invitation to bid (sbd 1 part a) - nrf · bid number: nrfnzg-025-2017/18 page 1 of 40 initials:...

92
Bid Number: NRFNZG-025-2017/18 Page 1 of 40 Initials: INVITATION TO BID (SBD 1 PART A) BID DESCRIPTION YOU ARE HEREBY INVITED TO BID FOR THE FOLLOWING SUPPLY REQUIREMENTS BID NUMBER NRFNZG-025-2017/18 CLOSING DATE AND TIME 20 November 2017 at 11h00 SUPPLY AND INSTALLATION OF WATER RETICULATION SYSTEM FOR FIRE PROTECTION SERVICES AT THE NATIONAL ZOOLOGICAL GARDENS OF SOUTH AFRICA MINIMUM CIDB GRADING REQUIRED: 3CE OR 2CE PE TWO ENVELOPE SYSTEM APPLICABLE Yes THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT Validity Period From Date Of Closure: 150 days Compulsory Briefing Session or Site Visit Details Date and Time 03 November 2017 Venue Staff Centre Address 232 Boom Street, Corner of Boom & Paul Kruger Streets, Pretoria Central Contact Person Chumisa Loyilane BID RESPONSE DOCUMENTS ARE DEPOSITED IN THE BID BOX SITUATED AT:

Upload: vancong

Post on 05-Nov-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

Bid Number: NRFNZG-025-2017/18 Page 1 of 40 Initials:

INVITATION TO BID (SBD 1 PART A)

BID DESCRIPTION

YOU ARE HEREBY INVITED TO BID FOR THE FOLLOWING SUPPLY REQUIREMENTS

BID NUMBER NRFNZG-025-2017/18

CLOSING

DATE AND

TIME

20 November 2017 at 11h00

SUPPLY AND INSTALLATION OF WATER RETICULATION SYSTEM FOR FIRE

PROTECTION SERVICES AT THE NATIONAL ZOOLOGICAL GARDENS OF SOUTH

AFRICA

MINIMUM CIDB GRADING REQUIRED: 3CE OR 2CE PE

TWO ENVELOPE SYSTEM APPLICABLE Yes

THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT

Validity Period From Date Of Closure: 150 days

Compulsory

Briefing

Session or

Site Visit

Details

Date and Time 03 November 2017

Venue Staff Centre

Address 232 Boom Street, Corner of Boom & Paul Kruger

Streets, Pretoria Central

Contact Person Chumisa Loyilane

BID RESPONSE DOCUMENTS ARE DEPOSITED IN THE BID BOX SITUATED AT:

Bid Number: NRFNZG-025-2017/18 Page 2 of 40 Initials:

PHYSICAL ADDRESS

NATIONAL ZOOLOGICAL

GARDENS OF SA

CORNER BOOM STREET AND

PAUL KRUGER

NO 232 BOOM STREET

PRETORIA

0001

The tender box is situated at the

Reception area in the

Administration Building.

ADDRESSED AS FOLLOWS:

On the face of each envelope, the Bid Number and

Bidder’s Name, Postal Address, Contact Name,

Telephone Number and email address

TABLE OF CONTENTS

INVITATION TO BID (SBD 1 part A) ...................................................... 1

BID DESCRIPTION ............................................................................................................ 1

SUPPLIER INFORMATION ................................................................................................ 3

SBD 1 SIGNATURE ............................................................................................................ 5

TERMS AND CONDITIONS FOR BIDDING (SBD 1 part B) .................. 5

BID SUBMISSION: ............................................................................................................. 5

TAX COMPLIANCE REQUIREMENTS FOR SOUTH AFRICAN BASED SUPPLIERS ....... 6

QUESTIONNAIRE FOR FOREIGN BASED SUPPLIERS TO ASCERTAIN TAX

COMPLIANCE REQUIREMENTS ....................................................................................... 6

SETS OF BID DOCUMENTS REQUIRED: ......................................................................... 7

RETURNABLE DOCUMENT CHECKLIST TO QUALIFY FOR EVALUATION .................... 8

THE BIDDING SELECTION PROCESS ........................................................................... 10

BID PROCEDURE CONDITIONS: .................................................................................... 11

THRESHOLD TO QUALIFY FOR PRICE/PREFERENCE EVALUATION STAGE ............ 13

EVALUATION CRITERIA FOR EVALUATING BIDDERS RESPONSES

(TO BE COMPLETED BY THE BIDDER) ............................................. 14

Bid Number: NRFNZG-025-2017/18 Page 3 of 40 Initials:

THE BID CONTRACT ........................................................................... 21

INTRODUCTION TO THE NRF ........................................................................................ 21

INTRODUCTION TO THE NRF BUSINESS UNIT RESPONSIBLE FOR THIS BID .......... 21

CONTEXT OF THIS PROCUREMENT ............................................................................. 21

CONTRACT PERIOD ....................................................................................................... 22

SCOPE OF WORK ........................................................................................................... 22

SPECIAL CONDITIONS OF CONTRACT PERFORMANCE............................................. 22

SPECIAL CONDITIONS OF CONTRACT TO GENERAL CONDITIONS OF CONTRACT

(GCC) FOR CONSTRUCTION WORKS, 2015 Ed ............................................................ 23

PREFERENCE POINTS CLAIMED (SBD 6.1) .................................................................. 27

SBD 9: CERTIFICATE OF INDEPENDENT BID DETERMINATION ................................. 32

SBD 8 - DECLARATION OF BIDDER’S PAST SCM PRACTICES ................................... 34

SBD 4 - DECLARATION OF INTEREST WITH GOVERNMENT ...................................... 34

TABLE 2: REFERENCE LETTER FORMAT ..................................................................... 37

BID SUBMISSION CERTIFICATE FORM - (SBD 1) ......................................................... 38

SUPPLIER INFORMATION

Name Of Bidder

Postal Address

Telephone Number

CODE NUMBER

Cell Phone Number

CODE NUMBER

Bid Number: NRFNZG-025-2017/18 Page 4 of 40 Initials:

Facsimile Number

CODE NUMBER

E-Mail Address

VAT Registration Number:

REGISTERED ON THE NATIONAL TREASURY’S CENTRAL SUPPLIER DATABASE

Supplier

Number MAA

Unique Registration

Reference Number (36 digit)

TAX COMPLIANCE STATUS (Tick applicable)

Compliant Yes / Not-Compliant

TCS PIN

B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE (Tick applicable)

CERTIFICATE PROVIDED: Yes/No B-BBEE Level:

EMERGING/MICRO

ENTERPRISE Yes/No

QUALIFYING SMALL

ENTERPRISE Yes/No

B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE Yes/No

B-BBEE STATUS LEVEL SWORN AFFIDAVIT Yes/No

CERTIFICATE CERTIFIED Yes/No

(A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/SWORN AFFIDAVIT (FOR

EMEs AND QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE

POINTS FOR B-BBEE)

LOCAL/OVERSEAS SUPPLIER (Tick applicable)

ARE YOU THE ACCREDITED REPRESENTATIVE IN

SOUTH AFRICA FOR THE

GOODS/SERVICES/WORKS OFFERED?

Yes No

IF YES ENCLOSE PROOF

ARE YOU A FOREIGN BASED SUPPLIER FOR THE

GOODS /SERVICES /WORKS OFFERED?

Yes No

IF YES ANSWER THE FOREIGN

Bid Number: NRFNZG-025-2017/18 Page 5 of 40 Initials:

BASED SUPPLIERS

QUESTIONNAIRE BELOW

SBD 1 SIGNATURE

SIGNATURE OF BIDDER:

DATE:

CAPACITY UNDER WHICH

THIS BID IS SIGNED (Attach

proof of authority to sign this

bid)

BIDDING PROCEDURE ENQUIRIES MAY BE

DIRECTED TO:

TECHNICAL INFORMATION MAY BE

DIRECTED TO:

DEPARTMENT Supply Chain Management

DEPARTMENT Engineering and Technical

Services

CONTACT PERSON

Ms Monica Thapeli CONTACT PERSON

Ms Chumisa Loyilane

TELEPHONE NUMBER

012 339 2746 TELEPHONE NUMBER

012 339 2710

FACSIMILE NUMBER

012 232 4540 FACSIMILE NUMBER

012 232 4540

E-MAIL ADDRESS

[email protected] E-MAIL ADDRESS

[email protected]

TERMS AND CONDITIONS FOR

BIDDING (SBD 1 PART B)

NB: FAILURE TO PROVIDE ANY OF THE BELOW PARTICULARS MAY RENDER THE

BID INVALID.

BID SUBMISSION:

Bidders deliver their bids by the stipulated time to the correct address. The National

Research Foundation does not accept late bids for consideration.

Bidders must submit their bids on the official forms included in this invitation - (not to be re-

typed).

Where a bidder has registered on the Central Supplier Database, the bidder may choose

Bid Number: NRFNZG-025-2017/18 Page 6 of 40 Initials:

not to submit the mandatory information with the bid documentation where the Central

Supplier Database has the information. Bidders must submit their certified B-BBEE

certificate or certified B-BBEE sworn affidavit to the National Research Foundation.

Bidders must register on the Central Supplier Database uploading mandatory information

for verification purposes. Bidders must submit their certified B-BBEE certificate or certified

B-BBEE sworn affidavit to the National Research Foundation.

This bid is subject to the Preferential Procurement Policy Framework Act 2000 and its 2017

Regulations; the General Conditions of Contract (GCC); Special Conditions of Contract

(SCC), and, if applicable, any other legislation.

TAX COMPLIANCE REQUIREMENTS FOR SOUTH

AFRICAN BASED SUPPLIERS1

Bidders must ensure their tax obligations are in order.

Where the bidder does not have a Tax Compliance Status Certificate available and the

bidder has a valid Central Supplier Database Registration number, the bidder must provide

their CSD number in the field provided in this document.

Where the bidder provide access to its taxpayer profile and tax status in lieu of the above

paragraph, the bidder must their unique Personal Identification Number (pin) issued by

SARS to enable the National Research Foundation to view and verify the taxpayer profile

and tax status.

Bidders apply for the Tax Compliance Status (tcs) Certificate or PIN from their South Africa

Revenue Services branch or through E-Filing. In order to use the E-File provision, the bidder

needs to register with SARS as an e-filer through the website www.sars.gov.za.

Bidders may submit a printed Tax Compliance Status Certificate together with the bid.

In bids where consortia/joint ventures/sub-contractors are involved, each party must submit

a separate Tax Compliance Status Certificate/PIN/CSD number.

QUESTIONNAIRE FOR FOREIGN BASED

SUPPLIERS TO ASCERTAIN TAX COMPLIANCE

REQUIREMENTS2

IS THE BIDDER A RESIDENT OF SOUTH AFRICA (RSA)? ❑ YES ❑ NO

DOES THE BIDDER HAVE A BRANCH IN THE RSA? ❑ YES ❑ NO

1 www.ocpo.treasury.gov.za/Buyers_area/legislation/pages/practice_note.aspx National Treasury SCM

Instruction No. 7 of 2017/2018 2 www.ocpo.treasury.gov.za/Buyers_area/legislation/pages/practice_note.aspx National Treasury SCM

Instruction No. 7 of 2017/2018

Bid Number: NRFNZG-025-2017/18 Page 7 of 40 Initials:

DOES THE BIDDER HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES ❑ NO

DOES THE BIDDER HAVE ANY SOURCE OF INCOME IN THE RSA? ❑ YES ❑ NO

IS THE BIDDER LIABLE IN THE RSA FOR ANY FORM OF TAXATION? ❑ YES ❑ NO

If the answer is "NO" to all of the above, then it is not a requirement to obtain a Tax

Clearance Certificate/Tax Clearance System pin code from the South African Revenue

Service else the bidder must register as a South African based supplier as set out in the

above paragraph.

If the answer is "NO" to all of the above and when a written award notification is given to the

bidder, the bidder must provide the following information to the South African Revenue

Service on email address [email protected]

(A) Details of the foreign entity

(B) Description of goods and/or services being supplied by the entity; and

(C) Name of the National Research Foundation.

The South African Revenue Service will provide the form for applying for the letter of tax

affairs are in order i.e. no tax obligations in South Africa. The NRF makes itself available in

South Africa to assist its awarded foreign bidder in the obtaining of the clearance letter to

allow both parties to sign the contract.

SETS OF BID DOCUMENTS REQUIRED:

Number of ORIGINAL documents for contract signing 1

Bidders must submit the bid including the bidder’s response to the specification and the

bidders pricing in hard copy format (paper document) to the NRF. These serve as the

original sets of bid documents and forms part of the contract. The NRF with the awarded

bidder sign two originals of the contract form in black ink. The signed legal contract

constitutes the closure of the competitive bid/tender/request for quotation process and sets

out each party’s obligations for execution. These two original document sets serve as the

legal bid contract document and the contract record between the bidder and the NRF. The

bidders attach the originals or certified copies of any certificates stipulated in this document

to these original sets of bid documents.

In the case of a discrepancy between the evaluation copies and the master record, the

master record prevails. In the case of a discrepancy between the original sets deposited

with the NRF and that kept by the bidder, the original set deposited with the NRF is the

master contract for both parties.

Number of EVALUATION copies: 1

Bidders mark documents as “Copy for evaluation” and number all pages sequentially.

Bid Number: NRFNZG-025-2017/18 Page 8 of 40 Initials:

RETURNABLE DOCUMENT CHECKLIST TO QUALIFY

FOR EVALUATION

RETURNABLE DOCUMENTS Envelope 1

(G = Go/No GO; O = Optional)

Documents with rating letter G are

mandatory and non-submission will lead to

disqualification

Bid Section

Reference

Signed and completed Procurement Invitation (SBD 1)

including the SBD 4, 5 if applicable, 6.1, 6.2 if applicable, 8

and 9

G YES NO

Signed and completed Procurement Invitation (SBD 1)

including the SBD 4, 6.1, 6.2, 8 and 9

G YES NO Volume 1

(Page 27 - 40)

Provide proof of working project capital of at least

R300000.00. The bidder shall submit a bank statement

/letter from the company business account which shows a

bank balance recorded anytime during the tender period

(from tender advertising to closing date).

G YES NO

If a portion of the scope will be sub-contracted (as stipulated

in 6.1), provide details of sub-contractors with at least two

contactable and written reference letters in a format similar

to the one detailed in this document. If the reference letter

provided is in different format, the letter shall reflect the

following critical information: Scope of works, duration of the

project, contract amount and should describe the overall

impression of the proposed sub-contractor.

G YES NO

Company profile O YES NO

JV Company shall provide a Joint Venture Agreement as

per the CIDB JV Agreement format which can be

downloaded from: www.cidb.org.za

G YES NO

Valid letter of good standing from the compensation

commissioner or from private insurance companies that

offer similar cover

JV company shall provide a valid letter of good standing for

each JV partner.

G YES NO

Bid Number: NRFNZG-025-2017/18 Page 9 of 40 Initials:

Proof of CIDB registration of a minimum : 3CE or 2CE PE

JV companies shall provide a consolidated JV Grading

certificate in line with CIDB requirements.

G YES NO

Proof of Public liability insurance of at least 5 million Rands

per claim. In the case of a JV, each JV partner shall provide

proof of public liability insurance of at least R 5 million per

claim.

A Letter of Intent from a registered financial services

provider or an insurance company will be accepted.

Application for public liability insurance alone will not be

accepted.

G YES NO

Detailed high level construction programme with a duration

of no more than 16 weeks from the date of site handover.

The programme should include the supply and installation of

all equipment.

G YES NO

Proof of Registration on the Government’s Central Supplier

Database/CSD number

G YES NO

B – BBEE Certificate (South African Companies) or, for

companies that have less than R10 million turnover, a sworn

affidavit or the certificate issued by the Companies and

Intellectual Property Commission (CIPC) is required. A copy

of the template for this affidavit is available on the

Department of Trade and Industry website

https:\\www.thedti.gov.za/gazette/Affidavit_EME.pdf

O YES NO

Tax Confirmation Letter from South Africa Revenue

Services for Foreign Companies

G YES NO

Two reference letters from contactable current or previous

clients in a format similar to the one detailed in this

document. The reference letter shall be for civil engineering

projects only with a minimum contract amount of R 500

000.00 per project. If the reference letter provided is in

different format, the letter or completion certificate shall

reflect the following critical information: Scope of works,

duration of the project, contract amount and should describe

the overall impression of the bidder.

G YES NO Table 2

Reference 1 From:

Reference 2 From:

Bid Number: NRFNZG-025-2017/18 Page 10 of 40 Initials:

RETURNABLE DOCUMENTS Envelope 2

Summary pricing in the SBD 3 format in this document G YES NO Volume 2

Detail of the priced BOQ and supporting documents G YES NO Volume 2

THE BIDDING SELECTION PROCESS

Stage 1 – Compliance to submission requirements

Bidders warrant that their proposal document has, as a minimum, the specified documents

required for evaluating their proposals. The NRF provides the Returnable Document

Checklist listing these including which documents are mandatory (GO/NO GO) to the

bidders.

The NRF evaluates only procurement responses that are 100% acceptable in terms of

the Returnable Document List. The NRF disqualifies bidders not compliant with this

list for Stage 2.

Stage 2A – Evaluation of Bids against Specifications and Quality

1. The NRF evaluates each bidder’s written response to the specifications issued in

accordance to published evaluation criteria and the associated scoring set outlined

in this bid invitation. The evaluation consists of the mandatory minimum

specifications in a “Meet/Not meet” format with further specifications requiring

qualitative responses.

2. Bidders making the minimum evaluation score will pass to the price/preference

stage.

Stage 2B – Due Diligence Interviews

1. Where circumstances justifies it, the NRF conducts interviews with shortlisted

bidders for them to present further information or provide further proof distinguishing

their capability to the evaluation committee. In these cases, the NRF may provide

the areas of concern to the short listed bidders to address in their presentations.

Bidders making the minimum evaluation score will pass to the price/preference stage.

Stage 3 – Price/Preference Evaluation

Basis of competition:

The NRF compares each bidder’s pricing proposal on an equal and fair comparison

basis that is equitable to all bidders taking into account all aspects of the bids pricing

requirements. The NRF conducts fair market-related pricing tests to arrive at an opinion

of reasonableness of the bid price offered.

Bid Number: NRFNZG-025-2017/18 Page 11 of 40 Initials:

Due diligence tests for reasonableness of price:

The NRF conducts fair market-related pricing tests to arrive at an opinion of

reasonableness of the bid price offered. Where these tests reflect defective pricing or

pricing outside of the fair market-related price range, the evaluators will recommend

price negotiation with the winning bidder to bring the price within the fair market-related

price range.

Where the winning bidder did not want to participate in the price negotiation or not

prepared to provide a fair market-related price, the NRF cancels the award and

commences price negotiations with the second bidder in the price/preference ranking.

Ranking of the bidders pricing:

The NRF ranks the qualifying bids on price and preference points claimed in the

following manner:

Price - with the lowest priced Bid meeting the minimum specification as stipulated in

the threshold to qualify for this stage receiving the highest price score as set out in

the Preferential Procurement Policy 2017 Regulations;

Preference - preference points as claimed in the preference claim form (SBD6.1)

supported by a valid BBBEE certification are added to the price ranking scores.

Award recommendation:

The NRF nominates the bidder with the highest combined score for the contract award

subject to the bidder having supplied the relevant administrative documentation.

BID PROCEDURE CONDITIONS:

Counter Conditions

The NRF draws bidders’ attention that amendments to any of the Bid Conditions or setting

of counter conditions by bidders will result in the invalidation of such bids.

Two Envelope System Required

The objective is to evaluate the Proposals Section without reference to the Price Section

ensuring both sections are evaluated fairly and unbiased. The first envelope holds all

documents excluding the SBD 3 (price summary schedule) and detailed supporting pricing

documentation. The second envelope holds the SBD 3 and the detailed supporting pricing

documentation. An outer envelope encloses both envelopes that have the envelope

addressing as stated in this document.

The NRF only opens the proposal – the first envelope – at the evaluation stage and only

opens the pricing – the second envelope – for those bidders who meet the predefined

threshold at the proposal evaluation.

Bid Number: NRFNZG-025-2017/18 Page 12 of 40 Initials:

Response Preparation Costs

The NRF is NOT liable for any costs incurred by a bidder in the process of responding to

this Bid Invitation, including on-site presentations.

Cancellation Prior To Awarding

The NRF has the right to withdraw and cancel the Bid Invitation at any time prior to making

an award especially where there is insufficient funds and where the award price is outside of

the objective determined fair market-related price range (in terms of the Preferential

Procurement Policy Framework Act 2017 Regulations).

Collusion, Fraud And Corruption

Any effort by Bidder/s to influence evaluation, comparisons, or award decisions in any

manner will result in the rejection and disqualification of the bidder concerned.

Fronting

The NRF, in ensuring that bidders conduct themselves in an honest manner will, as part of

the bid evaluation processes where applicable, conduct or initiate the necessary

enquiries/investigations to determine the accuracy of the representation made in the bid

documents. Should any of the fronting indicators as contained in the “Guidelines on complex

Structures and Transactions and Fronting”, issued by the Department of Trade and Industry,

be established during such inquiry/investigation, the onus will be on the bidder to prove that

fronting does not exist. Failure to do so within a period of 7 days from date of notification will

invalidate the bid/contract and may also result in the restriction of the bidder to conduct

business with the public sector for a period not exceeding 10 years, in addition to any other

remedies the NRF may have against the bidder concerned.

DISCLAIMERS

The NRF has produced this document in good faith. However, the NRF, its agents and its

employees and associates, do not warrant its accuracy or completeness.

To the extent that the NRF is permitted by law, the NRF will not be liable for any claim

whatsoever and how so ever arising (including, without limitation, any claim in contract,

negligence or otherwise) for any incorrect or misleading information contained in this

document due to any misinterpretation of this document.

The NRF makes no representation, warranty, assurance, guarantee or endorsements to any

provider/bidder concerning the document, whether with regard to its accuracy,

completeness or otherwise and the NRF shall have no liability towards the responding

service providers or any other party in connection therewith.

Bid Number: NRFNZG-025-2017/18 Page 13 of 40 Initials:

THRESHOLD TO QUALIFY FOR PRICE/PREFERENCE

EVALUATION STAGE

Bidders are not eligible for the Price and Preference scoring stage where they score less

than the minimum threshold of:

1. 70 points on total score and/or scores “Meet Functionality Requirements”

2. Meeting all administrative requirements as “GO/NO GO”

Bid Number: NRFNZG-025-2017/18 Page 14 of 40 Initials:

EVALUATION CRITERIA FOR EVALUATING

BIDDERS RESPONSES (TO BE COMPLETED BY

THE BIDDER)

Selection Element Weight

(N/A)

Bidder to indicate

whether they comply or

not comply (tick

appropriate column)

If YES, bidder to provide

supporting documents.

Bidder must also indicate

location of the document in

the bid document. e.g.

provide page number or

annexure name

1 Proof of working Project capital of at least R300000.00. Bidder must

Submit Bank statement/letter from the company business account

which shows a bank balance recorded anytime during the tender

period (from tender advertising to closing date).

GO/NO-

GO

YES NO

Bid Number: NRFNZG-025-2017/18 Page 15 of 40 Initials:

EVALUATION CRITERIA FOR EVALUATING

BIDDERS RESPONSES (TO BE COMPLETED BY

THE BIDDER)

Selection Element Weight

(N/A)

Bidder to indicate

whether they comply or

not comply (tick

appropriate column)

If YES, bidder to provide

supporting documents.

Bidder must also indicate

location of the document in

the bid document. e.g.

provide page number or

annexure name

2 Evaluate whether a Valid letter of good standing from the

compensation commissioner or from private insurance companies

that offer similar cover has been submitted JV company shall provide

a valid letter of good standing for each JV partner.

GO/NO-

GO

YES NO

Bid Number: NRFNZG-025-2017/18 Page 16 of 40 Initials:

EVALUATION CRITERIA FOR EVALUATING

BIDDERS RESPONSES (TO BE COMPLETED BY

THE BIDDER)

Selection Element Weight

(N/A)

Bidder to indicate

whether they comply or

not comply (tick

appropriate column)

If YES, bidder to provide

supporting documents.

Bidder must also indicate

location of the document in

the bid document. e.g.

provide page number or

annexure name

3 Evaluate whether the bidder has CIDB registration of a minimum:

3CE or 2CE PE.

JV companies shall provide a consolidated JV Grading certificate in

line with CIDB requirements.

GO/NO-

GO

YES NO

Bid Number: NRFNZG-025-2017/18 Page 17 of 40 Initials:

EVALUATION CRITERIA FOR EVALUATING

BIDDERS RESPONSES (TO BE COMPLETED BY

THE BIDDER)

Selection Element Weight

(N/A)

Bidder to indicate

whether they comply or

not comply (tick

appropriate column)

If YES, bidder to provide

supporting documents.

Bidder must also indicate

location of the document in

the bid document. e.g.

provide page number or

annexure name

4 Evaluate whether the bidder has public liability insurance of at least 5

million Rands per claim (Letter of Intent from a registered financial

services provider or an insurance company will be accepted)

(Application for a public liability insurance alone will not be

accepted). In the case of a JV, each JV partner shall provide proof of

public liability insurance of at least R 5 million per claim.

GO/NO-

GO

YES NO

Bid Number: NRFNZG-025-2017/18 Page 18 of 40 Initials:

EVALUATION CRITERIA FOR EVALUATING

BIDDERS RESPONSES (TO BE COMPLETED BY

THE BIDDER)

Selection Element Weight

(N/A)

Bidder to indicate

whether they comply or

not comply (tick

appropriate column)

If YES, bidder to provide

supporting documents.

Bidder must also indicate

location of the document in

the bid document. e.g.

provide page number or

annexure name

5 Evaluate whether details of sub-contractors are provided (if the

details are provided in SBD 6.1), particularly the two contactable and

written reference letters.

GO/NO-

GO

YES NO

6 Evaluate whether the two reference letters relating to civil

engineering projects with a minimum contract value of R 500 000.00

have been provided

GO/NO-

GO

YES NO

Bid Number: NRFNZG-025-2017/18 Page 19 of 40 Initials:

EVALUATION CRITERIA FOR EVALUATING

BIDDERS RESPONSES (TO BE COMPLETED BY

THE BIDDER)

Selection Element Weight

(N/A)

Bidder to indicate

whether they comply or

not comply (tick

appropriate column)

If YES, bidder to provide

supporting documents.

Bidder must also indicate

location of the document in

the bid document. e.g.

provide page number or

annexure name

7 Evaluate whether the proposed construction programme falls within

16 weeks.

GO/NO-

GO

YES NO

Bid Number: NRFNZG-025-2017/18 Page 20 of 40 Initials:

FUNCTIONALITY / SCORING CRITERIA

NO. ELEMENT WEIGHT SCORE

1

Experience on similar projects: Provide completion letter/certificate

accompanied by an award letter (if necessary) to show the value of

the project.

Completed one project: ≥ R500 000 < R750 000 = 20

Completed one project ≥ R750 000 < R1 000 000 = 25

Completed one project > R1 000 000 = 30

Please note that similar projects relate only to projects relating

to water reticulation systems and points will only be awarded

to a maximum of two projects with the highest values executed

by the company.

30

2

Two positive reference letters from current or previous clients in a

format similar to the one detailed on Table 2. Points will be allocated

only to projects of a civil engineering discipline:

Completed one project: ≥ R500 000 < R750 000 = 20

Completed one project: ≥ R750 000 < R1 000 000 = 25

Completed one project > R1 000 000 = 30

Positive letter in this case refers to a letter where the referee

gives overall positive appraisal and indicates willingness to

work with the bidder in future.

30

3

Construction related Qualifications for one of the owner/s and/or

Director/s of the company:

National Diploma/Degree or Higher = 10 (Attach certificate

as proof)

N6 or equivalent = 5 (Attach certificate as proof)

10

4

Construction related experience for one of the owner/s and/or

Director/s of the company:

More than 5 years construction experience = 10 (Attach CV

as proof)

3 – 5 years construction experience = 5 (Attach CV as proof)

Less than 3 years construction experience = 0 (Attach CV as

proof)

10

5

Construction programme for the supply and installation with a total

duration of no more than 16 weeks from the date of site handover.

0 ≤ 12 weeks = 20

> 12 ≤ 14 weeks = 10

> 14 ≤ 16 weeks = 5

20

Bid Number: NRFNZG-025-2017/18 Page 21 of 40 Initials:

THE BID CONTRACT

INTRODUCTION TO THE NRF

The National Research Foundation (“NRF”) is a juristic person established in terms of the

National Research Foundation Act, Act 23 of 1998, and a Schedule 3A Public Entity in terms of

the Public Finance Management Act.

The NRF is the government’s national agency responsible for promoting and supporting

research and human capital development through funding researchers, provision of the

National Research Platforms, and science outreach platforms/programs to the broader

community. The NRF provides these services in all fields of science and technology, including

natural science, engineering, social science, and humanities.

The NRF delivers its mandate through its internal business units which are both functional and

geographical diverse. Unless specifically noted, all contracts flowing from bidding apply to all of

its business units.

INTRODUCTION TO THE NRF BUSINESS UNIT

RESPONSIBLE FOR THIS BID

The National Zoological Gardens of South Africa (NZG) is one of the NRF Business units. The

NZG is a wildlife biodiversity conservation and research facility that incorporates a living animal

collection, a Wildlife Biomaterials Bank and a Centre for Conservation Science. Its main

operating site is situated in the centre of Pretoria, Gauteng and has a spread of 85 ha.

CONTEXT OF THIS PROCUREMENT

The National Zoological Gardens seeks to appoint a service provider for the supply and

installation of a water reticulation system-Phase 2 for fire protection services and other general

water usage up at the Northern side. The first phase of this project was initiated and

implemented in 2011 and 2013 respectively, with the purpose of supplying water from the

municipal bulk water chamber to the mountain area, which is located in the Northern side of the

Zoo The project could not be successfully completed in 2013 as the municipality denied the

NZG a connection at the municipal chamber. Phase 2 of this project meant that the reticulation

system be re-designed such that the water line would connect from the main water supply

coming from Boom street into a storage tank and be pumped up to the top of the mountain.

Bid Number: NRFNZG-025-2017/18 Page 22 of 40 Initials:

CONTRACT PERIOD

The contract is for a maximum period of 16 weeks from the date of site handover.

SCOPE OF WORK

The scope of works entails;

- The supply and installation of one dual (Diesel & Electric) motor pump with control

panel and all accessories;

- Supply and installation of high galvanized mild steel sectional water storage tank with a

capacity of 140 000litres;

- Construction of pump house,

- Supply and installation of new hydrants, including all piping and fittings and upgrading

of existing hydrants;

- Reinstatement of water steel pipeline; and

- Associated civil and structural work.

Refer to the Technical drawings together with the Bill of quantities (BoQ) and Project

specifications on volume 2 and Volume 3 of the tender documents for detailed specifications.

SPECIAL CONDITIONS OF CONTRACT

PERFORMANCE

SERVICE PERFORMANCE LEVELS STATEMENT

Service being Measured Measurement Penalty and level

applicable from

Time management Adherence to

approved baseline

programme

Penalty of 0.5% of the

contract value shall be

applied as per SCC per

calendar day

Director/Owner of the company to be

directly involved in the project or designate

a competent Construction Manager full

time on site

Attend Project

Meetings

Resolve site issues

timeously

1% of the total contract

value excluding VAT

shall be with-held for

each offence i.e. non-

Bid Number: NRFNZG-025-2017/18 Page 23 of 40 Initials:

attendance and action

meeting items.

Quality of work/workmanship Adherence to the

approved Quality

Control Plan and

Engineer’s

inspection checklist

2.5% of contract value

excluding VAT shall be

withheld for non-

compliance

Compliance to OHS Act and Construction

Regulations 2014

Health & Safety file

to be up to date

and project

specific, risk

assessments to be

completed, etc

Stop all construction

activities until the

issues are resolved,

withhold payments, and

if there same issues

persist, terminate the

contract.

Compliance to the Environmental

Management Plan (EMP)

Adherence to

mitigation plans

provided for in the

EMP

Cutting of trees without

permission – R20000

per tree. Contractor to

reinstate tree at own

cost

Oil and Fuel Spillages -

R5000.00 per spillage.

Oil spillages to be

removed at own cost.

Burning of fires without

permission – R5000.00

per offence. Contractor

to rehabilitate affected

areas at own cost.

SPECIAL CONDITIONS OF CONTRACT TO GENERAL

CONDITIONS OF CONTRACT (GCC) FOR

CONSTRUCTION WORKS, 2015 ED

The bidder is required to purchase a copy of the GCC, at his own expense, from the South

African Institute of Civil Engineers:

SAICE TEL : (011) 805-5947 East Wing, Howick Gardens FAX : (011) 805-5971 Waterfall Park

Bid Number: NRFNZG-025-2017/18 Page 24 of 40 Initials:

Bekker Street VORNA VALLEY X21 MIDRAND

Clause

No

Special Conditions of Contract

Clause

4.4.1

The bidder shall notify the Employer in writing of all subcontracts that will be used

under this contract during the tender stage.

The contractor shall 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 supplier, unless the supplier sub-contracts to an Exempted Micro Enterprise that

has the capability and ability to execute the sub-contract.

The bidder shall provide proof, in the legislated formats, of the sub-contractor’s B-

BBEE status for each subcontract under this contract to the NRF.

Clause

4.4.2

All suppliers of the major components such as the water storage tank, pump and

hydrants shall have a minimum of 5years of experience in the respective fields and

only 100% locally manufactured steel products will be considered.

Clause

5.3.1

The contractor shall provide the following documentation, within 2 weeks of site

handover.

- Proof of purchase of the long lead items such as the water storage tank and

pump;

- A revised programme of works to be used as a baseline contractual

programme;

- Quality Control Plan;

- Project execution plan or method statement of activities; and

- Health, Safety, and Environmental management plan in line with

Construction Regulations 2014 and OHS Act (Act 85 of 1993)

Clause

5.13.1

The penalty amount referred to on clause 5.13.1 will be charged at 0.5% of the

contract value per calendar day.

Clause

6.2.2

Performance security is not required for this project but 10% retention will be

withheld from every payment certificate totalling to the contract value. 5% of the

retention money will be released upon reaching final completion while the remainder

of the 5% will be released 12 months from final completion date.

Clause

8.6.1.3

Liability insurance cover referred to in this clause shall be a public liability insurance

cover of at least 5 Million Rands per claim valid from project commencement date up

until expiry of the defects liability period.

Clause

6.8.2

Contract price adjustment application is not provided for in this contract and shall not

be entertained.

Bid Number: NRFNZG-025-2017/18 Page 25 of 40 Initials:

Clause

6.10.4

The NRF shall pay the amount due to the Contractor within 30 days of receipt by the

NRF of the payment certificate signed by the Employer’s Representative.

Contracted Party Due Diligence

The NRF reserves the right to conduct supply chain due diligence at any time during

the contract period including site visits.

Jigs, Tools, and Templates

Unless otherwise agreed, all jigs, tools, templates and similar equipment that may be

necessary for the execution of this contract at the NRF’s premises shall on

completion or cancellation of the contract become property of the NRF if the NRF

has paid therefore. In such event, the said equipment shall be delivered at the

premises of the NRF by the contracted supplier, properly marked with the contract

and the relevant code number as supplied by the NRF for the finished items.

Copyright and Intellectual Property

All background intellectual property invests in and remains the sole property if the

party that contributed it to this contract and/or disclosed the same to the NRF.

The contracted supplier hereby grants the NRF a fully paid up, irrevocable, non-

exclusive, and transferable licence to use its background intellectual property

including the right to sub-licence to third parties in perpetuity and to the extent that

shall reasonably be required by the NRF for the exploitation of the contract

intellectual property and to enable the NRF to obtain the full benefit of the contract

intellectual property.

The parties agree that all right, title, and interest in the contract intellectual property

rightly invests in the NRF and to give effect to the foregoing:

(a) The contracted supplier hereby assigns all rights, titles, and interests in

and to the contract intellectual property that it may own to the NRF and

the NRF hereby accepts such assignment, and

(b) The contracted supplier undertakes to assign in writing to the NRF all

contract intellectual property and which may invest in the contracted

supplier.

The contracted supplier shall ensure that the contract intellectual property is kept

confidential and shall fulfil its confidentiality obligations as set out in this document.

The contracted supplier shall assist the NRF in obtaining statutory protection for the

contract intellectual property at the expense of the NRF wherever the NRF may

choose to obtain such protection. The contracted party shall procure where

necessary the signatures of its personnel for the assignment of the contract

Bid Number: NRFNZG-025-2017/18 Page 26 of 40 Initials:

intellectual property to the NRF, or as the NRF may direct, and to support the NRF,

or its nominee, in the prosecution and enforcement thereof in any country in the

world.

The contracted supplier hereby irrevocably appoints the NRF to be its true and

lawful agent in its own name, to do such acts, deeds, and things and to execute

deeds, documents, and forms that the NRF, in its absolute discretion, requires in

order to give effect to the terms of this clause.

The rights and obligations set out in this clause shall service termination of this

contract indefinitely.

Confidentiality

The recipient of confidential information shall be careful and diligent as not to cause

any unauthorised disclosure or use of the confidential information, in particular,

during its involvement with the NRF and after termination of its involvement with the

NRF, the recipient shall not:

(a) Disclose the confidential information, directly or indirectly, to any person

or entity, without the NRF’s prior written consent.

(b) Use, exploit or in any other manner whatsoever apply the confidential

information for any other purpose whatsoever, other than for the

execution of the contract and the delivery of the deliverables or

(c) Copy, reproduce, or otherwise publish confidentiality information except

as strictly required for the execution of the contract.

The recipient shall ensure that any employees, agents, directors, contractors, service

providers, and associates which may gain access to the confidential information are

bound by agreement with the recipient, not to

(a) Disclose the confidential information to any third party, or

(b) Use the confidential information otherwise than as may be strictly

necessary for the execution of the contract,

Both during the term of their associations with the recipient and after termination of

their respective associations with the recipient.

The recipient shall take all such steps as may be reasonably necessary to prevent

the confidential information from falling into the hands of any unauthorised third

party.

The undertakings set out in this clause shall not apply to confidential information,

which the recipient is able to prove:

(a) Was in the possession of the recipient prior to its involvement with the

NRF;

(b) Is now or hereafter comes into the public domain other than by breach of

Bid Number: NRFNZG-025-2017/18 Page 27 of 40 Initials:

this contract by the recipient;

(c) Was lawfully received by the recipient from a third party acting in good

faith having a right of further disclosure and who do not derive the same

directly or indirectly from the NRF, or

(d) Was independently developed by the recipient prior to its involvement

with the NRF; or

(e) Is required by law to be disclosed by the recipient, but only to the extent

of such order and the recipient shall inform the NRF of such requirement

prior to any disclosure.

The recipient shall within one (1) month of receipt of a written request from the NRF

to do so, return to the NRF all material embodiments, whether in documentary or

electronic from. Of the confidential information including but not limited to:

(a) All written disclosures received from the NRF;

(b) All written transcripts of confidential information disclosed verbally by the

NRF; and

(c) All material embodiments of the contract intellectual property.

The recipient acknowledges that the confidential information is being made available

solely for the execution of the contract and for no other purpose whatsoever and that

the confidential information would not have been made available to the recipient, but

for the obligations of confidentiality agreed to herein.

Except as expressly herein provided, this contract shall not be construed as granting

or confirming, either expressly or impliedly any rights, licences or relationships by

furnishing of confidential information by either party pursuant to this contract.

PREFERENCE POINTS CLAIMED (SBD 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:

1.1.1. the 80/20 system for requirements with a Rand value of up to R50 000

000 (all applicable taxes included); and

1.1.2. the 90/10 system for requirements with a Rand value above R50 000 000

(all applicable taxes included).

Bid Number: NRFNZG-025-2017/18 Page 28 of 40 Initials:

1.2.

1.2.1. The value of this bid is estimated to not exceed R50 000 000 (all

applicable taxes included) and therefore the …80/20……….. preference

point system shall be applicable.

1.3. Points for this bid shall be awarded for:

1.3.1. Price; and

1.3.2. B-BBEE Status Level of Contributor.

1.4. The maximum points for this bid are allocated as follows:

POINTS

PRICE 80

B-BBEE STATUS LEVEL OF CONTRIBUTION 20

Total points for Price and B-BBEE must not exceed 100

1.5. Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor

together with the bid, will be interpreted to mean that preference points for B-BBEE

status level of contribution are not claimed.

1.6. 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. “B-BBEE” means broad-based black economic empowerment as defined in section

1 of the Broad-Based Black Economic Empowerment Act;

2.2. “B-BBEE status level of contributor” means the B-BBEE status of an entity in

terms of a code of good practice on black economic empowerment, issued in terms

of section 9(1) of the Broad-Based Black Economic Empowerment Act;

2.3. “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 goods or services, through price

quotations, advertised competitive bidding processes or proposals;

2.4. “Broad-Based Black Economic Empowerment Act” means the Broad-Based

Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

2.5. “EME” means an Exempted Micro Enterprise in terms of a code of good practice

on black economic empowerment issued in terms of section 9 (1) of the Broad-

Based Black Economic Empowerment Act;

2.6. “functionality” means the ability of a tenderer to provide goods or services in

accordance with specifications as set out in the tender documents.

2.7. “prices” includes all applicable taxes less all unconditional discounts;

2.8. “proof of B-BBEE status level of contributor” means:

2.8.1. B-BBEE Status level certificate issued by an authorized body or person;

2.8.2. A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice;

Bid Number: NRFNZG-025-2017/18 Page 29 of 40 Initials:

2.8.3. Any other requirement prescribed in terms of the B-BBEE Act;

2.9. “QSE” means a qualifying small business enterprise in terms of a code of good

practice on black economic empowerment issued in terms of section 9 (1) of the

Broad-Based Black Economic Empowerment Act;

2.10. “rand value” means the total estimated value of a contract in Rand, calculated at

the time of bid invitation, and includes all applicable taxes;

3. POINTS AWARDED FOR PRICE

3.1. 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 price of bid under consideration

Pt = Price of bid under consideration

Pmin = Price of lowest acceptable bid

4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR

4.1. In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations,

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

5. BID DECLARATION

5.1. Bidders who claim points in respect of B-BBEE Status Level of Contribution must

Bid Number: NRFNZG-025-2017/18 Page 30 of 40 Initials:

complete the following:

6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF

PARAGRAPHS 1.4 AND 4.1

6.1. B-BBEE Status Level of Contributor: . = ………(maximum of 10 or 20

points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table

reflected in paragraph 4.1 and must be substantiated by relevant proof of B-BBEE

status level of contributor.

7. SUB-CONTRACTING

7.1. Will any portion of the contract be sub-contracted?

(Tick applicable box)

YES NO

7.1.1. If yes, indicate:

7.1.1.1. What percentage of the contract will be

subcontracted............…………….…………%

7.1.1.2. The name of the sub-

contractor…………………………………………………………..

7.1.1.3. The B-BBEE status level of the sub-

contractor......................................……………..

7.1.1.4. Whether the sub-contractor is an EME or QSE

(Tick applicable box)

YES NO

7.1.1.5. Specify, by ticking the appropriate box, if subcontracting with an

enterprise in terms of Preferential Procurement Regulations, 2017:

Designated Group: An EME or QSE which is at last 51% owned by:

EME √

QSE √

Black people

Black people who are youth

Black people who are women

Black people with disabilities

Black people living in rural or underdeveloped areas or townships

Cooperative owned by black people

Black people who are military veterans

OR

Any EME

Any QSE

8. DECLARATION WITH REGARD TO COMPANY/FIRM

8.1. Name of company/firm:

…………………………………………………………………………….

8.2. VAT registration number:

Bid Number: NRFNZG-025-2017/18 Page 31 of 40 Initials:

……………………………………….…………………………………

8.3. Company registration number:

…………….……………………….…………………………….

8.4. TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited

[TICK APPLICABLE BOX]

8.5. DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

………………………………………………………………………………………………

………………………………………………………………………………………………

………………………………………………………………………………………………

………………………………………………………………………………………………

…………………………..

8.6. COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

Other service providers, e.g. transporter, etc.

[TICK APPLICABLE BOX]

8.7. Total number of years the company/firm has been in business:

……………………………

8.8. 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-BBEE status level of

contributor indicated in paragraphs 1.4 and 6.1 of the foregoing certificate, qualifies

the company/ firm for the preference(s) shown and I / we acknowledge that:

8.8.1. The information furnished is true and correct;

8.8.2. The preference points claimed are in accordance with the General Conditions

as indicated in paragraph 1 of this form;

8.8.3. In the event of a contract being awarded as a result of points claimed as

shown in paragraphs 1.4 and 6.1, the contractor may be required to furnish

documentary proof to the satisfaction of the purchaser that the claims are

correct;

8.8.4. If the B-BBEE status level of contributor 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 –

8.8.4.1. disqualify the person from the bidding process;

Bid Number: NRFNZG-025-2017/18 Page 32 of 40 Initials:

8.8.4.2. recover costs, losses or damages it has incurred or suffered as a result of

that person’s conduct;

8.8.4.3. 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;

8.8.4.4. recommend that the bidder or contractor, its shareholders and directors,

or only the shareholders and directors who acted on a fraudulent basis,

be restricted by the National Treasury 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

8.8.4.5. forward the matter for criminal prosecution.

SBD 9: CERTIFICATE OF INDEPENDENT BID

DETERMINATION

I, the undersigned, in submitting this Bid in response to the invitation for the Bid made by

the NRF, do hereby make the following statements that I certify to be true and complete in

every respect:

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

I understand that the Bid will be disqualified if this Certificate is found not to be true

and complete in every respect;

I am authorised by the Bidder to sign this Certificate, and to submit the Bid, on behalf

of the Bidder;

Each person whose signature appears on the Bid has been

authorised by the Bidder to determine the terms of, and to sign,

the Bid on behalf of the Bidder;

For the purposes of this Certificate and the accompanying Bid, I understand that the word

“competitor” shall include any individual or organisation, 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;

……………………………………….

SIGNATURE(S) OF BIDDERS(S)

WITNESSES

1. ……………………………………..

2. …………………………………….

Bid Number: NRFNZG-025-2017/18 Page 33 of 40 Initials:

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

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 consortium 3 will not be construed as

collusive bidding.

In particular, without limiting the generality of paragraphs 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.

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.

The terms of this 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 the bid or to the signing of the contract.

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

³ Joint venture or Consortium means an association of persons for the purpose of

Bid Number: NRFNZG-025-2017/18 Page 34 of 40 Initials:

combining their expertise, property, capital, efforts, skill and knowledge in an activity for the

execution of

SBD 8 - DECLARATION OF BIDDER’S PAST SCM

PRACTICES

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? If Yes, furnish particulars as

an attached schedule:

YES / NO

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)? If Yes, furnish particulars as an

attached schedule:

YES / NO

Was the Bidder or any of its directors convicted by a court of law

(including a court outside of the Republic of South Africa) for fraud or

corruption during the past five years? If Yes, furnish particulars as an

attached schedule:

YES / NO

Was any contract between the Bidder and any NRF terminated during

the past five years because of failure to perform on or comply with the

contract? If Yes, furnish particulars as an attached schedule:

YES / NO

The Database of Restricted Suppliers and Register for Tender Defaulters 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.

SBD 4 - DECLARATION OF INTEREST WITH

GOVERNMENT

Any legal person, including persons employed by the STATE ¹, or persons having a kinship

with persons employed by the STATE, including a blood relationship, may make an offer or

offers in terms of this invitation to Bid (includes an advertised competitive Bid, a limited Bid,

a proposal or written price quotation). In view of possible allegations of favouritism, should

the resulting Bid, or part thereof, be awarded to persons employed by the STATE , or to

persons connected with or related to them, it is required that the Bidder or his/her

authorised representative, declare his/her position in relation to the evaluating/adjudicating

authority where:

The Bidder is employed by the STATE ; and/or

Bid Number: NRFNZG-025-2017/18 Page 35 of 40 Initials:

The legal person on whose behalf the Bidding Document is signed, has a

relationship with persons/s person who is/are involved in the evaluation and or

adjudication of the Bid(s), or where it is known that such a relationship exists

between the person or persons for or on whose behalf the declarant acts and

persons who are involved with the evaluation and/or adjudication of the Bid.

In order to give effect to the above, the following questionnaire must be completed and

submitted with this Bid:

Full Name of Bidder or his/her representative

Identity Number:

Position occupied in the Company (director, trustee, shareholder, member):

Registration number of company, enterprise, close corporation, partnership agreement

Tax Reference Number:

VAT Registration Number:

The names of all directors/trustees/shareholders/members, their individual identity

numbers, tax reference numbers and, if applicable, employee/PERSAL numbers must be

indicated in a separate schedule including the following questions:

Schedule attached with the above details for all directors/members/shareholders

Are you or any person connected with the Bidder presently employed by

the STATE? If so, furnish the following particulars in an attached

schedule

YES / NO

Name of person/ director/ trustee/ shareholder/member:

Name of STATE institution at which you or the person connected to the Bidder is

employed

Position occupied in the STATE institution

Any other particulars:

If you are presently employed by the STATE, did you obtain the YES / NO

Bid Number: NRFNZG-025-2017/18 Page 36 of 40 Initials:

appropriate authority to undertake remunerative work outside

employment in the public sector?

If Yes, did you attach proof of such authority to the Bid document?

If No, furnish reasons for non-submission of such proof as an attached schedule

(Note: Failure to submit proof of such authority, where applicable, may result in the

disqualification of the Bid.)

Did you or your spouse or any of the company’s directors/ trustees

/shareholders /members or their spouses conduct business with the

STATE in the previous twelve months?

YES / NO

If so, furnish particulars as an attached schedule:

Do you, or any person connected with the Bidder, have any relationship

(family, friend, other) with a person employed by the STATE and who

may be involved with the evaluation and or adjudication of this Bid?

YES / NO

If so, furnish particulars as an attached schedule.

Do you or any of the directors/ trustees/ shareholders/ members of the

company have any interest in any other related companies whether or

not they are bidding for this contract?

YES / NO

If so, furnish particulars as an attached schedule:

Bid Number: NRFNZG-025-2017/18 Page 37 of 40 Initials:

TABLE 2: REFERENCE LETTER FORMAT

Bidder’s Letterhead

We are submitting a bid for the contract described below. We appreciate your assistance

and effort in completing on your letterhead the reference as set out below on your

experience with us.

Referee Letterhead Referee Legal Name

REFERENCE ON COMPANY xxxxx

Contract Number:

Scope of works:

Contract amount (VAT inclusive):

Contract duration:

Describe the service/work the above bidder provide to you below

Criteria Needs

improvement

Meets

requirements

Exceeds requirements

Professionalism

Health and Safety

Communication skills and

professionalism

Bid Number: NRFNZG-025-2017/18 Page 38 of 40 Initials:

Planning and adherence to

construction program

Satisfaction with quality and

workmanship

Time and Cash flow management

Overall Impression

No. of times used in the past 5

years

Would you use the provider again? YES/NO

Completed by:

Signature:

Company Name:

Contact Telephone Number:

Date:

Company Stamp:

BID SUBMISSION CERTIFICATE FORM - (SBD 1)

I hereby undertake to supply all or any of the goods, works, and services described in

this procurement invitation to the NRF in accordance with the requirements and

specifications stipulated in this Bid Invitation document at the price/s quoted.

My offer remains binding upon me and open for acceptance by the NRF during the

validity period indicated and calculated from the closing time of Bid Invitation.

The following documents are deemed to form and be read and construed as part of this

offer / bid even where integrated in this document:

Bid Number: NRFNZG-025-2017/18 Page 39 of 40 Initials:

Invitation to Bid (SBD 1) Specification(s) set out in this Bid Invitation

inclusive of any annexures thereto

Bidder’s responses to this invitation

as attached to this document

Pricing Schedule(s) (SBD3) including

detailed schedules attached

CSD / Tax clearance letter where applicable

Declaration of Interest (SBD4); Independent Price Determination (SBD 9)

Preference (SBD 6.1) claims for Broad Based Black Economic Empowerment

Status Level of Contribution in terms of the Preferential Procurement Regulations

2017 (SBD6.1) and supported by a valid BBBEE certificate that has been certified

either as copy or original.

Declaration of Bidder’s past SCM

practice (SBD 8)

General Conditions of contract for

Construction as set out in this document

(GCC) SAICE contract form with the SCC in

this document

I confirm that I have satisfied myself as to the correctness and validity of my offer / bid in

response to this Bid Invitation; that the price(s) and rate(s) quoted cover all the goods,

works and services specified in the Bid Invitation; that the price(s) and rate(s) cover all

my obligations and I accept that any mistakes regarding price(s) and rate(s) and

calculations will be at my own risk.

I accept full responsibility for the proper execution and fulfilment of all obligations and

conditions devolving on me in terms of this Bid Invitation as the principal liable for the

due fulfilment of the subsequent contract if awarded to me.

I declare that I have had no participation in any collusive practices with any Bidder or any

other person regarding this or any other Bid.

I certify that the information furnished in these declarations (SBD4, SBD6.1, SBD 6.2

where applicable, SBD5, SBD8, SBD9) is correct and I accept that the NRF may reject

the Bid or act against me should these declarations prove to be false.

I confirm that I am duly authorised to sign this offer/ bid response.

NAME (PRINT)

CAPACITY

SIGNATURE

Bid Number: NRFNZG-025-2017/18 Page 40 of 40 Initials:

Witness 1

NAME

SIGNATURE

Witness 2

NAME

SIGNATURE

DATE

Page 1 of 22

NATIONAL RESEARCH FOUNDATION/

NATIONAL ZOOLOGICAL GARDENS OF SOUTH

AFRICA

SUPPLY AND INSTALLATION OF WATER RETICULATION

SYSTEM FOR FIRE PROTECTION SERVICES AT THE

NATIONAL ZOOLOGICAL GARDENS OF SOUTH AFRICA

MINIMUM CIDB GRADING REQUIRED: 3CE OR 2CE PE

Bid No: NRFNZG-025-2017/18

TENDER DOCUMENT - VOLUME 2: PRICING

TENDERER ………………………………………………………………………………….

AMOUNT TENDERED ………….………………………………………………………….

AMOUNT IN WORDS…………………………………………………………………………

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

CIDB GRADING………………………………………………………………………….……

BID CLOSING : 20 November 2017 at 11h00

Page 2 of 22

TABLE OF CONTENTS

Part C2: Pricing Data

C2.1: Bill of Quantities and Preambles Page 4

SBD 3: Pricing schedule Page 21

Page 3 of 22

PART C2:

PRICING DATA

Page 4 of 22

Part C2.1

Bill of Quantities

1. PREAMBLES TO THE BILL OF QUANTITIES

Preambles to the Bill of Quantities is included to assist the contractor in pricing the

various items within the Bills notwithstanding the content of the bills of contractors’

attention is referred to the other contract document viz, the Form of Tender, the

Conditions of Contract and the Specifications which are to be read in conjunction with

the Bills.

2. PRICES

A price must be entered against each item in the bill. Items against which has not

been entered shall be considered as being covered by other itemized items as listed

by the tenderer in the bill.

The prices in the bill of quantities shall fully reflect the contractor’s proposed method

of working as separately identified in detail elsewhere in its’ tender submission.

NOTE; ALL PRICES INSERTED SHALL BE EXCLUSIVE OF VAT. The VAT amount

shall be included by the tenderer as a single sum where indicated on the form of

tender. All prices, however, include for all other duties, taxes and all other obligations

arising from the conditions of tender.

The prices inserted in the bill of quantities shall be the full inclusive value of the work

as described under the items, including all costs and expenses which may be

required in an for the speedy, efficient and safe execution of the work described

together with all general risks, liabilities and obligations set forth or implied in these

documents on which the tender submission is based.

The prices are deemed to include (unless otherwise specifically stated in the bill of

quantities or herein) but shall be not limited to the following:

- Materials and consumables, including waste, necessary for the completion of

the work.

- Receiving, checking and inspecting for defects before incorporation into the

works.

- Storing and protecting against deterioration, contamination, loss or damage,

including the provision for any necessary pallets, racks, waterproof sheeting,

etc.

Page 5 of 22

- Transportation from the point of delivery, placing in position, fixing, assembly

of components, adjustment, lubrication and the like, all in accordance with the

works standards.

- Provision and use of contractors’ and/or supplied equipment.

- Overhead charges and profit.

- Overtime working necessary to complete the works in accordance with the

completion date.

- Payments to labour in respect of time worked and all other payments and

costs relating to labour of any denomination.

- Stoppage for inspection purposes by the engineer or other authorized

company personnel.

- Protecting all services.

- Extension of all temporary services of every kind as required to facilitate the

progress of the works.

- Transportation, erection and subsequent removal of all temporary supports,

working platforms, hard standings, scaffolding and associated works

necessary for the safe execution of the works.

- Removal and disposal of contractors’ plant and equipment off site.

- Maintenance of all temporary equipment used and/or installed by the

contractor.

3. BILL OF QUANTITIES

Included herein is a bill of quantities which the tenderer must complete and which will

be used for any additional work to be performed. THE CLIENT RESERVES THE

RIGHT TO OMIT OR ADD ANY ITEM AS PRICED FOR IN THIS BILL OF

QUANTITIES

Page 6 of 22

NRFNZG-025-2017/18 Bill No.1

ITEM

NO.

PAYMENT

REF.

DESCRIPTION UNIT QTY RATE (ZAR) AMOUNT (ZAR)

1.0 SABS

1200 A

PRELIMINARY & GENERAL

8.3 FIXED CHARGE ITEMS

1.1 8.3.1 Contractual requirements L/Sum 1

8.3.2 Establish facilities on site

a) Facilities for Engineer

1.2 1 name board L/Sum 1

b) Facilities for Contractor

1.3 Offices and storage sheds L/Sum 1

1.4 Workshops L/Sum 1

1.5 Living accommodation L/Sum 1

1.6 Ablution and latrine facilities L/Sum 1

1.7 Tools and equipment L/Sum 1

1.8 Water supplies and electric power L/Sum 1

1.9 Site communications L/Sum 1

1.10 Plant for concrete mixing (If applicable -

only for Anchor footings)

L/Sum 1

1.11 8.3.3 Other fixed charge obligations L/Sum 1

1.12 8.3.4 Remove Contractor's site establishment

on completion

L/Sum 1

8.4 TIME RELATED ITEMS

1.13 8.4.1 Contractual requirements L/Sum 1

8.4.2 Operate and maintain facilities on the site

b) Facilities for Contractor for duration of

Page 7 of 22

construction period

1.14 Offices and storage sheds L/Sum 1

1.15 Workshops L/Sum 1

1.16 Living accommodation L/Sum 1

1.17 Ablution and latrine facilities L/Sum 1

1.18 Tools and equipment L/Sum 1

1.19 Water supplies and electric power L/Sum 1

Site communications L/Sum 1

1.2 Plant for concrete mixing (If applicable -

only for Anchor footings)

L/Sum 1

1.21 8.4.3 Supervision L/Sum 1

1.22 8.4.4 Company and head office overhead costs L/Sum 1

1.23 8.4.5 Other time related obligations L/Sum 1

8.8 TEMPORARY WORKS

8.8.2 Accommodation of traffic and creation of

temporary deviations

Temporary traffic control facilities

1.24 Barricades L/Sum 1

1.25 Other traffic signs deemed necessary by

the contractor and approved by the

Engineer and directed by the Engineer

L/Sum 1

1.26 Health and Safety obligations L/Sum 1

1.27 Environmental Management obligations L/Sum 1

1.28 Rehabilitate and make good all

temporary infrastructure built and used

during the construction period

L/Sum 1

TOTAL CARRIED FORWARD TO SUMMARY

Page 8 of 22

NRFNZG-025-2017/18 Bill No.1

ITEM

NO.

PAYMENT

REF.

DESCRIPTION UNIT QTY RATE (ZAR) AMOUNT (ZAR)

2.0 SANS

1200 C

SITE CLEARANCE

8.2 CLEAR SITE

2.1 8.2.1 Clear and grub site where tank

and pump house are to be

constructed

m2 200

2.2 8.2.1 Clear and grub site where pipe

anchors are to be installed

m2 15

2.3 8.2.7ii Excavate carefully, lift, recover

and deliver pipes to store

m 25

2.4 Removal of 150mm topsoil,

debris and any vegetation or

unwanted material

m2 200

2.5 Removal including uprooting of

big trees including dumping to

the nearest dump site

no. 4

2.6 8.2.9 Cart materials and debris to

nearest dump site

m3 75

TOTAL CARRIED FORWARD TO SUMMARY

Page 9 of 22

NRFNZG-025-2017/18 Bill No.1

ITEM

NO.

PAYMENT

REF.

DESCRIPTION UNIT QTY RATE (ZAR) AMOUNT (ZAR)

3.0 SANS

1200 D

EARTHWORKS

8.3.2 EXCAVATION

3.1 Excavate for tank footings m3 120

3.2 Excavate for pump house footings m3 15

3.3 Excavate for plinth m3 3

3.4 Excavate for pump house floor m3 9

3.5 Excavate for anchor footings m3 4.5

8.3.2(b) Extra over items 3.1, 3.2, 3.3 and

3.4 for excavation in:

3.5 Intermediate material m3 82

3.6 Hard rock material m3 37

3.7 Boulder material class A m3 16

3.8 Boulder material class B m3 3

3.9 8.3.5 Extra excavation in all materials

to provide working space

m2 55

3.10 Rip and compact 150mm insitu

layer of the foundation bottom to

93% MOD AASHTO for water tank

and pump house

m2 125

3.11 Supply, deliver and place G5

material for water tank and pump

house

m3 25

BACKFILLING & COMPACTION TO

93% MOD AASHTO

Page 10 of 22

Backfill & compact after casting

concrete using excavated

materials in:

3.12 Tank footings m3 50

3.13 Pump house footings m3 12

3.14 Plinth and pump house floor m3 8

3.16 Pipe Anchor footings m3 1.08

Backfill & compact after casting

concrete using materials from

commercial sources:

3.17 Tank footings m3 15

3.18 Pump house footings m3 3

3.19 Plinth and pump house floor m3 1

3.20 Carry out plate load test as per

Engineer's instructions

no. 6

SANS

5859

SOIL POISONING

Supply and spray soil insecticide

3.21 To bottom and sides of trenches

(pump house)

m2 40

3.22 Under the floor (pump house) m2 15

3.23 Under the plinth (water tank) m2 98

TOTAL CARRIED FORWARD TO SUMMARY

Page 11 of 22

NRFNZG-025-2017/18 Bill No.1

ITEM

NO.

PAYMENT

REF.

DESCRIPTION UNIT QTY RATE (ZAR) AMOUNT (ZAR)

4.0 SANS

1200 G

CONCRETE (STRUCTURAL)

8.1.3 CONCRETE

8.4.2 Blinding layer in 10 MPa concrete

4.1 50mm thickness surface blinding

under tank plinth

m2 98

4.2 50mm thickness surface blinding

under pump house

m2 30

4.3 Anchor footings 10 MPa concrete m3 4.5

8.4.3 Strength concrete 25 MPa/19

mm

4.4 Tank footings m3 36

5.5 Dwarf walls m3 22

4.6 Pump house footings m3 5

4.7 Pump house plinth m3 2.2

8.1.1 FORMWORK

8.2.1 Smooth walls for footings above

ground

4.8 Vertical plane m2 90

8.1.2 REINFORCEMENT

4.9 8.3.1 High-tensile steel bars (Y bars) t 1.2

8.3.2 High -tensile welded mesh

reinforcement

4.10 Type reference 245 in standard m2 130

Page 12 of 22

sheets

4.11 60x60x5 Angle iron m 150

8.4.4 UNFORMED SURFACE FINISHES

4.12 50mm wood-floated finish at

pump house floor and plinth

m2 25

WATERPROOFING

4.13 Damp proof membrane m2 20

4.14 Damp proof membrane (for DPC)

for 230mm walls

m2 7

JOINTS

4.15 10mm soft joint (polystyrene or

similar approved) 100mm dp

m 25

TOTAL CARRIED FORWARD TO SUMMARY

Page 13 of 22

NRFNZG-025-2017/18 Bill No.1

ITEM

NO.

PAYMENT

REF.

DESCRIPTION UNIT QTY RATE (ZAR) AMOUNT

(ZAR)

5.0 MPT 2008 BRICKWORK

PREAMBLES

The items in this section of bill of

quantities are to be read and priced

in conjunction with and the

descriptions regarded as amplified

by the "Model Preambles of Trades

2008" and Supplementary Preambles

incorporated in this Bill of Quantities

FOUNDATIONS

Brickwork in 230mm solid walls

5.1 Brickwork of industrial clay bricks or

ROK clay bricks (14 MPa nominal

compressive strength) in class II

mortar with flush jointing

m2 6.5

SUPERSTRUCTURE

Brickwork in 230mm solid walls

5.2 Brickwork of face brick aesthetic (14

MPa nominal compressive strength)

in class II mortar with concave

jointing

m2 60

BRICKWORK SUDRIES

Page 14 of 22

5.3 2.5mm thick brickwork

reinforcement/brickforce, 150mm

wide reinforcement built in

horizontally (every course in

foundations and every 3rd course in

superstructure)

m 305

Prestressed fabricated lintels

5.4 230 x 75mm Lintels in lengths not

exceeding 3m

m 9

Galvanised hoop iron cramps, ties,

etc.

5.5 30 x 1,6mm Roof tie 1,5m long with

one end fixed to timber and other

end built into brickwork

no. 20

5.6 Brick-on-edge window seals m2 1

TOTAL CARRIED FORWARD TO SUMMARY

Page 15 of 22

NRFNZG-025-2017/18 Bill No.1

ITEM

NO.

PAYMENT

REF.

DESCRIPTION UNIT QTY RATE (ZAR) AMOUNT (ZAR)

6.0 MPT 2008 ROOF COVERINGS

PROFILED METAL SHEETING AND

ACCESSORIES

0,6mm Thick IBR profile Z275 spelter

galvanised steel troughed sheeting

with Chromadek finish, in single

lengths fixed to timber purlins or rails

and 0,6mm galvanised steel

accessories with Chromadek finish

6.1 Roof covering with a pitch not

exceeding 25 degrees

m² 26

0.6mm Galvanised steel sheet with

chromadek finish one side and

standard backing coat

6.2 100 x 100mm Eaves gutters m 6

6.3 Extra over 100 x 100mm eaves gutter

for outlet for 100mm diameter pipe

no. 2

6.4 100mm diameter Rainwater pipes m 7

6.5 Extra over 100mm diameter rainwater

pipe for angle

no. 2

6.6 Extra over 100mm diameter rainwater

pipe for bend

no. 2

6.7 Extra over 100mm diameter rainwater

pipe for shoe

no. 2

TOTAL CARRIED FORWARD TO SUMMARY

Page 16 of 22

NRFNZG-205-2017/18 Bill No.1

ITEM

NO.

PAYMENT

REF.

DESCRIPTION UNIT QTY RATE (ZAR) AMOUNT (ZAR)

7.0 MPT 2008 CARPENTRY, JOINERY & METAL

WORK

Sawn SA pine, grade 6

7.1 38 x 114mm Wall plates m 12

7.2 38 x 228mm Rafters m 50

7.3 50 x 76mm Purlins m 48

Sundries

7.4 Two coats wood preservative

applied hot on sawn timber wall

plates

m² 3

7.5 Two coats wood preservative

applied hot on sawn and wrought

exposed timbers at eaves

m² 6

Medium density plain fibre-cement

plain fascia and barge boards

7.6 12 x 225mm Fascia boards, including

PVC H-profile joiners

m 13

7.7 80 x 200mm Barge board m 10

GALVANISED STEEL PUMP ROOM

DOORS AND FRAMES

7.8 Double door size 1800 x 2100mm

high with rebated frame suitable for

one brick wall complete with slats,

cabin hooks, earth strap, shooting

bolts and night latch

no. 1

Page 17 of 22

Standard steel windows with burglar

proofing

All windows shall be fitted with

chromium plated polished brass

Burglar proofing shall consist of two

15 x 15mm square section bars

welded horizontally at equal spacing

over each opening sash

7.9 Window size 1022 x 359mm high

with burglar proofing

no. 2

4mm Thick Laminated Solarvue

neutral glass

7.10 Panes exceeding 0,1m² and not

exceeding 0,5m²

m² 1

7.11 Supply, delivery and installation of

extractor fan

no. 1

PAINTWORK, ETC TO NEW WORK ON

FIBRE-CEMENT SURFACES WITH

Two coats pure acrylic paint on

7.12 Barge and fascia boards m² 15

METAL SURFACES WITH

Spot priming defects in pre-primed

surfaces with Zinc Chromate Metal

Primer, one coat Universal

Undercoat and two coats Plascon

Super Universal Enamel paint or

similar approved

7.13 On windows with burglar bars m² 1

Page 18 of 22

TOTAL CARRIED FORWARD TO SUMMARY

NRFNZG-025-2017/18 Bill No.1

ITEM

NO.

PAYMENT

REF.

DESCRIPTION UNIT QTY RATE (ZAR) AMOUNT (ZAR)

8.0 MISCALLANEOUS

8.1 150NB x 3.9mm x 6100mm

shouldered galvanised as per SANS

1109

m 30

8.2 100NB x 3.3mm x 6100mm

shouldered galvanised as per SANS

1109

m 30

8.3 150x150x5mm thick base plate (mild

steel) welded to CHS

no. 160

8.4 60.3x4mm thick x 5.551kg/m CHS m 192

8.5 Water pipeline clamps as per the

existing ones on site. Complete set

including bolts, washers and nuts.

no. 30

8.6 50x50x5x400mm long mild steel

angle section welded to CHS

no. 160

8.7 Reinstating water pipeline 150NB x

3.9mm x 6100mm shouldered

galvanised as per SANS 1109. See

Annexure 1 for additional

information.

m 562

TOTAL CARRIED FORWARD TO SUMMARY

Page 19 of 22

NRFNZG-025-2017/18 Bill No.2

ITEM

NO.

DESCRIPTION UNIT QTY RATE AMOUNT (ZAR)

Fire Protection

Supply and delivery to site, moving into position,

erection, connecting up, site testing, witness

testing, proving to the inspectors, demonstrating

to the Employer and maintenance of the

complete installation as outlined in the bills and

on the drawings.

1 15 860 x 3600 x 2440 mm high galvanized mild

steel sectional tank that complies with SANS

10329

No. 1

2 200 NB black mild steel pipe to SANS 62 complete

with rust inhibitor and two coats of paint

m 30

3 100 NB black mild steel pipe to SANS 62 complete

with rust inhibitor and two coats of paint

m 50

4 100 NB flanged gate valves No. 1

5 100 NB check valve No. 1

Page 20 of 22

6 50 NB galvanised mild steel pipes and fittings m 8

7 80 NB galvanised mild steel pipes and fittings m 6

8 65 NB galvanised mild steel pipes and fittings m 2

9 50 NB class 12 HDPE pipe complete with fittings m 50

10 200 NB flanged gate valves No. 2

11 50 NB brass gate valves No. 4

12 80 NB brass gate valves No. 2

13 65 mm above ground hydrant complete with

thrust block

No. 1

14 Electric & Diesel pumps mounted on skid frame

complete with fuel day tank, pressure vessel test

arrangement, control panel and all accessories to

make a complete installation

Item 1

15 Spark proof wall mounted ventilation fan(Duty:-

150 litres/second)

No. 1

16 Electrical works Provisional sum 30 000.00

Page 21 of 22

TOTAL CARRIED FORWARD TO SUMMARY

SBD 3.1: PRICING DETAIL WITH FIRM UNIT PRICES

SBD 3 - Pricing Schedule for the Duration of the Contract

NOTE

Price quoted is fully inclusive of all costs including delivery to the specified

NRF Business Unit geographical address and includes value- added tax, pay

as you earn, income tax, unemployment insurance fund contributions, and

skills development levies.

In cases where different delivery points influence the pricing, a separate

pricing schedule must be submitted for each delivery point

Detailed bill of quantities is compulsory and is provided in Volume 2:Pricing

document

The NRF accepts no changes, extensions, or additional ad hoc costs to the

pricing conditions of the contract once both parties have signed the contract.

Pricing is subject to the addition of Preference Points as stipulated below -

Standard Bidding Document 6.1 Preference claim form.

BID PRICE IN RSA RAND (ALL APPLICABLE TAXES INCLUDED)

NO QTY DESCRIPTION UNIT OF

MEASURE

UNIT PRICE

1 1 GENERAL SUM

2 1 SITE CLEARANCE SUM

3 1 EARTHWORKS SUM

4 1 CONCRETE STRUCTURAL SUM

Page 22 of 22

5 1 BRICKWORK SUM

6 1 ROOF COVERINGS SUM

7 1 CARPENTRY, JOINERY & METAL

WORK

8 1 MISCELLANEOUS ITEMS SUM

9 1 FIRE PROTECTION SUM

SUBTOTAL

20% CONTINGENCIES (Subject to

special conditions during

execution of the works)

14% VAT

TOTAL

Total Cost is determined by multiplying quantity by unit price

TOTAL COSTED VALUE OF

ABOVE

R

National Zoological Gardens

Fire Protection Specification

NATIONAL RESEARCH FOUNDATION/

NATIONAL ZOOLOGICAL GARDENS OF SOUTH AFRICA

S SUPPLY AND INSTALLATION OF WATER RETICULATION

SYSTEM FOR FIRE PROTECTION SERVICES AT THE

NATIONAL ZOOLOGICAL GARDENS OF SOUTH AFRICA

MINIMUM GRADING REQUIRED: 3CE or 2CEPE

Bid No: NRFNZG-xxx-2017/18

TENDER DOCUMENT - VOLUME 3: PROJECT AND

CONSTRUCTION SPECIFICATIONS

ii

Contents

CHAPTER 1: FIRE PROTECTION TECHNICAL SPECIFICATION ................................................. 5

1.0 INTRODUCTION ................................................................................................................... 5

1.1 DEFINITIONS AND ABBREVIATIONS .................................................................................. 5

1.2 STANDARDS ........................................................................................................................ 5

1.3 SCOPE .................................................................................................................................. 6

1.4 HYDRANTS ........................................................................................................................... 6

1.5 FIRE WATER STORAGE TANK ............................................................................................ 6

1.6 FIRE WATER PUMPS ........................................................................................................... 7

1.6.1 General ........................................................................................................................... 7

1.6.2 Pump Duty ...................................................................................................................... 7

1.6.3 Controls .......................................................................................................................... 7

1.6.4 Pump Starting ................................................................................................................. 8

CHAPTER 2: STRUCTURAL SCOPE SPECIFICATIONS .............................................................. 9

PART A: GENERAL .................................................................................................................... 9

A1 MISCELLANEOUS ................................................................................................................. 9

A2 GENERAL DESCRIPTION OF WORK ................................................................................... 9

2.1 General Description ........................................................................................................... 9

2.2 Site Clearance ................................................................................................................... 9

2.3 Excavations...................................................................................................................... 10

2.4 Concrete (Structural) ........................................................................................................ 10

2.5 Masonry ........................................................................................................................... 11

2.6 Roofing ............................................................................................................................ 11

2.7 Services ........................................................................................................................... 11

A3 DRAWINGS ......................................................................................................................... 11

A4 POWER SUPPLY AND OTHER SERVICES ........................................................................ 11

A5 WATER FOR CONSTRUCTION PURPOSES ..................................................................... 11

A6 CONSTRUCTION IN CONFINED AREAS ........................................................................... 12

A7 CONTRACTOR’S CAMP SITE ............................................................................................. 12

iii

A8 SECURITY ........................................................................................................................... 12

A9 ADDITIONAL REQUIREMENTS FOR CONSTRUCTION ACTIVITIES ................................ 12

9.1 Accommodation of Traffic and Execution of Contract ....................................................... 12

9.2 Environmental Management ............................................................................................ 13

A10 SETTING OUT OF WORKS ............................................................................................... 13

A11 PROGRAMME OF WORK ................................................................................................. 13

A12 SITE INSTRUCTIONS ....................................................................................................... 13

A13 DUMPING SITES ............................................................................................................... 14

A14 SOURCES OF MATERIALS .............................................................................................. 14

14.1 Materials from commercial sources. ............................................................................... 14

PART B: MATTERS RELATING TO THE STANDARD SPECIFICATIONS ............................... 14

B1. PROJECT SPECIFICATIONS REFERRING TO THE STANDARD SPECIFICATIONS AND

ADDITIONAL SPECIFICATIONS .............................................................................................. 14

B2. WORKMANSHIP AND QUALITY CONTROL ...................................................................... 15

B3. THE SETTING OUT OF WORK AND PROTECTION OF BEACONS ................................. 15

B4. NOTICES, SIGNS AND ADVERTISEMENTS ..................................................................... 15

B5. PAYMENT ........................................................................................................................... 16

5.1 Engineer’s certificate ........................................................................................................ 16

5.2 Work in confined areas .................................................................................................... 16

5.3 Rates to remain unchanged when scope of work changes ............................................... 16

B6. EXTENSION OF TIME RESULTING FROM INCLEMENT WEATHER ............................... 16

6.1 Water ............................................................................................................................... 17

B7. MATERIALS ........................................................................................................................ 19

B8. CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS ............... 20

8.1 General Requirements ..................................................................................................... 20

(a) Legal and Contractual Requirements and responsibilities to the public ....................... 20

(b) Contractor’s ablution facilities ...................................................................................... 20

(c) Safety of Contractor’s workforce and subcontractors ................................................... 20

iv

5

CHAPTER 1: FIRE PROTECTION TECHNICAL SPECIFICATION

1.0 INTRODUCTION

This specification covers the Fire Protection Installation for the National Zoological Gardens required to upgrade the fire hydrant system for the precinct in terms of Part T of SANS 10400:2011 and SANS 10400-W.

1.1 DEFINITIONS AND ABBREVIATIONS

The following list of abbreviations are used in this document: Table 1.1A: Definitions and Abbreviations

ACRONYM DESCRIPTION

BS British Standards

ECSA Engineering Council of South Africa

SANS South African National Standards

SABS South African Bureau of standards

NFPA National Fire protection Association(USA)

EN European Standards

NBR National Building Regulations

1.2 STANDARDS

Below is a list of the relevant specifications and regulations:

6

Table 1.2A: Standards STANDARD/REGULATION DESCRIPTION

Act 103 of 1977 National Building Regulations & building Standards Act

Act 85 of 1993 The Occupational Health & Safety Act

SANS 10400 The Applications of the National Building Regulations

SANS 10252-1 Water Supply and Drainage for Buildings – Part 1: Water Supply Installations for Buildings

SANS 1151 & SANS 1910 Portable Rechargeable/Refillable Fire Extinguishers

SANS 1475 -1 & SANS 10105 - 1 Installation, Maintenance and Servicing of Portable Fire Extinguishers

SANS 1475 -2, SANS10105-1, SANS 543 and SANS 10400-Part W

Installation, Maintenance, Water Supply and Servicing of Fire Hose Reels

SANS 1128 – 1 and 2 Installation, Maintenance and Servicing of Fire Hydrants

SANS 10329:2012 The design and construction of sectional steel tanks for storage of liquids at or above ground level

SANS 1186 Fire Escape and Fire Equipment Signage.

SANS 1091: 2004 Edition 2 National Colour Standard

1.3 SCOPE

The scope of work comprises the installation of a new sectional water tank and support structure, fire pumps and pump house construction as well as external reticulation to existing and new hydrants. The re-instating of steel water pipe, connection of water supply and tapping into the existing mains is part of

this scope of work.

1.4 HYDRANTS

Hydrant installation shall be installed to comply with SANS 1128-1. Hydrants shall be provided so that no part of the zoological gardens shall be more than 90 metres from a hydrant. Pipes supplying water to hydrants shall not be less than 75mm nominal diameter. All hydrants above ground shall be colour coded signal red A11.

1.5 FIRE WATER STORAGE TANK

The tank supplied shall be designed and manufactured to SANS 10329 and the tank installation shall be ASIB approved. The water storage tank shall be 15,860 x 3,600 x 2,440 mm high galvanized mild steel sectional tank galvanized to SANS 121(ISO 1461). The tank shall be supported at ground level with 600mm reinforced concrete dwarf walls.

7

1.6 FIRE WATER PUMPS

1.6.1 General

Fire pump installations shall conform to sound fire protection engineering practice. The fire pumps shall be automatic starting with manual shutdown. The manual shutdown shall be at the pump controllers only. The selection of pump drivers shall be at the discretion of the designers – provided that fire pumps shall not be subject to a common failure, mechanical or electrical. A diesel pump driver as well as the diesel tank supply shall be provided with automatic fire suppression systems. The electric and diesel pumps and pump set drive controllers shall conform to the requirements of SANS 10287 The following controls, indications, alarms and trips listed in Table 1shall be functional in the fire water pump house:

1.6.2 Pump Duty

Fire pump set shall comprise Electric Duty and Diesel Standby pumps: Duty at 1200 litres/min @ 700kPa. All equipment to be mounted on frame complete with AVMs, 6hours diesel storage tank, ASIB approved control panel, double pump test arrangement.

1.6.3 Controls

Table 1.6A: Fire Water Pump House Controls, Indications, Alarms and Trips

Controls, Indications, Alarms and Trips

Electrical Fire Pump Set Diesel Fire Pump set

Controls Stop/start buttons for each pump Alarm Reset

Stop/start buttons for each pump Alarm Reset

Indication on control panel Fire alarm activated Failure of pump to start Pump running Pump trip

Fire alarm activated Failure of pump to start Pump running Low oil pressure High oil pressure

Other Indications Pump suction pressure Pump discharge pressure System pressure Flow switch indications

Pump suction pressure Pump discharge pressure System pressure Flow switch indications Diesel tank level indication

Alarms Fire alarm Failure of pump to start (pump failure) Pump running

Fire alarm Power failure (of the electrical supply to the battery charger) Failure of pump to start

8

Power available Power failure (to the main electrical supply or of any one phase only) Failure of the control circuit (from the end of the control circuit)

Pump running Low oil pressure Failure of the battery charger (from both charger outputs in parallel) Failure of the control circuit (from the end of the control circuit)

Trips The pump shall not have any automatic stopping devices

The pump shall not have any automatic stopping devices

The following controls, indications, alarms and trips indicated in Table 2 shall be functional in the control room:

Table 1.6B: Control Room Controls, Indications, Alarms and Trips

Controls, Indications, Alarms and Trips

Electrical Fire Pump Set Diesel Fire Pump Set

Controls None None

Indication on control panel Pump running Mains failure (loss of power) Alarm

Pump running Mains failure (loss of power) Alarm

Alarms Pump running Mains failure (loss of power) Alarm

Pump running Mains failure (loss of power) Alarm

Trips The pump shall not have any automatic stopping devices

The pump shall not have any automatic stopping devices

Pumps shall conform to the requirements in SANS 10287 and in addition shall incorporate the following features:

Electric Pump Churn Cooling: The electric pump should have a small bore (12.7 mm) pressure relief valve installed (set at 1 bar below churn pressure), to allow cooling water to flow through the pump casing during churn (no system flow) conditions. The lack of a cooling line will allow excessive temperatures to build up in the pump casing and could lead to cavitation damage to the pump impeller casing and/or over heating bearings.

Diesel Pump Cooling Water Return: The diesel pump cooling water return line should be piped to drain (into a visible tonnage cup) or back to the tank (with a site gauge installed). The cooling water return line shall not pipe back to the suction side of the pump.

Automatic Air Release Valves: Both pump (electrical and diesel) should be provided with an automatic air release valve, installed on top of the casing.

1.6.4 Pump Starting

The auto starting arrangement pressure switches must be set to operate the electrically driven fire water pump (primary pump) when the pressure in the fire water main has fallen to a value not less than 80%of the pressure in the fire water main when the pump is churning or 100 kPa below duty pressure if this is above or equal to 80% of the churn pressure.

9

The diesel driven fire water pump (second pump) must be set to start when the pressure in the fire water main falls to a value of 100kPa below the cut in pressure of the first pump. Two pressure switches must be provided to start the diesel driven fire water pump. The second pressure switch must be set to operate at not less than 20 kPa and not more than 50 kPa beneath the starting pressure of the primary switch.

CHAPTER 2: STRUCTURAL SCOPE SPECIFICATIONS

PART A: GENERAL

A1 MISCELLANEOUS

The project specifications form an integral part of the contract documents and supplement the standard specifications. PART A: Contains a general description of the works, the site and the technical requirements to be met. PART B: Contains matters relating to the standard specifications. In the event of any discrepancy with a part or parts of the standard specifications, the schedule of quantities or the drawings, the project specifications shall take precedence.

A2 GENERAL DESCRIPTION OF WORK

2.1 General Description

The site for the proposed 140 cubic meter water steel tank is located in the National Zoological Gardens of South Africa in Pretoria in the Gauteng province of South Africa. The scope of work covered by this section includes the following work packages:

Site clearance – clearing the site for the purposes of building a reinforced concrete plinth, and a pump house.

Earthworks – Excavations for reinforced concrete plinth for the water tank and excavations for the pump house foundations as well as pump house plinth and the floor.

Concrete (structural) – reinforced concrete for the water tank plinth, pump house plinth, pump house footings and floor slab

Masonry walling and roofing – masonry walling and roof for the pump house.

2.2 Site Clearance

Site clearance shall be done in accordance and in compliance with SANS 1200 C. Site clearance shall include the removal of vegetation, trees, boulders of up to 0.15m3 and surface obstructions, and the

10

demolition and removal of structures including their basements not directly associated with or incidental to any excavation. The Contractor shall be responsible for the removal from the site of all materials, debris, vegetation, trees and rubbish resulting from the site clearance activities to a close by dumping site or any other site identified and approved by the Engineer.

2.3 Excavations

All excavations shall be done in accordance with SANS 1200: D and shall include earthworks carried out with heavy or light plant or by hand, for general excavations. The scope entails the excavations for the following components:

Removal of 150mm layer of topsoil

Excavation for reinforced concrete plinth for the water tank

Excavation for masonry pump house wall strip footings, pump house plinth and the pump house floor

Excavations for working space All excavated material shall be stockpiled along the excavated areas for use in backfilling operation. Excess material not used for backfilling purposes shall be hauled by the Contractor to the nearest dump site or place identified and approved by the Employer. The Engineer should be notified immediately as soon as intermediate, hard and boulder rock soils are encountered. The Engineer may call for a plate load test to be conducted depending on the characteristics of the soils at foundation founding levels. Compaction and filling shall be conducted in line with the specifications in the drawings.

2.4 Concrete (Structural)

All structural concrete and its components shall comply with SANS 1200: G. This section covers the requirements for structural concrete work (plain and reinforced) for civil engineering and building construction. SANS 1200:G shall be basis for basic materials, plant and formwork required, the quality, manufacture, curing, tolerance in workmanship, tests and acceptance criteria and the methods by which the finished structure is to be measured for the purpose of payment. All structural concrete shall be grade 25MPa/19mm stone. Blinding concrete strength shall be 15MPa. Concrete cover for reinforcement and mesh is 30mm all round and cover blocks should be used to maintain a uniform concrete cover. All reinforcement is to be inspected and approved by the Engineer prior to pouring concrete. All concrete is to be vibrated. All reinforcing steel to comply with SABS 920 and a characteristic strength of 450MPa. The water tank reinforced concrete has been designed in such a way that the plinth base steel shall be fixed first and concreted poured before fixing the reinforced concrete walls steel and pouring concrete. Work on reinforced concrete walls can only commence once the plinth base has gained sufficient strength and the Engineer has indicated that the works on the reinforced concrete walls can commence.

11

2.5 Masonry

SANS 10164: The structural use of masonry shall be used as a basis for the design and construction of the pump house. ROK clay bricks with a minimum compressive strength of 14MPa shall be used in the construction of the pump house walls up to DPC level. Thereafter, face brick aesthetic bricks shall be used up to the wall plate level.

2.6 Roofing

The roofing material as well as the door and windows shall be in accordance with the specifications outlined in the pump house architectural drawing.

2.7 Services

All known services will be shown to the contractor upon site handover .The exact and extent of location of these services will need to be established by the contractor on site. The identified existing services shall be protected at all costs. Any damage to the existing services shall be attended to by the Contractor at his own cost.

A3 DRAWINGS

The drawings forming part of the tender documents shall be used for tender purposes only. A full set of construction drawings will be issued to the successful tenderer after the tender award. Any information in the possession of the contractor necessary for the resident engineer to complete as-built drawings shall be supplied to the resident engineer before a certificate of completion will be issued.

A4 POWER SUPPLY AND OTHER SERVICES

The contractor shall make all his/her own arrangements concerning the supply of electrical power and all other services. Since there is electricity on site, the contractor is expected to engage with the client on a possibility of tapping electricity from the existing network although the Contractor shall be liable for the actual electricity consumption bill.

A5 WATER FOR CONSTRUCTION PURPOSES

The Contractor must make adequate provision in his/her tender for all negotiations and procurement of water for construction activities. The contractor may also approach the client to negotiate possibilities of tapping water from the existing water infrastructure within the facility.

12

A6 CONSTRUCTION IN CONFINED AREAS

It may be necessary for the Contractor to work in confined areas but no additional payment will be made for work in “restricted areas”. The method of construction in these confined areas depends on the Contractor’s constructional plant. However, the Contractor must note that measurement and payment will be in accordance with the specified cross-sections and dimensions, and that the rates and amounts tendered will be deemed to include full compensation for any special equipment or construction methods or for any difficulty encountered in working in confined areas and narrow widths, and at or around obstructions, and that no extra payment will be made nor will any claim for payment be considered an account of these difficulties.

A7 CONTRACTOR’S CAMP SITE

The Contractor shall make his/her own arrangements regarding the establishment of a camp site and housing for his construction personnel. However, no on-site accommodation shall be allowed.

A8 SECURITY

The Contractor shall be responsible for the security of his/her personnel and constructional plant, works and material on site on and around the site of the works and for the security of his camp, and no claims in this regard will be considered by the employer.

A9 ADDITIONAL REQUIREMENTS FOR CONSTRUCTION ACTIVITIES

9.1 Accommodation of Traffic and Execution of Contract

The principles for lane closure may be summarised as follows:

The Contractor may not commence construction activities before adequate provision has been made for accommodating traffic in accordance with the requirements of this document, the relevant drawings in the attached book of drawings and the South African Road Traffic Signs Manual (SARTSM) Volume 2 Chapter 13.

The Contractor shall submit proposals in connection with directional signs to the Engineer for approval.

The Contractor's tendered rates for the relevant items in the schedule of quantities shall include full compensation for all the possible additional costs, which may arise from the accommodation of traffic, and no claims for extra payment following on inconvenience caused by or as a result of the modus operandi to be followed will be considered.

There are sections on the road where the construction of temporary deviations will be required. The Contractor's tendered rates for the relevant items in the schedule of quantities shall include full compensation for all the possible additional costs that may arise from the accommodation of traffic,

13

and no claims for extra payment following on inconvenience caused by or as a result of the modus operandi to be followed will be considered.

The travelling public shall have the right of way on the Municipality Road and the Contractor shall apply suitable approved methods for so controlling the movement of his equipment and vehicles that they will not constitute a hazard on the road.

Failure to maintain road signs, warning signs or flicker lights, etc. in a good condition shall constitute ample reason for the Engineer to bring the works to a stop until the road signs, etc., have been repaired to his satisfaction. The stipulated penalties shall be applied in the event that the contractor is in default.

The Contractor shall keep the relevant Traffic Authorities fully informed of his planning in respect of the accommodation of traffic and the public.

It is important to note that under no circumstances will the road be allowed to be closed, one lane will be kept open at all times even if stop/go conditions have to be enforced or bypass have to be constructed. All temporary deviations shall be rehabilitated and made good by the contractor prior to de-establishment on site.

9.2 Environmental Management

The Contractor shall take the utmost care to minimise the impact of his establishment and other construction activities on the environment. The Contractor will be required to submit a Method Statement to the employer detailing his construction activities and what measures will be implemented to prevent the pollution of streams, rivers and countryside through the spilling of fuels, bituminous binders, sewage from the temporary toilets and other deleterious materials. Where in the opinion of the Engineer, the Contractor has not adhered to these requirements; the Contractor shall rectify the damage at his cost and to the satisfaction of the Engineer.

A10 SETTING OUT OF WORKS

The Contractor is required to carry out the setting out of works. The Contractor shall ensure before any works start, the status of the existing infrastructure is clearly documented and referenced to avoid any future disputes during and after the contract.

A11 PROGRAMME OF WORK

The Contractor should note the following during the preparation of his programme and during the execution of the work: The Contractor should contact the Employer as early as possible, and programme for the execution of the works in accordance with the agreements reached. The Contractor is required to monitor the planning and activities related to these operations.

A12 SITE INSTRUCTIONS

Due to the nature of the work, the Contractor is required to communicate very closely with the Engineer’s Representative in order that site instructions may be issued in time for their proper execution by the

14

Contractor. Only written site instructions shall form part of the contract. Verbal instruction shall be deemed void and therefore not contractually binding unless stated in minutes or confirmed via email or any agreed form of written communication.

A13 DUMPING SITES

The Contractor shall only dump excess or unsuitable materials at sites, which have been authorised for that purpose by the employer and/or the Tshwane Municipality. Such dump excess and material shall be inspected by the employer before deciding on whether the dump or material should be disposed of or can be reused.

The Contractor shall locate a suitable site and shall make all arrangements and pay all levies in respect of the use of such dumping sites to the appropriate authority.

A14 SOURCES OF MATERIALS

The following sources of materials are envisaged:

14.1 Materials from commercial sources.

Materials from commercial sources are to be used for certain foundation layers and for backfill where suitable materials are not available on site. The sources are to be selected by the Contractor and submitted to the Engineer for approval. The Contractor is responsible for process control with regards to the quality of material delivered to and placed on site.

PART B: MATTERS RELATING TO THE STANDARD SPECIFICATIONS

This part of the project specifications deals with matters relating to the standard specifications. Where reference is made in the standard specifications to the project specifications this part shall also contain the relevant information e.g. the requirements where a choice of materials or construction methods are provided for in the standard specifications.

B1. PROJECT SPECIFICATIONS REFERRING TO THE STANDARD SPECIFICATIONS AND ADDITIONAL SPECIFICATIONS

In certain clauses the standard specifications allow a choice to be specified in the project specifications between alternative materials or methods of construction and for additional requirements to be specified to suit a particular contract. Details of such alternatives or additional requirements applicable to this contract are contained in this part of the project specifications. It also contains some additional specifications and amendments of the standard specifications required for this particular contract.

15

B2. WORKMANSHIP AND QUALITY CONTROL

“The contractor shall implement a quality assurance system in accordance with ISO 9002 and appoint a quality manager who shall ensure that members of the contractor’s staff comply with the requirements of the quality system. The quality system and the methods used to implement it shall be described in a quality plan produced by the contractor. The quality manager shall be resident on site full time. No construction activities shall take place on site before the engineer approves the quality plan”. “The contractor shall submit the quality assurance system he proposes using to the engineer, for his approval, within two weeks of the site handover. Once accepted by the engineer the contractor shall not deviate from it unless written notification of proposed changes have similarly been submitted and approved. The system shall record the lines and levels of responsibility and indicate the method by which testing procedures will be conducted.” The QCP details every activity of the project and shall contain the following information as a minimum:

Quality Procedure Number.

Description of each activity.

Relevant code / document applicable to this activity.

Project specification.

Activity Control and Intervention points: o Hold Point. o Review. o Witness. o Surveillance. o Verification.

Party required to sign the activity off.

B3. THE SETTING OUT OF WORK AND PROTECTION OF BEACONS

“The contractor shall take care that property beacons, trigonometrical survey beacons or setting-out beacons are not displaced or destroyed without the consent of the engineer. Property beacons and trigonometrical survey beacons that have been displaced or destroyed shall be replaced by a registered land surveyor, who shall certify such replacement. “The cost of replacing all beacons displaced or destroyed during the course of the contract without the consent of the engineer shall be the contractor’s responsibility and included in the tender rates”.

B4. NOTICES, SIGNS AND ADVERTISEMENTS

“Details of the contents of the “contract notice boards” which have to be erected will be provided to the successful contractor upon award of the contract.”

16

B5. PAYMENT

"Value Added Tax (VAT) shall be excluded from the rates and provided for as a Lump Sum in the summary of the Schedule of Quantities."

5.1 Engineer’s certificate

The Engineer's certificate will be issued only after receipt by him of a draft certificate prepared by the Contractor at his own expense in the form prescribed by the Engineer. The cost of duplicating and delivering copies of the certificate to the Engineer and the Employer shall be borne by the Contractor. The Engineer and the Employer shall require three sets of A4-sized paper copies in total. Detailed calculations shall accompany each payment certificate.

5.2 Work in confined areas

No extra payment shall be made nor shall any claim for additional payment considered for construction in confined areas. The omission of standard pay items from the schedule of quantities shall be taken to be deliberate and any additional costs incurred shall be included in the bulk rate.

5.3 Rates to remain unchanged when scope of work changes

Dependent on the rates and prices offered in the Pricing Schedule, the employer intends to increase or reduce the scope of work to match the budget allowed for this project. The value of such increase or reduction in the scope of works shall not give cause for the contractor to vary the offered rates and prices, which shall remain final and binding for the duration of the contract.

B6. EXTENSION OF TIME RESULTING FROM INCLEMENT WEATHER

“Extension of time resulting from rainfall or other forms of inclement weather shall be established according to the requirements of Method (ii) (Critical-path method). The ‘n’ value of working days, as specified in this clause as being expected delays for which the contractor must make allowance in his programme is 7 days. Actual delays due to inclement weather shall be agreed between the Engineer’s and Contractor’s representatives on the site. The agreed whole days or parts thereof shall be recorded at the monthly site meetings. Adjustment to the contract period shall only be made at the end of the contract when the contractor may submit its claim for the agreed extension due as well as any additional payment resulting from the delay. For any specific month, inclement weather extensions will only be granted if the actual inclement weather delay days (agreed between the engineer’s and the contractor’s site representatives) exceed the ‘n’ value given in the paragraph above. If approved extensions of time extend the completion date beyond the start of the contractor’s holiday in December, the holiday period shall not be considered as working days. Any remaining extension of time at this date shall be calculated from the first statutory working day in January the following year, provided that

17

the contractor has shown in his programme that he intends to close during the traditional Christmas/New Year break.”

6.1 Water

“Water for use on site other than municipal, shall be subject to the required permit from DWAF. This shall include such extraction points as rivers, dams, streams, and boreholes.”

18

Table B6.1: Water classification for Construction Testing

Water Quality Classification Code

H0 H1 H2 H3 H4 H5

Property Unit Pure water (AR)

Clean water (Rain)

Treated water (Municipal)

Silty (muddy) water with low salt content

Highly mineralised chloride sulphate water (brackish)

Waste brick, sewage, marsh, sea, etc. water

Method

PH* - 7.0 5.7 – 7.9 4.5 – 6.5 4.5 – 8.5 9.0 - SABS M113 SM 11 - 1990

Dissolved solids*

ppm 0 1000 1500 3000 - - SABS 213 SM213 - 1990

Total hardness*

- None None Temporary

Temporary

Permanent

- SABS 215 SM 215 – 1971

Suspended matter

ppm 0 2000 2000 5000 - - SABS 1049 SM 1049 – 1990

Electrical conductivity

mS/m

0 200 200 500 - - SABS 1057 SM 1057 – 1982

Sulphates (SO4)

ppm 0 200 300 500 1000 - SABS 212 SM 212 – 1971

Chlorides (Cl)

ppm 0 500 1000 3000 5000 - SABS 202 SM 202 – 1983

Alkali Carbonates (CO3) & Bicarbonates (HCO3)

ppm 0 500 1000 1000 2000 - SABS 241 – 1999

Sugar - Negative Negative

Negative Negative

Negative - SABS 833

19

Quality of water required

Untreated layer works

Investigate the effect on the quality of the material

Chemically treated layer works

Investigate the effect on the quality of the material

Concrete mass

Investigate the effect on the quality of the material

Concrete pre-stressed

References: 1. Concrete Technology – Dr S Fulton (1989) 2. Materials Manual (PAWC)

Slurry & emulsion

Soil/gravel tests

Chemical or control tests

* “A primary property. The quality of the water is that quality where all three of the primary properties are within the limits. ! “The tabulated single values are maximum value except in the case of the pH value for pure water, which must be 7.0”

B7. MATERIALS

“The contractor, when using materials that are required to comply with any standard specification, shall, if so ordered, furnish the engineer with certificates showing that the materials do so comply. “Where so specified, materials shall bear the official mark of the appropriate authority. Samples ordered or specified shall be delivered to the engineer's office on the site free of charge. “Where materials are specified under trade names tenders must be based on these materials. Alternative materials may be submitted as alternative tenders and the engineer may, after receipt of tenders, approve the use of equivalent materials. The tender must be clearly marked as an alternative tender, failing which the tender may be rejected”.

20

“Unless otherwise specified, all proprietary materials shall be used and placed in strict accordance with the relevant manufacturer's current published instructions. “Unless anything to the contrary is specified, all manufactured articles or materials supplied by the contractor for the permanent works shall be unused/new. “Existing structures on the site shall remain the property of the employer and except as and to the extent required elsewhere in the contract, shall not be interfered with by the contractor in any way. “Materials to be included in the works shall not be damaged in any way and, should they be damaged on delivery or by the contractor during handling, transportation, storage, installation or testing they shall be replaced by the contractor at his own expense. “All places where materials are being manufactured or obtained for use in the works, and all the processes in their entirety connected therewith shall be open to inspection by the engineer (or other persons authorised by the engineer) at all reasonable times, and the engineer shall be at liberty to suspend any portion of work which is not being executed in conformity with these specifications”.

B8. CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS

8.1 General Requirements

(a) Legal and Contractual Requirements and responsibilities to the public

“There has been recent legislation promulgated by Government that improve mutual obligations on the Employer and Contractor in the performance of their duties to society and to the built and natural environment. Non-compliance with the provisions of this section may lead to the imposition of penalties.

(b) Contractor’s ablution facilities

The Contractor shall, at each construction area, provide sufficient portable chemical latrine units. Furthermore the Contractor shall also provide a portable chemical toilet at each temporary traffic control facility. The latrine units shall be serviced daily and kept in a hygienic and orderly state to the approval of the Engineer. No separate payment shall be made for this requirement and the costs thereof shall be deemed to be included in the rates tendered for the Contractor’s time-related obligations.

(c) Safety of Contractor’s workforce and subcontractors

The Contractor is responsible for the safety of his workforce and for the safety of the subcontractors.”

NRFNZG-025-2017/18

TABLE 2: REFERENCE LETTER FORMAT

Bidder’s Letterhead

We are submitting a bid for the contract described below. We appreciate your assistance

and effort in completing on your letterhead the reference as set out below on your

experience with us.

Referee Letterhead Referee Legal Name

REFERENCE ON COMPANY xxxxx

Contract Number:

Scope of works:

Contract amount (VAT inclusive):

Contract duration:

Describe the service/work the above bidder provide to you below

Criteria Needs

improvement

Meets

requirements

Exceeds requirements

Professionalism

Health and Safety

Communication skills and

professionalism

NRFNZG-025-2017/18

Planning and adherence to

construction program

Satisfaction with quality and

workmanship

Time and Cash flow management

Overall Impression

No. of times used in the past 5

years

Would you use the provider

again?

YES/NO

Completed by:

Signature:

Company Name:

Contact Telephone Number:

Date:

Company Stamp:

NRFNZG-025-2017/18 ANNEXURE 1: PRETORIA ZOO GOOGLE EARTH LAYOUT

NRFNZG-025-2017/18 ANNEXURE 1: PRETORIA ZOO GOOGLE EARTH LAYOUT

NOTES:

1. Average distance from location of water pipes to point B is 255 metres

2. Difference in height from the current location where the pipes are stored to point A,

B and C is approximately 40m

3. A, B and C are points along the length of the boundary wall where the water line will

be re-instated.

4. Points A and C are the start and end points of the waterline.

X

X

Y Y

DO NOT SCALE

APPROVED:

PROJECT No:

CAD FILE:

SCALE @ A1:

TITLE:

PROJECT:

DRAWING No:

DESIGN-DRAWN:

CHECKED:

DATE:

REV:

ARCHITECT:

CLIENT:

REV

DRAWING STATUS:

DATE BY DESCRIPTION CHK APD

CONSULTANT:

FOUNDATION AND STRUCTURAL LAYOUT DETAILS

STORAGE WATER TANK AND PUMP HOUSE AT THE NZG IN PRETORIA

NATIONAL ZOOLOGICAL GARDENS

DKS

PEAK CONSULTING ENGINEERS

Tel: (011) 463 5372 Fax: 086 495 1826

Unit 2010, Block 2 Ground Floor, Bryanston Gate Office Park

Cnr Main Road and Homestead Ave, P. O. Box 4005 Cramerview, 2060

ALL REQUIREMENTS OF MUNICIPAL AND OTHER AUTHORITIES CONCERNED HAVE TO BE

ADHERED TO. CONTRACTORS AND SUBCONTRACTORS ARE TO CHECK ALL DIMENSIONS AND

LEVELS ON THE BUILDING SITE BEFORE COMMENCING WITH ANY WORK. FIGURED DIMENSIONS

TO BE TAKEN IN PREFERENCE TO SCALED MEASUREMENTS AND LARGE SCALE DETAILS

SUPERSEDE SMALL SCALE DRAWINGS. THE DESIGN AND CONTENT OF THIS DRAWING IS THE

PROPERTY OF - TKDS CONSULTING AND THE COPYRIGHT THEREOF IS RESERVED BY THEM.

NOTE :

NZG-001 ZA2017_2008_NZG_S2018

1:100

0

TENDER

M.MOYO B.TSHUMA

B.TSHUMA 07/2017

GENERAL NOTES

1. CONTRACTOR TO KEEP FULL SET OF DRAWINGS ON SITE.

2. CONTRACTOR RESPONSIBLE FOR CORRECT SETTING OUT OF FOUNDATIONS AND BUILDINGS

ON SITE.

3. CONTRACTOR TO VERIFY ALL LEVELS AND DIMENSIONS ON SITE.

4. DO NOT SCALE, USE FIGURED DIMENSIONS ONLY.

5. THIS DRAWING IS TO BE READ WITH ANY RELEVANT ARCHITECTURAL AND MECHANICAL

DRAWINGS OR OTHER DRAWINGS.

6. ANY ERRORS, OMISSIONS OR DISCREPANCIES ARE TO BE REPORTED TO THE STRUCTURAL

ENGINEER IMMEDIATELY FOR CLARIFICATION BEFORE WORK IS UNDERTAKEN.

7. CONTRACTOR TO IDENTIFY AND EXPOSE (WHERE APPLICABLE) ALL UNDERGROUND

SERVICES WITHIN THE CONSTRUCTION SITE.

8. 8. A PLATE LOAD TEST MAY BE REQUESTED BY THE ENGINEER AT FOUNDATION EXCAVATION

STAGE TO VERIFY THE BEARING CAPACITY OF THE GROUND AT FOUNDATION FOUNDING

LEVEL.

9. THE ENGINEER MAY INSTRUCT THE CONTRACTOR TO OMIT THE SPECIFIED RIPPING AND

COMPACTION OF IN-SITU MATERIAL TO 93% MOD AASHTO AND THE SPECIFIED G5 LAYER

DEPENDING ON THE GROUND CONDITIONS.

REINFORCED CONCRETE NOTES

1. ALL STRUCTURAL CONCRETE TO BE GRADE 25MPa/19MM STONE UNLESS INDICATED

OTHERWISE.

2. BLINDING CONCRETE TO BE 15MPa

3. ALL REINFORCEMENT CONCRETE WORK TO BE IN ACCORDANCE WITH SANS 1200 G OR

LATEST AMENDMENT THEREOF.

4. THE CONTRACTOR IS RESPONSIBLE FOR MAINTAINING THE REINFORCEMENT IN THE

CORRECT POSITION AT ALL TIMES.

5. COVER BLOCKS TO BE USED AT ALL TIMES.

6. CONCRETE COVER IS 30MM UNLESS INDICATED OTHERWISE.

7. SMOOTH FORM WORK TO ALL SURFACES TO BE USED.

8. NO CONCRETE PLACEMENT IS TO BE UNDERTAKEN WITHOUT THE ENGINEER'S APPROVAL.

9. ALL CONCRETE IS TO BE VIBRATED.

10. ALL REINFORCEMENT IS TO BE INSPECTED BY THE ENGINEER PRIOR TO CASTING OF

CONCRETE.

11. ALL REINFORCING STEEL TO COMPLY WITH SABS 920 WITH CHARACTERISTIC STRENGTH OF

450MPa UNLESS STATED OTHERWISE.

AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
C
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
C
AutoCAD SHX Text
4
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
4
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
4
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
C
AutoCAD SHX Text
200
AutoCAD SHX Text
150
AutoCAD SHX Text
50
AutoCAD SHX Text
600
AutoCAD SHX Text
F.G.L.
AutoCAD SHX Text
F.G.L.
AutoCAD SHX Text
(MIN)
AutoCAD SHX Text
F.G.L.
AutoCAD SHX Text
F.G.L.
AutoCAD SHX Text
F.G.L.
AutoCAD SHX Text
F.G.L.
AutoCAD SHX Text
F.G.L.
AutoCAD SHX Text
16460x350x800 HIGH R/C WALLS (25MPa)
AutoCAD SHX Text
17160x4710x400 DP MESHED CONCRETE BASE (25MPa)
AutoCAD SHX Text
TYPICAL 60x60x5 L ANGLE STEEL COPING ON THE EDGE OF THE R/C WALLS
AutoCAD SHX Text
50MM BLINDING LAYER (15MPa)
AutoCAD SHX Text
150MM G5 MATERIAL LAYER COMPACTED TO 95% MOD AASHTO OR AS DIRECTED BY ENGINEER ON SITE
AutoCAD SHX Text
150MM IN-SITU MATERIAL RIPPED & COMPACTED TO 93% MOD AASHTO OR AS DIRECTED BY ENGINEER ON SITE
AutoCAD SHX Text
%%USECTION X-X
AutoCAD SHX Text
1:50
AutoCAD SHX Text
600
AutoCAD SHX Text
200
AutoCAD SHX Text
50
AutoCAD SHX Text
150
AutoCAD SHX Text
(MIN)
AutoCAD SHX Text
300
AutoCAD SHX Text
300
AutoCAD SHX Text
16460x350x800 HIGH R/C WALLS (25MPa)
AutoCAD SHX Text
17160x4710x400 DP MESHED CONCRETE BASE (25MPa)
AutoCAD SHX Text
50MM BLINDING LAYER (15MPa)
AutoCAD SHX Text
150MM G5 MATERIAL LAYER COMPACTED TO 95% MOD AASHTO OR AS DIRECTED BY ENGINEER ON SITE
AutoCAD SHX Text
150MM IN-SITU MATERIAL RIPPED & COMPACTED TO 93% MOD AASHTO OR AS DIRECTED BY ENGINEER ON SITE
AutoCAD SHX Text
%%USECTION Y-Y
AutoCAD SHX Text
1:50
AutoCAD SHX Text
350
AutoCAD SHX Text
%%UWATER TANK FOUNDATION & DWARF WALLS PLAN
AutoCAD SHX Text
1:50
AutoCAD SHX Text
17160x4710x400 DP MESHED CONCRETE BASE (25MPa)
AutoCAD SHX Text
16460x350x800 HIGH R/C WALLS (25MPa)
AutoCAD SHX Text
15860x3660x2440 HIGH GALVANIZED MILD STEEL TANK
AutoCAD SHX Text
15860x3660x2440 HIGH GALVANIZED MILD STEEL TANK
AutoCAD SHX Text
15860x3660x2440 HIGH GALVANIZED MILD STEEL TANK
AutoCAD SHX Text
A1
AutoCAD SHX Text
B1
AutoCAD SHX Text
1A
AutoCAD SHX Text
2A
AutoCAD SHX Text
%%UPUMP HOUSE FOUNDATION LAYOUT PLAN
AutoCAD SHX Text
1:50
AutoCAD SHX Text
A1
AutoCAD SHX Text
B1
AutoCAD SHX Text
1A
AutoCAD SHX Text
2A
AutoCAD SHX Text
3500x2000x300 DP CONCRETE PLINTH (25MPa)
AutoCAD SHX Text
TYPICAL 230MM BRICKWALL ON 690x230 DP CONCRETE STRIP FOOTING (25MPa)
AutoCAD SHX Text
0
AutoCAD SHX Text
07/2017
AutoCAD SHX Text
BT
AutoCAD SHX Text
ISSUED FOR TENDER
AutoCAD SHX Text
BT
AutoCAD SHX Text
BT
AutoCAD SHX Text
THIS DRAWING SHALL BE READ IN CONJUNCTION WITH THE TECHNICAL SPECIFICATION DOCUMENT ISSUED BY THE ENGINEER. THE TECHNICAL THE TECHNICAL SPECIFICATION DOCUMENT TAKES PREFERENCE OVER AND ABOVE THE DRAWINGS..

DO NOT SCALE

APPROVED:

PROJECT No:

CAD FILE:

SCALE @ A2:

TITLE:

PROJECT:

DRAWING No:

DESIGN-DRAWN:

CHECKED:

DATE:

REV:

ARCHITECT:

CLIENT:

REV

DRAWING STATUS:

DATE BY DESCRIPTION CHK APD

CONSULTANT:

PIPELINE ANCHOR LAYOUT AND DETAILS

STORAGE WATER TANK AND PUMP HOUSE AT THE NZG IN PRETORIA

NATIONAL ZOOLOGICAL GARDENS

DKS

PEAK CONSULTING ENGINEERS

Tel: (011) 463 5372 Fax: 086 495 1826

Unit 2010, Block 2 Ground Floor, Bryanston Gate Office Park

Cnr Main Road and Homestead Ave, P. O. Box 4005 Cramerview, 2060

ALL REQUIREMENTS OF MUNICIPAL AND OTHER AUTHORITIES CONCERNED HAVE TO BE

ADHERED TO. CONTRACTORS AND SUBCONTRACTORS ARE TO CHECK ALL DIMENSIONS AND

LEVELS ON THE BUILDING SITE BEFORE COMMENCING WITH ANY WORK. FIGURED DIMENSIONS

TO BE TAKEN IN PREFERENCE TO SCALED MEASUREMENTS AND LARGE SCALE DETAILS

SUPERSEDE SMALL SCALE DRAWINGS. THE DESIGN AND CONTENT OF THIS DRAWING IS THE

PROPERTY OF - TKDS CONSULTING AND THE COPYRIGHT THEREOF IS RESERVED BY THEM.

NOTE :

NZG-001 ZA2017_2008_NZG_S2020

1:100

0

TENDER

M.MOYO B.TSHUMA

B.TSHUMA 07/2017

GENERAL NOTES

1. CONTRACTOR TO KEEP FULL SET OF DRAWINGS ON SITE.

2. CONTRACTOR RESPONSIBLE FOR CORRECT SETTING OUT OF FOUNDATIONS AND BUILDINGS

ON SITE.

3. CONTRACTOR TO VERIFY ALL LEVELS AND DIMENSIONS ON SITE.

4. DO NOT SCALE, USE FIGURED DIMENSIONS ONLY.

5. THIS DRAWING IS TO BE READ WITH ANY RELEVANT ARCHITECTURAL AND MECHANICAL

DRAWINGS OR OTHER DRAWINGS.

6. ANY ERRORS, OMISSIONS OR DISCREPANCIES ARE TO BE REPORTED TO THE STRUCTURAL

ENGINEER IMMEDIATELY FOR CLARIFICATION BEFORE WORK IS UNDERTAKEN.

7. CONTRACTOR TO IDENTIFY AND EXPOSE (WHERE APPLICABLE) ALL UNDERGROUND

SERVICES WITHIN THE CONSTRUCTION SITE.

8. 8. A PLATE LOAD TEST MAY BE REQUESTED BY THE ENGINEER AT FOUNDATION EXCAVATION

STAGE TO VERIFY THE BEARING CAPACITY OF THE GROUND AT FOUNDATION FOUNDING

LEVEL.

9. THE ENGINEER MAY INSTRUCT THE CONTRACTOR TO OMIT THE SPECIFIED RIPPING AND

COMPACTION OF IN-SITU MATERIAL TO 93% MOD AASHTO AND THE SPECIFIED G5 LAYER

DEPENDING ON THE GROUND CONDITIONS.

REINFORCED CONCRETE NOTES

1. ALL STRUCTURAL CONCRETE TO BE GRADE 25MPa/19MM STONE UNLESS INDICATED

OTHERWISE.

2. BLINDING CONCRETE TO BE 15MPa

3. ALL REINFORCEMENT CONCRETE WORK TO BE IN ACCORDANCE WITH SANS 1200 G OR

LATEST AMENDMENT THEREOF.

4. THE CONTRACTOR IS RESPONSIBLE FOR MAINTAINING THE REINFORCEMENT IN THE

CORRECT POSITION AT ALL TIMES.

5. COVER BLOCKS TO BE USED AT ALL TIMES.

6. CONCRETE COVER IS 30MM UNLESS INDICATED OTHERWISE.

7. SMOOTH FORM WORK TO ALL SURFACES TO BE USED.

8. NO CONCRETE PLACEMENT IS TO BE UNDERTAKEN WITHOUT THE ENGINEER'S APPROVAL.

9. ALL CONCRETE IS TO BE VIBRATED.

10. ALL REINFORCEMENT IS TO BE INSPECTED BY THE ENGINEER PRIOR TO CASTING OF

CONCRETE.

11. ALL REINFORCING STEEL TO COMPLY WITH SABS 920 WITH CHARACTERISTIC STRENGTH OF

450MPa UNLESS STATED OTHERWISE.

AutoCAD SHX Text
N.G.L.
AutoCAD SHX Text
150x150x5MM THICK MILD STEEL BASE PLATE
AutoCAD SHX Text
300x300x300DP CONCRETE FOOTING (15MPa)
AutoCAD SHX Text
60.3X4.0MM THICK x 5.551kG/M CIRCULAR HOLLOW SECTION
AutoCAD SHX Text
50x50x5MM THICK MILD STEEL ANGLE SECTION WELDED TO CHS USING 5MM FILLET WELD
AutoCAD SHX Text
150NB x 3.9MM OR 100NB x 3.3MM WATER PIPELINE
AutoCAD SHX Text
300x75x5MM THICK MILD STEEL FLAT BAR OR SIMILAR TO EXISTING ON SITE
AutoCAD SHX Text
M12 BOLTS (GRADE 8.8) OR SIMILAR TO EXISTING ON SITE
AutoCAD SHX Text
HEIGHT OF CHS VARIES DEPENDING ON THE TERRAIN. ACTUAL HEIGHT TO BE DETERMINED ON SITE
AutoCAD SHX Text
%%UDETAILS OF CHS PIPE ANCHORS
AutoCAD SHX Text
1:5
AutoCAD SHX Text
%%UTYPICAL LAYOUT OF CHS ANCHORS AND THE WATER PIPELINE
AutoCAD SHX Text
1:20
AutoCAD SHX Text
NOTE: THIS DRAWING IS FOR TENDER PURPOSES AS PIPE CLIP DETAILS MAY DIFFER FROM THOSE ON SITE
AutoCAD SHX Text
0
AutoCAD SHX Text
07/2017
AutoCAD SHX Text
BT
AutoCAD SHX Text
ISSUED FOR TENDER
AutoCAD SHX Text
BT
AutoCAD SHX Text
BT
AutoCAD SHX Text
THIS DRAWING SHALL BE READ IN CONJUNCTION WITH THE TECHNICAL SPECIFICATION DOCUMENT ISSUED BY THE ENGINEER. THE TECHNICAL THE TECHNICAL SPECIFICATION DOCUMENT TAKES PREFERENCE OVER AND ABOVE THE DRAWINGS..

Y Y

X

X

APPROVED:

PROJECT No:

CAD FILE:

SCALE @ A0:

TITLE:

PROJECT:

DRAWING No:

DESIGN-DRAWN:

CHECKED:

DATE:

REV:

ARCHITECT:

CLIENT:

REV

DRAWING STATUS:

DATE BY DESCRIPTION CHK APD

CONSULTANT:

NATIONAL ZOOLOGICAL GARDENS

PEAK CONSULTING ENGINEERS

Tel: (011) 463 5372 Fax: 086 495 1826

Unit 2010, Block 2 Ground Floor, Bryanston Gate Office Park

Cnr Main Road and Homestead Ave, P. O. Box 4005 Cramerview, 2060

DO NOT SCALE

REINFORCEMENT LAYOUT AND DETAILS

STORAGE WATER TANK AND PUMP HOUSE AT THE NZG IN PRETORIA

DKS

ALL REQUIREMENTS OF MUNICIPAL AND OTHER AUTHORITIES CONCERNED HAVE TO BE

ADHERED TO. CONTRACTORS AND SUBCONTRACTORS ARE TO CHECK ALL DIMENSIONS AND

LEVELS ON THE BUILDING SITE BEFORE COMMENCING WITH ANY WORK. FIGURED DIMENSIONS

TO BE TAKEN IN PREFERENCE TO SCALED MEASUREMENTS AND LARGE SCALE DETAILS

SUPERSEDE SMALL SCALE DRAWINGS. THE DESIGN AND CONTENT OF THIS DRAWING IS THE

PROPERTY OF - TKDS CONSULTING AND THE COPYRIGHT THEREOF IS RESERVED BY THEM.

NOTE :

NZG-001 ZA2017_2008_NZG_S2019

1:100

0

TENDER

M.MOYO B.TSHUMA

B.TSHUMA 07/2017

GENERAL NOTES

1. CONTRACTOR TO KEEP FULL SET OF DRAWINGS ON SITE.

2. CONTRACTOR RESPONSIBLE FOR CORRECT SETTING OUT OF FOUNDATIONS AND BUILDINGS

ON SITE.

3. CONTRACTOR TO VERIFY ALL LEVELS AND DIMENSIONS ON SITE.

4. DO NOT SCALE, USE FIGURED DIMENSIONS ONLY.

5. THIS DRAWING IS TO BE READ WITH ANY RELEVANT ARCHITECTURAL AND MECHANICAL

DRAWINGS OR OTHER DRAWINGS.

6. ANY ERRORS, OMISSIONS OR DISCREPANCIES ARE TO BE REPORTED TO THE STRUCTURAL

ENGINEER IMMEDIATELY FOR CLARIFICATION BEFORE WORK IS UNDERTAKEN.

7. CONTRACTOR TO IDENTIFY AND EXPOSE (WHERE APPLICABLE) ALL UNDERGROUND

SERVICES WITHIN THE CONSTRUCTION SITE.

8. 8. A PLATE LOAD TEST MAY BE REQUESTED BY THE ENGINEER AT FOUNDATION EXCAVATION

STAGE TO VERIFY THE BEARING CAPACITY OF THE GROUND AT FOUNDATION FOUNDING

LEVEL.

9. THE ENGINEER MAY INSTRUCT THE CONTRACTOR TO OMIT THE SPECIFIED RIPPING AND

COMPACTION OF IN-SITU MATERIAL TO 93% MOD AASHTO AND THE SPECIFIED G5 LAYER

DEPENDING ON THE GROUND CONDITIONS.

REINFORCED CONCRETE NOTES

1. ALL STRUCTURAL CONCRETE TO BE GRADE 25MPa/19MM STONE UNLESS INDICATED

OTHERWISE.

2. BLINDING CONCRETE TO BE 15MPa

3. ALL REINFORCEMENT CONCRETE WORK TO BE IN ACCORDANCE WITH SANS 1200 G OR

LATEST AMENDMENT THEREOF.

4. THE CONTRACTOR IS RESPONSIBLE FOR MAINTAINING THE REINFORCEMENT IN THE

CORRECT POSITION AT ALL TIMES.

5. COVER BLOCKS TO BE USED AT ALL TIMES.

6. CONCRETE COVER IS 30MM UNLESS INDICATED OTHERWISE.

7. SMOOTH FORM WORK TO ALL SURFACES TO BE USED.

8. NO CONCRETE PLACEMENT IS TO BE UNDERTAKEN WITHOUT THE ENGINEER'S APPROVAL.

9. ALL CONCRETE IS TO BE VIBRATED.

10. ALL REINFORCEMENT IS TO BE INSPECTED BY THE ENGINEER PRIOR TO CASTING OF

CONCRETE.

11. ALL REINFORCING STEEL TO COMPLY WITH SABS 920 WITH CHARACTERISTIC STRENGTH OF

450MPa UNLESS STATED OTHERWISE.

AutoCAD SHX Text
A1
AutoCAD SHX Text
B1
AutoCAD SHX Text
1A
AutoCAD SHX Text
2A
AutoCAD SHX Text
A1
AutoCAD SHX Text
B1
AutoCAD SHX Text
1A
AutoCAD SHX Text
2A
AutoCAD SHX Text
MESH REF 245 SET 30MM ABOVE BOTTOM OF PLINTH AND 30MM BELOW TOP OF PLINTH
AutoCAD SHX Text
%%UPUMP HOUSE PLINTH DETAILS
AutoCAD SHX Text
1:50
AutoCAD SHX Text
FFL
AutoCAD SHX Text
F.G.L.
AutoCAD SHX Text
FFL
AutoCAD SHX Text
F.G.L.
AutoCAD SHX Text
A1
AutoCAD SHX Text
B1
AutoCAD SHX Text
150
AutoCAD SHX Text
300
AutoCAD SHX Text
300
AutoCAD SHX Text
200
AutoCAD SHX Text
100
AutoCAD SHX Text
3500x2000x300 DP CONCRETE PLINTH (25MPa)
AutoCAD SHX Text
MESH REF 245 SET 30MM ABOVE BOTTOM OF PLINTH
AutoCAD SHX Text
MESH REF 245 SET 30MM BELOW TOP OF PLINTH
AutoCAD SHX Text
DPM
AutoCAD SHX Text
10MM SOFT JOINT - POLYSTYRENE OF SIMILAR
AutoCAD SHX Text
150MM G5 MATERIAL LAYER COMPACTED TO 95% MOD AASHTO OR AS DIRECTED BY ENGINEER ON SITE
AutoCAD SHX Text
%%USECTION Y-Y
AutoCAD SHX Text
1:50
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
56-Y10-02@300
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
24-Y10-04@200
AutoCAD SHX Text
12-Y10-05@200
AutoCAD SHX Text
MESH REF 245
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
56-Y10-02@300
AutoCAD SHX Text
24-Y10-04@200
AutoCAD SHX Text
12-Y10-05@200
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
56-Y10-02@300
AutoCAD SHX Text
24-Y10-04@200
AutoCAD SHX Text
12-Y10-05@200
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
56-Y10-02@300
AutoCAD SHX Text
24-Y10-04@200
AutoCAD SHX Text
12-Y10-05@200
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
%%USECTION X-X
AutoCAD SHX Text
1:20
AutoCAD SHX Text
1
AutoCAD SHX Text
4
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
4
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
3
AutoCAD SHX Text
4
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
C
AutoCAD SHX Text
A
AutoCAD SHX Text
B
AutoCAD SHX Text
C
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
12-Y10-04@200
AutoCAD SHX Text
12-Y10-04@200
AutoCAD SHX Text
12-Y10-05@200
AutoCAD SHX Text
56-Y10-02@300
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
12-Y10-04@200
AutoCAD SHX Text
12-Y10-04@200
AutoCAD SHX Text
12-Y10-05@200
AutoCAD SHX Text
56-Y10-02@300
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
12-Y10-04@200
AutoCAD SHX Text
12-Y10-04@200
AutoCAD SHX Text
12-Y10-05@200
AutoCAD SHX Text
56-Y10-02@300
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
6-Y10-03@200
AutoCAD SHX Text
12-Y10-04@200
AutoCAD SHX Text
12-Y10-04@200
AutoCAD SHX Text
12-Y10-05@200
AutoCAD SHX Text
56-Y10-02@300
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
56-Y10-01@300
AutoCAD SHX Text
%%UREINFORCEMENT LAYOUT PLAN - FOUNDATION & DWARF WALLS
AutoCAD SHX Text
1:20
AutoCAD SHX Text
MESH REF 245 DETAILS OMITTED FOR CLARITY
AutoCAD SHX Text
0
AutoCAD SHX Text
07/2017
AutoCAD SHX Text
BT
AutoCAD SHX Text
ISSUED FOR TENDER
AutoCAD SHX Text
BT
AutoCAD SHX Text
BT
AutoCAD SHX Text
THIS DRAWING SHALL BE READ IN CONJUNCTION WITH THE TECHNICAL SPECIFICATION DOCUMENT ISSUED BY THE ENGINEER. THE TECHNICAL THE TECHNICAL SPECIFICATION DOCUMENT TAKES PREFERENCE OVER AND ABOVE THE DRAWINGS..

A

CONTROL PANEL

80Ø PLANTROOM DRAIN

+ GRATE OVER

50Ø FIRE PUMPED WATER

TO EXT. RETICULATION

200Ø SUCTION FROM

WATER STORAGE TANK

DIESEL PUMP

ELECTRIC

PUMP

3500 x2000 x 100mm HIGH

CONCRETE PLINTH

EXTRACT FAN

M0117-W5

DESCRIPTION:

FRAME:

FINISH:

GLASS:

GENERAL:

DRAWN:

COMPANY DETAILS HERE

SCALE: DATE:

CHECKED:

PROJECT:

TOTAL: REVISION:

DRAWING: LOCATION: DWG NO:

WINDOW & DOOR SCHEDULE

All windows to be checked by architect prior to

ordering

Ulu/Zamo

-All door frames to properly protected during installation and special care must be taken

not to damage them during the construction process

-All ironmongery must be fitted in strict accordance with the manufacturers detail and

spec with corrosion resistant screws and fittings

-All doors and frames must be stored undercover prior to installation in order to ommitt

damage caused by rain or sunlight

-Samples of specified ironmongery must be shown to and approved by the architect

prior to the ordering and installation thereof

1

July 2017

silver galvanized finish

Galvaized steel frame

D1

1

1800 X 2100 galv steel pumproom door with two equal leaves with slats, cabin hooks, earth

strap, shooting bolts and night latch. perimeter framing plugged and screwed at max 300mm

centres to bickwork

IRONMONGERY:

emergency exit bar from the inside

SFL

*MEASUREMENTS TO BECONFIRMED ON SITE

none

Reception Area

W1 W1

A

FLOOR PLAN (PUMP HOUSE)

scale 1:50

f.f.l 100.15

n.g.l

h.h.l 102.25

w.p.l 102.75

f.f.l 100.15

n.g.l

h.h.l 102.25

w.p.l 102.75

f.f.l 100.15

n.g.l

h.h.l 102.25

w.p.l 102.75

f.f.l 100.15

n.g.l

h.h.l 102.25

w.p.l 102.75

SIDE ELEVATION

scale 1:50

M0117-W5

DESCRIPTION:

FRAME:

FINISH:

GLASS:

GENERAL:

DRAWN:

COMPANY DETAILS HERE

SCALE: DATE:

CHECKED:

PROJECT:

TOTAL: REVISION:

DRAWING: LOCATION: DWG NO:

WINDOW & DOOR SCHEDULE

All windows to be checked by architect prior to

ordering

Ulu/Zamo

-All window frames to properly protected during installation and special care must be

taken not to damage them during the construction process

-All ironmongery must be fitted in strict accordance with the manufacturers detail and

spec with corrosion resistant screws and fittings

-All windows and frames must be stored undercover prior to installation in order to

ommitt damage caused by rain or sunlight

-Samples of specified ironmongery must be shown to and approved by the architect

prior to the ordering and installation thereof

1

July 2017

plascon metal care primer paint (black)

steel frame (galvanized)

W1

2

1022x359 steel frame window

IRONMONGERY:

Supplied with window & frame (by manufacturer) handles to be

accomodate pivot opening

FFL

*MEASUREMENTS TO BECONFIRMED ON SITE

Laminated Solar vue neutral HL

Pumproom

Pump House

f.f.l 100.15

h.h.l 102.25

w.p.l 102.75

PUMPROOM

PUMPROOM

HHL

Pump House

SIDE ELEVATION

scale 1:50

BACK ELEVATION

scale 1:50

FRONT ELEVATION

scale 1:50

SECTION A-A

scale 1:50

DO NOT SCALE

APPROVED:

PROJECT No:

CAD FILE:

SCALE @ A1:

TITLE:

PROJECT:

DRAWING No:

DESIGN-DRAWN:

CHECKED:

DATE:

REV:

ARCHITECT:

CLIENT:

REV

DRAWING STATUS:

DATE BY DESCRIPTION CHK APD

CONSULTANT:

PUMP HOUSE

NATIONAL ZOOLOGICAL GARDENS - PRETORIA FIRE PROTECTION

NATIONAL ZOOLOGICAL GARDENS

DKS

ALL REQUIREMENTS OF MUNICIPAL AND OTHER AUTHORITIES CONCERNED HAVE TO BE

ADHERED TO. CONTRACTORS AND SUBCONTRACTORS ARE TO CHECK ALL DIMENSIONS AND

LEVELS ON THE BUILDING SITE BEFORE COMMENCING WITH ANY WORK. FIGURED DIMENSIONS

TO BE TAKEN IN PREFERENCE TO SCALED MEASUREMENTS AND LARGE SCALE DETAILS

SUPERSEDE SMALL SCALE DRAWINGS. THE DESIGN AND CONTENT OF THIS DRAWING IS THE

PROPERTY OF - TKDS CONSULTING AND THE COPYRIGHT THEREOF IS RESERVED BY THEM.

NOTE :

25-07-2017ZZ

JMJM

TENDER

0

1:100

NZG-ARCH-01NZG-001

PEAK CONSULTING ENGINEERS

Tel: (011) 463 5372 Fax: 086 495 1826

Unit 2010, Block 2 Ground Floor, Bryanston Gate Office Park

Cnr Main Road and Homestead Ave, P. O. Box 4005 Cramerview, 2060

AutoCAD SHX Text
rwp
AutoCAD SHX Text
facebrick
AutoCAD SHX Text
galv steel pump room double door
AutoCAD SHX Text
zinc gutter fixed onto fascia board
AutoCAD SHX Text
fascia board
AutoCAD SHX Text
IBR roof sheets laid at 5° pitch
AutoCAD SHX Text
facebrick
AutoCAD SHX Text
zinc gutter fixed onto fascia board
AutoCAD SHX Text
fascia board
AutoCAD SHX Text
IBR roof sheets laid at 5° pitch
AutoCAD SHX Text
facebrick
AutoCAD SHX Text
zinc gutter fixed onto fascia board
AutoCAD SHX Text
fascia board
AutoCAD SHX Text
IBR roof sheets laid at 5° pitch
AutoCAD SHX Text
facebrick
AutoCAD SHX Text
fascia board
AutoCAD SHX Text
IBR roof sheets laid at 5° pitch
AutoCAD SHX Text
steel frame window
AutoCAD SHX Text
conc. foundation to conc. dtl
AutoCAD SHX Text
conc. foundation to conc. dtl
AutoCAD SHX Text
conc. lintel above all openings
AutoCAD SHX Text
steel louver door
AutoCAD SHX Text
conc. surface bed on BRC mesh to eng's dtl
AutoCAD SHX Text
conc. plinth on BRC mesh to eng's dtl
AutoCAD SHX Text
IBR roof sheets laid at 5° pitch
AutoCAD SHX Text
timber rafters at 700 centers
AutoCAD SHX Text
extractor fan
AutoCAD SHX Text
G5 compaction to eng's dtl.
AutoCAD SHX Text
0
AutoCAD SHX Text
25/07/2017
AutoCAD SHX Text
JM
AutoCAD SHX Text
ISSUED FOR TENDER
AutoCAD SHX Text
JM
AutoCAD SHX Text
JM
AutoCAD SHX Text
THIS DRAWING SHALL BE READ IN CONJUNCTION WITH THE TECHNICAL SPECIFICATION DOCUMENT ISSUED BY THE ENGINEER. THE TECHNICAL THE TECHNICAL SPECIFICATION DOCUMENT TAKES PREFERENCE OVER AND ABOVE THE DRAWINGS..

³

DO NOT SCALE

APPROVED:

PROJECT No:

CAD FILE:

SCALE @ A1:

TITLE:

PROJECT:

DRAWING No:

DESIGN-DRAWN:

CHECKED:

DATE:

REV:

ARCHITECT:

CLIENT:

REV

DRAWING STATUS:

DATE BY DESCRIPTION CHK APD

CONSULTANT:

ALL REQUIREMENTS OF MUNICIPAL AND OTHER AUTHORITIES CONCERNED HAVE TO BE

ADHERED TO. CONTRACTORS AND SUBCONTRACTORS ARE TO CHECK ALL DIMENSIONS AND

LEVELS ON THE BUILDING SITE BEFORE COMMENCING WITH ANY WORK. FIGURED DIMENSIONS

TO BE TAKEN IN PREFERENCE TO SCALED MEASUREMENTS AND LARGE SCALE DETAILS

SUPERSEDE SMALL SCALE DRAWINGS. THE DESIGN AND CONTENT OF THIS DRAWING IS THE

PROPERTY OF - TKDS CONSULTING AND THE COPYRIGHT THEREOF IS RESERVED BY THEM.

NOTE :

0

TENDER

JULY 2017

SM ISSUED FOR TENDER IS SM

NATIONAL ZOOLOGICAL GARDENS -

PRETORIA FIRE PROTECTION

FIRE WATER STORAGE TANK &

PUMP HOUSE LOCATION

SCHEMATIC

NATIONAL ZOOLOGICAL GARDENS

NTS

SM SM

28-08-2017PM

NZG-001

NZG-FIRE-01

PEAK CONSULTING ENGINEERS

Tel: (011) 463 5372 Fax: 086 495 1826

Unit 2010, Block 2 Ground Floor, Bryanston Gate Office Park

Cnr Main Road and Homestead Ave, P. O. Box 4005 Cramerview, 2060

0

DKS

AutoCAD SHX Text
RIVER
AutoCAD SHX Text
BRIDGE
AutoCAD SHX Text
ELECTRIC/DIESEL FIRE PUMPS & PRESSURE VESSEL
AutoCAD SHX Text
EXISTING 100 CWS MAIN
AutoCAD SHX Text
BOOSTED FIRE WATER TO HYDRANTS
AutoCAD SHX Text
125m³ WATER STORAGE TANK WATER STORAGE TANK
AutoCAD SHX Text
50 CWS
AutoCAD SHX Text
200
AutoCAD SHX Text
100 PUMPED MAIN
AutoCAD SHX Text
PATH
AutoCAD SHX Text
PAVED ROAD
AutoCAD SHX Text
THIS DRAWING SHALL BE READ IN CONJUNCTION WITH THE TECHNICAL SPECIFICATION DOCUMENT ISSUED BY THE ENGINEER. THE TECHNICAL THE TECHNICAL SPECIFICATION DOCUMENT TAKES PREFERENCE OVER AND ABOVE THE DRAWINGS..
AutoCAD SHX Text
LEGEND
AutoCAD SHX Text
COLD WATER SUPPLY
AutoCAD SHX Text
ABBREVIATIONS CWS COLD WATERCOLD WATER

ELEVATION A

200Ø PUMP SUCTION

600mm HIGH CONCRETE

DWARF WALL WITH STEEL

COPING @ 1220mm CENTRES

65Ø OVERFLOW

50Ø CWS MAIN

UNDERGROUND

80Ø DRAIN

16500 x 600mm HIGH CONCRETE DWARF WALL

WITH STEEL COPING TO STR. ENG. DETAIL

200Ø PUMP SUCTION

80Ø DRAIN

80Ø DRAIN

200Ø ISOLATING

VALVE

VORTEX INHIBITOR

DIV

ID

IN

G P

LA

TE

DIV

ID

IN

G P

LA

TE

ELEVATION B

PLAN

200Ø GALV. MS PIPE PUMP SUCTION

65Ø OVERFLOW65Ø OVERFLOW

15860 x3660 x 2440mm HIGH GALVANISED MILD

STEEL TANK ON 16500 x 600mm HIGH

CONCRETE DWARF WALLS WITH STEEL

COPING TO STR. ENG. DETAIL

(MASS :- 148 TONNES)

WATER CAPACITY :- 125m³)

80Ø DRAIN80Ø DRAIN

50Ømm GALVANISED MILD STEEL

PIPE RISER TO FEED INTO TANK

VIA QUICK FILL CONNECTION &

FLOAT VALVE

50Ømm GALVANISED MILD STEEL

PIPE RISER TO FEED INTO TANK

VIA QUICK FILL CONNECTION &

FLOAT VALVE

750mm x 750mm

ACCESS PANEL

750mm x 750mm

ACCESS PANEL

50Ø HDPE PIPE UNDERGROUND 50Ø HDPE PIPE UNDERGROUND

A

B

CONCRETE PIPE SUPPORTS

1500 x800 WINDOW FOR

NATURAL LIGHT

CONTROL PANEL

LOUVRED DOUBLE

DOOR 1600WIDE

EXTRACT FAN

80Ø PLANTROOM DRAIN

+ GRATE OVER

DOUBLE PUMP START

ARRANGEMENT

50Ø PFIRE PUMPED

WATER TO EXT.

RETICULATION

200Ø SUCTION FROM

WATER STORAGE TANK

DIESEL PUMP

ELECTRIC

PUMP

PUMPROOM PLAN

3500 x2000 x 100mm HIGH

CONCRETE PLINTH

IMH

ELECTRIC DUTY

PUMP

20mm PIPE CONNECTION

FROM FIRE PUMP

DISCHARGE HEADER

DRAIN TO

WASTE

22Ø

22Ø

PRESSURE SWITCHES

(REFER TO SCHEDULE)

PRESSURE

GAUGES

FIRE PUMPS TYPICAL AUTO-START

ARRANGEMENT

DIESEL STANDBY

PUMP SWITCH 1

22Ø

DIESEL STANDBY

PUMP SWITCH 2

MAINTENANCE MODE SWITCH

FIRE PUMPS ALARM MONITORING

PANEL

ALARM - FIRE ALARMELECTRIC MOTOR DRIVEN PUMP CONTROLLER PANEL

ALARM - MAINS FAILELECTRIC MOTOR DRIVEN PUMP CONTROLLER PANEL

ALARM - CONTROL CIRCUIT FAILELECTRIC MOTOR DRIVEN PUMP CONTROLLER PANEL

ALARM - PUMP FAILELECTRIC MOTOR DRIVEN PUMP CONTROLLER PANEL

ALARM - FIRE ALARMDIESEL ENGINE DRIVEN PUMP CONTROLLER PANEL

ALARM - PUMP RUNDIESEL ENGINE DRIVEN PUMP CONTROLLER PANEL

ALARM - PUMP FAILDIESEL ENGINE DRIVEN PUMP CONTROLLER PANEL

ALARM - MAINS FAILDIESEL ENGINE DRIVEN PUMP CONTROLLER PANEL

DIESEL ENGINE DRIVEN PUMP CONTROLLER PANEL ALARM - CONTROL CIRCUIT FAIL

DIESEL ENGINE DRIVEN PUMP CONTROLLER PANEL ALARM - LOW OIL PRESSURE FAIL

DIESEL ENGINE DRIVEN PUMP CONTROLLER PANEL ALARM - BATTERY CHARGER FAIL

DIESEL ENGINE DRIVEN PUMP CONTROLLER PANEL ALARM - ENGINE OVER TEMPERATURE FAIL

ALARM - PUMP RUNELECTRIC MOTOR DRIVEN PUMP CONTROLLER PANEL

ISOLATING

GAUGE COCK

REF CUT-IN CUT-OUT

FHP 01 250kPa MANUAL

FHP 02 200kPa MANUAL

PRESSURE SWITCH SET POINTS

PUMP

ELECTRIC DUTY

DIESEL

PUMPS DUTY:- 1200 litres/Min @ 700KPa

DO NOT SCALE

APPROVED:

PROJECT No:

CAD FILE:

SCALE @ A1:

TITLE:

PROJECT:

DRAWING No:

DRAWN:

CHECKED:

DATE:

REV:

CLIENT:

REV

DRAWING STATUS:

DATE BY DESCRIPTION CHK APD

0JULY 2017

SM ISSUED FOR TENDER IS SM

THIS DRAWING SHALL BE READ IN CONJUNCTION WITH

THE TECHNICAL SPECIFICATION DOCUMENT ISSUED BY

THE ENGINEER. THE TECHNICAL SPECIFICATION

DOCUMENT TAKES PREFERENCE OVER AND ABOVE THE

DRAWINGS.

CONSULTANT:

03-07-2017IS

SMSM1:50

TENDER

0NZG-FIRE-02NZG-001

PEAK CONSULTING ENGINEERS

Tel: (011) 463 5372 Fax: 086 495 1826

Unit 2010, Block 2 Ground Floor, Bryanston Gate Office Park

Cnr Main Road and Homestead Ave, P. O. Box 4005 Cramerview, 2060

NATIONAL ZOOLOGICAL GARDENS -

PRETORIA FIRE PROTECTION

FIRE WATER STORAGE TANK &

PUMP ROOM LAYOUT

NATIONAL ZOOLOGICAL GARDENS

AutoCAD SHX Text
LEGEND