6) The points scored by a tenderer for B-BBEE contribution in terms of subregulation (2) must be added to the points scored for price under subregulation (1). (7) The points scored must be rounded off to the nearest two decimal places. (8) Subject to subregulation (9) and regulation 11, the contract must be awarded to the tenderer scoring the highest points. (9)

a) If the price offered by a tenderer scoring the highest points is not market related, the organ of state may not award the contract to that tenderer.

b) The organs of state may i. negotiate a market-related price with the tenderer scoring the highest

points or cancel the tender; ii. if the tenderer does not agree to a market-related price, negotiate a

market-related price with the tenderer scoring the second highest points or cancel the tender;

iii. if the tenderer scoring the second highest points does not agree to a market-related price, negotiate a market-related price with the tenderer scoring the third highest points or cancel the tender.

c) If a market-related price is not agreed as envisaged in paragraph (b)(iii), the organ of state must cancel the tender.

F.3.11.6 Decimal places Score price, preference and functionality, as relevant, to two decimal places. F.3.11.7 Scoring Price Score price of remaining responsive tender offers using the following formula: NFO = W1 x A

where: NFO is the number of tender evaluation points awarded for price.

W1 is the maximum possible number of tender evaluation points awarded for price as stated in the Tender Data. A is a number calculated using the formula and option described in Table F.1 as stated in the Tender Data.

Table F.1: Formulae for calculating the value of A

Formula Comparison aimed at achieving Option 1

a Option 2 a

1 Highest price or discount A = (1 +( P - Pm)) Pm

A = P / Pm

2 Lowest price or percentage commission / fee

A = (1 - (P - Pm)) Pm

A = Pm / P

a Pm is the comparative offer of the most favourable comparative offer.

P is the comparative offer of the tender offer under consideration.

F.3.11.8 Scoring preferences

Confirm that tenderers are eligible for the preferences claimed in accordance with the provisions of

Page 26: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-23

the tender data and reject all claims for preferences where tenderers are not eligible for such preferences. Calculate the total number of tender evaluation points for preferences claimed in accordance with the provisions of the tender data. F.3.11.9 Scoring functionality Score each of the criteria and sub criteria for quality in accordance with the provisions of the Tender Data. Calculate the total number of tender evaluation points for quality using the following formula: NQ = W2 x SO / MS

where:

SO is the score for quality allocated to the submission under consideration;

MS is the maximum possible score for quality in respect of a submission; and W2 is the maximum possible number of tender evaluation points awarded for the quality as stated in the tender data

F.3.12 Insurance provided by the employer If requested by the proposed successful tenderer, submit for the tenderer's information the policies and / or certificates of insurance which the conditions of contract identified in the contract data, require the employer to provide. F.3.13 Acceptance of tender offer Accept the tender offer, if in the opinion of the employer, it does not present any risk and only if

the tenderer:

a) is not under restrictions, or has principals who are under restrictions, preventing

participating in the employer’s procurement,

b) can, as necessary and in relation to the proposed contract, demonstrate that he or she

possesses the professional and technical qualifications, professional and technical competence,

financial resources, equipment and other physical facilities, managerial capability, reliability,

experience and reputation, expertise and the personnel, to perform the contract,

c) has the legal capacity to enter into the contract

d) is not insolvent, in receivership, under Business Rescue as provided for in chapter 6 of the

Companies Act, 2008, bankrupt or being wound up, has his affairs administered by a court or a

judicial officer, has suspended his business activities, or is subject to legal proceedings in respect

of any of the foregoing,

e) complies with the legal requirements, if any, stated in the tender data, and

f) is able, in the opinion of the employer, to perform the contract free of conflicts of interest. F.3.14 Prepare contract documents F.3.14.1 If necessary, revise documents that shall form part of the contract and that were issued by the employer as part of the tender documents to take account of: a) addenda issued during the tender period,

Page 27: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-24

b) inclusion of some of the returnable documents, and c) other revisions agreed between the employer and the successful tenderer. F.3.14.2 Complete the schedule of deviations attached to the form of offer and acceptance, if any. F.3.15 Complete adjudicator's contract Unless alternative arrangements have been agreed or otherwise provided for in the contract, arrange for both parties to complete formalities for appointing the selected adjudicator at the same time as the main contract is signed. F.3.16 Notice to unsuccessful tenderers F.3.16.1 Notify the successful tenderer of the employer's acceptance of his tender offer by completing and returning one copy of the form of offer and acceptance before the expiry of the validity period stated in the tender data, or agreed additional period. F.3.16.2 After the successful tenderer has been notified of the employer’s acceptance of the tender, notify other tenderers that their tender offers have not been accepted. F.3.17 Provide copies of the contracts Provide to the successful tenderer the number of copies stated in the Tender Data of the signed copy of the contract as soon as possible after completion and signing of the form of offer and acceptance. F.3.18 Provide written reasons for actions taken Provide upon request written reasons to tenderers for any action that is taken in applying these conditions of tender, but withhold information which is not in the public interest to be divulged, which is considered to prejudice the legitimate commercial interests of tenderers or might prejudice fair competition between tenderers. F3.19 Transparency in the procurement process

F3.19.1 The CIDB prescripts require that tenders must be advertised and be

registered on the CIDB i.e. Tender system. F3.19.2 The employer must adopt a transparency model that incorporates the disclosure and

accountability as transparency requirements in the procurement process.

F3.19.3 The transparency model must identify the criteria for selection of projects, project

information template and the threshold value of the projects to be disclosed in the public

domain at various intervals of delivery of infrastructure projects.

F3.19.4 The client must publish the information on a quarterly basis which contains the following

information:

Procurement planning process

Procurement method and evaluation process

Contract type

Page 28: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA T1.2

Part T1: Tendering Procedure Tender Data

Bid No. 244/2020 T.1.2-25

Contract status

Number of firms tendering

Cost estimate

Contract title

Contract firm(s)

Contract price

Contract scope of work

Contract start date and duration

Contract evaluation reports

F3.19.5 The employer must establish a Consultative Forum which will conduct a

random audit in the implementation of the transparency requirements in the

procurement process.

F3.19.6 Consultative Forum must be an independent structure from the bid committees.

F3.19.7 The information must be published on the employer’s website.

F 3.19.8 Records of such disclosed information must be retained for audit purposes.

Page 29: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CITY OF MBOMBELA

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-1

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME)

FOR THE CITY OF MBOMBELA

Part T2: Returnable Documents Page

T2.1 List of returnable documents T2-2

T2.2 Returnable schedules T2-3

Part C1: Agreements and contract data

C1.1 Form of offer C1.1

C.1.2 Form of Acceptance C1.2

C1.3 Schedule of deviations C1.3

C1.4 Contract data C1.4

C1.5 Part 1- Contract data completed by Employer C1.9

C1.5 Part 2- Data provided by the Contractor C1.11

C1.6 Safety agreement C1.12

C.1.10 Performance guarantee C1.20

Part C2: Pricing data

C2.1 Pricing instructions C2.1

C2.2 Activity schedules / Bills of Quantities C2.4

Page 30: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CITY OF MBOMBELA

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-2

T2.1 List of Returnable Documents

The tenderer must complete the following returnable documents: 1 Returnable Schedules required only for tender evaluation purposes

Record of Addenda to Tender Documents

Compulsory Enterprise Questionnaire

Declaration Of Interest (MBD 4)

Declaration of Procurement above R 10 Million (MBD5)

Preference Points Claim Form In Terms Of The Preferential Procurement Regulations 2017 (MBD 6.1)

Declaration Of Bidder’s Past Supply Chain Management Practices (MBD 8)

Certificate Of Independent Bid Determination (MBD 9)

Certificate of authority for joint ventures (where applicable)

Schedule of proposed Subcontractors

Schedule of Plant and Equipment

Proposed Amendments and Qualifications

Evaluation Schedules

Authority of Signatory 2 Other documents required for tender evaluation purposes

Valid Tax Compliance Status

Company Registration Certificate

Current Municipal Account/Valid lease Agreement

CIDB registration Certificate (where applicable)

Workman’s Compensation Certificate

Valid original or certified copy of BBB-EE certificate

Tenderer’s bank details

Certified ID Copies of Company directors or Owners

3 year Audited Annual Financial Statements (for bids valued R10 Million and above)

Full CSD report (Summary report NOT acceptable)

Usage of pencil or Erasable ink is prohibited

Usage of Tippex is prohibited

For any cancellations in the Tender document a signature must be appended

Page 31: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CITY OF MBOMBELA

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-3

3 Returnable Schedules that will be incorporated into the contract

Copy of the Workmen’s Compensation Registration Certificate (or proof of payment of contributions in terms of the Compensation for Occupational Injuries and Diseases Act No. 130 of 1993)

Proof of registration for regional levies if a preference is claimed for being registered in the City of Mbombela Municipal boundaries

Full Central Supplier Database (CSD) Report Initial Programme of Works

Cash flow Projection Safety Plan

4 C1.1 Form of Offer and Acceptance 5 C1.2 Contract Data (Part 2) 6 C2.2 Bills of quantities 7 Other documents that will be incorporated into the contract None

Page 32: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-4

Record of Addenda to tender documents

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

Date Title or Details

1.

2.

3.

4.

5.

6.

7.

8.

Attach additional pages if more space is required.

Signed

Date

Name

Position

Tenderer

Page 33: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-5

Annex L

(normative)

Compulsory Enterprise questionnaire

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

Section 1: Name of enterprise: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 2: VAT registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 3: CIDB registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 4: Particulars of sole proprietors and partners in partnerships

Name* Identity number* Personal income tax number*

* Complete only if sole proprietor or partnership and attach separate page if more than 3 partners

Section 5: Particulars of companies and close corporations

Company registration number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Close corporation number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Tax reference number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..

Section 6: The attached MBD4 must be completed for each tender and be attached as a tender requirement.

Section 7: The attached MBD 6 must be completed for each tender and be attached as a requirement.

Section 8: The attached MBD8 must be completed for each tender and be attached as a requirement.

Section 9: The attached MBD9 must be completed for each tender and be attached as a requirement.

The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise: i) authorizes the Employer to obtain a tax clearance certificate from the South African Revenue Services that

my / our tax matters are in order; ii) confirms that the neither the name of the enterprise or the name of any partner, manager, director or other

person, who wholly or partly exercises, or may exercise, control over the enterprise appears on the Register of Tender Defaulters established in terms of the Prevention and Combating of Corrupt Activities Act of 2004;

iii) confirms that no partner, member, director or other person, who wholly or partly exercises, or may exercise, control over the enterprise appears, has within the last five years been convicted of fraud or corruption;

Page 34: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-6

Signed

Date

Name

Position

Enterprise name

iv) confirms that I / we are not associated, linked or involved with any other tendering entities submitting tender offers and have no other relationship with any of the tenderers or those responsible for compiling the scope of work that could cause or be interpreted as a conflict of interest; and

v) confirms that the contents of this questionnaire are within my personal knowledge and are to the best of my belief both true and correct.

Page 35: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-7

MBD 4

DECLARATION OF INTEREST

1. No bid will be accepted from persons in the service of the state. 2. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make

an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons connected with or related to persons in service of the state, it is required that the bidder or their authorised representative declare their position in relation to the evaluating/adjudicating authority and/or take an oath declaring his/her interest.

3. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

3.1 Full Name: ………………………………………………………………………… 3.2 Identity Number: ………………………………………………………………… 3.3 Company Registration Number: ………………………………………………… 3.4 Tax Reference Number: ………………………………………………………… 3.5 VAT Registration Number: ………………………………………………………

3.6 Are you presently in the service of the state YES / NO

3.6.1 If so, furnish particulars. ………………………………………………………………

MSCM Regulations: “in the service of the state” means to be – (a) A member of –

(i) any municipal council; (ii) any provincial legislature; or (iii) the national Assembly or the national Council of provinces;

(b) A member of the board of directors of any municipal entity; (c) An official of any municipality or municipal entity; (d) An employee of any national or provincial department, national or provincial public entity or constitutional

institution within the meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999); (e) A member of the accounting authority of any national or provincial public entity; or (f) An employee of Parliament or a provincial legislature.

Page 36: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-8

……………………………………………………………… 3.7 Have you been in the service of the state for the past YES / NO twelve months?

3.7.1 If so, furnish particulars. ………………………………………………………………

3.8 Do you, have any relationship (family, friend, other) with persons in the service of the state and who may

be involved with the evaluation and or adjudication of this bid? YES / NO MSCM Regulations: “in the service of the state” means to be –

(a) A member of –

(i) any municipal council; (ii) any provincial legislature; or

(iii) the national Assembly or the national Council of provinces;

(b) A member of the board of directors of any municipal entity;

(c) An official of any municipality or municipal entity; (d) An employee of any national or provincial department, national or provincial public entity or constitutional institution within the meaning

of the Public Finance Management Act, 1999 (Act No.1 of 1999);

(e) A member of the accounting authority of any national or provincial public entity; or (f) An employee of Parliament or a provincial legislature.

3.8.1 If so, furnish particulars. ……………………………………………………………… ……………………………………………………………… 3.9 Are you, aware of any relationship (family, friend, other) between a bidder and any persons in the service

of the state who may be involved with the evaluation and or adjudication of this bid? YES / NO 3.9.1 If so, furnish particulars ……………………………………………………………. …………………………………………………………….

3.10 Are any of the company’s directors, managers, principal YES / NO shareholders or stakeholders in service of the state? 3.10.1 If so, furnish particulars. ……………………………………………………………… ………………………………………………………………

Page 37: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-9

3.11 Are any spouse, child or parent of the company’s directors, YES / NO managers, principal shareholders or stakeholders in service of the state?

3.11.1 If so, furnish particulars. ……………………………………………………………… ………………………………………………………………

CERTIFICATION

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

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT. I ACCEPT THAT THE STATE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………….. … ……………………………………………………………. Signature Date …………………………………. ………………………………………………………………………

Position Name of Bidder

Page 38: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-10

MBD 5

DECLARATION FOR PROCUREMENT ABOVE R10 MILLION (ALL APPLICABLE TAXES INCLUDED) For all procurement expected to exceed R10 million (all applicable taxes included), bidders must complete the following questionnaire:

1 Are you by law required to prepare annual financial statements for auditing?

*YES / NO

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

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

2 Do you have any outstanding undisputed commitments for municipal services towards any municipality for more than three months or any other service provider in respect of which payment is overdue for more than 30 days?

*YES / NO

2.1 If no, this serves to certify that the bidder has no undisputed commitments for municipal services towards any municipality for more than three months or other service provider in respect of which payment is overdue for more than 30 days

2.2 If yes, provide particulars. ……………………………………………………………………………… ……………………………………………………………………………… ……………………………………………………………………………… ………………………………………………………………………………

Page 39: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-11

* Delete if not applicable

3 Has any contract been awarded to you by an organ of state during the past five years, including particulars of any material non-compliance or dispute concerning the execution of such contract?

*YES / NO

3.1 If yes, furnish particulars ………………………………………………………………………… ………………………………………………………………………… …………………………………………………………………………

4. Will any portion of goods or services be sourced from outside the Republic, and, if so, what portion and whether any portion of payment from the municipality/ municipal entity is expected to be transferred out of the Republic?

*YES / NO

4.1 If yes, furnish particulars …………………………………………………………………………. …………………………………………………………………………. …………………………………………………………………………. ………………………………………………………………………….

Page 40: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-12

CERTIFICATION

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

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

I ACCEPT THAT THE STATE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO

BE FALSE.

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

Signature Date

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

Position Name of Bidder

Page 41: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-13

MBD 6.1

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017

This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONS

AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

1. GENERAL CONDITIONS 1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value equal to or above R30 000 and up to R50 million (all applicable taxes included); and

- the 90/10 system for requirements with a Rand value above R 50 million (all applicable taxes included).

1.2 The value of this bid is estimated to be above R30 000 and up to R50 million (all applicable taxes included);

and therefore the 80/20 system shall be applicable. 1.3 Preference points for this bid shall be awarded for:

(a) Price; and (b) B-BBEE Status Level of Contribution.

1.3.1 The maximum points for this bid are allocated as follows: POINTS

1.3.1.1 PRICE 80 1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION 20 Total points for Price and B-BBEE must not exceed 100

1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification Certificate

from a Verification Agency accredited by the South African Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

Page 42: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-14

1.5. The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

2. DEFINITIONS 2.1 “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurance

fund contributions and skills development levies;

2.2 “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad -Based Black Economic Empowerment Act;

2.3 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based

on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

2.4 “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an

organ of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals;

2.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003); 2.6 “comparative price” means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration; 2.7 “consortium or joint venture” means an association of persons for the purpose of combining their

expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract; 2.8 “contract” means the agreement that results from the acceptance of a bid by an organ of state; 2.9 “EME” means any enterprise with an annual total revenue of R5 million or less . 2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual increase or

decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract;

2.11 “functionality” means the measurement according to predetermined norms, as set out in the bid documents, of a service or commodity that is designed to be practical and useful, working or operating, taking into account, among other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a bidder; 2.12 “non-firm prices” means all prices other than “firm” prices;

Page 43: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-15

2.13 “person” includes a juristic person;

2.14 “rand value” means the total estimated value of a contract in South African currency, calculated at the time of bid invitations, and includes all applicable taxes and excise duties;

(a) 2.15 “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract;

2.16 “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007; 2.17 “trust” means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; and 2.18 “trustee” means any person, including the founder of a trust, to whom property is bequeathed in order for such property to be administered for the benefit of another person. 3. ADJUDICATION USING A POINT SYSTEM 3.1 The bidder obtaining the highest number of total points will be awarded the contract. 3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into

account all factors of non-firm prices and all unconditional discounts;.

3.3 Points scored must be rounded off to the nearest 2 decimal places.

3.4 In the event that two or more bids have scored equal total points, the successful bid

must be the one scoring the highest number of preference points for B-BBEE.

3.5 However, when functionality is part of the evaluation process and two or more bids have

scored equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality.

3.6 Should two or more bids be equal in all respects, the award shall be decided by the

drawing of lots.

Page 44: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-16

4. POINTS AWARDED FOR PRICE 4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10

min

min180

P

PPtPs or

min

min190

P

PPtPs

Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid 5. Points awarded for B-BBEE Status Level of Contribution 5.1 In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations 2017, preference points

must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of Contributor

Number of points

(90/10 system)

Number of points

(80/20 system)

1 10 20

2 9 18

3 6 14

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor 0 0

Page 45: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-17

5.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an Accounting

Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA’s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates.

5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate or a

certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.

5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity,

provided that the entity submits their B-BBEE status level certificate.

5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated

entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group

structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid.

5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.

5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that

such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise

that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub-

contractor is an EME that has the capability and ability to execute the sub-contract.

5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other

enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the

contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract.

Page 46: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-18

6. BID DECLARATION 6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following: 7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2 AND 5.1 7.1 B-BBEE Status Level of Contribution: …………. = ……………(maximum of 10 or 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA).

8 SUB-CONTRACTING 8.1 Will any portion of the contract be sub-contracted? YES / NO 8.1.1 If yes, indicate: (i) what percentage of the contract will be subcontracted? ............……………….…% (ii) the name of the sub-contractor? ………………………………………………………….. (iii) the B-BBEE status level of the sub-contractor? …………….. (iv) whether the sub-contractor is an EME? YES / NO (delete which is not applicable)

9 DECLARATION WITH REGARD TO COMPANY/FIRM

9.1 Name of firm : __________________________________________________________

9.2 VAT registration number : __________________________________________________________

9.3 Company registration number : __________________________________________________________

9.4 TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited [TICK APPLICABLE BOX] 9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES ______________________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________________

_____________________________________________________________________________

Page 47: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-19

9.6 COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX] 9.7 MUNICIPAL INFORMATION Municipality where business is situated ____________________________________________________ Registered Account Number ___________________________________________________________ Stand Number _________________________________________________________________________ 9.8 TOTAL NUMBER OF YEARS THE COMPANY/FIRM HAS BEEN IN BUSINESS? _________________________________________ 9.9 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm,

certify that the points claimed, based on the B-BBE status level of contribution indicated in paragraph 7 of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:

(i) The information furnished is true and correct; (ii) The preference points claimed are in accordance with the General Conditions as

indicated in paragraph 1 of this form. (iii) In the event of a contract being awarded as a result of points claimed as shown in

paragraph 7, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

(iv) If the B-BBEE status level of contribution has been claimed or obtained on a fraudulent

basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process; (b) recover costs, losses or damages it has incurred or suffered as a result of that

person’s conduct; (c) cancel the contract and claim any damages which it has suffered as a result of

having to make less favourable arrangements due to such cancellation;

Page 48: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-20

(d) restrict the bidder or contractor, its shareholders and directors, or only the

shareholders and directors who acted on a fraudulent basis, from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and

(e) forward the matter for criminal prosecution

WITNESSES: 1. ____________________________ ______________________________ SIGNATURE(S) OF BIDDER(S) 2. ____________________________ DATE: ________________________________ ADDRESS ____________________________

____________________________________

____________________________________

Page 49: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-21

MBD 8

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

1 This Municipal Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by municipalities and municipal entities in ensuring that when

goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3 The bid of any bidder may be rejected if that bidder, or any of its directors have:

a. abused the municipality’s / municipal entity’s supply chain management system or committed any

improper conduct in relation to such system; b. been convicted for fraud or corruption during the past five years; c. willfully neglected, reneged on or failed to comply with any government, municipal or other public

sector contract during the past five years; or d. been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention and

Combating of Corrupt Activities Act (No 12 of 2004).

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

Item Question Yes No

4.1 a) Is the bidder or any of its directors listed on the National Treasury’s Database of Restricted Suppliers as companies or persons prohibited from doing business with the public sector?

(Companies or persons who are listed on this Database were informed in writing of this

restriction by the Accounting Officer/Authority of the institution that imposed the restriction

after the audi alteram partem rule was applied).

The Database of Restricted Suppliers now resides on the National Treasury’s

website(www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of

the home page.

Yes

No

Page 50: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-22

4.1.1 If so, furnish particulars:

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

Yes

No

4.2.1 If so, furnish particulars:

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

Yes

No

4.3.1 If so, furnish particulars:

Item Question Yes No

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

Yes

No

4.4.1 If so, furnish particulars:

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

Yes

No

4.7.1 If so, furnish particulars:

Page 51: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-23

CERTIFICATION

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

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

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

………………………………………... …………………………..

Signature Date

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

Position Name of Bidder

Page 52: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-24

MBD 9 CERTIFICATE OF INDEPENDENT BID DETERMINATION

1. This Municipal Bidding Document (MBD) must form part of all bids¹ invited.

2. Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement between,

or concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal

relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding is a pe se prohibition

meaning that it cannot be justified under any grounds.

3. Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must provide

measures for the combating of abuse of the supply chain management system, and must enable the accounting officer, among others, to:

a) take all reasonable steps to prevent such abuse;

b) reject the bid of any bidder if that bidder or any of its directors has abused the supply chain

management system of the municipality or municipal entity or has committed any improper conduct in relation to such system; and

c) cancel a contract awarded to a person if the person committed any corrupt or fraudulent act during

the bidding process or the execution of the contract.

4. This MBD serves as a certificate of declaration that would be used by institutions to ensure that, when bids

are considered, reasonable steps are taken to prevent any form of bid-rigging.

5. In order to give effect to the above, the attached Certificate of Bid Determination (MBD 9) must be

completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or

lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging

is, therefore, an agreement between competitors not to compete.

Page 53: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-25

MBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION I, the undersigned, in submitting the accompanying bid:

________________________________________________________________________

(Bid Number and Description)

in response to the invitation for the bid made by:

______________________________________________________________________________

(Name of Municipality / Municipal Entity)

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

I certify, on behalf of:_______________________________________________________that:

(Name of Bidder)

1. I have read and I understand the contents of this Certificate;

2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and

complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the

bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to

determine the terms of, and to sign, the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor”

shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder,

who:

(a) has been requested to submit a bid in response to this bid invitation;

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

qualifications, abilities or experience; and

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

as the bidder

Page 54: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-26

MBD 9

6. The bidder has arrived at the accompanying bid independently from, and without consultation,

communication, agreement or arrangement with any competitor. However communication between

partners in a joint venture or consortium³ will not be construed as collusive bidding.

7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation,

communication, agreement or arrangement with any competitor regarding:

(a) prices;

(b) geographical area where product or service will be rendered (market allocation)

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

(d the intention or decision to submit or not to submit, a bid;

(e) the submission of a bid which does not meet the specifications and conditions of the bid;

or

(f) bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or arrangements with any

competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the

products or services to which this bid invitation relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or

indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the

contract.

³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

Page 55: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-27

MBD 9

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any restrictive

practices related to bids and contracts, bids that are suspicious will be reported to the Competition

Commission for investigation and possible imposition of administrative penalties in terms of section 59 of

the Competition Act No 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for

criminal investigation and or may be restricted from conducting business with the public sector for a period

not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No 12 of

2004 or any other applicable legislation.

_____________________________ ________________________________

Signature Date

_____________________________ __________________________________

Position Name of Bidder

Page 56: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-28

Certificate of Authority for Joint Ventures

This Returnable Schedule is to be completed by joint ventures.

We, the undersigned, are submitting this tender offer in Joint Venture and hereby authorise Mr/Ms . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . , authorised signatory of the company . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . , acting in the capacity of lead partner, to sign all documents in connection with the

tender offer and any contract resulting from it on our behalf.

NAME OF FIRM ADDRESS DULY AUTHORISED SIGNATORY Lead partner

CIDB registration no

………………………….

Signature. . . . . . . . . . . . .

Name ……..

Designation

CIDB registration no

………………………….

Signature. . . . . . . . . . . . .

Name ……..

Designation

CIDB registration no

………………………….

Signature. . . . . . . . . . . . .

Name ……..

Designation

Page 57: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-29

Proposed amendments and qualifications

The Tenderer should record any deviations or qualifications he may wish to make to the tender documents in this Returnable Schedule. Alternatively, a tenderer may state such deviations and qualifications in a covering letter to his tender and reference such letter in this schedule. The Tenderer’s attention is drawn to clause F.3.8 of the Standard Conditions of Tender referenced in the Tender Data regarding the employer’s handling of material deviations and qualifications. Tenderers must not include deviations or qualifications relating to the scope of work in this schedule where they are required to submit an Approach Paper.

Page Clause or item Proposal

Signed

Date

Name

Position

Tenderer

Page 58: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-30

Schedule of Proposed Subcontractors

We notify you that it is our intention to employ the following Subcontractors for work in this contract.

If we are awarded a contract we agree that this notification does not change the requirement for us to submit the names of proposed Subcontractors in accordance with requirements in the contract for such appointments. If there are no such requirements in the contract, then your written acceptance of this list shall be binding between us.

We confirm that all subcontractors who are contracted to construct a house are registered as home builders with the National Home Builders Registration Council.

Name and address of proposed Subcontractor

Nature and extent of work Previous experience with Subcontractor.

1.

2.

3.

4.

5.

Signed

Date

Name

Position

Tenderer

Page 59: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-31

Schedule of Plant and Equipment

The following are lists of major items of relevant equipment that I/we presently own and will have available for this contract our tender is accepted. All equipment listed will be for the sole use of this contract. For the Contractor to be allocated full points, they must own at least one of the each of the listed plant: 6m³ Tipper Truck, 10ton Flatbed Truck, 10 000 litres Water Tanker, 15ton Crawler Excavator, 8ton TLB and 1ton LDV) they will also be required to submit proof of ownership by one of the directors or the company, points will not be allocated for leased plant. (a) Details of major equipment that is owned by and immediately available for this contract.

Quantity Description, size, capacity, etc.

Attach additional pages if more space is required.

(b) Details of major equipment that will be hired, or acquired for this contract if my/our tender is acceptable.

Quantity Description, size, capacity, etc.

Attach additional pages if more space is required.

Signed

Date

Name

Position

Tenderer

Page 60: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-32

EVALUATION SCHEDULES Refer to F3.11, Method 2. The tenderer is required to score 70% for Functionality in order to qualify for further consideration.

Evaluation Schedule: Approach paper

The approach paper must respond to the scope of work and outline the proposed approach / methodology including that relating to health and safety. The approach paper should articulate what value add the tenderer will provide in achieving the stated objectives for the project. The tenderer must as such explain his / her understanding of the objectives of the assignment and the Employer’s stated and implied requirements, highlight the issues of importance, and explain the technical approach they would adopt to address them. The approach paper should explain the methodologies which are to be adopted, demonstrate the compatibility of those methodologies with the proposed approach. The approach should also include a quality plan which outlines processes, procedures and associated resources, applied by whom and when, to meet the requirements and indicate how risks will be managed and what contribution can be made regarding value management. The tenderer must attach his / her approach paper to this page. The approach paper should not be longer than 8 pages. The scoring of the approach paper will be as follows: Technical approach and methodology

Poor (score 5)

The technical approach and / or methodology is poor / is unlikely to satisfy project objectives or requirements. The tenderer has misunderstood certain aspects of the scope of work and does not deal with the critical aspects of the project.

Satisfactory (score 10)

The approach is generic and not tailored to address the specific project objectives and methodology. The approach does not adequately deal with the critical characteristics of the project. The quality plan, manner in which risk is to be managed etc. is too generic.

Good (score 15)

The approach is specifically tailored to address the specific project objectives and methodology and is sufficiently flexible to accommodate changes that may occur during execution. The quality plan and approach to managing risk etc is specifically tailored to the critical characteristics of the project.

Very good (score 20)

Besides meeting the “good” rating, the important issues are approached in an innovative and efficient way, indicating that the tenderer has outstanding knowledge of state-of-the- art approaches. The approach paper details ways to improve the project outcomes and the quality of the outputs

The undersigned, who warrants that he / she is duly authorized to do so on behalf of the enterprise, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.

Signed

Date

Name

Position

Tenderer

Page 61: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-33

Evaluation Schedule: Experience of Key Staff

The experience of assigned staff member in relation to the scope of work will be evaluated from three different points of view: 1) General experience (total duration of professional activity), level of education and training and positions held of each

discipline specific team leader. 2) The education, training, skills and experience of the Assigned Staff in the specific sector, field, subject, etc which is

directly linked to the scope of work. 3) The key staff members’ / experts’ knowledge of issues which the tenderer considers pertinent to the project e.g. local

conditions, affected communities, legislation, techniques etc. A CV of the project director, site agent and general foreman of not more than 2 pages should be attached to this schedule: Each CV should be structured under the following headings: 1 Personal particulars

- name - date and place of birth - place (s) of tertiary education and dates associated therewith - professional awards

2 Qualifications (degrees, diplomas, grades of membership of professional societies and professional registrations) 3 Skills 4 Name of current employer and position in enterprise 5 Overview of post graduate / diploma experience (year, organization and position) 6 Outline of recent assignments / experience that has a bearing on the scope of work

The scoring of the experience of key staff will be as per Table A4: Key Personnel Note: An individual may be nominated to serve as the team leader in more than one discipline and as the team leader and a discipline specific leader.

The undersigned, who warrants that he / she is duly authorized to do so on behalf of the enterprise, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.

Signed

Date

Name

Position

Tenderer

Page 62: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-34

The experience of the tenderer or joint venture partners in the case of an unincorporated joint venture or consortium as opposed to the key staff members / experts in similar projects or similar areas and conditions in relation to the scope of work over the last five years will be evaluated. Bidder should submit with the document at least 5 references with the state entity (Completion Certificates) to qualify for the full points. Tenderers should very briefly describe his or her experience in this regard and attach this to this schedule. The description should be put in tabular form with the following headings:

Employer, contact person and telephone number, where available

Description of work (service) Value of work (i.e. the service provided) inclusive of VAT (Rand)

Date completed

The scoring of the tenderer’s experience will be as per Table A1: Company Experience/References

The undersigned, who warrants that he / she is duly authorized to do so on behalf of the enterprise, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.

Signed

Date

Name

Position

Tenderer

Evaluation Schedule: Tenderer’s Experience

Page 63: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-35

FUNCTIONALITY ACHIEVEMENT SCHEDULES Refer to F3.11, Method 2. The tenderer is required to score 70 points in table A1 – table A5 in order to avoid rejection of tender. TABLE A1: COMPANY EXPERIENCE/ REFERENCES

No

TARGETED GOALS

In order to qualify for points scoring, prospective bidders should attach Certified Copies of Completion Certificates WITH certified copies of appointment letters for similar projects (Reticulation Network) (council reserves the right to contact the clients for verification purposes in terms of quality of the works, the performances of the contract in relations to adherences to time frames and compliances to any conditions as laid down in the contract) appointment letter must be traceable.

NB, certified copies must not be older than three months

TENDERED GOAL

POINTS CLAIMED BY TENDERER

ALLOCATED POINTS

1 Completed Five(5) Similar Projects Value of Work > R 13 Million 50.0

2 Completed Four(4) Similar Projects Value of Work > R 13 Million 40.0

3 Completed Three(3) Similar Projects Value of Work > R 13 Million 30.0

4 Completed Two(2) Similar Projects Value of Work > R 13 Million 20.0

5 Completed One(1) Similar Project Value of Work > R 13 Million 10.0

SUB-TOTAL: Reputation and References 50.0

NB: The maximum possible score that the bidder can achieve under table A1 is Thirty (50) points. To score the maximum points a prospective bidder must have satisfied the requirements of table 1. Half points to be allocated for projects with appointment letter but without completion certificates.

Page 64: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-36

TABLE A2: PLANT AND EQUIPMENT

No

TARGETED GOALS

For the Contractor to be allocated full points, they must own at least one of the each of the listed plant: 6m³ Tipper Truck,

10ton Flatbed Truck, 10 000 litres Water Tanker, 15ton Crawler Excavator, 8ton TLB and 1ton LDV) they will also be required to

submit proof of ownership by one of the directors or the company, points will not be allocated for leased plant.

TENDERED GOAL

POINTS Claimed by

tenderer

ALLOCATED POINTS

1 Owns 100% of the Plant Mentioned above 20.0

2 Owns 80% of the Plant Mentioned above 15.0

3 Owns 60% of the Plant Mentioned above 10.0

4 Owns 40% of the Plant Mentioned above 05.0

5 Owns 20% of the Plant Mentioned above 03.0

SUB-TOTAL : Plant and Equipment 20.0

NB: Points will not be allocated for leased plant TABLE A3: FINANCIAL REFERENCES

No TARGETED GOALS TENDERED

GOAL

POINTS CLAIMED BY TENDERER

ALLOCATED POINTS

01 Bank rating of “C” or better (Contractor to submit) (attached Letter not to be older than 03 months)

10.0

02 Letter of intent for 10% Performance guarantee (Contractor to submit) (Letter should be specifically for the bid 142/2019)

5.0

SUB-TOTAL: Financial references 15.0

Page 65: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-37

TABLE A4: KEY PERSONNEL

No

TARGETED GOALS

Attach CV in the structure provided & Certified Copies of Qualifications

of nominated persons (Failure to submit both will result in zero points)

TENDERED GOAL

POINTS Claimed by tenderer

ALLOCATED POINTS

1

Safety officer with Level 1 First Aid qualification. Name: ……………………………………………………

1.0

or

Safety officer with Level 1 First Aid plus OSHA (Construction Regulations) qualification. Name: ……………………………………………………

3.0

or

Safety Officer with Level 1 First Aid plus OSHA (Construction Regulations) qualification and completed two (2) similar projects > R 13 000 000 in the past. Name: ……………………………………………………

5.0

plus

2

Site Foreman has NQF 2 qualification in Civil Engineering Name: ……………………………………………………

2.0

Or

Site Foreman has NQF 2 qualification in Civil Engineering and Completed two (2) similar projects > R 13 000 000 Name: ……………………………………………………

5.0

plus

3

Site Agent has NQF 5 Qualification in Civil Engineering Name: ……………………………………………………

2.0

Or

Site Agent has NQF 5 qualification in Civil Engineering and Completed two (2) Similar projects > R 13 000 000 Name: ……………………………………………………

5.0

SUB-TOTAL: Construction team key personnel 15.0

Page 66: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-38

PHYSICAL ADDRESS OF BUSINESS ……………………………………………………………………………………………………………………… ……………………………………………………………………………………………………………………… ……………………………………………………………………………………………………………………… ……………………………………………………………………………………………………………………… ……………………………………………………………………………………………………………………… Signature: ……………………………………………………………………………………………………….. Name: ……………………………………………………………………………………………………….. Duly authorized to sign on behalf of ……………………………………………………………………………………………………………………. Telephone: ………………………………………………………………………………………………………………………………………………….. Fax: …………………………………………………………………………………………………………………………………………………. Date: ………………………………………………………………………………………………………………………………………………….

ACCEPT/REJECT

MA

XIM

UM

PO

INT

S

TO B

E A

LLO

CA

TED

PO

INTS

CLA

IMED

BY

TEN

DER

ER

ALL

OC

ATE

D P

OIN

TS

PRIC

E AN

D FU

NCT

ION

ALIT

Y

GO

ALS

(80

POIN

TS)

PRICE 80

SUB TOTAL 80

B-BB

EE S

TATU

S

LEVE

L OF

CON

TRIB

UTI

ON

(20

POIN

TS)

B-BBEE STATUS LEVEL OF CONTRIBUTION 20

SUB TOTAL 20

TOTAL 100

Page 67: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-39

AUTHORITY FOR SIGNATORY Details of person responsible for bid process

Name _____________________________________________________________________________

Tender number _____________________________________________________________________

Address of office submitting the bid ____________________________________________________

__________________________________________________________________________________

Telephone no. _________________________________________________________________

Fax no. ______________________________________________________________________

E-mail address _______________________________________________________________

Signatories for close corporations and companies shall confirm their authority by attaching to this form a duly signed

and dated original or certificated copy of the relevant resolution of their members of their board of directors, as the

case may be.

*By resolution of the board of directors passed on (date) ___________________________________

Mr / Ms___________________________________________________________________________

Has been duly authorized to sign all documents in connection with the Bid for Contract Number

________________________ and any Contract which may arise there from on behalf of

(BLOCK CAPITAL)____________________________________________________________________

__________________________________________________________________________________

__________________________________________________________________________________

SIGNED ON BEHALF OF THE COMPANY___________________________________________________

IN HIS CAPACITY AS _____________________________________________

DATE _____________________________________________

FULL NAMES OF SIGNATORY _____________________________________________

AS WITNESSES 1 _____________________________________________

2 _____________________________________________

Page 68: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-40

COPY OF WORKMENS’ COMPENSATION REGISTRATION CERTIFICATE (OR PROOF OF PAYMENT OF

CONTRIBUTIONS IN TERMS OF THE COMPENSATION FOR OCCUPATIONAL INJURIES AND DISEASES ACT

NO. 130 OF 1993)

[Certified Copy of the Certificate or Proof of Payment thereof obtained from the Workmen’s Compensation Commissioner to be inserted here]

Page 69: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-41

CERTIFIED ID COPIES OF BUSINESS OWNERS/DIRECTORS

Page 70: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-42

CERTIFIED COPY OF B-BBEE CERTIFICATE

Page 71: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-43

AN ORIGINAL BANK STAMPED FINANCIAL BANK RATING CODE BANK STATEMENT NOT OLDER THAN 2 YEARS

LETTER OF INTEND FOR 10% PERFORMANCE QUARANTEES [The Tenderer shall obtain a letter from the Bank rating his / her financial capacity to execute the project of such values. In case of Joint Venture, each Joint Venture partner shall provide an Original Bank rating. The Bank rating of the

Lead Partner of the Joint Venture shall be considered for further evaluation]

Page 72: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-44

PROOF OF REGISTRATION FOR REGIONAL RATES AND CLEARANCES FROM RELEVENT LOCAL AUTHORITY

In case of Joint Venture, the Tenderer shall confirm his/her Domicilium citadium as one of the Joint Venture partner; this shall be considered for further evaluation]

Page 73: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-45

CENTRAL SUPPLIERS DATABASE (CSD) REGISTRATION SUMMARY REPORT

Page 74: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-46

COPY OF COMPANY REGISTRATION CERTIFICATE

Page 75: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-47

PROOF OF REGISTRATION WITH THE CONSTRUCTION INDUSTRY DEVELOPMENT BOARD (CIDB) [Proof of registration with the Construction Industry Development Board (CIDB) to be inserted]

Page 76: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela --------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA PART T2: Returnable Documents

Bid No. 244/2020 T2-48

TAX COMPLIANCE STATUS

Copy of Tax Compliance Status (TCS)

And TCS Number

Page 77: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-1

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF

MBOMBELA

C1.1 Form of Offer The employer, identified in the acceptance signature block, has solicited offers to enter into a contract for the procurement of: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Bid No. 244/2020 The tenderer, identified in the offer signature block, has examined the documents listed in the tender data and addenda thereto as listed in the returnable schedules, and by submitting this offer has accepted the conditions of tender. By the representative of the tenderer, deemed to be duly authorized, signing this part of this form of offer and acceptance, the tenderer offers to perform all of the obligations and liabilities of the contractor under the contract including compliance with all its terms and conditions according to their true intent and meaning for an amount to be determined in accordance with the conditions of contract identified in the contract data. THE OFFERED TOTAL OF THE PRICES INCLUSIVE OF VALUE ADDED TAX IS:

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Rand (in words);

R . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (in figures)

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

Name . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Capacity . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

(Name and . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . address of organization) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Name and signature of witness . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Page 78: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-2

C.1.2. Form of Acceptance By signing this part of this form of offer and acceptance, the employer identified below accepts the tenderer’s offer. In consideration thereof, the employer shall pay the contractor the amount due in accordance with the conditions of contract identified in the contract data. Acceptance of the tenderer’s offer shall form an agreement between the employer and the tenderer upon the terms and conditions contained in this agreement and in the contract that is the subject of this agreement.

The terms of the contract, are contained in:

Part C1: Agreements and contract data, (which includes this agreement) Part C2: Pricing data Part C3: Scope of work. Part C4: Site information

and drawings and documents or parts thereof, which may be incorporated by reference into Parts 1 to 4 above. Deviations from and amendments to the documents listed in the tender data and any addenda thereto as listed in the tender schedules as well as any changes to the terms of the offer agreed by the tenderer and the employer during this process of offer and acceptance, are contained in the schedule of deviations attached to and forming part of this agreement. No amendments to or deviations from said documents are valid unless contained in this schedule. The tenderer shall within two weeks after receiving a completed copy of this agreement, including the schedule of deviations (if any), contact the employer’s agent (whose details are given in the contract data) to arrange the delivery of any bonds, guarantees, proof of insurance and any other documentation to be provided in terms of the conditions of contract identified in the contract data. Failure to fulfil any of these obligations in accordance with those terms shall constitute a repudiation of this agreement. Notwithstanding anything contained herein, this agreement comes into effect on the date when the tenderer receives one fully completed original copy of this document, including the schedule of deviations (if any). Unless the tenderer (now contractor) within five working days of the date of such receipt notifies the employer in writing of any reason why he cannot accept the contents of this agreement, this agreement shall constitute a binding contract between the parties. Signature . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Date . . . . . . . . . . . . . . . . . . .

Name . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Capacity . . . . . . . . . . . . . . . . . . . . . . . . . . . .

for the Employer City Of Mbombela Civic Centre Building 1 Nel Street Nelspruit, 1200 Name and . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . signature of witness Date . . . . . . . . . . . . . . . . . . .

Page 79: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-3

Signature . . . . . . . . . . . . . . . . . . . . . . . . . . . . Signature ----------------------------------

Name . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Name ______________________

Capacity . . . . . . . . . . . . . . . . . . . . . . . . . . . . Capacity ______________________

for the for the Tenderer Employer Mbombela Local Municipality Address ________________________ Civic Centre Building _________________________ 1 Nel Street __________________________ Nelspruit, 1200 ___________________________ Name and . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Name and ___________________________ signature signature of witness of witness Date ____________________________ Date _____________________________

C.1.3. Schedule of Deviations 1 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

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

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

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

2 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

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

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

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

3 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

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

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

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

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

Page 80: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-4

C1.4 Contract Data

The General Conditions of Contract for Construction Works 3rd Edition (2015) published by the South African Institution of Civil Engineering, is applicable to this contract. Copies of these conditions of contract may be obtained from Consulting Engineers South Africa (SAICE) – 011 463-2022.

The General Conditions of Contract for Construction Works make several references to the Contract Data for specific data, which together with these conditions collectively describe the risks, liabilities and obligations of the contracting parties and the procedures for the administration of the Contract. The Contract Data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the general conditions of contract. Each item of data given below is cross-referenced to the clause in the General Conditions of Contract for Construction Works to which it mainly applies.

The additional clauses to the General Conditions of Contract are: Payment for the labour-intensive component of the works Payment for works identified in the Scope of Work as being labour-intensive shall only be made in accordance with the provisions of the Contract if the works are constructed strictly in accordance with the provisions of the scope of work. Any non-payment for such works shall not relieve the Contractor in any way from his obligations either in contract or in delict.

Applicable labour laws The Ministerial Determination, Expanded Public Works Programmes, issued in terms of the Basic Conditions of Employment Act of 1997 by the Minister of Labour in Government Notice N° R347 of 04 May 2012, as reproduced below, shall apply to works described in the scope of work as being labour intensive and which are undertaken by unskilled or semi-skilled workers. 1 Introduction 1.1 This document contains the standard terms and conditions for workers employed in elementary occupations on a Special Public Works Programme (EPWP). These terms and conditions do NOT apply to persons employed in the supervision and management of a EPWP. 1.2 In this document –

(a) “department” means any department of the State, implementing agent or contractor; (b) “employer” means any department, implementing agency or contractor that hires workers to work in

elementary occupations on a EPWP; (c) “worker” means any person working in an elementary occupation on a EPWP; (d) “elementary occupation” means any occupation involving unskilled or semi-skilled work; (e) “management” means any person employed by a department or implementing agency to administer

or execute an EPWP; (f) “task” means a fixed quantity of work; (g) “task-based work” means work in which a worker is paid a fixed rate for performing a task; (h) “task-rated worker” means a worker paid on the basis of the number of tasks completed; (i) “time-rated worker” means a worker paid on the basis of the length of time worked.

Page 81: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-5

2 Terms of Work

Workers on an EPWP are employed on a temporary basis or contract basis. 3 Normal Hours of Work 3.1 An employer may not set tasks or hours of work that require a worker to work– (a) more than forty hours in any week (b) on more than five days in any week; and (c) For more than eight hours on any day. 3.2 An employer and worker may agree that a worker will work four days per week. The worker may then work up to ten hours per day. 3.3 A task-rated worker may not work more than a total of 55 hours in any week to complete the tasks allocated (based on a 40-hour week) to that worker. 4 Meal Breaks 4.1 A worker may not work for more than five hours without taking a meal break of at least thirty minutes duration. 4.2 An employer and worker may agree on longer meal breaks. 4.3 A worker may not work during a meal break. However, an employer may require a worker to perform duties during a meal break if those duties cannot be left unattended and cannot be performed by another worker. An employer must take reasonable steps to ensure that a worker is relieved of his or her duties during the meal break. 4.4 A worker is not entitled to payment for the period of a meal break. However, a worker who is paid on the basis of time worked must be paid if the worker is required to work or to be available for work during the meal break. 5 Special Conditions for Security Guards 5.1 A security guard may work up to 55 hours per week and up to eleven hours per day. 5.2 A security guard who works more than ten hours per day must have a meal break of at least one hour or two breaks of at least 30 minutes each. 6 Daily Rest Period Every worker is entitled to a daily rest period of at least eight consecutive hours. The daily rest period is measured from the time the worker ends work on one day until the time the worker starts work on the next day.

7 Weekly Rest Period Every worker must have two days off every week. A worker may only work on their day off to perform work which must be done without delay and cannot be performed by workers during their ordinary hours of work (“emergency work”). 8 Work on Sundays and Public Holidays 8.1 A worker may only work on a Sunday or public holiday to perform emergency or security work. 8.2 Work on Sundays is paid at the ordinary rate of pay. 8.3 A task-rated worker who works on a public holiday must be paid –

(a) the worker’s daily task rate, if the worker works for less than four hours; (b) Double the worker’s daily task rate, if the worker works for more than four hours. 8.4 A time-rated worker who works on a public holiday must be paid –

(a) the worker’s daily rate of pay, if the worker works for less than four hours on the public holiday; (b) Double the worker’s daily rate of pay, if the worker works for more than four hours on the public holiday.

Page 82: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-6

9 Sick Leave 9.1 Only workers who work four or more days per week have the right to claim sick-pay in terms of this clause. 9.2 A worker who is unable to work on account of illness or injury is entitled to claim one day’s paid sick leave for every full month that the worker has worked in terms of a contract. 9.3 A worker may accumulate a maximum of twelve days’ sick leave in a year. 9.4 Accumulated sick-leave may not be transferred from one contract to another contract. 9.5 An employer must pay a task-rated worker the worker’s daily task rate for a day’s sick leave. 9.6 An employer must pay a time-rated worker the worker’s daily rate of pay for a day’s sick leave. 9.7 An employer must pay a worker sick pay on the worker’s usual payday. 9.8 Before paying sick-pay, an employer may require a worker to produce a certificate stating that the worker was unable to work on account of sickness or injury if the worker is –

(a) absent from work for more than two consecutive days; or (b) Absent from work on more than two occasions in any eight-week period.

9.9 A medical certificate must be issued and signed by a medical practitioner, a qualified nurse or a clinic staff member authorised to issue medical certificates indicating the duration and reason for incapacity. 9.10 A worker is not entitled to paid sick-leave for a work-related injury or occupational disease for which the worker can claim compensation under the Compensation for Occupational Injuries and Diseases Act.

10 Maternity Leave 10.1 A worker may take up to four consecutive months’ unpaid maternity leave. 10.2 A worker is not entitled to any payment or employment-related benefits during maternity leave. 10.3 A worker must give her employer reasonable notice of when she will start maternity leave and when she will return to work. 10.4 A worker is not required to take the full period of maternity leave. However, a worker may not work for four weeks before the expected date of birth of her child or for six weeks after the birth of her child, unless a medical practitioner, midwife or qualified nurse certifies that she is fit to do so. 10.5 A worker may begin maternity leave –

(a) four weeks before the expected date of birth; or (b) on an earlier date –

(i) if a medical practitioner, midwife or certified nurse certifies that it is necessary for the health of the worker or that of her unborn child; or

(ii) if agreed to between employer and worker; or (c) on a later date, if a medical practitioner, midwife or certified nurse has certified that the worker is able to

continue to work without endangering her health. 10.6 A worker who has a miscarriage during the third trimester of pregnancy or bears a stillborn child may take maternity leave for up to six weeks after the miscarriage or stillbirth. 10.7 A worker who returns to work after maternity leave, has the right to start a new cycle of twenty-four months employment, unless the EPWP on which she was employed has ended. 11 Family responsibility leave 11.1 Workers, who work for at least four days per week, are entitled to three days paid family responsibility leave each year in the following circumstances -

(a) when the employee’s child is born; (b) when the employee’s child is sick; (c) in the event of a death of –

(i) the employee’s spouse or life partner; (ii) The employee’s parent, adoptive parent, grandparent, child, adopted child, grandchild or

sibling.

Page 83: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-7

12 Statement of Conditions 12.1 An employer must give a worker a statement containing the following details at the start of employment –

(a) the employer’s name and address and the name of the EPWP; (b) the tasks or job that the worker is to perform; and (c) the period for which the worker is hired or, if this is not certain, the expected duration of the contract; (d) the worker’s rate of pay and how this is to be calculated; (e) The training that the worker will receive during the EPWP.

12.2 An employer must ensure that these terms are explained in a suitable language to any employee who is unable to read the statement. 12.3 An employer must supply each worker with a copy of these conditions of employment.

13 Keeping Records 13.1 Every employer must keep a written record of at least the following –

(a) the worker’s name and position; (b) in the case of a task-rated worker, the number of tasks completed by the worker; (c) in the case of a time-rated worker, the time worked by the worker; (d) Payments made to each worker.

13.2 The employer must keep this record for a period of at least three years after the completion of the EPWP.

14 Payment 14.1 An employer must pay all wages at least monthly in cash or by cheque or into a bank account. 14.2 A task-rated worker will only be paid for tasks that have been completed. 14.3 An employer must pay a task-rated worker within five weeks of the work being completed and the work having been approved by the manager or the contractor having submitted an invoice to the employer. 14.4 A time-rated worker will be paid at the end of each month. 14.5 Payment must be made in cash, by cheque or by direct deposit into a bank account designated by the worker. 14.6 Payment in cash or by cheque must take place –

(a) at the workplace or at a place agreed to by the worker; (b) during the worker’s working hours or within fifteen minutes of the start or finish of work; (c) In a sealed envelope which becomes the property of the worker.

14.7 An employer must give a worker the following information in writing – (a) the period for which payment is made; (b) the numbers of tasks completed or hours worked; (c) the worker’s earnings; (d) any money deducted from the payment; (e) The actual amount paid to the worker.

14.8 If the worker is paid in cash or by cheque, this information must be recorded on the envelope and the worker must acknowledge receipt of payment by signing for it 14.9 If a worker’s employment is terminated, the employer must pay all monies owing to that worker within one month of the termination of employment. Note: The minimum daily wager for general worker according to SAFCEC currently is R 258.31 for 9.5 hours per day and will be adjusted accordingly 15 Deductions 15.1 An employer may not deduct money from a worker’s payment unless the deduction is required in terms of a law. 15.2 An employer must deduct and pay to the SA Revenue Services any income tax that the worker is required to pay. 15.3 An employer who deducts money from a worker’s pay for payment to another person must pay the money to that person within the time period and other requirements specified in the agreement law, court order or arbitration award concerned. 15.4 An employer may not require or allow a worker to –

(a) repay any payment except an overpayment previously made by the employer by mistake;

Page 84: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-8

(b) state that the worker received a greater amount of money than the employer actually paid to the worker; or

(f) Pay the employer or any other person for having been employed.

16 Health and Safety 16.1 Employers must take all reasonable steps to ensure that the working environment is healthy and safe. 16.2 A worker must –

(a) work in a way that does not endanger his/her health and safety or that of any other person; (b) obey any health and safety instruction; (c) obey all health and safety rules of the EPWP; (d) use any personal protective equipment or clothing issued by the employer; (e) Report any accident, near-miss incident or dangerous behaviour by another person to their employer or

manager. 17 Compensation for Injuries and Diseases 17.1 It is the responsibility of the employers (other than a contractor) to arrange for all persons employed on a EPWP to be covered in terms of the Compensation for Occupational Injuries and Diseases Act, 130 of 1993. 17.2 A worker must report any work-related injury or occupational disease to their employer or manager. 17.3 The employer must report the accident or disease to the Compensation Commissioner. 17.4 An employer must pay a worker who is unable to work because of an injury caused by an accident at work 75% of their earnings for up to three months. The employer will be refunded this amount by the Compensation Commissioner. This does NOT apply to injuries caused by accidents outside the workplace such as road accidents or accidents at home. 18 Termination 18.1 The employer may terminate the employment of a worker for good cause after following a fair procedure. 18.2 A worker will not receive severance pay on termination. 18.3 A worker is not required to give notice to terminate employment. However, a worker who wishes to resign should advise the employer in advance to allow the employer to find a replacement. 18.4 A worker who is absent for more than three consecutive days without informing the employer of an intention to return to work will have terminated the contract. However, the worker may be re-engaged if a position becomes available for the balance of the 24-month period. 18.5 A worker who does not attend required training events, without good reason, will have terminated the contract. However, the worker may be re-engaged if a position becomes available for the balance of the 24-month period. 19 Certificate of Service 19.1 On termination of employment, a worker is entitled to a certificate stating –

(a) the worker’s full name; (b) the name and address of the employer; (c) the EPWP on which the worker worked; (d) the work performed by the worker; (e) any training received by the worker as part of the EPWP; (f) the period for which the worker worked on the EPWP; (g) Any other information agreed on by the employer and worker.

Page 85: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-9

C.1.5. Part 1: Contract Data completed by the Employer

The following contract specific data, referring to the General Conditions of Contract for Construction Works, Third Edition, 2015, are applicable to this Contract:

Item No.

Clause Description

1 1.1.1.13 The Defects Liability Period is 12 months, measured from the date of the Certificate of Completion.

2 1.1.1.14 The Time of achieving Practical Completion is 264 days (12 Months) calculated from the Commencement Date.

3 1.1.1.15 The Name of The Employer is CITY OF MBOMBELA, represented by the Municipal Manager: Mr Wiseman Khumalo

4 1.2.1.2 The Address of the Employer is: CITY OF MBOMBELA Address (physical): 1 Nel Street, Mbombela, 1200 Address (postal): PO Box 45, Nelspruit, 1200 Telephone: 013- 759 9111 Facsimile: 013 759 2070

5 1.1.1.16 The name of the Employer's agent is Monde Consulting Engineers and Project Managers, represented by Managing Director Nkosinathi Mnyaka.

6 1.2.1.2 The address of the Employer's agent is: Monde Consulting Engineers and Project Managers Address (physical): 27, Hendrik Potgieter Street, Nelspruit Address (postal): P O Box 6838, Nelspruit, 1200 Telephone: (013) 752 4616 Facsimile: (013) 752 6166

7 1.1.1.26 The pricing strategy is Re-measurement Contract

8 5.1.1 The non-working days are Sundays

9 5.8.1 The special non-working days are: Human Right Day Good Friday Family Day Freedom Day Workers Day Youth Day Women’s Day Heritage Day Day of Reconciliation Christmas Day Day of Goodwill New Year’s Day Public Holidays Year-end break

10 5.3.1 The documentation required before commencing with the works are: 1. Health and Safety Plan (Refer to Clause 4.3) 2. Initial Programme (Refer to Clause 5.6) 3. Security (Refer to Clause 6.2) 4. Insurance (Refer to Clause 8.6)

11 5.3.2 The time to submit the documentation required before commencement of the work is 28 Days

12 5.13.1 The penalty of failing to complete the works is a Charge Fee.

Page 86: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-10

13 5.14.1 The requirements for achieving Practical Completion are: 1. Completion of all sewer reticulation, manholes, water tightness, air testing, torch and mirror. 2. Complete installation of erf connections, connections to existing gravity sewers.

14 5.16.3 The latent defects period is 12 Months

15 6.5.1.2.3 Not required

16 6.10.1.5 Not required

17 6.10.3 The limit of retention money is 10% of the Contract Sum

18 8.6.1.1.2 Not required

19 8.6.1.1.3 Not required

20 8.6.1.3 The limit of indemnity for liability insurance is 12 months

21 10.5.3 The number of Adjudication Board Members to be appointed is 03 (Three)

22 1.3.2 The governing law is The Law of South Africa

23 1.3.3 The language of the contract and for written communication is English

24 3.2.3 The employer's agent shall obtain the specific approval of the employer before carrying out any of his function or duties according to the following clauses of the general conditions of the contract.

25 5.4.2 The access and the possession of site shall be exclusive to the contractor but as set out in the site information.

26 6.8.2 The value of the certificates issued shall be adjusted in accordance with the contract price adjustment schedule with the following values The value of X is 0.15 a = 0.15 (Labour) b = 0.20 (Contractor’s equipment) c= 0.55 (Material) d = 0.10 (Fuel) The Indices for "L", "P", "M" and "F" are the following as published by Statistics South Africa "L" Is the "Labour Index" As published in the Statistical News Release P0141 Additional Tables: Table 14 “CPI – all items, according to area” of Statistics South Africa. "P" Is the "Contractors Equipment Index" as published in the Statistical News Release P0151, Table 4 – “Civil Engineering Plant” of Statistics South Africa "M" Is the "Material Index" published in the Statistical News Release P0151.1, Table 3 – “Building and Construction”- “Civil Engineering” of Statistics South Africa. "F" Is the "Fuel Index" as published in the Statistical News Release P0142.1, Table 1 - of Statistics South Africa. The base month is the month before close of tender

27 8.6.1.4 The Contractor shall effect and maintain ground support insurance as set out in the scopes of works.

28 8.6.1.5 In the addition of the insurance required in terms of general conditions of contract clauses 8.6.1.1 to 8.6.1.4 the following insurance is also required.

29 8.6.5 The insurance shall be affected with an insurance company registered in South Africa

30 10.5.1 Dispute resolution shall be by standing adjudication.

31 10.7.1 The determination of dispute shall be by arbitration.

Page 87: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-11

C.1.5. PART 2: DATA PROVIDED BY THE CONTRACTOR

Item No.

Clause Description

1 1.1.1.9 The name of the contractor is:

2 1.2.1.2 The address of the contractor is:

3 1.1.1.14 The time for achieving practical completion is 08 Months

The time for achieving practical completion of the whole of works is 08 Months

4 6.2.1 The security to be provided by the contractor shall be one of the following:

Page 88: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-12

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

C1.6 SAFETY AGREEMENT

ARTICLE OF AGREEMENT IN TERMS OF SECTION 37(2) OF THE OCCUPATIONAL SAFETY ACT, 1993 BETWEEN

SECTION 37(2) MANDATORY H&S AGREEMENT:

WRITTEN AGREEMENT ON

OCCUPATIONAL HEALTH AND SAFETY

In accordance with the provisions of Section 37(2) of the Occupational Health and Safety Act 85 of 1993

as amended

AS ENTERED INTO BY AND BETWEEN

CITY OF MBOMBELA

(Hereinafter referred to as “the Employer”)

AND

_____________________________________

(Hereinafter referred to as “the Mandatory”)

Compensation Fund number:

Common Law Liability

Insurance in respect of Third

Parties for the Minimum Sum of R…

1. Reporting

The Mandatory and/or his designated person appointed in terms of Section 16 (2) of the Occupational

Health and Safety Act 85 of 1993 ("the OHS Act") as amended shall report to the Site Manager CR6.1

and/or a representative designated by the Employer prior to commencing the work at the premises.

2. Warranty of compliance

Page 89: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-13

2.1 In terms of this agreement the Mandatory warrants that he agrees to the arrangements and procedures as

prescribed by the Employer and as provided for in terms of Section 37 (2) of the OHS Act for the purposes

of compliance with the Act.

2.2 The Mandatory acknowledges that this agreement constitutes an agreement in terms of Section 37 (2) of

the OHS Act, whereby all responsibility for health and safety matters relating to the work that the

Mandatory and his employees are to perform on the premises shall be the obligation of the Mandatory.

2.3 The Mandatory further warrants that he and/or his employees undertake to maintain such compliance

with the OHS Act. Without derogating from the generality of above, neither from the provisions of the said

agreement, the Mandatory shall ensure that the clauses as hereunder described are at all times adhered

to by himself and his employees.

3. Refer:

Occupational Health & Safety Act No.85 of 1993 as amended including Regulations

Hazards Chemical Substance Regulations of 1995

Compensation for Occupational Injuries and Diseases Act 130 of 1993 as amended

Hazardous Substance Act 15 of 1973

National Environmental Management Act 107 of 1998

National Environmental Management: Air Quality Act 39 of 2004

National Road Traffic Act No.83 of 1996

National Water Act 36 of 1989

National Building Regulations and Building Standards Act 103 of 1977

4. Mandatory an employer

The Mandatory shall be deemed to be an employer in his own right while on the Employer’s premises. In

terms of Section 16 (1) of the OHS Act, the Mandatory shall accordingly ensure that himself, and/or his

nominated Chief Executive Officer comply with the requirements of the OHS Act.

5. Appointments and training

5.1 The Mandatory shall appoint competent persons as per Section 16 (2) or CR6.1 of the OHS Act.

5.2 Any such appointed person shall be trained on any occupational health and safety matter and the OHS Act

provisions pertinent to the work that is to be performed under his responsibility.

5.3 Copies of any appointments made by the Mandatory shall immediately be provided to the Employer.

5.4 The Mandatory shall further ensure that all his employees are trained on the health and safety aspects

relating to the work and that they understand the hazards associated with such work being carried out on

the premises.

Page 90: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-14

5.5 Without derogating from the foregoing, the Mandatory shall in particular, ensure that all his users or

operators of any materials, machinery or equipment are properly trained in the use of such materials,

machinery or equipment.

5.6 Notwithstanding the provisions of the above, the Mandatory shall ensure that he, his appointed

responsible persons and his employees are at all times familiar with the provisions of the OHS Act, and

that they comply with the provisions of the Act.

6. Supervision, discipline and reporting

The Mandatory shall ensure that all work performed on the Employer’s premises are done under strict

supervision and that no unsafe or unhealthy work practices are permitted. Discipline regarding health and

safety matters shall be strictly enforced against any of his employees regarding non-compliance by such

employee with any health and safety matters. The Mandatory shall further ensure that his employees

report to him all unsafe or unhealthy work situations immediately after they become aware of the same

and that he in turn immediately reports these to the Employer and/or his representative.

7. Access to the OHS Act

The Mandatory shall ensure that he has an updated copy of the OHS Act on site at all times and that this is

accessible to his appointed responsible persons and employees, save that the parties may make

arrangements for the Mandatory and his appointed responsible persons and employees to have access to

the Employer’s updated copy/copies of the Act.

8. Cooperation

8.1 The Mandatory and/or his responsible persons and employees shall provide full co-operation and

information if and when the Employer or his representative inquiries into occupational health and safety

issues concerning the Mandatory.

8.2 It is hereby recorded that the Employer and his representative shall at all times be entitled to make such

inquiry.

8.3 Without derogating from the generality of the above, the Mandatory and his responsible persons shall

make available to the Employer and his representative, on request, all and any checklists and inspection

registers required to be kept by him in respect of any of his materials, machinery or equipment

9. Work procedures

9.1 The Mandatory shall be entitled to utilise the procedures, guidelines and other documentation as used by

the Employer for the purposes of ensuring a healthy and safe working environment.

9.2 The Mandatory shall then ensure that his responsible persons and employees are familiar with and utilise

the documents.

9.3 The Mandatory shall implement safe work practices as prescribed by the Employer and shall ensure that

his responsible persons and employees are made conversant with and adhere to such safe work practices.

Page 91: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-15

9.4 The Mandatory shall ensure that his employees prior to the obtaining of such a permit do not perform

work for which the Employer requires a permit.

10. Health and safety meetings

10.1 If required in terms of the OHS Act, the Mandatory shall establish his own health and safety committee(s)

and ensure that his employees, being the committee members, hold health and safety meetings as often

as may be required and at least once every three (3) months.

10.2 The Employer may elect to permit the Mandatory’s health and safety representatives or a mandatory

representative to attend the Employer’s health and safety committee meetings.

11. Compensation registration

11.1 The Mandatory shall ensure that he has a valid registration with the Compensation Commissioner, as

required in terms of the Compensation for Occupational Injuries and Diseases Act 130 of 1993, and that all

payments owing to the Commissioner are discharged.

11.2 The Mandatory shall further ensure that the cover shall remain in force while any such employee is

present on the premises.

12. Medical examinations

The Mandatory shall ensure that all his employees undergo routine medical examinations and necessary

vaccinations where applicable and that they are medically fit for the purposes of the work they are to

perform.

13. Incident reporting and investigation

13.1 The Mandatory to the Department of Labour and to the Employer shall report all incidents referred to in

Section 24 of the OHS Act.

13.2 The Employer shall further be provided with copies of any written documentation relating to any incident.

13.3 The Employer retains an interest in the reporting of any incident as described above as well as in any

formal investigation and/or inquiry conducted in terms of Section 32 of the OHS-Act into such incident.

14. Statutory Obligations of the Mandatory & Contractor

14.1 The Mandatory shall notify the Employer of any subcontractor he may wish to perform work on the

Employer’s premises.

14.2 It is hereby recorded that all the terms and provisions contained in this clause shall be equally binding

upon the subcontractor prior to the subcontractor commencing with the work.

14.3 Without derogating from the generality of this paragraph:

14.3.1 The Mandatory shall ensure that training as discussed under Appointments and training, is provided prior

to the subcontractor commencing work on the Employer’s premises.

14.3.2 The Mandatory shall ensure that work performed by the subcontractor is done under strict supervision

and discipline enforced, as well as reporting of incidents and / or injuries.

Page 92: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-16

14.3.3 The Mandatory shall inform the Employer of any health and safety hazard and/or issue that the

subcontractor may have brought to his attention

14.3.4 The Mandatory shall inform the Employer of any difficulty encountered regarding compliance by the

subcontractor with any health and safety instruction, procedure and/or legal provision applicable to the

work the subcontractor performs on the Employer’s premises.

14.3.5 The Mandatory hereby undertakes to ensure that the health and safety of any other person on the

premises is not endangered by the conduct and/or activities of all his employees while they are on the

Employer’s premises i.e.

Horseplay, scuffling, fighting, running or throwing of objects.

The possession, consumption or offering for consumption to any person of intoxicating liquor

or habit-forming drugs.

Any employee suspected of being under the influence of alcohol or other intoxicating substance

will not be allowed to enter or remain on the Employer’s premises.

The tampering with or misuse of any safety equipment installed or provided to any person by an

employer or user of machinery.

The failure to use any safety equipment at a workplace, or in the course of employment or in

connection with the use of machinery which is provided by an employer or user of machinery.

The doing of anything at a workplace or in connection with the use of machinery, calculated to

threaten the safety of any person.

Contractors are required to take all reasonable measures to ensure that the requirements of the

Act and the regulation are observed by his employees.

Contractors must, in the interests of safety, enforce discipline

15. Security and access

15.1 The Mandatory and his employees shall enter and leave the premises only through the main gate(s)

and/or checkpoint(s) designated by the Employer.

15.2 The Mandatory shall ensure that employees observe the security rules of the Employer at all times and

shall not permit any person who is not directly associated with the work from entering the premises.

15.3 The Mandatory and his employees shall not enter any area of the premises that is not directly associated

with the work.

15.4 The Mandatory shall ensure that all materials, machinery or equipment brought by him-self onto the

premises are recorded at the main gate(s) and/or checkpoint(s). A failure to do this may result in a refusal

by the Employer to allow the materials, machinery or equipment to be removed from the premises.

15.5 The Mandatory shall ensure that no persons carry firearms on the company’s or Employer’s premises

unless written permission has been obtained from the designated person.

16. Fire precautions and facilities

Page 93: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-17

16.1 The Mandatory shall ensure that an adequate supply of fire-protection and first-aid facilities are provided

for the work to be performed on the Employer’s premises, save that the parties may mutually make

arrangements for the provision of such facilities.

16.2 The Mandatory shall further ensure that all his employees are familiar with fire precautions at the

premises, which include fire-alarm signals and emergency exits, and that such precautions are adhered to.

17. Hygiene and cleanliness

17.1 The Mandatory shall ensure that the work site and surrounding area is at all times maintained to a

reasonably practicable level of hygiene and cleanliness.

17.2 In this regard, no loose materials shall be left lying about unnecessarily and the work site shall be cleared

of waste material regularly and on completion of the work.

18. No nuisance

18.1 The Mandatory shall ensure that neither he nor his employees undertake any activity that may cause

environmental impairment or constitute any form of nuisance to the Employer and/or his surroundings.

18.2 The Mandatory shall ensure that no hindrance, hazard, annoyance or inconvenience is inflicted on the

Employer, another Mandatory or any tenants. Where such situations are unavoidable, the Mandatory

shall give prior notice to the Employer.

19. Intoxication not allowed

19.1 No intoxicating substance of any form shall be allowed on site. Any person suspected of being intoxicated

shall not be allowed on the site.

19.2 Any person required to take medication shall notify the relevant responsible person thereof, as well as the

potential side effects of the medication.

20. Personal protective equipment

20.1 The Mandatory shall ensure that his responsible persons and employees are provided with adequate

personal protective equipment (PPE) for the work they may perform and in accordance with the

requirements of General Safety Regulation 2 (1) of the OHS Act.

20.2 The Mandatory shall further ensure that his responsible persons and employees wear the PPE issued to

them at all material times.

21. Plant, machinery and equipment

21.1 The Mandatory shall ensure that all the plant, machinery, equipment and/or vehicles he may wish to

utilise on the Employer’s premises is/are at all times of sound order and fit for the purpose for which

it/they is/are intended, and that it/they complies/comply with the requirements of Section 10 of the OHS

Act.

21.2 In accordance with the provisions of Section 10 (4) of the OHS Act, the Mandatory hereby assumes the

liability for taking the necessary steps to ensure that any article or substance that it erects or installs at the

Page 94: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-18

premises, or manufactures, sells or supplies to or for the Employer, complies with all the prescribed

requirements and will be safe and without risks to health and safety when properly used.

21.3 The Mandatory shall further ensure that all plant, machinery and equipment is inspected by a competent

person as prescribed by legislation & records thereof retained.

22. No usage of the Employer’s equipment

The Mandatory hereby acknowledges that his employees shall not be permitted to use any materials,

machinery or equipment of the Employer unless the prior written consent of the

Employer has been obtained, in which case the Mandatory shall ensure that only those persons authorised

to make use of same, have access thereto.

23. Transport / Vehicles

23.1 The Mandatory shall ensure that all road vehicles used on the premises are in a roadworthy condition and

are licensed and insured.

23.2 All drivers shall have relevant and valid driving licences and no vehicle shall carry passengers unless it is

specifically designed to do so.

23.3 All drivers shall adhere to the speed limits and road signs on the premises at all times.

23.4 In the event that any hazardous substances are to be transported on the premises, the Mandatory shall

ensure that the requirements of the Hazardous Chemical Substances Act of 1995 are complied with at all

times.

24. Confined Spaces

In the event of having to entering confined spaces, work shall not be performed unless defined through a

Specific Confined Space Work Instruction and detailed by the contractor as to the precautionary measures

that should be implemented prior to and during the work activities required in confined spaces; i.e.

Air Sampling

Air Monitoring

Personal Air Monitoring

No employee to enter suffering from claustrophobia

Permits

Standby present

Self-contained breathing apparatus

Life line etc.

25. Clarification

In the event that the Mandatory requires clarification of any of the terms or provisions of this agreement,

he should contact the Public Health, Safety & Wellness Sub-Directorate of the Employer.

Page 95: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-19

26. Duration of agreement

This agreement shall remain in force for the duration of the work to be performed by the Mandatory

and/or, while any of the Mandatory workmen would be present on the Employer’s premises.

27. Headings

The headings as contained in this agreement are for reference purposes only and shall not be construed as

having any interpretative value in them or as giving any indication as to the meaning of the contents of the

paragraphs contained in this agreement.

Thus done and signed at on

For, and on behalf of the Employer Date

For, and on behalf of the Mandatory Date

Witness

Page 96: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-20

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

C1.10 PERFORMANCE GUARANTEE Contract No: ………………………………………………………….. For use with the General Conditions of Contract for Construction Works, Second Edition, 2010.

GUARANTOR DETAILS AND DEFINITIONS

“Guarantor” means : ....................................................................................................................................

Physical address : ....................................................................................................................................

“Employer” means : ....................................................................................................................................

“Contractor” means : ...................................................................................................................................

“Engineer” means : ...................................................................................................................................

“Works” means : .....................................................................................................................................

“Site” means : ........................................................................................................................................

“Contract” means: The Agreement made in terms of the Form of Offer and Acceptance and such amendments or

additions to the Contract as may be agreed in writing between the parties.

“Contract Sum” means: The accepted amount inclusive of tax of R .....................................................

Amount in words: ..................................................................................................................................

“Guaranteed Sum” means: The maximum aggregate amount of R ......................................................

Amount in words: ..................................................................................................................................

“Expiry Date”: This Performance Guarantee shall have no expiry date, refer to Clause 2 underneath.

CONTRACT DETAILS

Engineer issues: Interim Payment Certificates, Final Payment Certificate and the Certificate Completion of the Works as

defined in the Contract.

Page 97: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-21

1. VARIABLE PERFORMANCE GUARANTEE

1.1 Where a variable Performance Guarantee has been selected, the Guarantor's liability shall be

limited during the following periods to diminishing amounts of the guaranteed sum as follows:

1.1.1 From and including the date of signing the Performance Guarantee up to and including the date of the interim

payment certificate certifying , for the first time , more than 50% of the contract sum:

R: ____________________________________________

Amount in words: (_________________________________________________________)

1.1.2 From the day following the date of the said interim payment certificate up to and including the Expiry date, or

the date of issued by the Employer's Agent of the certificate Completion of the Works, whichever occurs first:

R: _________________________________________________

Amount in words: (___________________________________________________________)

1.2 The Employer's Agent and/or the Employer shall advise the Guarantor in writing of the date on which the interim

payment certificate certifying , for the first time more than 50% of the contract Sum, has been issued and the date on

which the certificate of completion of the works has been issued .

2. FIXED PERFORMANCE GUARANTEE.

2.1 Were a fixed performance guarantee has been selected the Guarantor's liability shall be limited to the amount

of the Guaranteed sum.

2.2 The Guarantor period of liability shall be form and including the date on which the performance guarantee is

signed, up to and including the expiry date, or the date of issue by the Employer's Agent of the Certificate of Completion

of the Works, or the date of payment in full of the guaranteed sum whichever occurs first.

2.3 The Employer's Agent and/or the Employer shall advise the Guarantor in writing of the date on which the

Certificate of Completion of the Works has been issued.

Page 98: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-22

3. CONDITIONS APPLICABLE TO VARIABLE AND FIXED PERFORMANCE GUARANTEE

3.1 The Guarantor herby acknowledges that:

3.1.1 Any REFRENCE IN THIS Performance Guarantee to the Contractor is made for the purpose of convenience and

shall not be construed as any intention whatsoever to create an accessory obligation or any intention whatsoever to

create a suretyship.

3.1.2 Its obligation under this performance guarantee is restricted to the payment of money.

3.2 Subject to the Guarantor maximum liability referred to in 1.1 to 2.1 the Guarantor herby undertakes to pay the

Employer the sum of certificate upon receipt of the documents identified in 3.2.1 to 3.2.3.

3.2.1 A copy of a first written demand issued by the Employer to the contractor stating that payment of sum certified

by the Employer Agent in an interim or final Payment Certificate has not been made in terms of the Contract and failing

such payment within (7) calendar days, the Employer intends to call upon the Guarantor to make payment in terms of

3.2.2.

3.2.2 A first written demand issued by the Employer to the Guarantor at the Guarantor's physical address with a copy

of the Contractor stating that a period of seven (7) days has elapsed since the first written demand in terms of 3.2.1 and

the sum certificate has still not been paid.

3.2.3 A copy of the aforesaid payment certificate entitles the Employer to receive payment in terms of the contract

of the sum certified in 3.2.

3.3 Subject to the Guarantor maximum liability referred to in 1.1 or 2.1, The Guarantor undertakes to pay the

Employer the Guaranteed sum of the full outstanding balance upon receipt of a first written demand from the Employer

to the Guarantor at the Guarantors physical address calling up this Performance Guarantee , such demand stating that:

3.3.1 The contract has been terminated due to the Contractors default and that his performance Guarantee is called

up in terms of 3.3; or

3.3.2 A provisional or a final sequestration or liquidation court order has been granted against the contractor and that

the Performance Guarantee is called up in terms of 3.3 and

3.3.3 The foreside written demand is accompanied by a copy of the notice of termination and/or the provisional/final

sequestration and/or the provisional liquidation court order.

3.4 It is recorded that the aggregate amount of payment required to be made by the Guarantor in terms of 3.2 and

3.3 shall not exceed the Guarantor's maximum liability in terms of 1.1 or 2.1.

Page 99: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-23

3.5 Where the Guarantor has made payment in terms of 3.3 the Employer shall upon the date of issue of the first

Final Payment Certificate submit an expense account to the Guarantor showing how all monies received in terms of this

performance guarantee have been expended and shall refund to the Guarantor any result surplus. All monies refunded

to the Guarantor in terms of this Performance Guarantee shall bear interest at the prime overdraft rate of the Employers'

bank compounded monthly and calculated from the date payment was made by the Guarantor to the Employer until

date of refund.

3.6 Payment by the Guarantor in terms of 3.2 or 3.3 shall be made within seven (7) calendar days upon receipt of

the first written demand to the Guarantor.

3.7 Payment by the Guarantor in terms of 3.3 will be made against the return of the original Performance Guarantee

by the Employer.

3.8 The Employers shall have the absolute right to arrange his affairs whit the guarantor in any way the Employer

may consider fit and the Guarantor shall not have the right to claim his release from this Performance Guarantee on

account of any conduct alleged to be prejudicial to the Guarantor.

3.9 The Guarantor chooses the physical address as stated above for the service of all notices for all purposes in

connection herewith.

3.10 This performance Guarantee is neither negotiable nor transferable and shall expire in terms of 1.1.2 or 2.2 where

after no claims will be considered by the Guarantor. The original of this Guarantor after it has expired.

3.11 This Performance Guarantee, with the required demand notice in terms of 3.2 or 3.3, shall be regarded as n

liquid document for the purpose of obtaining a court order.

3.12 Where this Performance Guarantee is issued in the Republic of South Africa the Guarantor hereby consents in

terms of section 45 of the Magistrates Court Act No 32 of 1944 as amended to the jurisdiction of the Magistrate's Court

of any District having jurisdiction in terms of section 28 of the said act notwithstanding that the amount of the claim may

exceed the jurisdiction of the Magistrate Court.

Signed at...............................................................................................................................................

Date......................................................................................................................................................

Page 100: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

______________________________________________________________________________________________________________________

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C1: Agreement and Contract Data

Bid No. 244/2020 C1-24

Guarantor’s signatory (1)......................................................................................................................

Capacity................................................................................................................................................

Guarantor’s signatory (2)......................................................................................................................

Capacity................................................................................................................................................

Witness signatory (1)............................................................................................................................

Witness signatory (2)...........................................................................................................................

Page 101: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C2: Pricing Data Bid No. 212/2020 (A)

C2- 1

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

C2.1 Pricing Instructions

C2.1.1 PREAMBLE TO THE BILL OF QUANTITIES

C2.1.1.1 The method of measurement published by the South African Bureau of Standards in Clause 8 of the Standardised Specifications for Civil Engineering Construction is applicable, subject to the variations and amendments contained in the section “Applicable SABS 1200 standardised specifications”.

C2.1.1.2 Descriptions in the Schedule/Bill of Quantities are abbreviated and comply generally with those in the Standardised Specifications. Clause 8 of each Standardised Specification, read together with the relevant clauses of the Scope of Work, set out what ancillary or associated activities are included in the rates for the operations specified. Should any requirements of the measurement and payment clause of the applicable Standardised Specification, or the Scope of Work, conflict with the terms of the Schedule/Bill, the requirements of the Standardised or Scope of Work, as applicable, shall prevail.

C2.1.1.3 The clauses in a specification in which further information regarding the schedule/bill item can be obtained appear under “Reference clause” in the Schedule. The reference clauses indicated are not necessarily the only sources of information in respect of schedule items. Further information and set specifications may be found elsewhere in the contract documents. Standardised Specifications are identified by the letter or letters which follow SABS in the SABS 1200 series of specifications, e.g. G for SABS 1200 G.

C2.1.1.4 Work reserved for Labour Intensive construction methods will be numbered with a prefix “ LI ” in the Price Schedule to distinguish them from the conventional construction works. Such work shall be constructed using local labour who are temporarily employed in terms of the project specification

C2.1.1.5 Unless otherwise stated, items are measured nett in accordance with the drawings, and no allowance is made for waste. The Schedule has to be completed in black non-erasable ink and the tenderer is referred to the Tender Specifications in regard to the correction of errors.

C2.1.1.6 The quantities set out in the Schedule/Bill of Quantities are the estimated quantities of the Contract Works, but the Contractor will be required to undertake whatever quantities may be directed by the Engineer from time to time. The Contract Price for the completed contract shall be computed from the actual quantities of work done, valued at the relevant unit rates and prices.

C2.1.1.7 The prices and rates to be inserted in the Schedule/Bill of Quantities are to be the full inclusive prices for the work described under the several items. Such prices and rates shall cover all costs and expenses that may be required in and for the execution of the work described, and shall cover the cost of all general risks, liabilities, and obligations set forth or implied in the documents on which the tender is based, as well as overhead charges and profit. Reasonable prices shall be inserted as these will be used as a basis for assessment of payment for additional work that may have to be carried out.

C2.1.1.8 A price or rate is to be entered against each item in the Schedule/Bill of Quantities, whether the quantities are stated or not. An item against which no price is entered will be considered to be covered by the other prices or rates in the Schedule.

C2.1.1.9 Except where rates only are required, the Tenderer shall insert all amounts to be included in his total tendered price in the “Amount” column and show the corresponding total tendered price.

Page 102: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C2: Pricing Data Bid No. 212/2020 (A)

C2- 2

C2.1.1.10 All prices or rates inserted in the Bill of Quantities shall be EXCLUDING VAT. Provision has been made on the Summary Page, of the Bill of Quantities, for the addition of VAT.

C2.1.1.11 Arithmetical errors of responsive tenders will be corrected in the following manner:

Where there is a discrepancy between an amount shown in figures, and the corresponding amount stated in words, the amount stated in words shall take preference.

In the Bill of Quantities, if there is an error in the line item total resulting from the product of the quantity and the unit rate, the line item total shall govern, and the rate shall be corrected. Where there is a misplacement of the decimal point in the unit rate, the line item total shall govern and the unit rate will be corrected.

Where there is an error in the total of the prices either as a result of other corrections required by this checking process or in the tenderer’s addition of prices, the total of the prices shall govern and the tenderer will be asked to revise selected item prices (and their rates in the Bill of Quantities) to achieve the tendered total of the prices.

Should a tenderer be unwilling to make the corrections ordered by the Engineer, the tender may be disqualified.

C2.1.1.12 The units of measurement described in the Schedule/Bill of Quantities are metric units. Abbreviations used in the Schedule/Bill of Quantities are as follows :

mm = millimetre h = hour m = metre kg = kilogram km = kilometre t = ton (1 000 kg) m2 = square metre No. = number m2.pass = square metre-pass sum = lump sum ha = hectare MN = MegaNewton m3 = cubic metre MN.m = MegaNewton-metre m3.km = cubic metre-kilometre P C sum = Prime Cost sum l = litre Prov sum = Provisional sum kl = kilolitre % = per cent MPa = MegaPascal kW = kilowatt p/bh = Per borehole p/km = Per Kilometer

C2.1.1.13 The quantities set out in the Price Schedule are the estimated quantities of the Works, but the Contractor will be required to undertake whatever quantities as may be directed by the Engineer from time to time. The Contract Price for the completed contract shall be computed from the actual quantities of work done, valued at the relevant unit rates and prices.

C2.1.1.14 A price or rate is to be entered against each item in the Price Schedule, whether the quantities are stated or not. An item against which no price is entered or where a word or phrase such as “included” or “provided elsewhere” will be accepted as a rate of nil (R0,00) having been entered against such items and covered by the other prices or rates in the Schedule.

Any work executed to which such a pay item applies, shall be measured under the appropriate items in the Price Schedule and valued at a rate of nil (R0,00). The rate of nil shall be valid irrespective of any change in the quantities during the execution of the Contract.

Page 103: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C2: Pricing Data Bid No. 212/2020 (A)

C2- 3

CORRECTION OF ENTRIES MADE BY TENDERER

Any entry made by the Tenderer in the Price Schedule, forms, etc, which the tenderer desires to change, shall not be erased or painted out. A line shall be drawn through the incorrect entry and the correct entry shall be written above in black ink and the full signature of the Tenderer shall be placed next to the correction.

Page 104: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C2: Pricing Data Bid No. 212/2020 (A)

C2- 4

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

C2.2 Bill of Quantities

Page 105: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 1

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

_________________________________________________________

C3: SCOPE OF WORK ___________________________________________________________________

Page

C3.1 STANDARD SPECIFICATIONS C3-2

C3.2 PROJECT SPECIFICATIONS .................................................................................................... C3-4

PART A: ---------------------------------------------------------- GENERAL

PS-1 Project Description

PS-2 Description of the Site and Access

PS-3 Overview of the Works

PS-4 Construction Management Requirements

PART B: -------------------------------------- AMENDMENTS TO THE STANDARD SPECIFICATIONS

PARTICULAR SPECIFICATIONS

PSA GENERAL PSAB ENGINEER’S OFFICE PSC SITE CLEARANCE PSD EARTHWORKS PSDA EARTHWORKS (Small Works) PSDB EARTHWORKS (Pipe Trenches) PSG CONCRETE (Structural) PSGA CONCRETE (Small Works) PSLB BEDDING (Pipes) PSLD SEWERS

C3.3 PRECONSTRUCTION HEALTH AND SAFETY SPECIFICATION C3-61

C3.4 ENVIRONMENTAL MANAGEMENT PLAN C3-84

Page 106: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 2

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

C3.1 STANDARD SPECIFICATIONS The standard specifications on which this contract is based are the SANS 1200 (set): Standardized specification for civil engineering construction

For the purpose of this Contract the following standardized specification sections of the SABS 1200-series shall form part of the Contract. Documents and although not issued or bound in with the tender document, the applicable section shall be the editors listed below.

SABS 1200 Date

SECTION Title Issued

A General 1986

AB Engineer’s Office 1986

C Site Clearance 1980

D Earthworks 1988

DA Earthworks (Small Works) 1988

DB Earth works (Pipe Trenches) 1989

G Concrete (Structural) 1982

GA Concrete (Small Works) 1982

LB Bedding (Pipes) 1983

LD Sewer 1983

Page 107: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 3

The following SANS specifications are also referred to in this document and the Contractor is advised to obtain them from Standards South Africa (a division of SABS) in Pretoria.

SANS 10396: 2003 : Implementing Preferential Construction Procurement Policies using Targeted Procurement Procedures

SANS 1914-1 to 6 (2002) : Targeted Construction Procurement

SANS 1921 – 1 (2004) : Construction and Management Requirements for Works Contracts Part 1: General Engineering and Construction Works and where accommodation of traffic is involved:

SANS 1921-2 (2004) : Construction and Management Requirements for Works Contracts; and Part 2: Accommodation of Traffic on Public Roads Occupied by the Contractor.

Page 108: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 4

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

C3.2: PROJECT SPECIFICATIONS STATUS In the event of any discrepancy between a part or parts of the Standardized or Particular Specifications and the

Project Specification, the Project Specification shall take precedence. In the event of a discrepancy between the

Specifications, (including the Project Specifications) and the drawings and / or the Bill of Quantities, the

discrepancy shall be resolved by the Engineer before the execution of the work under the relevant item.

The standard specifications which form part of this contract have been written to cover all phases of work

normally required for sewer contracts, and they may therefore cover items not applicable to this particular

contract.

PART A: GENERAL

PS-1 EMPLOYER OBJECTIVES

The project objectives is as follows:

a) The Client aims to eradicate the use of existing septic tanks, outside toilet structures, illegal connection

to the existing reticulation sewer lines with the works focusing on;

- Construction of +/- 8.6km, 160mm Ø uPVC sewer reticulation network pipeline

with about 358 manholes all the accessories.

- Supply and Installation of erf connections complete with all other accessories.

Page 109: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 5

PS-2 DESCRIPTION OF THE SITE AND ACCESS 2.1 Location of sites

The Kanyamazane (Mhlume) is situated in the City of Mbombela Municipality within the jurisdiction of Ehlanzeni

District Municipality in the Mpumalanga Province. The location of the site (Mhlume) is situated in Kanyamazane

Township (Lat. 25° 26’ 55” and Long. 31° 10’33”). See Layout Map Figure 1.0.

Figure1-1- Project Area PS-3 OVERVIEW OF THE WORKS The following scope of works is proposed to ensure that the municipality as the sewer services provider under

the management of Silulumanzi fulfills its mandate.

Brief scope of works is as follows:

1. Sewer Reticulation Network The scope of works involves construction of approximately 8.6km, 160mmØ uPVC sewer reticulation network pipeline including manholes to service approximately 400 formal residential households. The works entails:

Exposing, marking, protection and relocating of existing services effecting the proposed sewer

reticulation.

Page 110: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 6

Setting out.

Clearing and Excavations.

Levelling of trenches and application of bedding using material from commercial sources.

Laying of pipes i.e. 160mmØ uPVC reticulation including fittings.

Construction of about 358 manholes as per the standard drawings or details from Silulumanzi.

Construction of erf connections as per drawings

Air testing, torch and mirror and water tightness test. The contractor to provide testing

equipment.

PS-4 CONSTRUCTION AND MANAGEMENT REQUIREMENTS 4.1 General

The Contractor is referred to SANS 1921: 2004 parts 1, 2 and 3: Construction and Management Requirements for Works Contracts. These specifications shall be applicable to the contract under consideration and the Contractor shall comply with all requirements relevant to the project.

Certain aspects however require further attention as described hereafter.

4.1.7 Drawings The contractor shall be supplied with two sets of A1 hard copies of the construction drawings. The Contractor shall at his own costs produce additional copies required for the construction of the work.

At the completion of the Contract, the Contractor shall return to the Engineer all drawings highlighting all the variations made during construction. Any information which the Contractor has control over and which is required by the Resident Engineer to complete the as-built drawings shall be made available to the Resident Engineer before the completion certificate is issued.

Only written dimensions may be used. Dimensions are not to be scaled from drawings unless ordered by the Engineer. The Engineer will supply all figures / dimensions which are not shown on the drawings. The levels or dimensions given on the drawings are subject to confirmation on site. The Contractor shall submit all levels and dimensions to the Engineer for confirmation before he commences with any structural construction work. The Contractor shall also check all clearances which are given on the drawings and inform the Engineer of any conflicting dimensions.

4.2 Responsibilities for design and construction

Engineer

The Engineer responsible for the design in accordance with the specification is: Monde Consulting Engineers and Project Managers

4.3 Planning and Programme (Read with SANS1921-1:2004 clause 4.3) Preliminary programme The Contractor shall include with his tender a preliminary programme on the prescribed form to be

completed by all Tenderers. The programme shall be in the form of a simplified bar chart with

Page 111: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 7

sufficient details to show clearly how the works will be performed within the time for completion as

stated in the Contract Data.

Tenderers may submit tenders for an alternative Time for Completion in addition to a tender based on the specified Time for Completion. Each such alternative tender shall include a preliminary programme similar to the programme above for the execution of the works, and shall motivate his proposal clearly by stating all the financial implications of the alternative completion time.

The Contractor shall be deemed to have allowed fully in his tendered rates and prices as well as in his programme for all possible delays due to normal adverse weather conditions and special non-working days as specified in the Special Conditions of Contract, in the Project Specifications and in the Contract Data.

The following constraints shall be taken into account in preparing the preliminary construction programme which must be submitted with the Tender. These same constraints shall apply to the final construction programme.

a) The Contract time is 08 months. Plant and personnel requirements to complete the project in 08 months must be incorporated in the Tender.

Programme in terms of Clause 5.6 of the General Conditions of Contract It is essential that the construction programme, which shall conform in all respects to Clause 5.6 of the General Conditions of Contract, be furnished within the time stated in the Contract Data. The preliminary programme to be submitted with the tender shall be used as basis for this programme. The Contractor's attention is also drawn to clause 5.6.2 of the General Conditions of Contract 2015 3rd Edition

4.4 Quality Assurance (QA) (Read with SANS 1921 – 1: 2004 clause 4.4)

The Contractor will be solely responsible for the production of work that complies with the Specifications to the

satisfaction of the Engineer. To this end it will be the full responsibility of the Contractor to institute an appropriate

Quality Assurance (QA) system on site. The Engineer will audit the Contractor's quality assurance (QA) system on

a regular basis to verify that adequate independent checks and tests are being carried out and to ensure that the

Contractor's own control is sufficient to identify any possible quality problems which could cause a delay or failure.

The Contractor shall ensure that efficient supervisory staff, the required transport, instruments, equipment and tools are available to control the quality of his own workmanship in accordance with his QA-system. His attention is drawn to the fact that it is not the duty of the Engineer or the Engineer’s representative to act as foreman or surveyor. 4.6 Management and disposal of water (Read with SANS 1921 - 1: 2004 clause 4.6) The Contractor shall pay special attention to the management and disposal of water and storm water on the site.

It is essential that all completed works or parts thereof are kept dry and properly drained. Claims for delay and for

repair of damage caused to the works as a result of the Contractor’s failure to properly manage rain and surface

water, will not be considered.

Page 112: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 8

4.10 Earthworks (Read with SANS 1921 - 1: 2004 clause 4.10)

Borrow pits and spoil areas The borrow pits to be used for this contract shall be pointed out at the Site Inspection. The Contractor shall be permitted to use only those borrow pits approved by the Engineer. The spoil sites shall be determined on site in conjunction with the Engineer, the PLC, and the local communities. The Contractor shall be permitted to use only those spoil areas approved by the Engineer.

Should the Contractor wish to use any other tip area for the disposal of soil, rubble, vegetation, etc, its use shall be subject to the approval of the Engineer and the landowner. 4.11 Testing (Read with SANS 1921 – 1: 2004 clause 4.11)

Process control

The Contractor shall arrange for all tests required for process control to be done by a laboratory acceptable to and approved by the Engineer.

The Contractor may establish his own laboratory on site or he may employ the services of an independent

commercial laboratory. Whatever method is used, the Contractor must submit the results of tests carried out on

materials and workmanship when submitting work for acceptance by the Engineer. The costs for these tests shall

be deemed to be included in the relevant rates and no additional payment will be made for testing as required.

Acceptance control

The process control test results submitted by the Contractor for approval of materials and workmanship may be

used by the Engineer for acceptance control. However, before accepting any work, the Engineer may have further

control tests carried out by a laboratory of his choice. The cost of such additional tests will be covered by a

provisional sum provided in the schedule of quantities, but tests that failed to confirm compliance with the

specifications, will be for the account of the Contractor.

4.14 Site Establishment (Read with SANS 1921 - 1: 2004 clause 4.14) Contractor's camp site and depot

The Contractor is responsible to provide a suitable site for his camp and to provide accommodation for his personnel and labourers. If the Employer can make any specific site available to the Contractor, such site will be pointed out to the Contractor.

The chosen site shall be subject to the approval of the Engineer, the local Tribal Authorities and the Project Liaison Committee (PLC). Possible locations for a campsite shall be pointed out at the Site inspection. The Contractor shall conform to all local authority, environmental and industrial regulations.

The Contractor shall make his own arrangements concerning the supply of electrical power and all other services. No direct payment shall be made for the provision of electrical and other services. The cost thereof shall be

Page 113: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 9

deemed to be included in the rates and amounts tendered for the various items of work for which these services are required.

The Contractor shall provide security watchmen for the contract as he deems fit at no extra cost for the Employer.

The Contractor must ensure that all his employees as well as the employees of his subcontractors are able to

identify themselves as members of the construction team.

Accommodation of Employees

No employees except for security guards will be allowed to sleep or be accommodated on the site in urban areas.

No housing is available for the Contractor's employees and the Contractor shall make his own arrangements to

house his employees and to transport them to site.

No informal housing or squatting will be allowed.

The Contractor shall provide the necessary ablution facilities at his camp site and the site of the works for the use

of his employees. Chemical toilets only will be allowed where temporary facilities have to be provided.

4.15 Survey beacons (Read with SANS 1921 - 1: 2004 clause 4.15) The Contractor shall take special precautions to protect all permanent survey beacons or pegs such as bench-

marks, stand boundary pegs and trigonometrical beacons, regardless whether such beacons or pegs were placed

before or during the execution of the Contract. If any such beacons or pegs have been disturbed by the Contractor

or his employees, the Contractor shall have them replaced by a registered land surveyor at his own cost.

4.17 Existing Services (Read with SANS 1921 - 1: 2004 clause 4.17)

The Contractor shall make himself acquainted with the position of all existing services before any excavation or

other work likely to affect the existing services is commenced.

The Contractor will be held responsible for any damage to known existing services caused by or arising out of his

operations and any damage shall be made good at his own expense. Damage to unknown services shall be

repaired as soon as possible and liability shall be determined on site when such damage should occur.

Prior to commencing construction activities in a particular area, the Contractor shall also diligently enquire of local landowners as to whether there are any other known services which have not been shown on the drawings

Page 114: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 10

but which may be affected by the construction activities in that area, and any such services shall be brought to the attention of the Engineer immediately.

The Contractor shall take note of the requirements of clause 1202 of the standard specifications with regard to services. 4.18 Health and Safety (Read with SANS 1921 - 1: 2004 clause 4.18) 4.18.1 General statement It is a requirement of this contract that the Contractor shall provide a safe and healthy working environment and to direct all his activities in such a manner that his employees and any other persons, who may be directly affected by his activities, are not exposed to hazards to their health and safety. To this end the Contractor shall assume full responsibility to conform to all the provisions of the Occupational Health and Safety Act No 85 and Amendment Act No 181 of 1993, and the OHSA 1993 Construction Regulations 2014 issued on 07 February 2014 by the Department of Labour.

For the purpose of this contract the Contractor is required to confirm his status as mandatory and employer in his own right for the execution of the contract by entering into an agreement with the Employer in terms of the Occupational Health and Safety Act in the form as included in section C1.2.4 Health and Safety Specifications and Plans

(a) Employer's Health and Safety Specification

The Employer's Health and Safety Specification will be included in the tender documents as part of the Project Specifications.

(b) Tenderer's Health and Safety Plan

The Tenderer shall submit with his tender his own documented Health and Safety Plan he proposes to implement for the execution of the work under the contract. His Health and Safety Plan must at least cover the following:

(I) a proper risk assessment of the works, risk items, work methods and procedures in

terms of Regulations 7 to 28; (ii) Pro-active identification of potential hazards and unsafe working conditions; (iii) Provision of a safe working environment and equipment; (iv) Statements of methods to ensure the health and safety of subcontractors, employees

and visitors to the site, including safety training in hazards and risk areas (Regulation 5); (v) monitoring health and safety on the site of works on a regular basis, and keeping of

records and registers as provided for in the Construction Regulations; (vi) details of the Construction Supervisor, the Construction Safety Officers and other

competent persons he intends to appoint for the construction works in terms of Regulation 6 and other applicable regulations; and

(vii) Details of methods to ensure that his Health and Safety Plan is carried out effectively in accordance with the Construction Regulations 2014.

The Contractor's Health and Safety Plan will be subject to approval by the Employer, or amendment if necessary, before commencement of construction work. The Contractor will not be allowed to commence work, or his work will be suspended if he had already commenced work, before he has obtained the Employer's written approval of his Health and Safety Plan.

Page 115: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 11

Time lost due to delayed commencement or suspension of the work as a result of the Contractor's failure to obtain

approval for his safety plan, shall not be used as a reason to claim for extension of time or standing time and

related costs.

Cost of compliance with the OHSA Construction Regulations

The rates and prices tendered by the Contractor shall be deemed to include all costs for conforming to the

requirements of the Act, the Construction Regulations and the Employer's Health and Safety Specification as

applicable to this contract.

Should the Contractor fail to comply with the provisions of the Construction Regulations, he will be liable for

penalties as provided in the Construction Regulations and in the Employer's Health and Safety Specification.

4.18.2 Requirements for Accommodation of Traffic (Read with SANS 1921 - 2: 2004) General

The Contractor will be responsible for the safe and easy passage of public traffic past and on sections of roads of which he has occupation or where work has to be done near traffic. The travelling public shall have the right of way on public roads, and the Contractor shall make use of approved methods to control the movement of his equipment and vehicles so as not to constitute a hazard on the road.

Accommodation of traffic, where applicable shall comply with SANS 1921-2: 2004: Construction and Management Requirements for Works Contracts, Part 2: Accommodation of Traffic on Public Roads occupied by the Contractor. The Contractor shall obtain this specification from Standards South Africa if accommodation of traffic will be involved on any part of the construction works.

Payment The Contractor’s tendered rates for the relevant items in the Bill of Quantities shall include full compensation for all possible additional costs which may arise from this, and no claims for extra payment due to inconvenience as a result of the modus operandi will be considered.

4.19 Management of the environment (Read with SANS 1921 - 1: 2004 clause 4.19) Respect for the environment is an important aspect of this contract and the Contractor shall pay special attention to the following:

(a) Natural Vegetation

The Contractor shall confine his operation to the limits of the road reserve for the purpose of constructing the works and where applicable detours, shall be sited in consultation with the Engineer and the local communities.

Page 116: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 12

Only those trees and shrubs directly affected by the works and such others as the Engineer may direct I writing shall be cut down and stumped. The natural vegetation, grassing and other plants shall not be disturbed other than in areas where it is essential for the execution of the work or where directed by the Engineer.

(b) Fires

The Contractor shall comply with the statutory and local fire regulations. He shall also take all necessary precautions to prevent any fires. In the event of fire the Contractor shall take active steps to limit and extinguish the fire and shall accept full responsibility for damages and claims resulting from such fires which may have been caused by him or his employees.

(c) Environmental Management Plan

In addition to the above all requirements according to the Environmental Management Plan as detailed in C3.4, Particular Specifications, will be adhered to.

SUB-CONTRACTOR

The subcontractors will be local, City of Mbombela based subcontractors selected from a contractor’s list that will be provided by City of MBOMBELA. Selection must be approved by the Municipality.

The subcontractors may not be registered with the Construction Industry Development Board.

The principal contractor will remain responsible for the quality of workmanship and will ensure a transfer of skills and mentorship implementation.

An amount 30% of the value of works (excluding Preliminaries and Generals and Contingencies) must be subcontracted to local subcontractors.

Page 117: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 13

PART B: AMENDMENTS TO THE STANDARD AND PARTICAULAR SPECIFICATIONS

B1 PROJECT SPECIFICATIONS RELATING TO THE STANDARD SPECIFICATIONS AND OTHER ADDITIONAL SPECIFICATIONS

In certain clauses in the standard, standardised and particular specifications, allowance is made for a choice to be specified in the project specifications between alternative materials or methods of construction, and for additional requirements to be specified to suit a particular contract. Details of such alternative or additional requirements applicable to this contract are contained in this part of the project specifications. It also contains the necessary additional specifications required for this particular contract. The number of each clause and each payment item in this part of the project specifications consists of the prefix B followed by a number corresponding to the relevant clause or payment item in the standard specification. The number of a new clause or payment item, which does not form part of a clause or a payment item in the standard specifications and which is included here, is also prefixed by B, but followed by a new number which follows on the last clause or item number used in the relevant section of the standard specifications.

Page 118: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 14

3.6.2 VARIATIONS AND ADDITIONS TO STANDARDISED AND PARTICULAR SPECIFICATIONS

For the purpose of this Contract the following standardized specification sections of the SABS 1200-series shall form part of the Contract. Documents and although not issued or bound in with the tender document, the applicable section shall be the editors listed below.

SABS 1200 Date

SECTION Title Issued

A General 1986

AB Engineer’s Office 1986

C Site Clearance 1980

D Earthworks 1988

DA Earthworks (Small Works) 1988

DB Earth works (Pipe Trenches) 1989

G Concrete (Structural) 1982

GA Concrete (Small Works) 1982

LB Bedding (Pipes) 1983

LD Sewer 1983

Page 119: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 15

PARTICULAR SPECIFICATIONS

PSA – GENERAL C3.6.3 VARIATIONS AND ADDITIONS TO THE STANDARDIZED SPECIFICATIONS FOR THIS CONTRACT, AND

PARTICULAR SPECIFICATIONS PSA 1 SCOPE

REPLACE THE CONTENTS OF SUB-CLAUSE 1.1, INCLUDING THE NOTES, WITH THE FOLLOWING: "1.1 This specification covers requirements, principles and responsibilities of a general nature which are generally applicable to civil engineering construction and building works contracts, as well as the requirements for the Contractor's establishment on the Site."

PSA 2 INTERPRETATIONS PSA 2.3 DEFINITIONS

IN THE OPENING PHRASE BETWEEN THE WORDS "specification" AND "the following", INSERT THE WORDS "the definitions given in the Conditions of Contract and". (a) General ADD THE FOLLOWING DEFINITIONS: " 'General Conditions' and 'Conditions of Contract': The General Conditions of Contract specified for use with this Contract, together with the Contract Data (GCC 2015 Third Edition). 'Specified': As specified in the Standardized Specifications, the Drawings or the Project Specifications. 'Specifications' shall have the corresponding meaning." (b) Measurement and payment REPLACE THE DEFINITIONS FOR "Fixed charge", "Time-related charge" AND "Value-related charge" WITH THE FOLLOWING: " 'Fixed charge': A charge that is not subject to adjustment on account of variations in the value of the Contract Price or the time allowed in the Contract for the completion of the work. 'Time-related charge': A charge, the amount of which varies in accordance with the Time for Completion of the Works, adjusted in accordance with the provisions of the Contract. 'Value-related charge': A charge, the amount of which varies pro rata with the final value of the measured work executed and valued in accordance with the provisions of the Contract."

PSA 2.4 ABBREVIATIONS (a) Abbreviations relating to standard documents

ADD THE FOLLOWING ABBREVIATION: "CKS: SABS Co-ordinating Specification."

PSA 3 MATERIALS PSA 3.1 QUALITY

ADD THE FOLLOWING AT THE END OF SUB-CLAUSE 3.1: "All manufactured materials supplied shall be new materials unless the contrary is specified. All materials specified to be in accordance with SABS Specifications shall bear the SABS mark, where such a mark is available for the type of product."

PSA 4 PLANT PSA 4.1 SILENCING OF PLANT

REPLACE THE CONTENTS OF SUB-CLAUSE 4.1 WITH THE FOLLOWING: "The Contractor's attention is drawn to the applicable regulations pertaining to noise and hearing conservation, framed under the Occupational Health and Safety Act, 1993 (Act No 85 of 1993) as amended.

Page 120: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 16

The Contractor shall at all times and at his own cost, be responsible for implementing all necessary steps to ensure full compliance with such regulations, including but not restricted to the provision and use of suitable and effective silencing devices for pneumatic tools and other plant which would otherwise cause a noise level in excess of that specified in the said regulations. Where appropriate, the Contractor shall further, by means of temporary barriers, effectively isolate the source of such noise in order to comply with the said regulations."

PSA 4.2 CONTRACTOR'S OFFICES, STORES AND SERVICES ADD THE FOLLOWING PARAGRAPH BEFORE THE EXISTING FIRST PARAGRAPH IN SUB-CLAUSE 4.2: "The Contractor's buildings, sheds and other facilities erected or utilised on the Site for the purposes of the Contract shall be fenced off and shall contain all offices, stores, workshops, testing laboratories, toilet facilities, etc. as may be required by the Contractor. The facilities shall always be kept in a neat and orderly condition. No personnel may reside on the Site. Only night-watchmen may be on the Site after hours." DELETE "and first-aid services" IN THE SECOND PARAGRAPH OF SUB-CLAUSE 4.2 AND ADD THE FOLLOWING: "The Contractor shall provide on the Site and in close proximity to the actual locations where the work is being executed, one toilet per 10 workmen, which toilets shall be effectively screened from public view and their use enforced. Such toilets shall be relocated from time to time as the location of the work being executed changes, so as to ensure that easy access to the toilets is maintained. The Contractor shall, where applicable, make all necessary arrangements and pay for the removal of night soil."

PSA 5 CONSTRUCTION PSA 5.1 SURVEY PSA 5.1.2 Preservation and replacement of survey beacons and pegs subject to the Land Survey Act

DELETE THE WORDS "in the vicinity of boundaries" IN THE SECOND SENTENCE OF SUB-CLAUSE 5.1.2 AND REPLACE THE WORDS "under the direction of" IN THE SAME SENTENCE WITH "in consultation and liaison with". ADD THE FOLLOWING AFTER THE SECOND SENTENCE OF SUB-CLAUSE 5.1.2: "The Contractor and the Engineer shall record on the said list, their concurrence or disagreement (as the case may be) regarding the completeness and accuracy of the details recorded therein." REPLACE THE THIRD SENTENCE OF SUB-CLAUSE 5.1.2 WITH THE FOLLOWING: "At the completion of the Contract, the Contractor shall expose all pegs that were listed at the commencement of the construction as being in order and the Contractor shall arrange with a registered Land Surveyor for the checking of the positions of all such pegs and the replacement of those that the Land Surveyor’s check reveals have become disturbed or damaged. The Contractor shall, as a precedent to the issue of the Certificate of Completion, provide to the Engineer, a certificate from the registered land surveyor, certifying that all the pegs listed at the commencement of construction in accordance with the provisions of this clause, have been checked and that those found to have been disturbed, damaged or destroyed have been replaced in their correct positions, all in accordance with the provisions of the said Act. The costs of all checking, replacement and certification as aforesaid shall be entirely for the Contractor’s account. This, with the provision always that the Contractor shall not be held liable for the cost of replacement of pegs which: (a) cannot reasonably be re-established in their original positions by reason of the finished

dimensions of the permanent works, and (b) the Contractor can prove beyond reasonable doubt to the satisfaction of the Engineer, were

disturbed, damaged or destroyed by others beyond his control."

Page 121: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 17

PSA 5.3 PROTECTION OF EXISTING STRUCTURES REPLACE “Machinery and Occupational Safety Act, 1983 (Act No 6 of 1983)" WITH "Occupational Health and Safety Act, 1993 (Act No 85 of 1993), as amended," AND INSERT THE FOLLOWING AFTER "(Act No. 27 of 1956)": "as amended".

PSA 5.4 PROTECTION OF OVERHEAD AND UNDERGROUND SERVICES

REPLACE THE HEADING AND THE CONTENTS OF SUB-CLAUSE 5.4 WITH THE FOLLOWING: PSA 5.4 LOCATION AND PROTECTION OF EXISTING SERVICES PSA 5.4.1 Location of existing services

Before commencing with any work in an area, the Contractor shall ascertain the presence and actual position of all services which can reasonably be expected by an experienced and competent contractor to be present on, under, over or within the Site. Without in any way limiting his liability in terms of the Conditions of Contract in relation to damage to property and interference with services, the Contractor shall, in collaboration with the Engineer, obtain the most up-to-date plans as are available, showing the positions of services existing in the area where he intends to work. Neither the Employer nor the Engineer offers any warranty as to the accuracy or completeness of such plans and because services can often not be reliably located from plans, the Contractor shall ascertain the actual location of services depicted on such plans by means of careful inspection of the Site. Thereafter, the Contractor shall, by the use of appropriate methodologies, carefully expose the services at such positions as are agreed to by the Engineer, for the purposes of verifying the exact location and position of the services. Where the exposure of existing services involves excavation to expose underground services, the further requirements of sub-clauses 4.4 and 5.1.2.2 of SABS 1200 D (as amended) shall apply. The aforesaid procedure shall also be followed in respect of services not shown on the plans but which may reasonably be anticipated by an experienced Contractor to be present or potentially present on the site. All services, the positions of which have been determined as aforesaid at the critical points, shall henceforth be designated as 'known services’ and their positions shall be indicated by the Contractor on a separate set of drawings, a copy of which shall be furnished to the Engineer without delay. As soon as any service which has not been identified and located as described above is encountered on, under, over or within the site, it shall henceforth be deemed to be a known service and the aforesaid provisions pertaining to locating, verifying and recording its position on the balance of the site shall apply. The Contractor shall notify the Engineer immediately when any such service is encountered or discovered on the Site. Whilst he is in possession of the Site, the Contractor shall be liable for all loss of or damage as may occur to (a) known services, anywhere along the entire lengths of their routes, as may reasonably be

deduced from the actual locations at which their positions were verified as aforesaid, due cognizance being taken of such deviations in line and level which may reasonably be anticipated, and

(b) any other service which ought reasonably to have been a known service in accordance with the provisions of this clause,

The Contractor shall also be liable for consequential damage in regard to (a) and (b), whether caused directly by the Contractor’s operations or by the lack of proper protection. No separate payment will be made to the Contractor in respect of his costs of providing, holding available on the Site and utilising the said detecting and testing equipment, nor for any costs incurred in preparing and submitting to the Engineer the Drawings as aforesaid. These costs shall be deemed included in the Contractor’s other tendered rates and prices included in the Contract. Payment to the Contractor in respect of exposing services at the positions agreed by the Engineer and as described above will be made under the payment items (if any) as may be provided for in the respective sections of the specifications pertaining to the type of work involved.

Page 122: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 18

PSA 5.4.2 Protection during construction The Contractor shall take all reasonable precautions and arrange its operations in such a manner as to prevent damage occurring to all known services during the period which the Contractor has occupation and/or possession of the Site. Services left exposed shall be suitably protected from damage and in such a manner as will eliminate any danger arising therefrom to the public and/or workmen, all in accordance with the requirements of the prevailing legislation and related regulations. Unless otherwise instructed by the Engineer, no services shall be left exposed after its exact position has been determined and all excavations carried out for the purpose of exposing underground services shall be promptly backfilled and compacted. In roadways, the requirements of sub-clause 5.9 of SABS 1200 DB should be observed. In other areas compaction is to be to 90% modified AASHTO density.

PSA 5.4.3 Alterations and repairs to existing services

Unless the contrary is clearly specified in the Contract or ordered by the Engineer, the Contractor shall not carry out alterations to existing services. When any such alterations become necessary, the Contractor shall promptly inform the Engineer, who will either make arrangements for such work to be executed by the owner of the service, or instruct the Contractor to make such arrangements himself. Should damage occur to any existing services, the Contractor shall immediately inform the Engineer, or when this is not possible, the relevant authority, and obtain instructions as to who should carry out repairs. In urgent cases, the Contractor shall take appropriate steps to minimise damage to and interruption of the service. No repairs of telecommunication cables or electric power lines and cables shall be attempted by the Contractor. A list of important telephone numbers for use when services are damaged or need to be altered is to be compiled by the successful tenderer on award.

PSA 5.7 SAFETY

REPLACE THE CONTENTS OF SUB-CLAUSE 5.7 WITH THE FOLLOWING: "Pursuant to the provisions of the Conditions of Contract, and without in any way limiting the Contractor’s obligations thereunder, the Contractor shall at his own expense (except only where specific provision (if any) is made in the Contract for the reimbursement to the Contractor in respect of particular items), provide the following: (a) Provide to its Employees on the site of the works, all safety materials, clothing and equipment

necessary to ensure full compliance with the provisions of the Occupational Health and Safety Act, 1993 (Act No 85 of 1993) as amended (hereinafter referred to as the Act) at all times, and shall institute appropriate and effective measures to ensure the proper usage of such safety materials, clothing and equipment at all times;

(b) Provide, install and maintain all barricades, safety signage and other measures to ensure the safety of workmen and all persons in, on and around the site, as well as the general public;

(c) Implement on the site of the works, such procedures and systems and keep all records as may be required to ensure compliance with the requirements of the Act at all times;

(d) Implement all necessary measures so as to ensure compliance with the Act by all subcontractors engaged by the Contractor and their employees engaged on the works;

(e) Full compliance with all other requirements pertaining to safety as may be specified in the Contract.

The Employer and the Engineer shall be entitled, although not obliged, to make such inspections on the site as they shall deem appropriate, for the purpose of verifying the Contractor’s compliance with the requirements of the Act. For this purpose, the Contractor shall grant full access to the site of all parts of the site and shall co-operate fully in such inspections and shall make available for inspection all such documents and records as the Employer’s and/or Engineer’s representative may reasonably require. Where any such investigations reveal, or where it comes to the Engineer’s attention that the Contractor is in any way in breach of the requirements of the Act or is failing to comply with the provisions of this clause, the Engineer shall, in accordance with the provisions of Clause 5.11 (GCC

Page 123: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 19

2015 3rd Edition) of the Conditions of Contract, be entitled to suspend progress on the works or any part thereof until such time as the Contractor has demonstrated to the satisfaction of the Engineer, that such breach has been rectified. The Contractor shall have no grounds for a claim against the Employer for extension of time and/or additional costs if the progress on the works or any part thereof is suspended by the Engineer in terms of this clause, and the Contractor shall remain fully liable in respect of the payment of penalties for late completion in accordance with the provisions of Clause 5.13 (GCC 2015 3rd Edition) of the Conditions of Contract should the Contractor fail to complete the Works on or before the specified due completion date in consequence of the suspension. Persistent and repeated breach by the Contractor of the requirements of the Act and/or this clause shall constitute grounds for the Engineer to act in terms of Clause 9.2.1.3.5 (GCC 2015 3rd Edition) of the Conditions of Contract and for the Employer to cancel the Contract in accordance with the further provisions of the said Clause 9.2 (GCC 2015 3rd Edition)." ADD THE FOLLOWING SUB-CLAUSE TO CLAUSE 5:

"PSA 5.9 SITE MEETINGS

The Contractor or his authorised agent will be required to attend regular site meetings, which shall normally be held once a month on dates and at times determined by the Engineer, but in any case whenever reasonably required by the Engineer. Unless otherwise indicated in the Contract or instructed by the Engineer, such meetings shall be held at the Contractor’s offices on the site. At such monthly meetings, matters such as general progress on the works, quality of work, problems, claims, payments, and safety shall be discussed, but not matters concerning the day-to-day running of the Contract.

PSA 6 TOLERANCES

ADD THE FOLLOWING SUB-CLAUSE TO CLAUSE 6: "PSA 6.4 USE OF TOLERANCES

No guarantee is given that the full specified tolerances will be available independently of each other, and the Contractor is cautioned that the liberal or full use of any one or more of the tolerances may deprive him of the full or any use of tolerances relating to other aspects of the work. Except where the contrary is specified, or when clearly not applicable, all quantities for measurement and payment shall be determined from the 'authorised' dimensions. These are specified dimensions or those shown on the Drawings or, if changed, as finally prescribed by the Engineer, without any allowance for the specified tolerances. Except if otherwise specified, all measurements for determining quantities for payment will be based on the 'authorised' dimensions. If the work is constructed in accordance with the 'authorised' dimensions plus or minus the tolerances allowed, the calculation of quantities will be based on the 'authorised' dimensions, regardless of the actual dimensions to which the work has been constructed. When the work is not constructed in accordance with the 'authorised' dimensions plus or minus the tolerances allowed, the Engineer may nevertheless, at his sole discretion, accept the work for payment. In such cases no payment shall be made for quantities of work or material in excess of those calculated for the 'authorised' dimensions, and where the actual dimensions are less than the 'authorised' dimensions minus the tolerance allowed, quantities for payment shall be calculated based on the actual dimensions as constructed."

PSA 7 TESTING PSA 7.1 PRINCIPLES PSA 7.2 APPROVED LABORATORIES

REPLACE THE CONTENTS OF SUB-CLAUSE 7.2 WITH THE FOLLOWING: "Unless otherwise specified in the relevant specification or elsewhere in the Project Specification, the following shall be deemed to be approved laboratories in which design work, or testing required in terms of a specification for the purposes of acceptance by the Engineer of the quality of materials used and/or workmanship achieved, may be carried out:

Page 124: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 20

(a) Any testing laboratory certified by the South African National Accreditation Systems (SANAS) in respect of the nature and type of testing to be undertaken for the purposes of the Contract;

(b) Any testing laboratory owned, managed or operated by the Employer or the Engineer; (c) Any testing laboratory established and operated on the Site by or on behalf of the Employer or

the Engineer. (d) Any other laboratory that the Engineer approves in his absolute discretion."

PSA 8 MEASUREMENT AND PAYMENT PSA 8.1 MEASUREMENT PSA 8.1.1 Method of measurement, all sections of the Schedule DELETE THE WORDS "and South West Africa". PSA 8.1.2 Preliminary and General item or section PSA 8.1.2.1 Contents

REPLACE THE LAST SENTENCE OF SUB-CLAUSE 8.1.2.1(b) WITH THE FOLLOWING: "Separate items will be scheduled to cover the fixed, value-related and time-related components of the Contractor’s preliminary and general costs."

PSA 8.1.2.2 Tendered sums

REPLACE THE CONTENTS OF THIS SUB-CLAUSE WITH THE FOLLOWING: "Except only where specific provision is made in the Specifications and/or the Schedule of Quantities for separate compensation for any of these items, the Contractor's tendered sums under items PSA 8.3 and PSA 8.4 shall collectively cover all charges for:

risks, costs and obligations in terms of the Conditions of Contract and of this standardized specification;

head-office and site overheads and supervision;

profit and financing costs;

expenses of a general nature not specifically related to any item or items of the permanent or temporary work;

providing such facilities on site as may be required by the Contractor for the proper performance of the Contract and for its personnel, including, but without limitation, providing offices, storage facilities, workshops, ablutions, services such as water, electricity, sewage and rubbish disposal, access roads and all other facilities required, as well as for the maintenance and removal on completion of the works of these facilities and cleaning-up of the site of the Contractor’s establishment and reinstatement to not less than its original condition, and

providing the facilities for the Engineer and his staff as specified in the Contract and their removal from the site on completion of the Contract."

PSA 8.2 PAYMENT PSA 8.2.1 Fixed-charge and value-related items

REPLACE THE CONTENTS OF SUB-CLAUSE 8.2.1 WITH THE FOLLOWING: PSA 8.2.1.1 Fixed-charge items

"Payment of fixed charges in respect of item 8.3.1 will be made as follows: (a) EIGHTY PER CENT (80%) of the sum tendered will be paid when the facilities have been

provided and approved; (b) The remaining TWENTY PER CENT (20%) will be paid when the works have been completed,

the facilities have been removed and the site of the Contractor’s establishment has been cleared and cleaned to the satisfaction of the Engineer.

No adjustment will be made to the sum tendered in respect of item 8.3.1 should the value of the works finally executed or the time for completion vary in any way from that specified in the tender.

Page 125: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 21

PSA 8.2.1.2 Value-related items Payment for the sum tendered under item 8.3.2 will be made in three separate instalments as follows: (a) The first instalment, which is 40% of the sum, will be paid when the Contractor has fulfilled all

his obligations to date under this specification, the General Conditions of Contract and the Special Conditions of Contract, and when the value of work certified for payment, excluding materials on site and payments for preliminary and general items, is equal to not less than 5% of the total value of the work listed in the Schedule of Quantities.

(b) The second instalment, which is 40% of the sum, will be made when the amount certified for payment, including retention moneys but excluding this second instalment, exceeds 50% of the tender sum.

(c) The final payment, which is 20% of the sum, will be made when the works have been certified as completed and the Contractor has fulfilled all his obligations to date under this Specification, the General Conditions of Contract and the Contract Data (GCC 2015 3rd Edition).

Should the value of the measured work finally completed be more or less than the tender sum, the sum tendered under item 8.3.2 will be adjusted up or down in accordance with the provisions of Clause 6.11 (GCC 2015 3rd Edition) of the Conditions of Contract, and this adjustment will be applied to the third instalment."

PSA 8.2.2 Time-related items

REPLACE THE CONTENTS OF SUB-CLAUSE 8.2.2 WITH THE FOLLOWING: "Subject to the provisions of sub-clauses 8.2.3 and 8.2.4, payment under item 8.4.1 (time-related item) will be made monthly in equal amounts, calculated by dividing the sum tendered for the item by the tendered Contract period in months, provided always that the total of the monthly amounts so paid for the item is not out of proportion to the value of the progress of the Works as a whole."

PSA 8.3 SCHEDULED FIXED-CHARGE AND VALUE-RELATED ITEMS

REPLACE THE CONTENTS OF SUB-CLAUSE 8.3.1 WITH THE FOLLOWING: PSA 8.3.1 Fixed preliminary and general charges Unit: sum

The sums tendered shall include full compensation for all fixed-charge preliminary and general charges as described in sub-clause PSA 8.1.2.2. Payment will be made as described in sub-clause PSA 8.2.1.1.

PSA 8.3.1a) Fixed preliminary and general charges Unit: sum

The sums tendered shall include full compensation for provision for total de-establishment and re-establishment within six month at the instruction of Engineer.

PSA 8.3.1b) Fixed preliminary and general charges Unit: sum

The sums tendered shall include full compensation for provision for total de-establishment and re-establishment within six month at the instruction of Engineer.

PSA 8.3.2 Value-related preliminary and general charges Unit: sum

The sums tendered shall include full compensation for all value-related preliminary and general charges as described in sub-clause PSA 8.1.2.2. Payment will be made as described in sub-clause PSA 8.2.1.2."

PSA 8.3.5 As Built Survey Unit: sum

The sums tendered shall include full compensation for all as built survey conducted and showing the co-ordinated location and levels of all the construction items.

PSA 8.3.6 Additional Contractual Obligations Unit: sum

The sums tendered shall include full compensation for all additional contractual obligations to ensure that the contractor complies with the OHS specification, Environmental management specification, Notices and Warnings to the affected stakeholder (Written letters and Consultations), Provision of security for the duration of the contract.

Page 126: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 22

PSA 8.4 SCHEDULED TIME-RELATED ITEMS REPLACE THE CONTENTS OF SUB-CLAUSE 8.4 WITH THE FOLLOWING: "PSA 8.4.1 Time-related preliminary and general charges Unit: sum

The sum tendered shall include full compensation for all time-related preliminary and general charges as described in sub-clause PSA 8.1.2.2. Payment will be made as described in sub-clause PSA 8.2.2."

PSA 8.4.6 Additional Contractual Obligations Unit: Month The sums tendered shall include full compensation for all additional contractual obligations to ensure that the contractor complies with the OHS specification, Environmental management specification, Notices and Warnings to the affected stakeholder (Written letters and Consultations), Provision of security for the duration of the contract.

REPLACE THE CONTENTS OF SUB-CLAUSE 8.5 WITH THE FOLLOWING:

"PSA 8.5 Sum Stated Provisionally by the Engineer Unit: Prov Sum

The Contractor will be reimbursed in substitution of the Provisional Sums (if any) allowed in the Schedule of Quantities for work to be executed by the Contractor, in the amounts determined in accordance with the provisions of Clause 6.6 (GCC 2015 3rd Edition) of the Conditions of Contract. (a) Work to be executed by a Nominated Subcontractor Unit: Prov Sum (b) Overheads, charges and profit on item (a) above Unit: % or sum Sub-items (a) and (b) will be provided in the Schedule of Quantities for each different Nominated Subcontract included in the Contract. The Contractor shall be reimbursed under sub-item (a), in substitution of the respective Provisional Sums (if any) allowed in the Schedule of Quantities, the amounts actually paid or payable by the Contractor to the respective Nominated Subcontractors, in accordance with the provisions of Clause 6.6 (GCC 2015 3rd Edition) / of the Conditions of Contract. The Contractor shall be paid under sub-item (b), either: (a) where the unit of measurement for sub-item (b) was specified as being a percentage, the respective percentage, as stated by the Contractor in is tender, of the amount certified by the Engineer for payment under the related sub-item (a), all in accordance with the provisions of Clause 6.6.1.2.1. (GCC 2015 3rd Edition) of the Conditions of Contract, or (b) where the unit of measurement for sub-item (b) was specified as being a lump sum, an amount which is in the same proportion to the amount certified for payment under sub-item (a) and the tendered lump sum is to the amount of the Provisional Sum stated under sub-item (a) in accordance with the provisions of Clause 6.6.1.2.2 (GCC 2015 3rd Edition). The percentage or sum (as applicable) paid under sub-item (b) as aforesaid, shall be deemed to include for full and final compensation to the Contractor for all costs as may be incurred and all charges and profits associated with the engagement, supervision, administration and management of the Nominated Subcontractor required of him in fulfilling its obligations under the Contract as the Principal Contractor."

PSA 8.4.6 Labour Intensive Construction Unit: Prov Sum

The sums tendered shall include full compensation for training allowances for the labours and their accommodation.

PSAB SABS 1200 AB: ENGINEER’S OFFICE

PSAB ENGINEERS OFFICE PSAB 1 MATERIALS

PSAB 1.1 Name-boards

One name board shall be supplied. The name board shall comply with the details given by the Employer.

PSAB 2 OFFICE BUILDINGS

Page 127: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 23

PSAB 2.1 The contractor shall provide and furnish an office for the use of the Engineer’s representative as per sub-clause 3.2 of SABS 1200 PSAB

PSC SITE CLEARANCE (Applicable to SABS 1200C - as amended 1982)

PSC SITE CLEARANCE PSC 3 MATERIALS PSC 3.1 DISPOSAL OF MATERIAL

ADD THE FOLLOWING: "The Contractor shall obtain his own dumping sites for the disposal of material and all transport costs shall be included in the rates tendered for site clearance."

PSC 5 CONSTRUCTION PSC 5.1 AREAS TO BE CLEARED AND GRUBBED

ADD THE FOLLOWING: "Pipeline routes shall be cleared to a distance of 1, 5 m on both sides of the pipeline centre line. Route pegs or markers shall not be destroyed or damaged during clearing operations."

PSC 5.2 CUTTING OF TREES PSC 5.2.3 Preservation of trees PSC 5.2.3.2 Individual trees

REPLACE THE LAST SENTENCE WITH THE FOLLOWING: "An amount of R2 000, 00 will be deducted from moneys due to the Contractor as a penalty for every tree that is damaged or removed unnecessarily."

PSC 5.5 RE-CLEARING OF VEGETATION

ADD THE FOLLOWING: "When areas have to be re-cleared on the written instructions of the Engineer, such re-clearing shall be carried out at the Contractor's own cost and the Contractor is therefore advised not to clear the areas too soon."

PSC 8 MEASUREMENT AND PAYMENT PSC 8.2 PAYMENT PSC 8.2.1 Clear and grub

REPLACE THE FIRST LINE WITH THE FOLLOWING: "The area designated by the Engineer to be cleared and grubbed will be measured in square metre to the nearest square metre or,” ADD THE FOLLOWING ITEMS IN SUB-CLAUSE 8.2:

Page 128: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 24

PSC 8.2.5 Take down and re-erect existing fences .......................................................................... Unit: m The rate shall cover the cost of taking down the fences, coiling wire, sorting, stacking and guarding all materials, the cost of loading, transporting and off-loading such materials, the cost of re-erecting the fence in its original position using the new material, the cost of temporary bracing of the fencing sections not taken down and the cost of appurtenant materials that may be required to restore the fence to its original condition before dismantling.

PSC 8.2.8 Demolish and remove structures/ buildings and dismantle steel work Re-instate ... Unit: No

The rate shall cover the cost of demolishing and removing of Structures/building and dismantling of the steel work and re-instate to the original state and satisfaction of the owner and the Engineer.

PSC 8.2.11 Temporary Works ............................................................................................................. Unit: m

The rate shall cover the cost of installation and removal of the temporary fence where the original fence has been removed.

PSC 8.2.12 Remove/clear designated obstacles and re-instate ..................................................... Unit: No

The rate shall cover the cost of removing and Clearing of the Concrete blocks, brick paving, Asphalt, grass and lawn, and re-instate to the original state and satisfaction of the owner and Engineer.

PSD EARTHWORKS

PSD EARTHWORKS PSD 2 INTERPRETATIONS PSD 2.1 SUPPORTING SPECIFICATIONS

REPLACE SUB-CLAUSE 2.1.2 WITH THE FOLLOWING: "PSD 2.1.2 Any of the other SABS 1200 specifications may form part of the Contract documents." PSD 2.3 DEFINITIONS

REPLACE THE WORD AND THE DEFINITION FOR "Borrow" WITH THE FOLLOWING: "Borrow material: Material, other than material obtained from excavations required for the works, obtained from sources such as borrow pits or the authorised widening of excavations. 'Borrow' shall have a corresponding meaning." REPLACE THE DEFINITION FOR "Specified density" WITH THE FOLLOWING: "Specified density: The specified dry density expressed as a percentage of modified AASHTO dry density." REPLACE THE DEFINITION FOR "Stockpile" WITH THE FOLLOWING: "Stockpile (verb): The process of selecting and, when necessary, loading, transporting and off-loading material in a designated area for later use for a specific purpose" ADD THE FOLLOWING DEFINITIONS: "Commercial source: A source of material provided by the Contractor, not the Employer, and including any borrow pit, provided by the Contractor Fill: An embankment or terrace constructed of material obtained from excavations or borrow pits. In roads it includes the earthworks up to the underside of the selected sub-grade level. Fill (material): Material used for the construction of an embankment or terrace Roadbed: The natural in situ material on which the fill or, in the absence of fill, the pavement layers are constructed"

PSD 3 MATERIALS PSD 3.1 CLASSIFICATION FOR EXCAVATION PURPOSES

Page 129: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 25

PSD 3.1.1 Method of classifying ADD THE FOLLOWING: "The classification of material other than 'soft excavation' shall be agreed upon before excavation may commence. The Contractor shall immediately inform the Engineer if and when the nature of the material being excavated changes to such an extent that a new classification is warranted for further excavation. Failure on the part of the Contractor to advise the Engineer in good time shall entitle the Engineer to reclassify, at his discretion, such excavated material."

PSD 3.2.3 Material suitable for backfill or fill against structures

REPLACE THE CONTENTS OF THIS SUB-CLAUSE WITH THE FOLLOWING: "Material used for backfill behind structures shall generally be the material excavated, subject to the following conditions: (a) The material shall not contain an excessive number of stones retained on a 50 mm sieve; (b) The material shall not contain large clay lumps that do not break up under the action of the

compaction equipment; and (c) The liquid limit of the material shall not exceed 40, neither shall the PI exceed 18."

PSD 3.3 SELECTION ADD THE FOLLOWING SUB-CLAUSE: "PSD 3.3.3 Selection in borrow pits and excavations

Approval of a borrow area for a certain purpose does not necessarily mean that all the material in that area is suitable for the specified purpose. What it does mean is that the borrow area contains some suitable material. The onus shall rest on the Contractor to ensure that only material that is indeed suitable is removed and used for the specified purpose. When the Contractor has to select excavated material for a specific purpose, the above provisions relating to borrow areas shall apply mutatis mutandis to excavations. The Contractor shall not waste or contaminate material that has been selected for a specific purpose."

PSD 4 PLANT PSD 4.4 DETECTORS REPLACE THE CONTENTS OF SUB-CLAUSE 4.4 WITH THE FOLLOWING: "The Contractor shall, for the purposes of detecting and locating underground services in accordance

with the provisions of sub-clause 5.4 of SABS 1200 A and sub-clause 5.1.2 of SABS 1200 D, at his own cost, provide and use detecting equipment which is suitable for the detection of underground cables and pipes."

PSD 5 CONSTRUCTION PSD 5.1 PRECAUTIONS PSD 5.1.1 Safety PSD 5.1.1.1 Barricading and lighting REPLACE "Machinery and Occupational Safety Act, 1983 (Act 6 of 1983)" WITH “Occupational Health

and Safety Act, 1993 (Act 85 of 1993)". PSD 5.1.1.2 Safeguarding of excavations REPLACE "Machinery and Occupational Safety Act" WITH "Occupational Health and Safety Act, 1993

(Act 85 of 1993)". PSD 5.1.1.3 Explosives

REPLACE THE CONTENTS OF THIS SUB-CLAUSE WITH THE FOLLOWING:

Page 130: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 26

"The Contractor will generally be permitted to use explosives for breaking up hard material during excavations, for demolishing existing structures, and for other purposes where explosives are normally required, subject to the following conditions: (a) The Engineer may prohibit the use of explosives in cases where, in his opinion, the risk of injury

to persons or damage to property or to adjoining structures is too high. Such action by the Engineer does not entitle the Contractor to additional payment for having to resort to less economical methods of construction.

(b) The Engineer's prior written approval shall be obtained for each and every blasting operation. This approval may be withheld if the Contractor does not use explosives responsibly and carefully.(c)The Contractor shall comply fully with the requirements of the Explosives Act, 1997 (Act No 83 of 1997) and all other legislation and regulations as may be applicable to blasting and the use of explosives.

(d) Before blasting is undertaken, the Contractor shall satisfy the Engineer that he has established whether or not the insurers concerned require pre- and post-blasting inspections of buildings and structures within a certain radius of the proposed blasting.

Should such inspections be required, the Contractor shall, together with the Engineer and the insurer, examine and measure the buildings, houses or structures in the vicinity of the proposed blasting site and establish and record, together with the owner, lessee or occupier, the extent of any existing cracking or damage before blasting operations commence. (e) When there is a possibility of damage to power and telephone lines or any other services or

property, the Contractor shall adapt his method of blasting and the size of the charges and shall use adequate protective measures (eg cover-blasting) to reduce the risk of damage.

(f) All accidents, injury to persons and animals and damage to property shall be reported to the Engineer in detail and in writing as soon as is practicable.

(g) The Engineer shall be given 24 hours notice by the Contractor before each blasting operation is carried out.

(h) When blasting to specified profiles, the Contractor shall so arrange the holes and charges that the resulting exposed surfaces are as sound as the nature of the material permits. The Contractor shall make good, at his own expense, any additional excavation necessitated by the shattering of rock in excess of any overbreak allowances specified in the Project Specifications or given on any Drawing.

Notwithstanding the Contractor’s compliance with the above provisions, the Contractor shall remain liable for any injury to persons and animals and loss of or damage to property occurring as a result of blasting operations."

PSD 5.1.2 Existing services PSD 5.1.2.2 Detection, location and exposure

REPLACE THE CONTENTS OF SUB-CLAUSE 5.1.2.2 WITH THE FOLLOWING: "The exposure by the Contractor of underground services, as required in terms of sub-clause 5.4 of SABS 1200 A (as amended) shall be carried out by careful hand excavation at such positions and to such dimensions as are agreed to by the Engineer. Unless otherwise instructed or agreed by the Engineer, no service shall be left exposed after its exact position has been determined and all excavations carried out for the purposes of exposing underground services shall be promptly backfilled and compacted to the following densities: (a) In roadways: 95% Mod AASHTO density; and (b) In all other areas: 93% Mod AASHTO density. Where hand excavations to expose underground services have to be carried out in roadways, the Contractor shall reinstate the road layer works in accordance with the provisions of sub-clause 5.9 of SABS 1200 DB. Payment in respect of exposing the services by means of hand excavation as described above, will be made in accordance with sub-clause PSD 8.3.8.1. Payment in respect of reinstating layer works in roadways will be made in accordance with sub-clause 8.3.6.1 of SABS 1200 DB (as amended)."

PSD 5.1.2.3 Protection of cables REPLACE SUB-CLAUSE 5.1.2.3 WITH THE FOLLOWING:

Page 131: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 27

"5.1.2.3 Protection during construction

Further to the requirements of sub-clause 5.4.2 of SABS 1200 A (as amended), major excavating equipment and other plant shall not be operated dangerously close to known services. Where necessary, excavation in close proximity to known services shall be carefully carried out with suitable hand tools, excluding picks wherever their use could damage the services. No additional payment will apply to such more difficult work. Should any service not being a known service be discovered or encountered during the course of the Contract, the Contractor shall, in addition to complying with the requirements of sub-clause 5.4.2 of SABS 1200 A (as amended), immediately notify the Engineer thereof and implement such measures as will prevent damage of such service or, if it was damaged in the course of discovery, will prevent and minimise the occurrence of any further damage occurring."

Page 132: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

____ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C3: Scope of Work Bid No. 244/2020

C3 - 28

PSD 5.1.2.4 Negligence DELETE SUB-CLAUSE 5.1.2.4. PSD 5.1.3 Stormwater and groundwater

ADD THE FOLLOWING: "The Contractor shall, where applicable and at the earliest practicable opportunity, install the permanent drainage specified or shown on the Drawings and shall at his own cost provide the temporary drainage required to protect the works."

PSD 5.1.5 Reinstatement and maintenance of roads

ADD THE FOLLOWING: "Where crossings have been made, the roads shall be reinstated in accordance with the details specified in sub-clause 5.9 of SABS 1200 DB."

PSD 5.1.6 Road traffic control DELETE THE SECOND SENTENCE OF SUB-CLAUSE 5.1.6. PSD 5.2 METHODS AND PROCEDURES PSD 5.2.2 Excavation PSD 5.2.2.1 Excavation for general earthworks and for structures

ADD THE FOLLOWING TO PARAGRAPH (b): "When the nature of the material precludes the above procedure, additional excavations shall be carried out to provide working space for the erection of formwork. In general, payment will be made for excavating a working width of 600 mm, but the Contractor may excavate a greater working width at no additional cost to the Employer." REPLACE THE FIRST SENTENCE OF PARAGRAPH (e) WITH THE FOLLOWING: "Where excavations have been carried below the authorised levels, the Contractor shall backfill such excavations to the correct level with approved gravel compacted to 90% of modified AASHTO density or to the density of the surrounding material, whichever is the higher density. Where excavations for structures have been carried out in hard material, the Engineer may direct that over-excavation be backfilled with weak concrete if there is a danger of settlement or differential settlement of the foundations. Where the sides of excavations against which concrete is to be cast have been over-excavated or have collapsed partially, the Contractor shall retrim the excavations if necessary and, unless other remedial measures are agreed to by the Engineer, shall cast the concrete for the structure, including the additional concrete that may be required as a result of the over-excavation or partial collapse. The cost of the additional concrete or remedial measures shall be for the Contractor's account."

PSD 5.2.2.3 Disposal REPLACE THE SECOND SENTENCE WITH THE FOLLOWING:

"The Contractor shall provide all necessary spoil sites for the spoiling of all surplus and unsuitable materials and shall make the necessary arrangements with the owner of the site where the material is disposed of, and pay all charges and levies as may be applicable for the use of such spoil sites. Every spoil site provided by the Contractor shall be approved by the local authority in whose area it is located, and the spoiling shall comply with the applicable statutory and municipal regulations as well as the requirements of the owner of the spoil site. Payment to the Contractor in respect of locating and making arrangements for suitable spoil sites and spoiling material at the such sites will be made in accordance with the provisions of sub-clause PSD 8.3.15." ADD THE FOLLOWING SUB-CLAUSE IN SUB-CLAUSE 5.2.2:

Page 133: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 29

"PSD 5.2.2.4 Selection and stockpiling Approval or designation of the material in a particular borrow pit or excavation for a particular purpose does not imply that all the material in the borrow pit or excavation is suitable for the particular purpose to which the said approval or designation relates, nor that all material in the borrow pit or source should be used for the particular purpose. The Contractor shall select suitable material from that borrow pit or source, discard unsuitable material and reserve material for other purposes as necessary. The Contractor shall organise and carry out his operations in such a manner as will prevent the contamination of suitable embankment and backfill material with unsuitable materials. Any excavated material which becomes, in the Engineer’s opinion, unsuitable for use in embankments or backfill as a result of contamination, shall be disposed of in a manner acceptable to the Engineer and shall be replaced by the Contractor with materials acceptable to the Engineer, all at the Contractor’s cost. When required, or when ordered by the Engineer, material shall be stockpiled for later use. The additional costs for stockpiling material shall be paid to the Contractor in accordance with the provisions of sub-clause PSD 8.3.14."

PSD 5.2.5 Transport for earthworks

ADD THE FOLLOWING NEW SUB-CLAUSE TO CLAUSE 5.2.5: "PSD 5.2.5.3 Special cases relating to overhaul (a) When material is excavated and stockpiled on the Engineer’s instructions before being

reloaded and transported to its point of final use, free-haul shall apply twice, firstly from the point of excavation to stockpile and secondly from stockpile to the point of final use (see sub-clause PSD 8.3.14).

PSD 5.2.5.1 Free-haul

REPLACE ALL EXCEPT PARAGRAPH (a) OF SUB-CLAUSE 5.2.5 WITH THE FOLLOWING: "(b) In respect of all materials not referred to in paragraph (a) above, and subject to the provisions

of SUB-CLAUSE PSD 5.2.5.3, the free-haul distance within which the Contractor will be required to move material without separate compensation shall be 1,0 km, irrespective of whether the material is hauled beyond the boundaries of the site or otherwise."

ADD THE FOLLOWING NEW SUB-CLAUSE IN 5.2.5 : "PSD 5.2.5.3 Special cases relating to overhaul

(a) When material is excavated and stockpiled on the Engineer’s instructions before being reloaded and transported to its point of final use, free-haul shall apply twice, firstly from the point of excavation to stockpile and secondly from stockpile to the point of final use (see sub-clause PSD 8.3.14).

(b) When material is to be spoiled on a site which has to be provided by the Contractor, or otherwise disposed of at the Contractor's initiative, the extra-over rate for excavation and disposal at spoil sites provided by the Contractor (see item PSD 8.3.15) shall include full compensation for all haul entailed by this operation and no overhaul shall apply."

REPLACE THE CONTENTS OF SUB-CLAUSE 5.2.5 WITH THE FOLLOWING: "The transport of all excavated materials, irrespective of the distance and source, shall be deemed to be free-haul, the cost of which is included in the Contractor’s tendered rates and prices for the excavation of the materials. No separate compensation shall apply for the transportation of excavated materials."

PSD 7 TESTING PSD 7.2 TAKING AND TESTING OF SAMPLES

REPLACE THE CONTENTS OF THIS SUB-CLAUSE WITH THE FOLLOWING: "The Contractor shall arrange with the approved independent laboratory engaged by the Contractor in terms of C3.4.2.5 (b) sub-clause PS 8.2.1 of the Project Specifications to carry out sufficient tests on a regular basis as agreed between him and the Engineer to determine whether the degree of compaction, and, where applicable, the quality of materials used, comply with the Specifications and shall submit the results of these tests to the Engineer in a form approved by him.

Page 134: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 30

The compaction requirements for fills shall be deemed complied with when at least 75% of the dry-density tests on any lot show values equal to or above the specified density and when no single value is more than five percentage points below the specified value." REPLACE THE CONTENTS OF THIS SUB-CLAUSE WITH THE FOLLOWING: "The Contractor shall carry out sufficient tests on a regular basis as agreed between him and the Engineer to determine whether the degree of compaction, and, where applicable, the quality of materials used, comply with the specifications and shall submit the results of these tests to the Engineer in a form approved by him. The Engineer may likewise carry out such tests. Testing by the Engineer will not relieve the Contractor of his obligations to provide materials and workmanship in accordance with the specifications. The compaction requirements for fills shall be deemed complied with when at least 75% of the dry-density tests on any lot show values equal to or above the specified density and when no single value is more than five percentage points below the specified value."

PSD 8 MEASUREMENT AND PAYMENT PSD 8.3 SCHEDULED ITEMS PSD 8.3.1 Site preparation

REPLACE SUB-CLAUSES 8.3.1.1 AND 8.3.1.2 WITH THE FOLLOWING: "Where site preparation such as clearing, grubbing, the removal of large trees or the removal and stockpiling of topsoil is required, the provisions and scheduled items of SABS 1200 C shall apply."

PSD 8.3.2 Bulk excavation

REPLACE THE CONTENTS OF ITEM WITH THE FOLLOWING:

"(a) Excavate in all materials and use for embankment or backfill as ordered, from:

(1) Necessary excavations .......................................................................Unit: m³ (2) Designated borrow pits .....................................................................Unit: m³ (3) Commercial sources ..........................................................................Unit: m³

The unit of measurement shall be the cubic metre measured in place in accordance with sub-clause 8.2 of SABS 1200 D. Separate items will be scheduled for embankments and backfills for different parts of the works. The tendered rates shall cover the cost of complying with all the precautions required in terms of sub-clause 5.1 of SABS 1200 D (as amended), in addition to the cost of excavating in all materials, basic selecting, loading, transporting within the applicable free-haul distance, off-loading, spreading or backfilling, watering, compacting, final grading, complying with the requirements for tolerances, providing for testing, finishing and tidying, all in accordance with the specifications. In addition to the aforegoing, the tendered rate for subitem (b) shall further include for the costs of royalties (if applicable), whilst the tendered rate for subitem (c) shall also include for the costs of finding a source of suitable material, for making arrangements with the owner of the source, for procuring the material, for the payment of all requisite royalties, charges or damages, and for transporting the material to the site regardless of the distance involved. No payment will be made for the removal of overburden or stockpiling at the commercial source and no extra over payment shall apply for excavating in intermediate, hard or boulder material." (b) Excavate in all materials and dispose Unit: m³ The unit of measurement shall be the cubic metre of material excavated, measured in place in accordance with sub-clause 8.2 of SABS 1200 D. The tendered rates shall cover the cost of complying with all the precautions required in terms of sub-clause 5.1 of SABS 1200 D (as amended), in addition to the cost of excavating, basic selecting, loading, transporting within the applicable free-haul distance, off-loading at the spoil site, maintaining and finishing the spoil site, all in accordance with the specifications. (c) Extra over sub-items PSD 8.3.2(a) (1), PSD 8.3.2(a) (2) and PSD 8.3.2(b) for:

(1) Intermediate excavation ......................................................................................Unit: m³ (2) Hard rock excavation ............................................................................................Unit: m³ (3) Boulder excavation, Class A ..................................................................................Unit: m³ (4) Boulder excavation, Class B ..................................................................................Unit: m³

Page 135: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 31

The rate shall cover the additional cost of the operations enumerated in sub-clauses 8.3.2. (a) and 8.3.2. (b) above for any portion of the excavation that is classified as intermediate, hard rock, boulder excavation class A or boulder excavation class B as applicable. (See Drawing D-2.)"

PSD 8.3.3 Restricted excavation

REPLACE THE WORDS "in 1 m increments" AT THE END OF THE FIRST SENTENCE OF SUB-ITEM (a) WITH "in the increments indicated in the Schedule of Quantities". REPLACE "in 5.2.2.1 – 5.2.2.3 (inclusive)" AT THE END OF SUB-CLAUSE (a) WITH "in sub-clauses 5.2.2.1 to 5.2.2.5 (inclusive)". ADD THE FOLLOWING SUB-SUB-ITEM: "(c) Extra over sub-item 8.3.3 (a) for hand excavation ...............................................Unit: m³

This item shall apply to hand excavation ordered by the Engineer or when the Engineer considers that, owing to circumstances, excavation by mechanical excavators is not practicable. It shall not apply to hand excavation for trimming or finishing an excavation made by mechanical means. The tendered rate shall include full compensation for the additional cost of excavating by means of hand tools."

PSD 8.3.4 Importing of materials

DELETE SUB-ITEM (a) OF 8.3.4. PSD 8.3.6 Overhaul

ADD THE FOLLOWING: "No overhaul shall apply to material from commercial sources or to material disposed of on sites provided by the Contractor or disposed of by other means employed by the Contractor." DELETE SUB-CLAUSE 8.3.6.

PSD 8.3.8 Existing services PSD 8.3.8.1 Location

REPLACE ITEM 8.3.8.1 WITH THE FOLLOWING: "8.3.8.1 Hand excavation for locating and exposing existing services: (a) In roadways ...........................................................................................................Unit: m³ (b) In all other areas ...................................................................................................Unit: m³ The unit of measurement shall be the cubic metre of material excavated, measured in place according to the authorised or actual dimensions of the excavation, whichever is the lesser. The tendered rates shall cover the cost of excavating in all materials by means of hand tools within authorised dimensions and at locations approved by the Engineer in accordance with the requirements of sub-clause PSA 5.4.1 for all precautionary measures necessary to protect the services from damage during excavation and backfilling, and for subsequent backfilling and compacting. Compaction of material in all areas except in roadways shall be to 90% of the modified AASHTO density. The tendered rate for hand excavation in roadways shall include compensation for compacting excavated or selected backfill material to 93% of modified AASHTO density. Reinstating layer works and surfacing shall be measured and paid for in terms of SABS 1200 DB. The tendered rates shall also include for keeping excavations safe, for dealing with surface and subsurface water, for removing surplus excavated material from the site, for transporting all material within the free-haul distance, and for supplying adequate supervision during both excavation and backfilling operations. Overhaul, if applicable, will be measured and paid for in terms of SABS 1200 DB."

PSD 8.3.10 Topsoiling

CHANGE THE UNIT TO "m³" AND REPLACE THE CONTENTS OF THIS ITEM WITH THE FOLLOWING: "The unit of measurement shall be the cubic metre and the quantity shall be calculated from the authorised dimensions. The tendered rate shall include loading of the topsoil from stockpiles, transporting it for the free-haul distance, and off-loading, spreading, shaping and lightly compacting the topsoil."

Page 136: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 32

PSD 8.3.12 Road traffic signs and markings REPLACE THE WORD "Separate" IN THE FIRST SENTENCE OF ITEM 8.3.12 WITH THE FOLLOWING: "Where the Engineer requires the provision of road traffic signs and/or road markings and/or any

other measures additional to those to be provided by the Contractor in accordance with sub-clause 5.1.6, separate …". ADD THE FOLLOWING ITEMS IN SUB-CLAUSE 8.3:

“PSD 8.3.14 Extra over items PSD 8.3.2. (a)(1) and PSD 8.3.3 for temporary stockpiling .......................... Unit: m³

The unit of measurement shall be the cubic metre of material from necessary excavations, temporarily stockpiled by the Contractor on the instructions of the Engineer, before being used in embankments or backfill. Measurements shall be taken in place in compacted embankment or backfill as the case may be.

The tendered rate shall include for the costs, additional to those provided for in PSD 8.3.2(a)(1) and PSD 8.3.3, of off-loading, forming and maintaining the stockpile for as long as is required, reloading and transporting within the applicable free-haul distance from the stockpile.

Payments to the Contractor under this item will only be made in respect of that material stockpiled on the instructions of the Engineer (which instruction shall state specifically that payments for such stockpiling will be paid for under this item) and no payments will be made to the Contractor under this item in respect of materials stockpiled by the Contractor on his own volition, nor for materials necessarily stockpiled by the Contractor in consequence of the sequence of operations adopted by him in the course of executing the works, whether such stockpiling was avoidable or otherwise."

"PSD 8.3.15 Extra over items PSD 8.3.2(b) and PSD 8.3.3 for disposing of spoil material on a site provided by

the Contractor ........................................................................................................................... Unit: m³ The unit of measurement shall be the cubic metre measured in accordance with sub-clause 8.2 of

SABS 1200 D of surplus and/or unsuitable material disposed of, on the instruction of the Engineer, at a spoil site or spoil sites provided by the Contractor. The tendered rate shall include full compensation for the additional cost of providing a spoil site or other means of disposing of surplus spoil material, for transporting the material regardless of the distance involved, for acceptance charges for such material and for all other incidental costs to dispose of the spoil material."

Page 137: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 33

PSDA: EARTHWORKS (SMALL WORKS) (Applicable to SABS 1200 DA - 1988 as amended 1990)

PSDA 2 INTERPRETATIONS PSDA 2.3 DEFINITIONS Delete the sentence headed "Restricted excavation" and substitute: Restricted excavation - An excavation so restricted in area or width as to preclude removal of material

by excavating machinery used for bulk excavation measured in terms of Sub-Clause 8.3.1(b). Restricted excavation may be carried out by smaller machinery or by hand, as selected by the Contractor. The extent of restricted excavation shall be as scheduled and/or shown on the drawings; all other excavation shall be regarded as bulk excavation.

PSDA 3 MATERIALS PSDA 3.2.1 Embankments & Backfill In third line delete "150 mm" and substitute "100 mm". Embankment material shall be compacted to 90% modified AASHTO density. PSDA 3.3 MATERIAL SUITABLE FOR REPLACING OVERBREAK IN EXCAVATIONS FOR FOUNDATIONS Add new Sub-Clause: Where, in excavations for foundations, the replacement of overbreak is required, Grade 15/38

concrete is to be used to fill all voids and to bring the excavated surface up to the correct level. No additional payment will be made for the cost of the additional excavation or for the cost of the mass concrete filling.

PSDA 3.4 BACKFILLING AND EMBANKMENTS Add new Sub-Clause: Sufficient material arising from excavations for structures, foundations, footings and the like and

which is suitable for forming embankments and backfilling against finished structures shall be temporarily stockpiled in the vicinity of the structures. All other material from the excavations shall be disposed of as directed by the Engineer.

PSDA 4 PLANT PSDA 4.3 COMPACTION PLANT Add new Sub-Clause: The plant used for applying the dynamic load, controlling the moisture content and grading or mixing

shall be capable of achieving the compaction specified using the materials available for the construction of the Works.

PSDA 5 CONSTRUCTION PSDA 5.1.1.1 Barricading and Lighting Delete the Sub-Clause and substitute: Without limiting any obligation which the Contractor may have in terms of any Act, Ordinance or

other legislation, the Contractor shall ensure that all excavations which are accessible to the public or which is adjacent to a public road or thoroughfare, or by which the safety of persons may be endangered are protected as set out in Clause 13 of the General Safety Regulations of the Occupational Health and Safety Act, 1993 and that watchmen are employed to ensure that barricades, barriers and lights are effective at all times.

Trench excavations shall be protected by means of at least two horizontal double-sided 'red/white' chevron tapes approved by the Engineer. The tapes shall be stretched tightly between supports along both sides and ends of the excavation at levels approximately 0, 5 m and 1, 2 m above the ground. The supports shall consist of poles or iron standards securely planted in solid ground at not more than 10 m centres so as to enclose the spoil and the excavations.

Bridges for vehicles and/or pedestrians shall be provided along the route of the work as and where may be considered necessary by the Engineer. They shall consist of a number of suitably sized steel

Page 138: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 34

plates laid across open excavated trenches. They shall be protected on each side by a stout two-rail timber fence, at least 1 m high, consisting of 150 mm x 75 mm timber verticals set firmly into the ground, with 75 mm x 50 mm rails securely fastened to them. At least 4 lamps or reflective markers must be provided at each crossing.

Where construction is in, or across, public roads the barricades or barriers and temporary road signs shall be erected. All such signs and positioning thereof shall comply with the requirements set out in Road Note 13 read in conjunction with the SA Road Traffic Signs Manual.

PSDA 5.1.1.2 Safeguarding of Excavations In sub clause a) delete the words "Machinery and Occupational Safety Act" in the third and fourth

lines and substitute "regulations to the Occupational Health and Safety Act, 1993." PSDA 5.1.1.3 Explosives Delete the last sentence and substitute: The Contractor shall make good at his own expense any additional excavation necessitated by the

shattering of rock in excess of an overbreak allowance of 200 mm as measured beyond the required outline of the structure and at right angles to it.

In the case of overbreak to surfaces where a blinding layer is indicated, or ordered, the 200 mm overbreak allowance will be measured from the uppermost surface of the blinding layer and the concrete refilling shall take the place of the blinding layer and payment will be made under the item for concrete refilling and not for blinding.

PSDA 5.1.1.4 Excavation of rock by blasting and by non-explosive means Add new Sub-Clause: In addition to complying with the provisions of Sub-Clause 5.1.1.3, the Contractor shall record for the

information of the Engineer the spacing and loading of the charge in each blast and compliance with this requirement will not relieve the Contractor of any responsibility in terms of the said Sub-Clause. As mentioned in the Geotechnical Report, blasting is anticipated. Due to the presence of adjacent structures (dwellings, reservoirs and pipelines) in close proximity, controlled blasting will be required keeping the peak particle velocities to less than 25mm/sec at the positions of the existing structures. During blasting the peak particle velocities must be recorded to ensure they are within the stipulated limits. Precautions must be taken to ensure that no over blasting occurs (as often happens in the in-situ type of materials in the reservoir side slope cutting and base). The Contractor shall not carry out blasting within 10 m of existing services (e.g. a water main or sewer), structures or buildings.

PSDA 5.1.3 Existing Services Add to the Sub-Clause: All existing services on the Site may not be shown on the Drawings or be visible on the Site. The

Engineer may order excavation by hand in order to search for and expose services. An item has been included in the Bill of Quantities to cover the cost of such work if so ordered by the Engineer.

Where a service is damaged because of the Contractor's negligence, he shall be liable for the costs involved in the repair of the service and any other costs consequent upon the interruption of the damaged service.

PSDA 5.1.4 Stormwater and Groundwater Delete the third sentence and substitute: Except where the use of tremies has been approved, foundation excavations for structures shall be

kept free of water at all times until they have been inspected and approved and the concrete substructures, together with their related superstructures, have been completed.

PSDA 5.1.5 Excessive Pollution Add the words "noise and", before the word "dust" in the first line.

Page 139: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 35

PSDA 5.1.6 Excavated Material Not to Endanger or Interfere Delete the last sentence and substitute: “All material that is unsuitable or not required for backfilling shall be disposed of at the designated

Solid Waste Site for spreading by others. No additional payment will be made for these activities.” PSDA 5.1.8 Road Traffic Control Delete from the third and fourth lines and words "and such barricades and warning lights as are

ordered" and add: PSDA 5.2.1 Site Preparation Delete the last sentence and substitute: "Material so removed shall be disposed of by the Contractor to sites designated by the Engineer". PSDA 5.2.2 Excavation Delete paragraph (f) of the Sub-Clause and substitute:

(f) Borrow pits where and when ordered shall be so maintained that they do not become a danger to persons and livestock. The necessary access shall be constructed to each site. Topsoil and overburden shall be stockpiled temporarily and, on completion of the work, returned to and spread over the area of the borrow pit in such a manner that the sides are graded 1:2 and the floor is self-draining, or otherwise as directed. Any access constructed by the Contractor shall be scarified and the area reinstated.

Add to the Sub-clause: (h) Where outside shuttering is ordered by the Engineer, the excavations shall be carried out for

an extra width of not more than 600 mm all around the structure, measured from the base of the face to be shuttered, to allow for the shuttering to be fixed, this extra excavation and refilling where necessary is to be measured and paid for under quantities allowed for this purpose in the BoQ. Outside shuttering shall be used for the construction of all major structures unless ordered otherwise by the Engineer.

(i) Where permanent concrete is to be placed against an excavated face, the excavation shall be trimmed to ensure that there is no projection greater than 20 mm protruding into the excavation profile.

(j) The Contractor shall not spoil, waste or stockpile excavated material without approval. PSDA 5.2.3.1 Embankments In the thirteenth line delete "600 mm" and substitute "300 mm". In the sixteenth line delete "300 mm" and substitute "150 mm". Delete the nineteenth line and substitute the following: Each layer shall be compacted to achieve 90% modified AASHTO density except where indicated

otherwise on the Drawings. PSDA 5.2.3.2 Restricted Backfill and Compaction at Structures Delete the eighth and ninth lines and substitute: not exceeding 250 mm and compacted by means of mechanical tampers to achieve a 90% modified

AASHTO density except where indicated otherwise on the Drawings. PSDA 5.2.3.3 Backfill of Unavoidable Over-Excavation in Boulder Formation Add new Sub-Clause: Upon completion of the excavation in boulder formation, the excavation is to be backfilled, in part or

in total as instructed by the Engineer, with approved material obtained from other excavations or from borrow pits or with selected sandy material stabilised with 4% (by volume) of cement and compacted with mechanical tampers in accordance with the requirements of Sub-Clause 5.2.3.2 so as to achieve a 95% modified AASHTO density at OMC before being re-excavated to the lines and levels shown on the Drawings (see also Sub-clause 8.1.1).

Page 140: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 36

PSDA 5.2.5.2 Top soiling Delete the wording of Sub-Clause 5.2.5.2 and replace with the following: Where scheduled, topsoil shall be placed on all surfaces and on embankments and shall be lightly

compacted by wheeled vehicles or by tamping, and trimmed neatly to the required lines, grades and levels. The final thickness of topsoil after compaction shall be at least 100 mm. Prior to topsoiling, the surfaces to be topsoiled shall be prepared by pulling horizontal ruts into the soil with the tines of a front-end loader or other suitable method to retard erosion of the topsoil.

PSDA 5.2.5.3 Grass and other vegetation Add to the Sub-Clause: The surface of topsoiled embankments, terraces and other designated areas where indicated by the

Engineer, are to be planted with fine sturdy approved grass, other than Kikuyu, the tufts being spaced at 150 mm centres maximum. The grassed areas are to be fertilised and watered until the area is fully covered with grass in accordance with the Particular Specification for Grassing bound elsewhere in this document.

PSDA 5.2.6.1 Freehaul Delete the wording of Sub-Clause 5.2.6.1 and replace with the following: All haul will be regarded as freehaul. No overhaul will be paid under this Contract. PSDA 5.2.6.2 Overhaul Delete the Sub-Clause. PSDA 6 TOLERANCES PSDA 6.1 DEGREE OF ACCURACY Delete the Sub-clause and substitute: The work shall, subject to Sub-Clause 6.2, be finished off within the limits of Degree of Accuracy II as

set out in Sub-Clause 6.1 of SABS 1200 D. PSDA 6.2 PERMISSIBLE DEVIATIONS Add the following permissible deviations for work to Degree of Accuracy II: 6.2(a) 1 ± 300 mm 2 ± 100 mm 3 ± 50 mm 4 From direction of slope Nil between 1/100 and 1/300 10% 1/400 and flatter 5%

6.2(b) 1 ± 35 mm 2 ± 50 mm 3 ± 50 mm 4 ± 15 mm

6.2(c) 1 Read "-2% +1%" in place of "± 2%". PSDA 6.3 EXCAVATION BY MECHANICAL MEANS Add new Sub-Clause: Where bulk excavation is carried out by earthmoving equipment, such excavation will only be allowed

to within a level of 300 mm, or less as ordered by the Engineer, above the general level to which the ground has to be reduced, the balance of the bulk excavation being carried out by hand or by other means approved by the Engineer.

PSDA 7 TESTING PSDA 7.2 DETERMINATION OF COMPACTION Add to the Sub-Clause:

Page 141: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 37

Determination of the standard of compaction achieved shall be carried out in accordance with Standard methods of testing road construction materials published by the Department of Transport Division of National Roads, Publication TMH.1.

PSDA 8 MEASUREMENT AND PAYMENT PSDA 8.1.1 Basic Principles Delete the third line of the first sentence and substitute: "material in backfilling, forming embankments, etc., including any necessary additional offloading,

stock-piling and reloading and the cost of disposal of any" In the seventh line delete "Drawing DA-2" and substitute "Fig DA-2". Add to the Sub-Clause: Unavoidable over-excavation for structures located in boulder formation will be measured and paid

for up to a maximum of 600 mm in Class A boulder formation and 300 mm in the case of Class B boulder formation, as applicable, as measured beyond the required outline of the structure and at right angles to it.

PSDA 8.1.2 Basic Principles Delete the first line and substitute: "Excavations which are required to be backfilled, or partially backfilled, will be measured as if taken

out" Delete the fifth and sixth lines and substitute: "other such structures, the volume will be measured from the finished outline of the concrete, or the

blinding to the concrete (as the case may be), as shown on the drawings". PSDA 8.1.3 Basic Principles Delete the third line and substitute: "will be measured as part of the bulk excavation or restricted excavation, as applicable. PSDA 8.3.1(a) Excavation Add to the Sub-Clause: Where removal to greater depths is ordered, the area measured for payment will, unless otherwise

scheduled, be increased pro rata to the average increase in depth PSDA 8.3.1(b) Excavation "Drawing DA-1" in the third line to read "Fig DA-1". Delete the third line of the second sentence and substitute: "-excavation, offloading to stockpile, stockpiling and reloading as may be necessary, spreading or

backfilling, compacting and watering, PSDA 8.3.1(c) Excavation "Drawing DA-1" in the last line to read "Fig DA-1". PSDA 8.3.2(a) Restricted Excavation "Drawing DA-2" in the fourth line to read "Fig DA-2". PSDA 8.3.2(b) Restricted Excavation Add to the Sub-Clause: (3) boulder excavation Class A ....................................................................................... Unit: m3 (4) boulder excavation Class B ....................................................................................... Unit: m3 Delete the last two lines and substitute: (a) above for any portion of the excavated material that is classified as intermediate, hard rock,

boulder Class A or boulder Class B as applicable. PSDA 8.3.4 Importation of Materials Delete the last five lines and substitute:

Page 142: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 38

PSDA 8.3.4.1 for embankment construction The rate shall cover the cost of royalties (if any) and acquiring suitable material, loading, transporting

within freehaul distance, unloading, spreading in layers not exceeding 150 mm thick, watering, compacting to 90% Mod AASHTO density, trimming slopes of embankment to required outline all in accordance with the Specifications. The rate shall also include for carrying out density testing and the disposal of any surplus material.

PSDA 8.3.4.2 for backfilling around structures The rate shall cover the cost of royalties (if any) and acquiring suitable material, loading, transporting

within freehaul distance, unloading, spreading in layers not exceeding 150 mm thick, watering, compacting to 90% Mod AASHTO density and trimming upper surfaces to the required outline all in accordance with the Specifications.

PSDA 8.3.9 Additional Compaction Add the following new Sub-Clause: Where so scheduled additional compaction over that required to achieve 90% Mod AASHTO density

in order to achieve the scheduled higher density shall be paid for by the volume so compactedUnit: m3

The rate shall include for all additional plant, labour and materials necessary to achieve the additional compaction scheduled.

Page 143: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 39

PSDB: EARTHWORKS (PIPE TRENCHES) (Applicable to SABS 1200 DB - 1989)

PSDB EARTHWORKS (PIPE TRENCHES) PSDB 3 MATERIALS PSDB 3.7 SELECTION

REPLACE THE WORDS "if he so wishes" IN THE FIRST LINE OF THE SECOND PARAGRAPH WITH THE WORDS "at his own cost".

PSDB 5 CONSTRUCTION PSDB 5.1 PRECAUTIONS PSDB 5.1.3 Accommodation of traffic and access to properties

REPLACE THE SEMICOLON AND THE WORD "and" AT THE END OF SUB-CLAUSE 5.1.3(a) WITH A FULL STOP AND REPLACE ITEM (b) WITH THE FOLLOWING: "(b) Where necessary to achieve compliance by the Contractor with his obligations in terms of sub-

clause C3.4.2.5 (e) Scope of Works to provide and maintain pedestrian and vehicular access to properties affected by the works, the Contractor shall construct and maintain to the satisfaction of the Engineer, such temporary access roads around, and/or steel or timber bridges over excavations in roads, pavements, entrances or accesses to properties. Temporary pedestrian access bridges shall be at least 1, 2 m wide and temporary access bridges for vehicles shall be at least 3, 6 m wide. All temporary access bridges shall be fitted with handrails as well as protective mesh fencing on both sides. On completion of the work, the Contractor shall dismantle and remove all such temporary constructions and reinstate these areas to their former condition. Except only where the Engineer has included in the Schedule of Quantities, particular payment items specifically therefore, the Contractor will not be paid directly for the construction and maintenance of temporary access roads and/or the provision and maintenance of bridges as aforementioned, and the costs thereof shall be deemed included in the Contractor’s tendered rates for excavation."

ADD THE FOLLOWING NEW SUB-CLAUSE TO SUB-CLAUSE 5.1: "PSDB 5.1.5 Removal of existing pipelines

Where existing pipes have to be removed, they shall be carefully opened up by machine excavation to 300 mm above the pipes after which the whole pipe shall be fully exposed by means of hand excavation. The excavation width shall comply with sub-clause 8.2.3. The pipes shall be removed from the trench in a manner approved by the Engineer, and brought to the surface for inspection by the Engineer. Pipes that are declared suitable for reuse and pipes declared unfit for reuse shall be dealt with in an applicable manner described in the specifications, or on the Drawings or on the Engineer’s instructions, as relevant."

PSDB 5.2 MINIMUM BASE WIDTHS

REPLACE PARAGRAPH (a) WITH THE FOLLOWING: "Where two pipes are placed in the same trench, they shall be 300 mm apart and the specified side allowance shall still be applicable." ADD THE FOLLOWING AFTER PARAGRAPH (b): "The above is not applicable to trenches for subsurface drains. Trenches for subsurface drains shall be excavated to the dimensions and gradients shown on the Drawings or directed by the Engineer. The specified width of trenches and the width of the excavation measured for payment shall not be less than 0, 5 m, but the Contractor may reduce the actual width with the Engineer's permission."

Page 144: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 40

PSDB 5.4 EXCAVATION

ADD THE FOLLOWING: "Except where otherwise specified, trenches shall be of such a depth that the minimum cover over the pipes shall be 700 mm except at road-crossings where the minimum cover shall be 1 000 mm."

PSDB 5.6 BACKFILL PSDB 5.6.3 Disposal of soft excavation material

REPLACE THE WORDS "unless otherwise required in the project specification." AT THE END OF SUB-CLAUSE 5.6.3 WITH: "… or to spoil in accordance with the requirements of sub-clause PSD 5.2.2.3, as instructed by the Engineer.” ADD THE FOLLOWING NEW SUB-CLAUSES IN CLAUSE 5:

PSDB 8 MEASUREMENT AND PAYMENT PSDB 8.3 SCHEDULED ITEMS PSDB 8.3.2 Excavation

(a) Excavate in all materials, for trenches, backfill compact and dispose of surplus material REPLACE "of 1, 0 m" IN THE FIRST SENTENCE OF 8.3.2(a) WITH: "as specified in the Schedule of Quantities." (b) Extra over item (a) above for: (Compulsory) ADD THE FOLLOWING AT THE END OF THE EXISTING SUB-ITEM 2: "No payments will be made under sub-items (1) and (2) in respect of any materials measured and paid for under sub-item 3 below." AND ADD THE FOLLOWING NEW SUB-ITEMS IN 8.3.2(b): "(3) Hand excavation where ordered by the Engineer in: (a) Soft material ..............................................................................................Unit: m³

(b) Intermediate material ...............................................................................Unit: m³ (c) Hard material ............................................................................................Unit: m³ The unit of measurement shall be the cubic metre of material, measured in place according to the authorised dimensions, which was excavated by hand on the specific prior written instructions of the Engineer; provided always that the Engineer’s said instruction shall have stated that measurement and payment for such hand excavation will be in accordance with this item. The tendered rate shall include full compensation for the additional cost, effort and time resulting from excavating in the respective materials using hand methods only. The Engineer shall not be obliged to authorise payment under this item in respect of any hand excavation carried out (whether ordered in writing or otherwise), which hand excavation was in any case necessary to achieve compliance by the Contractor with his obligations under the Contract to (i) utilise construction appropriate to the nature of the specific parts of the works; and/or (ii) protect existing structures and/or services; and/or (iii) comply with all prevailing legislation and regulations. ADD THE FOLLOWING SUB-ITEMS IN 8.3.2 AFTER SUB-ITEM 8.3.2(c): "(d) Excavate in all materials for stormwater inlet and outlet structures and for manholes,

catchpits, valve chambers and the like, irrespective of depth, and backfill around structures: (Compulsory) ...........................................................................Unit: m³

The unit of measurement shall be the cubic metre of material excavated, measured in place according to the authorised dimensions, and excluding the volume of material excavated and paid for under sub-item (a). The tendered rate shall include for the costs of excavating in all materials, backfilling, compacting, trimming and tidying the final surface around the structure, disposing of surplus and unsuitable materials within the free-haul distance and, where applicable, selecting and keeping separate, excavated material suitable for use as backfill.

Page 145: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 41

(e) Excavate open drains in all materials ........................................................Unit: m³ The tendered rates shall include full compensation for excavating in all materials within the dimensions specified or authorised by the Engineer and to the specified lines and profiles, for the disposal of surplus and unsuitable excavated material where applicable, and in the case of item (d), for backfilling with suitable approved material compacted to 90% of modified AASHTO density around the structures.

(f) Extra over sub-items (d) and (e) for excavating in: (1) Intermediate material ...............................................................................Unit: m³ (2) Hard rock material ....................................................................................Unit: m³ Measurement and payment shall be in accordance with the provisions of 8.3.2(b) of SABS 1200 D (as amended)."

PSDB 8.3.2c) Vertica Drilling across the road crossing……………………………………………………………………………unit: m The tendered rates shall include vertical drilling at least 1m below the lowest road layer and installation of the 650mm dia concrete sleeve and grouting around the concrete sleeve.

PSDB 8.3.3 Excavation ancillaries PSDB 8.3.3.3 Compaction in road reserves

REPLACE THE HEADING OF THIS SUB-ITEM WITH THE FOLLOWING: "PSDB 8.3.3.3 Compaction in road crossings"

REPLACE THE SENTENCE, "The volume will be measured as specified in 8.2.2, 8.2.3 and 8.3.3.1", WITH THE FOLLOWING: "To determine the volume in the case of gravel roads, the depth will be measured from the underside of the gravel wearing course to the top of the fill blanket, and in the case of bitumen roads, from the underside of the subbase to the top of the fill blanket. The rest of the trench shall be backfilled as specified in clauses 5.9.3, 5.9.4 and 5.9.5, as applicable, and payment will be made under item 8.3.6.1."

PSDB 8.3.3.4 Overhaul

REPLACE THE CONTENTS OF THIS ITEM WITH THE FOLLOWING: "Measurement and payment shall be in accordance with sub-clause PSD 5.2.5."

PSDB 8.3.2c) Excavation of the Pipe Jacking Launch pits……………………………………………………………………………unit: m³

The tendered rates shall cover the cost of excavating the launch pits and supporting the trenches with the methods approved by the engineer, Shoring or concrete blasting and closing the trenches and compacting to 90% mod AASHTO.

"PSDB 8.3.9 Removal of existing pipes

(a) Excavate in all materials to 300 mm above the pipelines ...............................................................................................Unit: m³

The unit of measurement shall be the cubic metre of material excavated for the removal of pipelines in accordance with PSDB 5.11, measured in place according to the authorised dimensions. Depth shall be measured from the ground surface on the centreline of the pipeline to 300 mm above the pipe barrel. The tendered rate shall include for excavating by any method in all materials and placing the excavated material alongside the trench. (b) Excavate by hand to expose pipes ............................................................ Unit: m The unit of measurement shall be the linear metre of pipeline finally exposed by hand excavation methods, measured in plan view along the centreline of the pipeline, irrespective of the class of pipe. Separate items will be scheduled for each different diameter of pipe. The pipe volume as well as the volume of all associated structures such as junction boxes, manholes, valve chambers and the like shall be excluded from the volume of excavation measured.

Page 146: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 42

The tendered rates shall be in full and final compensation for excavating by hand methods from a depth of 300 mm above the pipe barrel in accordance with PSDB 5.11.2 to expose the pipe to its bottom, irrespective of the type or class of pipe, as well as for excavating by hand around junction boxes, manholes, valve chambers and the like. (c) Remove pipes from trench and stack for inspection ................................. Unit: m The unit of measurement shall be the linear metre of each type and diameter of pipe removed from the trench in accordance with sub-clause 5.11, measured in plan view along the centreline of the pipeline, without deduction for specials, junction boxes, manholes, valve chambers and the like as may be encountered. Separate items shall be scheduled for each different class and diameter of pipe. The tendered rates shall be fully inclusive for uncoupling the individual pipes and specials, all additional excavation as may be necessary to facilitate the insertion of lifting slings or the utilisation of other lifting equipment, the provision and utilisation of all such lifting equipment as may be necessary (e.g. cranes), for lifting the pipes and specials out of the trench, cleaning and stacking them along the side of the trench for inspection, attending during the Engineer’s inspection and recording the Engineer’s decisions on each pipe/special. The tendered rate shall further include for the demolition and removal from the trench of all associated pipeline structures as may be encountered, such as junction boxes, inlet and outlet structures, valve chambers, anchor blocks and the like, and the loading and removal of the debris to spoil. (d) Deliver pipes and specials declared reusable (i) Pipes ........................................................................................................... Unit: m The unit of measurement shall be the linear metre of pipe declared reusable by the Engineer and delivered to the address specified in sub-clause PSDB 5.11. Separate items will be scheduled for each different type and class of pipe. The tendered rates shall be fully inclusive for loading the pipes at the side of the trench, transporting to and off-loading at the location specified in PSDB 5.11, and carefully stacking separately according to the type, class and diameter of the pipes. (ii) Specials ......................................................................................................... Unit: number The unit of measurement shall be the number of specials declared reusable by the Engineer in accordance with sub-clause PSDB 5.11 above, irrespective of the type or diameter of the special, delivered to the address specified in sub-clause PSDB 5.11. The tendered rate shall be fully inclusive for loading the specials at the side of the trench, transporting to and off-loading at the location specified in PSDB 5.11, and carefully stacking separately according to the type, class and diameter of the specials. (e) Dispose of pipes and specials unsuitable for reuse (i) Pipes ............................................................................................................ Unit: m The unit of measurement shall be the linear metre of pipe declared by the Engineer to be unsuitable for reuse and disposed of by the Contractor in accordance with the requirements of PSDB 5.11.5. Separate items will be scheduled for different types and diameters of pipe. The tendered rates shall be fully inclusive for loading the pipes at the side of the trench, transporting to and off-loading at the spoil site and dealing with them as specified in PSDB 5.11.5. (ii) Specials ............................................................................................. Unit: number The unit of measurement shall be the number of specials declared by the Engineer to be unsuitable for reuse and disposed of by the Contractor in accordance with the requirements of PSDB 5.11.5. Separate items will be scheduled for different types of special. The tendered rate shall include for loading the specials at the side of the trench transporting them to and off-loading them at the spoil site, and dealing with them as specified in PSDB 5.11.5. (f) Backfill and compact trench .....................................................................Unit: m³

Page 147: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 43

The unit of measurement shall be the cubic metre of compacted fill, measured tight according to the authorised dimensions of the trench. The tendered rate shall be fully inclusive for placing excavated material in the trench and compacting in accordance with sub-clauses 5.6 and 5.7. (g) Make up deficiency in backfill material ....................................................Unit: m³ The unit of measurement shall be the cubic metre of backfill obtained from sources other than the trench excavated for the purposes of removing the pipeline in order to make up any deficiencies in backfill material resulting from the volume previously occupied by the pipeline. Except that the volume shall be determined as the external volume of the pipes removed together with the external volume of all ancillary structures removed along the pipeline, measurement and payment shall be in accordance with 8.3.3.1 of SABS 1200 DB.

Page 148: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 44

PSG: CONCRETE (STRUCTURAL) (Applicable to SABS 1200 G - 1982)

PSG CONCRETE (STRUCTURAL) PSG 3 MATERIALS PSG 3.2 CEMENT PSG 3.2.2 Alternative types of cement

REPLACE THE CONTENTS OF THIS SUB-CLAUSE WITH THE FOLLOWING: "Only CEM I 42, 5 (Portland cement) or CEM II/A-V 42, 5 (Portland fly ash cement) according to (SANS 50197-1), may be used. The cement may not consist of more than 20% siliceous fly ash blended with the OPC (Ordinary Portland Cement). Should the Contractor wish to use any other type of cement, he shall obtain the Engineer's prior written approval (see 8.1.3.2 and 8.1.3.3)." ADD TO THE SUB-CLAUSE: “Pulverised Fly Ash (PFA) used on the works shall be from an approved source and shall comply with the requirements of SABS 1491 Part II.”

PSG 3.2.3 Storage of cement

ADD THE FOLLOWING: "Cement shall not be stored for longer than 12 weeks without the Engineer's permission."

PSG 3.4 AGGREGATES PSG 3.4.1 Sand

ADD TO THE SUB-CLAUSE: Sand from a source selected by the Contractor and approved by the Engineer after testing by the

Contractor will be used under this Contract. PSG 3.4.2 Use of Plums

ADD TO THE SUB-CLAUSE: The use of plums will be permitted only in mass concrete fill if agreed to by the Engineer. PSG 3.4.3 Storage of aggregates

ADD THE FOLLOWING: "When aggregates of different chloride content are stored on the site, their use in the various classes of concrete shall be strictly controlled." ADD THE FOLLOWING SUB-CLAUSES:

"PSG 3.9 WATERSTOPS

PVC waterstops shall comply with the requirements of CKS 389. PSG 3.10 ROOFING FELT

Three-ply roofing felt shall comply with the requirements of SABS 92 for type 40 felt. PSG 3.11 BUTYL RUBBER SEALING STRIPS

The dimensions of the sealing strip for use in the reservoir are shown on the Drawings. The strips shall have a factory-applied bonding layer on one side and shall be permanently bonded to the prepared concrete surface in accordance with the manufacturer's instructions. The strip shall have a breaking elongation of not less than 300% and a tensile strength of 8, 0 MPa. The completed joint shall be guaranteed 100% watertight and resistant to the long-term effects of chemically treated water.

Page 149: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 45

PSG 4 PLANT PSG 4.1 GENERAL

ADD THE FOLLOWING SUB-CLAUSE: PSG 4.1.1 Minimum plant

The Contractor shall have the following minimum plant available and in sound working order: (a) Two concrete mixers, each of sufficient capacity to complete a section of the wall

between horizontal constructions joints within 4 hours and without interruption

(b) Two weigh-batchers to supply the mixers (c) Four concrete vibrators, at least one of which shall be powered by an internal combustion

engine (d) One air compressor (e) Suitable and adequate plant to transport and raise concrete and other material and

equipment from ground level to the top of the structure at all stages of construction (f) Elevated storage tanks of adequate capacity to ensure that sufficient water will be

available before commencement of every major concrete-placing operation If the Plant used for placing concrete for the structure is electrically or mechanically powered, the Contractor shall also provide some other approved, non-electrically-powered standby means for placing concrete at an adequate rate in the event of a power or mechanical failure of the main Plant. When the Contractor elects to place a crane inside the walls of the structure during the construction period, he shall communicate with the Engineer in good time to ensure that the design and layout of the panels that form the roof slab and floor allow for such positioning of the crane. When sections of the roof and floor have to be redesigned to accommodate the crane, the redesign cost shall be borne by the Contractor."

PSG 4.5 FORMWORK PSG 4.5.1 Design

ADD THE FOLLOWING: "All formwork or scaffolding required for any part of the Works shall be designed by the Contractor, and before commencing with the erection of any formwork or scaffolding, the Contractor shall submit the methods he proposes to use to the Engineer for approval. The Engineer has the authority to order alterations to the design or the sizes of any part of the formwork or scaffolding. The Contractor shall check the safety and suitability of all such alterations. The fact that the Engineer has approved or altered any part of the formwork of scaffolding shall not be construed as relieving the Contractor of his responsibility with regard to the strength and stability of the formwork or scaffolding."

PSG 4.5.3 Ties

ADD THE FOLLOWING: "No plugs, bolts, ties or clamps of any description used to hold the formwork will be allowed to project into or through the concrete unless expressly approved by the Engineer. Only approved tie-rods consisting of solid rods (that remain embedded in the concrete) and with removable ends shall be used to hold the formwork of the walls. The removable tie-rod ends shall facilitate removal without damage to the concrete, and no permanently embedded parts of such tie-rods shall have less than 50 mm of cover to the finished concrete surface. The cavities left in the concrete when the tie-rod end cones are removed shall be soundly caulked with a cement mortar to which an approved shrinkage-reducing agent has been added, and shall be neatly finished to a smooth surface uniform with that of the surrounding concrete. The cost of supplying special tie-rods as well as the filling of cavities left by the tie-rod cones shall be included in the rates tendered for formwork under the appropriate pay items. On no account shall formwork be secured to reinforcing bars."

Page 150: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 46

PSG 5 CONSTRUCTION PSG 5.1 REINFORCEMENT PSG 5.1.2 Fixing

ADD THE FOLLOWING: "The Engineer will inspect the reinforcing after it has been fixed in place, the formwork has been cleaned, cover blocks have been positioned, and before concreting commences. Welding of reinforcing steel will not be permitted."

PSG 5.1.3 Cover

ADD THE FOLLOWING: "The distance between pipes in the concrete and the reinforcing steel shall nowhere be less than (a) 40 mm or (b) 5 mm plus the maximum size of the coarse aggregate, whichever is the largest.

PSG 5.2 FORMWORK PSG 5.2.1 Classification of finishes

(c) Special ADD THE FOLLOWING: "This finish is obtained by first giving the surface a smooth finish with the joints between formwork panels forming an approved regular pattern suitable for the appearance of the structure. All projections shall then be removed, irregularities repaired and the surface rubbed or otherwise treated until it is smooth with an even texture, appearance and colour. If the finish of exposed surfaces does not comply with the requirements for uniformity of the texture and appearance, the Contractor shall, when instructed to do so by the Engineer, rub down the exposed surfaces of the entire structure or any part thereof as specified below, entirely at his own cost. All repairs must be completed before the rubbing commences. The surface shall be saturated with water for at least one hour. The initial rubbing of the face shall be carried out with a medium coarse carborundum stone together with a small amount of mortar of the same cement/sand ratio as the concrete being repaired. Rubbing shall continue until all form marks, projections and irregularities have been removed and a uniform surface has been obtained. The paste produced by the rubbing shall be kept in place. The final rubbing shall be carried out with a fine carborundum stone and water. This rubbing shall continue until the entire surface has a smooth, even texture and is uniform in colour. The surface shall subsequently be washed with a brush to remove surplus paste and powder."

PSG 5.2.2 Preparation for formwork

ADD THE FOLLOWING: "Construction joints shall be positioned as shown on the Drawings."

PSG 5.2.5 Removal of formwork

ADD THE FOLLOWING SUB-CLAUSE: "PSG 5.2.5.7 The Contractor shall make provision for the continued support of beams and slabs while the

formwork is being removed and/or for back propping of beams and slabs." Delete the first two lines and substitute the following: For this purpose and except as allowed in 5.2.5.3, the formwork shall remain in place, after all

the concrete has been placed in the relevant lift, for the appropriate minimum period of time given in Table 2.

ADD TO THE SUB-CLAUSE:

Page 151: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 47

Special attention is to be paid to the repair and sealing of shutter-tie positions in the reservoir wall to ensure watertightness.

PSG 5.3 HOLES, CHASES AND FIXING BLOCKS

ADD THE FOLLOWING: "Cover blocks for reinforcing and fixtures may be placed into the concrete provided that neither the strength nor any other desirable characteristic (such as the appearance) of the concrete section is affected or impaired in the opinion of the Engineer. The holes or cavities left by ferrule heads in the concrete of water-retaining structures shall be filled with an approved non-shrink grout applied strictly in accordance with the manufacturer's specifications."

PSG 5.4 PIPES AND CONDUITS

ADD THE FOLLOWING: "All pipes passing through concrete floors, walls or slabs shall be cast into a concrete member simultaneously with the casting of the member. Openings for pipes shall only be left in concrete members when so directed by the Engineer or when shown on the Drawings. Pipes shall be installed in such openings according to the details shown on the Drawings. If watertightness is a requirement where pipes are cast into walls, floors and slabs, the Contractor shall ensure watertightness where smooth-surfaced pipes are used by using an approved method such as tape wrapping the pipes prior to casting in. The cost of such method will be deemed to be included in the rates tendered for item PSG 8.14."

PSG 5.5 CONCRETE PSG 5.5.1 Quality PSG 5.5.1.5 Durability The exposure conditions of the concrete are classified as "severe".

PSG 5.5.1.7 Strength concrete

ADD THE FOLLOWING: "The concrete mixes shall be designed by the Portland Cement Institute or a similar approved laboratory. The minimum cement content shall be 325 kg/m³. The maximum water: cement ratio shall be 0,55 for ordinary Portland cement (OPC), CEM I 42,5 according to SANS 50197-1, or 0,50 for ordinary Portland cement blended with pulverized fuel ash (PFA).

PSG 5.5.1.8 No-fines concrete

The cement content shall not exceed 400 kg/m³ OPC in reinforced concrete or 450 kg/m³ OPC blended with PFA in reinforced concrete."

No-fines concrete shall be composed of Ordinary Portland Cement and coarse aggregate only, the fine aggregate being omitted from the mix. The proportions of the cement and stone shall be one part by volume of cement to eight parts by volume of stone.

The stone shall comply with the grading requirements of 19 mm single-sized crushed stone to Table 7 of SABS 1083.

Only sufficient water shall be added to the mix to produce a smooth grout to completely cover each and every particle of aggregate.

Proportions may be varied on site with the approval (or to the direction) of the Engineer to obtain a more satisfactory result. The upper surface of the no-fines is to be finished off with a wood float to provide a smooth working surface while adding just sufficient dry mix mortar (1 to 8) to close the upper surface of the voids in order to prevent ingress of foreign matter into the interstices.

Page 152: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 48

Mixing shall be carried out in a mechanical batching plant and the hopper shall first be charged with the aggregate to which a small quantity of water has been added to moisten the aggregate particles. The cement shall then be added followed by the remainder of the water.

The no-fines concrete shall be placed within 20 minutes of having been mixed and shall be rodded and hand-tamped into position. The use of vibrators will not be permitted.

No traffic shall be permitted to traverse the surface of the no-fines concrete during the three days following upon placing and then only over planks or boards placed for that purpose.

PSG 5.5.3 Mixing PSG 5.5.3.2 Ready-mixed concrete

ADD THE FOLLOWING: "Ready-mixed concrete may be used on the Site. The Contractor shall take samples for testing from every load delivered to the Site."

PSG 5.5.5 Placing

ADD THE FOLLOWING: "Concreting of the wall between horizontal construction joints shall be carried out in both directions from a point on the wall in order to close the gap with fresh concrete."

PSG 5.5.7 Construction joints

ADD THE FOLLOWING: "Horizontal construction joints are permitted in structure walls in positions indicated on the Drawings or approved by the Engineer. Vertical construction joints in the walls are subject to the written approval of the Engineer and the cost of all such vertical or horizontal construction joints will be deemed to be included in the rates for cast-in-situ concrete. This also applies to the preparation of concrete to form construction joints in flume walls as specified on the Drawings. The construction joints in water-retaining structures shall be made strictly in accordance with the details shown on the Drawings. The joints between screeds and concrete floors shall be regarded as construction joints and the surface of the floor shall be prepared as described for construction joints. Should the Contractor's method of construction necessitate the placing of a construction or other joint in a position not shown on the Drawings, such method of construction and position of the joint shall be approved by the Engineer in writing. The cost of such joint shall be included in the tendered rates and shall include scabbling of the concrete where steel reinforcement is continuous. The walls shall be cast in lifts of a height that permits each lift to be poured without interruption in one continuous operation during normal working hours. It is the Contractor's responsibility to ensure that construction joints are watertight. The Contractor's proposed method for ensuring the watertightness of such joints shall be submitted to the Engineer for his approval. For construction joints at kickers all additional costs for concrete, preparation, etc. will be deemed to be included in the rates tendered for concrete in walls or sides and kicker joints or construction joints will not be measured separately."

PSG 5.5.8 Curing and protection

ADD THE FOLLOWING: "The curing methods of retaining the formwork in place or covering with a waterproof membrane are strongly recommended. Concrete will not be paid for unless properly cured and proof of curing is continuously visible on site."

PSG 5.5.5.10 Placing (New Sub-Clause) In the case of continuous walls (e.g. reservoir walls) these are to be cast in lifts of such height that

each lift can be poured uninterruptedly in one continuous operation over the entire perimeter

Page 153: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 49

of the wall. No vertical or inclined construction joints of any kind will be permitted in continuous walls unless they have been specifically ordered or authorised by the Engineer. The placing of concrete shall commence at convenient points on the perimeter of the wall and shall proceed both ways simultaneously so that fresh concrete meets fresh concrete. Any rest pauses, such as for meals, shall be avoided as far as possible, and the Contractor may be required by the Engineer to make the operation continuous by working in shifts. A workable arrangement must be made before each concreting operation commences.

PSG 5.5.5.11 Blinding Layer (New Sub-Clause) Beneath all structural grades of concrete, or elsewhere if so ordered by the Engineer, or shown

on drawings, the bottom of the excavation is to be covered by a blinding layer (screed) in Grade 15/19 concrete to a depth of 75 mm (or 50 mm in some instances) to prevent disturbance of the ground and to serve as an even, clean and accurately positioned working floor for setting steel and placing foundation concrete. This blinding layer shall be laid immediately after excavations have been taken out, trimmed to the required depths and have been inspected and approved by the Engineer.

PSG 5.5.5.12 Under-drainage Layer (New Sub-Clause) Quantities have been included in the Bill of Quantities for the placing of a 75 mm thick no-fines

concrete under-drainage layer between the top of the blinding layer and the underside of certain structural concrete floors.

PSG 5.5.7.3 Construction Joints DELETE SUB-SUB-CLAUSES (A), (B), (C) AND (D) AND SUBSTITUTE: PSG 5.5.7.3.1 Surface Preparation of Joints (a) All horizontal and vertical construction joints shall be cleaned of all dirt and loose

particles and shall be prepared to the satisfaction of the Engineer. Formed keys shall be provided if shown on the drawings or if instructed by the Engineer. All intersections of construction joints with concrete surfaces, which will be exposed to view, shall be made straight and level or plumb and shall be constructed to the details shown on the drawings.

(b) The Contractor is to provide a compressor with suitable oil traps in the air delivery hoses

on site for the whole period during which concreting is in progress, and this must be available for cleaning concrete faces prior to placing fresh concrete or pouring joints.

(a) "Blowing off" may generally be carried out on horizontal surfaces but under special circumstances approved by the Engineer it may also be carried out on vertical surfaces. The surface concrete to be prepared shall be between 4 hrs. and 8 hrs. old after completion of placing and shall be blown off using a mixture of air and water under a pressure of at least 500 kPa or by using a high pressure water jet until all dirt, laitance, etc. is removed and particles of clean coarse aggregate are exposed sufficiently to produce a rough surface. Any loose particles of coarse aggregate shall also be removed. The success of this method of preparation depends on selecting the correct time (dependent on the type of cement, atmospheric conditions etc.) so that the concrete has set to just the necessary degree of hardness. The operation may therefore require to be undertaken outside normal working hours and at night. When the surfaces are at least 12 hrs. old any remaining loose fine aggregate particles shall be washed off.

(d) "Scabbling", which refers to removal of all surface laitance plus roughening the concrete surface with pneumatic picks in order to expose the coarse aggregate in a uniform pattern, may be carried out on both horizontal and vertical surfaces. The surfaces to be prepared in this manner shall be at least 12 hrs. old after mixing the concrete. At least 35% of the roughened surface area shall consist of exposed coarse aggregate.

Page 154: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 50

(e) All surfaces prepared either by "blowing-off" or by "scabbling" shall be kept continuously wet until the next lift of fresh concrete is to be placed against them; the minimum time being 24 hrs.

(f) The use of approved wet-to-dry epoxy resin concrete adhesive, strictly in accordance with the manufacturer's instructions, will be permitted in the formation of concrete joints at surfaces where the concrete is older than 7 days.

PSG 5.5.7.3.2 Placing Fresh Concrete at Joints (a) Vertical construction joint surfaces shall be, as instructed by the Engineer: either, smooth, clean and kept damp for at least 24h before placing fresh concrete against them or, scabbled, clean and damp as specified above. (b) Horizontal construction joint surfaces shall have been "scabbled" or "blown off", cleaned

and kept continuously wet as specified above before fresh concrete is placed over them. Immediately before placing the fresh concrete, the damp surface of the set concrete shall be evenly coated (by brushing or brooming) with a layer of cement mortar between 5 mm and 10 mm thick. The water/cement ratio and the cement/sand ratio of this mortar shall be the same as that of the fresh concrete to be placed and the mortar shall be producing by leaving the coarse aggregate fraction out of a batch of the fresh concrete. Coating with mortar is to be done in stages immediately before areas of set concrete are covered with fresh concrete, so that no mortar is exposed for longer than one hour after mixing, or less if the mortar has become dry or has started to set before being covered with fresh concrete. Any dried out mortar shall be removed and, after cleaning the surface, shall be replaced with fresh mortar.

(d) No fresh concrete shall be placed on the top surface of concrete which is laterally restrained (e.g. by formwork or by in-situ earth) while the top layer of concrete is between 3 hours and 12 hours old after mixing. No fresh concrete shall be placed on top of the concrete with an unrestrained lateral surface while the top layer of concrete is between 2 hours and 12 hours old after mixing.

PSG 5.5.8 Curing and Protection ADD TO THE SUB-CLAUSE: Notwithstanding the methods of curing itemised under (a) to (e) of the Sub-Clause the walls of

thin wall reservoirs or other structures shall be cured by method c) continuous spraying or "microjetting" and shall be subject to continuous spray curing for a minimum period of 10 days.

DELETE FROM THE SUB-CLAUSE: All references to the curing periods relating to concrete made with Portland Blast Furnace

Cement since the use of the latter is not permitted in terms of the Contract. PSG 5.5.9.2 Hot weather concreting DELETE THE FIRST TWO SENTENCES AND SUBSTITUTE:

When concrete operations are being carried out at ambient temperatures in excess of 32C, the Contractor shall apply the relevant recommendations for hot weather concreting set out in American Concrete Institute publication ACI 305R-77 "Recommended practice for hot weather concreting".

PSG 5.5.10 Concrete surfaces

ADD THE FOLLOWING SUB-CLAUSES: "5.5.10.4 Where the surfaces of the concrete are to be additionally hardened or protected, the positions

of such surfaces and the method to be used will be shown on the Drawings and will be scheduled. Materials or products with a ferrous content will not be allowed.

PSG 5.5.11 Watertight concrete

ADD THE FOLLOWING:

Page 155: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 51

"The minimum cement content shall be 325 kg/m³. The maximum water: cement ration shall be 0,55 for ordinary Portland cement (OPC), CEM I 42,5 according to SANS 50197-1, or 0,50 for ordinary Portland cement blended with pulverized fuel ash (PFA). The cement content shall not exceed 400 kg/m³ OPC in reinforced concrete or 450 kg/m³ OPC blended with PFA in reinforced concrete."

PSG 5.5.10.2 Unformed Concrete Surfaces ADD TO THE SUB-CLAUSE: The unformed surfaces that require to be wood-floated or steel-floated or which are to receive

other special treatment as well as the degree of accuracy, if this is not Degree of Accuracy II, are as detailed in the Bill of Quantities.

PSG 5.5.11 Watertight Concrete Add to the second line: … joints and shutter-tie positions, Add to the Sub-Clause: The following structures are to be subject to water-tightness tests: 3 000 m3 capacity reservoir. All concrete chambers/structures below ground shall exclude water and shall be subject to a

visual test for water tightness. No vertical or inclined construction joints of any kind will be permitted in the perimeter walls of

water-retaining structures unless these have been specially ordered or authorised by the Engineer.

PSG 5.5.11.1 Concrete for Water Retaining Structures (New Sub-Clause) Grade 35/19 concrete, as scheduled, shall be used for the construction of all water retaining

structures. PSG 5.5.11.2 Pipes and Conduits Embedded in Concrete (New Sub-Clause) Except with the approval of the Engineer no pipes other than those shown on the drawings shall

be embedded in the concrete. PSG 5.5.12 Concrete in Wet Ground DELETE THE SUB-CLAUSE AND SUBSTITUTE: The design for the structures to be built in wet ground makes full allowance for the conditions

likely to be encountered on Site. The documents and drawings indicate what is required to be built. However the Contractor shall be fully responsible for keeping the excavations free from water whilst the construction work is being carried out. The Engineer shall approve the methods by which he proposes to achieve this before being implemented. The cost of dewatering shall be included in the tendered rates for the construction work and no separate payment shall be made for such dewatering throughout the construction period.

PSG 5.5.13 Grouting ADD TO THE SUB-CLAUSE: Grouting shall be done to the instruction of the Engineer using materials of suitable consistency

as follows. Unless otherwise directed, grouting mixtures shall consist of 1 part cement to two parts concrete sand by volume, well mixed and with sufficient water added to obtain the required consistency. Where recesses to be filled are of appreciable dimensions, the Engineer may direct the Contractor to replace a proportion of sand with fine stone to reduce shrinkage. The Engineer may also require the Contractor to use non-shrink or other additives in grouting mixtures where these are allowed for in the Bill of Quantities.

PSG 5.5.13.1 Liquid Grout (New Sub-Clause) Where liquid grout is required for bolt holes etc., water shall be added in such quantity that, when

the material is thoroughly mixed and stirred, it shall flow readily so as to fill all recesses and air spaces in the work to be grouted. Before grouting any section of the work with liquid grout, the

Page 156: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 52

surfaces to receive grout shall first be thoroughly cleaned and flushed with water. The grout shall then be introduced in such a manner as to fill effectively all recesses. When the grout has set the surface of the work shall be finished off flush and smooth with cement mortar.

PSG 5.5.13.2 Grouting of Pipes/Specials through Walls (New Sub-Clause) ADD NEW SUB-CLAUSE: Where entry holes for pipes/specials have been provided in the walls, the Contractor shall be

responsible for the grouting in of such pipes/specials regardless of whether or not these have been supplied by himself.

Before commencing the positioning in holes of any pipes/specials the Contractor shall: (a) remove all shuttering and boxing remaining in the holes; (b) make any alterations required to the position and shape of the holes and reinforcing steel

(lacing bars, etc.) in the holes (c) Thoroughly clean and scabble the sides of the holes so as to obtain satisfactory bond

surface for the new concrete (including the post-forming of "frogs" where longitudinal forces are to be restrained by the concrete); and

(d) free all surfaces of the pipes/specials of all coatings, and thoroughly scrape and clean the pipes/specials.

After accurately positioning the pipes/specials in the respective holes, the Contractor shall fix the

pipes/specials in a suitable manner to prevent movement. Immediately prior to grouting being carried out by the placing of mortar and concrete around the

pipes, the surface of the existing concrete shall be saturated with water. All surplus water shall be removed and the surface covered with a layer, approximately 12 mm thick, of mortar consisting of 3 parts concrete sand and 1 part cement.

The concrete ingredients shall be mixed and placed as dry as possible to obtain a dense, waterproof concrete. Where a watertight seal is required, the concrete shall be carefully worked around the puddle flange, if any, and the pipe barrel or body of the special, and shall be vibrated in layers so as to obviate any falling away from pipe/special surfaces of the concrete already placed.

The whole shall, when set, form a dense, homogeneous, and waterproof mass. A spare vibrator with an independent power source shall be kept in readiness to ensure continuity of placing in the event of the breakdown of the duty vibrator.

Smooth formwork that has been suitably strengthened for use with a vibrator shall be provided for facing the concrete around each pipe/special.

PSG 5.5.13.3 Dry-packed Grout (New Sub-Clause) When dry-packed grout is specified, under baseplates etc., only sufficient water shall be added

to make the mixture ball when squeezed in the hand. Before any grouting is done with dry caulking the surfaces between which the caulking is to be placed shall first be thoroughly cleaned and flushed with water. All surplus visible water shall be wiped or blown away and the dry caulking shall be forcefully rammed or hammered into place using suitable tools. Exposed surfaces shall be finished off neatly with a trowel and extensive exposed areas shall be covered with wet sacking and kept damp for at least 24 hours.

Where additives are required for grouting operations, these shall be brought on to site in the manufacturer's unopened containers and used strictly in accordance with the manufacturer's instructions which the Contractor shall not fail to obtain. If necessary, the Engineer may require the Contractor to undertake preliminary tests to check the behaviour of proprietary additives under the conditions pertaining on the site.

PSG 5.5.13.4 Epoxy Grout (Epoxy mortar type only) (New Sub-Clause) The manufacturer's instructions shall be observed when an epoxy grout is used. PSG 5.5.16 Cement Mortar (New Sub-Clause) Where cement mortar is specified for filling around pipes etc., water shall be added to obtain a

firm paste which can be worked with a trowel but is not fluid. Surfaces to receive mortar shall be

Page 157: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 53

well wetted and excess water allowed to drain, or be removed. The mortar shall be worked into place with a trowel or tamping rod, exposed surfaces floated off and covered with wet hessian for 24 hours and allowed to harden without disturbance. ADD THE FOLLOWING SUB-CLAUSES:

"PSG 5.5.16 Applied loads

No crushed-stone covering or any other loads shall be placed on the roof of the structure before the concrete has attained its design strength, unless approved supports are provided.

PSG 5.5.17 Pipes and conduits

All pipes passing through concrete floors, walls or slabs shall be cast into the concrete member simultaneously with the casting of the member. Openings for pipes shall only be left in the concrete members when so directed by the Engineer or when shown on the Drawings. Pipes shall be installed in such openings according to the details shown on the Drawings.

If watertightness is a requirement where pipes are cast into walls, floors and slabs, the Contractor shall ensure watertightness where smooth-surfaced pipes are used by using an approved method such as tape wrapping the pipes prior to casting in. The cost of such method will be deemed to be included in the rates tendered for in item PSG 8.13.

PSG 5.5.18 Soilcrete

Where soilcrete is specified for filling under floor slabs, the soilcrete shall comply with the requirements of sub-clause PSDB 3.5(d) of section 1200 DB as amended and shall be placed as specified in the sub-clause.

PSG 5.5.19 Brickwork

Brickwork shall be carried out as specified for manholes in sub-clause 5.6.4 of 1200 LD using bricks conforming to the requirements for bricks in sub-clause 3.5.1 of 1200 LD.

PSG 5.5.20 PLASTERWORK

Plasterwork shall consist of a single coat, comprising one application of a 1:6 cement: sand mixture with a woodfloat finish. The thickness of the plaster shall be between 13 and 20 mm. All plaster shall be finished smooth, shall be plumb and corners shall be rounded and square.

PSG 5.5.21 Joints (New Sub-Clause) PSG 5.5.21.1 Fibreboard (New Sub-Clause) Fibreboard shall be provided between concrete sections wherever shown on the drawings.

Fibreboard shall be impregnated and treated with a special bituminous compound to protect it from weathering e.g. "Flexcell", as manufactured by Fosroc (Pty) Ltd or a similar approved board of comparable composition, which shall be securely fixed in position to avoid distortion or displacement while concreting operations are in progress.

PSG 5.5.21.2 Joint Former (New Sub-Clause) The Engineer shall approve joint former for use in joints. It shall consist of a highly resilient closed

cell polymer foam (the resiliency shall not be less than 90% recovery after compression to half original thickness), capable of giving effective support to sealing compounds in movement joints, and able to withstand permanent immersion in water without disintegration.

Minimum required specifications: Normal density: 100 Elongation at break point: 98% Tensile strength at 70%: 782kPa Tear strength of width: 5.4N/mm

Page 158: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 54

PSG 5.5.21.3 Waterstops (New Sub-Clause) Polyvinyl chloride (PVC) and/or rubber waterstops shall be of approved manufacture and shall be

provided with lugs and fixing. The minimum elongation at break point shall be 360% at 25C. In the case of PVC waterstops, regenerated PVC will not be accepted. The waterstops shall be of the size and shapes shown on the drawings and as scheduled. Prior to use all waterstops shall be carefully stored to avoid damage or contamination by oil, grease, the sun etc.

PSG 5.5.21.4 Polysulphide Sealants (New Sub-Clause) Polysulphide sealants shall comply with SABS 110/1973 with manganese cured base and with a

minimum of 40% polymer and additionally, shall be suitable for sealing watertight joints in the Works to be constructed under this Contract using these materials and they shall impart no taste nor toxicity to the water when used as necessary and in the quantities necessary to meet the requirements of the Contract. The prices tendered for polysulphide sealants shall include for sufficient timeous chemical testing by the supplier or by his agent approved by the Engineer, of the water after purification to establish that the water contains no chemical or organism which is likely to cause degeneration of the polysulphide in the joints. Should any such chemical or organism be found by the said testing to be present in the said waters, the Contractor shall at his own expense, substitute other approved material for the polysulphide and seal the joints watertight.

The prices tendered for sealing joints with polysulphide sealants shall include for making up on site concrete test blocks and joints in timber cradles and immersing them in the water in existing reservoirs at a depth of not less than 3 m for three weeks. Three such sample joints shall be prepared and so immersed before sealing of the reservoir floor joints commences.

PSG 5.5.21.5 Joints with Waterstops (New Sub-Clause) Where shown on the drawings, joints shall be formed in concrete work embodying waterstops

embedded in the concrete. It is essential that the waterstops be held securely during concreting by using suitable shuttering and a clamping device for holding the waterstop in position, nailing not being permitted except through the lugs provided for the purpose. The concrete adjacent to the waterstop shall be carefully placed and compacted to avoid honeycombing and to ensure full contact between the water-stop and the adjacent concrete.

After one half of the waterstop has been set into concrete and before the concreting of the succeeding section is commenced, the faces of the concrete against which the succeeding section is about to be cast shall be thoroughly cleaned by brushing with a wire brush, care being taken not to damage the waterstop.

PSG 5.5.21.6 Sliding Joints (New Sub-Clause) Sliding joints are to be formed where shown on the drawings. The upper concrete surfaces

forming the sliding joints are to be finished using the "delayed troweling" technique, which is as follows. Wood float surface and allow the bleed water to dissipate. When the bleed water has dissipated, the surface is to be steel floated. When thoroughly set and dry, these surfaces are to receive a “Kilcher” type Teflon sliding bearing with a capacity of 2 ton/metre and the upper concrete being cast thereon.

PSG 5.5.21.7 Movement Joints (New Sub-Clause) Joint recesses to receive sealing compound are to be formed to the dimensions and shapes

indicated on the drawings. These recesses are to be formed with rough sides and so shuttered that the shuttering can be removed without any timber having to be left in the recesses. Shuttering shall be left in the joints until the joints are ready for priming and filling with sealant. After the removal of the shutters, joints shall be cleaned by mechanically operated wire brushes and all dust removed.

PSG 5.5.21.8 Sealing Joints (New Sub-Clause) The sealing of the expansion joints is to be carried out by the Contractor under the supervision

of a representative of the specialist firm supplying the sealing compounds and materials. The Contractor is to be responsible for supplying these approved materials, transporting them to site,

Page 159: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 55

storing and using them as required, and providing all labour, tools, equipment and everything necessary to prime and fill the joints. Before priming and sealing, the joints are to be thoroughly cleaned and dried out by a method approved by the Engineer.

No sealing of joint recesses is to be carried out until at least 21 days after the adjacent concrete has been cast.

Every care shall be exercised by the Contractor to ensure that the work shall be carried out in accordance with the requirements of this Specification and in strict conformity with any special instructions given by the manufacturers for the proper use and treatment of the sealing materials provided by them.

All internal joints in the floors and the external joints in the roof shall be sealed either with an approved sealant or alternatively, if instructed by the Engineer, with a 190 mm wide butyl rubber strip of 3 mm nominal thickness (Expoband or similar approved) consisting of two laminations, one layer being fully vulcanised rubber and the other layer being unvulcanised rubber.

The concrete surface onto which the butyl rubber strip is to be laid must be sound, dry and dust free and must be fully cured and free from curing compound. The concrete surfaces on either side of joints shall be finished smooth and level and free from all dirt, dust, laitance, loose material and irregularities with no vertical misalignment between each side of the joint to be sealed. Any portions that are not so finished shall be ground down at the Contractor's expense. The butyl rubber strip is to be installed strictly in accordance with the manufacturer's instructions and adhered to the concrete surfaces so as to form a permanently watertight joint.

Payment for the construction joints shall be measured per linear metre for the various types of construction joints. The rate shall include for all shuttering at the joints, scabbling of the concrete surface and the supply and installation of either an approved sealant or a butyl rubber strip, adhesive, and everything necessary to achieve the objective of a watertight joint.

PSG 5.5.22 Anchors to Pipelines (New Sub-Clause) Concrete pipeline anchors at horizontal bends, vertical bends and on steep slopes shall be

constructed where directed by the Engineer in accordance with typical drawings to be supplied. Bolts, clamping straps and reinforcement shall be provided as directed.

In general, anchors will be provided at all horizontal bends in flexibly coupled pipelines and at such vertical bends as the Engineer may decide. The Engineer will supply details of the anchors.

PSG 5.5.23 Manhole Covers and Frames (New Sub-Clause) The rates are to include for setting the covers into concrete with the upper edge 10 mm above

the concrete level to prevent the entry of rainwater where installed in positions exposed to rain; and set into concrete so as to be flush with either the concrete surface or the finished granolithic surface as required where installed within roofed buildings. The rates are also to include for the thorough cleaning and painting of all exposed portions with two coats of epoxy tar paint, to comply with SABS 801, after setting into concrete work, in particular the exposed underside of the cover and the frame.

PSG 6 TOLERANCES PSG 6.2 PERMISSIBLE DEVIATIONS PSG 6.2.3 Specified permissible deviations

ADD THE FOLLOWING: "Degree-of-accuracy II is applicable. Every specified permissible deviation is binding in itself. The cumulative effect of permissible deviations will not be considered. The maximum permissible vertical deviation is subject to the other permissible deviations." REPLACE SUB-CLAUSE 6.2.3(d) (5) WITH THE FOLLOWING:

Page 160: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 56

Permissible deviation

Degree of accuracy

III II I

mm mm mm

"Vertically, per metre of height ............................ subject to a maximum of.....................................

5 50

3 30

2 10

" PSG 7 TESTS PSG 7.1 FACILITIES AND FREQUENCY OF SAMPLING PSG 7.1.1 Facilities

ADD THE FOLLOWING: "The Contractor shall provide sufficient storage capacity for the concrete cubes and shall test the cubes by means of an approved, calibrated cube testing press installed on Site in a manner approved by the Engineer, or shall arrange to have them tested by an approved laboratory. The cost of all testing, including the cost of sampling, storage and transport of samples shall be included in the rates tendered for concrete work."

PSG 7.3 ACCEPTANCE CRITERIA FOR STRENGTH CONCRETE

ADD THE FOLLOWING: "Test results obtained from the supplier of ready-mixed concrete will not be accepted for evaluation in terms of sub-clause 7.3, but samples for testing shall be taken of such concrete at the point of placing." ADD THE FOLLOWING SUB-CLAUSE:

"PSG 7.3.6 Testing for watertightness

Water for testing shall be provided by the Contractor and he shall be responsible for providing all necessary equipment that may be required for filling the structures. The structure shall be filled with water at a uniform rate not exceeding 2, 0 m in 24 hours until the top water level has been reached. The water level will then be carefully noted and recorded by the Engineer in relation to a fixed bench mark, and shall be maintained by the addition of further water for a stabilizing period to permit complete absorption of water by the concrete. The stabilizing period may be 7 days for a maximum design-crack width of 0,1 mm or 21 days for 0,2 mm or greater. After the stabilizing period, the level of the liquid surface shall be recorded at 24-hour intervals for a test period of 7 days. During this 7-day test period the total permissible drop in level, after allowing for evaporation, shall not exceed 1/500th of the average water depth of the full tank, or 10 mm. The evaporation shall be measured by the mean drop in level caused by the evaporation of the water in three flat containers floating in the water being recorded. In the event of appreciable leakage being evident at any stage of the filling or testing or in the event of the Engineer considering the final degree of watertightness to be unsatisfactory, the Contractor when ordered by the Engineer shall discontinue such filling or testing and shall, at his own expense, take approved steps immediately to rectify the leakage, until a satisfactory test is obtained, which shall prove to the Engineer that a sufficient degree of watertightness has been obtained. The costs of emptying a water-retaining structure which cannot be drained shall be borne by the Contractor. The water shall be discharged in a manner approved by the Engineer and shall be such that the Employer can utilise the water if he so desires. The water shall not be used as a medium for additives to effect remedial work or to stop leaks.

Page 161: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 57

The costs of retesting the structure for watertightness shall be borne by the Contractor." PSG 8 MEASUREMENT AND PAYMENT PSG 8.1 MEASUREMENT AND RATES PSG 8.1.1 Formwork

DELETE "or splays over 20 mm x 20 mm" FROM THE FIRST LINE OF PARAGRAPH 8.1.1.2. ADD THE FOLLOWING TO PARAGRAPH 8.1.1.2: "Splays up to and including 25 mm x 25 mm will not be measured separately and will be deemed to be included in the formwork costs." ADD THE FOLLOWING PARAGRAPHS: "8.1.1.7 For construction joints at kickers, all additional costs for formwork to edges up

to 300 mm high will be deemed to be included in the rates tendered for vertical formwork to sides of walls and will not be measured separately in narrow widths.

8.1.1.8 No formwork will be measured to edges of blinding layers under structures, and the cost thereof (if needed) will be deemed to be included in the rates tendered for concrete in blinding layers.

8.1.1.9 Back-shuttering or formwork to top revealed surfaces of sloping or conical formwork will only be measured to surfaces of over 40° and up to 85° to the horizontal.

8.1.1.10 Formwork to horizontal surfaces in pump stations, valve chambers, manholes or sumps can either be removed through the manhole cover opening or the Contractor may use permanent formwork at his own cost as no claims in this regard will be considered."

PSG 8.1.2 Reinforcement

REPLACE THE CONTENTS OF THIS SUB-CLAUSE WITH THE FOLLOWING: "The unit of measurement for steel bars shall be the ton of reinforcement in place, in accordance with the Drawings or as authorised by the Engineer. The unit of measurement for welded steel fabric shall be the kilogram of fabric reinforcement in place, and the quantity shall be calculated from the net area covered by the mesh, excluding overlaps. Clips, ties, separators, stools and other steel used for positioning reinforcement will not be measured, unless these are shown on the bending schedules. The tendered rate shall include full compensation for the supply, delivery, cutting, bending, welding, placing and fixing of the steel reinforcement, including all tying wire, stools, supports and waste."

PSG 8.1.3 Concrete

Delete ", or the plan size of the excavation where additional excavation is provided to facilitate erection of forms" from the second line of paragraph 8.1.3.1(c).

PSG 8.4 SCHEDULED CONCRETE ITEMS PSG 8.4.3 Strength concrete

ADD THE FOLLOWING AFTER THE LAST SENTENCE: "In the case of structural floor screeds, the unit of measurement shall be the square metre and the average thickness and proportions will be stated." REPLACE "Unit: m³" WITH "Unit: m³, m²"

PSG 8.4.4 Unformed surface finishes

(b) Steel-floated finishes ADD THE FOLLOWING SUB-ITEM: "(i) Extra over sub-item (b) for special

finishing tolerances to top of outside ringwalls as specified ........................................................................... Unit: m²

Page 162: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 58

The quoted rate shall include full compensation for the additional cost of finishing the ringwalls to closer tolerances as specified on the Drawings and in clause PSG 6.2.3 (i)."

PSG 8.4.7 Concrete Complete with Formwork (New Sub-Clause) Separate items, where so required, have been included in the Bill of Quantities for concrete

complete with formwork for each particular grade of concrete or for structural units of similar size and shape, or for both. The unit rates shall cover the cost of the provision of concrete (made with Ordinary Portland Cement unless otherwise so scheduled), mixing, testing, placing, compacting, the forming of stop-ends and unforeseen construction joints, striking off or levelling as applicable, and curing and repairing where necessary, together with the cost of all parts of formwork in contact with the concrete and the necessary bearers, struts, and other supports, plus the layout and plant necessary to erect and strike such formwork. Unit: m3

PSG 8.9 GROUTING OF PIPES/SPECIALS THROUGH WALLS OR SLABS (NEW SUB-CLAUSE) Items, where so required, have been included in the Bill of Quantities for the grouting of pipes

and specials through box-outs or broken out openings in walls or slabs. The rates shall include for all necessary labour, plant and materials required to carry out the work described in PSG 5.5.13 and for finishing to the required quality. Unit: No

PSG 8.10 CASTING OF PIPES/SPECIALS THROUGH WALLS OR SLABS (NEW SUB-CLAUSE) Items, where so required, have been included in the Bill of Quantities for the casting of pipes or

specials through walls or slabs. The rates shall include for all labour, plant and materials to make the necessary modifications to formwork to allow the pipe or special to be cast in, the positioning of the pipe or special and for finishing the concrete surface to the required quality around the pipe or special at the end of the concreting operation. Unit: No

REPLACE ITEM 8.4.5 WITH THE FOLLOWING: "PSG 8.4.5 Extra over sub-items 8.4.2 and 8.4.3 for aggregate of dolomitic origin in concrete mixes

(a) Coarse aggregate in: (i) (Class of concrete stated)..................................................................... Unit: m³

(ii) Etc for other classes of concrete (b) Fine aggregate in: (i) (Class of concrete stated)..................................................................... Unit: m³ (ii) Etc, for other classes of concrete The unit of measurement shall be the cubic metre of concrete containing the dolomitic aggregate. The tendered rates shall include full compensation for any additional expense for using aggregate of dolomitic origin."

PSG 8.5 JOINTS

REPLACE "Unit: m" with "Unit: m or m²". ADD THE FOLLOWING ITEMS:

"PSG 8.9 MISCELLANEOUS WORK OTHER THAN METALWORK .................................. Unit: as scheduled Separate items will be scheduled for each type of miscellaneous work. The tendered rates shall include full compensation for providing all labour, materials and equipment required to carry out the work, for all preparatory work, for constructing the work scheduled in a workmanlike manner and for finishing off and cleaning up when the work has been completed.

PSG 8.10 TESTING FOR WATERTIGHTNESS:

(a) (Structure stated) ............................................................................... Unit: sum (b) Etc for other structures

Page 163: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 59

The unit of measurement shall be the number of each structure successfully passing the specified watertightness tests to the satisfaction of the Engineer. The sums tendered shall include full compensation for the provision of all labour, plant and materials necessary for carrying out the test for watertightness as specified.

PSG 8.11 BRICKWORK Unit: m² Separate items will be scheduled for brickwork of different thicknesses. The unit of measurement shall be the net area (on elevations) of brickwork constructed to the specified thickness, measured in square metres. The tendered rate shall include full compensation for constructing the brickwork as specified including the provision of all materials and cleaning up on completion of the work.

PSG 8.12 PLASTERWORK

(a) Plaster (state thickness) ....................................................................... Unit: m² (b) Fillets, skirtings, etc (state dimensions) ................................................ Unit: m The unit of measurement for subitem (a) shall be the net area of plasterwork constructed to the specified thickness, measured in square metres, or for subitem (b) the net length of corner fillets, skirtings, etc. constructed to the specified dimensions, measured in linear metres. The tendered rate shall include full compensation for constructing the plasterwork including rounded corners, the supply of all materials, mixing, applying, finishing and all else that may be required to complete the work as specified.

PSG 8.13 SCREEDS

(a) Floor screeds (1:3) with falls including V-joints to form panels and a smooth steel-trowelled finish/power float finish to top:

(i) Description of application and thickness ........................................................ Unit: m² (ii) Etc for other applications and thicknesses The unit of measurement shall be the square metre of screeds constructed. The tendered rate shall include full compensation for constructing the screeds as specified including supplying of all materials, preparing the concrete surface to receive the screeds and for all else that may be necessary to complete the work.

PSG 8.14 CASTING IN PIPES WITH OR WITHOUT PUDDLE FLANGES

(a) Up to 300 mm nominal bore: (i) Through (description and thickness of structural elements) ............ Unit: number (b) Over 300 mm up to 600 mm nominal bore: (i) Through (description and thickness of structural elements) ............ Unit: number (c) Etc for other nominal bores in increments of 300 mm The unit of measurement shall be the number of each size of pipe installed. The tendered rates shall include full compensation for installing the pipe where new pipes are used (with or without a puddle flange) in the exact position as shown on the Drawings, for splitting or cutting the formwork where required, for ensuring watertightness where required and for all additional costs required to install the pipes specified or shown on the Drawings. New pipes shall be measured under the items of the relevant section of the specifications.

PSLB BEDDING (PIPES) PSLB BEDDING (PIPES) PSLB 3 MATERIALS PSLB 3.1 SELECTED GRANULAR MATERIAL

REPLACE THE CONTENTS OF THIS SUB-CLAUSE WITH THE FOLLOWING:

Page 164: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 60

"Selected granular material shall have a PI not exceeding 6 and shall be free from sharp-edged particles exceeding 19 mm."

PSLB 3.2 SELECTED FILL MATERIAL

ADD THE FOLLOWING: "Selected fill material used for bedding shall be stabilized with 5% cement as specified under sub-clause PSDB 3.5(c)."

PSLB 3.3 BEDDING

ADD THE FOLLOWING: "uPVC and HDPE pipes are deemed to be flexible pipes for the purposes of this sub-clause."

PSLB 3.4 SELECTION PSLB 3.4.1 Suitable material available from trench excavation

REPLACE THE WORDS "(but is not required)" IN THE FIFTH LINE WITH THE WORDS "(at his own cost)".

PSLB 8 MEASUREMENT AND PAYMENT PSLB 8.1 PRINCIPLES PSLB 8.1.5 Disposal of displaced material

REPLACE THE CONTENTS OF THIS SUB-CLAUSE WITH THE FOLLOWING: "Material displaced by the pipeline and by imported material from sources other than trench excavation, shall be disposed of at an approved site furnished by the Contractor. No haulage is payable for such material."

PSLB 8.1.6 Free-haul

DELETE THE WORDS "of 0, 5 km" IN THE FIRST LINE OF THIS SUB-CLAUSE. PSLB 8.2 SCHEDULED ITEMS PSLB 8.2.2 Supply only of bedding by importation PSLB 8.2.2.2 From borrow pits

DELETE THE WORDS IN BRACKETS IN THE FIRST FOUR LINES. ADD THE FOLLOWING: "The opening up of borrow pits and the removal of overburden are paid for under item 8.3.4 of SABS 1200 D." ADD THE FOLLOWING ITEM:

"PSLB 8.2.6 Extra over items 8.2.1 and 8.2.2 for bedding stabilized with 5% cement ....................... Unit: m³

The tendered rate shall include full compensation for selecting, mixing, backfilling and compacting the stabilized material to 90% of modified AASHTO density."

PSLD SEWERS

PSLD SEWERS The following variations are applicable to the standardized specification SABS 1200 G. PSLD 1 MATERIALS PSLD 1.1 Clause 3.2 Pipes, Fittings and Pipe Joints uPVC pipes or Similar Pipes to be structured wall uPVC sewer pipes class 9 to SABS 966.

Page 165: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 61

PSLD 1.2 Clause 3.5 Manholes to be constructed according to detail drawings. Fibre Reinforced manholes (Nutec or similar) may be used. PSLD 1.3 Clause 3.5.4 Concrete Only dolomitic aggregate may be used. PSLD 2 CONSTRUCTION PSLD 2.1 Clause 5 Construction All work to conform to contract detail drawings. PSLD 3 TOLERANCES PSLD 3.1 Clause 6.2 Overall Centre Line Control Maximum deviation to be 100mm. PSLD 4 TESTING PSLD 4.1 Clause 7.2.1 Air Test All sewer lines to be subject to the specified air test and torch and mirror. PSLD 4.2 Clause 7.2.6 Water tightness of Manholes The manhole must be filled with water and left for 24 hours. The manhole must then be topped up and the level should not drop more than 75 mm in the following 24 hours for the manhole to be acceptable. PSLD 5 MEASUREMENT AND PAYMENT PSLD 5.1 Clause 5.2.3 manholes No extra payment will be made for testing of manholes.

Page 166: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 62

C3.3 ……………………………PRECONSTRUCTION HEALTH AND SAFETY SPECIFICATION

THE CLIENT’S PRE-CONSTRUCTION HEALTH AND SAFETY SPECIFICATION

HS 1 INTRODUCTION AND BACKGROUND

HS 1.1 Background The Construction Regulations to the Occupational Health and Safety Act (Act 85 of 1993) which were promulgated in February 2014 place the onus on the Employer (defined as the Client in terms of the Construction Regulations) to prepare a pre-construction health & safety (H&S) specification, highlighting all risks not successfully eliminated during design.

HS 1.2 Purpose of the Pre-construction Health and Safety (H&S) Specification The purpose of the pre-construction H&S specification is to assist with the achievement of compliance with the OHS Act, and in particular with the Construction Regulations, so as to reduce incidents and injuries on the project. The pre-construction specification enables Tenderers to make adequate financial provisions in their tenders to cover the H&S requirements of the project and thereafter, for the Contractor and its sub-contractors to use as the basis for the preparation of the construction phase H&S plan.

The pre-construction specification sets out the basic requirements to be met by the Contractor and all sub-contractors so that the H&S of all persons potentially at risk may receive a priority at least equal to the other facets of the project such as the standard of workmanship, costs, programme, environment, etc.

HS 1.3 Status of the Pre-construction Health and Safety Specification The Client’s H&S specification will form an integral part of the contract, and Tenderers are required to use it during the tender phase for pricing the preparation a project-specific construction phase H&S plan prior to commencing any work and for pricing the costs of ensuring compliance thereto during the entire construction phase. Tenderers shall forward a copy of the H&S specification to all other persons or organisations who may be preparing to submit prices to the Tenderer during their bidding phase so that they can also price for preparing their own H&S plans relating to their individual operations and for complying with the H&S requirements during the construction phase.

Notwithstanding the fact that the Client’s pre-tender H&S specification does not identify all of the H&S risks that may be encountered on the project, Tenderers are required to take cognisance of all potential H&S risks that may be evident from the tender documents namely the conditions of contract, tender drawings, technical specifications and schedules of quantities, and to make the requisite provisions in their tenders for dealing with all of them.

HS2 HEALTH AND SAFETY SPECIFICATION

HS 2.1 SCOPE This health and safety (H&S) specification is the Client’s H&S specification prepared in accordance with Clause 5(b) of the Construction Regulations 2014. It covers the requirements for eliminating and mitigating incidents and injuries during the construction phase of the project. The specification addresses legal compliance, hazard identification and risk assessment, risk control, and promoting a health and safety culture amongst those working on the project. The specification also makes provision for the protection of those persons other than employees of the Principal Contractor and Contractors.

HS 2.2 INTERPRETATIONS

HS 2.2.1 Application

This specification is a compliance document drawn up in terms of South African legislation and will therefore be binding on the Contractor. It must be read in conjunction with all of the other contract documentation and also with all the relevant statutory documents. This specification is not intended to over-ride, or in any way to amend, the statutory/regulatory documents and, in the event of there being any conflict, the legislation will take precedence.

HS 2.2.2 Definitions

The definitions as listed in the Occupational Health & Safety Act 85/1993 and Construction Regulations (February 2014) shall apply to this H&S specification. More specifically, where used in this H&S specification, “Principal Contractor” means the Contractor, “Contractor” means sub-contractors to the Principal Contractor, and “Client” means the Employer or his/her duly appointed Agent.

Page 167: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 63

HS 2.3 MINIMUM ADMINISTRATIVE REQUIREMENTS

HS 2.3.1 Application for Construction Work Permit In Accordance with Construction Regulations 2014 (clause 3); The Client shall notify the Provincial Director of the Department of Labour in writing of the intention to undertake construction work 30 days prior commencement of work. Annexure 1 to the Construction Regulations 2014 must be used for that purpose and a copy of that form is attached as Annex 1 to this specification

HS 2.3.1 Notification of Intention to Commence Construction Work

In accordance with Construction Regulations 2014 (clause 4);

On receipt of the Client’s notification of award of the contract and, in any event before any construction work commences, the Principal Contractor shall notify the Provincial Director of the Department of Labour in writing of the intention to undertake construction work. Annexure 2 to the Construction Regulations 2014 must be used for that purpose and a copy of that form is attached as Annex 2 to this specification. A copy of the completed notification must be forwarded to the Client and to the Engineer and a copy shall be attached to the H&S plan. The addresses of the nine Provincial Directors of the Department of Labour are given in Clause 1 of the General Administrative Regulations to the OHS Act.

HS 2.3.3 Medical Certificate of Fitness

In accordance with Construction Regulations 2014 (clause 7(8));

“A contractor must ensure that all his or her employees have a valid medical certificate of fitness specific to the construction work to be performed and issued by an Occupational health practitioner in the form of Annexure 3.”

Annexure 3 to the Construction Regulations 2014 must be used for that purpose of providing a medical certificate of fitness to principal contractor and a copy of that form is attached as Annex 3 to this specification

HS 2.3.4 Assignment of the CEO’s Responsibility For Health and Safety on Site

In terms of Section 16 of the Act, the CEO’s of the Client, the Engineer, the Principal Contractor and all other Contractors shall make the requisite assignments of their responsibilities in writing prior to commencement of work on site. It is noted that, in a large organisation, the CEO may decide to assign his responsibilities to a line manager who may in turn assign his responsibilities to another line manager and so on. Annex B to this specification comprises forms which may be used for these assignments. Copies of the completed forms shall be attached to the H&S plan.

HS 2.3.4 Appointment of the Construction Supervisor

The Principal Contractor’s CEO (or his duly assigned employee) shall appoint (in writing) a full time competent person to supervise the construction work. One or more competent persons may also be appointed (in writing) to assist the appointed construction supervisor should the Principal Contractor deem it necessary or desirable. The Principal Contractor’s and the Contractors’ competent persons for the various roles shall fulfil the criteria as defined the Construction Regulations. Copies of these appointments, together with proof of competence of the individuals concerned, shall be attached to the H&S plan. Proof of competencies shall take cognisance of the definition of a “competent person” as set out in the Construction Regulations and may comprise CV’s and written motivations/recommendations by the persons’ direct report.

HS 2.3.5 Compensation of Occupational Injuries and Diseases Act 130 of 1993 (COIDA)

The Principal Contractor shall, prior to commencing work on site, submit a letter of good standing with its Compensation Insurer to the Client and to the Engineer as proof of registration. All other Contractors shall submit their proof of registration to the Principal Contractor before they commence work on site. Copies of these documents shall be attached to the H&S plan.

HS 2.3.6 Occupational Health and Safety Policy

The Principal Contractor and all other Contractors shall submit to the Client and to the Engineer, a copy of their organisation’s H&S Policy signed by their Chief Executive Officer. Each policy must include a description of the organisation and state the H&S objectives and how they will be achieved and implemented by the organisation. Copies of these policies shall be attached to the H&S plan.

Page 168: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 64

HS 2.3.7 Health and Safety Organogram

The Principal Contractor shall submit an organogram, outlining the H&S site management structure including those of all other Contractors. In cases where appointments have not been made, the organogram shall reflect the intended positions, and the names shall be filled in as and when the appointments are made. The organogram shall be updated whenever there are any changes in the site management structure and/or personnel. A copy shall be attached to the H&S plan.

HS 2.3.8 Health and Safety Representative(s)

The Principal Contractor and all other Contractors shall, after due consultation with the parties concerned, ensure that an H&S Representative is appointed in writing as soon as there are 20 persons employed on a site. Additional H&S Representatives are required once the workforce exceeds 50 persons. Annex C may be used for this purpose and copies of the appointments are to be attached to the H&S plan. Each H&S Representative(s) is to be trained to carry out their respective functions and must carry out regular inspections, keep records, and report all findings to the responsible person forthwith, and also at the next H&S meeting. Copies of these documents are to be kept in the Project H&S File.

HS 2.3.9 Health and Safety Committees

Provided that two or more Safety Representatives have been designated, the Principal Contractor shall ensure that one or more Safety Committees are established and that H&S committee meetings are held at least monthly and that minutes are kept on record. Meetings must be convened and chaired by the Principal Contractor’s Construction Supervisor. All of the Principal Contractor’s and other Contractors’ responsible persons and H&S Representatives shall attend the monthly H&S meetings. Contractors shall also have their own internal H&S committees as required in terms of the OHS Act and copies of their agendas and minutes of their meetings shall be forwarded to the Principal Contractor on a monthly basis. Copies of all H&S committees’ agendas and minutes are to be kept in the Project H&S File.

HS 2.3.10 Health & Safety Audits, Monitoring and Reporting

The Client shall conduct monthly H&S audits of the construction work operations including a full audit of physical site activities as well as an audit of the administration of H&S. The Principal Contractor is obligated to conduct similar audits on all Contractors that they have appointed. Detailed reports of the audit findings shall be reported on at all levels of project management meetings/forums. Copies of all audit reports shall be kept in the Project H&S File.

HS 2.3.11 Emergency Procedures

The Principal Contractor shall prepare a detailed emergency procedure prior to commencement of work on site and it shall be included in, and form part of, the H&S plan. The procedure shall be updated whenever changes occur and it shall detail the emergency response plans. The emergency procedures shall not be limited to, but shall include, the following key elements:

List of key competent personnel on site;

Details of the nearest emergency services, including their physical addresses and phone numbers;

Actions or steps to be taken in the event of each specific type of emergency;

Information on hazardous materials/situations that may be encountered on site.

Emergency procedures shall include, but shall not be limited to, fire, spills, accidents to employees, use of hazardous substances, bomb threats, and major incidents/accidents.

A contact list of all service providers (Fire Department, Ambulance, Police, Medical and Hospital, etc.) must be maintained and be readily available to site personnel at all times that there are persons on site i.e. it must not be located in an area which may be inaccessible outside of normal working hours.

The Principal Contractor shall advise the Client and the Engineer in writing forthwith, and thereafter at the project and H&S meetings, of any emergencies that occurred, together with a record of the action taken. Copies of all reports on emergencies shall be kept in the Project H&S File.

HS 2.3.12 Accident / Incident Reporting and Investigation

Each Injury that occurs is to be categorised into first aid, medical, disabling, or fatal and must be reported on the prescribed form (refer Annex D). The Principal Contractor must document in its construction phase H&S plan how it will handle each of these categories of injury. When reporting injuries to the Client, these aforementioned categories shall be used. All injuries shall be investigated by the Principal Contractor, with a report being forwarded to the Client forthwith. All Contractors have to report on the four categories of injuries to the Principal Contractor at least monthly. The Principal Contractor must report

Page 169: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 65

all injuries to the Client in the form of a detailed injury report at least monthly and copies of these reports shall be kept in the Project H&S File.

HS 2.3.13 General Record Keeping

The Principal Contractor and all Contractors shall keep and maintain H&S records to demonstrate compliance with this specification, the approved H&S plan, the OHS Act, and the Regulations. The Principal Contractor shall ensure that all records of incidents/accidents, training, inspections, audits, etc. are kept in the Project H&S File stored in a suitable place on site. The Principal Contractor must ensure that every Contractor opens its own H&S file, maintains the file, makes it available to the Principal Contractor and other authorised persons on request and sends copies of the relevant documentation to the Principal Contractor.

The Principal Contractor shall maintain an up to date register of each Contractor engaged in construction work on site giving the Contractors’ name and the Responsible Persons’ contact details and the number of employees on site. As these details may be subject to frequent change, the register must be updated at least weekly. The register is to be available for inspection.

HS 2.3.14 Project H&S File

The Principal Contractor shall prepare, and update on at least a monthly basis, a properly indexed H&S file for the project. This file will evolve during the construction phase and is to be handed over to the Client on completion of the construction work on site. The Project H&S File shall contain:

The names and addresses and contact details of the Principal Contractor

The names and addresses of all other Contractors that worked on the project, copies of their agreements with the Principal Contractor and the type of work that each one is carrying/has carried out.

The original and all subsequent versions/revisions of the H&S plan and the Annexures and Appendices thereto.

All information specifically called for in the OHS Act and the Construction Regulations and this specification and any other pertinent information relating to H&S on the project that is considered relevant.

The geo-science report, design loadings of the structure(s) and methods and sequence of construction issued to the Principal Contractor by the Engineer and/or the Client.

The safe work procedures developed by the Principal Contractor and all other Contractors.

Details of any special or unusual materials forming part of the completed works.

All relevant information concerning the completed works. This information shall comprise the record/”as built” drawings prepared by the Engineer, copies of which will be issued to the Principal Contractor for inclusion in the File, and the operating and maintenance instructions and all relevant information relating to any unusual or special features of the completed works that could affect H&S of the end users. When compiling this data, consideration must be given to all information that may be relevant to possible future alterations and/or demolition of all or part of the works.

HS 2.4 HEALTH AND SAFETY INDUCTION, TRAINING AND EQUIPMENT

HS 2.4.1 H&S Induction, Awareness and Competency

Induction of Site Personnel

The Principal Contractor shall ensure that all site personnel, including those of all other Contractors, undergo risk-specific H&S induction training before starting work. A record of attendance at every induction session shall be kept in the Project H&S File. A suitable venue must be made available by the Principal Contractor to accommodate this training.

Awareness of Site Personnel

The Principal Contractor shall ensure that periodic ‘toolbox talks’ take place on site. These talks should deal with risks relevant to the construction work at hand. All Contractors shall conduct ‘toolbox’ talks at least once per week with their own employees. A record of attendance at each ‘toolbox talk’ shall be kept in the Project H&S File.

Page 170: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 66

Competency of Site Personnel

All competent persons shall have the knowledge, experience, training, and qualifications specific to the work they have been appointed to supervise, control and/or carry out. This will have to be assessed on a regular basis by, for example, periodic H&S audits, progress meetings, etc. The Principal Contractor will be responsible for ensuring that only competent Contractors are appointed to carry out construction work.

Public and Site Visitor Health & Safety

Both the Client and the Principal Contractor have a duty in terms of the OHS Act to do all that is reasonably practicable to prevent members of the public and site visitors from being adversely affected by the construction activities.

The Principal Contractor shall ensure that every person working on or visiting the site, as well as the public in general, shall be made aware of the dangers likely to arise from site activities, including the precautions to be taken to avoid or minimise those dangers. Appropriate H&S notices and signs shall be posted up, but this shall not be the only measure taken.

Site visitors must be briefed on the hazards and risks they may be exposed to and what measures are in place or should be taken to control these hazards and risks. A record of these inductions/briefings shall be kept in the Project H&S File.

HS 2.4.2 First Aid Boxes and First Aid Training

The Principal Contractor and all other Contractors shall appoint First Aider(s) in writing. All Contractors with more than 10 employees shall have a trained, certified First Aider on site at all times. The appointed First Aider(s) are to be sent for accredited first aid training. Copies of the valid First Aid certificates for each First Aider are to be kept in the Project H&S File. The Principal Contractor shall provide an on-site First Aid Station with First Aid facilities, including first aid boxes adequately stocked at all times. All Contractors with more than 5 employees shall supply their own first aid box (es).

HS 2.4.3 Occupational Health and Hygiene

Exposure of workers to occupational health hazards and risks is very common in any work environment, especially in construction. Occupational exposure is a major problem and the Principal Contractor must ensure that proper health and hygiene measures are put in place to prevent exposure by any person to hazards such as inhalation, ingestion, absorption, and noise induction. Some of the more common occupational hazards to be considered are cement dust, sun exposure, and noise. In addition, the ergonomic issues relating to repetitive and/or strenuous body and limb movements, must be considered and ameliorated wherever possible. Stress due to tight project schedules has been shown to adversely affect construction workers and this shall be taken into account when planning and managing work schedules. The preventative and/or the amelioration measures shall be addressed in the H&S plan by way of safe work procedures which are to be followed.

HS 2.4.4 Alcohol and other Drugs

Alcohol and drug/other substance abuse has been shown to be a problem in the construction industry. No alcohol or other drugs will be allowed on site. No person may be under the influence of alcohol or any other drugs while on the construction site. Any person on prescription drugs must inform his/her superior, who shall in turn report this to the Principal Contractor forthwith. Any person suffering from any illness/condition that may have a negative effect on his/her safety performance must report this to his/her superior, who shall in turn report this to the Principal Contractor forthwith. Any person suspected of being under the influence of alcohol or other drugs must be sent off site immediately, to report back the next day for a preliminary inquiry. A full disciplinary procedure must be followed by the employer concerned and details of the disciplinary action taken must be forwarded to the Principal Contractor for his records.

HS 2.4.5 Personal Protective Equipment (PPE) and Clothing

The Principal Contractor shall ensure that all workers are issued with, and wear, hard hats, safe footwear and overalls and specific PPE wherever such equipment is identified in the SWP’s as being necessary for particular tasks. The Principal Contractor and all other Contractors shall make provision for, and keep adequate quantities of, SABS approved PPE on site at all times. The Principal Contractor shall clearly outline in the H&S plan the procedures to be taken when PPE or clothing is lost, stolen worn out, or damaged. This procedure applies to all Contractors, as they are all Employers in their own right.

HS 2.4.6 Fire Extinguishers and Fire Fighting Equipment

The Principal Contractor and all other relevant Contractors shall provide adequate, regularly serviced fire fighting equipment located at strategic points on site, specific to the classes of fire likely to occur. The appropriate notices and signs must be posted up as required.

Page 171: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 67

HS 2.4.7 Occupational Health and Safety (OHS) Signage

The Contractor shall provide adequate on-site H&S signage including, but not limited to, ‘no unauthorised entry’, ‘report to site office’, ‘site office’, ‘beware of overhead work’, ‘hard hat area’. Signage shall be posted up at all entrances to site as well as on site in strategic locations e.g. access routes, stairways, entrances to structures and buildings, scaffolding, and other potential risk areas/operations.

HS 2.5 Preliminary Hazard Identification and Risk Assessment and Progress Hazard Identification and Risk Assessment The Principal Contractor and all other Contractors shall cause a hazard identification to be performed by a competent person(s) before commencement of their respective construction work, and the assessed risks shall be documented in the construction phase H&S plan to be submitted for discussion with, and subsequent approval by, the Client. The risk assessments must include:

A list of all hazards identified as well as potentially hazardous tasks to be carried out;

A documented risk assessment based on the list of hazards and tasks;

A set of safe working procedures (method statements) to eliminate, reduce and/or control the risks assessed;

Details of the PPE and clothing to be worn;

A monitoring and review procedure of the risk assessments to be carried out on a monthly basis, whenever variation orders are issued or changes made, and whenever the risks change.

The Principal Contractor shall ensure that all other Contractors are informed, instructed and trained, by a competent person regarding all hazards, risks, and the related safe work procedures before any work commences and thereafter at regular intervals if the risks change and/or if new risks are identified.

The Principal Contractor shall be responsible for ensuring that all persons who could be negatively affected by its operations are informed and trained according to the hazards and risks and are conversant with the safe work procedures, control measures, and other related rules such as the ‘tool box talk’ strategy that is to be implemented.

The Principal Contractor shall immediately notify all other Contractors as well as the Client of any hazardous or potentially hazardous situations that may arise during performance of construction activities.

The Principal Contractor shall keep records as per Clause 9 of the Hazardous Chemical Substances Regulations.

All of the above are to be documented in the H&S plan.

HS 2.6 PERMITS Permits may be required for certain activities and these are not limited to but may include the following:

Use of Explosives and Blasting

Work for which a fall prevention plan is required

Removal of asbestos materials.

Disposal of (old type) fire detectors with radioactive elements.

Decanting/handling of Ammonia.

If and where applicable, the Employer will issue to the Principal Contractor, permits and log books (which log books shall thereafter be kept up to date by the Principal Contractor), for the following installations:

Boilers

MV switchgear and chambers/rooms

MV switchgear outdoor yards

Lifts

All of the above are to be documented in the H&S plan.

HS 2.7 SPECIFIC PROJECT REQUIREMENTS HS 2.7.1 Fall Protection and Sewer Gasses

The works are to be carried out along a pipeline that previously carried raw sewage. The Principal Contractor shall ensure that sufficient safeguards and PPE are available to protect workers from exposure to hazardous agents.

Page 172: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 68

HS 2.7.2 High Voltage Cables

High voltage cables are present in the vicinity of the pump station and at places along the route. The Contractor shall locate these with the assistance of the Municipality and take precautions to prevent injury to persons by shock from these cables.

HS 2.7.3 Excavation

Excavations to expose the pipeline, where necessary will entail excavation in saturated soil. Precautions shall be taken to protect workers in the trenches from collapsing side walls and shall provide shoring where necessary to achieve this. Excavations shall be inspected by a competent person as required by the OHS Regulations.

HS 2.7.4 Construction Vehicles and Mobile Plant

The Principal Contractor shall ensure that all persons in its employ, all Contractors, and all those that are visiting the site are aware and comply with the site speed restriction(s). Separate vehicle and pedestrian access routes shall be provided, maintained, controlled, and enforced.

The Principal Contractor and all relevant Contractors shall inspect and keep records of inspections of the construction plant used on site. Only authorised/competent persons are to use machinery under proper supervision.

The Principal Contractor shall ensure that all hired plant and machinery used on site is safe for use. The Principal Contractor shall ensure that operators hired with machinery are competent and that certificates are kept on site in the health & safety file. All relevant Contractors must ensure the same.

HS 2.7.5 Warning signs

The Principal Contractor shall erect and maintain the necessary signs, notices and barricades at strategic points on the boundaries to inform people of the dangers of the construction site.

HS 2.7.6 Construction Welfare Facilities

The Principal Contractor shall supply hand washing facilities, soap, toilet paper, and hand drying material. Waste bins must be strategically placed and emptied regularly. Safe, clean storage areas must be provided for workers to store personal belongings and personal protective equipment. Workers shall not be exposed to hazardous materials/substances while eating.

HS 2.7.7 General Machinery

The Principal Contractor and relevant Contractors shall ensure compliance with the Driven Machinery Regulations, which include inspecting machinery regularly, appointing a competent person to inspect and ensure maintenance, issuing PPE or clothing, and training those who use machinery

HS 2.7.8 Transport of Workers

The Principal Contractor and other Contractors shall not:

Transport persons together with goods or tools unless there is an appropriate area or section to store them;

Transport persons in a non-enclosed vehicle, e.g. truck; there must be a proper canopy (properly covering the back and top) with suitable sitting area. Workers shall not be permitted to stand or sit at the edge of the transporting vehicle.

Transport workers in bakkies unless they are closed/covered and have the correct number of seats for the passengers.

HS 2.8 FINANCIAL PROVISION FOR HEALTH AND SAFETY Tenderers (including those sub-contractors and/or suppliers who are preparing prices/quotations for submission to the main Tenderer) must ensure that they make adequate financial provision in their tenders for full compliance with the OHS Act, the Regulations thereto and this H&S specification. Financial provision shall therefore be made by each Tenderer for, inter alia, the following:

Carrying out and documenting risk assessments of all work to be carried out under the contract.

Preparation of safe work procedures for all work to be carried out under the contract.

Preparation of an H&S plan, discussing it with the Client, and then amending it as agreed.

Preparation for and conducting “toolbox talks” with relevant employees.

Page 173: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 69

Induction and training as and where required.

Preparation of a Project H&S File.

Regular updating of all of the foregoing.

Provision of PPE and protective clothing for employees

Complying with all H&S requirements for the duration of the contract.

To enable the Client to be appraised of the allowances provided for Health and Safety an item is included in the Bill of Quantities.

HS 3 GUIDELINES FOR THE PREPARATION OF A TYPICAL H&S PLAN

Annex E contains certain information to give an indication as to what could be included in an H&S plan for a typical project. That information does not form part of the H&S specification for this particular project as it is just a basic outline and it must be adapted and expanded to suit the actual structure of the contractor’s organisation and also the specific nature of the project.

Enclosures:

Annex 1 – Application for Construction Work Permit

Annex 2 – Notification of Construction Work

Annex 3 – Medical Certificate of Fitness

Annex B – CEO and Management Assignment

Annex C – Appointment of H&S Representative

Annex D – Recording of Incident

Annex E – Guidelines for the Preparation of a Typical H&S Plan

Page 174: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 70

ANNEX 1

APPLICATION FOR A PERMIT TO DO CONSTRUCTION WORK ANNEXURE 1 APPLICATION FOR A PERMIT TO DO CONSTRUCTION WORK [In terms of Regulation 3(2) of Construction Regulations, 2014] This application must be submitted with the following documents: 1. Health and Safety specification. 2. Health and Safety plan. 3. Baseline risk assessment. ___________________________________________________________________________________________________ 1. Name, postal address and telephone numbers of the client: ___________________________________________________________________________________________________ ___________________________________________________________________________________________________ 2. Details of the Agent. a. Title, Surname and Initial_________________________________________________________ b. Identity number/ Passport Number________________________________________________ c. Registration number with SACPCMP_______________________________________________ d. Office Tel. number and/or mobile number__________________________________________ e. Postal address. ________________________________________________________________ ___________________________________________________________________________________ 3. Name, postal address and telephone numbers of the appointed principal contractor: _____________________________________________________________________________________________ ____________________________________________________________________________________________ 4. Name, postal address and telephone numbers of designer of the project: _____________________________________________________________________________________________ _____________________________________________________________________________________________

Page 175: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 71

5. Name, postal address and telephone numbers of the following persons: _____________________________________________________________________________________________ _____________________________________________________________________________________________ a. Construction Manager: ________________________________________________________________________________ b. Construction Health and Safety Manager: ________________________________________________________________________________ c. Construction Health and Safety Officer: ________________________________________________________________________________ 6. Exact physical address of the construction and site office: ________________________________________________________________________________ ________________________________________________________________________________ 7. Nature of construction work: ________________________________________________________________________________ ________________________________________________________________________________ 8. Expected commencement date: ________________________________________________________________________________ ________________________________________________________________________________ 9. Expected completion date: ________________________________________________________________________________ 10. Estimated maximum number of persons on the construction site: __________________________________________________________________________________ 11. Planned number of contractors on site accountable to principal contractor: __________________________________________________________________________________

Page 176: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 72

12. Name(s) of contractors appointed: __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ 13.

______________________________ Signature of Client/Client’s Agent

14. ________________________________

Signature of the Principal Contractor

FOR OFFICE ONLY

6. Date of application: ________________________

16. Submitted documents prescribed in Construction Regulation 5(4) (Please Tick, j):

CR 5(1) (a)

CR 5(1) (b)

CR 5(1);(C-S)

Authorization/Unique No Labour Centre Official Approval Stamp

Approved Declined

Page 177: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 73

17. Result of the application (please tick √) 18. Reason for declining the application: ______________________________________________________________________________________ ______________________________________________________________________________________ _____________________________________________________________________________________ ______________________________________________________________________________________ 19. ________________________________

Signature of the Supervisor

20. _________________________________ Signature of revoking officer/inspector

Page 178: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 74

ANNEX 2 ANNEXURE 2 OCCUPATIONAL HEALTH AND SAFETY ACT, 1993 (Regulation 4 of the Construction Regulations, 2014) NOTIFICATION OF CONSTRUCTION WORK 1. (a) Name and postal address of principal contractor: ______________________________________________________________________________________ (b) Name and tel. no of principal contractor’s contact person: _____________________________________________________________________________________ 2. Principal contractor’s compensation registration number: ____________________________________________________________________________________ 3. (a) Name and postal address of client: ____________________________________________________________________________________ (b) Name and tel. no of client’s contact person or agent: ____________________________________________________________________________________ 4. (a) Name and postal address of designer(s) for the project: _______________________________________________________________________________ (b) Name and tel. no of designer(s) contact person: 5. Name and telephone number of principal contractor’s construction supervisor on site appointed in terms of regulation 8(1). _____________________________________________________________________________ 6. Name/s of principal contractor's sub-ordinate supervisors on site appointed in terms of regulation 8(2). __________________________________________________________________________________

Page 179: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 75

7. Exact physical address of the construction site or site office: _____________________________________________________________________________ 8. Nature of the construction work: _____________________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ 9. Expected commencement date:________________________________ 10. Expected completion date: __________________________________ 11. Estimated maximum number of persons on the construction site: __________________ Total: ______

Male: _______

Female: _____

Page 180: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 76

12. Planned number of contractors on the construction site accountable to principal Contractor: _________________ 13. Name(s) of contractors already selected. __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ ___________________________________________________________________________ _____________________________ _____________________________ Principal Contractor Date _____________________________ ____________________________ Client's Agent (where applicable) Date _______________________________ ___________________________ Client Date

THIS DOCUMENT IS TO BE FORWARDED TO THE OFFICE OF THE DEPARTMENT OF LABOUR PRIOR TO COMMENCEMENT OF WORK ON SITE.

Page 181: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 77

ANNEX 3

An

nex

ure

3

OC

UP

ATI

ON

AL

HEA

LTH

AN

D S

afe

ty A

CT,

85

of

19

93

Co

nst

ruct

ion

Re

gula

tio

ns,

20

14

Me

dic

al C

ert

ific

ate

of

Fitn

ess

Nam

e o

f Em

plo

yee

____

____

___

____

____

___

__ ID

Nu

mb

er

____

____

___

____

___

____

__

Co

. Nu

mb

er_

____

____

____

___

_

*Pro

tect

ive

Eq

uip

men

t

e.g

. Du

st R

esp

irat

or

(Lig

ht

Du

ty),

We

ldin

g G

love

s, e

tc.

*Th

e E

mp

loye

r to

Co

mp

lete

th

e in

form

atio

n in

th

e s

pac

es m

arke

d w

ith

an

* b

efo

re s

en

din

g th

e E

mp

loye

e f

or

a m

ed

ical

exa

min

atio

n

De

clar

atio

n b

y th

e M

ed

ical

Exa

min

er:

I ce

rtif

y th

at I

hav

e, b

y e

xam

inat

ion

an

d t

est

ing,

usi

ng

the

ab

ove

cri

teri

a sp

eci

fie

d b

y th

e e

mp

loye

r, s

atis

fie

d m

yse

lf t

hat

th

e a

bo

vem

en

tio

ne

d e

mp

loye

e is

fit

to

pe

rfo

rm d

uti

es

as

de

scri

be

d b

y th

e e

mp

loye

r in

th

e m

atri

x ab

9o

ve.

Occ

up

atio

nal

Med

icin

e P

ract

itio

ne

r/ O

ccu

pat

ion

al H

eal

th P

ract

itio

ne

r: (

Ple

ase

Pri

nt

Nam

e)

____

____

___

____

____

___

____

___

___

___

_

Sign

atu

re _

____

____

___

____

___

___

__ P

ract

ice

Nu

mb

er:

____

____

____

___

____

___

_ D

ate

:___

___

____

___

____

____

___

__

Ad

dre

ss:_

____

____

___

____

___

___

___

____

___

___

____

___

____

___

____

____

___

____

___

___

____

____

___

____

____

___

_

*Jo

b S

pe

cifi

c R

equ

irem

ents

e.g

. Op

era

tin

g M

ob

ile C

ran

e, D

iggi

ng

Tre

nch

es,

Ere

ctin

g Fo

rmw

ork

& S

up

po

rt

wo

rk e

tc.

*Po

ssib

le E

xpo

sure

s E.

g. n

ois

e, h

eat,

fal

l ris

k, c

on

fin

ed

sp

ace

etc

.

*Occ

up

atio

n

e.g

. Ge

ne

ral W

ork

er,

We

lder

, Bri

ckla

yer

Ste

el F

ixe

r, M

ob

ile

Cra

ne

Op

erat

or,

etc

.

Page 182: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 78

ANNUXURE 4 CEO ASSIGNMENT IN TERMS OF SECTION 16(2) OF THE OHSA (ACT 85 of 1993) Section 16 of the Act states: (1) Every chief executive officer shall, as far as is reasonably practicable, ensure that the duties of his

employer as contemplated in this Act, are properly discharged. (2) Without derogating from his responsibility or liability in terms of sub-section (1), a chief executive

officer may assign any duty contemplated in the said sub-section, to any person under his control, which person shall act subject to the control and directions of the chief executive officer.

(3) The provisions of sub-section (1) shall not, subject to the provisions of section 37, relieve an employer of any responsibility of liability under this Act.

(4) For the purpose of sub-section (1) the head of department of any department of State shall be deemed to be the chief executive of that department.

I, (full name of CEO) do hereby assign my duties in respect of the overall management and control of ………………………………………………………………………………………………………………………………….. to (full name of Appointee) .………………………………………………………………………………………. in his/her capacity as ………………………………………………………………………………..…………………….. to ensure that the duties of the employer are carried out as contemplated in the Act and the Regulations as amended for ………………………………………………………………………………………………………………….. (Division/area/region/premises/project). Signature: …………………………………… Date: …………………………. Designation: Chief Executive Officer Kindly confirm your acceptance of this appointment by completing the following: ACCEPTANCE OF ASSIGNATION I,………………………………………………………… hereby accept this assignation and confirm that I am conversant with the requirements of the OHS Act and regulations as amended and agree to carry out the duties as set out for the employer. NOTE: Your Attention is Drawn to regulation General Administrative Regulation 5 and Sections 8, 9, 13, 17, 18, 19, 20 and 37 of the Occupational Health and Safety Act No. 85 of 1993, attached hereto. Signature: ……………………………………………….. Date:………………………. Designation:

Page 183: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 79

ANNEXURE 4 – cont. MANAGEMENT ASSIGNMENT OF DUTIES IN TERMS OF SECTION 16 (2) OF THE OHSA (ACT 85 of 1993) Section 16 of the Act reads: (1) Every chief executive officer shall as far as is reasonably practicable ensure that the duties of his

employer as contemplated in this Act, are properly discharged. (2) Without derogating from his responsibility or liability in terms of sub-section (1), a chief executive

officer may assign any duty contemplated in the said sub-section, to any person under his control, which person shall act subject to the control and directions of the chief executive officer.

(3) The provisions of sub-section (1) shall not, subject to the provisions of section 37, relieve an employer of any responsibility of liability under this Act.

(4) For the purpose of sub-section (1) the head of department of any department of State shall be deemed to be the chief executive of that department.

I, (Appointee’s full name)…………………………………………………………………………………………………………... representing………………………………………………………………………………………. in my capacity as the 16(2) assigned person being responsible for the overall management and control of ………………………………………………………………………………………………………………… do hereby assign all my duties as contemplated in Section 16(2) of the Act to …………………………………………………………………….. in his/her capacity as ………………………………………………………………………………………………………………. and vested with the duty of ensuring the employer complies with the provisions of the Act subject to my control and directions in respect of ………..………………………………………………………………………………………... office/…… ……………………………………………………………………………….construction site(s)/all projects under his/her control. NOTE: Your attention is drawn to Regulation General Administrative Regulations 5 and Sections 8, 9, 13, 17, 18, 19, 20 and 37 of the Occupational Health and Safety Act No. 85 of 1993 (Full name of alternate) ……………………………………………………………………………. will be the Responsible Person in Charge in the Absence of the above Appointee. SIGNATURE: …………………………………….……… DATE: ………………………………… Designation:………………………………. Kindly confirm your acceptance of this appointment by completing the following: ACCEPTANCE OF ASSIGNATION I,………………………………………………………… hereby accept this assignation and confirm that I am conversant with the requirements of the OHS Act and regulations as amended and agree to carry out the duties as set out for the employer. NOTE: Your Attention is Drawn to regulation General Administrative Regulation 5 and Sections 8, 9, 13, 17, 18, 19, 20 and 37 of the Occupational Health and Safety Act No. 85 of 1993, attached hereto. SIGNATURE: ……………………………………………….. DATE: …………………………………. Designation: ……………………………………………..

Page 184: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 80

APPOINTMENT OF HEALTH AND SAFETY REPRESENTATIVE IN TERMS OF SECTION 18 OF THE OHSA (ACT 85 of 1993) (APPOINTEE’S NAME) ………………………………………………………….. I, (Appointer’s full name) ……………………………………………………………………………………

being an employee of (name of Contractor’s organisation) …….……………………………………….. and, having been

appointed as (area of responsibility e.g. Responsible Person for the construction of X on site Y)

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

hereby appoint you (Appointee’s full name)..……………………………………………………………………..………. in terms of

Section 17 of the OHSA as the Health and Safety Representative for (area of responsibility)

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

In terms of this appointment your functions are as follows:

To represent your employee electorate’s interests in terms of occupational health and safety.

To carry out health and safety inspections of your workplace as designated above prior to each

appropriate health and safety committee meeting.

To serve on the appropriate health and safety committee.

To bring to the attention of your supervisor any deviations from the safe work procedures any other

matters regarding health and safety that come to your attention at any time.

The dates and times of the health and safety committee meetings will be determined by the committee(s).

You should attend all meetings of the health and safety committee on which you serve.

You will be required to undergo Health and Safety Representative training in order to ensure that you can

complete your tasks successfully.

Your appointment is valid from (start date) ….………………………….. to (end date) ………………………………..

………………………………

Appointer’s Signature Date

Kindly confirm your acceptance of this appointment by completing the following:

ACCEPTANCE

I, (Appointee’s full name) …………………………………………………………………… understand the implications of the

appointment as detailed above and confirm my acceptance.

………………………………

Appointee’s Signature Date

Page 185: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 81

OCCUPATIONAL HEALTH AND SAFETY ACT, 1993 (Act No. 85 of 1993)

Regulation 9 of the General Administrative Regulations Recording and Investigation of Incidents

A. RECORDING OF INCIDENT

1. Name of employer

2. Name of affected person

3. Identity number of affected person

4. Date of incident …………………………….

5. Time of incident

6. Part of body affected Head or

neck Eye Trunk Finger Hand

Arm Foot Leg Internal Multiple

7. Effect on person Sprains or

strains

Confusion or

wounds Fractures Burns Amputation

Electric

shock Asphyxiation Unconsciousness Poisoning

Occupational

Disease

8. Expected period of

disablement 0 – 13 days 2 – 4 weeks

> 4 – 16

weeks

> 16 – 52

weeks

> 52 weeks or

permanent

disablement

Killed

9. Description of occupational disease

10. Machine/process involved/type of work performed/exposure**

11. Was the incident reported to the Compensation Commissioner and the Provincial Director?

Yes No

12. Was the incident reported to the police?*

Yes No

13. SAPS office and reference

* to be completed in case of a fatal incident.

** in case of a hazardous chemical substance, indicate substance exposed to.

Page 186: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 82

B. INVESTIGATION OF THE ABOVE INCIDENT BY A PERSON DESIGNATED THERETO

1. Name of investigator

2. Date of investigation

3. Designation of investigator

4. Short description of incident

5. Suspected cause of incident

6 Recommended steps to prevent a recurrence

……………………………………………….. ………………………….

Signature of Investigator Date

C. ACTION TAKEN BY EMPLOYER TO PREVENT THE RECURRENCE OF A SIMILAR INCIDENT

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

……………………………………………….. ………………………….

Signature of Employer Date

D. REMARKS BY HEALTH AND SAFETY COMMITTEE

Remarks

……………………………………………………………………………

Signature of Chairman of Health and Safety Committee Date

E GUIDELINES FOR THE PREPARATION OF A TYPICAL H&S PLAN The following information is purely a guideline and is presented in order to give an indication as to what could

be included in an H&S plan for a typical project. This information does not form part of the H&S specification

for this particular project as it is just a basic outline and it must be adapted and expanded to suit the actual

structure of the contractor’s organisation and also the specific nature of the project.

E.1 INTRODUCTION

Give any background information believed to be relevant to H&S on the project.

Give a brief description of the contents of the H&S plan.

E.2 SAFETY OBJECTIVES FOR THE PROJECT List all goals in terms of safety that should be achieved on this project. Examples could be:

Training of employees in respect of safety and creation of accountability.

Creation of a working environment with high safety awareness.

Avoidance of all accidents.

Compliance with all legal requirements.

Page 187: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 83

E.3 ADMINISTRATION

Some examples of the administration tasks to be performed in terms of the H&S plan could be:

Notification of the Department of Labour of work to be done once the letter of acceptance has been received and before commencement of construction.

Assignment of H&S responsibilities by the CEOs.

Appointment of the construction supervisor for the project.

Appointment of a safety officer(s) and safety committee(s).

Compilation of a list of all emergency telephone numbers.

Keeping of records of site safety statistics.

Maintenance of an up-to-date project H&S file in which all H&S records are kept.

Carrying out of monthly safety audits.

Compilation of the Project H&S File and what will be in it and when and why it will be updated.

E.4 RISK ASSESSMENTS

Forms for each of these. The outcome from the risk assessment forms must be a set of safe working procedures to ensure safety and protection of health from the hazards identified. This planned set of safe working procedures will then form the basis of staff and visitors’ H&S training. Some standard risk assessment forms and safe work procedures for various construction activities have been developed by SAFCEC and SAFCEC members have access to them from their web site. Additional forms will need to be drawn up for activities not covered by the standard forms. Details of these risk assessments and all safe work procedures must be attached as Appendices to the H&S plan, however a list of all risk assessments must be given in this section of the H&S plan. E.5 TRAINING

Induction Training (General and job-specific)

All employees who will work on the site, including sub-contractors’ employees, and all visitors to site must undergo H&S induction training and must sign for it and must carry proof that they have received this training.

Details of job-specific induction training to be carried out.

Detail aspects in the plan in terms of general, as well as for job-specific training that will be given and how the training will be done.

On-going Training

Give details of any additional training (if any) that will be given to employees. Some guidelines for “toolbox talks” covering various construction activities have been developed by SAFCEC and SAFCEC members have access to them from their web site. Additional procedures will need to be drawn up for activities not covered by the guidelines.

E.6 HOUSEKEEPING ON SITE

State what steps will be taken to minimise H&S risks on site through good housekeeping practice, such as:

Lighting.

Ventilation.

Stacking and storage practices.

Management of waste products and the removal thereof.

General tidiness of site.

E.7 PERSONAL PROTECTIVE EQUIPMENT AND CLOTHING

State what will be issued to, and worn by site staff, for example:

Hard hats

Page 188: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 84

Steel toe safety shoes

Overalls

Gloves

Eye protection E.8 FIRST AID

State that a first aid box/es will be adequately stocked in terms of the OHSA requirements. State that an adequately trained (in first aid skills) member of staff in terms will be on site at all times. Describe details of first aid training that will be given (if any). E.9 SAFETY AUDITS/ EVALUATIONS State how monthly safety audits / evaluations will be done and by whom. State that the H&S plan will be a "living" document in that it will be improved and updated as when changes occur and as the project progresses. E.10 SAFE WORK PROCEDURES List all safe work procedures and attach copies of them as Appendices. E.11 PROJECT H&S FILE Provide a list of contents.

Page 189: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 85

C3.4…………………ENVIRONMENTAL MANAGEMENT SPECIFICATION

C.1 General In order to ensure that the construction works is carried out in an environmentally sensitive matter,

strict compliance to the Environmental Management Plan (EMP) guidelines is required. The purpose of the EMP is to:

Encourage good management practices through planning and commitment to

environmental issues, Provide rational and practical environmental guidelines to:

i. Minimise disturbance of the natural environment, ii. Prevent pollution of land, air and water,

iii. Prevent soil erosion and facilitate re-vegetation. Adopt the best practicable means available to prevent or minimise adverse environmental

impact, Develop waste management practices based on prevention, minimisation, recycling,

treatment or disposal of wastes, Train employees and contractors with regard to environmental obligations.

C.2 Training and Induction of Employees

The Contractor has a responsibility to ensure that all those people involved in the project are aware of and familiar with the environmental requirements for the project (this includes sub-contractors, casual labour, etc.). The CMP shall be part of the terms of reference for all contractors, sub-contractors and suppliers.

C.3 Complaints Register and Environmental Incident Book

Any complaints received by the project team from the public will be recorded. The complaint should be brought to the attention of the site manager, who will respond.

The following information must be recorded:

Time, date and nature of the complaint, Type of communication (telephone, letter etc.), Name, contact address and telephone number of the complainant, Response and investigation undertaken and Actions taken and by whom.

All complaints received will be investigated and a response given to the complainant within 14 days.

All environmental incidents occurring on the site will be recorded. The following information will be provided:

Time, date, location and nature of the incident, Actions taken and by whom.

C.4 Site Cleanliness and Neatness

Location of a construction camp is to be approved by the Engineer and is to be restored to its previous condition after completion of construction.

The construction camp should preferably be fenced with a 1.8m bonnox fence or similar approved.

All materials, equipment, plant and vehicles must be stored within the construction camp. A dedicated area must be made available for construction staff to change and store their

personal belongings.

Page 190: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 86

C.5 Access

Access to existing roads, schools, buildings, shops and residential properties must not be impeded during construction.

Access roads utilised by the Contractor must be maintained in good condition.

C.6 Borrow Pits

Mining authorisations (permits) for borrow pits must be obtained from the Department of Minerals and Energy (DME) in consultation with the Department of Water and Sanitation (DWS).

Spoil dumps resulting from borrow pits must not interfere with any natural surface drainage. Borrow pits must be rehabilitated after use in accordance with the requirements of DME and

DWS.

C.7 Dust Control / Air Quality

Dust suppression measures must be implemented during construction by ensuring that all surfaces prone to dust generation are kept damp (e.g. use of water tanker).

Ensure that vehicles and equipment are in good working conditions and that emissions are not excessive.

Ensure that vehicles and equipment are in good working conditions and that emissions are

not excessive. Special care must be taken in areas where the route passes close to schools and residential

areas. The speed of construction vehicles must be reduced.

C.8 Fauna

Contractor staff may not chase, catch or kill animals encountered during construction.

C.9 Fire Prevention and Control

Smoking is prohibited in the vicinity of flammable substances. The contractor must ensure that fire-fighting equipment is available on site, particularly

where flammable substances are being stored or used, and that construction staff are aware of where it is kept and how it is operated.

Fires started for comfort (warmth) are prohibited, due to the risk of veld fires and risk to adjacent property owner’s lands.

C.10 Grave Sites

Gravesites in close proximity to the road must not be disturbed during construction. C.11 Materials Handling and Spills Management

Any hazardous materials to be used during construction (e.g. lime, fuel, paint, etc.) are to be stored in a designated area at the campsite.

The storage containers/facilities (including any diesel/petrol tanks) must be placed on an impermeable surface and surrounded by a bund wall, in order to ensure that accidental spillage does not pollute the environment.

Workers must at all times be made aware of the health and safety risks associated with any hazardous substances used (e.g. smoking near fuel tanks), and must be provided with appropriate protective clothing/equipment in case of spillages or accidents.

Page 191: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 87

Ensure all staff and contractors undergo relevant training in the maintenance of equipment

to prevent the accidental discharge or spill of fuel, oil, lubricants and other chemicals. Any spill of potentially hazardous materials must be cleaned up immediately (Potentially

hazardous materials on site include paint, oil, grease, fuel, turpentine, etc.). The area of contaminated soil or spill must be deposited into the hazardous waste

container(s). The contractor should keep Peat Sorb or a similar absorbent on site to clean up any spills.

The absorbent must be stored in a designated area and be available for inspection. All spills are to be recorded in the environmental incident book.

C.12 Noise

Noise generating activities must be restricted to between 07h00 and 17h00 Monday to Friday, unless otherwise approved by the appropriate competent person in consultation with adjacent landowners/affected persons.

All equipment, vehicles and machinery must be in good working condition and be equipped with sound mufflers if necessary.

Construction staff must be trained and made aware of not creating unnecessary noise such as hooting and shouting.

C.13 Pollution Control

Soil and water pollution through usage of fuel, oil, paint, bitumen or other hazardous substances must be avoided.

All construction vehicles are to be maintained in good working order so as to prevent soil or water pollution from oil, fuel or other leaks, and to reduce noise pollution.

C.14 Rivers and Streams

During construction of bridge structures, there must be no obstruction of the water flow of rivers and streams.

Excavated material must not be stockpiled on or near riverbanks, in order to prevent sedimentation occurring.

Erosion control measures must be employed both during and after construction. No impediments to natural surface water flow, other than approved erosion control

measures, must occur.

C.15 Safety

Safety measures, such as detour signs, must be implemented during construction to ensure the safety of workers, pedestrians and drivers/passengers in vehicles in the vicinity of construction work.

Special care must be taken in the vicinity of schools to ensure the safety of children wishing to cross the road under construction.

The relevant signage (e.g. speed control signs) must be erected alongside the road during the operation phase in order to control traffic.

Accommodation must be made for pedestrian pathways alongside the road during the construction and operation phases.

C.16 Soil Management

Stormwater drainage pipes must be installed alongside the road in all areas susceptible to soil erosion.

Erosion should be minimised by the construction of meadow drains and the planting of indigenous vegetation on the side slopes and drains to reduce flow velocity of stormwater.

Page 192: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 88

Spoil from cuts may be used in existing erosion galleys. Stone pitching and gabions should be constructed at pipe culvert outlets. Accidental spills of contaminants onto the ground e.g. oil, concrete, fuel and chemicals

should be removed together with the contaminated soil. If necessary an absorbent such as Peat Sorb should be used the aid in cleaning up the spill.

The contaminated soil should be disposed of in an appropriate container, depending on its classification.

Servicing and re-fuelling of vehicles must only be carried out at construction camp.

C.17 Worker Conduct

Code of Conduct for Construction Personnel:

Do not leave the construction site untidy and strewn with rubbish which will attract animal pests.

Do not set fires. Do not cause any unnecessary, disturbing noise at the construction camp/site or at any

designated worker collection/drop off points. Do not drive a construction-related vehicle under the influence of alcohol. Do not exceed the national speed limits on public roads or exceed the recommended

speed limits on the site. Do not drive a vehicle which is generating excessive noise or gaseous pollution (noisy

vehicles must be reported and repaired as soon as possible). Do not litter along the roadsides, including both the public and private roads. Do not pollute any water bodies (whether flowing or not). No member of the construction team is allowed to enter the areas outside the

construction site.

C.18 Traffic Disturbances and Diversions

Any traffic diversions must be undertaken with the approval of all relevant authorities and in accordance with all relevant legislation.

Wherever possible, traffic diversion must only take place on existing disturbed areas and remain within the existing road reserve.

Traffic diversion routes must be rehabilitated after use.

C.19 Vegetation

Only vegetation falling directly on the route must be removed where necessary. Alien vegetation within the road reserve must be eradicated, and management measures

must be implemented for future control of these species. Vegetation that has been removed from large areas (e.g. on traffic diversion routes) during

construction must be replaced with indigenous vegetation after construction has been completed.

C.20 Waste Management

All general, non-hazardous waste must be placed in a skip container and disposed of at a registered waste disposal site.

The contractor is to ensure that the portable toilet facilities at the campsite are properly maintained and in working order.

No disposal, or leakage, of sewage must occur on or near the site. All hazardous waste (e.g. oil, paint, empty lime bags, contaminated wash water, etc.) must

be stored in leak-proof containers and disposed of at a registered hazardous waste disposal

Page 193: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Bid No. 244/2020 C3 Scope of Work

C3- 89

site. The contents of waste storage containers must, under no circumstances, be emptied to the

surrounding area. In general, littering, discarding or burying of any materials is not allowed on site or along the route.

Adequate waste receptacles must be available at strategic points around the construction

camp and site for all domestic refuse and to minimise the occurrence of littering. Concrete rubble must be collected and disposed of as directed by the Project Manager. Each working area must be cleared of litter and building waste (e.g. rubble, wood, concrete

packets etc.) on completion of the day’s work.

Any spill around the container(s) should be treated as per Section C11 and C16

Page 194: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

_________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Part C4: Site Information

Bid No. 244/2020

C4.1

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Site Information PART C4 SITE INFORMATION Page

C4.1 Description of Site and Access C4.2

C4.2 Geotechnical Site Information C4.2

C4.3 Topography, Drainage & Rainfall C4.3

Page 195: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

_________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Part C4: Site Information

Bid No. 244/2020

C4.2

C4 Site Information C4.1 DESCRIPTION OF THE SITE AND ACCESS The Kanyamazane (Mhlume) is situated in the City of Mbombela Municipality within the jurisdiction of Ehlanzeni District

Municipality in the Mpumalanga Province. Mhlume settlement is located at about 15km East of Nelspruit CBD, within

City of Mbombela ward 21. Mhlume can be accessed through the RD 2296 from Nelspruit to Kanyamazane.

C4.2 GEOTECHNICAL SITE INFORMATION The Geological map indicates that the area is underlain by an Intrusive Igneous rock, called the Hebron Granodiorite

Granite type (Zn) and the Nelspruit Suite Granite type (Znm). These formation date back to the Swazian Age. The site

is also underlain by intrusive igneous rocks called the Timbavati Gabbro type (Mt). These formation date back to the

Mokolian Age. Intruding these formations are dolerite sills and dykes dating back to the Jurassic Age that traverse the

area in a North-South westerly direction. An intrusive igneous rock forms when magma cools and solidifies within

small pockets contained within the planet’s crust. It is generally coarse grained as it is surrounded by pre-existing

rocks.

The Hebron Granodiorite consists predominantly of plagioclase, quartz & biotite mineralogy, and it also medium to

coarse-grained, blue-grey in color, and generally devoid of phenocrysts. The area is widely covered by a weathered

outcrop which was observed on site, therefore shallow bedrocks might be encountered occasionally.

Page 196: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

_________________________________________________________________________________________________________________ CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA

Part C4: Site Information

Bid No. 244/2020

C4.3

C4.3 TOPOGRAPHY, DRAINAGE & RAINFALL The site is located at a combination of high (hilly) and low points in the area and subsequently the topography dips in

virtually all directions and drain well by means of sheet wash. The rainfall in South Africa is defined by the Weinert N

Value and can be seen on the image supplied below adapted from Weinert 1980.

Page 197: CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE …

City of Mbombela

________________________________________________________________________________________________________________

_

CONSTRUCTION OF SEWER RETICULATION AT KANYAMAZANE (MHLUME) FOR THE CITY OF MBOMBELA Part C4: Site Information

Bid No. 244/2020

C4.4