View
17
Download
0
Category
Preview:
Citation preview
Transnet Group Capital a Specialist Unit of
Transnet SOC Ltd
Registration Number 1990/000900/30
TENDER FOR THE:
REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ENQUIRY NUMBER 4228277.001C
ISSUE DATES 23 JANUARY 2020
BRIEFING SESSION 31 JANUARY 2020 AT 09H00
CLOSING DATE 21 FEBRUARY 2020
CLOSING TIME 12H00
BID VALIDITY PERIOD 12 WEEKS FROM CLOSING DATE
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 ENGINEERING AND CONSTRUCTION CONTRACT Contract Documents FORM: PRO-FAT-0204 Rev02 Page 2 of 2
Contents
Number Heading
The Tender
Part T1: Tendering Procedures
T1.1 Tender Notice and Invitation to Tender
T1.2 Tender Data
Part T2: Returnable Documents
T2.1 List of Returnable Document
T2.2 Returnable Schedules
The Contract
Part C1: Agreements and Contract Data
C1.1 Form of Offer and Acceptance
C1.2 Contract Data (Parts 1 & 2)
Part C2: Pricing Data
C2.1 Pricing Instructions
C2.2 Bill of Quantities
Part C3: Scope of Work
C3.1 Works Information
Part C4: Site Information
C4.1 Site Information
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T1: Tendering procedures Page 1 of 4 T 1.1: Tender Notice and Invitation
T1.1 Tender Notice and Invitation to Tender
SECTION 1: NOTICE TO TENDERERS
1. INVITATION TO TENDER
Responses to this Tender [hereinafter referred to as a Tender] are requested from persons,
companies, close corporations or enterprises [hereinafter referred to as a Tenderer].
DESCRIPTION The Refurbishment of Old MHA Workshop in the Port of Richards Bay
COMPULSORY
TENDER
CLARIFICATION
MEETING
A Compulsory Tender Clarification Meeting will be conducted at Transnet Group
Capital, Old Naval Base, 01 Commodores Close, Richards Bay, 3900, Anchor Boardroom on the 31 January 2020, at 09:00am [09 O’clock] for a period
of ± 2 (two) hours. [Tenderers to provide own transportation and accommodation].
The Compulsory Tender Clarification Meeting will start punctually and
information will not be repeated for the benefit of Tenderers arriving late.
Certificate of Attendance in the form set out in the Returnable Schedule
T2.2-01 hereto must be completed and submitted with your Tender as proof of
attendance is required for a compulsory site meeting and/or tender briefing.
Tenderers are required to bring this Returnable Schedule T2.2-01 to the
Compulsory Tender Clarification Meeting to be signed by the Employer’s
Representative.
Tenderers failing to attend the compulsory tender briefing will be disqualified.
CLOSING DATE
12:00pm on Friday, 21 February 2020
Tenderers must ensure that tenders are delivered timeously to the correct
address. If a tender is late or delivered to the incorrect address, it will not be
accepted for consideration.
VALIDITY PERIOD
12 weeks from the Tender Closing Date.
Tenderers are to note that they may be requested to extend the validity period
of their tender, at the same terms and conditions, if the internal evaluation
process has not been finalised within the validity period.
However, once the adjudication body has approved the process and award of
the business to the successful Tenderer(s), the validity of the successful
Tenderer(s)’ tender will be deemed to remain valid until a final contract has
been concluded.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T1: Tendering procedures Page 2 of 4 T 1.1: Tender Notice and Invitation
2. TENDER SUBMISSION
Tender Offers must be submitted in a sealed envelope addressed as follows:
The Secretariat, Transnet Group Capital Acquisition Council
RFP No: 4228277.001C
Description: The Refurbishment of Old MHA Workshop in the Port of Richards
Bay
Closing date and time: Friday, 21 February 2020 at 12:00
Closing address: [Refer to options in paragraph 3 below]
All envelopes must reflect the return address of the Tenderer on the reverse side.
3. DELIVERY INSTRUCTIONS FOR TENDER
3.1. Delivery by hand
If delivered by hand, the envelope must be deposited in the Transnet tender box which is located at the
address of the regional tender box location at 01 Commodores Close, Old Naval Base, Richards Bay,
3900 and must be addressed as follows:
Fhulufhedzani Kone
Transnet Group Capital
01 Commodores Close
Old Naval Base
Richards Bay
3900
South Africa
The measurements of the "tender slot" are 400mm wide x 100mm high, and Tenderers must please
ensure that tender documents or files are no larger than the above dimensions. Tenders which are too bulky [i.e. more than 100mm thick] must be split into two or more files, and placed in separate
envelopes, each such envelope to be addressed as required in paragraph 0 above.
3.2. Dispatch by courier
If dispatched by courier, the envelope must be addressed as follows and delivered to the Office of The
Secretariat, Transnet Group Capital Acquisition Council and a signature obtained from that Office:
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T1: Tendering procedures Page 3 of 4 T 1.1: Tender Notice and Invitation
Fhulufhedzani Kone
Transnet Group Capital
01 Commodores Close
Old Naval Base
Richards Bay
3900
South Africa
3.3. If tender offers are not delivered as stipulated herein, such tenders will not be considered.
3.4. No email or faxed tenders will be considered, unless otherwise stated herein.
3.5. The tender offers to this tender will be opened as soon as possible after the closing date and time.
Transnet shall not, at the opening of tenders, disclose to any other company any confidential details
pertaining to the Tender Offers / information received, i.e. pricing, delivery, etc. The names and
locations of the Tenderers will be divulged to other Tenderers upon request.
3.6. Envelopes must not contain documents relating to any Tender other than that shown on the envelope.
4. CONFIDENTIALITY
All information related to this RFP is to be treated with strict confidence. In this regard Tenderers are
required to certify that they have acquainted themselves with the Non-Disclosure Agreement. All information related to a subsequent contract, both during and after completion thereof, will be treated
with strict confidence. Should the need however arise to divulge any information gleaned from provision
of the Goods, which is either directly or indirectly related to Transnet’s business, written approval to divulge such information must be obtained from Transnet.
Kindly note that Transnet will not reimburse any Tenderer for any preparatory costs or other
work performed in connection with this Tender, whether or not the Tenderer is awarded a contract.
ACKNOWLEDGMENT OF RECEIPT OF DOCUMENTS
Transnet urges its clients, suppliers and the general public
to report any fraud or corruption to
TIP-OFFS ANONYMOUS: 0800 003 056 OR Transnet@tip-offs.com
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T1: Tendering procedures Page 4 of 4 T 1.1: Tender Notice and Invitation
ACKNOWLEDGEMENT OF RECEIPT OF DOCUMENTS
AND INTENTION TO TENDER
(To be returned within 5 days after receipt)
Email to: Transnet Group Capital
Attention: Fhulufhedzani Kone
Project No.: 4228277
Email: Fhulufhedzani.kone@transnet.net
Tender No.: 4228277.001C
Closing Date and time
21 February 2020 at 12h00
For: The Refurbishment of Old MHA Workshop in the Port of Richards Bay
Check
We: Do wish to tender for the work and shall return our tender by the due
date above
Yes
Do not wish to tender on this occasion and herewith return all your
documents received
Yes
REASON FOR NOT TENDERING:
________________________________________________________________________________________
________________________________________________________________________________________
________________________________________________________________________________________
______________________________
COMPANY’S NAME, ADDRESS, CONTACT, PHONE AND TELEFAX NUMBERS
________________________________________________________________________________________
________________________________________________________________________________________
____________________
SIGNATURE: ____________________________________
DATE: __________________________________________
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY ________________________________________________________________________________________________
2019 – Rev03 Page 1 of 10 Part 1: Tendering Procedures T1.2: Tender Data
T1.2 TENDER DATA
The conditions of tender are the Standard Conditions of Tender as contained in Annexure C of the CIDB
Standard for Uniformity in Engineering and Construction Works Contracts. The Standard for Uniformity in
Construction Procurement was first published in Board Notice 62 of 2004 in Government Gazette No 26427 of
9 June 2004. It was subsequently amended in Board Notice 67 of 2005 in Government Gazette No 28127 of
14 October 2005, Board Notice 93 of 2006 in Government Gazette No 29138 of 18 August 2006, Board Notice
No 9 of 2008 in Government Gazette No 31823 of 30 January 2009, Board Notice 86 of 2010 in Government
Gazette No 33239 of 28 May 2010, Board Notice 136 of 2015 in Government Gazette 38960 of 10 July 2015
and Board Notice 423 of 2019 in Government Gazette No 42622 of 8 August 2019.
This edition incorporates the amendments made in Board Notice 423 of 2019 in Government Gazette 42622
of 8 August 2019. (see www.cidb.org.za).
The Standard Conditions of Tender make several references to Tender data for detail that apply specifically to
this tender. The Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency
between it and the Standard Conditions of Tender.
Each item of data given below is cross-referenced in the left-hand column to the clause in the Standard
Conditions of Tender to which it mainly applies.
Clause Data
C.1.1 The Employer is Transnet SOC Ltd
(Reg No. 1990/000900/30)
C.1.2 The tender documents issued by the Employer comprise:
Part T: The Tender
Part T1: Tendering procedures T1.1 Tender notice and invitation to tender
T1.2 Tender data
Part T2 : Returnable documents T2.1 List of returnable documents
T2.2 Returnable schedules
Part C: The contract
Part C1: Agreements and contract data C1.1 Form of offer and acceptance
C1.2 Contract data (Part 1 & 2)
C1.3 Form of Securities
Part C2: Pricing data C2.1 Pricing instructions
C2.2 Bill of Quantities
Part C3: Scope of work C3.1 Works Information
Part C4: Site information C4.1 Site information
C.1.4 The Employer’s agent is: Procurement Officer
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY ________________________________________________________________________________________________
2019 – Rev03 Page 2 of 10 Part 1: Tendering Procedures T1.2: Tender Data
Name: Fhulufhedzani Kone
Address: 01 Commodores Close, Old Naval Base, Richards
Bay, 3900
Tel No. 011 308 1515
E – mail Fhulufhedzani.Kone@transnet.net
C.2.1 Only those tenderers who satisfy the following eligibility criteria are eligible to submit tenders:
1. Stage One - Eligibility with regards to attendance at the compulsory clarification
meeting:
An authorised representative of the tendering entity or a representative of a tenderer entity that
intends to form a Joint Venture (JV) must attend the compulsory clarification meeting in terms
C.2.7
Any tenderer that fails to meet the stipulated pre-qualifying criteria will be regarded
as an unacceptable tender.
2. Stage Two - Local Production and Content in terms of the Preferential
Procurement Regulations, 2017:
Tenderers must properly complete, duly sign and submit returnable schedule T2.2-02, entitled
“Declaration Certificate for Local Production and Content (SBD 6.2 and Annexures C, D & E)”,
committing to meet the following stipulated minimum thresholds for local production and
content for the following designated sectors as determined by the Department of Trade and
Industry (DTI):
90% for Electrical and Telecom Cables;
70% for Valves Products and Actuators,
100% for Steel Products and Components for Construction; and
70% for Pumps, MV Motor and Associated Accessories
The exchange rate to be used for the calculation of local production and content must be the
exchange rate published by the South African Reserve Bank (SARB) at 12:00 on the date of the
advertisement of the tender. The rates of exchange quoted by the tenderer in paragraph 4.1 of
returnable schedule T2.2-02 (the Declaration Certificate for Local Production and Content for
Designated Sectors) may be verified for accuracy. Only the South African Bureau of Standards
(SABS) approved technical specification number SATS 1286:2011 must be used to calculate local
content.
The SABS approved technical specification number SATS 1286:2011 and the Guidance on the
Calculation of Local Content together with the Local Content Declaration Templates [Annex C
(Local Content Declaration: Summary Schedule), D (Imported Content Declaration: Supporting
Schedule to Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)] are
accessible to all potential tenderers on the DTI’s official website;
http://www.the dti.gov.za/industrial development/ip.jsp
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY ________________________________________________________________________________________________
2019 – Rev03 Page 3 of 10 Part 1: Tendering Procedures T1.2: Tender Data
Any tenderer that fails to meet the stipulated pre-qualifying criteria will be regarded
as an unacceptable tender.
3. Stage Three – Sub-contracting - Pre-qualification criteria
Tenderer fully and properly completes, sign and submit the Returnable Schedule T2.2-03
with regards to Sub-Contracting criteria. Tenderers accept that failure to submit and commit
to the following sub-contracting requirements shall result in the Tenderer being deemed
non-responsive and therefore eliminated from further evaluation:
• Subcontracting a minimum of 30% to an EME or QSE which is at least 51% owned by
black people.
4. Stage Four - Eligibility in terms of the Construction Industry Development Board:
a) Only those tenderers who are registered with the CIDB, or are capable of being so prior to
the evaluation of submissions, in a contractor grading designation equal to or higher than
a contractor grading designation determined in accordance with the sum tendered or a
value determined in accordance with Regulation 25 (1B) or 25(7A) of the Construction
Industry Development Regulations, designation of 7GB or higher class of construction
work, are eligible to have their tenders evaluated.
b) Joint Venture (JV)
Joint ventures are eligible to submit tenders subject to the following:
1. every member of the joint venture is registered with the CIDB;
2. the lead partner has a contractor grading designation in the 6GB class of construction
work ; or not lower than one level below the required grading designation in the class
of construction works under consideration and possess the required recognition status.
3. the combined Contractor grading designation calculated in accordance with the
Construction Industry Development Regulations is equal to or higher than a Contractor
grading designation determined in accordance with the sum tendered for a 7GB or
higher class of construction work or a value determined in accordance with Regulation
25(1B) or 25(7A) of the Construction Industry Development Regulations
4. The tenderer shall provide a certified copy of its signed joint venture agreement.
Any tenderer that fails to meet the stipulated pre-qualifying criteria will be regarded
as an unacceptable tender.
5. Stage Five - Functionality:
Only those tenderers who obtain the minimum qualifying score for functionality will be evaluated
further in terms of price and the applicable preference point system. The minimum qualifying
for score for functionality is 60 points.
The evaluation criteria for measuring functionality and the points for each criteria and, if any,
each sub-criterion are as stated in C.3.11.3 below.
Any tenderer that fails to meet the stipulated pre-qualifying criteria will be regarded
as an unacceptable tender.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY ________________________________________________________________________________________________
2019 – Rev03 Page 4 of 10 Part 1: Tendering Procedures T1.2: Tender Data
C.2.7 The arrangements for a compulsory clarification meeting are as stated in the Tender Notice and
Invitation to Tender. Tenderers must sign the attendance register. Addenda will be
issued to and tenders will be received only from those tendering entities including those the
entities that intends forming a joint venture appearing on the attendance register.
Tenderers are also required to bring their RFP document to the briefing session and
have their returnable document T2.2-01 Certificate of Attendance signed off by the
Employer’s authorised representative.
C.2.12 No alternative tender offers will be considered.
C.2.13.3 Parts of each tender offer communicated on paper shall be as an original and one (1) copy in
the same format as the original submission which shall be in the English Language.
C.2.13.5
C2.15.1
The Employer’s details and address for delivery of tender offers and identification details that
are to be shown on each tender offer package are:
Location of tender box TRANSNET GROUP CAPITAL
Physical address: 01 Commodores Close
Old Naval Base
Richards Bay
3900
South Africa
Identification details: The tender documents must be submitted labelled with:
Name of Tenderer: (insert company name)
Contact person and details: (insert details)
The Tender Number: 4228277.001C
The Tender Description: The Refurbishment of Old MHA
Workshop in the Port of Richards Bay
Documents must be marked for the attention of: Employer’s
Agent: Fhulufhedzani Kone
C.2.13.9 Telephonic, telegraphic, facsimile or e-mailed tender offers will not be accepted.
C.2.15 The closing time for submission of tender offers is:
Time: 12:00pm on the 21 February 2020 (Date)
Location: Transnet Group Capital, 01 Commodores Close, Old Naval Base, Richards
Bay, 3900.
NO LATE TENDERS WILL BE ACCEPTED
C.2.16 The tender offer validity period is 12 weeks after the closing date. Tenderers are to note
that they may be requested to extend the validity period of their tender, at the same terms
and conditions, if Transnet’s internal evaluation process has not been finalised within the
validity period.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY ________________________________________________________________________________________________
2019 – Rev03 Page 5 of 10 Part 1: Tendering Procedures T1.2: Tender Data
C.2.23 The tenderer is required to submit with his tender:
1. A valid Tax Clearance Certificate issued by the South African Revenue Services.
Tenderers also to provide Transnet with a TCS PIN to verify Tenderers
compliance status.
2. A valid B-BBEE Certificate from a Verification Agency accredited by the South African
Accreditation System [SANAS], or a sworn affidavit confirming annual turnover and level of
black ownership in case of all EMEs and QSEs with 51% black ownership or more together
with the bid;
3. A valid CIDB certificate in the correct designated grading;
4. Proof of registration on the Central Supplier Database;
5. Certified Letter of Good Standing with the Workmen’s compensation fund.
Note: Refer to Section T2.1 for List of Returnable Documents
C3.4 The time and location for opening of the offers are after the opening submissions at the venue
as stated in C.2.15.
C3.11.1 The minimum number of evaluation points for functionality is: 60
The procedure for the evaluation of responsive tenders is using the tender evaluation methods
and associated evaluation criteria and weightings that are specified in the tender data:
Only those tenderers who attain the minimum number of evaluation points for
Functionality will be eligible for further evaluation, failure to meet the minimum
threshold will result in the tender being disqualified and removed from any further
consideration.
Functionality Criteria
The functionality criteria and maximum score in respect of each of the criteria are as follows:
Quality Criteria
Sub-Criteria Sub-criteria number of points
Maximum Number of Points
T2.2-04:
Programme
The tender must provide a programme which provides the detail that would indicate the order and timing of activities to carry out the services in terms of the Employer's requirements and within the stipulated timeframes. The Tenderer shall produce a level 3 schedule according to the Employer’s objectives
The tenderer shall demonstrate the following:
15
Ability to Provide the Services
8
Provision of Dates
2
Resourcing & Equipment
3
Progress Measurement & Tracking Sheets
2
The tender must be able to demonstrate that the project personnel have sufficient knowledge, experience and qualifications to provide the required service
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY ________________________________________________________________________________________________
2019 – Rev03 Page 6 of 10 Part 1: Tendering Procedures T1.2: Tender Data
T2.2-05:
Project
Organogram,
Management
& CVs of Key
Persons
Organizational structure to include a clear indication of roles and responsibilities and specific function of each team member
5
20
Qualification and experience of key staff required but not limited to: Project Manager 4
Construction Manager 4
Civil Design Engineer 4
Construction/Site Supervisor 3
T2.2-06 Quality Plan
Due consideration must be given to the deliverables required to demonstrate to the Employer the effectiveness of the Quality Management System to be used in the performance of the scope. The following standards apply to the quality of the deliverables to be supplied;
QAL-STD-0001 - General Quality Requirements for Contractors and Suppliers;
International Standard ISO 9001: 2015
Project Quality Plan for the contract. 2
10
Valid ISO 9001:2015 certification 2
Index / list of procedures / method statements to be used during the contract.
1
Qualifications and experience of quality manager and officers
1
Quality Policy 1
Project specific Quality Control Plan (For each task).
2
Project specific Quality data book index. 1
T2.2-07 Environmental Management
The tenderer must provide their environmental management policy detailing the Management’s commitment to preventing and controlling environmental impacts.
1
5
The tenderer must provide environmental specific implementation plan1 which describes relevant roles and responsibilities, and how potential environmental impacts will be identified and managed including the monitoring and recording thereof.
1
Organisational charts depicting key environmental staff must be accompanied by staff CV’s showing staff competencies relevant to environmental management functions, together with qualifications and utilization of listed environmental staff.
1
Tenderer to provide a signed declaration of understanding (Form ENV-FAT-0002) as part of the returnable acknowledging understanding thereof and the budget provision for the implementation of environmental management requirements.
1
The tenderer must provide a list of projects where environmental management has been required on contracts executed by his/her company including brief description of environmental management requirements and client reference contact details.
1
Submit the following documents as a minimum with your tender
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY ________________________________________________________________________________________________
2019 – Rev03 Page 7 of 10 Part 1: Tendering Procedures T1.2: Tender Data
T2.2-08: Health and Safety Plan
1. Valid letter of good standing with insurance
body 1
15
2. Project specific Health and Safety Plan in
line with Project Specification. 2
3. Company Health and Safety Policy is signed
and dated 2
4. Roles and responsibilities of legal
appointees, including but not limited to
Safety Officer.
2
5. Safety officer’s CV and proof registration
with SACPCMP 2
6. List of job categories for project and competencies required per category and develop a training Matrix for all employees who will be working on the project.
1
7. Overview of Risk Assessment process with project specific examples
2
8. One year synopsis of SHE incidents, description, type and action taken
1
9. Completed Safety Questionnaire (templates
attached) 1
10. Completed Health and Safety Cost Breakdown (template attached)
1
T2.2-09: Previous
Experience
15
20
The tenderer must demonstrate their relevant experience with regards to the delivery and Construction of similar works as detailed in the Works Information with reference to:
Civil works Building works
References to substantiate experience indicated showing:
Project description
5
Customer name and contact details
Contract value and year of completion
Evidence of project completion i.e. Completion Certificate
T2.2-10: Method Statement
The tenderer must sufficiently demonstrate the approach/methodology that he/she will employ to cover the scope of the project.
The method statement must respond to the scope of work (the Works Information) and outline the proposed methodology including that relating to the Programme, quality, health and safety and environmental considerations.
5
15
The method statement should articulate what value add the tenderer will provide in achieving
the stated objectives for the project.
2
The tenderer must as such explain his / her understanding of the objectives of the assignment and the Employer’s stated and implied requirements, highlight the issues of importance, and explain the technical approach they would adopt to address them. The method statement should also correlate with the tenderer’s quality plan outlining the processes, procedures and associated resources, applied by
3
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY ________________________________________________________________________________________________
2019 – Rev03 Page 8 of 10 Part 1: Tendering Procedures T1.2: Tender Data
whom and when, to meet the requirements and indicate how risks will be managed and what contribution can be made regarding value management.
Method of construction and commissioning Process: Tender should narratively demonstrate the approach to site establish, pre-construction activities and meetings, interfaces with other discipline including the client, construction logistics, commissioning procedures and handover.
5
Maximum possible score for quality (WQ) 100 100
Functionality shall be scored independently by not less than 3 (three) evaluators and averaged
in accordance with the following schedules:
T2.2-04 Programme
T2.2-05 Project Organogram, Management & CVs of Key Persons
T2.2-06 Quality Management
T2.2-07 Environmental Management
T2.2-08 Health and Safety Requirements
T2.2-09 Previous Experience
T2.2-10 Method Statement
Each evaluation criteria will be assessed in terms of scores of 0, 20, 40, 60, 80 or 100. The
scores of each of the evaluators will be averaged, weighted and then totalled to obtain the
final score for functionality, unless scored collectively. (See CIDB Inform Practice Note #9).
Note: Any tender not complying with the above mentioned requirements, will be
regarded as non-responsive and will therefore not be considered for further
evaluation. This note must be read in conjunction with Clause C.2.1.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY ________________________________________________________________________________________________
2019 – Rev03 Page 9 of 10 Part 1: Tendering Procedures T1.2: Tender Data
C.3.11. Only tenders that achieve the minimum qualifying score for functionality will be evaluated
further in accordance with the 80/20 preference points systems as described in Preferential
Procurement Regulations 6.
80 where the financial value of one or more responsive tenders received have a value equal to
or below R50 million, inclusive of all applicable taxes.
Up to 100 minus W1 tender evaluation points will be awarded to tenderers who complete the
preferencing schedule and who are found to be eligible for the preference claimed. Should
the BBBEE rating not be provided, tenderers with no verification will score zero
points for preferencing.
Note: Transnet reserves the right to carry out an independent audit of the tenderers scorecard
components at any stage from the date of close of the tenders until completion of the contract.
C.3.13 Tender offers will only be accepted if:
1. The tenderer or any of its directors/shareholders is not listed on the Register of
Tender Defaulters in terms of the Prevention and Combating of Corrupt Activities Act
of 2004 as a person prohibited from doing business with the public sector;
2. the tenderer does not appear on Transnet’s list for restricted tenderers and National
Treasury’s list of Tender Defaulters;
3. the tenderer has fully and properly completed the Compulsory Enterprise
Questionnaire and there are no conflicts of interest which may impact on the
tenderer’s ability to perform the contract in the best interests of the Employer or
potentially compromise the tender process and persons in the employ of the state.
4. Transnet reserves the right to award the tender to the tenderer who scores the highest
number of points overall, unless there are objective criteria which will justify the award
of the tender to another tenderer. Objective criteria include but are not limited to the
outcome of a due diligence exercise to be conducted. The due diligence exercise may
take the following factors into account inter alia;
the tenderer:
a) is not under restrictions, or has principals who are under restrictions, preventing
participating in the employer’s procurement,
b) can, as necessary and in relation to the proposed contract, demonstrate that he or
she possesses the professional and technical qualifications, professional and technical
competence, financial resources, equipment and other physical facilities, managerial
capability, reliability, experience and reputation, expertise and the personnel, to perform
the contract,
c) has the legal capacity to enter into the contract,
d) is not insolvent, in receivership, under Business Rescue as provided for in chapter 6
of the Companies Act, 2008, bankrupt or being wound up, has his affairs administered
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY ________________________________________________________________________________________________
2019 – Rev03 Page 10 of 10 Part 1: Tendering Procedures T1.2: Tender Data
by a court or a judicial officer, has suspended his business activities, or is subject to
legal proceedings in respect of any of the foregoing,
e) complies with the legal requirements, if any, stated in the tender data and
f) is able, in the option of the employer to perform the contract free of conflicts of
interest.
C.3.17 The number of paper copies of the signed contract to be provided by the Employer is 1 (one).
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS
BAY _____________________________________________________________________________________________________
Part T2: Returnable Documents 2018 – Rev01 Page 1 of 1 T2.2: Returnable Schedules
T2.1 List of Returnable Documents
1.1 These schedules are required for pre-qualification and eligibility purposes:
T2.2-01 Eligibility Criteria Schedule - Certificate of attendance at Compulsory Tender Clarification Meeting
T2.2-02 Eligibility Criteria Schedule - Declaration Certificate of Local Production and Content (SBD 6.2)
T2.2-03 Eligibility Criteria Schedule – Sub-Contract
1.2 These schedules will be utilised for evaluation purposes:
T2.2-04 Evaluation Schedule: Programme
T2.2-05 Evaluation Schedule: Project Organogram, Management & CV’s
T2.2-06 Evaluation Schedule: Quality Plan
T2.2-07 Evaluation Schedule: Environmental Management
T2.2-08 Evaluation Schedule: Health and Safety Management
T2.2-09 Evaluation Schedule: Previous experience
T2.2-10 Evaluation Schedule: Method Statement
1.3 Returnable Schedules:
T2.2-11 Authority to submit tender
T2.2-12 Compulsory Enterprise Questionnaire
T2.2-13 Supplier Integrity Pact
T2.2-14 Non-Disclosure Agreement
T2.2-15 RFP Declaration Form
T2.2-16 RFP – Breach of Law
T2.2-17 Record of addenda to tender documents
T2.2-18 Transnet Vendor Registration Form
T2.2-19 BBBEE Socio-Economic Obligations and Plan
T2.2-20 Certificate of Acquaintance with Tender Document
T2.2-21 Risk Elements
T2.2-22 Schedule of Proposed Subcontractors
T2.2-23 Supplier Development Declaration
T2.2-24 Transnet Supplier Development
T2.2-25 Insurance provided by the Contractor
2.2 C1.1 Offer portion of Form of Offer & Acceptance
2.3 C1.2 Contract Data
2.5 C2.1 Pricing Instructions (Bill of Quantities)
2.6 C2.2 Bill of Quantities
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 T2.2: Returnable Schedules Page 1 of 1 T2.2-01: Eligibility Criteria Schedule:
Certificate of Attendance at Tender Clarification Meeting
T2.2-01: Eligibility Criteria Schedule: Certificate of Attendance at Tender
Clarification Meeting
This is to certify that
(Company Name)
Represented
By:
(Name and
Surname)
Was represented at the compulsory tender clarification meeting
Held at: 01 Commodores Close, Old Naval Base, Richards Bay, 3900
On (date) 31 January 2020 Starting time: 09h00
Particulars of person(s) attending the meeting:
Name Fhulufhedzani Kone Signature
Capacity Procurement Officer
Attendance of the above company at the meeting was confirmed by the TGC Procurement:
Name Fhulufhedzani Kone Signature
For and on Behalf of the
Employers Agent. Date
31 January 2020
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules 1 of 5 T2.2-02: Eligibility Criteria Schedule:
Declaration Certificate for Local Production and Content for Designated Sectors
SBD 6.2
T2.2-02 Eligibility Criteria Schedule: Declaration Certificate for Local Production and Content for Designated Sectors
This Standard Bidding Document (SBD) must form part of all bids invited. It contains general information
and serves as a declaration form for local content (local production and local content are used interchangeably).
Before completing this declaration, bidders must study the General Conditions, Definitions, Directives
applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2017,
the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of Local Content together with the Local Content
Declaration Templates [Annex C (Local Content Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to Annex C) and E (Local Content Declaration: Supporting Schedule to
Annex C)].
1. General Conditions
1.1. Preferential Procurement Regulations, 2017 (Regulation 8) makes provision for the promotion of
local production and content.
1.2. Regulation 8.(2) prescribes that in the case of designated sectors, where in the award of bids local
production and content is of critical importance, such bids must be advertised with the specific bidding condition that only locally produced goods, services or works or locally manufactured
goods, with a stipulated minimum threshold for local production and content will be considered.
1.3. Where necessary, for bids referred to in paragraph 1.2 above, a two stage bidding process may be
followed, where the first stage involves a minimum threshold for local production and content and the second stage price and B-BBEE.
1.4. A person awarded a contract in relation to a designated sector, may not sub-contract in such a
manner that the local production and content of the overall value of the contract is reduced to
below the stipulated minimum threshold.
1.5. The local content (LC) expressed as a percentage of the bid price must be calculated in accordance with the SABS approved technical specification number SATS 1286: 2011 as follows:
LC = [1 - x / y] * 100
Where x is the imported content in Rand
y is the bid price in Rand excluding value added tax (VAT)
Prices referred to in the determination of x must be converted to Rand (ZAR) by using the
exchange rate published by South African Reserve Bank (SARB) at 12:00 on the date of advertisement of the bid as indicated in paragraph 4.1 below.
The SABS approved technical specification number SATS 1286:2011 is accessible on
http:/www.thedti.gov.za/industrial development/ip.jsp at no cost.
1.6. A bid may be disqualified if this Declaration Certificate and the Annex C (Local Content Declaration:
Summary Schedule) are not submitted as part of the bid documentation;
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules 2 of 5 T2.2-02: Eligibility Criteria Schedule:
Declaration Certificate for Local Production and Content for Designated Sectors
2. Definitions
2.1. “bid” includes written price quotations, advertised competitive bids or proposals;
2.2. “bid price” price offered by the bidder, excluding value added tax (VAT);
2.3. “contract” means the agreement that results from the acceptance of a bid by an organ of state;
2.4. “designated sector” means a sector, sub-sector or industry that has been designated by the
Department of Trade and Industry in line with national development and industrial policies for local production, where only locally produced services, works or goods or locally manufactured goods
meet the stipulated minimum threshold for local production and content;
2.5. “duly sign” means a Declaration Certificate for Local Content that has been signed by the Chief
Financial Officer or other legally responsible person nominated in writing by the Chief Executive, or senior member / person with management responsibility(close corporation, partnership or
individual).
2.6. “imported content” means that portion of the bid price represented by the cost of components,
parts or materials which have been or are still to be imported (whether by the supplier or its subcontractors) and which costs are inclusive of the costs abroad (this includes labour or
intellectual property costs), plus freight and other direct importation costs, such as landing costs, dock duties, import duty, sales duty or other similar tax or duty at the South African port of entry;
2.7. “local content” means that portion of the bid price which is not included in the imported content,
provided that local manufacture does take place;
2.8. “stipulated minimum threshold” means that portion of local production and content as
determined by the Department of Trade and Industry; and
2.9. “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or
employing another person to support such primary contractor in the execution of part of a project in terms of the contract.
3. The stipulated minimum threshold(s) for local production and content (refer to Annex A
of SATS 1286:2011) for this bid is/are as follows:
Description of services, works or goods Stipulated minimum threshold
Electrical and Telecom Cables 90%
Valves Products and Actuators 70% Steel Products and Components for Construction 100%
Valves Products and Actuators 70%
4. Does any portion of the services, works or goods offered have any imported content? (Tick applicable box)
YES NO
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules 3 of 5 T2.2-02: Eligibility Criteria Schedule:
Declaration Certificate for Local Production and Content for Designated Sectors
4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as prescribed
in paragraph 1.5 of the general conditions must be the rate(s) published by SARB for the specific
currency at 12:00 on the date of advertisement of the bid.
The relevant rates of exchange information is accessible on www.reservebank.co.za
Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to
Annex A of SATS 1286:2011):
Currency Rates of exchange
US Dollar
Pound Sterling
Euro
Yen
Other
NB: Bidders must submit proof of the SARB rate (s) of exchange used.
5. Where, after the award of a bid, challenges are experienced in meeting the stipulated minimum
threshold for local content the dti must be informed accordingly in order for the dti to verify and in consultation with the AO/AA provide directives in this regard.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules 4 of 5 T2.2-02: Eligibility Criteria Schedule:
Declaration Certificate for Local Production and Content for Designated Sectors
LOCAL CONTENT DECLARATION
(REFER TO ANNEX B OF SATS 1286:2011)
LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER LEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF EXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)
IN RESPECT OF BID NO. ISSUED BY: TRANSNET GROUP CAPITAL ON BEHALF OF TRANSNET SOC LTD NB
1 The obligation to complete, duly sign and submit this declaration cannot be transferred to an
external authorized representative, auditor or any other third party acting on behalf of the bidder.
2 Guidance on the Calculation of Local Content together with Local Content Declaration Templates (Annex C, D and E) is accessible on http://www.thdti.gov.za/industrial development/ip.jsp. Bidders should first complete Declaration D. After completing Declaration D, bidders should complete Declaration E and then consolidate the information on Declaration C. Declaration C should be submitted with the bid documentation at the closing date and time of the bid in order to substantiate the declaration made in paragraph (c) below. Declarations D and E should be kept by the bidders for verification purposes for a period of at least 5 years. The successful bidder is required to continuously update Declarations C, D and E with the actual values for the duration of the contract.
I, the undersigned, …………………………….................................................... (full names), do hereby declare, in my capacity as ……………………………………………..of............................................................................(name of bidder entity), the following:
(a) The facts contained herein are within my own personal knowledge.
(b) I have satisfied myself that:
(i) the goods/services/works to be delivered in terms of the above-specified bid comply with the minimum local content requirements as specified in the bid, and as measured in terms of SATS 1286:2011; and
(c) The local content percentage (%) indicated below has been calculated using the formula given in
clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the
information contained in Declaration D and E which has been consolidated in Declaration C:
Total Price of Designated Commodity (Electrical & Telecom Cables) , excluding VAT (y)
R
Imported content (x), as calculated in terms of SATS 1286:2011 R
Stipulated minimum threshold for local content (paragraph 3 above)
90%
Local content %, as calculated in terms of SATS 1286:2011
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules 5 of 5 T2.2-02: Eligibility Criteria Schedule:
Declaration Certificate for Local Production and Content for Designated Sectors
Total Price of Designated Commodity (Valves Products and Actuators) , excluding VAT (y)
R
Imported content (x), as calculated in terms of SATS 1286:2011 R
Stipulated minimum threshold for local content (paragraph 3 above)
70%
Local content %, as calculated in terms of SATS 1286:2011
Total Price of Designated Commodity (Steel Products and Components for Construction) , excluding VAT (y)
R
Imported content (x), as calculated in terms of SATS 1286:2011 R
Stipulated minimum threshold for local content (paragraph 3 above)
100%
Local content %, as calculated in terms of SATS 1286:2011
Total Price of Designated Commodity (Pumps, MV Motor and Associated Accessories) , excluding VAT (y)
R
Imported content (x), as calculated in terms of SATS 1286:2011 R
Stipulated minimum threshold for local content (paragraph 3 above)
70%
Local content %, as calculated in terms of SATS 1286:2011
If the bid is for more than one product, the local content percentages for each product contained in Declaration C shall be used instead of the table above. The local content percentages for each product has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E.
(d) I accept that the Procurement Authority / Institution has the right to request that the local content
be verified in terms of the requirements of SATS 1286:2011.
(e) I understand that the awarding of the bid is dependent on the accuracy of the information
furnished in this application. I also understand that the submission of incorrect data, or data that are not verifiable as described in SATS 1286:2011, may result in the Procurement Authority /
Institution imposing any or all of the remedies as provided for in Regulation 13 of the Preferential
Procurement Regulations, 2017 promulgated under the Preferential Policy Framework Act (PPPFA),
2000 (Act No. 5 of 2000).
SIGNATURE: DATE: ___________ WITNESS No. 1 DATE: ___________ WITNESS No. 2 DATE: ___________
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules 1 of 2 T2.2-03: Eligibility Criteria Schedule:
Sub-contracting
T2.2-03 Eligibility Criteria Schedule: Sub-Contracting:
In an endeavour to grow and develop Black Owned (BO) companies as well as to ensure that Transnet
meets its Shareholder Compact Objectives, Potential Tenderers are required to meet the eligibility
criteria of Sub-contracting.
Transnet requires tenderers to commit to:
Sub-contract of 30% to an EME or QSE which is at least 51% owned by black people.
Tenderer to note that any deviations from this list of proposed sub-contractors will be subject to
acceptance by the Project Manager in terms of the Conditions of Contract.
Provide information of the Sub-contractors below:
Name of proposed Subcontractor
Address and Region
Nature and extent of work
B-BBEEE
Certificates or Sworn Affidavit attached behind this schedule?
Yes/No
Amount of work subcontracted in Rands (excl. 15% Vat)
Percentage (%) of the sub-contracted amount in terms of the tendered total of the prices.
1.
2.
3.
4.
5.
6.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules 2 of 2 T2.2-03: Eligibility Criteria Schedule:
Sub-contracting
Comments:
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________
SIGNED at ___________________________ on this _____ day of _______________20___
___________________________
SIGNATURE OF TENDERER
TRANSNET GROUP CAPITAL TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules
Page 1 of 4 T2.2-04: Evaluation Schedule: Programme
T2.2-04: Evaluation Schedule: Programme
Note to tenderers:
The Tenderer provides a hard copy proposed programme and/or makes reference to his proposed
programme and attaches it to this schedule along with draft progress tracking sheets and an electronic
native version of the programme developed using a scheduling software tool.
The tenderer shall provide the proposed programme detailed to minimum of level 3 showing as a
minimum the following:-
Ability to provide the services:
Ability to provide the services in terms of the Employer’s requirements within the required timeframe
indicating, in a logical sequence, the order and timing of the services that will take place in order to
Provide the Works clearly indicating the capacity & capability to achieve the dates stated in the
Contract Data.
Provision of Dates:
The Contractor clearly indicates in the schedule all milestones, activities & information related to
the following –
Float,
Time Risk Allowances,
Health and safety requirements,
Procedures set out in this contract,
Work by the Employer and Others,
Access to a part of the site if later than its access date,
Acceptances,
Plant & Materials and other things to be provided by the employer,
Information by Others,
Starting date, access dates, Key Dates and Completion Date
Planned Completion for each Key Date for each option and the complete works
Resourcing & Equipment:
The Contractor indicates for each operation, a statement of how the Contractor plans to do the work
identifying the principal Equipment and other resources which he plans to use. Resources &
equipment are loaded against activities with their associated rates.
Progress Measurement & Tracking Sheets:
The Contractor provides draft progress tracking sheets indicating how he plans to monitor and track
the works at assembly member & commodity level. Sheets to have work steps and weight factors
which roll up to a summary report.
TRANSNET GROUP CAPITAL TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules
Page 2 of 4 T2.2-04: Evaluation Schedule: Programme
The Programme should indicate the following columns as a minimum:
Activity
Number
Activity description Start date Finish date Successor Time risk
allowances
(TRA)
The scoring of the programme will be as follows:
Programme (15)
Ability to Provide the
Services
(8)
Provision of Dates
(2)
Resourcing &
Equipment
(3)
Progress Measurement
& Tracking Sheets
(2)
Score 0
The tenderer has submitted no information or inadequate information to determine a score.
The tenderer has submitted no information or inadequate information to determine a score.
The tenderer has submitted no information or inadequate information to determine a score.
The tenderer has submitted no information or inadequate information to determine a score.
Score
20
The programme is not acceptable as it will not satisfy project objectives or requirements.
The programme does not meet all the required timeframes.
The programme does not follow a logical sequence or has critical logic errors.
Critical components of the scope is excluded and not to the level required in the scope.
The tenderer has misunderstood the scope of work and does not deal with the critical aspects of the project.
The tenderer has
addressed some but not all date requirements and submission is missing critical activities and dates which renders it unrealistic / unachievable.
The tenderer has addressed some
but not all resource requirements and submission is missing critical resources & equipment which renders it unrealistic / unachievable.
The submission is
generic. The tenderer has addressed some of the works on the tracking sheets but lacks sufficient work steps to track the assembly members and/or commodities from start to finish.
Score 40
The programme is generic, not practical and realistic, therefore is unlikely to satisfy project objectives or Employer’s requirements.
The tenderer has addressed some but not all date requirements and submission is missing some activities and dates which renders it at risk of being
The tenderer has
addressed some but not all resource requirements and submission is missing some resources & equipment which renders it at risk of being
The submission is project specific. The tenderer has addressed some of the works on the tracking sheets but lacks sufficient work steps to track the assembly members
TRANSNET GROUP CAPITAL TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules
Page 3 of 4 T2.2-04: Evaluation Schedule: Programme
The programme does not meet all the required timeframes.
The programme is missing some logic but is does not influence the tendered timeframe.
Some components of the scope is excluded and not to the level required in the scope.
The tenderer has misunderstood certain aspects of the scope of services and does not deal with the critical aspects of the project.
unrealistic / unachievable.
unrealistic / unachievable.
and/or commodities from start to finish.
Score 60
The programme addresses certain specific project objectives but does not adequately deal with the critical characteristics of the project.
The programme meets all the required timeframes.
The programme is not missing logic but has minor errors or omissions in critical path/s.
The complete scope is captured and decomposed in the programme to the level required in the scope
The tenderer has addressed most date requirements
correctly and submission contains logic and sequencing which is accurate, and renders the submission realistic and achievable.
The tenderer has addressed most resource requirements
correctly and submission contains resources & equipment which is accurate, and renders the submission realistic and achievable.
The submission is project specific. The tenderer has addressed the works on the tracking sheets but lacks some work steps to track the assembly members and/or commodities from start to finish.
Score
80
The programme addresses specific project objectives.
The programme meets all the required timeframes.
The programme is not missing any logic
The tenderer has addressed all date requirements
correctly and submission contains logic and sequencing which is accurate, and renders the submission realistic and achievable.
The tenderer has addressed all resource
requirements correctly and submission contains resources & equipment which is accurate, and renders the submission
The submission is project specific. The tenderer has addressed the works on the tracking sheets and lacks no work steps to track the assembly members and/or commodities from start to finish
TRANSNET GROUP CAPITAL TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules
Page 4 of 4 T2.2-04: Evaluation Schedule: Programme
Reference to attached submissions to this schedule:
.............................................................................................................................
.............................................................................................................................
.............................................................................................................................
.............................................................................................................................
.............................................................................................................................
The undersigned, who warrants that he I she is duly authorised to do so on behalf of the Tenderer,
confirms that the contents and referenced submissions of this schedule are within my personal knowledge and are to the best of my belief both true and correct.
The complete scope is captured and decomposed in the programme to the level required in the scope
realistic and achievable.
Score 100
Besides meeting the above “80” rating, the important issues are approached in an innovative and efficient way.
Besides meeting the “80” rating, the tenderer has exceeded the required expectations.
Besides meeting the “80” rating, the tenderer has exceeded the required expectations.
Besides meeting the “80” rating, the tenderer has exceeded the required expectations.
Signed Date
Name
Position
Tenderer
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules 1 of 2 T2.2-05: Evaluation Schedule:
Management & CV’s of Key Persons
T2.2-05: Evaluation Schedule: Management & CV’s of Key Persons
The tender must be able to demonstrate that the project personnel have sufficient knowledge,
experience and qualifications to provide the required service.
Submit the following documents as a minimum with your tender document:
1. Organizational structure to include a clear indication of roles and responsibilities and specific
function of each team member;
2. The experience of assigned key persons in relation to the scope of work will be evaluated from
two different points of view, namely:
a. Relevant experience.
b. The education, training and skills. (Proof of education and training must be attached.
Copies of all qualifications must be certified by a Commissioner of Oaths)
c. Key personnel should include at least, amongst others but not limited to:
Project Manager
Construction Manager
Civil Design Engineer
Construction/site supervisors
No. Key Persons Name and Surname CV attached (Yes/No)
1 Project Manager
2 Construction Manager
3 Civil Design Engineer
4 Construction/Site Supervisor
Note: CV’s and profiles should show experience, background and track record in similar types of projects
Attached submissions to this schedule:
…………………………………………………………………....................................................................................
.......................................................................................................................................................
…………………………………………………………………....................................................................................
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules 2 of 2 T2.2-05: Evaluation Schedule:
Management & CV’s of Key Persons
The table below will be used as guidelines for scoring / evaluating the management and CV’s of key persons submitted by the Tenderer:
Score 0 Failed to provide information or inadequate information provided to determine a score.
Score 20
Key staff does not have suitable levels of relevant experience and qualifications or
equivalent specialized training. Inadequate organisation chart,
Incomplete list of Key staff and management structure. No details of the location
and functions of offices where the work will be managed.
Score 40
Key staff has limited recommended levels of relevant experience and qualifications (from 1 but less than 3 years’ experience). Organisation chart show incomplete list
of Key staff and management structure. Details of the location where the work will be managed are defined but functions of offices are not defined.
Score 60
Key staff has acceptable levels of relevant experience (from 3 up to 5 years’
experience). Organisation chart showing onsite and off-site management but not all Key staff have reasonable experience of issues pertinent to the project. Details
of the location where the work will be managed are defined but functions of offices are not clearly defined
Score 80
All Key staff have acceptable levels of relevant experience. Organisation chart
showing onsite and off-site management and Key staff have adequate experience of issues pertinent to the project (more than 5 but up to to 8 years’ experience).
Details of the location and functions of offices from which the works will be
managed are clearly defined.
Score 100
All Key staff have highly acceptable levels of relevant experience (more than 8
years’ experience). Organisation chart showing onsite and off-site management
and Key staff have reasonable experience of issues pertinent to the project. Details of the location and functions of offices from which the works will be
managed are clearly defined. All relevant and required professional registration/certification are provided.
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise,
confirms that the contents of this schedule are within my personal knowledge and are to the best of my
belief both true and correct.
Signed Date
Name Position
Tenderer
TRANSNET GROUP CAPITAL TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules
Page 1 of 3 T2.2-06: Evaluation Schedule: Quality
T2.2-06: Evaluation Schedule: Quality Management
Due consideration must be given to the deliverables required to execute and complete the contract as
per the Quality Management Standard, QAL-STD-0001 General Quality Requirements for Contractors
and Suppliers as stated above and should include but not be limited to:
1. Project Specific Quality Plan for the contract
2. Valid ISO 9001:2015 certification
3. Index / list of procedures and method statements to be used during the contract.
4. Project specific Quality Control Plan (QCP’s)
5. Qualifications and experience of Quality Manager and officers
6. A signed Quality Policy based on International Organisation for Standardisation (ISO
9001:2015) that displays the five key policy requirements.
Note:
The policy must include or cover the following requirements:
a. Is appropriate to the purpose of the organisation,
b. Includes a commitment to comply with requirements and continually improve the
effectiveness of the quality management system,
c. Provides a framework for establishing and reviewing quality objectives,
d. Is communicated and understood within the organisation, and
e. Is reviewed for continuing suitability.
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules
Page 2 of 3 T2.2-06: Evaluation Schedule: Quality
The scoring will be as follows
Project Specific Quality Plan for the
contract
Valid ISO 9001:2015
certificate
The contractor
Quality policy
Project specific Quality Control
Plan
Index / List of procedures / method
statements to be used
Qualifications and experience of
Quality Manager
and officers
Score
(0)
No PQP submitted. No ISO 9001:2015
certificate No Signed
Quality policy
No QCPs submitted No list of procedures
and method statement submitted
No CV submitted
Score
(20)
PQP is too general
with not project
specifics
N/A
1 of the 5 key policy
requirements are
recognised and meet the Employer’s
requirements.
QCPs are not
project specific
Index / list of
procedures and method
statement is not project specific
Key staff does not have
suitable levels of
relevant experience and qualifications or
equivalent specialized training
Score
(40)
PQP is project specific
but inadequate to
cover project scope
N/A
2 of the 5 key policy
requirements are recognised and meet
the Employer’s
requirements.
QPCs are project
specific but inadequate to cover
project scope
Index / list of
procedures and method statements is project
specific but inadequate to cover the project
scope
Key staff has limited
recommended levels of relevant experience
and qualifications (from 1 but less than 3
years’ experience)
Score
(60)
PQP shows adequate understanding of
project quality
requirements
N/A 3 of the 5 key policy requirements are
recognised and meet
the Employer’s requirements.
QCP's shows adequate
understanding of
project quality
requirements
Index / list of procedures and method
statements shows
adequate understanding of project quality
requirements
Key staff has acceptable levels of
relevant experience
(from 3 but less than 5 years’ experience)
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules
Page 3 of 3 T2.2-06: Evaluation Schedule: Quality
Project Specific
Quality Plan for the
contract
Valid ISO
9001:2015
certificate
The contractor
Quality policy
Project specific
Quality Control
Plan
Index / List of
procedures / method statements to be used
Qualifications and
experience of Quality Manager
and officers
Score
(80)
PQP shows above
average understanding
of the project quality
requirements
N/A 4 of the 5 key policy
requirements are
recognised and meet the Employer’s
requirements.
QPC's shows above
average
understanding of the project quality
requirements
Index / list of
procedures and method
statements shows above average understanding
of the project quality requirements
Key staff have
adequate experience of
issues pertinent to the project (from 5 but less
than 8 years’ experience)
Score
(100)
PQP covers all and
above the project quality requirements of
the project scope
ISO 9001:2015
certificate is valid
5 of the 5 key policy
requirements are recognised and meet
the Employer’s
requirements
QCP's covers all
and above the project quality
requirements of the
project scope
Index / list of
procedures and method statements covers all
and above the project
quality requirements
Key staff have
adequate experience of issues pertinent to the
project (from 8 or more
years’ experience).
Attached submissions to this schedule:
......................................................................................................................................................................................................................................
......................................................................................................................................................................................................................................
......................................................................................................................................................................................................................................
......................................................................................................................................................................................................................................
Signed Date
Name Position
Tenderer
TRANSNET GROUP CAPITAL TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _____________________________________________________________________________________________________
Part T2: Returnable Schedules
2018 Rev01 Page 1 of 2 T2.2-07: Evaluation Schedule: Environmental Management
T2.2-07: Evaluation Schedule: Environmental Management
The Tenderer must review the following documents for context to meet the environmental
requirements, namely:
a) Transnet SOC Limited – Environmental Risk Management Policy
b) Project Environmental Specification (PES) which comprises of the following as a minimum:
- Standard Operating Procedure for Construction Environmental Management
- Minimum Standards for Construction Environmental Management
Where applicable, the following may also apply:
- Environmental Approvals (e.g. Environmental Authorisation, General Authorisation)
- Environmental Management Programme (EMPr) as approved by the Competent Authority
- Any other operational/maintenance environmental plans or specifications
c) The tenderer must provide evidence of how their Environmental Management System (EMS)
will ensure conformance to the abovementioned requirements.
d) The tenderer must provide an environmental policy signed by Top Management which, as a
minimum:
- Is appropriate given the purpose and context of the tenderer’s business;
- Includes a commitment to fulfil the tenderer’s environmental compliance (legal)
obligations;
- Includes a commitment to the protection of the environment, including prevention of
pollution;
- Provides framework for setting environmental objectives; and
- Includes a commitment to continual improvement of their EMS;
e) The tenderer must provide an Organisational Chart depicting key environmental staff and the
chart must be accompanied by CV’s showing staff competencies, experience and qualifications
relevant to project environmental management functions.
f) The tenderer must provide a list of projects where environmental duties of a similar nature
have been executed including a brief description of such duties together with client reference
contact details.
By signing this Tender Schedule, the tenderer confirms that they will comply with the above
requirements and in particular Transnet policy statements and environmental specifications.
TRANSNET GROUP CAPITAL TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _____________________________________________________________________________________________________
Part T2: Returnable Schedules
2018 Rev01 Page 2 of 2 T2.2-07: Evaluation Schedule: Environmental Management
The scoring of the Tenderer’s Environmental Management submission will be as follows: *
Score 0 The tenderer has submitted no information.
Score 20 Environmental staff generally have less than 1 year relevant experience; Policy only
responds to 1 -2 of the items listed under 2 above; Tenderer has only completed 1 project of similar nature; EMS indicates Tenderer has a poor understanding of the Scope.
Score 40 Environmental staff generally have 1 to 5 years’ relevant experience; Policy only responds
to 3 - 4 items listed under 2 above; Tenderer has only completed 2 projects of similar nature; EMS indicates Tenderer has a less than acceptable understanding of the Scope.
Score 60 Environmental staff generally have more than 5 but up to 8 years’ relevant experience; Policy responds to all items listed under 2 above; Tenderer has only completed 3 projects
of similar nature; EMS indicates Tenderer has an acceptable understanding of the Scope.
Score 80 Environmental staff generally have more than 8 but up to 10 years’ relevant experience; Policy responds to all items listed under 2 above and includes additional commitments to
environmental performance; Tenderer has only completed 4 projects of similar nature;
EMS indicates Tenderer has a more than acceptable understanding of the Scope.
Score 100
Environmental staff generally have more than 10 years’ relevant experience; Policy
responds to all items listed under 2 above, includes additional commitments to
environmental performance and has been certified according to international best practice standards; Tenderer has only completed 5 or more projects of similar nature; EMS
indicates Tenderer has an excellent understanding of the Scope.
Attached submissions to this schedule:
.....................................................................................................................................................
.....................................................................................................................................................
.....................................................................................................................................................
.....................................................................................................................................................
.....................................................................................................................................................
.....................................................................................................................................................
Signed Date
Name Position
Tenderer
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 1 of 11 T2.2-08: Evaluation Schedule:
Health and Safety Plan
T2.2-08: Evaluation Schedule - Health and Safety Requirements
Submit the following documents as a minimum with your tender:
1. Valid letter of good standing
2. The Tenderers must provide their own project specific Health and Safety Plan addressing the
requirements of TGC health and safety specifications.
3. Safety, Health & Environmental Company Policy signed by the Accounting Officer, must include or
cover the following five elements - 1. Commitment to Safety, prevention of pollution,
2. Continual improvement, 3. Compliance to legal requirements, appropriate to the nature of contractor’s activities,
4. Hold management accountable for development of the safety systems, 5. Include objectives and targets.
4. Table or outline the Roles & Responsibilities, such as S16.2 CEO, Construction manager, Assistant Construction manager, Health & Safety Manager, Health and Safety officer, Construction
Supervisor, Construction assistant supervisor, Risk Assessor, SHE Reps, etc. as per the
Occupational health and safety Act 85 of 1993.
5. Safety officer’s CV, certificates and proof of registration with SACPCMP.
6. List of job categories for project and competencies required per category and develop a training Matrix for all employees who will be working on the project. This matrix must include Management
and highlight training planned dates.
7. Overview of Risk Assessment Methodology and examples, highlighting major activities of the
project.
8. One year synopsis of SHE incidents, description, type and action taken to prevent re-occurrence.
9. Completed Health and Safety cost breakdown sheet.
10. Complete and return with tender documentation the Contractor Safety Questionnaire with
supporting documentation included as an Annexure.
Attached submissions to this schedule:
.......................................................................................................................................................
.......................................................................................................................................................
.......................................................................................................................................................
.......................................................................................................................................................
.......................................................................................................................................................
.......................................................................................................................................................
.......................................................................................................................................................
.......................................................................................................................................................
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 2 of 11 T2.2-08: Evaluation Schedule:
Health and Safety Plan
The scoring of the Tenderer’s Health and safety requirements will be as follows:
Valid
letter of
good
standing
The
Tenderers
must
provide
their own
project
specific
Health and
Safety Plan
Signed Policy
covering the
following five
elements
1. Commitment
to Safety, prevention of
pollution, 2. Continual
improvement,
3. Compliance to legal
requirements, appropriate to
the nature of
contractor’s activities,
4. Hold management
accountable for
development
of the safety systems,
5. Include objectives
and targets.
Roles &
Responsibilitie
s, such as
S16.1 CEO,
S16.2
Assistant CEO,
8.1
Construction
manager, 8.2
Assistant
Construction
manager, 8.5
Construction
Supervisor,
8.8
Construction
assistant
supervisor,
9.1 Risk
Assessor, etc.
as per the
Occupational
health and
safety Act 85
of 1993
Safety
officer’s CV,
certificates
and proof
of
registration
with
SACPCMP.
List of job
categories for
project and
competencies
required per
category and
develop a
training
Matrix for all
employees
who will be
working on
the project.
This matrix
must include
Management
and highlight
training
planned dates.
Overview of
the tenderer’s
Risk
Assessment methodology
, and submission
of risk assessments
indicating
major activities of
the project namely, but
not limited
to: Clearing and
grubbing; Construction
and
compaction of all layer
works; Construction
of electrical manholes;
Construction
of culverts; Construction
of high light pole bases.
One year
synopsis of
SHE
incidents,
description,
type and
action
taken to
prevent re-
occurrence.
Completed
Health and
Safety cost
breakdown
sheet.
Complete
and
return
with
tender
document
ation the
Contracto
r Safety
Questionn
aire with
required
supportin
g
document
ation
included
as an
Annexure.
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 3 of 11 T2.2-08: Evaluation Schedule:
Health and Safety Plan
Points 1 2 2 2 2 1 2 1 1 1
Score
0
No infor. /
Invalid
Certificate
provided
The Tenderer has submitted no information or inadequate information to determine a score.
Score
20
N/A Information
supplied is
totally
insignificant/i
nadequate to
achieve the
required
standard of
service.
1 of the 5 key
policy components
are recognized and
meet the
Employer’s
requirement.
Roles and
responsibilities
do not meet the
Occupational
health and
safety Act as per
construction
regulations and
TGC health and
safety
specification.
Safety officer
does not
have relevant
qualifications
or not
registered
with
SACPCMP.
Key responsible
persons are not
included on
training matrix
as per proposed
organogram
structure.
Information
supplied is
totally
insignificant/in
adequate to
achieve the
required
standard of
service.
Information
supplied is
totally
insignificant/i
nadequate to
achieve the
required
standard of
service.
Information
supplied is
totally
insignificant/i
nadequate to
achieve the
required
standard of
service.
Information
supplied is
totally
insignificant
/inadequate
to achieve
the
required
standard of
service.
Score
40
N/a Poor
response/ans
wer/solution
lacks
convincing
evidence,
medium risk
that stated
employer’s
requirements
will not be
met.
2 of the 5 key
policy components
are recognized and
meet the
Employer’s
requirement.
Roles and
responsibilities
are unlikely to
ensure
compliance as
per the Works
information and
not in line with
OHS Act and
TGC health and
safety
specification.
Safety officer
have below
average
qualifications
but are
registered
with
SACPCMP.
Not all key
responsible
persons are
included in the
training matrix.
Trainings matrix
submitted does
not cover all
SHE training
listed on Health
and Safety
specification.
Training matrix
not signed by
Poor
response/answ
er/solution
lacks
convincing
evidence,
medium risk
that stated
employer’s
requirements
will not be
met.
Poor
response/ans
wer/solution
lacks
convincing
evidence,
medium risk
that stated
Employer’s
requirements
will not be
met.
Poor
response/ans
wer/solution
lacks
convincing
evidence,
medium risk
that stated
Employer’s
requirements
will not be
met.
Poor
response/a
nswer/solut
ion lacks
convincing
evidence,
medium
risk that
stated
Employer’s
requiremen
ts will not
be met.
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 4 of 11 T2.2-08: Evaluation Schedule:
Health and Safety Plan
responsible
personnel.
Score
60
N/a Satisfactory
response/ans
wer/solution
to the
particular
aspect of the
requirement,
evidence
given that
the stated
Employer’s
requirements
will be met.
3 of the 5 key
policy components
are recognized and
meet the
Employer’s
requirements.
Satisfactory
response on
roles and
responsibilities
as per
Employer’s
requirements.
Safety officer
have average
relevant
qualifications
(Diploma or
B-Tech) and
are
registered
with
SACPCMP
and have up
to 5 years of
relevant
experience.
Satisfactory
response on the
list of job
categories and
trainings as per
proposed
project
organogram
structure.
Training matrix
covers most of
the trainings
listed on TGC
Health and
safety
specification.
Satisfactory
response/answ
er/solution to
the particular
aspect of the
requirement,
evidence given
that the stated
Employer’s
requirements
will be met.
Satisfactory
response/ans
wer/solution
to the
particular
aspect of the
requirement,
evidence
given that
the stated
Employer’s
requirements
will be met.
Satisfactory
response/ans
wer/solution
to the
particular
aspect of the
requirement,
evidence
given that
the stated
Employer’s
requirements
will be met.
Satisfactory
response/a
nswer/solut
ion to the
particular
aspect of
the
requiremen
t, evidence
given that
the stated
Employer’s
requiremen
ts will be
met.
Score
80
N/a Good
response/ans
wer/solution
which
demonstrates
real
understandin
g and
evidence of
ability to
meet stated
Employer’s
4 of the five key
policy components
are recognized and
meets the
Employer’s
requirements.
Roles and
responsibilities
are likely to
ensure
compliance as
per Works
Information,
OHS Act and
TGC health and
safety
specification.
Safety officer
have average
relevant
qualifications
(Diploma or
B-Tech) and
are
registered
with
SACPCMP
and have
more than 5
years of
Most of key
persons listed
on the training
matrix as per
proposed
project
organogram
structure.
Trainings
specified on the
matrix are in
line with TGC
health and
Good
response/answ
er/solution
which
demonstrates
real
understanding
and evidence
of ability to
meet stated
Employer’s
requirements.
Good
response/ans
wer/solution
which
demonstrates
real
understandin
g and
evidence of
ability to
meet stated
Employer’s
Good
response/ans
wer/solution
which
demonstrates
real
understandin
g and
evidence of
ability to
meet stated
Employer’s
Good
response/a
nswer/solut
ion which
demonstrat
es real
understandi
ng and
evidence of
ability to
meet stated
Employer’s
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 5 of 11 T2.2-08: Evaluation Schedule:
Health and Safety Plan
requirements
.
relevant
experience.
safety
specification.
requirements
.
requirements
.
requiremen
ts.
Score
100
Valid
certificate
provided.
Very good
response/ans
wer/solution
gives real
confidence
that the
tenderer is
most likely to
ensure
compliance
with stated
Employer’s
requirements
.
All 5 key policy
components are
recognized and
meets the
Employer’s
requirements
Roles and
Responsibilities
most likely to
ensure
compliance as
per
requirements of
OHS Act and
TGC Health and
Safety
Management
Specification and
CV and proof of
professional
registration with
SACPCMP
submitted.
Safety officer
have above
average
relevant
qualifications
(High degree
/ Honors /
Doctorate)
and are
registered
with
SACPCMP
and have
more than 5
years of
relevant
experience.
Training matrix
include
Management
and all
employees
/personnel in
the project.
Training matrix
had been signed
by responsible
personnel.
Very good
response/answ
er/solution
gives real
confidence
that the
tenderer is
most likely to
ensure
compliance
with stated
Employer’s
requirements.
Very good
response/ans
wer/solution
gives real
confidence
that the
tenderer is
most likely to
ensure
compliance
with stated
Employer’s
requirements
.
Very good
response/ans
wer/solution
gives real
confidence
that the
tenderer is
most likely to
ensure
compliance
with stated
Employer’s
requirements
.
Very good
response/a
nswer/solut
ion gives
real
confidence
that the
tenderer is
most likely
to ensure
compliance
with stated
Employer’s
requiremen
ts.
TRANSNET GROUP CAPITAL TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 6 of 11 T2.2-08: Evaluation Schedule:
Health and Safety Plan
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise,
confirms that the contents of this schedule are within my personal knowledge and are to the best of
my belief both true and correct.
Signed Date
Name Position
Tenderer
TRANSNET GROUP CAPITAL TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 7 of 11 T2.2-08: Evaluation Schedule:
Health and Safety Plan
Tender Health and Safety Cost Breakdown
Tenderer (Company) Responsible Person Designation Date
Project/Tender Title Project/Tender No. Project Location / Description
# Cost element Unit Cost
(R) # of Units
Total Cost (R)
1. Human Resources
2. Systems Documentation
3. Meetings & Administration
4. H&S Training
5. PPE & Safety Equipment
6. Signage & Barricading
7. Workplace Facilities
8. Emergency & Rescue Measures
9. Hygiene Surveys & Monitoring
10. Medical Surveillance
11. Safe Transport of Workers
12. HazMat Management (e.g. asbestos /silica)
13. Substance Abuse Testing
14. H&S Reward & Recognition
Total Health and Safety Cost (R)
Total Tender Value (R)
TRANSNET GROUP CAPITAL TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 8 of 11 T2.2-08: Evaluation Schedule:
Health and Safety Plan
H&S Cost as % of Tender value %
Contractor Safety Questionnaire
1. Safe Work Performance
1A Injury Experience / Historical Performance – Alberta
Use the previous three years injury and illness records to complete the following:
Year
Number of medical treatment cases
Number of restricted work day cases
Number of lost time injury cases
Number of fatal injuries
Total recordable frequency
Lost time injury frequency
Number of worker manhours
1 Medical Treatment Case Any occupational injury or illness requiring treatment provided by a physician or treatment provided under the direction of a physician
2 Restricted Work Day Case Any occupational injury or illness that prevents a worker from performing any of his/her craft jurisdiction duties
3 Lost Time injury Cases Any occupational injury that prevents the worker from performing any work for at least one day
4 Total Recordable Frequency Total number of Medical Treatment, Restricted Work and Lost Time Injury cases multiplied by 200,000 then divided by total manhours
5 Lost Time Injury Frequency Total number of Lost Time Injury cases multiplied by 200,000 then divide by total manhours
1B Workers’ Compensation Experience
Use the previous three years injury and illness records to complete the following (if applicable):
Industry Code: Industry Classification:
Year
Industry Rate
Contractor Rate
% Discount or Surcharge
Is your Workers’ Compensation account in good standing?
(Please provide letter of confirmation)
Yes No
2. Citations
2A Has your company been cited, charged or prosecuted under Health, Safety and/or Environmental Legislation in the last 5 years?
If yes, provide details:
Yes No
2B Has your company been cited, charged or prosecuted under the above Legislation in another Country, Region or State?
Yes No
TRANSNET GROUP CAPITAL TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 9 of 11 T2.2-08: Evaluation Schedule:
Health and Safety Plan
If yes, provide details:
3. Citations
Does your company have a Certificate of Recognition? Yes No
If yes, what is the Certificate No: Issue Date:
4. Safety Program
4A Do you have a written safety program manual?
If Yes, provide a copy for review
Yes No
4B Do you have a pocket safety booklet for field distribution?
If Yes, provide a copy for review
Yes No
4C Does your safety program contain the following elements:
Yes No Yes No
Corporate Safety Policy Equipment Maintenance
Incident Notification Policy Emergency Response
Recordkeeping & Statistics Hazard Assessment
Reference to Legislation Safe Work Practices
General Rules & Regulations
Safe Work Procedures
Progressive Discipline Policy
Workplace Inspections
Responsibilities Investigation Process
PPE Standards Training Policy & Program
Environmental Standards Communication Processes
Modified Work Program
5. Training Program
5A Do you have an orientation program for new hire employees?
If Yes, include a course outline. Does it include any of the following:
Yes No
Yes No Yes No
General Rules & Regulations Confined Space Entry
Emergency Reporting Trenching & Excavation
Injury Reporting Signs & Barricades
Legislation Dangerous Holes & Openings
Right to Refuse Work Rigging & Cranes
Personal Protective Equipment
Mobile Vehicles
Emergency Procedures Preventative Maintenance
Project Safety Committee Hand & Power Tools
Housekeeping Fire Prevention & Protection
Ladders & Scaffolds Electrical Safety
Fall Arrest Standards Compressed Gas Cylinders
Aerial Work Platforms Weather Extremes
TRANSNET GROUP CAPITAL TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 10 of 11 T2.2-08: Evaluation Schedule:
Health and Safety Plan
5B Do you have a program for training newly hired or promoted supervisors?
If Yes, submit an outline for evaluation. Does it include instruction on the following:
Yes No
Yes No Yes No
Employer Responsibilities Safety Communication
Employee Responsibilities First Aid/Medical Procedures
Due Diligence New Worker Training
Safety Leadership Environmental Requirements
Work Refusals Hazard Assessment
Inspection Processes Pre-Job Safety Instruction
Emergency Procedures Drug & Alcohol Policy
Incident Investigation Progressive Disciplinary Policy
Safe Work Procedures Safe Work Practices
Safety Meetings Notification Requirements
6. Safety Activities
6A Do you conduct safety inspections? Yes No Weekly Monthly Quarterly
Describe your safety inspection process (include participation, documentation requirements, follow-up, report distribution)
Who follows up on inspection action items?
6B Do you hold site safety meetings for field employees? If Yes, how often?
Yes No Daily Weekly Biweekly
6C Do you hold site meetings where safety is addressed with management and field supervisors?
Yes No Weekly Biweekly Monthly
6D Is pre-job safety instruction provided before to each new task? Yes No
Is the process documented? Yes No
Who leads the discussion?
6E Do you have a hazard assessment process? Yes No
Are hazard assessments documented? Yes No
If yes, how are hazard assessments communicated and implemented on each project?
Who is responsible for leading the hazard assessment process?
6F Does your company have policies and procedures for environmental protection, spill clean-up, reporting, waste disposal, and recycling as part of the Health & Safety Program?
Yes No
6G How does your company measure its H&S success?
Attach separate sheet to explain
7. Safety Stewardship
7A Are incident reports and report summaries sent to the following and how often?
Yes No Monthly Quarterly Annually
Project/Site Manager
TRANSNET GROUP CAPITAL TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 11 of 11 T2.2-08: Evaluation Schedule:
Health and Safety Plan
Vice President/Managing Director
Safety Director/Manager
President/Chief Executive Officer
7B How are incident records and summaries kept? How often are they reported internally?
Yes No Monthly Quarterly Annually
Incidents totalled for the entire company
Incidents totaled by project
Subtotaled by superintendent
Subtotaled by foreman
7C How are the costs of individual incidents kept? How often are they reported internally?
Yes No Monthly Quarterly Annually
Costs totaled for the entire company
Costs totaled by project
Subtotaled by superintendent
Subtotaled by foreman/general foreman
7D Does your company track non-injury incidents? Yes No Monthly Quarterly Annually
Near Miss
Property Damage
Fire
Security
Environmental
8. Personnel
List key health and safety officers planned for this project. Attach resume.
Name Position / Title Designation
Supply name, address and phone number of your company’s corporate health and safety representative. Does this individual have responsibilities other than health, safety and environment?
Name Address Telephone Number
Other responsibilities:
9. References
List the last three company’s your form has worked for that could verify the quality and management commitment to your occupational Health & Safety program
Name and Company Address Telephone Number
TRANSNET GROUP CAPITAL TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 1 of 2 T2.2-09: Evaluation Schedule:
Previous Experience
T2.2-09: Evaluation Schedule: Previous experience
Note to tenderers:
Tenderers are required to demonstrate their overall experience in the delivery of similar works, and to this
end shall supply a sufficiently detailed reference list with contact details of existing customers and also
demonstrate their relevant experience with regards to the Construction of similar works as detailed in the
Works Information with reference to:
Civil works (i.e. Sewer, Stormwater, Paving)
Building works (Brickwork, plastering, tiling, painting, plumbing, domestic electrical installation)
The tenderer to submit the following :
Previous experience based on similar work (specific to the scope)
Sufficient references to substantiate experience indicated (project description, Client name and
contact details, contract value and year of completion)
Civil works (i.e. Sewer, Stormwater, Paving)
Project Description Client name and
contact details
contract value and
duration
Date of project
completion
Building works (Brickwork, plastering, tiling, painting, plumbing, domestic electrical
installation)
Project Description Client name and
contact details
contract value and
duration
Date of project
completion
Attach the index of documentation to this schedule to substantiate your submission:
……………..……………………………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………………………………………..
……………………………………………………………………………………………………………………………………………………………
….……………………………………………………………………………………………………………………………………………………….
TRANSNET GROUP CAPITAL TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 2 of 2 T2.2-09: Evaluation Schedule:
Previous Experience
The table below indicate the method of scoring that will be followed to evaluate the previous experience
submitted by the Tenderer:
score 0 Failed to provide information
No response
score 20 The Tenderer generally have less than 5 years of experience and have undertaken less
than 3 projects of a similar nature. No / insufficient references provided to substantiate
experience indicated.
score 40 The Tenderer generally have less than years 5 years of experience and have undertaken
more than 3 projects of a similar nature. No / insufficient references provided to
substantiate experience indicated.
score 60 The Tenderer generally have more than 5 years of experience and have undertaken
more than 3 projects of a similar nature. Sufficient references provided to substantiate
experience indicated and stipulated the contract values for those previous projects.
score 80 The Tenderer generally have more than 5 years of experience and have undertaken
more than 8 projects of a similar nature. Sufficient references provided to substantiate
experience indicated and stipulated the contract values for those previous projects.
score 100 The Tenderer generally have more than 5 years of experience and have undertaken
more than 10 projects of a similar nature. Sufficient references provided to substantiate
experience indicated and stipulated the contract values for those previous projects.
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise,
confirms that the contents of this schedule are within my personal knowledge and are to the best of my
belief both true and correct.
Signed
Date
Name
Position
Tenderer
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 1 of 2 T2.2-10: Evaluation Schedule:
Method Statement
T2.2-10: Evaluation Schedule: Method Statement
Note to tenderers:
Method statement
1. The method statement must respond to the scope of work (the Works Information) and outline
the proposed methodology including that relating to the Programme, quality, health and safety
and environmental considerations.
2. The method statement should articulate what value add the tenderer will provide in achieving
the stated objectives for the project.
3. The tenderer must as such explain his / her understanding of the objectives of the assignment
and the Employer’s stated and implied requirements, highlight the issues of importance, and
explain the technical approach they would adopt to address them. The method statement
should also correlate with the tenderer’s quality plan outlining the processes, procedures and
associated resources, applied by whom and when, to meet the requirements and indicate how
risks will be managed and what contribution can be made regarding value management.
4. Method of construction and commissioning Process: Tender should narratively demonstrate the
approach to site establish, pre-construction activities and meetings, interfaces with other
discipline including the client, construction logistics, commissioning procedures and handover.
The table below is for information purposes only to indicate the method of scoring that will be followed
to evaluate the previous experience submitted by the Tenderer:
Score 0 The tenderer has submitted no information or inadequate information to
determine a score.
Score 20
The method statements are not acceptable as it will not satisfy project objectives
or requirements. The tenderer has misunderstood the scope of work and does not
deal with any aspects of the project.
Score 40
Tenderer has submitted a method statement with major omissions and/or
irregularities. Tenderers technical approach and / methodology is poor, not
realistic, generic and unlikely to satisfy project objectives or requirements. The
tenderer misunderstood the scope of works and does not deal with the critical
aspects of the project. The approach to managing works too generic.
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 2 of 2 T2.2-10: Evaluation Schedule:
Method Statement
Score 60
Tenderer has submitted an acceptable method statement with minor omissions
and/or irregularities and / or partially complete, and does encompass and detail
the works objectives and requirements to be undertaken; the approach does not
deal fully with the characteristics of the project.
Score 80
Tenderer has submitted an extensive method statement:
1. Approach clearly articulated and based on this project; the works are aligned
with scope of works and project schedule;
2. The proposed construction methodology will ensure that the design meets the specifications and quality standards. The proposed tools/equipment
meets the requirements set out in the Works Information/applicable technical specifications, and relates to the programme.
3. The method statement covers all the aspects of the Works Information.
4. Sufficiently flexible to accommodate changes that may occur during Executions.
Score 100
Tenderer has submitted an outstanding method statement:
1. Approach clearly articulated and based on this project; the works are aligned
with the scope of works and project schedule;
2. The proposed construction methodology will ensure that the design meets the specifications and quality standards. The proposed tools/equipment
meets the requirements set out in the Works Information/applicable technical specifications, and relates to the programme.
3. Besides meeting the “80” rating, the important issues are approached in an
innovative and efficient way, indicating that the Tenderer has outstanding knowledge of state-of-the-art approaches.
4. The methodology details ways to improve the project outcomes and quality of outputs.
Signed ................................................ Date ............................................................
Name ................................................ Position ............................................................
Tenderer ....................................................................................................................................
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 1 of 4 T2.2-11: Authority to submit a Tender
T2.2-11: Authority to submit a Tender
Indicate the status of the tenderer by ticking the appropriate box hereunder. The tenderer must
complete the certificate set out below for his category of organisation or alternatively attach a certified
copy of a company / organisation document which provides the same information for the relevant
category as requested here.
A - COMPANY B - PARTNERSHIP C - JOINT VENTURE D - SOLE PROPRIETOR
A. Certificate for Company
I,_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ _ _ , chairperson of the board of directors of _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _, hereby confirm that by resolution of the
board taken on _ _ _ __ _ _ _ _ (date), Mr/Ms _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ , acting
in the capacity of _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _, was authorised to sign all documents in
connection with this tender offer and any contract resulting from it on behalf of the company.
Signed Date
Name Position Chairman of the Board of Directors
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 2 of 4 T2.2-11: Authority to submit a Tender
B. Certificate for Partnership
We, the undersigned, being the key partners in the business trading as _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ hereby authorise Mr/Ms _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _, acting in
the capacity of _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _, to sign all documents in connection with the
tender offer for Contract _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ and any contract resulting from it on our
behalf.
Name Address Signature Date
NOTE: This certificate is to be completed and signed by the full number of Partners necessary to
commit the Partnership. Attach additional pages if more space is required.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 3 of 4 T2.2-11: Authority to submit a Tender
C. Certificate for Joint Venture
We, the undersigned, are submitting this tender offer in Joint Venture and hereby authorise Mr/Ms _ _
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _, an authorised signatory of the company _ _ _ _ _ _ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ , acting in the capacity of lead partner, to sign all documents in
connection with the tender offer for Contract _ _ _ _ __ _ _ and any contract resulting from it on our
behalf.
This authorisation is evidenced by the attached power of attorney signed by legally authorised
signatories of all the partners to the Joint Venture.
Furthermore we attach to this Schedule a copy of the joint venture agreement which incorporates a
statement that all partners are liable jointly and severally for the execution of the contract and that the
lead partner is authorised to incur liabilities, receive instructions and payments and be responsible for
the entire execution of the contract for and on behalf of any and all the partners.
Name of firm Address Authorising signature, name
(in caps) and capacity
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 4 of 4 T2.2-11: Authority to submit a Tender
D. Certificate for Sole Proprietor
I, _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _, hereby confirm that I am the sole owner of the business
trading as _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _.
Signed Date
Name Position Sole Proprietor
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 1 of 4 T2.2-12: Compulsory Questionnaire
T2.2-12: Compulsory Enterprise Questionnaire
The following particulars must be furnished. In the case of a joint venture, separate enterprise
questionnaires in respect of each partner must be completed and submitted.
Section 1: Name of enterprise: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 2: VAT registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 3: CIDB registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 4: Particulars of sole proprietors and partners in partnerships
Name Identity number Personal income tax number
* Complete only if sole proprietor or partnership and attach separate page if more than 3 partners
Section 5: Particulars of companies and close corporations
Company registration number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . Close corporation number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . Tax reference number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . .
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 2 of 4 T2.2-12: Compulsory Questionnaire
Section 6: Record in the service of the state
Indicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or
director, manager, principal shareholder or stakeholder in a company or close corporation is currently or
has been within the last 12 months in the service of any of the following:
□ a member of any municipal council
□ a member of any provincial legislature
□ a member of the National Assembly or the
National Council of Province
□ a member of the board of directors of any
municipal entity
□ an official of any municipality or municipal
entity
□ an employee of any provincial department,
national or provincial public entity or constitutional institution within the meaning of
the Public Finance Management Act, 1999 (Act 1 of 1999)
□ a member of an accounting authority of any
national or provincial public entity
□ an employee of Parliament or a provincial
legislature
If any of the above boxes are marked, disclose the following:
Name of sole proprietor,
partner, director, manager, principal
shareholder or stakeholder
Name of institution, public office,
board or organ of state and
position held
Status of service (tick
appropriate column)
Current Within last
12 months
*insert separate page if necessary
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 3 of 4 T2.2-12: Compulsory Questionnaire
Section 7: Record of spouses, children and parents in the service of the state
Indicate by marking the relevant boxes with a cross, if any spouse, child or parent of a sole proprietor,
partner in a partnership or director, manager, principal shareholder or stakeholder in a company or
close corporation is currently or has been within the last 12 months been in the service of any of the
following:
□ a member of any municipal council
□ a member of any provincial legislature
□ a member of the National Assembly or the National Council of Province
□ a member of the board of directors of any
municipal entity
□ an official of any municipality or municipal
entity
□ an employee of any provincial department,
national or provincial public entity or constitutional institution within the meaning of the Public Finance
Management Act, 1999 (Act 1 of 1999)
□ a member of an accounting authority of any national or provincial public entity
□ an employee of Parliament or a provincial
legislature
Name of spouse, child or
parent
Name of institution, public
office, board or organ of state
and position held
Status of service
(tick appropriate column)
Current Within last 12
months
*insert separate page if necessary
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 4 of 4 T2.2-12: Compulsory Questionnaire
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise:
i) authorizes the Employer to obtain a tax clearance certificate from the South African Revenue
Services that my / our tax matters are in order;
ii) confirms that the neither the name of the enterprise or the name of any partner, manager,
director or other person, who wholly or partly exercises, or may exercise, control over the
enterprise appears on the Register of Tender Defaulters established in terms of the Prevention
and Combating of Corrupt Activities Act of 2004;
iii) confirms that no partner, member, director or other person, who wholly or partly exercises, or
may exercise, control over the enterprise appears, has within the last five years been convicted
of fraud or corruption;
iv) confirms that I / we are not associated, linked or involved with any other tendering entities
submitting tender offers and have no other relationship with any of the tenderers or those
responsible for compiling the scope of work that could cause or be interpreted as a conflict of
interest; and
v) confirms that the contents of this questionnaire are within my personal knowledge and are to
the best of my belief both true and correct.
Signed Date
Name Position
Enterprise
name
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
Part T2: Returnable Schedules T2.2-13: Service Provider Integrity Pact
2018 – Rev01 Page 1 of 9 Private & Confidential
T2.2-13 Service Provider Integrity Pact
Important Note: All potential tenderers must read this document and certify in the RFX Declaration
Form that that have acquainted themselves with, and agree with the content. The contract with the
successful tenderer will automatically incorporate this Integrity Pact as part of the final concluded
contract.
INTEGRITY PACT
Between
TRANSNET SOC LTD
Registration Number: 1990/000900/30
(“Transnet”)
and
The Contractor (hereinafter referred to as the “Tenderer / Service Provider/Contractor”)
TRANSNET GROUP CAPITAL TENDER NUMBER: 4227578 - 101
DESCRIPTION OF THE WORKS: CONSTRUCTION OF MECHANICAL AND E&CI WORKS FOR THE
S05 TO N02 TRANSFER POINT IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
Part T2: Returnable Schedules T2.2-13: Service Provider Integrity Pact
2018 – Rev01 Page 2 of 9 Private & Confidential
PREAMBLE Transnet values full compliance with all relevant laws and regulations, ethical standards and the principles of
economical use of resources, fairness and transparency in its relations with its Tenderers / Service
Providers/Contractors.
In order to achieve these goals, Transnet and the Tenderer / Service Provider hereby enter into this agreement
hereinafter referred to as the “Integrity Pact” which will form part of the Tenderer’s / Service Provider’s /
Contractor’s application for registration with Transnet as a vendor.
The general purpose of this Integrity Pact is to agree on avoiding all forms of dishonesty, fraud and corruption by
following a system that is fair, transparent and free from any undue influence prior to, during and subsequent to
the currency of any procurement and / or reverse logistics event and any further contract to be entered into
between the Parties, relating to such event.
All Tenderers / Service Providers / Contractor’s will be required to sign and comply with undertakings contained in
this Integrity Pact, should they want to be registered as a Transnet vendor.
1 OBJECTIVES
1.1 Transnet and the Tenderer / Service Provider / Contractor agree to enter into this Integrity Pact, to
avoid all forms of dishonesty, fraud and corruption including practices that are anti-competitive in
nature, negotiations made in bad faith and under-pricing by following a system that is fair,
transparent and free from any influence / unprejudiced dealings prior to, during and subsequent to
the currency of the contract to be entered into with a view to:
a) Enable Transnet to obtain the desired contract at a reasonable and competitive price in
conformity to the defined specifications of the works, goods and services; and
b) Enable Tenderers / Service Providers / Contractors to abstain from bribing or participating in
any corrupt practice in order to secure the contract.
2 COMMITMENTS OF TRANSNET
Transnet commits to take all measures necessary to prevent dishonesty, fraud and corruption and to
observe the following principles:
2.1 Transnet hereby undertakes that no employee of Transnet connected directly or indirectly with the
sourcing event and ensuing contract, will demand, take a promise for or accept directly or through
intermediaries any bribe, consideration, gift, reward, favour or any material or immaterial benefit or
any other advantage from the Tenderer, either for themselves or for any person, organisation or
third party related to the contract in exchange for an advantage in the tendering process, Tender
evaluation, contracting or implementation process related to any contract.
2.2 Transnet will, during the registration and tendering process treat all Tenderers / Service Providers
with equity, transparency and fairness. Transnet will in particular, before and during the registration
process, provide to all Tenderers / Service Providers the same information and will not provide to
any Tenderers / Service Providers / Contractors confidential / additional information through which
the Tenderers / Service Providers / Contractors could obtain an advantage in relation to any
tendering process.
2.3 Transnet further confirms that its employees will not favour any prospective Tenderer in any form
that could afford an undue advantage to a particular Tenderer during the tendering stage, and will
further treat all Tenderers / Service Providers / Contractors participating in the tendering process.
TRANSNET GROUP CAPITAL TENDER NUMBER: 4227578 - 101
DESCRIPTION OF THE WORKS: CONSTRUCTION OF MECHANICAL AND E&CI WORKS FOR THE
S05 TO N02 TRANSFER POINT IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
Part T2: Returnable Schedules T2.2-13: Service Provider Integrity Pact
2018 – Rev01 Page 3 of 9 Private & Confidential
2.4 Transnet will exclude from the tender process such employees who have any personal interest in
the Tenderers / Service Providers / Contractors participating in the tendering process.
3 OBLIGATIONS OF THE TENDERER / SERVICE PROVIDER
3.1 The Tenderer / Service Provider / Contractor commits itself to take all measures necessary to prevent
corrupt practices, unfair means and illegal activities during any stage of its Tender or during any
ensuing contract stage in order to secure the contract or in furtherance to secure it and in particular
the Tenderer / Service Provider / Contractor commits to the following:
a) The Tenderer / Service Provider / Contractor will not, directly or through any other person or
firm, offer, promise or give to Transnet or to any of Transnet’s employees involved in the
tendering process or to any third person any material or other benefit or payment, in order
to obtain in exchange an advantage during the tendering process; and
b) The Tenderer / Service Provider / Contractor will not offer, directly or through intermediaries,
any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other
advantage, commission, fees, brokerage or inducement to any employee of Transnet,
connected directly or indirectly with the tendering process, or to any person, organisation or
third party related to the contract in exchange for any advantage in the tendering, evaluation,
contracting and implementation of the contract.
3.2 The acceptance and giving of gifts may be permitted provided that:
a) the gift does not exceed R1 000 (one thousand Rand) in retail value;
b) many low retail value gifts do not exceed R 1 000 within a 12 month period;
c) hospitality packages do not exceed R5 000 in value or many low value hospitality packages
do not cumulatively exceed R5 000;
d) a Tenderer / Service Provider does not give a Transnet employee more than 2 (two) gifts
within a 12 (twelve) month period, irrespective of value;
e) a Tenderer / Service Provider does not accept more than 1 (one) gift in excess of R750 (seven
hundred and fifty Rand) from a Transnet employee within a 12 (twelve) month period,
irrespective of value;
f) a Tenderer / Service Provider may under no circumstances, accept from or give to, a Transnet
employee any gift, business courtesy, including an invitation to a business meal and /or
drinks, or hospitality package, irrespective of value, during any Tender evaluation process,
including a period of 12 (twelve) months after such tender has been awarded, as it may be
perceived as undue and improper influence on the evaluation process or reward for the
contract that has been awarded; and
g) a Tenderer / Service Provider may not offer gifts, goods or services to a Transnet employee
at artificially low prices, which are not available to the public at those prices.
3.3 The Tenderer / Service Provider / Contractor will not collude with other parties interested in the
contract to preclude a competitive Tender price, impair the transparency, fairness and progress of
the tendering process, Tender evaluation, contracting and implementation of the contract. The
Tenderer / Service Provider further commits itself to delivering against all agreed upon conditions
as stipulated within the contract.
3.4 The Tenderer / Service Provider / Contractor will not enter into any illegal or dishonest agreement
or understanding, whether formal or informal with other Tenderers / Service Providers / Contractors.
This applies in particular to certifications, submissions or non-submission of documents or actions
that are restrictive or to introduce cartels into the tendering process.
TRANSNET GROUP CAPITAL TENDER NUMBER: 4227578 - 101
DESCRIPTION OF THE WORKS: CONSTRUCTION OF MECHANICAL AND E&CI WORKS FOR THE
S05 TO N02 TRANSFER POINT IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
Part T2: Returnable Schedules T2.2-13: Service Provider Integrity Pact
2018 – Rev01 Page 4 of 9 Private & Confidential
3.5 The Tenderer / Service Provider / Contractor will not commit any criminal offence under the relevant
anti-corruption laws of South Africa or any other country. Furthermore, the Tenderer /Service
Provider will not use for illegitimate purposes or for restrictive purposes or personal gain, or pass on
to others, any information provided by Transnet as part of the business relationship, regarding plans,
technical proposals and business details, including information contained or transmitted
electronically.
3.6 A Tenderer / Service Provider / Contractor of foreign origin shall disclose the name and address of
its agents or representatives in South Africa, if any, involved directly or indirectly in the registration
or tendering process. Similarly, the Tenderer / Service Provider / Contractor of South African
nationality shall furnish the name and address of the foreign principals, if any, involved directly or
indirectly in the registration or tendering process.
3.7 The Tenderer / Service Provider / Contractor will not misrepresent facts or furnish false or forged
documents or information in order to influence the tendering process to the advantage of the
Tenderer / Service Provider or detriment of Transnet or other competitors.
3.8 The Tenderer / Service Provider / Contractor shall furnish Transnet with a copy of its code of conduct,
which code of conduct shall reject the use of bribes and other dishonest and unethical conduct, as
well as compliance programme for the implementation of the code of conduct.
3.9 The Tenderer / Service Provider / Contractor will not instigate third persons to commit offences
outlined above or be an accessory to such offences.
4 INDEPENDENT TENDERING
4.1 For the purposes of that Certificate in relation to any submitted Tender, the Tenderer declares to fully understand that the word “competitor” shall include any individual or organisation, other than
the Tenderer, whether or not affiliated with the Tenderer, who:
a) has been requested to submit a Tender in response to this Tender invitation;
b) could potentially submit a Tender in response to this Tender invitation, based on their
qualifications, abilities or experience; and
c) provides the same Goods and Services as the Tenderer and/or is in the same line of business
as the Tenderer.
4.2 The Tenderer has arrived at his submitted Tender independently from, and without consultation,
communication, agreement or arrangement with any competitor. However communication between
partners in a joint venture or consortium will not be construed as collusive tendering.
4.3 In particular, without limiting the generality of paragraph 5 above, there has been no consultation,
communication, agreement or arrangement with any competitor regarding:
a) prices;
b) geographical area where Goods or Services will be rendered [market allocation];
c) methods, factors or formulas used to calculate prices;
d) the intention or decision to submit or not to submit, a Tender;
e) the submission of a Tender which does not meet the specifications and conditions of the RFP;
or
f) tendering with the intention of not winning the Tender.
TRANSNET GROUP CAPITAL TENDER NUMBER: 4227578 - 101
DESCRIPTION OF THE WORKS: CONSTRUCTION OF MECHANICAL AND E&CI WORKS FOR THE
S05 TO N02 TRANSFER POINT IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
Part T2: Returnable Schedules T2.2-13: Service Provider Integrity Pact
2018 – Rev01 Page 5 of 9 Private & Confidential
4.4 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 Goods or Services to which his/her tender relates.
4.5 The terms of the Tender as submitted have not been, and will not be, disclosed by the Tenderer,
directly or indirectly, to any competitor, prior to the date and time of the official Tender opening or
of the awarding of the contract.
4.6 Tenderers are aware that, in addition and without prejudice to any other remedy provided to combat
any restrictive practices related to Tenders and contracts, Tenders that are suspicious will be
reported to the Competition Commission for investigation and possible imposition of administrative
penalties in terms of section 59 of the Competition Act No 89 of 1998 and/or may be reported to the
National Prosecuting Authority [NPA] for criminal investigation and/or may be restricted from
conducting business with the public sector for a period not exceeding 10 [ten] years in terms of the
Prevention and Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation.
4.7 Should the Tenderer find any terms or conditions stipulated in any of the relevant documents quoted
in the Tender unacceptable, it should indicate which conditions are unacceptable and offer
alternatives by written submission on its company letterhead, attached to its submitted Tender. Any
such submission shall be subject to review by Transnet’s Legal Counsel who shall determine whether
the proposed alternative(s) are acceptable or otherwise, as the case may be.
5 DISQUALIFICATION FROM TENDERING PROCESS
5.1 If the Tenderer / Service Provider / Contractor has committed a transgression through a violation of
section 3 of this Integrity Pact or in any other form such as to put its reliability or credibility as a
Tenderer / Service Provider into question, Transnet may reject the Tenderer’s / Service Provider’s /
Contractor’s application from the registration or tendering process and remove the Tenderer /
Service Provider from its database, if already registered.
5.2 If the Tenderer / Service Provider / Contractor has committed a transgression through a violation of
section 3, or any material violation, such as to put its reliability or credibility into question. Transnet
may after following due procedures and at its own discretion also exclude the Tenderer / Service
Provider / Contractor from future tendering processes. The imposition and duration of the exclusion
will be determined by the severity of the transgression. The severity will be determined by the
circumstances of the case, which will include amongst others the number of transgressions, the
position of the transgressors within the company hierarchy of the Tenderer / Service Provider
/Contractor and the amount of the damage. The exclusion will be imposed for up to a maximum of
10 (ten) years. However, Transnet reserves the right to impose a longer period of exclusion,
depending on the gravity of the misconduct.
5.3 If the Tenderer / Service Provider / Contractor can prove that it has restored the damage caused by
it and has installed a suitable corruption prevention system, or taken other remedial measures as
the circumstances of the case may require, Transnet may at its own discretion revoke the exclusion
or suspend the imposed penalty.
6 TRANSNET’S LIST OF EXCLUDED TENDERERS (BLACKLIST)
6.1 All the stipulations around Transnet’s blacklisting process as laid down in Transnet’s Supply Chain
Policy and Procurement Procedures Manual are included herein by way of reference. Below follows
a condensed summary of this blacklisting procedure.
TRANSNET GROUP CAPITAL TENDER NUMBER: 4227578 - 101
DESCRIPTION OF THE WORKS: CONSTRUCTION OF MECHANICAL AND E&CI WORKS FOR THE
S05 TO N02 TRANSFER POINT IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
Part T2: Returnable Schedules T2.2-13: Service Provider Integrity Pact
2018 – Rev01 Page 6 of 9 Private & Confidential
6.2 Blacklisting is a mechanism used to exclude a company/person from future business with Transnet
for a specified period. The decision to blacklist is based on one of the grounds for blacklisting. The
standard of proof to commence the blacklisting process is whether a “prima facie” (i.e. on the face
of it) case has been established.
6.3 Depending on the seriousness of the misconduct and the strategic importance of the Goods/Services,
in addition to blacklisting a company/person from future business, Transnet may decide to terminate
some or all existing contracts with the company/person as well.
6.4 A Service Provider or Contractor to Transnet may not subcontract any portion of the contract to a
blacklisted company.
6.5 Grounds for blacklisting include: If any person/Enterprise which has submitted a Tender, concluded
a contract, or, in the capacity of agent or subcontractor, has been associated with such Tender or
contract:
a) Has, in bad faith, withdrawn such Tender after the advertised closing date and time for the
receipt of Tenders;
b) has, after being notified of the acceptance of his Tender, failed or refused to sign a contract
when called upon to do so in terms of any condition forming part of the Tender documents;
c) has carried out any contract resulting from such Tender in an unsatisfactory manner or has
breached any condition of the contract;
d) has offered, promised or given a bribe in relation to the obtaining or execution of the contract;
e) has acted in a fraudulent or improper manner or in bad faith towards Transnet or any
Government Department or towards any public body, Enterprise or person;
f) has made any incorrect statement in a certificate or other communication with regard to the
Local Content of his Goods or his B-BBEE status and is unable to prove to the satisfaction of
Transnet that:
(i) he made the statement in good faith honestly believing it to be correct; and
(ii) before making such statement he took all reasonable steps to satisfy himself of its
correctness;
g) caused Transnet damage, or to incur costs in order to meet the contractor’s requirements
and which could not be recovered from the contractor;
h) has litigated against Transnet in bad faith.
6.6 Grounds for blacklisting include a company/person recorded as being a company or person
prohibited from doing business with the public sector on National Treasury’s database of Restricted
Service Providers or Register of Tender Defaulters.
6.7 Companies associated with the person/s guilty of misconduct (i.e. entities owned, controlled or
managed by such persons), any companies subsequently formed by the person(s) guilty of the
misconduct and/or an existing company where such person(s) acquires a controlling stake may be
considered for blacklisting. The decision to extend the blacklist to associated companies will be at
the sole discretion of Transnet.
TRANSNET GROUP CAPITAL TENDER NUMBER: 4227578 - 101
DESCRIPTION OF THE WORKS: CONSTRUCTION OF MECHANICAL AND E&CI WORKS FOR THE
S05 TO N02 TRANSFER POINT IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
Part T2: Returnable Schedules T2.2-13: Service Provider Integrity Pact
2018 – Rev01 Page 7 of 9 Private & Confidential
7 PREVIOUS TRANSGRESSIONS
7.1 The Tenderer / Service Provider /Contractor hereby declares that no previous transgressions
resulting in a serious breach of any law, including but not limited to, corruption, fraud, theft, extortion
and contraventions of the Competition Act 89 of 1998, which occurred in the last 5 (five) years with
any other public sector undertaking, government department or private sector company that could
justify its exclusion from its registration on the Tenderer’s / Service Provider’s / Contractor’s database
or any tendering process.
7.2 If it is found to be that the Tenderer / Service Provider /Contractor made an incorrect statement on
this subject, the Tenderer / Service Provider / Contractor can be rejected from the registration
process or removed from the Tenderer / Service Provider / Contractor database, if already registered,
for such reason (refer to the Breach of Law Form contained in the applicable RFX document.)
8 SANCTIONS FOR VIOLATIONS
8.1 Transnet shall also take all or any one of the following actions, wherever required to:
a) Immediately exclude the Tenderer / Service Provider / Contractor from the tendering process or call
off the pre-contract negotiations without giving any compensation the Tenderer / Service Provider /
Contractor. However, the proceedings with the other Tenderer / Service Provider / Contractor may
continue;
b) Immediately cancel the contract, if already awarded or signed, without giving any compensation to
the Tenderer / Service Provider / Contractor;
c) Recover all sums already paid by Transnet;
d) Encash the advance bank guarantee and performance bond or warranty bond, if furnished by the
Tenderer / Service Provider / Contractor, in order to recover the payments, already made by
Transnet, along with interest;
e) Cancel all or any other contracts with the Tenderer / Service Provider; and
f) Exclude the Tenderer / Service Provider / Contractor from entering into any Tender with Transnet
in future.
9 CONFLICTS OF INTEREST
9.1 A conflict of interest includes, inter alia, a situation in which:
a) A Transnet employee has a personal financial interest in a tendering / supplying entity; and
b) A Transnet employee has private interests or personal considerations or has an affiliation or a
relationship which affects, or may affect, or may be perceived to affect his / her judgment in action
in the best interest of Transnet, or could affect the employee’s motivations for acting in a particular
manner, or which could result in, or be perceived as favouritism or nepotism.
9.2 A Transnet employee uses his / her position, or privileges or information obtained while acting in
the capacity as an employee for:
a) Private gain or advancement; or
b) The expectation of private gain, or advancement, or any other advantage accruing to the employee
must be declared in a prescribed form.
Thus, conflicts of interest of any Tender committee member or any person involved in the sourcing
process must be declared in a prescribed form.
9.3 If a Tenderer / Service Provider / Contractor has or becomes aware of a conflict of interest i.e. a
family, business and / or social relationship between its owner(s) / member(s) / director(s) /
TRANSNET GROUP CAPITAL TENDER NUMBER: 4227578 - 101
DESCRIPTION OF THE WORKS: CONSTRUCTION OF MECHANICAL AND E&CI WORKS FOR THE
S05 TO N02 TRANSFER POINT IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
Part T2: Returnable Schedules T2.2-13: Service Provider Integrity Pact
2018 – Rev01 Page 8 of 9 Private & Confidential
partner(s) / shareholder(s) and a Transnet employee / member of Transnet’s Board of Directors in
respect of a Tender which will be considered for the Tender process, the Tenderer / Service Provider
/ Contractor:
a) must disclose the interest and its general nature, in the Request for Proposal (“RFX”) declaration
form; or
b) must notify Transnet immediately in writing once the circumstances has arisen.
9.4 The Tenderer / Service Provider / Contractor shall not lend to or borrow any money from or enter
into any monetary dealings or transactions, directly or indirectly, with any committee member or
any person involved in the sourcing process, where this is done, Transnet shall be entitled forthwith
to rescind the contract and all other contracts with the Tenderer / Service Provider / Contractor.
10 MONITORING
10.1 Transnet will be responsible for appointing an independent Monitor to:
a) Conduct random monitoring of compliance to the provisions of this Integrity Pact for contracts
entered into between Transnet and the Tenderer / Service Provider / Contractor for less than
R100,000.000 (one hundred million Rand) in value;
b) Monitor compliance to the provisions of this Integrity Pact for contracts entered into between
Transnet and the Tenderer / Service Provider / Contractor for greater than R100,000.000 (one
hundred million Rand) in value; and
c) Investigate any allegation of violation of any provisions of this Integrity Pact for contracts entered
into between Transnet and the Tenderer / Service Provider / Contractor, irrespective of value.
10.2 The Monitor will be subjected to Transnet’s Terms of Conditions of Contract for the Provision of
Services to Transnet, as well as to Transnet’s Service Provider Code of Conduct.
11 EXAMINATION OF FINANCIAL RECORDS, DOCUMENTATION AND/OR ELECTRONIC DATA
For the purpose of Monitoring, as stipulated above, the Monitor shall be entitled to:
a) Examine the financial records, documentation and or electronic date of Tenderer / Service Provider
/ Contractor / Transnet. The Tenderer / Service Provider / Transnet shall provide all requested
information / documentation / data to the Monitor and shall extend all help possible for the purpose
of such examination.
12 DISPUTE RESOLUTION
12.1 Transnet recognises that trust and good faith are pivotal to its relationship with its Tenderer / Service
Provider / Contractor. When a dispute arises between Transnet and its Tenderer / Service Provider
/ Contractor, the parties should use their best endeavours to resolve the dispute in an amicable
manner, whenever possible. Litigation in bad faith negates the principles of trust and good faith on
which commercial relationships are based. Accordingly, following a blacklisting process as
mentioned in paragraph 6 above, Transnet will not do business with a company that litigates against
it in bad faith or is involved in any action that reflects bad faith on its part. Litigation in bad faith
includes, but is not limited to the following instances:
a) Vexatious proceedings: these are frivolous proceedings which have been instituted without
proper grounds;
b) Perjury: where a Tenderer / Service Provider / Contractor make a false statement either in giving
evidence or on an affidavit;
TRANSNET GROUP CAPITAL TENDER NUMBER: 4227578 - 101
DESCRIPTION OF THE WORKS: CONSTRUCTION OF MECHANICAL AND E&CI WORKS FOR THE
S05 TO N02 TRANSFER POINT IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
Part T2: Returnable Schedules T2.2-13: Service Provider Integrity Pact
2018 – Rev01 Page 9 of 9 Private & Confidential
c) Scurrilous allegations: where a Tenderer / Service Provider / Contractor makes allegations
regarding a senior Transnet employee which are without proper foundation, scandalous, abusive or
defamatory; and
d) Abuse of court process: when a Tenderer / Service Provider / Contractor abuses the court process
in order to gain a competitive advantage during a Tender process.
13 GENERAL
13.1 This Integrity Pact is governed by and interpreted in accordance with the laws of the Republic of
South Africa.
13.2 The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may
follow in accordance with the provisions of the law relating to any civil or criminal proceedings.
13.3 The validity of this Integrity Pact shall cover all the tendering processes and will be valid for an
indefinite period unless cancelled by either Party.
13.4 Should one or several provisions of this Integrity Pact turn out to be invalid the remainder of this
Integrity Pact remains valid.
13.5 Should a Tenderer / Service Provider / Contractor be confronted with dishonest, fraudulent or
corruptive behaviour of one or more Transnet employees, Transnet expects its Tenderer / Service
Provider / Contractor to report this behaviour directly to a senior Transnet official / employee or
alternatively by using Transnet’s “Tip-Off Anonymous” hotline number 0800 003 056, whereby your
confidentiality is guaranteed.
The Parties hereby declare that each of them has read and understood the clauses of this Integrity Pact
and shall a Tenderer by it. To the best of the Parties’ knowledge and belief, the information provided in
this Integrity Pact is true and correct.
oooOOOooo
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 1 of 5 T2.2-14: Non-Disclosure Agreement
T2.2-14 NON-DISCLOSURE AGREEMENT
[September 2016]
THIS AGREEMENT is made effective as of ........... day of ............................... 20...... by and
between:
Note to tenderers: This Non-Disclosure Agreement is to be completed and signed by an
authorised signatory:
Transnet SOC Ltd (Registration No. 1990/000900/30), a company incorporated and existing under the
laws of South Africa, having its principal place of business at Carlton Centre, 150 Commissioner Street,
Johannesburg, 2001, South Africa,
and
............................................................................... (Registration No. .........................................), a
private company incorporated and existing under the laws of South Africa having its principal place of
business at
.........................................................................................................................................................
.................
...............................................................................................................
WHEREAS
Transnet and the Company wish to exchange Information [as defined below] and it is envisaged that
each party may from time to time receive Information relating to the other in respect thereof. In
consideration of each party making available to the other such Information, the parties jointly agree that
any dealings between them shall be subject to the terms and conditions of this Agreement which
themselves will be subject to the parameters of the Bid Document.
IT IS HEREBY AGREED
1. INTERPRETATION
In this Agreement:
1.1 Agents mean directors, officers, employees, agents, professional advisers, contractors or sub-
contractors, or any Group member;
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 2 of 5 T2.2-14: Non-Disclosure Agreement
1.2 Bid or Bid Document means Transnet’s Request for Information [RFI] Request for Proposal
[RFP] or Request for Quotation [RFQ], as the case may be;
1.3 Confidential Information means any information or other data relating to one party [the
Disclosing Party] and/or the business carried on or proposed or intended to be carried on
by that party and which is made available for the purposes of the Bid to the other party [the
Receiving Party] or its Agents by the Disclosing Party or its Agents or recorded in agreed
minutes following oral disclosure and any other information otherwise made available by the
Disclosing Party or its Agents to the Receiving Party or its Agents, whether before, on or after
the date of this Agreement, and whether in writing or otherwise, including any information,
analysis or specifications derived from, containing or reflecting such information but excluding
information which:
1.3.1 is publicly available at the time of its disclosure or becomes publicly available [other than
as a result of disclosure by the Receiving Party or any of its Agents contrary to the terms
of this Agreement]; or
1.3.2 was lawfully in the possession of the Receiving Party or its Agents [as can be
demonstrated by its written records or other reasonable evidence] free of any restriction
as to its use or disclosure prior to its being so disclosed; or
1.3.3 following such disclosure, becomes available to the Receiving Party or its Agents [as can
be demonstrated by its written records or other reasonable evidence] from a source
other than the Disclosing Party or its Agents, which source is not bound by any duty of
confidentiality owed, directly or indirectly, to the Disclosing Party in relation to such
information;
1.4 Group means any subsidiary, any holding company and any subsidiary of any holding
company of either party; and
1.5 Information means all information in whatever form including, without limitation, any
information relating to systems, operations, plans, intentions, market opportunities, know-
how, trade secrets and business affairs whether in writing, conveyed orally or by
machine-readable medium.
2. CONFIDENTIAL INFORMATION
2.1 All Confidential Information given by one party to this Agreement [the Disclosing Party] to
the other party [the Receiving Party] will be treated by the Receiving Party as secret and
confidential and will not, without the Disclosing Party’s written consent, directly or indirectly
communicate or disclose [whether in writing or orally or in any other manner] Confidential
Information to any other person other than in accordance with the terms of this Agreement.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 3 of 5 T2.2-14: Non-Disclosure Agreement
2.2 The Receiving Party will only use the Confidential Information for the sole purpose of technical
and commercial discussions between the parties in relation to the Bid or for the subsequent
performance of any contract between the parties in relation to the Bid.
2.3 Notwithstanding clause 2.1 above, the Receiving Party may disclose Confidential Information:
2.3.1 to those of its Agents who strictly need to know the Confidential Information for the sole
purpose set out in clause 2.2 above, provided that the Receiving Party shall ensure that
such Agents are made aware prior to the disclosure of any part of the Confidential
Information that the same is confidential and that they owe a duty of confidence to the
Disclosing Party. The Receiving Party shall at all times remain liable for any actions of
such Agents that would constitute a breach of this Agreement; or
2.3.2 to the extent required by law or the rules of any applicable regulatory authority, subject
to clause 2.4 below.
2.4 In the event that the Receiving Party is required to disclose any Confidential Information in
accordance with clause 2.3.2 above, it shall promptly notify the Disclosing Party and cooperate
with the Disclosing Party regarding the form, nature, content and purpose of such disclosure
or any action which the Disclosing Party may reasonably take to challenge the validity of such
requirement.
2.5 In the event that any Confidential Information shall be copied, disclosed or used otherwise
than as permitted under this Agreement then, upon becoming aware of the same, without
prejudice to any rights or remedies of the Disclosing Party, the Receiving Party shall as soon
as practicable notify the Disclosing Party of such event and if requested take such steps
[including the institution of legal proceedings] as shall be necessary to remedy [if capable of
remedy] the default and/or to prevent further unauthorised copying, disclosure or use.
2.6 All Confidential Information shall remain the property of the Disclosing Party and its disclosure
shall not confer on the Receiving Party any rights, including intellectual property rights over
the Confidential Information whatsoever, beyond those contained in this Agreement.
3. RECORDS AND RETURN OF INFORMATION
3.1 The Receiving Party agrees to ensure proper and secure storage of all Information and any
copies thereof.
3.2 The Receiving Party shall keep a written record, to be supplied to the Disclosing Party upon
request, of the Confidential Information provided and any copies made thereof and, so far as
is reasonably practicable, of the location of such Confidential Information and any copies
thereof.
3.3 The Company shall, within 7 [seven] days of receipt of a written demand from Transnet:
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 4 of 5 T2.2-14: Non-Disclosure Agreement
3.3.1 return all written Confidential Information [including all copies]; and
3.3.2 expunge or destroy any Confidential Information from any computer, word processor or
other device whatsoever into which it was copied, read or programmed by the Company
or on its behalf.
3.4 The Company shall on request supply a certificate signed by a director as to its full compliance
with the requirements of clause 3.3.2 above.
4. ANNOUNCEMENTS
4.1 Neither party will make or permit to be made any announcement or disclosure of its
prospective interest in the Bid without the prior written consent of the other party.
4.2 Neither party shall make use of the other party’s name or any information acquired through its
dealings with the other party for publicity or marketing purposes without the prior written
consent of the other party.
5. DURATION
The obligations of each party and its Agents under this Agreement shall survive the termination of
any discussions or negotiations between the parties regarding the Bid and continue thereafter for
a period of 5 [five] years.
6. PRINCIPAL
Each party confirms that it is acting as principal and not as nominee, agent or broker for any
other person and that it will be responsible for any costs incurred by it or its advisers in
considering or pursuing the Bid and in complying with the terms of this Agreement.
7. ADEQUACY OF DAMAGES
Nothing contained in this Agreement shall be construed as prohibiting the Disclosing Party from
pursuing any other remedies available to it, either at law or in equity, for any such threatened or
actual breach of this Agreement, including specific performance, recovery of damages or
otherwise.
8. PRIVACY AND DATA PROTECTION
8.1 The Receiving Party undertakes to comply with South Africa’s general privacy protection in
terms Section 14 of the Bill of Rights in connection with this Bid and shall procure that its
personnel shall observe the provisions of such Act [as applicable] or any amendments and re-
enactments thereof and any regulations made pursuant thereto.
8.2 The Receiving Party warrants that it and its Agents have the appropriate technical and
organisational measures in place against unauthorised or unlawful processing of data relating
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 5 of 5 T2.2-14: Non-Disclosure Agreement
to the Bid and against accidental loss or destruction of, or damage to such data held or
processed by them.
9. GENERAL
9.1 Neither party may assign the benefit of this Agreement, or any interest hereunder, except
with the prior written consent of the other, save that Transnet may assign this Agreement at
any time to any member of the Transnet Group.
9.2 No failure or delay in exercising any right, power or privilege under this Agreement will
operate as a waiver of it, nor will any single or partial exercise of it preclude any further
exercise or the exercise of any right, power or privilege under this Agreement or otherwise.
9.3 The provisions of this Agreement shall be severable in the event that any of its provisions are
held by a court of competent jurisdiction or other applicable authority to be invalid, void or
otherwise unenforceable, and the remaining provisions shall remain enforceable to the fullest
extent permitted by law.
9.4 This Agreement may only be modified by a written agreement duly signed by persons
authorised on behalf of each party.
9.5 Nothing in this Agreement shall constitute the creation of a partnership, joint venture or
agency between the parties.
9.6 This Agreement will be governed by and construed in accordance with South African law and
the parties irrevocably submit to the exclusive jurisdiction of the South African courts.
Signed Date
Name Position
Tenderer
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
____________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 1 of 2 T2.2-15: Tender Declaration Form
T2.2-15: TENDER DECLARATION FORM
NAME OF COMPANY: _______________________________________________________
We ___________________________________________________________ do hereby certify that:
1. Transnet has supplied and we have received appropriate tender offers to any/all questions (as
applicable) which were submitted by ourselves for tender clarification purposes;
2. we have received all information we deemed necessary for the completion of this Tender;
3. at no stage have we received additional information relating to the subject matter of this tender
from Transnet sources, other than information formally received from the designated Transnet
contact(s) as nominated in the tender documents;
4. we are satisfied, insofar as our company is concerned, that the processes and procedures
adopted by Transnet in issuing this TENDER and the requirements requested from tenderers in
responding to this TENDER have been conducted in a fair and transparent manner; and
5. furthermore, we acknowledge that a direct relationship exists between a family member and/or
an owner / member / director / partner / shareholder (unlisted companies) of our company and
an employee or board member of the Transnet Group as indicated below: [Respondent to
indicate if this section is not applicable]
FULL NAME OF OWNER/MEMBER/DIRECTOR/
PARTNER/SHAREHOLDER: ADDRESS:
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
Indicate nature of relationship with Transnet:
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
[Failure to furnish complete and accurate information in this regard may lead to the
disqualification of your response and may preclude a Respondent from doing future
business with Transnet]
We declare, to the extent that we are aware or become aware of any relationship between ourselves
and Transnet (other than any existing and appropriate business relationship with Transnet) which
could unfairly advantage our company in the forthcoming adjudication process, we shall notify
Transnet immediately in writing of such circumstances.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
____________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 2 of 2 T2.2-15: Tender Declaration Form
6. We accept that any dispute pertaining to this tender will be resolved through the
Ombudsman process and will be subject to the Terms of Reference of the
Ombudsman. The Ombudsman process must first be exhausted before judicial
review of a decision is sought. (Refer “Important Notice to respondents” below).
7. We further accept that Transnet reserves the right to reverse a tender award or
decision based on the recommendations of the Ombudsman without having to
follow a formal court process to have such award or decision set aside.
For and on behalf of
…………………………………………………………………………
duly authorised thereto
Name:
Signature:
Date:
IMPORTANT NOTICE TO RESPONDENTS
Transnet has appointed a Procurement Ombudsman to investigate any material complaint in respect
of tenders exceeding R5,000,000.00 (five million S.A. Rand) in value. Should a Respondent have any
material concern regarding an tender process which meets this value threshold, a complaint may be
lodged with Transnet’s Procurement Ombudsman for further investigation.
It is incumbent on the Respondent to familiarise himself/herself with the Terms of Reference for the
Transnet Procurement Ombudsman, details of which are available for review at Transnet’s website
www.transnet.net.
An official complaint form may be downloaded from this website and submitted, together with any
supporting documentation, within the prescribed period, to procurement.ombud@transnet.net
For transactions below the R5,000,000.00 (five million S.A. Rand) threshold, a complaint may be
lodged with the Chief Procurement Officer of the relevant Transnet Operating Division.
All Respondents should note that a complaint must be made in good faith. If a complaint is made in
bad faith, Transnet reserves the right to place such a bidder on its List of Excluded Bidders.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
_________________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 1 of 1 T2.2-16: RFP – Breach of Law
T2.2-16: REQUEST FOR PROPOSAL – BREACH OF LAW
NAME OF COMPANY: _______________________________________________________
I / We ___________________________________________________________ do hereby certify that
I/we have/have not been found guilty during the preceding 5 (five) years of a serious breach of
law, including but not limited to a breach of the Competition Act, 89 of 1998, by a court of law, tribunal
or other administrative body. The type of breach that the Tenderer is required to disclose excludes
relatively minor offences or misdemeanours, e.g. traffic offences.
Where found guilty of such a serious breach, please disclose:
NATURE OF BREACH:
____________________________________________________________________________________
____________________________________________________________________________________
______________________________________________________________________________
DATE OF BREACH: _________________________________________________________________
Furthermore, I/we acknowledge that Transnet SOC Ltd reserves the right to exclude any Tenderer from
the bidding process, should that person or company have been found guilty of a serious breach of law,
tribunal or regulatory obligation.
Signed on this _____ day of _________________ 20____
_______________________
SIGNATURE OF TENDER
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS
BAY
_____________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules
Page 1 of 1 T2.2-17: Record of Addenda to Tender documents
T2.2-17: Record of Addenda to Tender Documents
We confirm that the following communications received from the Employer before the submission of this tender offer, amending the tender documents, have been taken into account in this tender offer:
Date Title or Details
1
2
3
4
5
6
7
8
9
10
Attach additional pages if more space is required.
Signed Date
Tenderer
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 1 of 5 T2.2-18: Transnet Vendor Registration
T2.2-18 Transnet Vendor Registration Form
Transnet Vendor Management has received a request to load / change your company details onto the Transnet
vendor master database. Please return the completed Supplier Declaration Form (SDF) together with the
required supporting documents as per Appendix A to the Transnet Official who is intending to procure your
company’s services / products, to enable us to process this request. Please only submit the documentation
relevant to your request.
Please Note: all organisations, institutions and individuals who wish to provide goods and/or services to
organs of the State must be registered on the National Treasury’s Central Supplier Database (CSD). This needs
to be done via their portal at https://secure.csd.gov.za/ before applying to Transnet.
General Terms and Conditions:
Please Note: Failure to submit the relevant documentation will delay the vendor creation / change process.
Where applicable, the respective Transnet Operating Division processing your application may request further
or additional information from your company.
The Service Provider warrants that the details of its bank account (“the nominated account”) provided herein,
are correct and acknowledges that payments due to the Supplier will be made into the nominated account. If
details of the nominated account should change, the Service Provider must notify Transnet in writing of such
change, failing which any payments made by Transnet into the nominated account will constitute a full
discharge of the indebtedness of Transnet to the Supplier in respect of the payment so made. Transnet will
incur no liability for any payments made to the incorrect account or any costs associated therewith. In such
an event, the Service Provider indemnifies and holds Transnet harmless in respect of any payments made to
an incorrect bank account and will, on demand, pay Transnet any costs associated herewith.
Transnet expects its suppliers to timeously renew their Tax Clearance and B-BBEE certificates (Large
Enterprises and QSEs less than 51% black owned) as well as sworn affidavits in the case of EMEs and QSEs
with more than 51% black ownership as per Appendices C and D.
In addition, please take note of the following very important information:
1. If your annual turnover is R10 million or less, then in terms of the DTI Generic Codes of Good Practice,
you are classified as an Exempted Micro Enterprise (EME). If your company is classified as an EME, please
include in your submission a sworn affidavit confirming your company’s most recent annual turnover is less
than R10 million and percentage of black ownership and black female ownership in the company (Appendix
C) OR B-BBEE certificate issued by a verification agency accredited by SANAS in terms of the EME scorecard
should you feel you will be able to attain a better B-BBEE score. It is only in this context that an EME may
submit a B-BBEE verification certificate. These EME sworn affidavits must be accepted by the . Government
introduced this mechanism specifically to reduce the cost of doing business and regulatory burden for these
entities and the template for the sworn affidavit is available at no cost on the website www.thedti.gov.za or
EME certificates at CIPC from www.cipic.co.za.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 2 of 5 T2.2-18: Transnet Vendor Registration
The B-BBEE Commission said “that only time an EME can be verified by a SANAS accredited verification
professional is when it wishes to maximise its B-BBEE points and move to a higher B-BBEEE recognition level,
and that must be done use the QSE Scorecard”.
2. If your annual turnover is between R10 million and R50 million, then in terms of the DTI codes,
you are classified as a Qualifying Small Enterprise (QSE). A QSE which is at least 51% black owned, is required
to submit a sworn affidavit confirming their annual total revenue of between R10 million and R50 million and
level of black ownership (Appendix D). QSE ‘that does not qualify for 51% of black ownership, are required to
submit a B-BBEE verification certificate issued by a verification agency accredited by SANAS their QSEs are
required to submit a B-BBEE verification certificate issued by a verification agency accredited by SANAS.
Please Note: B-BBEE certificate and detailed scorecard should be obtained from an accredited rating agency
(e.g. SANAS Member).
3. If your annual turnover exceeds R50 million, then in terms of the DTI codes, you are classified as a
Large Enterprise. Large Enterprises are required to submit a B-BBEE level verification certificate issued by a
verification agency accredited by SANAS.
Please Note: B-BBEE certificate and detailed scorecard should be obtained from an accredited rating agency
(e.g. SANAS Member).
4. The supplier to furnish proof to the procurement department as required in the Fourth
Schedule of the Income Tax Act. 58 of 1962 whether a supplier of service is to be classified as an
“employee”, “personal service provider” or “labour broker”. Failure to do so will result in the supplier being
subject to employee’s tax.
5. No payments can be made to a vendor until the vendor has been registered / updated, and no vendor
can be registered / updated until the vendor application form, together with its supporting documentation,
has been received and processed. No payments can be made to a vendor until the vendor has met / comply
with the procurement requirements.
6. It is in line with PPPFA Regulations, only valid B-BBBEE status level certificate issued by an unauthorised
body or person OR a sworn affidavit as prescribed by the B-BBEE Codes of Good Practice, OR any other
requirement prescribed in terms of the Broad- Based Black Economic Empowerment Act.
7. The B-BBEE Commission advises entities and organs of state to reject B-BBEE certificates that have been
issues by verification agencies or professionals who are not accredited by South African National
Accreditation Systems (“SANAS) as such B-BBEE certificates are invalid for lack of authority and mandate to
issue them. A list of SANAS Accredited agencies is available on the SANAS website at www.sanas.co.za.
8. Presenting banking details. Please note: Banks have decided to enable the customers and provide the
ability for customers to generate Account Confirmation/Bank Account letters via their online platform; this is
a digital approach to the authentication of banking details.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 3 of 5 T2.2-18: Transnet Vendor Registration
SUPPLIER DECLARATION FORM
Supplier Declaration Form
Important Notice: all organisations, institutions and individuals who wish to provide goods and/or services to organs of the State must be registered on the National Treasury Central Supplier Database (CSD). This needs to be done via their portal at https://secure.csd.gov.za/ before applying to Transnet.
CSD Number (MAAA xxxxxxx):
Company Trading Name
Company Registered Name
Company Registration No Or ID No If a Sole Proprietor
Company Income Tax Number
Form of Entity
CC Trust Pty Ltd Limited Partnership Sole Proprietor
Non-profit (NPO’s or
NPC)
Personal Liability Co
State Owned Co
National Govt Provincial Govt Local Govt
Educational Institution
Specialised Profession
Financial Institution
Joint Venture Foreign
International Foreign Branch Office
Did your company previously operate under another name? Yes No
If YES state the previous details below:
Trading Name
Registered Name
Company Registration No Or ID No If a Sole Proprietor
Form of Entity
CC Trust Pty Ltd Limited Partnership Sole Proprietor
Non-profit (NPO’s or
NPC)
Personal Liability Co
State Owned Co
National Govt Provincial Govt Local Govt
Educational Institution
Specialised Profession
Financial Institution
Joint Venture Foreign
International Foreign Branch Office
Your Current Company’s VAT Registration Status
VAT Registration Number
If Exempted from VAT registration, state reason and submit proof from SARS in confirming the exemption status
If your business entity is not VAT Registered, please submit a current original sworn affidavit (see example in Appendix I). Your Non VAT Registration must be confirmed annually.
Company Banking Details Bank Name
Universal Branch Code Bank Account Number
Company Physical Address
Code
Company Postal Address
Code
Company Telephone number
Company Fax Number
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 4 of 5 T2.2-18: Transnet Vendor Registration
Company E-Mail Address
Company Website Address
Company Contact Person Name
Designation
Telephone
Is your company a Labour Broker? Yes No
Main Product / Service Supplied e.g. Stationery / Consulting / Labour etc.
How many personnel does the business employ? Full Time Part Time
Please Note: Should your business employ more than 2 full time employees who are not connected persons as defined in the Income Tax Act, please submit a sworn affidavit, as per Appendix II.
Most recent Financial Year’s Annual Turnover <R10Million
EME
>R10Million <R50Million
QSE
>R50Million Large
Enterprise
Does your company have a valid proof of B-BBEE status? Yes No
Please indicate your Broad Based BEE status (Level 1 to 9)
1
2
3
4
5
6
7
8
9
Majority Race of Ownership
% Black Ownership % Black Women
Ownership
% Black Disabled
person(s) Ownership
% Black Youth Ownership
% Black Unemployed
% Black People
Living in Rural Areas
% Black Military Veterans
Please Note: Please provide proof of B-BBEE status as per Appendix C and D:
Large Enterprise and QSEs with less than 51% black ownership need to obtain a B-BBEE certificate and detailed scorecard from an accredited rating agency;
EMEs and QSEs with at least 51% black ownership may provide an affidavit using the templates provided in Appendix C and D respectively;
Black Disabled person(s) ownership will only be accepted if accompanied with a certified letter signed by a physician on the physician’s letterhead confirming the disability;
A certified South African identification document will be required for all Black Youth Ownership.
Supplier Development Information Required EMPOWERING SUPPLIER
An Empowering Supplier is a B-BBEE compliant Entity which complies with at
least three criteria if it is a large Entity, or one criterion if it is a Qualifying
Small Enterprise (“QSE”), as detailed in Statement 400 of the New Codes.
In terms of the requirements of an Empowering Supplier, numerous companies found it challenging to meet the target of 25% transformation of raw materials or beneficiation including local manufacturing, particularly so, if these companies imported goods or products from offshore. The matter was further compounded by the requirement for 25% of Cost of Sales, excluding labour cost and depreciation, to be procured from local producers or suppliers.
YES NO
FIRST TIME SUPPLIER
YES NO
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 5 of 5 T2.2-18: Transnet Vendor Registration
A supplier that we haven’t as yet Traded within Transnet and will be registered via our database for the 1st time.
SUPPLIER DEVELOPMENT PLAN Supplier Development Plan is a plan that when we as Transnet award a supplier a long term contract depending on the complexity of the Transaction. We will negotiate supplier development obligations that they must meet throughout the contract duration. e.g. we might request that they (create jobs or do skills development or encourage procurement from designated groups. (BWO, BYO & BDO etc.).
YES NO
DEVELOPMENT PLAN DOCUMENT Agreed plan that will be crafted with the supplier in regards to their development (It could be for ED OR SD in terms of their developmental needs they may require with the company.
YES NO
*If Yes- Attach supporting documents
ENTERPRISE DEVELOPMENT BENEFICIARY A supplier that is not as yet in our value chain that we are assisting in their developmental area.
YES NO
SUPPLIER DEVELOPMENT BENEFICIARY A supplier that we are already doing business with or transacting with and we are also assisting them assisting them in their developmental area e.g. (They might require training or financial assistance etc.)
YES NO
GRADUATION FROM ED TO SD BENEFICIARY When a supplier that we assisted with as an ED beneficiary then gets awarded a business and we start Transacting with.
YES NO
ENTERPRISE DEVELOPMENT RECIPIENT A supplier that isn’t in our value chain as yet but we have assisted them with
an ED intervention
YES NO
By signing below, I hereby verify that I am duly authorised to sign for and on behalf of firm / organisation and that all information contained herein and attached herewith are true and correct Name and Surname
Designation
Signature
Date
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 1 of 8 T2.2-19: B-BBEE Socio-Economic Obligations
and Plan
T2.2-19: B-BBEE SOCIO-ECONOMIC OBLIGATIONS AND PLAN
As described in more detail in the attached B-BBEE Claim Form and as prescribed in terms of the Preferential
Procurement Policy Framework Act (PPPFA), Act 5 of 2000 and its Regulations. Tenderers are to note that
Transnet will allow a “preference” to companies who provide a valid B-BBEE Verification Certificate.
Tenderers are required to submit a SANAS accredited B-BBEE Certificate or a Sworn Affidavit as prescribed for
QSE’s or EME’s in Returnable Schedule T2.2-18 Transnet Vendor Registration Form.
The Table below indicates the various options available to Large Enterprises, QSEs and
EMEs to verify their B-BBEE status.
Enterprise Certificate
Large Certificate issued by SANAS accredited verification agency
QSE Certificate issued by SANAS accredited verification agency
Sworn Affidavit (only black-owned EMEs - 51% to 100% Black owned)
EME Certificate issued by SANAS accredited verification agency
Sworn Affidavit
5.1 B-BBEE Joint Ventures or Consortiums
Tenderers who would wish to respond to this tender as a Joint Venture [JV] or consortium with B-BBEE
entities, must state their intention to do so in their tender submission. Such Tenderers must also submit
a signed JV or consortium agreement between the parties clearly stating the percentage [%] split of
business and the associated responsibilities of each party. If such a JV or consortium agreement is
unavailable, the partners must submit confirmation in writing of their intention to enter into a JV or
consortium agreement should they be awarded business by Transnet through this tender process. This
written confirmation must clearly indicate the percentage [%] split of business and the responsibilities
of each party. In such cases, award of business will only take place once a signed copy of a JV or
consortium agreement is submitted to Transnet.
Note: Failure to submit a valid and original Consolidated B-BBEE certificate for the JV or a certified copy
thereof at the Closing Date of this tender will result in a score of zero being allocated for B-BBEE.
5.2 Subcontracting
Transnet fully endorses Government’s transformation and empowerment objectives and when
contemplating subcontracting Tenderers are requested to give preference to companies which are Black
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 2 of 8 T2.2-19: B-BBEE Socio-Economic Obligations
and Plan
Owned, Black Women Owned, Black Youth Owned, owned by Black People with Disabilities, EMEs and
QSEs including any companies designated as B-BBEE Facilitators1.
First preference should be given to companies with 100% ownership by designated groups;
Second preference should be given to companies with less than 100% but greater than 51%
ownership by designated groups;
Final preference should be given to companies with less than 51% ownership by designated
groups but are South African owned.
If contemplating subcontracting, please note that a Tenderer will not be awarded points for B-BBEE if
it is indicated in its Tender that such Tenderer intends subcontracting more than 25% [twenty-five
percent] of the value of the contract to an entity/entities that do not qualify for at least the same points
that the Tenderer qualifies for, unless the intended subcontractor is an EME with the capability to
execute the contract.
A person awarded a contract may not subcontract more than 25% [twenty-five percent] of the value
of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than
the person concerned, unless the contract is subcontracted to an EME that has the capability and ability
to execute the subcontract.
5.3 B-BBEE Improvement Plan
Transnet encourages Service Provider(s) to constantly strive to improve their B-BBEE rating. Whereas
Tenderers will be allocated points in terms of a preference point system based on its B-BBEE scorecard
to be assessed as detailed in paragraph 5.1 above, in addition to such scoring, Transnet also requests
that Tenderers submit a B-BBEE improvement plan.
Bidders with less than 51% black ownership are requested to commit to transform their business to be
at least 51% (fifty one percent) black owned within 1 (one) year. Failure for bidders to comply with this
may result in penalties until such time as they improve their black ownership to 51%.
Tenderers are to insert their current status (%) and future targets (%) for the B-BBEE Improvement
Plan [i.e. not the % change but the end-state quantum expressed as a percentage] in the table below.
This will indicate how you intend to sustain or improve your B-BBEE rating over the contract period. On
agreement, this will represent a binding commitment to the successful Tenderer.
Transnet reserves the right to request supporting evidence to substantiate the commitments made in
the B-BBEE Improvement Plan.
1 The Minister of the Department of Trade and Industry has the power to designate certain Organs of State or Public
Entities as B-BBEE Facilitators. For example, the South African National Military Veterans’ Association (SANMVA) has been designated as a B-BBEE Facilitator. As such they will be treated as having rights of ownership held 100% by Black People, 40% by Black Women and 20% by Black designated groups.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 3 of 8 T2.2-19: B-BBEE Socio-Economic Obligations
and Plan
OWNERSHIP INDICATOR Required Responses Current
Status (%) Future
Target (%)
1. The percentage of the business owned by Black2 persons.
Provide a commitment based on the extent to which ownership in the hands of Black persons as a percentage of total ownership of the organisation would be sustained or increased over the contract period.
2. The percentage of your business owned by Black women.
Provide a commitment based on the extent to which ownership in the hands of Black women as a percentage of total ownership of the organisation would be sustained or increased over the contract period.
3. The percentage of the business owned by Black youth3
Provide a commitment based on the extent to which ownership in the hands of Black youth as a percentage of total ownership of the organisation would be sustained or increased over the contract period.
4. The percentage of the business owned by Black persons living with disabilities
Provide a commitment based on the extent to which ownership in the hands of Black disabled persons as a percentage of total ownership of the organisation would be sustained or increased over the contract period.
5. New Entrants4 (Early stage business)
Provide a commitment based on the extent to which new entrants will be supported over the contract period.
2 “Black” means South African Blacks , Coloureds and Indians , as defined in the B-BBEE Act, 53 of 2003
3 “Black youth” means Black persons from the age of 16 to 35 4 “New Entrants” means an early stage business which is similar to a start-up. However, an early stage business is typically 3
years old or less.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
May 2018 Part T2: Returnable Schedules T2.2-19: BBBEE and Socio-Economic
Obligations and Plan Page 4 of 8
MANAGEMENT CONTROL INDICATOR
Required Responses Current Status (%)
Future Targets (%)
6. The percentage of Black Board members in relation to the total number of Board members
Provide a commitment based on the extent to which the number of Black Board members, as a percentage of the total Board, would be sustained or increased over the contract period.
7. The percentage of Black female Board members in relation to the total number of Board members
Provide a commitment based on the extent to which the number of Black female Board members, as a percentage of the total Board, would be sustained or increased over the contract period.
8. Black Executives directors as a percentage of all executive
directors
Provide a commitment based on the extent to which the number of Black executive Directors as a percentage of all Executive Directors would be sustained or increased over the contract period.
9. Black female Executives directors as a percentage of all executive directors
Provide a commitment based on the extent to which the number of Black female executive Directors as a percentage of all Executive Directors would be sustained or increased over the contract period.
Other Executive Management Required Response Current
Status (%)
Future
Targets (%)
10. Black Executive Management as a percentage of all executive directors
Provide a commitment based on the extent to which the number of Black executive Managers as a percentage of all Executive Directors would be sustained or increased over the contract period.
11. Black Female Executive Management as a percentage of all executive directors
Provide a commitment based on the extent to which the number of Black female executive Managers as a percentage of all Executive Directors would be sustained or increased over the contract period.
Senior Management Required Response Current
Status (%) Future
Targets (%)
12. Black employees in Senior Management as a percentage of all senior management
Provide the percentage of Blacks that would be appointed or retained by the Board and would be operationally involved in the day to day senior management of the business, with individual responsibility for overall and/or financial management of the business and actively involved in the development and implementation of overall strategy, over the contract period.
13. Black female employees in Senior Management as a percentage of all senior management
Provide the percentage of Black females that would be appointed or retained by the Board and would be operationally involved in the day to day senior management of the business, with
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
May 2018 Part T2: Returnable Schedules T2.2-19: BBBEE and Socio-Economic
Obligations and Plan Page 5 of 8
individual responsibility for overall and/or financial management of the business and actively involved in the development and implementation of overall strategy, over the contract period.
Middle Management Required Response Current
Status (%) Future
Targets (%)
14. Black employees in Middle Management as a percentage of all middle management
Provide the percentage of Blacks that would be retained or appointed by the organisation in the middle management cadre and would be operationally involved in the day to day management of the business, with individual responsibility for a particular area within the business and actively involved in the day to day management of the organisation, over the contract period.
15. Black female employees in Middle Management as a percentage of all middle management
Provide the percentage of Blacks females that would be retained or appointed by the organisation in the middle management cadre and would be operationally involved in the day to day management of the business, with individual responsibility for a particular area within the business and actively involved in the day to day management of the organisation, over the contract period.
Junior Management Required Response Current
Status (%) Future
Targets (%)
16. Black employees in Junior management as a percentage of all junior management
Provide a commitment based on the extent to which the number of Black Junior Managers as a percentage of the total junior Managers, would be sustained or increased over the contract period.
17. Black female employees in Junior management as a percentage of all junior management
Provide a commitment based on the extent to which the number of Black female Junior Managers as a percentage of the total junior Managers, would be sustained or increased over the contract period.
Employees with disabilities Required Response Current
Status (%) Future
Targets (%)
18. Black employees with
disabilities as a percentage of all employees
Provide a commitment based on the extent to which the percentage of Black disabled employees, in relation to the total of all employees in the organisation, would be sustained or increased over the contract period.
PREFERENTIAL PROCUREMENT INDICATOR
Required Responses Current
Status (%) Future
Targets (%)
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
May 2018 Part T2: Returnable Schedules T2.2-19: BBBEE and Socio-Economic
Obligations and Plan Page 6 of 8
19. B-BBEE procurement spend from all Empowering Suppliers5 based on the B-BBEE procurement recognition level as a percentage of total measured procurement spend
Provide a commitment based on the extent to which B-BBEE spend from all Empowering Suppliers would be sustained or increased over the contract period.
20. B-BBEE procurement spend from all Empowering Suppliers QSEs based on the applicable B-BBEE Procurement Recognition Levels as a percentage of Total Measured Procurement
Spend
Provide a commitment based on the extent to which B-BBEE spend from Empowering Supplier QSEs would be sustained or increased over the contract period
21. B-BBEE procurement spend from Exempted Micro- Enterprise based on the applicable B-BBEE procurement recognition Levels as a percentage of Total Measured Procurement Spend
Provide a commitment based on the extent to which B-BBEE spend from EMEs would be sustained or increased over the contract period
22. B-BBEE procurement spend from Empowering Suppliers that are at least 51% black owned based on the applicable B-BBEE Procurement Recognition Levels as a percentage of
Total Measured Procurement Spend
Provide a commitment based on the extent to which spend from Empowering Suppliers who are more than 51% Black-owned would be maintained or increased over the contract period.
23. B-BBEE procurement spend from Empowering Suppliers that are at least 30% black women owned based on the applicable B-BBEE Procurement Recognition Levels as a percentage of Total Measured Procurement Spend
Provide a commitment based on the extent to which spend from Empowering Suppliers who are more than 30% Black women-owned would be maintained or increased over the contract period.
24. B-BBEE Procurement Spent from Designated Group6
Provide a commitment based on the extent to which spend from suppliers from
5 “Empowering Suppliers” means a B-BBEE compliant entity, which should meet at least three of the following criteria if it is a
Large Enterprise or one if it is a QSE: (a) At least 25% of cost of sales excluding labour cost and depreciation must be procured from local producers or local supplier in SA, for service industry labour cost are included but capped to 15%. (b) Job creation - 50% of jobs created are for Black people provided that the number of Black employees since the immediate prior verified B-BBEE Measurement is maintained. (c) At least 25% transformation of raw material/beneficiation which include local manufacturing, production and/or assembly,
and/or packaging. (d) Skills transfer - at least spend 12 days per annum of productivity deployed in assisting Black EMEs and QSEs beneficiaries to increase their operation or financial capacity.
6 “Designated Groups” means:
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
May 2018 Part T2: Returnable Schedules T2.2-19: BBBEE and Socio-Economic
Obligations and Plan Page 7 of 8
Suppliers that are at least 51% Black owned
Designated Group Suppliers that are at least 51% Black owned would be maintained or increased over the contract period.
SUPPLIER DEVELOPMENT INDICATOR
Required Response Current
Status (%) Future
Target (%)
25. Annual value of all Supplier Development7 Contributions made by the Measured entity as a percentage of the target
Provide a commitment based on the percentage in your organisation’s annual spend on Supplier Development initiatives, will be maintained or improved over the contract period.
ENTERPRISE DEVELOPMENT INDICATOR
Required Response Current Status (%)
Future Target (%)
26. The organisation’s annual
spend on Enterprise Development8 as a percentage of Net Profit after Tax [NPAT]
Provide a commitment based on the retention or increase in your organisation’s annual spend on Enterprise Development initiatives, as a percentage of its Net Profit after Tax, over the contract period.
5.4 Supplier Development Initiatives
Historically in South Africa there has been a lack of investment in infrastructure, skills and capability
development and inequality in the income distribution and wealth of a significant portion of the
population. There have been a number of Government initiatives developed to address these
challenges. In particular, the New Growth Path [NGP] and New Development Plan [NDP] aligns and
builds on previous policies to ensure the achievement of Government’s development objectives for
South Africa.
Transnet fully endorses and supports Government’s economic policies through its facilitation of Supplier
Development [SD] initiatives. As this (the first phase) RFP is to frame an approved list, there will be a
second phase where Transnet will issue individual RFP’s to the market for specific work packages. SD
a) unemployed black people not attending and required by law to attend an educational institution and not awaiting admission
to an educational institution; b) black people who are youth as defined in the National Youth Commission Act of 1996; c) black people who are persons with disabilities as defined in the Codes of Good Practice on employment of people with
disabilities issued under the Employment Equity Act; d) black people living in rural and under developed areas; and e) black military veterans who qualifies to be called a military veteran in terms of the Military Veterans Act 18 of 2011. 7 “Supplier Development” means monetary or non-monetary contributions carried out for the benefit of value-adding suppliers
to the Measured Entity, with the objective of contributing to the development, sustainability and financial and operational independence of those beneficiaries: (a) Supplier Development Contributions to suppliers that are Exempted Micro-Enterprises or Qualifying Small Enterprises which
are at least 51% black owned or at least 51% black women owned. Supplier Development within the contest of the B-BBEE scorecard must be differentiated from Transnet’s Supplier Development Initiatives. Whereas the former relates to the definition above, the latter relates to improving the socio-economic environment through initiatives that are committed to as part of a contract award that contribute to the development of a competitive supplier base in relation to a particular industry.
8 “Enterprise Development” means monetary and non-monetary contributions carried out for the following beneficiaries, with the objective of contributing to the development, sustainability and financial and operational independence of those beneficiaries: (a) Enterprise Development Contributions to Exempted Micro-Enterprises or Qualifying Small Enterprises which are at least 51% Black owned or at least 51% Black women owned;
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF
RICHARDS BAY
May 2018 Part T2: Returnable Schedules T2.2-19: BBBEE and Socio-Economic
Obligations and Plan Page 8 of 8
responses will be evaluated as part of the second phase and as such, no SD evaluation will take place
in this first phase. The aim of the revised approach to Supplier Development is intended to ensure
that TCP maximises the value and impact of Supplier Development initiatives executed on its
projects. Bidders are however required to be aware that they will be required to adhere to Supplier
Development obligations stipulated by TCP, as and when bids are solicited from the approved list.
These obligations may include, but are not limited to, Transnet prescribing the required Joint Venture
or Subcontracting portions and value to be added in terms of the contractor and subcontractor
agreements (this may include a number of skills development and job creation requirements [please
refer to Section 9, paragraph 1.2a for a full list of potential SD requirements]). The intention of this is
to ensure that subcontractors add value, improve their skills and increase their experience in order to
be able to tender as a standalone party in future engagements.
Transnet reserves the right to use Supplier Development as an objective criterion to justify the award
of business to a bidder other than the highest scoring bidder. All Tenderers are therefore advised that
Transnet may decide at its sole discretion to use SD as an objective criteria on the following basis:
The extent by which bidders are prepared to exceed the minimum SD prequalification
threshold to be stated in each of the subsequent award of work RFP’s.
In order to maximise compliance to SD requirements, the suppliers will be required to submit auditable
SD reports against the signed requirements on a project by project basis. Transnet reserves the right
to complete audits of these reports as well as the suppliers business to ensure that SD commitments
are delivered as agreed.
_______________________
Tenderer Name
________________________ ____________________________
Tenderer’s Signature Date
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 1 of 2 T2.2-20: Certificate of Acquaintance with Tender Documents
T2.2-20: Certificate of Acquaintance with Tender Documents
NAME OF TENDERING ENTITY:
__________________________________________________________________________________
1. By signing this certificate I/we acknowledge that I/we have made myself/ourselves thoroughly
familiar with, and agree with all the conditions governing this RFP. This includes those terms
and conditions of the Contract, the Supplier Integrity Pact, Non-Disclosure Agreement etc.
contained in any printed form stated to form part of the documents thereof, but not limited to
those listed in this clause.
2. I/we furthermore agree that Transnet SOC Ltd shall recognise no claim from me/us for relief
based on an allegation that I/we overlooked any TENDER/contract condition or failed to take it
into account for the purpose of calculating my/our offered prices or otherwise.
3. I/we understand that the accompanying Tender will be disqualified if this Certificate is found
not to be true and complete in every respect.
4. For the purposes of this Certificate and the accompanying Tender, I/we understand that the
word “competitor” shall include any individual or organisation, other than the Tenderer,
whether or not affiliated with the Tenderer, who:
a) has been requested to submit a Tender in response to this Tender invitation;
b) could potentially submit a Tender in response to this Tender invitation, based on their
qualifications, abilities or experience; and
c) provides the same Services as the Tenderer and/or is in the same line of business as
the Tenderer
5. The Tenderer has arrived at the accompanying Tender independently from, and without
consultation, communication, agreement or arrangement with any competitor. However
communication between partners in a joint venture or consortium will not be construed as
collusive Tendering.
6. In particular, without limiting the generality of paragraph 5 above, there has been no
consultation, communication, agreement or arrangement with any competitor regarding:
a) prices;
b) geographical area where Services will be rendered [market allocation]
c) methods, factors or formulas used to calculate prices;
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 2 of 2 T2.2-20: Certificate of Acquaintance with Tender Documents
d) the intention or decision to submit or not to submit, a Tender;
e) the submission of a Tender which does not meet the specifications and conditions of
the TENDER; or
f) Tendering with the intention not winning the Tender.
7. 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 Services to which this TENDER relates.
8. The terms of the accompanying Tender have not been, and will not be, disclosed by the
Tenderer, directly or indirectly, to any competitor, prior to the date and time of the official
Tender opening or of the awarding of the contract.
9. I/We am/are aware that, in addition and without prejudice to any other remedy provided to
combat any restrictive practices related to Tenders and contracts, Tenders that are suspicious
will be reported to the Competition Commission for investigation and possible imposition of
administrative penalties in terms of section 59 of the Competition Act No 89 of 1998 and/or
may be reported to the National Prosecuting Authority [NPA] for criminal investigation. In
addition, Tenderers that submit suspicious Tenders may be restricted from conducting business
with the public sector for a period not exceeding 10 [ten] years in terms of the Prevention and
Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation.
Signed on this _____ day of ___________________20___
_____________________________
SIGNATURE OF TENDERER
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 1 of 1 T2.2-21: Risk Elements
T2.2-21: Risk Elements
Tenderers to review the potential risk elements associated with the Project. The risk elements are
to be listed separately in this Schedule. If No Risks are identified “No Risks” must be stated on
this schedule.
Notwithstanding this information, all costs related to risk elements which are at the Contractor’s
risk are deemed to be included in the tenderer’s offered total of the Prices.
Signed
Date
Name Position
Tenderer
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 1 of 3 T2.2-22: Supplier Development
Commitment
T2.2-22: Supplier Development Commitment
Tenderers are required to commit a minimum of 15% of the cumulative contract value on Supplier
Development Initiatives. This commitment must be discharged against the following Supplier
Development categories as outlined in the T2.2-24: Supplier Development Plan [Annexure B]:
Focus area: Description Percentage
Job creation All Jobs created must be from black people within the project area.
Skills
Development
Future skills transfer within the industry, with an emphasis on the
accumulation of the knowledge and experience, which will occur as
a result of the transaction.
Regional
Spend and
Local
Economic
Development
Social up-liftmen program targeted at health, safety and/or education
around where the project is taking place.
I/We do hereby agree to the following should I/we fail to meet the required commitments in relation
to SD:
Non-Compliance Penalties:
a) If the Supplier fails, at any agreed milestone, to achieve its commitments under and
in accordance with the Supplier Development Implementation Plan (“a Non-
Compliance”), the Supplier shall pay a Non-Compliance penalty (“Non-compliance
Penalty”) to Transnet in respect of such Non-compliance as set out in paragraph (e)
below. The penalties shall be imposed per milestone measurement or for non-delivery
of committed values.
b) Tenderers are to note that Transnet will determine the size of the entity (i.e. EME,
QSE and Large) and the applicable Non-compliance Penalties annually based on the
Supplier’s turnover in the year the penalty applies.
c) Failure to adhere to the milestones and targets defined in an Implementation Plan
shall result in the invocation of financial penalties. To the extent that the Actual
Supplier Development Spend is lower than the Required Supplier Development
Spend (or the Adjusted Required Supplier Development Spend, as the case may be),
the Supplier shall be liable for Penalties calculated which is the difference in value
between the Actual Supplier Development Spend and the Required Supplier
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 2 of 3 T2.2-22: Supplier Development
Commitment
Development Spend (or the Adjusted Required Supplier Development Spend, as the
case may be) plus an additional percentage as indicated in the Table under paragraph
e) below. Such Non-compliance Penalties shall be calculated and levied at the relevant
milestones as stipulated in the Supplier Development Implementation Plan in
accordance with the table below.
d) Breach of SD obligations also provide Transnet cause to terminate the contract in
certain cases where material milestones are not being achieved.
e) Table: SD Non Compliance Penalties
In relation to Supplier Development Implementation Plan, Non Compliance Penalties shall apply as
follows:
Company Size SD Penalty
Large Measured Entities
(LME)
The difference in value between the committed and
delivered SD value plus an additional 10% (ten per
cent) of such difference
Qualifying Small Enterprise
(QSE)
The difference in value between the committed and
delivered SD value plus an additional 5% (five per
cent) of such difference
Exempted Micro Enterprises
(EME)
The difference in value between the committed and
delivered SD value plus an additional 3% (three per
cent) of such difference
For the purposes of this paragraph –
Actual Supplier Development Spend means the monetary value of SD initiatives
actually delivered by the Supplier during the period under review;
Required Supplier Development Spend means the monetary value of SD obligations
that the Supplier has agreed to deliver during the period under review;
Adjusted Required Supplier Development Spend means any adjustment to the
Required SD spend as agreed to between the parties, reduced to writing and signed
by the parties.
Non-compliance Penalty Certificate:
f) If any Non-compliance Penalty arises, the Supplier Development Manager shall issue
a Non-compliance Penalty Certificate on the last day of each month during such Non-
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 Rev01 Part T2: Returnable Schedules Page 3 of 3 T2.2-22: Supplier Development
Commitment
compliance indicating the Non-compliance Penalties which have accrued during that
period.
g) A Non-compliance Penalty Certificate shall be prima facie proof of the matters to which
it relates. If the Supplier disputes any of the amounts set out in a Non-compliance
Penalty Certificate:
the dispute shall be resolved in accordance with the provisions of the Agreement;
and
if pursuant to that referral, it is determined that the Supplier owes any amount to
Transnet pursuant to the Non-compliance Penalty Certificate, then the Supplier shall
pay such amount to Transnet within 10 (ten) Business Days of the determination
made pursuant to such determination and an accompanying valid Tax Invoice.
Payment of Non-compliance Penalties:
h) Subject to Clause (g) above, the Supplier shall pay the Non-compliance Penalty
indicated in the Non-compliance Penalty Certificate within 10 (ten) Business Days of
Transnet issuing a valid Tax Invoice to the Supplier for the amount set out in that
certificate. If Transnet does not issue a valid Tax Invoice to the Supplier for Non-
compliance Penalties accrued during any relevant period, those Non-compliance
Penalties shall be carried forward to the next period.
i) The Supplier shall pay the amount due within 10 (ten) days after receipt of a valid Tax
Invoice from Transnet, failing which Transnet shall, without prejudice to any other
rights of Transnet under this Agreement, be entitled to call for payment which may be
in any form Transnet deems reasonable and/or appropriate.
j) Should the Supplier fail to pay any Non Compliance Penalties within the time indicated
above (as applicable), Transnet shall be entitled to deduct (set off) the amount not
paid by the Supplier from the account of the Supplier in the ensuing month.
SIGNED at ___________________________ on this _____ day of _______________20___
___________________________
SIGNATURE OF TENDERER
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _____________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 1 of 23 T2.2-23: Transnet Supplier Development
T2.2-23: Returnable Schedule - Transnet Supplier Development
1.0 Aim and Objectives:
Historically in South Africa there has been a lack of investment in infrastructure, skills, capability and
inequality in the income distribution and wealth of a significant portion of the population. There have
been a number of Government initiatives developed to address these challenges. In particular, the New
Growth Path (NGP) developed in 2010 aligns and builds on previous policies to ensure the achievement
of Government’s development objectives for South Africa. The key focuses of the NGP include:
Increasing employment intensity of the economy;
Increasing the responsiveness of infrastructure and addressing competitiveness;
Balancing spatial development of rural areas and poorer provinces;
Reducing the carbon intensity of the economy;
Creating opportunities in changing regional and global environments, and
Enabling transformation that benefits a wider range of social actors in society e.g. workers,
rural communities, women etc.
Transnet, as a State Owned Company (SOC) plays an important role to ensure these objectives are
met. Therefore, the purchasing of goods and services needs to be aligned to government objectives of
developing and transforming the local supply base. Transnet’s mission is to transform its supplier base
by engaging in targeted supplier development (SD) initiatives to support localisation and
industrialisation whilst providing meaningful opportunities for black South Africans with a particular
emphasis on:
Youth;
Black women;
Small businesses;
People with disabilities.
2.0 Tenderer Requirements:
Failure to submit and comply with the eligibility criteria relating to F2.1 of tender data will result in a
tender being disqualified or being deemed non responsive.
3.0 Supplier Development:
To aid its implementation of SD, Transnet has adapted an existing framework from the Department of
Public Enterprises (DPE). This framework allows for a basic set of principles to be applied to
appropriately target SD initiatives. Supplier development initiatives aim to build local suppliers that are
competitive through building capability and capacity. Hence the framework has been termed the
Increased Competitiveness, Capability and Capacity (IC3) Supplier Development Classification Matrix.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _____________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 2 of 23 T2.2-23: Transnet Supplier Development
For a detailed understanding of the IC3 Matrix, the respective SD initiatives and their objectives please
refer to Transnet’s SD Guideline Document for completion of the SD Plan in Annexure A. Currently there
are four quadrants of SD initiatives which Transnet considers according to the IC3 Matrix. This tender
has been identified as a Focused which involves lower industrial leverage and high value.
Transnet fully endorses and supports Government’s New Growth Path Policy which aims to create five
million jobs by the year 2020. Accordingly, the contractor shall submit Supplier Development Plan
demonstrating their commitment and support to the New Growth Path Policy and how an appointment
in terms of this agreement would assist the policy in achieving its objectives.
The table below sets out the categories that the comprehensive Supplier Development Plan should
contain.
The following Supplier Development (SD) focus areas have been identified which forms part of the
evaluation criteria, namely:
Category Description
Skills development Future skills transfer within the industry, with an
emphasis on the accumulation of the knowledge and
experience, which will occur as a result of the
transaction.
Job creation The increase in the number of jobs, by the Contractor,
as a result of the award of business from Transnet.
Rural Integration and Local
Economic Development
The Monetary Value of CSI to be spent on the rural
community development projects.
Regional Spend The encouragement of growth and expansion of
emerging microenterprises, qualifying small
enterprises and start-ups through procurement and
support mechanisms provided by the potential
Contractor.
In response to this tender all tenderers are required to submit an appropriate SD Plan. Annexure A
provides a SD Guideline Document for completion of the SD Plan.
This is to be developed in the format provided in Annexure B which will represent a binding
commitment on the part of the successful tenderers. The SD Plan should outline the type of activities
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _____________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 3 of 23 T2.2-23: Transnet Supplier Development
the tenderer intends embarking upon should they be awarded the contract. This plan should provide an
overview of what they intend to achieve and the mechanisms through which they will achieve their
objectives.
Annexure B further indicates the detailed areas which need to be completed for each of the evaluation
criteria listed above. The tenderer is required to address each aspect detailed in this document and
indicated in Annexure B as a minimum in their submission. This list is not exhaustive and the tenderer
must not be limited to these areas when completing each section. The tenderer must provide
supported calculations on how the Estimated Rand Values (ZAR) are derived.
SD Plan Document: Your SD Plan constitutes an offer to perform all SD commitments at the price
indicated in Annexure B and will represent a binding commitment at Contract Date (Refer to as per the
additional conditions of the contract ( Z1.1 –Z1.8) found in the contract data (C1.2))
Attached herewith the following documentation:
SD Plan Guideline Document – Annexure A
This document must be used as a guideline to complete the SD Plan Document.
SD Plan Template – Annexure B
Note:
Should a JV be envisaged, the principal respondent is required to submit the required response
as indicated above.
Signed Date
Name Designation
Tenderer
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _______________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 4 of 23 T2.2-23: Transnet Supplier Development
Annexure A
GUIDELINES FOR COMPLETION OF A SUPPLIER DEVELOPMENT PLAN
TABLE OF CONTENTS
1 WHAT IS SUPPLIER DEVELOPMENT?...................................................................................... 5
2 BACKGROUND AND GUIDANCE ON THE SUPPLIER DEVELOPMENT OBJECTIVES FOR SOUTH
AFRICA ................................................................................................................................. 5
3 TRANSNET’S SUPPLIER DEVELOPMENT OBJECTIVES ............................................................. 6
4 RESPONSE BASED ON THE IC3 MATRIX QUADRANTS ............................................................. 7
5 SUPPLIER DEVELOPMENT CATEGORY DEFINITIONS AND HIGH LEVEL DESCRIPTIONS .......... 10
6 MARKET INTELLIGENCE ASSISTANCE .................................................................................. 15
7 GOVERNMENT POLICY DOCUMENTS .................................................................................... 16
8 OTHER REFERENCE WEBSITES ............................................................................................ 16
GLOSSARY OF WORDS ............................................................................................................... 17
Note
For the purposes of this document, any reference to a/the “Service Provider” shall be construed
to mean a reference to a Respondent (in terms of this RFT) and/or to a successful Respondent (to
whom the business is to be awarded), as so indicated by the context hereinafter.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _______________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 5 of 23 T2.2-23: Transnet Supplier Development
WHAT IS SUPPLIER DEVELOPMENT?
The Supplier Development (SD) Programme is an initiative of the Department of Public Enterprises (DPE)
supported by Transnet. The aim of SD is to increase the competitiveness, capacity and capability of the
South African supply base where there are comparative advantages and potential competitive advantages
of local or regional supply. This can be achieved through skills transfer, increasing the local content of
items procured, as well as building new capability in the local supplier base. In addition, SD has its roots
grounded firmly around the transformation of South Africa and the empowerment of previously
disadvantaged individuals and enterprises.
BACKGROUND AND GUIDANCE ON THE SUPPLIER DEVELOPMENT OBJECTIVES FOR SOUTH
AFRICA
As a developing economy with inherent structural and social imbalances, South Africa is facing the
significant economic challenge of increasing growth in a manner that includes all South Africans. The
historical lack of investment in infrastructure in South Africa has had significant negative impacts on local
industry, resulting in a loss of key skills and a decrease in manufacturing industry capabilities. To respond
to this, Government policies have been designed to address these imbalances and to act as a catalyst of
change for the benefit of South Africa.
One of these Government policies, the New Growth Path (NGP) aims to enhance growth, employment
creation and equity by reducing the dependencies of South African industries on imports, and promoting
the development of skills and capabilities that are in short supply within the country. It identifies strategies
that will enable South Africa to grow in a more equitable and inclusive manner and promotes the
development of new industry to attain South Africa’s developmental agenda.
Transnet’s SD is closely aligned to the NGP objectives and as a result is able to fulfil its commitment to
sustainability within South Africa whilst at the same time addressing other corporate objectives, including
increasing productivity and efficiency, volume growth, capital investment, financial stability, funding,
human capital, SHEQ regulatory compliance and improving customer service.
The combined objectives of Transnet and Government can be realised through:
Aggressively implementing capital investment plans which will result in competitive local
industries;
Improving operational efficiency;
Using procurement to influence the development of the local supplier industry; and
Ensuring it creates sufficient opportunities for the participation of previously disadvantaged
groups in the economy.
This will lead to Transnet achieving its long-term objective of increasing both shareholder and societal
value using its procurement expenditure to ensure local development through sustainable localisation of
its supply chain, and the inclusion of the previously disadvantaged individuals in the economy in a manner
that is beneficial to Transnet, South African industry, and the population of South Africa. As a result this
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _______________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 6 of 23 T2.2-23: Transnet Supplier Development
State Owned Company (SOC) is able to fulfil its responsibility as the biggest player in the South African
freight logistics chain whilst complementing the objectives of Government.
TRANSNET’S SUPPLIER DEVELOPMENT OBJECTIVES
To aid its implementation of SD, Transnet has adapted an existing framework from the DPE. This
framework allows for a basic set of principles to be applied to appropriately target SD initiatives. Supplier
Development initiatives aim to assist local suppliers in developing their competitive advantage through
increasing their capability and capacity potential. Hence the framework has been termed the Increased
Competitiveness, Capability and Capacity (IC3) Supplier Development Classification Matrix.
This contract encapsulates the types of SD opportunities which Transnet currently considers effective and
allows Transnet to move its SD structure away from a dynamic policy environment towards a contract
that is designed around general Supplier Development objectives. This enables Transnet to adopt a
standard structure but also allows the flexibility to reconsider emphasis on certain aspects as objectives
change. The IC3 Matrix (refer to Figure 1 below) categorises SD opportunities in a matrix based on their
value, extent of industrial leverage and strategic importance to Transnet. Further categorisation of
opportunities into the relevant quadrants is based on supplier-buyer power, industrial complexity, risk
and the length of procurement period.
Figure 1: The IC3 Supplier Development Classification Matrix
In order for Service Providers to successfully meet the needs of a particular initiative, a detailed
understanding of each quadrant is required.
Value Leverage refers to transactions where the financial scale of the transaction allows the buyer the opportunity to negotiate supplier developmentIndustrial Leverage refers to transactions whereby the nature of the procurement is such that the scale and the industrial complexity of the item being purchased allows for local supply chain development around a particular industryStrategic Importance to Transnet refers to the extent to which the product to be procured has a impact on Transnet’s core business
Value leverage
Hig
hLo
w
HighLow
Focused
Small
Enterprise
Development
Programmatic
Strategic
Ind
ustr
ial le
ve
rag
e
Stra
teg
ic Im
po
rtan
ce
to T
ran
sn
et
Industrialisation
Localisation and Supplier Development
SkillsDevelopment
To ease implementation of SD within Transnet, a framework to encompass all types of SD opportunities was developed by the DPE
The IC3 supplier development classification matrix assists in categorising opportunities according to their industrial leverage, value leverage and strategic importance to Transnet
Once opportunities are identified it will be possible to identify the policy/procedural tools that should be implemented to maximise the full supplier development potential from the opportunities
IC3 Supplier Development Classification Matrix Not currently a focus area
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _______________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 7 of 23 T2.2-23: Transnet Supplier Development
Programmatic
Programmatic initiatives follow a longer than normal planning horizon and generally exceed
the funding capacity of Transnet’s balance sheet. They are identified either in the Industrial
Policy Action Plan II (IPAP II) or through the SOC as a strategic fleet. Collaboration between
the SOC and Government is achieved through focused task teams whereby infrastructure
development and industrialisation is achieved through joint support and in some cases public
spending. Investment is focused in plant, technology and skills in both intermediate and
advanced capabilities to develop competitive advantage.
Strategic
Strategic initiatives follow a three to five year planning horizon, involving investment in at
least plant, technology and/or skills in intermediate capabilities. This enforces the need for
multinational corporations and Original Equipment Manufacturers (OEMs) to develop a
certain percentage of their products locally. Strategic initiatives can therefore be used to
achieve localisation objectives by increasing the competitiveness, capability and efficiency
of local suppliers. Strategic initiatives can sometimes focus on advanced capabilities but will
in most cases require Government support to develop local capability.
Focused
Focused initiatives include all high value transactions with limited industrial leverage and
medium to low strategic importance. These initiatives address short to medium-term
contracts that can be leveraged to encourage Supplier Development, with a focus on
investment in technology or skills to enhance existing local capability. Emphasis will largely
be placed on benefiting previously disadvantaged individuals. The overall result improves
the socio-economic environment by creating competitive local suppliers and furthers
objectives of empowerment, transformation and regional development.
Small Enterprise Development
Small Enterprise Development initiatives are typically of low value and have no industrial
leverage as they are characterised by typically low complexity goods and high competition.
These initiatives concentrate on increasing the capability of small local suppliers and are
targeted toward historically disadvantaged individuals and communities, providing basic
skills development and improving local employment and quality job creation. It includes a
wide range of non-financial services that help entrepreneurs start new business and grow
existing ones.
RESPONSE BASED ON THE IC3 MATRIX QUADRANTS
Based on the supplier-buyer power, industrial complexity, risk and the length of procurement period, the
Service Provider is expected to formulate a SD Plan to identify the opportunities that it will pursue. Ideally
the SD Plan should address factors that are specific to the applicable quadrant of the IC3 matrix.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _______________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 8 of 23 T2.2-23: Transnet Supplier Development
Transnet has identified a number of opportunities which may aid a Service Provider in formulating its
response based on each quadrant. Each of the opportunities identified by the Service Provider should
have a direct or indirect effect on the value it creates for the country in order to maximise the socio-
economic impact.
Figure 2: Transnet value capture through supplier influence
Programmatic
The strategic objective of “Programmatic transactions” is to assist Government to achieve
its industrialisation objectives through the development of the local supplier base, in order
to increase the cost efficiency of SOE procurement, support and maintenance programmes.
In order to satisfy this objective a number of focus areas and key outcomes have been
identified:
Programmatic Focus Areas -
Technology transfer;
Skills development related to the manufacturing process and the industry
Development of new technology and innovation;
Investment in plant;
Development of local companies aligned to empowerment objectives.
Small Enterprise
Development
Focused
Strategic
Programmatic
Strategic Focused Small ED
*Points allocated in further recognition of certain components of BBBEE in line with Transnet and government objectives
Programmatic
• Localisation
• Technology transfer/ sustainability
• Skills development
• Job creation / preservation
• Small business promotion
• Further recognition*
• Rural development and regional
integration
• Industrialisation
• Technology transfer/ sustainability
• Skills development
• Job creation/ preservation
• Small business promotion
• Further recognition*
• Rural development and regional
integration
• localisation
• . Job creation/ preservation
• Skills development
• Further recognition*
• Rural development and regional
integration
• Small business promotion
• Further recognition*
• Job preservation
Decreasing
emphasis on
evaluation
criteria
categories
Sphere of
influence
**
** Indicative and varies on business and Macro Economic need
**
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _______________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 9 of 23 T2.2-23: Transnet Supplier Development
Key Outcomes -
Industrialisation/localisation;
Technology transfer;
Skills development.
Strategic
The main objective of Strategic transactions is to leverage local downstream suppliers
through large-scale SOE procurement in order to develop a competitive local supplier base.
In response to these objectives the following are the specific focus areas and key outcomes
applicable:
Strategic Focus Areas -
Transfer of technology and innovation to local suppliers from foreign OEM’s;
Skills development related to the industry;
Development of local companies aligned to empowerment objectives.
Key Outcomes -
Localisation;
Increased technology transfer;
Skills development;
Job creation.
Focused
Focused initiatives assist local suppliers to improve their performance, enhance their existing
production and skills capabilities with emphasis being placed on benefiting previously
disadvantaged individuals and rural development. In order to satisfy these objectives a
number of focus areas and key outcomes have been identified:
Focused Focus Areas -
Developing a local supplier base that supports preferential procurement
outcomes;
Developing skills within the specific industry;
Creating opportunity for jobs;
Reducing income inequality in specific regions.
Key Outcomes -
Empowerment;
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _______________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 10 of 23 T2.2-23: Transnet Supplier Development
Skills development;
Rural development;
Job creation.
Small Business Development
Enterprise Development (ED) objectives are centred around assisting local suppliers to
improve their skills by placing increased emphasis on benefiting previously disadvantaged
individuals and rural development in line with the Broad-Based Black Economic
Empowerment (B-BBEE) strategy. The following focus areas and key outcomes have been
identified:
Small Business Development Focus Areas -
Providing small businesses with opportunities and preferential trading terms,
increased focus on black woman-owned enterprises, focus on the youth, people
with disabilities and region- specific initiatives;
Empowering previously disadvantaged individuals to create their own businesses
resulting in quality job creation.
Key Outcomes -
Empowerment;
Rural development;
Skills development;
Job creation.
Based on these focus areas and key outcomes, a Service Provider would need to actively focus on the
quadrant-specific requirements in order to maximise the potential commercial benefit for Transnet, South
Africa and themselves. In doing so value can be created across all lines of reporting resulting in continued
relations.
SUPPLIER DEVELOPMENT CATEGORY DEFINITIONS AND HIGH LEVEL DESCRIPTIONS
Industrialisation
Refers specifically to industrial capability building that will result in globally leading
capabilities developed within South Africa.
Criteria Description
Value of investment in plant Quantification of the monetary value invested
in machinery, equipment and/or buildings as
a result of this RFP
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _______________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 11 of 23 T2.2-23: Transnet Supplier Development
Percentage of local spend utilised in
the investment of plant
Percentage value invested in machinery,
equipment and/or buildings that are sourced
from local companies
Reduction in import leakage A percentage indication of the increase in
locally supplied products and therefore the
resultant decrease in imports as a result of the
award of a contract
Potential increase in export content The percentage increase in exports that will
result from increased industrial capability
locally in relation to the award of a contract
Regional Spend
Refers specifically to industrial capability building that focuses on value-add activities of the
local industry through manufacturing or service-related functions.
Criteria Description
Value of local parts in relation to a
bill of materials
Planned monetary value of the local parts
utilised in a bill of materials (as a percentage
of the total spend)
Value spent on local suppliers Planned percentage monetary value spend on
procurement of goods and services from SA
suppliers
Number of local suppliers in the
supply chain
Number of South African suppliers that are to
be utilised in the fulfilment of a contract
Technology transfer/sustainability
Technology improvements are intangible assets with significant economic value. The Service
Provider will be measured on its plan to transfer knowledge and IP to contribute towards
capability building of the local supply base, which ultimately leads to improved efficiency
and capability. Plans to assist in this by a Service Provider must be assessed to enable the
local supply base to potentially export its newly-acquired technological know-how, thereby
decreasing capital leakage.
Criteria Description
Technology transfer including:
Methods of manufacturing Introduction of a new/improved method
of manufacturing
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _______________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 12 of 23 T2.2-23: Transnet Supplier Development
Introduction of new
technologies
Provision of new technologies:
o For processes
o ICT
IP transfer (number and
value)
The provision of patents, trademarks and
copyrights
Number of local suppliers to be
evaluated for integration into the
OEM supply chain
An indication of the number of South African
suppliers that an OEM/Service Provider plans
to evaluate for possible inclusion into its
supply chain, should it meet the requirements
Skills Development
Indicates the company’s commitment to education and whether that fits in with targeted
groups (artisans, technicians, etc.). Consideration needs to be directed towards the
adequate quality and value of skills so developed in order to allow for better evaluation in
line with Government’s objectives.
Criteria Description
Number of downstream supply
chain individuals to be trained
including:
• Number of artisans trained
• Number of technicians trained
• Number of black people trained
• Total number of people
trained
Number of individuals that the Service
Provider plans to train in the local industry
over the contract period; training undertaken
in the previous year will be taken into account
Number of company employees to
be trained
Number of individuals within the company (in
South Africa) that the Service Provider plans
to train over the contract period; training
undertaken in the previous year will not be
taken into account as past employee training
appears in the skills development pillar of the
B-BBEE scorecard; criteria broken down as for
industry training above
Certified training (yes/ no) Compliance with local and/or international
skills accreditation
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _______________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 13 of 23 T2.2-23: Transnet Supplier Development
Criteria Description
Rand value spent on training Total planned monetary value spend (as a %
of contract value) on skills
development/training for the contract period
within the industry; money spent in the
previous year will be included in year 1 to
make allowance for Service Providers who
have just completed a training drive within
the industry
Number of bursaries/ scholarships
(specify field of study)
The number of higher education
bursaries/scholarships provided in the
previous year and planned for the length of
the contract
Number of apprentices (sector must
be specified)
The number of apprentices that the Service
Provider plans to enlist during the course of
the contract
Investment in Schools in specific
sectors e.g. engineering
The monetary value that the Service Provider
is prepared to invest in the development and
running of schools to increase technical skills
development
Job creation
Allows assessment of Government’s objectives to increase labour absorption, focusing on
unskilled workers and the youth.
Criteria Description
Number of jobs created including: Number of jobs to be created during the
period of the contract
New skilled jobs created Jobs for people who have undergone
training in and/or outside the work
environment and are in possession of a
minimum level of secondary
qualification
New unskilled jobs created Jobs for people who have not undergone
any formal training or from whom no
minimum level of education is required
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _______________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 14 of 23 T2.2-23: Transnet Supplier Development
Number of jobs created for
youth
Jobs created for individuals aged 16 – 30
years
Small Business Promotion
These criteria give an indication of the Service Provider’s commitment to developing small
business in line with NGP and B-BBEE requirements.
Criteria Description
Percentage procurement from:
• QSEs
• EMEs
• Start-ups
Refers to the planned procurement from
small business as a % of the total planned
procurement spend
Non-financial support provided to
small business
Service Providers will be credited for each
non-financial ED support that they are
planning to give to small business e.g.
Professional support; employee time
allocated to assisting small business
Financial support provided to small
business
Service Providers will be credited for each
financial ED support initiative that they are
planning to undertake during the contract
period e.g. Shorter payment terms; interest
free loans
Joint ED initiatives with Transnet The number of ED initiatives that the Service
Provider will jointly run with Transnet:
• That are aligned to Transnet’s
objectives
• That are non-financial in nature
Rural Development/Integration
The Service Provider’s planned use of local labour and business will contribute to
Governments NGP objectives and result in supply chain efficiencies. Commitment to rural
development will result in the alleviation of poverty and thereby contribute to development
objectives. The development must be sustainable in order to have a long-term and
meaningful impact.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _______________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 15 of 23 T2.2-23: Transnet Supplier Development
Criteria Description
Number of local employees Number of people employed from within the
town/city of operation
Value spent on local business Monetary value spent on business within the
town/city of operation
Proximity of business to operations The locality of the business in relation to
operations, preference is given for regional
(provincial) locality
Number of rural businesses to be
developed
The number of rural businesses that the
Service Provider plans to develop as a result
of the contract
Value of development to local
community (sustainable)
The monetary value spent on rural
community development that will result in
long–term social improvements
Market Intelligence Assistance
Service Providers with limited knowledge of the local market, supply base and its capabilities may require
assistance in identifying local suppliers and the development needs in order to develop its SD plan. The
United Nations Industrial Development Organisation (UNIDO) supplies a benchmarking service in South
Africa which will be able to assist Service Providers in identifying potential local suppliers with which to
work. In addition, this service will provide insight as to the type of support that these local suppliers
require in order to become more competitive. UNIDO’s benchmarking tool gives insight into the
performance levels being seen in Service Providers’ businesses and the practices used to deliver the
products or services being offered. The benchmarking tool focuses on:
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _______________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 16 of 23 T2.2-23: Transnet Supplier Development
Performance data relating to -
Financial performance
Customer data
Processes
Learning & growth
Company’s current business situation -
Plans for the business and capabilities to manage their fulfilment
Ability to generate business
Employee relationships
Developing new markets
Developing products and services
Managing money
The UNIDO benchmarking tool provides a basic framework through which an understanding of the South
African market can be established. Whilst the list of criteria may not be exhaustive, Service Providers are
free to meet with UNIDO to further understand how they can work together to develop a deeper
understanding of the market and the SD opportunities available.
GOVERNMENT POLICY DOCUMENTS
NIPP http://www.thedti.gov.za/industrial_development/nipp.jsp
IPAP2 http://www.thedti.gov.za/DownloadFileAction?id=561
CSDP http://www.dpe.gov.za/res/transnetCSDP1.pdf
NGP http://www.thepresidency.gov.za/pebble.asp?relid=2323
OTHER REFERENCE WEBSITES
References Website
Department of Public Enterprise (DPE) www.dpe.gov.za
United Nations Industrial Development
Organisation (UNIDO)
www.unido.org/spx
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _______________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 17 of 23 T2.2-23: Transnet Supplier Development
GLOSSARY OF WORDS
Broad-Based Black Economic
Empowerment (B-BBEE)
A South African legal requirement that require all
entities operating in the South African economy to
contribute to empowerment and transformation
Enterprise Development (ED) An element contained within the B-BBEE scorecard
whereby a Measured Entity can receive recognition for
any Qualifying Enterprise Development Contributions
towards Exempted Micro-Enterprises or Qualifying
Small Enterprises which are 50% black owned or 30%
black woman owned. Enterprise Development
Contributions consists of monetary and non-monetary,
recoverable and non-recoverable contributions actually
initiated in favour of a beneficiary entity by a measured
entity with the specific objective of assisting or
accelerating the development, sustainability and
ultimate financial independence of the beneficiary. This
is commonly accomplished though the expansion of a
beneficiaries financial and/ or operation capacity.
Industrial Policy Action Plan II (IPAPII) The implementation plan for the National Industrial
Policy Framework (NIPF) which details key action plans
(KAPs) and timeframes for the implementation of
industrial policy actions in line with the NIPF.
Integrated Supply Chain Management
(iSCM)
Refers to an integrated “one supply chain management”
strategy within Transnet which has been developed
with Centres of Excellence (COEs) with cross-functional
teams comprising divisional and corporate task team
members, to deliver value through improved
efficiencies and compliance with the regulatory
environment.
New Growth Path (NGP) Developed by the Economic Development Department
tabled in January 2010 frames a new approach to
unlocking economic growth by knitting together the
IPAP2 as well as policies and programmes in rural
development, agriculture and, sciences & technology,
education, skills development, labour, mining and
beneficiation, tourism and social development with the
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY _______________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 18 of 23 T2.2-23: Transnet Supplier Development
aim to target limited capital and capacity at activities
that maximise the creation of decent work
opportunities. Key indicators include: Quality job
creation, Youth employment, Labour intensive growth,
and Equity.
Original Equipment Manufacturer (OEM) Refers to a manufacturing company that owns the
intellectual property rights and patents for the
equipment it sells and services
Socio-economic Development Refers to development which addresses social and
economic aspects such as job creation, poverty
reduction and increased national value add and which
not only focuses on the business’s financial bottom line.
State Owned Company (SOC) Refers to Government-owned corporations. They are
legal entities created, and owned, by Government to
undertake commercial activities on behalf of an owner
Government, and are usually considered to be an
element or part of the state. They are established to
operate on a commercial basis.
Supplier Development (SD) Improving the socio-economic environment by creating
competitive local suppliers via Enterprise Development,
CSDP and other initiatives such as Preferential
Procurement. This results in a supply base that can
eventually be competitive to market its goods on the
international market leading to increased exports.
United Nations Industrial Development
Organisation (UNIDO)
A specialised agency of the United Nations. Its mandate
is to promote and accelerate sustainable industrial
development in developing countries and economies in
transition, and work towards improving living conditions
in the world's poorest countries by drawing on its
combined global resources and expertise.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 19 of 23 T2.2-23: Transnet Supplier Development
ANNEXURE B
Supplier Development Plan (Refer to guide above to populate)
Tenderers must complete this Annexure B which summarises your Supplier Development (SD) obligations and your related
commitments.
For the purposes of completing the SD Value Indicators, where applicable Tenderers must calculate their SD commitments as
a percentage (%) of their estimated total value of the contract over the Contract Period1
Please include a SD plan narrative elaborating on the contents of the below completed Templates.
The Contractor’s SD Plan constituents an offer to perform all its SD commitments to the minimum percentage of the tender value as stated in the Tender Data (F2.1)
and within the time periods (every six months), identified by Key Dates, indicated in Returnable schedule, Annexure B, and will constitute a binding agreement at the
Contract Date.
1 “Contract Period” means a period of 10 months from the effective date of the contract
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 20 of 23 T2.2-23: Transnet Supplier Development
Supplier Development (SD) Category 1. Job Creation
Description
Occupational Level
i.e. Skilled, semi-skilled, unskilled
labour etc.
Job Title Race Gender Youth
(Yes/No) Disabled (Yes/No)
Target
Number
Target Spend
The potential for job creation directly due to the award of this business, allows for assessment of your Company’s intentions in terms of the Government’s objective to increase labour absorption focusing on unskilled workers and the youth
Jobs within Richards Bay
R
Jobs within the Kwazulu
Natal
R
Jobs in South Africa
R
TOTAL VALUE OF JOB CREATION
R
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 21 of 23 T2.2-23: Transnet Supplier Development
Supplier Development (SD) Category: 2. Skills Development
Description Course name/
Description
Training Type
(i.e
Bursaries,
Learnership
etc)
Race and Gender
Occupational
Level of
employees to be
trained
i.e. Skilled, semi-
skilled, unskilled
labour etc.
Target Number of
Employees to be
Trained
Cost of Training
Future skills transfer
within the industry,
with an emphasis on
the accumulation of
the knowledge and
experience, which
will occur as a result
of the transaction.
R
R
R
R
R
R
R
Total Ex Vat R
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 22 of 23 T2.2-23: Transnet Supplier Development
Supplier Development (SD) Category: 3. Regional Spend and Local Economic Development
Supplier Name
Supplier
Size
( EME,
QSE,
Start-up)
Supplier
core
business
Supplier
Location
from Site
(km)
Supplier
Location
(Town/City
)
Area Type
(urban,
Peri-Urban,
Rural)
%Black
Ownersh
ip
%Black
Woman
Ownersh
ip
% Youth
Ownersh
ip
%
Ownership
By Disabled
Target spend
km
R
km
R
km
R
km
R
km
R
km
R
km
R
km
R
Total (Ex Vat)
R
*The encouragement of growth and expansion of EME, QSEs and start-ups through procurement and support mechanisms provided by the Tenderer
#Please ensure that the bidder provides the B-BBEE certificates of the sub-contractors under category 3 (Small Business Promotion)
#Tenderers will be credited for each non-financial ED support that they are planning to give to small business e.g. Professional support; employee time allocated to
assisting small business
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
2018 – Rev01 Part T2: Returnable Schedules Page 23 of 23 T2.2-23: Transnet Supplier Development
Supplier Development Plan Declaration
The Tenderer hereby agrees to the committed SD values and targets stated within this SD plan.
Job Creation R 1
Skills Development R 2
Regional Spend and Local Economic Development R 3
TOTAL OF SD COMMITMENT, ZAR
R (1 + 2 + 3) Addition of all categories
TOTAL TENDER VALUE TENDER VALUE (EXC VAT) R
SD COMMITMENT EXPRESSED AS A PERCENTAGE (%)
%
OF TENDER VALUE : (1 + 2 + 3)/Tender Value
CUMULATIVE
MILESTONES
MILESTONE 1 MILESTONE 2 MILESTONE 3 MILESTONE 4
DATE three months
after contract
date*
six months after
contract date*
nine months after
contract date*
12 months after
contract date*
% Total
Cumulative SD
Spend
(To be
completed by
tenderer)
* See Z1.4, of the contract data (C1.2)
Tenderer Signature Date
Name Position
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
_____________________________________________________________________________________________________
2018 – Rev01 Part T2: Returnable Schedules Page 1 of 1 T2.2-24: Insurance provided by the Contractor
T2.2-24: Insurance provided by the Contractor
Clause 84.1 in NEC3 Engineering & Construction Contract (June 2005)(amended June 2006 and April
2013) requires that the Contractor provides the insurance stated in the insurance table except any
insurance which the Employer is to provide as stated in the Contract Data.
Please provide the following details for insurance which the Contractor is still to provide.
Notwithstanding this information all costs related to insurance are deemed included in the tenderer’s
rates and prices.
Insurance against
(See clause 84.2 of the ECC)
Name of Insurance
Company Cover Premium
Loss of or damage to the works, Plant
and Materials
Loss of or damage to Equipment
Liability for loss of or damage to property (except the works, Plant and
Materials and Equipment) and liability
for bodily injury to or death of a person (not an employee of the Contractor) caused by activity in connection with
this contract.
Liability for death of or bodily injury to
employees of the Contractor arising out of and in the course of their
employment in connection with this
contract
(Other)
Signed Date
Name Position
Tenderer
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY ________________________________________________________________________________________________
Page 1 Part C1.1. Form of Offer & Acceptance
2019 – Rev 03
C1.1 Form of Offer & Acceptance
Offer
The Employer, identified in the Acceptance signature block, has solicited offers to enter into a contract for the procurement of:
THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
The tenderer, identified in the Offer signature block, has examined the documents listed in the Tender Data and addenda thereto as listed in the Returnable Schedules, and by submitting this Offer has accepted the
Conditions of Tender.
By the representative of the tenderer, deemed to be duly authorised, signing this part of this Form of Offer
and Acceptance the tenderer offers to perform all of the obligations and liabilities of the Contractor under the contract including compliance with all its terms and conditions according to their true intent and
meaning for an amount to be determined in accordance with the conditions of contract identified in the Contract Data.
The offered total of the Prices exclusive of VAT is R
Value Added Tax @ 15% is R
The offered total of the Prices inclusive of VAT is R
(in words)
This Offer may be accepted by the Employer by signing the Acceptance part of this Form of Offer and
Acceptance and returning one copy of this document including the Schedule of Deviations (if any) to the tenderer before the end of the period of validity stated in the Tender Data, or other period as agreed,
whereupon the tenderer becomes the party named as the Contractor in the conditions of contract identified in the Contract Data.
Signature(s)
Name(s)
Capacity
For the
tenderer:
Name & signature of
witness
(Insert name and address of organisation)
Date
Tenderer’s CIDB registration number:
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY ________________________________________________________________________________________________
Page 2 Part C1.1. Form of Offer & Acceptance
2019 – Rev 03
Acceptance
By signing this part of this Form of Offer and Acceptance, the Employer identified below accepts the tenderer’s Offer. In consideration thereof, the Employer shall pay the Contractor the amount due in
accordance with the conditions of contract identified in the Contract Data. Acceptance of the tenderer’s Offer shall form an agreement between the Employer and the tenderer upon the terms and conditions
contained in this agreement and in the contract that is the subject of this agreement.
The terms of the contract, are contained in:
Part C1 Agreements and Contract Data, (which includes this Form of Offer and Acceptance)
Part C2 Pricing Data
Part C3 Scope of Work: Works Information
Part C4 Site Information
and drawings and documents (or parts thereof), which may be incorporated by reference into the above
listed Parts.
Deviations from and amendments to the documents listed in the Tender Data and any addenda thereto listed in the Returnable Schedules as well as any changes to the terms of the Offer agreed by the tenderer
and the Employer during this process of offer and acceptance, are contained in the Schedule of Deviations
attached to and forming part of this Form of Offer and Acceptance. No amendments to or deviations from said documents are valid unless contained in this Schedule.
The tenderer shall within two weeks of receiving a completed copy of this agreement, including the Schedule
of Deviations (if any), contact the Employer’s agent (whose details are given in the Contract Data) to
arrange the delivery of any securities, bonds, guarantees, proof of insurance and any other documentation to be provided in terms of the conditions of contract identified in the Contract Data at, or just after, the date
this agreement comes into effect. Failure to fulfil any of these obligations in accordance with those terms shall constitute a repudiation of this agreement.
Notwithstanding anything contained herein, this agreement comes into effect at the contract start date given
in the Contract Data Part 1.
Signature:
Witness:
Name(s)
Capacity
for the
Employer
Transnet SOC Ltd
Date
Date
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY ________________________________________________________________________________________________
Page 3 Part C1.1. Form of Offer & Acceptance
2019 – Rev 03
Schedule of Deviations Note:
1. To be completed by the Employer prior to award of contract. This part of the Offer & Acceptance would not be required if the contract has been developed by negotiation between the Parties and is not the result of a process of competitive tendering.
2. The extent of deviations from the tender documents issued by the Employer prior to the tender closing date is limited to those permitted in terms of the Conditions of Tender.
3. A tenderer’s covering letter must not be included in the final contract document. Should any matter in such letter, which constitutes a deviation as aforesaid be the subject of agreement reached during the process of Offer and Acceptance, the outcome of such agreement shall be recorded here and the final draft of the contract documents shall be revised to incorporate the effect of it.
No. Subject Details
1
2
3
4
5
By the duly authorised representatives signing this Schedule of Deviations below, the Employer and the
tenderer agree to and accept this Schedule of Deviations as the only deviations from and amendments to the documents listed in the Tender Data and any addenda thereto listed in the Tender Schedules, as well as
any confirmation, clarification or changes to the terms of the Offer agreed by the tenderer and the Employer
during this process of Offer and Acceptance.
It is expressly agreed that no other matter whether in writing, oral communication or implied during the period between the issue of the tender documents and the receipt by the tenderer of a completed signed
copy of this Form shall have any meaning or effect in the contract between the parties arising from this Agreement.
For the tenderer:
For the Employer
Signature
Name
Capacity
On behalf of
(Insert name and address of organisation)
Transnet SOC Ltd
Name &
signature of witness
Date
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 1 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
C1.2 Contract Data
Part one - Data provided by the Employer
Clause Statement Data
1 General
The conditions of contract are the
core clauses and the clauses for main
Option
B: Priced contract with bill of quantities
dispute resolution Option W1: Dispute resolution procedure
and secondary Options
X2: Changes in the law
X7: Delay damages
X13: Performance Bond
X16: Retention
X18: Limitation of liability
Z: Additional conditions of contract
of the NEC3 Engineering and
Construction Contract June 2005
(amended June 2006 and April 2013)
10.1 The Employer is: Transnet SOC Ltd
(Registration No. 1990/000900/30)
Address
Having elected its Contractual
Address for the purposes of this
contract as:
Registered address:
Transnet Corporate Centre
Waterfall Business Estate
9 Country Estate Drive
Midrand
1662
Transnet Group Capital 01 Commodores Close
Old Naval Base
Richards Bay
3900
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 2 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
10.1 The Project Manager is: (Name) Nobahle Mncube
Address Transnet Group Capital 01 Commodores Close
Old Naval Base
Richards Bay 3900
Tel 035 905 4647
e-mail Nobahle.Mncube@transnet.net
10.1 The Supervisor is: (Name) To be advised
Address
Tel No.
11.2(13) The works are THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
11.2(14) The following matters will be included
in the Risk Register
Operational activities. Working in confined space
Working at heights.
Limited access. Unknown underground services.
Granting of occupations
11.2(15) The boundaries of the site are As stated in Part C4.1.”Description of the Site and
its surroundings”
11.2(16) The Site Information is in Part C4
11.2(19) The Works Information is in Part C3
12.2 The law of the contract is the law of the Republic of South Africa subject to the
jurisdiction of the Courts of South Africa.
13.1 The language of this contract is English
13.3 The period for reply is 2 weeks
2 The Contractor's main
responsibilities
No additional data is required for this section of
the conditions of contract.
3 Time
11.2(3) The completion date for the whole of
the works is
12 February 2021
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 3 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
30.1 The access dates are Part of the Site Date
1 Whole of the Construction
Site
31.1 The Contractor is to submit a first
programme for acceptance within
2 weeks of the Contract Date.
31.2 The starting date is 06 July 2020
32.2 The Contractor submits revised
programmes at intervals no longer
than
2 weeks.
35.1 The Employer is not willing to take
over the works before the Completion
Date.
4 Testing and Defects
42.2 The defects date is 52 (fifty two) weeks after Completion of the
whole of the works.
43.2 The defect correction period is 2 weeks
5 Payment
50.1 The assessment interval is monthly
on the
25th (twenty fifth) day of each successive month.
51.1 The currency of this contract is the South African Rand.
51.2 The period within which payments
are made is
Payment will be effected on or before the last day
of the month following the month during which a
valid Tax Invoice and Statement were received.
51.4 The interest rate is the prime lending rate of Standard Bank of South
Africa.
6 Compensation events
60.1(13) The weather measurements to be
recorded for each calendar month
are,
the cumulative rainfall (mm)
the number of days with rainfall more than 10 mm
the number of days with minimum air
temperature less than 0 degrees Celsius
the number of days with snow lying at 08:00
hours South African Time
and these measurements:
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 4 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
The place where weather is to be
recorded (on the Site ) is:
The Contractor’s Site establishment area
The weather data are the records of
past weather measurements for each
calendar month which were recorded
at:
Richards Bay, Kwazulu Natal
and which are available from: South African Weather Service 012 367 6023 or
info3@weathersa.co.za.
7 Title No additional data is required for this section of
the conditions of contract.
8 Risks and insurance
80.1 These are additional Employer's risks None
84.1
The Employer provides these
insurances from the Insurance Table
1 Insurance against: Loss of or damage to the works, Plant and
Materials is as stated in the Insurance policy for
Contract Works/ Public Liability.
Cover / indemnity: to the extent as stated in the insurance policy for
Contract Works / Public Liability
The deductibles are: as stated in the insurance policy for Contract
Works / Public Liability
2 Insurance against: Loss of or damage to property (except the works,
Plant and Materials & Equipment) and liability for
bodily injury to or death of a person (not an
employee of the Contractor) arising out of or in
connection with the performance of the
Contract as stated in the insurance policy for
Contract Works / Public Liability
Cover / indemnity Is to the extent as stated in the insurance policy
for Contract Works / Public Liability
The deductibles are as stated in the insurance policy for Contract
Works / Public Liability
3 Insurance against: Loss of or damage to Equipment (Temporary
Works only) as stated in the insurance policy for
contract Works and Public Liability
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 5 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
Cover / indemnity Is to the extent as stated in the insurance policy
for Contract Works / Public Liability
The deductibles are: As stated in the insurance policy for Contract
Works / Public Liability
4 Insurance against: Contract Works SASRIA insurance subject to the
terms, exceptions and conditions of the SASRIA
coupon
Cover / indemnity Cover / indemnity is to the extent provided by the
SASRIA coupon
The deductibles are The deductibles are, in respect of each and every
theft claim, 0,1% of the contract value subject to
a minimum of R2 500 and a maximum of R25 000.
Note: The deductibles for the insurance as stated above
are listed in the document titled “Confirmation of
Insurance: Transnet (SOC) Limited Principal
Controlled Insurance” appended to Part One of
this Contract Data (Data Provided by the
Employer).
84.1
The minimum limit of indemnity for
insurance in respect of death of or
bodily injury to employees of the
Contractor arising out of and in the
course of their employment in
connection with this contract for any
one event is
The Contractor must comply at a minimum with
the provisions of the Compensation for
Occupational Injuries and Diseases Act No. 130 of
1993 as amended.
The Contractor provides these
additional Insurances
1 Where the contract requires that the design of
any part of the works shall be provided by the
Contractor the Contractor shall satisfy the
Employer that professional indemnity
insurance cover in connection therewith has
been affected
2 Where the contract involves manufacture,
and/or fabrication of Plant & Materials,
components or other goods to be incorporated
into the works at premises other than the site,
the Contractor shall satisfy the Employer that
such plant & materials, components or other
goods for incorporation in the works are
adequately insured during manufacture
and/or fabrication and transportation to the
site.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 6 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
3 Should the Employer have an insurable
interest in such items during manufacture,
and/or fabrication, such interest shall be noted
by endorsement to the Contractor’s policies of
insurance as well as those of any
subContractor
4 Motor Vehicle Liability Insurance comprising
(as a minimum) "Balance of Third Party" Risks
including Passenger and Unauthorised
Passenger Liability indemnity with a minimum
indemnity limit of R 5 000 000.
5 Marine Craft Hull insurance in respect of all
marine craft or vessels utilised in performance
of the Works for a sum sufficient to provide for
their replacement
6 Protection and Indemnity Insurance in respect
of all marine craft or vessels utilised in
performance of the Works extended for
Specialist Operations with a minimum
indemnity limit of R 20,000,000
7 The insurance coverage referred to in 1, 2, 3,
4, 5 and 6 above shall be obtained from an
insurer(s) in terms of an insurance policy
approved by the Employer. The Contractor
shall arrange with the insurer to submit to the
Project Manager the original and the
duplicate original of the policy or policies of
insurance and the receipts for payment of
current premiums, together with a certificate
from the insurer or insurance broker
concerned, confirming that the policy or
policies provide the full coverage as required.
The original policy will be returned to the
Contractor.
84.2 The minimum limit of indemnity for
insurance in respect of loss of or
damage to property (except the
works, Plant, Materials and
Equipment) and liability for bodily
injury to or death of a person (not an
employee of the Contractor) caused
by activity in connection with this
contract for any one event is
Whatever the Contractor requires in addition
to the amount of insurance taken out by the
Employer for the same risk.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 7 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
84.2 The insurance against loss of or
damage to the works, Plant and
Materials as stated in the insurance
policy for contract works and public
liability selected from:
Principal Controlled Insurance policy for
Contract OR Project Specific Insurance for the
contract
9 Termination There is no additional Contract Data required for
this section of the conditions of contract.
10 Data for main Option clause
B Priced contract with Bill of
Quantities
No additional data is required for this Option.
60.6 The method of measurement is SANS 1200A Standards as published by South African National Standards.
11 Data for Option W1
W1.1 The Adjudicator is Both parties will agree as and when a dispute
arises. If the parties cannot reach an agreement
on the Adjudicator, the chairman of the
Association of Arbitrators will appoint an
Adjudicator.
W1.2(3) The Adjudicator nominating body is: The Chairman of the Association of Arbitrators
(Southern Africa)
If no Adjudicator nominating body is
entered, it is:
the Association of Arbitrators (Southern Africa)
W1.4(2) The tribunal is: Arbitration
W1.4(5) The arbitration procedure is The Rules for the Conduct of Arbitrations of the
Association of Arbitrators (Southern Africa)
The place where arbitration is to be
held is
Durban, South Africa
The person or organisation who will
choose an arbitrator
- if the Parties cannot agree a
choice or
- if the arbitration procedure does
not state who selects an
arbitrator, is
The Chairman of the Association of Arbitrators
(Southern Africa)
12 Data for secondary Option
clauses
X2 Changes in the law No additional data is required for this Option
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 8 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
X7 Delay damages
X7.1 Delay damages for Completion of the
whole of the works are
R 2,500.00 per day
X13 Performance bond
X13.1 The amount of the performance bond
is
10% of the total of the Prices at Contract Date
X16 Retention
X16.1 The retention free amount is
The retention percentage is
NIL
5% on all payments certified.
X18 Limitation of liability
X18.1
X18.2
X18.3
X18.4
X18.5
The Contractor’s liability to the
Employer for indirect or
consequential loss is limited to:
For any one event, the Contractor’s
liability to the Employer for loss of or
damage to the Employer’s property
is limited to:
The Contractor’s liability for Defects
due to his design which are not
listed on the Defects Certificate is
limited to:
The Contractor’s total liability to the
Employer for all matters arising
under or in connection with this
contract, other than excluded
matters, is limited to:
The end of liability date is
Nil
The deductible of the relevant insurance policy
The cost of correcting the Defect
The Total of the Prices
5 years after Completion of the whole of the
works
Z Additional conditions of contract
The additional conditions of contract
are:
Z.1
Obligations in respect of
Subcontracting
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 9 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
Z1.1 It will be a material term of this contract that the
Contractor must subcontract a minimum of 30% of the
value of the contract.
Z1.2
The Contractor’s Subcontracting percentage as
indicated in the tender submission Returnable T.2.2-03
will constitute a binding agreement throughout the
duration of the contract until Completion, if not, it will
be deemed that the Contractor has failed in full to meet
the material term of the contract, which may constitute
a reason for termination.
Z1.3 The Contractor shall report to the Employer on a
monthly basis during the term of the Contract, the
amounts spent on each sub-Contractor.
Z1.4 The Contractor shall provide to the Employer, upon
receiving an instruction to do so, any documentation
and/or evidence required by the Employer which in the
Employer’s opinion would be necessary to verify
whether the Contractor has maintained the
subcontracting percentage. The Contractor shall
provide the said documentation and/or evidence within
the period stated in the instruction. The provision of the
documentation and/or evidence shall not constitute a
compensation event.
Z2
Additional clause relating to
Performance Bonds and/or
Guarantees
Z2.1
The Performance Guarantee under X13 above shall be
an irrevocable, on-demand performance guarantee, to
be issued exactly in the form of the Pro Forma
documents provided for this purpose under C1.3
(Forms of Securities), in favour of the Employer by a
financial institution reasonably acceptable to the
Employer.
Z3
Obligations in respect of Joint
Venture Agreements
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 10 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
Z3.1 Insert the additional core clause 27.5
27.5. In the instance that the Contractor is a joint
venture, the Contractor shall provide the Employer with
a certified copy of its signed joint venture agreement,
and in the instance that the joint venture is an
‘Incorporated Joint Venture,’ the Memorandum of
Incorporation, within 4 (four) weeks of the Contract
Date.
The Joint Venture agreement shall contain but not be
limited to the following:
A brief description of the Contract and the
Deliverables;
The name, physical address, communications
addresses and domicilium citandi et executandi
of each of the constituents and of the Joint
Venture;
The constituent’s interests;
A schedule of the insurance policies, sureties,
indemnities and guarantees which must be
taken out by the Joint Venture and by the
individual constituents;
Details of an internal dispute resolution
procedure;
Written confirmation by all of the constituents:
i. of their joint and several liabilities to
the Employer to Provide the Works;
ii. identification of the lead partner in the
joint venture confirming the authority
of the lead partner to bind the joint
venture through the Contractor’s
representative;
iii. Identification of the roles and
responsibilities of the constituents to
provide the Works.
Financial requirements for the Joint Venture:
i. the working capital requirements for the
Joint Venture and the extent to which and
manner whereby this will be provided
and/or guaranteed by the constituents
from time to time;
the names of the auditors and others, if any,
who will provide auditing and accounting
services to the Joint Venture
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 11 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
Z3.2
Insert additional core clause 27.6
27.6. The Contractor shall not alter its composition or
legal status of the Joint Venture without the prior
approval of the Employer.
Z4 Additional obligations in respect
of Termination
Z4.1 The following will be included under core clause 91.1:
In the second main bullet, after the word ‘partnership’
add ‘joint venture whether incorporate or otherwise
(including any constituent of the joint venture)’ and
Under the second main bullet, insert the following
additional bullets after the last sub-bullet:
commenced business rescue proceedings
(R22)
repudiated this Contract (R23)
Z4.2 Termination Table The following will be included under core clause 90.2
Termination Table as follows:
Amend “A reason other than R1 – R21” to “A reason
other than R1 – R23”
Z4.3
Amend “R1 – R15 or R18” to “R1 – R15, R18, R22 or
R23.”
Z5 Local Content Obligations (If
applicable)
Z5.1 In terms of Local Production and Content (SBD 6.2),
Annexure A and Annexure C of the Returnable Schedule
T2.2- 02 Eligibility Criteria Schedule: Declaration
Certificate of Local Production and Content, the
Contractor has undertaken to fulfil its obligations of the
Local Production and Content for the following
designated sectors:
1. 90% for Electrical and Telecom Cables;
2. 70% for Valves Products and Actuators,
3. 100% for Steel Products and Components for
Construction; and
4. 70% for Pumps, MV Motor and Associated
Accessories
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 12 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
Z5.2 The Contractor is required to note that the Employer,
the Department of Trade and Industry [DTI] and/or the
body appointed by the DTI as the verification authority
for local content may conduct compliance audits with
regard to the Local Production and Content
requirements as prescribed in Regulation 8 of the
Preferential Procurement Regulations, 2017 issued in
terms of the Preferential Procurement Policy
Framework Act no. 5 of 2000.
Z5.3 The Contractor is required to continuously update
Declarations C, D and E of the Local Production and
Content Declaration commitments with the actual local
content values for the duration of the contract. The
Contractor shall report to the Employer on a monthly
basis during the term of the Contract, the amounts
spend on Local Content and Production for the
designated sectors for the duration of the contract.
Z5.4 Breach of Local Production and Content commitments
provides the Employer cause to terminate the contract
for non-compliance.
Z5.5 Non-Compliance Penalties for
Local Production and Content
The Contractor must refer to Schedule A attached to
this Contract Data with regards to non-compliance
penalties applicable to Local Production and Content.
Z6 Right Reserved by the Employer
to Conduct Vetting through SSA
Z6.1 The Employer reserves the right to conduct vetting
through State Security Agency (SSA) for security
clearances of any Contractor who has access to
National Key Points for the following without
limitations:
1. Confidential – this clearance is based on any
information which may be used by malicious,
opposing or hostile elements to harm the
objectives and functions of an organ of state.
2. Secret – clearance is based on any information
which may be used by malicious, opposing or
hostile elements to disrupt the objectives and
functions of an organ of state.
3. Top Secret – this clearance is based on
information which may be used by malicious,
opposing or hostile elements to neutralise the
objectives and functions of an organ of state.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 13 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
Z7 Additional Clause Relating to
Collusion in the Construction
Industry
The contract award is made without prejudice to any
rights the Employer may have to take appropriate
action later with regard to any declared bid rigging
including blacklisting.
Z8 Protection of Personal
Information Act
The Employer and the Contractor are required to
process information obtained for the duration of the
Agreement in a manner that is aligned to the Protection
of Personal Information Act.
Z.9
Obligations in respect of Supplier
Development Programme (SDP)
Z9.1 It will be a material term of this contract that the
Contractor contributes to the Supplier Development
Programme promoted by the Department of Public
Enterprises of the Government of South Africa, as
applied by the Employer. In response to this
requirement, the Contractor undertakes to implement
the Supplier Development (SD) initiatives as per the
Contractor’s Supplier Development Plan. Breach of
Contractor’s Supplier Development Plan provides the
Employer cause to terminate the contract for non-
compliance.
Z9.2
The Contractor’s SD Plan constitutes an offer to
perform all its SD commitments identified by the SD
Milestone Dates, indicated in Returnable Schedule
T2.2-22: Supplier Development Plan - Annexure B, and
will constitute a binding agreement.
Z9.3 In order to prevent any doubt, the Contractor’s SD
obligations shall not constitute a separate activity in the
Bill of Quantities. The value of the Contractor’s SD
commitments shall be included in the total of the Prices
to Provide the Works. No specific payment for SD will
therefore be made by the Employer.
Z9.4 The milestones for the implementation of SD targets
will be every 3 (three) months after Contract Date. The
Employer will verify the exact dates, constituting the
milestones for SD, by instruction after Contract
Date. This instruction will not constitute a
compensation event. The Contractor shall in its SD
Plan state the Condition (completed value of its total
SD commitment) to be met by each SD Milestone Date
(every 3 months).
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 14 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
Z9.5 The Contractor shall provide Employer with Supplier
Development Implementation Plan within 20 days from
the signature date of the Contract setting out the
nature, extent and monetary value of the Contractor’s
commitments which the Contractor shall undertake, as
well as the mechanisms to allow for access to
information and verification of the Contractor’s
compliance with the Implementation Plan, as shall be
agreed with the Employer. The Contractor shall deliver
and action its SD commitments as outlined in the SD
Implementation Plan, which progress will be reported
by the Contractor to the Employer on a monthly basis
during the term of the Contract.
Z9.6 The Contractor shall provide to the Employer, upon
receiving an instruction to do so, any documentation
and/or evidence required by the Employer which in the
Employer’s opinion would be necessary to verify
whether the Contractor has met the Condition of any
SD Milestone. The Contractor shall provide the said
documentation and/or evidence within the period
stated in the instruction. Where the Contractor fails to
provide the documentation and/or evidence within the
period stated, it will be deemed that the Contractor has
failed in full to meet the Condition of the SD Milestone
Date in question. The provision of the documentation
and/or evidence shall not constitute a compensation
event.
Z9.7 If the Contractor fails to achieve any SD milestone
Condition, the Contractor shall be liable and pay to the
Employer a non-compliance penalty to the value of the
full outstanding amount each SD milestone Date
Condition not fully met.
Z9.8
The Contractor shall pay the amount due under this
clause within 10 days after receipt of an invoice from
the Employer, failing which the Employer shall, without
prejudice to any other rights of the Employer under this
Agreement, be entitled to deduct this amount not paid
by the Contractor from the next assessment of the
amount as certified by the Project Manager.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 1 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
C1.2 Contract Data
Part two - Data provided by the Contractor
The tendering Contractor is advised to read both the NEC3 Engineering and Construction Contract - June 2005
(with amendments June 2006 and April 2013) and the relevant parts of its Guidance Notes (ECC3-GN) in order
to understand the implications of this Data which the tenderer is required to complete. An example of the
completed Data is provided on pages 156 to 158 of the ECC3 Guidance Notes.
Completion of the data in full, according to Options chosen, is essential to create a complete contract.
Clause Statement Data
10.1 The Contractor is (Name):
Address
Tel No.
Fax No.
11.2(8) The direct fee percentage is %
The subcontracted fee percentage is %
11.2(18) The working areas are the Site and
24.1 The Contractor's key persons are:
1 Name:
Job:
Responsibilities:
Qualifications:
Experience:
2 Name:
Job
Responsibilities:
Qualifications:
Experience:
CV's (and further key persons data including
CVs) are appended to Tender Schedule
entitled.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 2 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
11.2(14) The following matters will be included in
the Risk Register
31.1 The programme identified in the Contract
Data is
B Priced contract with bill of quantities
11.2(21) The bill of quantities is in
11.2(31) The tendered total of the Prices is (in figures)
(in words), excluding VAT
Data for Schedules of Cost
Components
Note “SCC” means Schedule of Cost Components
starting on page 60 of ECC, and “SSCC” means
Shorter Schedule of Cost Components starting on
page 63 of ECC.
B Priced contract with bill of quantities Data for the Shorter Schedule of Cost
Components
41 in
SSCC
The percentage for people overheads is: %
21 in
SSCC
The published list of Equipment is the last
edition of the list published by
The percentage for adjustment for
Equipment in the published list is
% (state plus or minus)
22 in
SSCC
The rates of other Equipment are: Equipment Size or
capacity
Rate
61 in
SSCC
The hourly rates for Defined Cost of
design outside the Working Areas are
Category of employee
Hourly rate
62 in
SSCC
The percentage for design overheads is %
63 in
SSCC
The categories of design employees
whose travelling expenses to and from the
Working Areas are included in Defined
Cost are:
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 3 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
Schedule A – Non-compliance for Local Content
Non-compliance Penalties for Local Content:
a) If for any reason the Contractor is unable to achieve the local content undertaking, the
Contractor must approach the Department of Trade and Industry (“DTI”) to obtain exemption
in order to supply the goods at a lower local content threshold. The Contractor is obliged to
approach DTI for exemption within 10 (ten) days of determining that it is unable to achieve
any milestone target or local content threshold.
b) Should the DTI provide exemption, the Contractor shall be entitled to provide the goods at
the lower local content threshold set by DTI. In such event, the Parties shall in good faith
renegotiate the milestone targets or local content undertaking to ensure that the lowered local
content thresholds are achieved.
c) Should DTI not provide the necessary exemption, the Contractor shall be obliged to meet each
milestone target as stated in the Local Content Plan or the local content undertaking.
d) Should the Contractor fail to meet any milestone target or the local content undertaking, the
following remedies shall apply without limiting any of the Employer’s other rights in law:
i. The Employer shall afford the Contractor a period of thirty (30) days to remedy its
non-compliance.
ii. Should the Contractor fail to meet its obligations within the further 30 day period, the
Contractor shall pay a Non-Compliance penalty (“Non-compliance Penalty”) to the
Employer in respect of such Non-compliance as set out in clause iv below. The
penalties shall be imposed per milestone measurement for non-delivery of committed
values in the case of a Local Content Plan or shall be imposed against the non-delivery
of committed values where local content undertakings must be met immediately.
iii. To the extent that the Actual Local Content Spend1 is lower than the Required Local
Content Spend2 (or the Adjusted Required Local Content Spend3, as the case may
be), the Contractor shall be liable for Penalties which is the difference in value between
the Actual Local Content Spend and the Required Local Content Spend (or the
Adjusted Required Local Content Spend, as the case may be) plus an additional
percentage of such difference. Such Non-compliance Penalties shall be calculated and
levied at the relevant milestones as stipulated in the Local Content Plan or shall be
imposed against the non-delivery of committed values where local content
undertakings must be met immediately, in accordance with clause iv below.
iv. Non-compliance penalties shall apply at the following rate: the difference in value
between the Required Local Content Spend and the Actual Local Content Spend, plus
5% of such difference.
v. In order to guarantee that the Contractor meets its obligations in terms of the Local
Content Plan or its committed local content undertaking, the Employer shall be entitled
to retain a Non-compliance Penalty at the rate of 1% of every monthly payment due
1 Actual Local Content Spend means the monetary value of local content initiatives actually delivered by the Supplier during the
period under review. 2 Required Local Content Spend means the monetary value of local content obligations that the Supplier has agreed to deliver
during the period under review. 3 Adjusted Required Local Content Spend means any adjustment to the Required Local Content Spend as prescribed by DTI
through the process of exemption referred to in clause c) above and as agreed to between the parties, reduced to writing and signed by the parties.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
PAGE 4 Part C1: Contract Data 2019 – Rev 03 Contract Data provided by the Contractor
by the Employer to the Contractor over the contract period (“the Local Content
Retention Amount”). The Local Content Retention Amount shall be set off against any
penalties payable by the Contractor at any milestone assessment.
e) Should no penalties be imposed during the duration of the contract, the Employer shall refund
the full value of the Local Content Retention Amount to the Contractor at the end of the
contract period.
f) Should any unpaid penalties remain at the end of the contract period, then without limiting
other rights that the Employer may have in law, the Contractor shall forfeit the Local Content
Retention Amount and shall have no further claim against the Employer for the repayment of
such amount.
Non-compliance Penalty Certificate:
a) If any Non-compliance Penalty arises, the Employer shall issue a Non-compliance Penalty
Certificate on the last day of each month during such Non-compliance indicating the Non-
compliance Penalties which have accrued during that period.
b) A Non-compliance Penalty Certificate shall be prima facie proof of the matters to which it
relates. If the Contractor disputes any of the amounts set out in a Non-compliance Penalty
Certificate:
the dispute shall be resolved in accordance with the provisions of the Contract; and
if pursuant to that referral, it is determined that the Contractor owes any amount to
the Employer pursuant to the Non-compliance Penalty Certificate, then the Contractor
shall pay such amount to the Employer within 10 (ten) Business Days of the
determination made pursuant to such determination and an accompanying valid Tax
Invoice.
Payment of Non-compliance Penalties:
a) Subject to Clause i) above, the Contractor shall pay the Non-compliance Penalty indicated
in the Non-compliance Penalty Certificate within 10 (ten) Business Days of the Employer
issuing a valid Tax Invoice to the Contractor for the amount set out in that certificate. If
the Employer does not issue a valid Tax Invoice to the Contractor for Non-compliance
Penalties accrued during any relevant period, those Non-compliance Penalties shall be
carried forward to the next period.
b) The Contractor shall pay the amount due within 10 (ten) days after receipt of a valid Tax
Invoice from the Employer, failing which Transnet shall, without prejudice to any other rights
of the Employer under this Agreement, be entitled to call for payment which may be in any
form the Employer deems reasonable and appropriate.
c) It is agreed that the Employer, the DTI, the South African Bureau of Standards and/or any of
their appointed agents shall be entitled to monitor, evaluate and audit the Contractor’s
compliance with its obligations under the Local Content Plan. To this end, the Contractor shall
provide its full cooperation to the respective bodies referred to in this clause to ensure that
effective monitoring, evaluation and auditing takes place.
The Non Compliance Penalties set forth in this Clause are stated exclusive of VAT. Any VAT payable on Non
Compliance Penalties will be for the account of the Contractor.
September 2016
C1.3 Forms of Securities
Pro forma Performance Guarantee
For use with the NEC3 Engineering & Construction Contract - June 2005 (with amendments June 2006 and April 2013).
The conditions of contract stated in the Contract Data Part 1 include the following Secondary Option:
Option X13: Performance bond
The pro forma document for this Performance Guarantee is provided here for convenience but is to be
treated as part of the Works Information.
The organisation providing the Performance Guarantee does so by copying the pro forma document onto its
letterhead without any change to the text or format and completing the required details. The completed document is then given to the Employer within the time stated in the contract.
September 2016
Pro forma Performance Guarantee (for use with Option X13)
(to be reproduced exactly as shown below on the letterhead of the Guarantor)
Transnet SOC Ltd c/o Transnet Group Capital
2nd Floor Waterfall Business Estate
9 Country Estate Drive
MIDRAND 1662
Date:
Dear Sirs,
Performance Guarantee for Contract No:
With reference to the above numbered contract made or to be made between
{Transnet SOC Ltd, Registration No. 1990/000900/30} (the Employer) and
{Insert registered name and address of the Contractor} (the Contractor), for
{Insert details of the works from the Contract Data} (the works).
I/We the undersigned
on behalf of the
Guarantor
of physical address
and duly authorised thereto do hereby provide the following Performance Guarantee, as required under the above Contract, subject to the following conditions:
1. Any reference in this Performance Guarantee to the above Contract / works is made for the purpose of convenience and shall not be construed as any intention whatsoever to create an accessory
obligation or any intention whatsoever to create a Suretyship.
2. The Guarantor’s obligation under this Performance Guarantee is restricted to the payment of money.
3. The terms Employer, Contractor, Project Manager, works and Completion have the meaning as
assigned to them by the conditions of contract stated in the Contract Data for the aforesaid Contract.
4. We renounce all benefits from any legal exceptions which might or could be pleaded against the
validity of this Performance Guarantee.
5. The Employer has the absolute right to arrange his affairs with the Contractor in any manner which
the Employer deems fit and without being advised thereof the Guarantor shall not have the right to claim his release on account of any conduct alleged to be prejudicial to the Guarantor. Without
derogating from the foregoing compromise, extension of the construction period, indulgence,
release or variation of the Contractor's obligation shall not affect the validity of this Performance Guarantee.
6. This Performance Guarantee will lapse on the earlier of:
September 2016
the date that the Guarantor receives a notice from the Project Manager stating that the Completion Certificate for the whole of the works has been issued, that all amounts due from the
Contractor as certified in terms of the Contract have been received by the Employer and that the
Contractor has fulfilled its obligations under the Contract, or
the date that the Guarantor issues a replacement Performance Guarantee for such lesser or
higher amount as may be required by the Project Manager.
7. Always provided that this Performance Guarantee will not lapse in the event the Guarantor is
notified by the Project Manager, (before the dates above), of the Employer's intention to institute claims and the particulars thereof, in which event this Guarantee shall remain in force until all such
claims are paid and settled.
8. Subject to the Guarantor’s total liability referred to in clause 9 below, the Guarantor undertakes to
pay the Employer the Guaranteed Sum or the full outstanding balance upon receipt of a first written demand from the Project Manager to the Guarantor calling up this Performance Guarantee stating
that:
8.1 The Contract has been terminated due to the Contractor’s default or failure to fulfil its obligations under the Contract and that the Performance Guarantee is called up in terms of this clause 8. A
copy of the termination certificate shall be enclosed with the demand;
9. Our total liability hereunder shall not exceed the Guaranteed Sum of:
(say) _________________________________________________________________________
R ____________________________________________________
10. This Performance Guarantee is neither negotiable nor transferable and is governed by the laws of
the Republic of South Africa, subject to the jurisdiction of the courts of the Republic of South Africa.
11. This Performance Guarantee, accompanied by the required demand notice and termination
certificate as per clause 8, shall be regarded as a liquid document for the purpose of obtaining a court order.
Signed at on this day of 201_
Signature(s)
Name(s) (printed)
Position in Guarantor company
Signature of Witness(s)
Name(s) (printed)
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
July 2019 C2.2: Bill of quantities
Page 1 of 39
PART 2: PRICING DATA
Document reference
Title No of pages
C2 Cover Page 1
C2.1 Pricing instructions: Option B 4
C2.2 The bill of quantities
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
July 2019 C2.2: Bill of quantities
Page 2 of 39
C2.1 Pricing instructions: Option B
1. The conditions of contract
1.1. How the contract prices work and assesses it for progress payments
Clause 11 in NEC3 Engineering and Construction Contract, June 2005 (with amendments June 2006 and
April 2013) (ECC) Option B states:
Identified and defined terms
11 11.2
(21) The Bill of Quantities is the bill of quantities as changed in accordance
with this contract to accommodate implemented compensation events and for
accepted quotations for acceleration. (22) Defined Cost is the cost of the components in the Shorter Schedule of
Cost Components whether work is subcontracted or not excluding the cost of preparing quotations for compensation events.
(28) The Price for Work Done to Date is the total of
the quantity of the work which the Contractor has completed for each item
in the Bill of Quantities multiplied by the rate and
a proportion of each lump sum which is the proportion of the work covered by the item which the Contractor has completed.
Completed work is work without Defects which would either delay or be
covered by immediately following work.
(31) The Prices are the lump sums and the amounts obtained by multiplying
the rates by the quantities for the items in the Bill of Quantities.
This confirms that Option B is a re-measurement contract and the bill comprises only items measured using
quantities and rates or stated as lump sums. Value related items are not used. Time related items are
items measured using rates where the rate is a unit of time.
1.2. Function of the Bill of Quantities
Clause 55.1 in Option B states, “Information in the Bill of Quantities is not Works Information or Site Information”. This confirms that instructions to do work or how it is to be done are not included in the Bill,
but in the Works Information. This is further confirmed by Clause 20.1 which states, “The Contractor Provides the Works in accordance with the Works Information”. Hence the Contractor does not Provide the Works in accordance with the Bill of Quantities. The Bill of Quantities is only a pricing document.
1.3. Guidance before pricing and measuring
Employers preparing tenders or contract documents, and tendering contractors are advised to consult the
sections dealing with the bill of quantities in the NEC3 Engineering and Construction Contract (June 2005)
Guidance Notes before preparing the bill of quantities or before entering rates and lump sums into the bill.
Historically bill of quantities based contracts in South Africa have been influenced by the different approaches of the civil engineering and building sectors of the industry through their respective discipline
based standard forms of contract and methods of measurement. This is particularly apparent in the
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
July 2019 C2.2: Bill of quantities
Page 3 of 39
approach to the Preliminary and General bill. On the other hand, because ECC caters for a number of disciplines in the same contract, including electrical works, a different approach not currently found in
local methods of measurement to the Preliminary & General bill items may have been used.
The NEC approach to the P & G bill assumes use will be made of method related charges for Equipment
applied to Providing the Works based on durations shown in the Accepted Programme, fixed charges for the use of Equipment that is required throughout the construction phase, time related charges for people
working in a supervisory capacity for the period required, and lump sum charges for other facilities or services not directly related to performing work items typically included in other parts of the bill.
2. Measurement and payment
2.1. Symbols
The units of measurement described in the Bill of Quantities are metric units abbreviated as follows:
Abbreviation Unit
% percent
h hour
ha hectare
kg kilogram
kl kilolitre
km kilometre
km-pass kilometre-pass
kPa kilopascal
kW kilowatt
l litre
m metre
mm millimetre
m2 square metre
m2-pass square metre pass
m3 cubic metre
m3-km cubic metre-kilometre
MN meganewton
MN.m meganewton-metre
MPa megapascal
No. number
Prov sum1 provisional sum
PC-sum prime cost sum
R/only Rate only
1 Provisional Sums should not be used unless absolutely unavoidable. Rather include specifications and associated bill items for the most likely scope of work, and then change later using the compensation event procedure if necessary. This is because tenderers cannot programme effectively for unknown scopes of work
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
July 2019 C2.2: Bill of quantities
Page 4 of 39
sum Lump sum
t ton (1000kg)
W/day Work day
2.2. General assumptions
2.2.1. Unless otherwise stated, items are measured net in accordance with the drawings, and no
allowance has been made in the quantities for waste.
2.2.2. The Prices and rates stated for each item in the Bill of Quantities shall be treated as being fully
inclusive of all work, risks, liabilities, obligations, overheads, profit and everything necessary as
incurred or required by the Contractor in carrying out or providing that item.
2.2.3. Clause 63.13 in Option B provides that these rates and Prices may be used as a basis for
assessment of compensation events instead of Defined Cost.
2.2.4. Where this contract requires detailed drawings, designs or other information to be provided,
and no rates or prices are included in the bill specifically for such matters, then the Contractor is deemed to have allowed for all costs associated with such requirements within the tendered
rates and Prices in the Bill of Quantities.
2.2.5. An item against which no Price is entered will be treated as covered by other Prices or rates in
the bill of quantities. If a number of items are grouped together for pricing purposes, this will
be treated as a single lump sum.
2.2.6. The quantities contained in the Bill of Quantities may not be final and do not necessarily
represent the actual amount of work to be done. The quantities of work assessed and certified for payment by the Project Manager at each assessment date will be used for determining
payments due and not the quantities given in the Bill of Quantities.
2.2.7. The short descriptions of the items of payment given in the bill of quantities are only for the purposes of identifying the items. More detail regarding the extent of the work entailed under
each item is provided in the Works Information.
2.3. Departures from the method of measurement
2.3.1. Not Applicable
2.4. Amplification of or assumptions about measurement items
For the avoidance of doubt the following is provided to assist in the interpretation of descriptions given in the method of measurement. In the event of any ambiguity or inconsistency between the statements in
the method of measurement and this section, the interpretation given in this section shall be used.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
July 2019 C2.2: Bill of quantities
Page 5 of 39
C2.2 the bill of quantities
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION AMOUNT
EXECUTIVE SUMMARY
Earthworks
Concrete, Reinforcement and Formwork
Masonry
Waterproofing
Roof covering
Carpentry and Joinery
Ceilings and Partitions
Ironmongery
Metal Works
Plastering
Paintwork
Tiling
floor covering
Rain water disposal
Storm water
Sewer
Sanitary fitting
Water reticulation
Fire Protection
TOTAL EXCLUDING VAT CARRIED TO FORM OF OFFER AND
ACCEPTANCE
SECTION 2 - ALTERATIONS
SECTION 3 - MHA WORKSHOP
SECTION 4 - PLUMBING AND DRAINAGE
SECTION 5 - MECHANICAL
SECTION 6 - EXTERNAL WORKS
SECTION 7 - REFUSE AREA
SECTION 8- PROVISIONAL SUMS
Page 53 of 53
EXECUTIVE SUMMARYRev 3
ALTERATIONS
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 2BILL 1: ALTERATIONS
REMOVAL OF EXISTING WORKbreaking up and removing reinforced concrete
2.1.1 200 mm thick surface bed m² 701
200-250mm thick roof slab m² 80
Breaking up and removing unreinforced concrete
2.1.2 ramps m3
7
2.1.3 200mm thick slabs m² 24
breaking up and removing brickwork etc
2.1.4 280mm brick walls m² 49
2.1.5 110mm brick walls m² 180
2.1.6 230mm brick walls m² 62
Taking out and removing doors, windows, etc, including
thresholds, sills, etc and make good where necessary(building
up openings elsewhere measured)
2.1.7 Timber single door and frame not exceeding 2.5 m2
No 5
2.1.8 Timber double door and frame not exceeding 2.5m2
No 7
2.1.9 Standard type aluminium window 1.4x1.1m high No 2
2.1.10 Standard type aluminium window 0.9x1.5m high No 8
2.1.11 Standard type aluminium window 0.9x0.9m high No 9
2.1.12 Standard type aluminium window 1x0.6m high No 34
2.1.13 Standard type aluminium window 1.1x1.3m high No 23
2.1.14 Aluminium sliding door 3.6x2.1m high No 2
2.1.15 Roller shutter door 1.73 X 2.09 high No 2
2.1.16 Roller shutter door 3.6 X 4.1m high No 13
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Page 9 of 54
ALTERATIONS
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 2BILL 1: ALTERATIONS
Taking out and removing doors, windows, etc, including
thresholds, sills, etc and building up openings in brick walls,
including making good facebrick on both sides as per
engineers detail
2.1.17 Standard type aluminium louvred window 1x1m high No 2
2.1.18 Standard type aluminium window 2.3x2.4m high No 3
2.1.19 Timber single door and frame not exceeding 2.5 m2 No 1
2.1.20 Standard type aluminium window 3.9x2.4m high No 1
2.1.21 Standard type aluminium window 0.9x1.5m high No 2
Taking out and removing doors, windows, etc from brickwork
to be demolished. Including sills, threshold etc (building up
openings and making good finishes elsewhere)
2.1.22 Timber single door and frame not exceeding 2.5 m2
No 12
2.1.23 Timber double door and frame not exceeding 2.5m2 No 1
Taking down and removing roofs, floors, panelling,
ceilings,partitions, etc
2.1.24Asbestos roof covering and timber purlins, including carting
away from site as per specifications m² 806
2.1.25 Chromadek roof covering m² 992
2.1.26Gypsum plasterboard ceilings, including cornices, timber
brandering, etc m² 499
2.1.27
Drywall partitions 2.9m high, including doors, glazed borrowed
lights, etc m 27
2.1.28 existing sisalation m² 152
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Page 10 of 54
ALTERATIONS
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 2BILL 1: ALTERATIONSTaking out and removing sundry joinery work, fittings, etc
2.1.29 Timber skirtings m 299
Hacking up/off and removing ceramic tiles including
removing mortar bed or adhesive from concrete or
brickwork and preparing surfaces for new screed, plaster, tile
finish, etc2.1.30 Tiles to floors m² 499
Taking out and removing piping, sanitary fittings, etc,
including cutting off as necessary, disconnecting piping
from fittings and making good floor and wall finishes
(making good tiling and paintwork elsewhere2.1.31 Stainless steel sink and drainer No 3
2.1.32
Stainless steel wash hand basin, with two centre bowls
including short lengths ofpiping, etc No 3
2.1.33Stainless steel sink and drainer including timber cupboard 1x 1
x 1mm high No 3
2.1.34
Vitreous china wash hand basin, including short lengths
ofpiping, etc No 5
2.1.35 Vitreous china WC pan with cistern No 5
BUILDING UP OPENINGS
Brickwork in NFP bricks in class II mortar in building up
openings including cutting toothings and bonding new to
existing.
2.1.36 One brick walls m² 15
AGATE SATIN FBX face bricks,zone 2 in class II mortar
pointed with wheather struck joints, including making good to
match existing:
2.1.37
280mm facebrick wall in cement mortar pointed both sides as
described,in building up openings m² 118
2.1.38
230mm facebrick wall in cement mortar pointed both sides as
described,in building up openings m² 45
2.1.39
230mm facebrick wall in cement mortar pointed both sides as
described,in raising existing brickwork m2
14
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Page 11 of 54
ALTERATIONS
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 2BILL 1: ALTERATIONS
MAKING GOOD OF FINISHES, ETC
Making good face brickwork
2.1.40 Walls where half brick 280mm walls removed m² 1
2.1.41 reveals of walls to receive new roller shutter doors m 36
Making good cement screedsFloors where brick walls removed
2.1.42 Floors where half brick 280mm walls removed m² 4
2.1.43 Floors where half brick 110mm walls removed m² 10
2.1.44 Floors where half brick 230mm walls removed m² 3
Making good internal cement plaster
2.1.45 Walls where half brick 230mm walls removed m² 4
2.1.46 Walls where half brick 110mm walls removed m² 3
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Page 12 of 54
ALTERATIONS
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 2BILL 1: ALTERATIONS
OPENINGS THROUGH EXISTING WALLS ETC
Breaking out and forming openings through brick walls for
new walls, including preparation to recieve new face
brickwork and bond to existing ( building up opening
elsewhere)2.1.47 Opening 3600 x 4100mm high through 280mm brick wall No 11
Breaking out for and forming openings through brick walls for
new windows, including brick lintels, facebrick on edge cills
and make good face brickwork on both sides and into reveals
2.1.48Opening for window 1.77x 1.15m high through one brick wall
No 4
2.1.49Opening for window 0.61x 0.61m high through one brick wall
No 2
ALTERING OPENINGS
2.1.50
Altering opening in one brick wall where 0.9 x 1.5m high
standard aluminium type window removed to form opening
for new window 0.61 x 0.61m high overall by breaking out
brickwork on both sides and bottom where necessary,
including cills,brick lintels and making good face brickwork on
both sides and into reveals (new windows elsewhere and
frame ) No 6
2.1.51
Ditto, where 0.9x1.5 window removed to form opening for
1.5x1.2m high window No 8
2.1.52
Altering opening in one brick wall where 3.6 x 2.1m high
standard aluminium type sliding door removed to form
opening for new window 2.44 x 0.61m high overall by
breaking out brickwork on both sides and bottom where
necessary, including cills,brick lintels and making good face
brickwork on both sides and into reveals (new windows
elsewhere and frame ) No 1
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Page 13 of 54
ALTERATIONS
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 2BILL 1: ALTERATIONS
2.1.53
Altering opening in one brick wall where 1 x 0.6m high
standard aluminium type window removed to form opening
for new window 0.61 x 0.61m high overall by breaking out
brickwork on both sides and bottom where necessary,
including new cills,brick lintels and making good face
brickwork on both sides and into reveals (new windows
elsewhere and frame ) No 18
2.1.54
Ditto, where 1.1x1.3 window removed to form opening for
1.5x1.2m high window No 6
2.1.55
Ditto, where 1.1x1.3 window removed to form opening for
1.77x1.15m high window No 2
2.1.56
Ditto, where 1x0.6 window removed to form opening for
1.8x0.61m high window No 2
2.1.57
Ditto, where 1x0.6 window removed to form opening for
2.44x0.61m high window No 1
2.1.58
Altering opening in one brick wall where 1 x 0.6m high
standard aluminium type window removed to form opening
for new wall louvre 0.61 x 0.61m high overall by breaking out
brickwork on both sides and bottom where necessary,
including new cills,brick lintels and making good face
brickwork on both sides and into reveals (new wall louvres
elsewhere ) No 7
Breaking out for and forming openings through brick walls for
new doors and frames, including brick lintels, making good
cfacebrickwork on both sides and into reveals (new doorsand
frames and making good paintwork elsewhere
2.1.59
Opening for door with steel frame 929 x 2032m high overall
through half brick one brick wall No 1
Altering floors to suit purpose
2.1.60
break up floor , excavate for 1.1 x 1.1mm Brick sumps,
800mm deep internally and with 1.1 x1.1x0.3mm concrete
base,including risk of collapse,surface blinding,waterproofing,
cast iron gratings and covers etc as per engineers
specifications
No 2.00
2.1.61
Allow a sum of R 160 000.00 (one Hundred and Sixty
thousand rands) for removal and disposal of rubble from the
demolisions and claening and setting aside of materials for
reuse, as instructed by Project Manager
sum 1.00
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Page 14 of 54
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 3
sans1200 BILL 1: EARTHWORKS (PROVISIONAL)
SITE CLEARANCE ETC Site clearance
3.1.1
Digging up and removing rubbish, debris, vegetation,
hedges, shrubs, bush, etc and trees not exceeding 200mm
girth m² 100
EXCAVATION, FILLING, ETCEXCAVATIONS, ETC
Excavation in earth not exceeding 2m deep
3.1.2 under surface beds etc m³ 210
3.1.3 Trenches m³ 25
3.1.4 holes m³ 3
3.1.5 under ramps and walkways m³ 44
Extra over excavations in earth for excavations in3.1.6 soft rock m³ 25
3.1.7 hard rock m³ 25
CARTING AWAY
Extra over all excavations for loading, carting and
dumping surplus excavated material (no allowance made for
increase in bulk):
3.1.8 Off site to a dumping site loacted by the client m³ 284
Risk of collapse of excavations
3.1.9 Sides of trench and hole excavations not exceeding 1,5m deep m2
130
De-watering of seepage water and water from other sub-soil
sources
3.1.10 allow for pumping Hrs 168
FILLING ETCFilling with material from the excavations compacted to a
density of at least 95% Mod. AASHTO maximu density:
3.1.11 Backfilling to trenches, holes, etc. m3
10
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 3BILL 1: EARTHWORKS (PROVISIONAL)
Filling with Approved material supplied and carted onto site by
the Contractor, compacted to a density of at least 95% Mod.
AASHTO maximum density:
3.1.12 G5 under floors M3
110
3.1.13 G5 in making up levels under ramps and walkways M3
60
3.1.14
G7 under floors compacted tp 98% Mod AASHTO maximum
density M3
110
SOIL POISONINGSoil insecticide in accordance with SANS 5859
3.1.15 To bottoms and sides of trenches etc m2
85
3.1.16
Under floors etc including forming and poisoning shallow
furrows against foundation walls etc, filling in furrows and
ramming m2
700
3.1.17 under ramps and walkways m2
101
DEMOLITIONS ETCTaking down and removing
3.1.18
Steel mesh security fence with steel posts and barbed wire
overhang, 2.4m high overall, including a double welded wire
gate 4.5x2.4m high. m 24
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 3
BILL 2: CONCRETE, FORMWORK AND REINFORCEMENT
UNREINFORCED CONCRETE CAST AGAINST
EXCAVATED SURFACES
15Mpa/19mm conrete
3.2.1 Surface blinding under footings and bases m3
7
UNREINFORCED CONCRETE
15Mpa/19mm conrete
3.2.2 surface blinding under surface bed m3
35
3.2.3 walkway m3
6
30mpa/19mm concrete
3.2.4 ramps m3
4
30Mpa/19mm conrete
3.2.5 roof slab m3
10
REINFORCED CONCRETE CAST AGAINST
EXCAVATED SURFACES30MPa/19mm concrete
3.2.6 Strip footings m3
15
REINFORCED CONCRETE
3.2.7 Surface beds on waterproofing m3
125
3.2.8 bases :Foundations m
3 6
Water tank base m3
4
3.2.9 Columns in foundations(provisional) m3
1
3.2.10 Columns m3
3
TEST CUBES
3.2.11
Making and testing 150 x 150 x 150mm concrete strength test
cube (Provisional) No 15
CONCRETE SUNDRIES
Finishing top surfaces of concrete smooth with a steel
trowel
3.2.12 surface bed m2
700
Finishing top surfaces of concrete to a broom finish
3.2.13 on ramps m2
32
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
ROUGH FORMWORK
rough formwork to columns
3.2.14 Square columns in foundations (Provisional) m2
1
Rough formwork to sides
3.2.15
Edges, risers, ends and reveals not exceeding 300mm high or
wide m2
13
rough formwork to soffits
3.2.16 slabs propped not exceeding 1,5m high m2
48
SMOOTH FORMWORK
smooth formwork to columns
3.2.17 square columns m2
5
Rough formwork to sides
3.2.18
Edges, risers, ends and reveals not exceeding 300mm high or
wide m 32
MOVEMENT JOINTS ETC
horizontal keyed construction joints through concrete
including bitumen sealant to one face
3.2.19 Surface beds not exceeding 300mmm thick m 215
Saw-cut joints (3.2mm wide) sealed with sikaflex- 11 FC
sealant on backing cord (sealing according to manufacturers
specifications)
3.2.20 6.4 x 20mm Saw-cut joints in top of concrete m 215
Isolation joints including raking out concrete to 20mm depth
and seal with sikaflex- 11fc sealant on backing cord between
horizontal concrete surface and brick surfaces(sealing
according to manufacturers specifications)
3.2.21 Not exceeding 300mm high to edges of surface beds m 185
REINFORCEMENTMild steel reinforcement to structural concrete work
3.2.22 Y12 Diameter bars t 0.803.2.23 Y10 Diamter bars t 0.75
Fabric reinforcement
3.2.24 Mesh reinforcement Ref 193 in surface beds m2
2203.2.25 Mesh reinforcement Ref 395 in surface beds m
2 475
Privisional sum
3.2.26allow R 60 000.00 ( Sixty Thousand rands) for replacement of
damaged pirlins, as per Project Manager's InstructionSum 1.00
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SECTION 3
BILL 3: MASONRY
BRICKWORK
FOUNDATIONS (PROVISIONAL)Brickwork of NFX bricks (14 MPa nominal compressive
strength) in class II mortar
3.3.1 230mm brick walls m2
45
3.3.2 Piers m3
5
SUPERSTRUCTURE
Brickwork of NFX bricks (14 MPa nominal compressive
strength) in class II mortar
3.3.3 230mm brick walls m2
365
BRICKWORK SUNDRIES
3.3.4 Cutting toothings and bonding new brickwork to existing m2
3
2,5mm Brickwork reinforcement
3.3.5 150mm Wide reinforcement built in horizontally m 1337
Prestressed fabricated concrete lintels including necessary
temporary supports
3.3.6
150 x 150mm Lintels in lengths not exceeding 3m and not
4.5m m 60
3.3.7
Allow a sum of R 180 000.00 (One hundred and Eighty
Thousnad Rands) for washing and cleaning existing brickwork
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SECTION 3
BILL NO 4: WATERPROOFING
DAMPPROOFING OF WALLS AND FLOORS
One layer 250 UPVC sheeting
3.4.1 under surface beds m2
715
3.4.2 under paving and walkways m2
101
waterpoofing to roofs, basements etc
3.4.3
Unigum Visp 4mm with silvakote eco wrapped around the over
hand off slab as per manufacturers recommendations m2
76
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SECTION 3
BILL NO 5: ROOF COVERING
PROFILED FIBRE-CEMENT SHEETING AND
ACCESSORIES
Nutec fibre cement roof sheeting to match existing, fixed to
steel purlins, including fixing and painting etc
3.5.1 Roof covering with pitches not exceeding 25 degrees M2
992
3.5.2
allow a sum of R 90 000.00 (ninety Thousand rands) for
repair, fixing or replacing existing gutters and ridges sum 1
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SECTION 3BILL NO 6: CARPENTRY AND JOINERY
CUPBOARDS TO KITCHENS, BEDROOMS, ETC
The following cupboard fittings have been given as complete units
i.e. the components of the units have not been given separately.
Descriptions of such units shall, therefore, be deemed to include all
components, assembling, housing, notching, glueing, blocking,
planting-on and screwing with countersunk screws, edge strips,
thermosetting plastic laminate, glass, ironmongery, metalwork,
paint or varnish finishes, etc as per furniture and kitchen detailNote
Kitchen cupboards etcKitchen cupboards etc with type PR concealed spring hinges, type
RAIEL Solid 188/220mm 12mm diameter ss Handles and type SS
RIH 552 UTA 45mm drawer slides
3.6.1
Sink cupboard type 2996 x 647 x 900mm high with sides, bottom,
divisions, shelf, back and double hinged doors
(sink elsewhere) No 1
Eaves, verges EtcMedium density plain Nutec fibre-cement fascias and barge boards
fixed with all necessary joining and fixing brackets as per
manufacturers recommendations
3.6.2
9 x 225mm Fascias including jointing connectors, brass
screws and adhesive. m 120
3.6.3
9 x 225mm barge including jointing connectors, brass
screws and adhesive. m 56
DOORS ETC
SEMI SOLID CORE FLUSH DOORS
3.6.4
44mm Door 813 x 2090mm high with rebated meeting styles,20
mm undercut No 1
3.6.5
44mm Door 813 x 2090mm high with rebated meeting styles,
200mm undercut No 2
Thick solid timber doors
3.6.6
44mm thick solid hardwood (813X2090) doors with diagonal slats,
hardboard covering on both sides,20mm undercut, hung to
hardwood frames No 9
3.6.7
44mm thick solid hardwood double doors (1614x2090)with
diagonal slats, hardboard covering on both sides, hung to
hardwood frames No 1
3.6.8
44mm thick solid hardwood double doors(16148x2090) with full
louvres, hardboard covering on both sides, hung to hardwood
frames No 8
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
GALVANISED PRESSED STEEL COMBINATION
DOORS AND FRAMES
Bitcon strong room doors:
3.6.9
Door 813 x 2032mm high with rebated frame suitable for one
brick wall and with 7 lever mortice lock. No 1
FRAMED FRAMES ETC
3.6.10 108 x 108mm Rebated frames m 32
BEADS, ARCHITRAVES, ETC
3.6.11 19mm Quadrant beads both sides m 63
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SECTION 3
BILL 7: CEILINGS, PARTITIONS, ETC
Partitions
"GypRoc Standard System" steel stud partitions with both sides
clad with one layer of 12,5mm "Taper-edge
Rhinoboard"
3.7.1
Partitions 2.72m high with bottom track plugged and top track
fixed to suspended ceiling tees m 60
SUSPENDED CEILINGSCeilings shall comprise 8mm Jumbo H-strip ceiling System,
plasterboard boards screwed to steel brandering at maximum 400
centres and including screw-up suspension grid fixed to new
timbers rafters at 800mm centres as per manufacturers
instructions and Jumbo galvanised steel angle 25 x 25mm at ceiling
level to the wall perpendicular to steel brandering
3.7.2 Ceilings suspended not exceeding 1m below timber rafters M2
52
3.7.3
Ceilings suspended exceeding 4m and not exceeding 5m below
timber rafters M2
23
pelican Econocoust plus safeguarder ceilings tiles 600 x 600 x
15mm with square edge and white painted finish laid onto pelican
Econolok pre-painted white exposed tee grid system including fire
safety punch outs. Main tees suspended to existing roof system as
per manufactures instruction.
3.7.4
Ceilings suspended exceeding 1m and not exceeding 2m below
steel purlins M2
116
3.7.5
Ceilings suspended exceeding 4m and not exceeding 5m below
steel purlins M2
167
INSULATION
3.7.6
Isotherm board sisalation fixed as per manufacturers
recommendations between steel rafters M2
152
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 3
BILL NO 8: METALWORK
STEEL ROLLER DOORS, ETC.
galvanised industrial heavy duty roller shutter door including
ironmongery, centre lift lock, guide rails, springs, rubber weather
strip to bottom, etc. and white powder coated finish:
3.8.1 Electrically operated slatted roller shutter for 3600 x 4100mm high
opening, including supply of electrical connection and motor as per
specifications and commissioning
No 4
ALUMINIUM WINDOWS, DOORS, ETC
Refer to attached window schedules for details of windows
Powder coated casement window units as per "wispeco 340 series
profile" system, complete with subframes, ironmongery, glass,
sealing, etc and fixing to brickwork or concrete
3.8.2 Standard window type 610 x 610mm high No 6
3.8.3 Standard window type 1500 x 1200mm high No 13
3.8.4 Standard window type 1770 x 1149mm high No 4
Epoxy powder coated aluminium doors glazed with 6.4mm
laminated safety glass, complete with ironmongery and frames as
per schedule and plugged to brickwork or concrete:
3.8.5 double door in two leaves size 1730 x 2090mm high overall (D25)No 1
GALVANISED PRESSED STEEL COMBINATION
DOORS AND FRAMES
Bitcon strong room doors:
3.8.6Door 813 x 2032mm high with rebated frame suitable for one
brick wall and with 7 lever mortice lock.No 1
ALUMINIUM SHOPFRONTSPowder coated shopfronts as per " wispeco shopfront clip 44"
system complete with subframes, ironmongery, glass,10x10 solid
bars to open sections, solar shield, sealing, etc and fixing to
brickwork or concrete
3.8.7 Standard door type 2967x2600 mm high No 1
3.8.8 Standard door type 2967x2600 mm high No 1
3.8.9
Allow a sum of R 280 000.00 (Two Hundred and Eighty Thousand
Rands) for cleaning existing metal work, steel corrotion and
painting to Transnet's Ports standards for metal works
sum 1
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SECTION 3
BILL NO 9: IRONMONGERYHINGES, FLOOR SPRING HINGES, BOLTS, PANIC
BOLTS, ETC.
3.9.1 dorma DBB SS 09 butt hinge No 11
3.9.2 dorma D037 euro profile cylinder dead lock No 11
3.9.3 Dorma DCE 002 steel euro profile escutcheon No 7
3.9.4 Dorma D038R conversion kit No 2
3.9.5 Erebus heavy duty adjustable roller bolt No 6
3.9.6 Howick H400 150X20mm aluminium lever flush bolts No 2
3.9.7 Howick H409 600X20mm aluminium lever action flush bolts No 2
3.9.8 Dorma DBB SS 009 stainless steel two ball but hinge No 7
3.9.9 Dorma DBB SS 017 steel floor stop No 2
3.9.10 weather bar No 2
3.9.11 Dorma dust proof socket No 1
HANDLES, FLUSH PULLS, ETC.
Handles, flush pulls, etc.:
3.9.12
25mm 'Dorma DPH207 SS' 200mm long T-shaped straight bolt
through pull handle. No 1
3.9.13
25mm 'Dorma DPH301 C' 200mm long D-shaped straight bolt
through pull handle. No 19
3.9.14 Dorma pht lever handle No 1
3.9.15 Dorma TS83 arm door closer, push side fitting No 2
3.9.16 Dorma PHB 3000 series 2 point locking panic touch bar No 2
3.9.17 Dorma pht 3901 fire escape access with lever handle No 1
3.9.18 Cisa C2000 single lever, grade 3 security lock, nickel plated No 3
3.9.19 stainless steel hat and coat hook No 2
3.9.20 300x200x1mm stainless steel push plate No 2
BATHROOM FITTINGS
Franke':
3.9.21 'Chronos' SS single toilet roll holder (code RH140HD) size 140 x No 4
SUNDRIES
3.9.22 Union CZ8731SC' door stop plugged. No 2
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SECTION 3
BILL NO 10: PLASTERING
SCREEDS
Screeds wood floated, on concrete
3.10.1 Average 40mm thick on floors to falls with 'ABE Duraproof'additive. m2
30
INTERNAL PLASTER
Cement plaster steel trowelled on brickwork:
3.10.2 On walls. m2
565
Cement plaster steel trowelled, on concrete
3.10.3 under slabs m2
48
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SECTION 3
BILL NO 11: PAINTWORK
Previously painted plastered surfaces
Surfaces shall be thoroughly washed down and allowed to dry
completely before any paint is applied. Blistered or peeling paint
shall be completely removed and cracks shall be opened, filled with
a suitable filler and finished smooth
Previously painted metal surfacesSurfaces shall be thoroughly rubbed and cleaned down.
Blistered or peeling paint shall be completely removed down to
bare metal
PAINTWORK ETC TO NEW WORK
prepare and paint with plascon double velvet, colour artists canvas,
code y2-e2-3
3.11.1 On walls m2
565
prepare and paint with white plascon wall paint
3.11.2 under slabs m2
48
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SECTION 3
BILL NO 12: TILING
310 x 310 x first grade porcelain floor tiles (PC R ?/m²) fixed with
adhesive to power floated concrete and flush pointed with
waterproof grout as per specifications
3.12.1 On floors M2
328
Epoxy coating as per 'flowcrete' peran as per manufacturers
recommendations
3.12.2 on floors M2
557
300 x 100mm porcelain tile skirt to match porcelain floor tile
3.12.3 skirting 100mm high m 198
Plastered coved skirting, with epoxy finish
3.12.4 skirting 75mm high m 147
WALL TILING
200 x 200mm, 1st grade white glazed ceramic tiles fixed to
drywalls, including fixing to drywall with the necessary items and
flushed pointed
3.12.5 On Walls m2
117
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SECTION 3
BILL NO 13: FLOOR COVERING
3.13.1
Prepare existing floor and apply Rubber floor bunding 38mm x
75mm wide all around the floor for spillage containment purposes. m 30
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Plumbing and drainage (rainwate
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item No.Payment
clause Description Unit Qty Rate Amount
SECTION 4 PLUMBING AND DRAINAGE
BILL NO1: RAINWATER DISPOSAL150mm diameter seamless aluminium prepainted white gutters with all
necessary fixing brackets as per manufacturers recommendations and
rainwater pipes
4.1.1 150mm Half-round roof gutters m 131
4.1.2 Extra over gutter for stopped end No 4
4.1.3 Extra over gutter for outlet for 125mm pipe No 22
PVC PIPES
4.1.4 120mm diameter pipes to wall m 96
Extra over:
4.1.5 Extra over rainwater pipe for swan-neck No 18
Extra over rainwater pipe for bend No 184.1.6
Extra over rainwater pipe for shoe No 18
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Page 31 of 54
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SANS 1200 SECTION 4
DEMOLITIONS & ALTERATIONS
8.2.8
4.2.1 m 34.74
4.2.2 no 1.00
4.2.3no 2.00
4.2.4 sum 1.00
EXCAVATION AND BACKFILLING
4.2.5
Rip and compact in-situ material to 95% mod AASHTO density m2 8.80
SPIGOT AND SOCKET PIPES WITH RUBBER RINGS
LE 8.2.1
(b) Spigot and socket class 100D with rubber rings
4.2.6 450mm Diameter m 20.00
CONCRETE , FORMWORK AND REINFORCEMENT
GA 8.2.1 ROUGH FORMWORK
Rough formwork to narrow widths
4.2.7 GA 8.2.3 (a) Edges , risers , etc not exceeding 300mm wide m 4.22
REINFORCEMENT
GA 8.3.1 Steel bars
(b) High tensile steel
4.2.8 Y10 ton 0.64
GA 8.3.2 High tensile welded mesh
4.2.9 (a) Ref no.193 m² 8.80
TOTAL CARRIED FORWARD TO SECTION SUMMARY
BILL NO 2: STORM WATER DRAINAGE (MHA)
Demolish and remove structures/buildings and dismantle
steelwork, etc. (Provisional)
Breakup and remove manholes bases including reinforcement
complete.
Allow provisional sum of R100 000.00 for Removal of 500x500mm
concrete block paving for pipeline with an avarage 0.68m width,
set aside for reuse and make good
Supply, lay, bed (class C bedding) and test concrete pipe culverts
including all cutting to ends
Repair or clean where necessarry existing 300mm dia x 100mm
deep 30Mpa/19mm stones precast concrete channel with an
overall size of 500mm x 310mm high
Repair existing road side catchpit type D3 Dwg No. A04223745-2-
009-C-DE-0002-05-1TD
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SANS 1200 SECTION 4
STRENGTH CONCRETE
GA 8.4.2 Strength concrete 15Mpa/19mm
4.2.10 (a) Blinding layer 15mm thick m³ 0.13
GA 8.4.3 Strength concrete 25Mpa/19mm
4.2.11 Concrete base m³ 2.20
SURFACE FINISHES
Unformed surface finishes
(a) Wood floated finish
4.2.12 Concrete base m² 8.80
SOILCRETE
Soilcrete (5% OPC)
4.2.13 (a) Backfilling around pipe culverts m³ 50.00
CATCHPITS,SUMPS, INSPECTION CHAMBERS, etc
LE 8.2.8
LE 8.2.8 (b) 1840 x 1380mm catchpit single connection of 450mm Diameter
pipe culvert (Straight & Angle)
4.2.14 1,5 - 2,0m Deep no 2.00
TOTAL CARRIED FORWARD TO SECTION SUMMARY
NFX bricks Catchpits in Class 2 Motar complete with type A catchpit
cover and frame including concrete benching rendered in 1:3
cement mortar Dwg A04223745-2-009-C-DE-0002-05-.1-TD
BILL NO 2: STORM WATER DRAINAGE (MHA)
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SANS 1200 SECTION 4:
SEWER
DEMOLITIONS & ALTERATIONS
8.2.8
no 2.00
m² 173.03
EARTHWORKS
CLEAR AND GRUB SITE
DB 8.3.1 (a) Clear and grub strips for (where not cleared within other clear
and grub areas)
Pipeline 0.76m wide m 176.51
REMOVE TOPSOIL
DB 8.3.1 (b) Remove topsoil to a depth of 150mm and
Stockpile on site within freehaul distance and maintain m3 26.48
cart away by the Contractor m3 26.48
EXCAVATION AND BACKFILLING
DB 8.3.2
(a) Up to 1m wide
Up to 1m deep m3 20.77
Over 1m and up to 2m deep m3 152.36
Over 2m and up to 3m deep m3 102.18
Over 3m and up to 4m deep m3 6.31
(b) Extra over reference 8.3.2 (a) for
Intermediate excavation m3 28.16
Hard rock excavation m3 14.08
TOTAL CARRIED FORWARD TO SECTION SUMMARY
BILL 1 : PLUMBING AND DRAINAGE
Demolish and remove structures/buildings and dismantle
steelwork, etc. (Provisional)
Breakup and remove manholes, bases, brickwork including
reinforcement complete and re-fill with suitable imported material
compacted to 90% mod AASHTO density
Remove 500x500mm concrete block paving and reistate and make
good
Excavate in all materials, backfill and compact to 90% mod
AASHTO density, and dispose of surplus and unsuitable materials
for trenches
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SANS 1200 SECTION 4
SEWER
DB 8.3.2 Excavate unsuitable material from trench bottom, dispose of
material, and re-fill with suitable imported material compacted
to 90% mod AASHTO density
m3 61.71
Rib and compact in-situ material to 95% mod AASHTO density m2 38.88
FINISHING, TOPSOILING AND GRASSING
D 8.3.10 Top soiling with material from stockpiles on site
(a) Spread over site m3 26.48
BEDDING (PIPES)
BEDDING FROM COMMERCIAL SOURCES
LB 8.2.2
(a) Selected granular material m³ 34.88
(b) Selected fill material m³ 26.83
uPVC SEWER PIPES
LD 8.2.1 (a) Supply, lay, joint, bed (class C bedding) and test uPVC class 34
spigot and socket sewer pipes with moulded rubber rings to
SABS 791
160mm Diameter m 176.51
MANHOLES
LD 8.3.2
(a) 1680 x 1680mm Manholes (straight & angle)
Up to 1,0m deep no 2.00
1,0 - 1,5m Deep no 4.00
1,5 - 2,0m Deep no 1.00
2,0 - 2,5m Deep no 1.00
2,5 - 3,0m Deep no 2.00
(b) 1680 x 1680mm Manholes (Y-junction Connection)
2,5 - 3,0m Deep no 1.00
TOTAL CARRIED FORWARD TO SECTION SUMMARY
NFX Bricks manholes in class 2 cement motar complete with
precast concrete heavy duty cover and frame to SANS 558 Type 2A
including concrete benching rendered in 1:3 cement motar Dwg
A1223745-2-009-DE-0003-03-1TD
Provision of bedding material by importation from commercial
sources selected by the Contractor
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SANS 1200 SECTION 4
SEWER
BILL NO 3: CONCRETE , FORMWORK AND REINFORCEMENT
GA 8.2.1 ROUGH FORMWORK
Rough formwork to narrow widths
4.3.1 GA 8.2.3 (a) Edges , risers , etc not exceeding 300mm wide m 82.72
REINFORCEMENT
GA 8.3.1 Steel bars
(b) High tensile steel
4.3.2 Y12 ton 26.25
GA 8.3.2 High tensile welded mesh
4.3.3 (a) Ref no.193 m² 38.88
STRENGTH CONCRETE
GA 8.4.2 Strength concrete 15Mpa/19mm
4.3.4 (a) Blinding layer 15mm thick m³ 0.31
GA 8.4.3 Strength concrete 25Mpa/19mm
4.3.5 m³ 7.78
Concrete base
SURFACE FINISHES
Unformed surface finishes
(a) Wood floated finish
4.3.6 Concrete base m² 38.88
SOILCRETE
Soilcrete (5% OPC)
4.3.7 (a) Backfilling around pipes m³ 13.41
MARKER POSTS
LD 8.2.9 Markings and marker posts , Etc
(a) Inscribed and painted marking on kerbing
4.3.8 Kerb marking No 10.00
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SANS 1200 SECTION 4
SEWER
CONNECTIONS
LD 8.2.11 Connection to Existing Sewer at
4.3.9sum 1.00
SEWER PUMP
Sewer pump
4.3.10sum 1.00
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Provide provisional sum at R20 000 ( Twenty thoussand Rand) for
sewer connection at existing sewer
Provide provisional sum at R40113 ( Fourty Thousand One
hundred and Thirteen Rand) for sewer pump at existing sewer
PD SANITARY FITTINGS
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SECTION 4
BILL NO 4: SANITARY FITTINGS
SANITARY FITTINGS
Vaal':
4.4.1
vaal sanitaryware springbok ceramic fireclay heavy duty basin
colour white (code 7031), size 550 x 400mm with two tapholes,
including integrated overflow and chainstay hole fixed to wall on
and including two semi concealed cast iron brackets (code
8118Z0) and sealed with silicone sealant where basin meets wall,
with a bottle trap
No 3
4.4.2Orchid 439020 and flushmaster FJ2100, including double flap seat
and all fittings, white in colour No 3
4.4.3
vaal orchid 439004 as supplied with timber seat and cradle bracket
8082zo, white in colour with flushmaster FM1.100 with c-fm.80
extension lever No 3
4.4.4
vaal sanitaryware 415 x 275 x 315mm flatback white vitreous
china wall mounted urinal( code 705326) including 38mm
chromium plated domical grating (code 8787zo) and chromium
plated top inlet spreader (code 8543zo), flush valve Cobra FJ6000
and flush pipr Cobra FJT5.5 fixed on and including two hanger
brackets (code 8127zo), with cobra 360 bottle trapNo 1
cobra
4.4.5vulcan DCBS 18DBR Bowl prep.sink 1850mm 430 type SS/ pot sink
No 1
TAPS, VALVES, ETC.
4.4.6
Cobra watertech star 15mm pillar tap with flanged backnut (code
128-15) manufactured in accordance with SANS 226:2004 type
1(BS5412).(1 HOT 1 COLD) No 4
4.4.7Toilet roll holder: tuff roll lockable holding 5 rolls by as 'tuff" as
supplied by 'tuff" systems No 3
4.4.8
20mm Bevelled mirror, 6mm silver backed float glass 400 x
800mm above basin bevelled edge mounted flush tiles as per
achitect details, mirror to be fixed with dome capped mirror screwsNo 3
4.4.9hands free hand dryer hf2400 hd product code 359961 by "franke"
No 3
4.4.10 waste disposal bin strx 605 product code 359730 by "franke" No 4
4.4.11paper towel dispenser strx 600 product code 359700 by "franke'
No 4
4.4.12
zip stainless steel 5 litre Hydroboil pro, size 289 x 180 x 43mm
high with instant boiling water, two way tap control tap and sub
micron filtration, connected to 15mm cold water supply and 220
volt 15 amp electrical power supply, plugged and screwed to wall
and fiited under 1 year guarantee. No 1
4.4.13 hands free soap dispenser hf950 sd No 3
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Page 38 of 54
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SANS 1200 SECTION 4:
EARTHWORKS ( PIPE TRENCHES )
CLEAR AND GRUB SITE
8.2.8
4.5.1
Remove 500x500mm concrete block paving for pipeline with an
avarage 0.68m width, set aside for reuse and make good m 97.91
REMOVE TOPSOIL
DB 8.3.1 (b) Remove topsoil to a depth of 150mm and
4.5.2 Stockpile on site within freehaul distance and maintain m3 14.69
4.5.3 carting away by the Contractor m3 81.48
EXCAVATION AND BACKFILLING
DB 8.3.2
(a) Up to 1m wide
4.5.4 Up to 1m deep m3 88.35
4.5.5 Over 1m and up to 2m deep m3 35.27
(b) Extra over reference 8.3.2 (a) for
4.5.6 Intermediate excavation m3 12.36
4.5.7 Hard rock excavation m3 6.18
4.5.8DB 8.3.2
Excavate unsuitable material from trench bottom, dispose of
material, and re-fill with suitable imported material compacted
to 90% mod AASHTO density m3
42.14
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Demolish and remove structures/buildings and dismantle
BILL NO 5: WATER RETICULATION (MHA)
Excavate in all materials, backfill and compact to 90% mod
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SANS 1200 SECTION 4:
FINISHING, TOPSOILING AND GRASSING
D 8.3.10 Top soiling with material from stockpiles on site
4.5.9 (a) Spread over site m3 14.69
BEDDING (PIPES)
BEDDING FROM COMMERCIAL SOURCES
LB 8.2.2
4.5.10 (a) Selected granular material m³ 24.50
4.5.11 (b) Selected fill material m³ 17.63
PE 100 HDPE PIPES
L 8.2.1
(a) Class 12 pipes
4.5.12 50mm Diameter m 14.99
4.5.13 75mm Diameter m 118.09
4.5.14 100mm Diameter m 6.00
4.5.15 110mm Diameter m 6.00
DISINFECT PIPES
(b) Disinfect pipes
4.5.16 50mm Diameter m 14.99
4.5.17 75mm Diameter m 118.09
4.5.18 100mm Diameter m 6.00
4.5.19 110mm Diameter m 6.00
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Provision of bedding material by importation from commercial
Supply, lay, joint, bed (class B bedding) and test HDPE spigot and
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SANS 1200 SECTION 4:
PIPE FITTINGS
L 8.2.2
HDPE Class 12 pressure bends
75mm Diameter 90° no 38.00
75x75x75mm no 5.00
HDPE Class 12-ended female reducers to SABS 966
50x32mm no 4.00
75x50mm no 4.00
110x75mm no 2.00
FIRE HOSE REEL ASSEMBLIES
(a) Extra over items 8.2.1(a) for supply, install, bed and testing
fire hose reel assemblies complete including cutting of pipes,
couplings, tee pieces, etc
On 75mm pipeline no 5.00
VALVES ASSEMBLIES
L 8.2.3(a) Extra over items 8.2.1 for supply, install, bed and test "cap
top" line valve assembly as SABS 543, including cutting of
pipes, couplings, etc
25mm Dia galvanised mild steel pipe (75mm pipeline) no 5.00
SUNDRIES
L 8.2.4(a) Extra over item 8.2.1(a) for cutting of pipe and supplying and
fixing of extra coupling
25mm dia no 3.00
DRIP TRAYS, TANKS, ETC
15 000 Litre tank 2440 x 4880 x 1220mm high, approximately
150mm high above ground level
no 1.00
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Extra over items 8.2.1(a) for supply, install, bed and test the
HDPE Class 12 tee's, including all adaptors, reducers, etc to SABS
ABECO (SG1) domestic water tank with black lining internally or
BILL NO 5: WATER RETICULATION (MHA)
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SANS 1200 SECTION 4:
1000 Littre no 2.00
1200 Littre no 2.00
HYDRAULIC PRESSURE TESTING
Hydraulic pressure testing of pipelines
75mm ND pipes m 118.09
110mm ND pipes m 6.00
DISINFECT PIPES AND WATER TANKS
Disinfect water tanks
1000 Littre no 2.00
1200 Littre no 2.00
15000 Litre no 1.00
CONCRETE , FORMWORK AND REINFORCEMENT
GA 8.2.1 ROUGH FORMWORK
Rough formwork to narrow widths
GA 8.2.3 (a) Edges , risers , etc not exceeding 300mm wide m 21.08
REINFORCEMENT
GA 8.3.2 High tensile welded mesh
(a) Ref no.193 m² 14.49
STRENGTH CONCRETE
GA 8.4.2 Strength concrete 15Mpa/19mm
(a) Blinding layer 15mm thick m³ 2.17
GA 8.4.3 Strength concrete 25Mpa/19mm
Concrete plinth m³ 2.99
TOTAL CARRIED FORWARD TO SECTION SUMMARY
BILL NO 5: WATER RETICULATION (MHA)
12 KW Heat Transfare water tanks model No. HT1000S with
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SANS 1200 SECTION 4:
SURFACE FINISHES
Unformed surface finishes
(a) Wood floated finish
Concrete base m² 14.49
CONCRETE ENCASEMENT AND THRUST BLOCKS
(b) Measured per m³
Thrust blocks m³ 11.13
Casing around pipes m³ 15.14
SOILCRETE
Soilcrete (5% OPC)
(a) Backfilling around pipes m³ 5.00
ERF CONNECTIONS MEASURED IN NUMBER
LF 8.2.1
Single erf connection
Near side Type (to existing water supply line) no 1.00
LF 8.2.2
110mm Nominal diameter m 6.00
110mm Diameter no 1.00
LF 8.2.4 Supply and Install meters complete with couplings
80mm Diameter Watermain Type (???) no 1.00
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Anchor/thrust blocks and pedestals in strength concrete
Encasement of pipes in strength concrete 25Mpa/19mm including
Supply and install erf connections complete with all fittings as
Supply, lay, bed and test additional PE100 HDPE class 12 piping
Supply and install Plasson uPVC saddles to PE100 HDPE water
BILL NO 5: WATER RETICULATION (MHA)
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SANS 1200 SECTION 4:
LF 8.2.5 Site testing of meters, when ordered (Provivisional)
sum 1.00
LF 8.2.6 Supply and Install stop taps complete with special fittings
80mm Diameter gate valve no 2.00
SURFACE BOXES
LF 8.2.7 Supply and install Surface boxes
80mm Diameter gate valve no 2.00
MARKER POSTS
LD 8.2.9 Markings and marker posts , etc Dwg ???
(a) Inscribed and painted marking on surface boxes
Surface box marking Item 1.00
MECHANICAL WORK
PUMPS SETS
Pumps
no 1.00
no 2.00
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Provide provisional sum of R (20 000) for testing meter when
6.60 KW input floor mounted cold water ZILMENT booster pump
4.25 KW input floor mounted ITS direct heat pump model No. ITS-
BILL NO 5: WATER RETICULATION (MHA)
WATER SUPPLY IN BUILDING
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 4BILL NO 6: WATER SUPPLIES IN BUILDINGGalvanised steel pipes:
4.6.1 15mm pipes m 50
4.6.2 15mm pipes chased m 30
4.6.3 22mm pipes chased m 30
4.6.4 35mm pipes chased m 25
Extra over galvanised pipes for fittings
4.6.5 15mm fittings No 20
4.6.6 22mm fittings No 25
4.6.7 35mm fittings No 15
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Page 45 of 54
FIRE SERVICE
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 4
BILL 7 :FIRE SERVICE
WATER SUPPLIES TO FIRE APPLIANCES
Fixing of pipes
Unless specifically otherwise stated, descriptions of pipes
shall be deemed to include for fixing to walls, etc. casting in,
building in or suspending not exceeding 1m below suspension
level. No allowance for holes and drilling for pipes through
walls has been made in these Bills of quantities, the price for
all holes and making good shall be deemed to be included in
the descriptions of the pipes. Note
Galvanised steel pipes:
4.7.1 25mm Pipes. m 120
Extra over galvanised steel pipes for steel fittings:
4.7.2 25mm fittingsNo 40
FIRE APPLIANCES, ETC.TYCO OR OTHER APRROVED:
rates must include supplying and putting up signages as per
drawing specifications Note
4.7.3
Kama Industries or similar,Emergency Air Horn type Sirenco
Blaster 300ML, including Sirenco Wall box enclosure and fixing
on wal. No 2
4.7.4
36 x 19m Fire Hose Reel with 220kpa minimum Inlet pressure,
1000kpa maximum inlet pressure, approximately 22kg with
steel signal red back and front plate supported with mild steel
zinc plate, including swivel zinc plate guide arm, zinc coated
ball valve, brass nozzel and rubber gasket
No 2
4.7.5 5kg Carbon dioxide fire extinguisher. No 6
4.7.6 9kg Carbon dioxide fire extinguisher. No 2
4.7.7
Allow a sum of R 30 000 (Thirty Thousand Rands) for
connection to main, including profit and attendance sum 1
4.7.8
Allow a sum of R 20 000 (twenty Thousand Rands ) for pipe
protection and insulation sum 1
TESTING:
4.7.9 Testing fire water pipe system. sum 1
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Page 46 of 54
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 5 MECHANICAL WORKBILL 1: MECHANICAL
MECHANICAL BUILDERS WORK
Altering existing openings
5.1.1
Altering opening in one brick wall where 1 x 0.6m high
standard aluminium type window removed to form opening for
new wall louvre 0.61 x 0.61m high overall by breaking out
brickwork on both sides and bottom where necessary,
including new cills,brick lintels and making good face
brickwork and reveals (new wall louvres elsewhere ) No 6
5.1.2
ditto, where 1 x 0.6m high standard aluminium type window
removed to form opening for 0.70 x 0.70 wall louvreNo 1
5.1.3ditto, where 0.4 x 0.4m high standard aluminium type window
removed to form opening for 1.8 x 0.8 wall louvre No 3
Openings through wall other than where windows
were removed for New mechanical installations
The following shall include openings through walls, ceilings,
roofs etc and make good to look as before including all
necessary supports, fixing etc Note
FAN SCHEDULEsupply and install
XPELAIR
5.1.4
GX9 wall mounted fan, including mounting.Fan with 41w
power input and capable of taking 1ph/220v/50Hz power
supply No 6
5.1.5
GX6 wall mounted fan, including mounting.Fan with 30w
power input and capable of taking 1ph/220v/50Hz power
supply No 2
5.1.6
XPRS355 Inline fan, including mounting.Fan with160w power
input and capable of taking 1ph/220v/50Hz power supply No 1
5.1.7
GX12 wall mounted fan, including mounting.Fan with 85w
power input and capable of taking 1ph/220v/50Hz power
supply No 5
5.1.8
XPRS250 Inline fan with filter box, including mounting.Fan
with 200w power input and capable of taking 1ph/220v/50Hz
power supply No 2
5.1.9
XPRS315 Inline fan with filter box, including mounting.Fan
with 600w power input and capable of taking 1ph/220v/50Hz
power supply No 1
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SECTION 5 MECHANICAL WORKBILL 1: MECHANICAL
VORTICE:
5.1.10
E 254 Inline fan with filter box, including mounting.Fan with
167w power input and capable of taking 1ph/220v/50Hz
power supply No 1
VENT SCHEDULESupply and install
Trox-Techniks
5.1.11
445 x 225mm type X-Grille basic vent including installation and
finished with epoxy colour coat No 9
LOUVER, AIR BALANCING, VENTILATORS & FILTER
SCHEDULE
TROX:Supply and Install,including opening for duct through
walls/roofs where necessary and make good.
5.1.121800 x 800mm AWK-Weather proof Louver , finished with
Epoxy colour coating. No 12
5.1.131800 x 800mm AWK-Weather proof Louver , finished with
Epoxy colour coating. No 1
5.1.14500 x 400mm AWK-Weather proof Louver , finished with
Epoxy colour coating. No 1
5.1.15AK manual operated air balancing damper, finished with epoxy
coating. No 12
Supply and Install,including opening for duct through
walls/roofs where necessary and make good.
PINNACLE OR OTHER APPROVED:
5.1.16
CPT400 Turbine Ventilator with a flow rate of 1083 L/S @
15km/h, 560mm head dimension, 600sqaure mm base plate,
540mm high overall and 400mm throat size No 8
5.1.17597 x 597mm AWK-Weather Louver with type WP-PS 597
x597x50mm Filters, finished with Epoxy colour coating. No 21
5.1.18697 x 697mm AWK-Weather Louver, finished with Epoxy
colour coating. No 1
5.1.19497 x 497mm AWK-Weather Louver with type GC-M 495
x495x50mm Filters, finished with Epoxy colour coating. No 2
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.Payment
clauseDescription Unit Qty Rate Amount
GRILL/DIFFUSER SCHEDULESupply and install
TROX TECHNIKS:
5.1.20 550X400 Door grill finished with Epoxy colour coating No 2
5.1.21600x600mm Swirl type Diffuser, finished with Epoxy colour
coating No 2
EUROPAIR OR OTHER APPROVED:
5.1.22 550X400 Door grill finished with Epoxy colour coating No 16
RAFFsupply and installEUROPAIR OR OTHER APPROVED:
5.1.23 600X600 Raff finished with Epoxy colour coating No 6
AIR CONDITIONING INSTALLATIONSupply and install
Descriptions of ducts shall be deemed to include stiffeners,
jointing materials, sealants, couplers in the running length
and access/inspection panels in accordance with the
specification note
SPLIT TYPE" UNITSOUTDOOR AC EQUIPMENT DAIKIN OR OTHER APPROVED
5.1.24
24 amps Condensing Unit capable of taking 3ph/380-
400V/50Hz power supply, model RXYQ12T, inculding
excavations,concrete bases, connections, ducts , etc as per
enigeers drawing No 1
5.1.25
40.1kw Condensing Unit capable of taking 3ph/380-400V/50Hz
power supply, model RXYQ12T, inculding excavations,
concrete bases, connections, ducts , etc as per enigeers
drawing No 1
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.Payment
clauseDescription Unit Qty Rate Amount
AIR CONDITIONING INSTALLATIONSupply and install
INDOOR AC EQUIPMENT
DAIKIN:
5.1.26
40.9kW Wall mounted unit with condensor section mounted
on external wall No 1
5.1.27
115w round flow cassette capable of taking 1ph/220-
240V/50Hz power supply, model FXFQ100A No 2
5.1.28
43w fully flat cassette capable of taking 1ph/220-240V/50Hz
power supply, model FXZQ25A No 4
5.1.29
92w round flow cassette capable of taking 1ph/220-
240V/50Hz power supply, model FXFQ80A No 1
PROVISIONAL SUMS
Mechanical budgetary allowances:
5.1.30
Provide the amount of R90 000.00 (Ninty thousand rands) for
Air conditioning installation including piping,ducts, fittings, etc.
installed complete item 1
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause
Description Unit Qty Rate Amount
BILL NO 2: CRAWL BEAM
Sika non-shrink grout
5.2.1
Bedding approximately 25mm thick under 310 x 310mm base
plate including chamfered edges all round No 1
Welded beams in single lengths with flat bearer and
connection plates, bolted to steel
5.2.2 305x165x46kg/m I section t 2.3
5.2.3 20mm end plate kg 0.785
5.2.4 20mm base plate kg 0.30144
BOLTS, FASTENERS, ETC
5.2.5
20mm grade 8.8 HD bolts, 700mm long cast on top of
concrete in exact position No 4
5.2.6 20mm grade 8.8 chemical anchors No 4
5.2.7 20 mm grade 8.8 No 32
CRAWL BEAM, including supply and certification
5.2.8
5T Electric Crawl Trolley - to meet all SANS and OHS Act
requirements. Refer to specification. No 1
5.2.9
5T Electric Hoist - to meet all SANS and OSHAct requirements.
Refer to specification. No 1
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 6 EXTERNAL WORKSBILL 1: CARPORTS
STRUCTURAL STEELWORK
Supply, Fabrication, Delivery and erection of steelwork, Grade
300W, to SABS 1200H, ultimate tensile strength of 450mpa,
minimum yield stress of 250mpa, all welds shall be 6mm fillet
welds all round where possible, all structural steel shall be hot
dip galvanised to SABS ISO 1461(frame and uprights 50 x
2mm), 2720mm high to ceiling level , with Bonnet: high
density polyethylene shade cloth(86%) supported on steel
structures on sides and tops,all painting to be done to portnets
specification(HE/9/2/8 and manufacturers instruction, Bolts to
grade 8.8 hot dip galvanised, 500 x 500 x 500mm 30mpa
unreinforce concrete foundation for carports and making good
existing pave ,includin shop detail drawings,
6.1.1
Prepare and submit shop detail drawings as described in the
Project Specification and to the approval of the Engineer sum 1
Two Bay Carport:
6.1.2
Supply and install 5571 x 5000mm Parking Bays to park 20
cars. (two banks of five parking bays). No 10
6.1.3
Supply and install 5571 x 3000mm Parking Bays to park 1 car
for people with disabilities No 1
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clause Description Unit Qty Rate Amount
SECTION 6 EXTERNAL WORKSBILL 1: HEIGHT RESTRICTION STRUCTURE
EXTERNAL WORKS: HEIGHT RESTRICTION
STRUCTURES
Builders work
EXCAVATIONS, FILLING ETC
Excavations in earth not exceeding 2m deep in:
6.1.4 holes m3
8
extra over for excavations in:
6.1.5 soft rock m3
1
6.1.6 hard rock m3
1
FILLING ETCFilling with material from the excavations compacted to a
density of at least 95% Mod. AASHTO maximu density:
6.1.7 Backfilling to trenches, holes, etc. m3
4
Filling with Approved material supplied and carted onto site by
the Contractor, compacted to a density of at least 95% Mod.
AASHTO maximum density:
6.1.8
G2 base- graded crushed stones compacted to 98%
Mod.AASHTO maximum density M3
1
6.1.9
G5 base- cement stabilised compacted to 95% Mod.AASHTO
maximum density M3
1
CARTING AWAY
Extra over all excavations for loading, carting and
dumping surplus excavated material (no allowance made for
increase in bulk):
6.1.10 Off site to a dumping site loacted by the client m³ 4
Risk of collapse of excavations
6.1.11 Sides of trench and hole excavations not exceeding 1,5m deep m2
8
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.Payment
clauseDescription Unit Qty Rate Amount
SECTION 6 EXTERNAL WORKS
BILL 1: HEIGHT RESTRICTION STRUCTURE
CONCRETE, FORMWORK AND REINFORCEMENT
UNREINFORCED CONCRETE
10Mpa/19mm conrete
6.1.12 surface blinding under bases m3
10
REINFORCED CONCRETE CAST IN FORMWORK
6.1.13 Bases m3
3
6.1.14 Footings m3
0.33
Sika non-shrink grout
6.1.15
Bedding approximately 25mm thick under 900 x 300mm base
plate including chamfered edges all round No 2
REINFORCEMENT
Mild steel reinforcement
6.1.16 Y10mm diameter bars t 0.283
6.1.17 Y12mm diameter bars t 0.423
High tensile steel reinforcement
6.1.18 R8 diameter bars t 0.142
Welded columns in single lengths with flat base, cap, bearer
and connection plates, bolted to concrete
6.1.19
Prepare and submit shop detail drawings as described in the
Project Specification and to the approval of the Engineer sum 1
Supply and fabrication of steelwork
Fabricate in Workshop
6.1.20 102 x 5 x12.0 KG/m H section Columns t 1.027
6.1.21 20mm base plate kg 0.424
6.1.22 6mm column stiffeners kg 0.133
6.1.23 63mm x 4 x 5.82 KG/m t 0.407
BOLTS, FASTENERS, ETC
6.1.24
20mm grade 8.8 HD bolts, 700mm long cast on top of
concrete in exact position No 12
6.1.25 16mm grade 8.8 bolts No 32
Welded beams in single lengths with flat bearer and
connection plates, bolted to steel
6.1.26
Prepare and submit shop detail drawings as described in the
Project Specification and to the approval of the Engineer sum 1
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.Payment
clauseDescription Unit Qty Rate Amount
SECTION 6 EXTERNAL WORKS
BILL 1: HEIGHT RESTRICTION STRUCTURE
Supply and fabrication of steelwork
Fabricate in Workshop
6.1.27 102 x 5 x12.0 KG/m beams t 0.394
6.1.28 12mm gusset plate kg 0.128
6.1.29 51 x 5mm CHS t 0.735
6.1.30 18 x 2 Kg/m solid bars t 3.520
6.1.31 20mm diameter solid bars t 1.492
6.1.32 550mm long galvanised chain No 6
6.1.33 flush mount 350mm wide chevron boards No 2
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 7 REFUSE AREA EARTHWORKS (PROVISIONAL)
SITE CLEARANCE ETC Site clearance
7.1.1
Digging up and removing rubbish, debris, vegetation,
hedges, shrubs, bush, etc and trees not exceeding 200mm
girth m² 64.976
EXCAVATION, FILLING, ETCEXCAVATIONS, ETC
Excavation in earth not exceeding 2m deep
7.1.2 for new surface slab m³ 19.2685
Extra over excavations in earth for excavations in7.1.3 soft rock m³ 8
7.1.4 hard rock m³ 8
CARTING AWAY
Extra over all excavations for loading, carting and
dumping surplus excavated material (no allowance made for
increase in bulk):
7.1.5 Off site to a dumping site loacted by the client m³ 19.2685
Risk of collapse of excavations
7.1.6 Sides of trench and hole excavations not exceeding 1,5m deep m2
17.12
De-watering of seepage water and water from other sub-soil
sources
7.1.7 allow for pumping Hrs 400
FILLING ETC
Filling with Approved material supplied and carted onto site by
the Contractor, compacted to a density of at least 95% Mod.
AASHTO maximum density:
7.1.8 G5 in making up levels under surface bed M3
30
SOIL POISONINGSoil insecticide in accordance with SANS 5859
7.1.9 To bottoms and sides of excavations etc m2
43.7656
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 7
CONCRETE, FORMWORK AND REINFORCEMENT
REINFORCED CONCRETE CAST AGAINST
EXCAVATED SURFACES
30MPa/19mm concrete
7.1.10 surface beds on waterproofing m3
7.22568
TEST CUBES
7.1.11
Making and testing 150 x 150 x 150mm concrete strength test
cube (Provisional) No 4
CONCRETE SUNDRIES
Finishing top surfaces of concrete smooth with a steel trowel
7.1.12 surface bed m2
24.0856
MOVEMENT JOINTS ETC
horizontal keyed construction joints through concrete including
bitumen sealant to one face
7.1.13 Surface beds not exceeding 300mmm thick m 10
REINFORCEMENT
Fabric reinforcement
7.1.14 Mesh reinforcement Ref 193 in surface beds m2
24.0856
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 7
MASONRY
BRICKWORKCorobrik "Agate Satin FBX' Facebrick to match existing in class
II mortar point with wheather struck joints
7.1.15 230mm brick walls m2
39.4468
7.1.16 facebrick columns m3
0.29247
Brick-on-edge header course copings, sills, etc of "Corobrik
"Agate Satin FBX" face bricks, pointed with wheather joints on
all exposed faces
7.1.17 220mm Copings on top of one brick walls m 21.62
2,5mm Brickwork reinforcement
7.1.18 150mm Wide reinforcement built in horizontally m 200
WATERPROOFINGDAMPPROOFING OF WALLS AND FLOORSOne layer 250 UPVC sheeting
7.1.19 under surface beds m2
32
ROOF COVERING
PROFILED FIBRE-CEMENT SHEETING AND
ACCESSORIES
7.1.20
design and supply roof structure design to project manager
prior construction and obtain approval as per project
specification sum 1
supply and install:Hulamin Aluminium roof sheeting A7 profile, with PVDF coating
one side , including timber rafters with purlins and all the
necessary accessories
7.1.21 Roof covering with pitches not exceeding 25 degrees M2
18
CARPENTRY AND JOINERY
Eaves, verges Etc
Aluminium fascias and barge boards fixed with all necessary
joining and fixing brackets as per manufacturers
recommendations
7.1.22
9 x 225mm Fascias including jointing connectors, brass
screws and adhesive. m 4
7.1.23
9 x 225mm barge including jointing connectors, brass
screws and adhesive. m 12
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
PLASTERING
GRANOLITHIC
Untinted granolithic, on concrete
7.1.24 Average 40mm thick on floors with upper surface to falls M2
10
SCREEDS
Screeds wood floated, on concrete
7.1.25
Average 40mm thick on floors to falls with 'ABE
Duraproof'additive. m2
20
PLUMBING AND DRAINAGE
RAINWATER DISPOSAL
100mm diameter seamless aluminium prepainted white
gutters with all necessary fixing brackets as per manufacturers
recommendations and rainwater pipes
7.1.26 100mm Half-round roof gutters m 4
7.1.27 Extra over gutter for stopped end No 2
7.1.28 Extra over gutter for outlet for 125mm pipe No 2
PIPES AS PER marley 75mm diameter with all necessary
brackets and fixing
7.1.29 75mm diameter pipes to wall m 5.8
7.1.30 Extra over rainwater pipe for swan-neck No 2
7.1.31 Extra over rainwater pipe for bend No 2
7.1.32 Extra over rainwater pipe for shoe No 2
SOIL DRAINAGE
7.1.33 150 Precast gulley as per St.Gobain, with natural finish No 1
TAPS, VALVES, ETC.
7.1.34
Cobra brass bip tap with union hose code 100-15 type 1010
rough brass No 1
TOTAL CARRIED FORWARD TO SECTION SUMMARY
FURNITURE
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SECTION 8
FURNITURE
furniture
8.1.1
L- shaped 2200 x 2200 cedar alpine finish with panel leg and
modesty and pedastle with 3 lockable drawers, including desk
topNo 10
8.1.2Open plan desk,smoked alpine with 3 lockable drawers with
aluminium frame black fabric screensNo 6
8.1.31650 x 450 x 900 cupboards smoke cedar alpine finish with
shelving and bracingNo 10
8.1.4 Highback chair with nylon arms and base black leather No 18
8.1.5Boardroom table, 22 seater smoke cedar alpine finish,
including power and dataNo 6
8.1.6 2200 x 1200 aluminium frame fabric screens No 6
8.1.7
Allow a sum of R 220 000.00 ( Two Hundred and Twenty
Thousand Rands) for removal of rubish, scrap metal,
redundant furniture and stack neatly or dispose as per project
manager's instruction
sum 1
TOTAL CARRIED FORWARD TO SECTION SUMMARY
Page 60 of 54
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
Provisional Sums
BUDGETARY ALLOWANCES
The following budgetary allowances are for work to be
executed by the principal contractor at bill rates or at rates to
be agreed in terms of the contract:
9.1.1Provide an amount of R 1,000,000.00 (0ne Million Rands) for
removal and disposal of contaminated soil.sum 1
9.1.2
Provide an amount of R 400,000.00 (Four hundred thousand
Rands) for removal and stacking neatly of current equipment
as advised by project manager and also removal and disposal
of current surplus material
sum 1
9.1.3Provide an amount of R 600,000.00 (Six hundred thousand
Rands) for removal and rerouting of existing servicessum 1
9.1.4Provide an amount of R 1,000,000.00 (0ne Million Rands) for
dewatering and disposal as advised by the project manager. sum 1
9.1.5Provide an amount of R 190,000.00 (0ne hundred and Ninty
Thousand Rands) for Saw cuttingsum 1
9.1.6Provide an amount of R 200,000.00 (Two hundred Thousand
Rands) for replacing damaged G-blocks and road marking sum 1
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO. TRADE AMOUNT
OLD MHA ABLUTION FACILITIES
PRELIMINARIES AND GENERALS
EARTHWORKS
CONCRETE, FORMWORK AND REINFORCEMENT
MASONRY
WATER PROOFING
ROOF COVERERING
CARPENTARY AND JOINERY
CEILINGS
FLOOR COVERINGS
IRONMONGERY
METAL WORKS
PLASTERING
PAINTING
TILING
PLUMBING AND DRAINAGE
ELECTRICALS
FURNITURE
FIRE PROTECTION
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
Bill no1
SANS 1200 SECTION 1: PRELIMINARIES AND GENERALS
FIXED CHARGED AND VALUE RELATED ITEMS
Contractual requirements:
1.1.1 A 8.3.1 Contractual requirements. Sum 1.00
Establishment of facilities for engineer:
1.1.2 A 8.3.2.1 (a) Furnished offices (Rate Only). Sum 1.00
1.1.3 A 8.3.2.1 (b) Telephone(Rate Only). Sum 1.00
1.1.4 A 8.3.2.1 (c) Nameboards(Rate Only). Sum 1.00
Establishment of facilities for contractor:
1.1.5 A 8.3.2.2 (a) Offices and storage sheds. Sum 1.00
1.1.6 A 8.3.2.2 (b) Workshops. Sum 1.00
1.1.7 A 8.3.2.2 (c) Laboratories. Sum 1.00
1.1.8 A 8.3.2.2 (d) Living accommodation. Sum 1.00
1.1.9 A 8.3.2.2 (e) Ablution and latrine facilities. Sum 1.00
1.1.10 A 8.3.2.2 (f) Tools and equipment. Sum 1.00
1.1.11 A 8.3.2.2 (g) Water supplies, electric power and communications. Sum 1.00
1.1.12 A 8.3.2.2 (h) Dealing with water. Sum 1.00
1.1.13 A 8.3.2.2 (i) Access. Sum 1.00
1.1.14 A 8.3.2.2 (j) Plant. Sum 1.00
Other Fixed-charge Obligations:
1.1.15 A 8.3.3 Survey, setting out and preparation of as-built drawings. Sum 1.00
1.1.16 A 8.3.3 Soil testing equipment. Sum 1.00
1.1.17 A 8.3.3 Environmental management. Sum 1.00
1.1.18 A 8.3.3 Occupational Health and Safety. Sum 1.00
1.1.19 A 8.3.3
Items in terms of the Industrial Relations Act and Employment
conditions for tender purposes.Sum 1.00
Removal of site establishment:
1.1.20 A.8.3.4 Removal of site establishment. Sum 1.00
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SANS 1200 SECTION 1: PRELIMINARIES AND GENERAL
TIME RELATED ITEMS
Contractual requirements:
1.1.21 A 8.4.1 Contractual requirements. Sum 1.00
Establishment of facilities for engineer:
1.1.22 A 8.4.2.1 (a) Furnished offices (Rate Only). Sum 1.00
1.1.23 A 8.4.2.1 (b) Telephone(Rate Only). Sum 1.00
1.1.24 A 8.4.2.1 (c) Nameboards(Rate Only). Sum 1.00
1.1.25 A 8.4.2.1 (d) Survey assistants and materials(Rate Only). Sum 1.00
Establishment of Facilities for contractor:
1.1.26 A 8.4.2.2 (a) Offices and storage sheds. Sum 1.00
1.1.27 A 8.4.2.2 (b) Workshops. Sum 1.00
1.1.28 A 8.4.2.2 (c) Laboratories. Sum 1.00
1.1.29 A 8.4.2.2 (d) Living accommodation. Sum 1.00
1.1.30 A 8.4.2.2 (e) Ablution and latrine facilities. Sum 1.00
1.1.31 A 8.4.2.2 (f) Tools and equipment. Sum 1.00
1.1.32 A 8.4.2.2 (g) Water supplies, electric power and communications. Sum 1.00
1.1.33 A 8.4.2.2 (h) Dealing with water. Sum 1.00
1.1.34 A 8.4.2.2 (i) Access. Sum 1.00
1.1.35 A 8.4.2.2 (j) Plant. Sum 1.00
Supervision:
1.1.36 A 8.4.3 Supervision for the duration of Construction. Sum 1.00
Company and Head office Overhead Cost:
1.1.37 A 8.4.4
Company and Head office Overhead Cost for the duration for the
contract.Sum 1.00
Other time related obligations:
1.1.38 A 8.4.5 Survey, setting out and preparation of as-built drawings. Sum 1.00
1.1.39 A 8.4.5 Soil testing equipment. Sum 1.00
1.1.40 A 8.4.5 Environmental management. Sum 1.00
1.1.41 A 8.4.5 Occupational Health and Safety. Sum 1.00
1.1.42 A 8.4.5
Items in terms of the Industrial Relations Act and Employment
conditions for tender purposes.Sum 1.00
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
SANS 1200 SECTION 1: PRELIMINARIES AND GENERAL
TEMPORARY WORKS
Temporary works:
1.1.43 8.8.1 Main access roads to works. Sum 1.00
1.1.44 8.8.2 Dealing with traffic at road crossings & level crossings. Sum 1.00
1.1.45 Contaminated soil Sum 1.00
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
Bill no 2
SECTION 1
BILL 2: EARTHWORKS (PROVISIONAL)
SITE CLEARANCE ETC
Site clearance
1.2.1
Digging up and removing rubbish, debris, vegetation,
hedges, shrubs, bush, etc. and trees not exceeding
200mm girth m² 487.87
EXCAVATION, FILLING, ETC
EXCAVATIONS, ETC
Excavation in earth not exceeding 2m deep
1.2.2 Trenches m³ 15.639
De-watering of seepage water and water from other sub-
soil sources
1.2.3
allow provisonal sum of R 1 000 000.00 for pumping out
water sum 1
SOIL POISONING
Soil insecticide in accordance with SANS 5859
1.2.4 To bottoms and sides of trenches etc. m2
52.129
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
Bill no 3
SECTION 1BILL 3: CONCRETE, FORMWORK AND
REINFORCEMENT
UNREINFORCED CONCRETE CAST AGAINST
EXCAVATED SURFACES
15Mpa/19mm concrete
1.3.1 Strip footings m3
15.64
TEST CUBES
1.3.2
Making and testing 150 x 150 x 150mm concrete
strength test cube (Provisional) No 30
CONCRETE SUNDRIES
Finishing top surfaces of concrete smooth with a steel
trowel
1.3.3 surface bed m2
31.97
MOVEMENT JOINTS ETC
Vertical construction joints through concrete including
thick cement slurry to one face
1.3.4 Surface beds not exceeding 300mmm thick m 139
Saw-cut joints (3.2mm wide) sealed with Sikaflex- 11 FC
sealant on backing cord (sealing according to
manufacturers specifications)
1.3.5 6.4 x 20mm Saw-cut joints in top of concrete m 139
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
Bill no 4
SECTION
BILL 4: MASONRY
BRICKWORKSUPERSTRUCTUREBrickwork of NFX bricks (14 MPa nominal compressive
strength) in class II mortar
1.4.1 Half brick walls m2
59.81
1.4.2 230mm brick walls m2
232
1.4.3 Extra over facebrick (demolished openings) m2
30.41
BRICKWORK SUNDRIES
1.4.4
Cutting toothings and bonding new brick work to
existing m2
10.56
2,5mm Brickwork reinforcement
1.4.5 150mm Wide reinforcement built in horizontally m 2610
Pre-stressed fabricated concrete lintels including
necessary
temporary supports
1.4.6 150 x 150mm Lintels in lengths not exceeding 3m m 4.44
Paving of 500 x 500 x 30mm precast concrete grey
paving slabs with brushed finish, on concrete
1.4.7
Paving of slabs laid loose with open joints on polythene-
bags filled with stabilised sand/cement mixture under
corners and centres of slabs, on waterproofing to walk
way (external) m2
374.2
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
Bill no 5
BILL NO 5: WATERPROOFING
Cementitious waterproofing system (suitable for tiling)
comprising patching defects with polymer modified
flexible
(PMF) waterproofing slurry and three full coats PMF
waterproofing slurry applied with a brush to a final dry
film thickness of 2 to 3mm
1.5.1 On shower floors m2
38.6
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
Bill no 6
BILL NO 6: ROOF COVERING
PROFILED ROOF COVERING AND
ACCESSORIES
Hulamin Aluminium roof sheeting A7 Profile to be fixed
to the existing timber roof structure as per roof sheeting
manufacture's instruction
1.6.1 Roof covering with pitches not exceeding 25 degrees m2
906.6
New 150 dia Aluminium industrial seamless gutter,
colour white with all necessary fixing brackets as per
manufactures recommendations
1.6.2 Gutter m 129.5
Rain water pipe to be marley 125 dia PVC rain water
pipe, colour white, with all necessary fixing brackets as
per manufacture's recommendation
1.6.3 Down pipe m 24
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
Bill no 7
BILL NO 7: CARPENTRY AND JOINERY
CUPBOARDS TO KITCHENS, BEDROOMS, ETC
The following cupboard fittings have been given as
complete units i.e. the components of the units have not
been given separately. Descriptions of such units shall,
therefore, be deemed to include all components,
assembling, housing, notching, glueing, blocking,
planting-on and screwing with countersunk screws,
edge strips, thermosetting plastic laminate, glass,
ironmongery, metalwork, paint or varnish finishes, etc.
as per furniture and kitchen detailNote
Kitchen cupboards etc.
Kitchen cupboards etc. with type PR concealed spring
hinges, type RAIEL Solid 188/220mm 12mm diameter ss
Handles and type SS RIH 552 UTA 45mm drawer slides
1.7.1
Sink cupboard type 2996 x 647 x 900mm high with
sides, bottom,
divisions, shelf, back and double hinged doors
(sink elsewhere) No 2
Eaves, verges Etc.
Medium density plain Nutec fibre-cement fascias and
barge boards fixed with all necessary joining and fixing
brackets as per manufacturers recommendations
1.7.2
9 x 225mm Fascias including jointing connectors, brass
screws and adhesive. m 129.5
1.7.3
9 x 225mm Barge including jointing connectors, brass
screws and adhesive. m 28
Doors
Solid core flush doors
1.7.4
44mm thick solid hardwood doors with diagonal slats,
hardboard covering on both sides,20mm undercut, hung
to hardwood frames No 8
1.7.5
44mm thick solid hardwood double doors with diagonal
slats, hardboard covering on both sides, hung to
hardwood frames (as per door Schedule) No 2
1.7.6
44mm thick solid hardwood double doors with full
louvres, hardboard covering on both sides, hung to
hardwood frames (as per door Schedule) No 2
GALVANISED PRESSED STEEL COMBINATION
DOORS AND FRAMES
Bitcon strong room doors:
1.7.7
Door 813 x 2090mm high class B fibre door as per
'Bitcoin Industries' with 2mm Aluminium sheeting both
sides. No 3
TOTAL CARRIED FORWARD
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
BROUGHT FORWARD
FRAMED FRAMES ETC
1.7.8 108 x 108mm Rebated frames m 20
BEADS, ARCHITRAVES, ETC
1.7.9 19mm Quadrant beads both sides m 43
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
Bill no 8
BILL 8: CEILINGS, PARTITIONS, ETC
SUSPENDED CEILINGS
pelican Econocoust plus safeguarder ceilings tiles 600 x
600 x 15mm with square edge and white painted finish
laid onto pelican Econolok pre-painted white exposed
tee grid system including fire safety punch outs. Main
tees suspended to existing roof system as per
manufactures instruction.
1.8.1
Ceilings suspended exceeding 1m and not exceeding
2m below steel purlins m2
487.87
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
Bill no 9
BILL NO 9: FLOOR COVERINGS
Epoxy coating as per 'flowcrete' peran pt colour light
grey applied on a clean dust free floor as per
manufactures recommendation
1.9.1 On floors m² 21.07
30mm smooth granolithic floor finish
1.9.1 On floors m² 40.78
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
Bill no 10
BILL NO 10: IRONMONGERY
HINGES, FLOOR SPRING HINGES, BOLTS, PANIC
BOLTS, ETC.
1.10.1
Dorma TS83/BC/EN2-6 Parallel arm door closer-push
side fitting No 4
1.10.2 dorma D037 euro profile cylinder dead lock No 12
1.10.3 Dorma DCE 002 steel euro profile escutcheon No 20
1.10.4 Dorma D038R conversion kit No 5
1.10.5 Erebus heavy duty adjustable roller bolt No 30
1.10.6 Howick H400 150X20mm aluminium lever flush bolts No 5
1.10.7
Howick H409 600X20mm aluminium lever action flush
bolts No 5
1.10.8 Dorma DBB SS 009 stainless steel two ball but hinge No 60
1.10.9 Dorma DBB SS 017 steel floor stop No 6
1.10.10 weather bar 9
1.10.11 Dorma dust proof socket No 5
1.10.12 Stainless steel coat hook with rubber buffer No 8
1.10.13
Dorma DSS6 'tea cup' Pictogram on 76mm dia stainless
steel plate No 3
BATHROOM FITTINGS
Franke':
1.10.14
'Chronos' SS single toilet roll holder (code RH140HD)
size 140 x 110 x 110mm high with satin finish and
lockable delivery spindle, cylinder lock with 'Franke'
standard key including stainless steel screws and
dowels. No 8
SUNDRIES
1.10.15 Union CZ8731SC' door stop plugged. No 17
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
Bill no 11
BILL NO 11: METALWORK
ALUMINIUM WINDOWS, DOORS, ETCRefer to attached window schedules for details of
windows
Powder coated casement window units as per "wispeco
340 series profile" system, complete with subframes,
ironmongery, glass, sealing, etc. and fixing to brickwork
or concrete
1.11.1Standard window type 610 x 610mm high ( as per
window schedule) No 22
1.11.2Standard window type 1830 x 610mm high ( as per
window schedule) No 4
1.11.3Standard window type 1500 x 1200mm high ( as per
window schedule) No 12
1.11.4Standard window type 1770 x 1149mm high ( as per
window schedule) No 4
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
Bill no 12
BILL NO 10: PLASTERING
SCREEDS
Screeds wood floated, on concrete
1.12.1
Average 40mm thick on floors to falls with 'ABE
Duraproof' additive. m2
487.87
INTERNAL PLASTER
Cement plaster steel trowelled on brickwork:
1.12.2 On walls. m2
583.77
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
Bill no 13
BILL 13:PAINTWORK
Previously painted plastered surfaces
Surfaces shall be thoroughly washed down and allowed
to dry completely before any paint is applied. Blistered
or peeling paint shall be completely removed and cracks
shall be opened, filled with a suitable filler and finished
smooth
1.13.1
prepare and paint with Plascon double velvet, colour
artists canvas, code y2-e2-3 m2
538.3
PAINTWORK ETC TO NEW WORK
prepare and paint with Plascon double velvet, colour
artists canvas, code y2-e2-3
1.13.2 On walls m2
583.8
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
Bill no 14
BILL NO 14: TILING
310mmx 310mm full body first grade porcelain tile pi 5
rated as per 'tile Africa' kerastar range colour: crons
laid strict accordance to manufacture's specification
with 'gold star porcelain fix and Goldstar light grey grout
1.14.1 On floors m² 427.39
300 x 100mm porcelain tile skirt to match porcelain floor
tile
1.14.2 skirting 100mm high m 310.41
Plastered coved skirting, with epoxy finish
1.14.3 skirting 75mm high m 26.448
WALL TILING
1.14.4
200 x 200mm 1st Grade white glazed ceramic tiles to
the soffits m² 515.15
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
Bill no 15
BILL NO 15: PLUMBING AND DRAINAGE
SANITARY FITTINGS
Vaal sanitaryware springbok ceramic fireclay heavy duty
basin colour white 550mm 400mm with two tap holes,
including integrated overflow and chainstay hole fixed to
wall fixed to wall with two semi concealed cast iron
brackets
1.15.1 Basin No 12
Orchid flushmaster FJ2100 including double flap seat
and all fittings colour white
1.15.2 Water closet No 8
Vaal sanitaryware 415x 275x315mm flat back white
vitreous china wall mounted urinal (code 705326)
including 38mm chromium plated domical grating and
chromium plated to inlet spreader( as per sanitary
schedule)
1.15.3 Urinal No 7
1.15.4
Cobra watertech Star FI x FI under tile stop tap with
sliding wall flange (code128-15) manufactured in
accordance with SANS 226:2004 type (5412) 1 hot and 1
cold No 22
Miscellaneous/General
1.15.5
Toilet roll holder, tuff roll lockable holding 5 rolls by 'tuff'
as supplied No 8
1.15.6
Soap dish: Vaal recessed vitreous china , colour white
mounted in wall with tiles No 22
1.15.7
20mm Bevelled mirror, 6mm silver backed float glass
400 x 800mm above basin bevelled edge mounted flush
tiles as per architect details, mirror to be fixed with
dome capped mirror screws No 4
1.15.8 hands free soap dispenser HF950 No 10
1.15.9 hands free hand drier HF2400 No 4
CONNECTIONS OF APPLIANCES ETC
1.15.10 Geysers and heat pumps as per engineers specification No 4
1.15.11
Zip stainless steel 5litre Hydroboil Pro with instant
boiling water two way tap control and sub-micron
filtration , connected to 15mm cold water supply No 2
1.15.12
Allow a provisional sum R 57 694.00 for water supply
and connections and to all taps, geysers, flush master,
hydro boil etc. Item 1
1.15.13
Allow a provisional sum R 28 800.00 for water supply
and connections and to all taps, geysers, flush master,
hydro boil etc. Item 1
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
BILL NO 16: ELECTRICALS
Connections to appliances geyser and plugs
Allowance for making safe, dismantling and stripping of
existing electrical equipment including lights, sockect
outlest, conduit, distribution boards and assoicaited
electrical installation. All electrical removed shall be
handed over to the TPT maintenance department sum 1
Allowance for making safe, dismantling and stripping of
existing kiosk electrical installation. All electrical removed
shall be handed over to the tpt maintenance department sum 1
PROPOSED INSTALLATION
Power & Socket Outlets (SABS/IEC approval documents
to be provided on request for any of the proposed
equipment)
Provision of new 630A, 3P, 25kA Moulded Case Circuit
Breaker into existing substation B Low Voltage
compartment as shown on drawing: 4223745-2-002-E-
LA-0004-01 ea 1
Supply and installation of 185mm² 4 Core PVC Insulated
PVC bedded SWA PVC sheathed 600/1000V ECC cable in
accordance to Transnet specification TPD:003-
CABLESPEC and SANS 10142-1 as shown on drawing:
4223745-2-002-E-LA-0004-01 m 110
Supply and installation of 70mm² 4 Core PVC Insulated
PVC bedded SWA PVC sheathed 600/1000V ECC cable in
accordance to Transnet specification TPD:003-
CABLESPEC and SANS 10142-1 as shown on drawing:
4223745-2-002-E-LA-0004-01 m 75
Allowance for manufacturing, testing and installtion of a
floor mounted weather proof kiosk. Kiosk to be
manufactured in accordance to Transnet Group Projects
TPD:002-DBSPEC and SANS 10142-1 as shown drawing:
4223745-2-002-E-LA-0004-01. Contractor shall provide
GA's for approval prior to manufacturing of the
distribution kiosk. ea 1
Allowance for manufacturing, testing and installtion of a
surface mounted weather proof Distribution Board B.
Distribution board to be manufactured in accordance to
Transnet Group Projects TPD:002-DBSPEC and SANS
10142-1 as shown drawing: 4223745-2-002-E-LA-0005-
01. Contractor shall provide GA's for approval prior to
manufacturing of the distribution board. ea 1
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
BILL NO 16: ELECTRICALS
Equal or similar approved to Legrand 16A 230V single
switched socket outlets, complete with recessed mount
box and coverplate. ea 12
Equal or similar approved to Legrand Provision of 16A
230Vsingle switched water tight socket outlets, complete
with recessed mount box and coverplate. ea 2
Equal or similar approved to Legrand 16A 230V double
switched socket outlets, complete with recessed mount
box and coverplate. ea 19
Equal or similar approved to Legrand 20A 230V surface
mounted rotatary lockable IP67 isolator switch
wheatherproof. ea 4
Equal or similar approved to Legrand 40A 400V surface
mounted rotatary lockable IP67 isolator switch
wheatherproof. ea 9
Equal or similar approved to Legrand 20A 230V isolator
switch, complete with recessed mount box and
coverplate. ea 8
Equal or similar approved to Legrand 20A 230V switched
cordgrip, complete with recessed mount box and cover
plate. ea 3
Termination of new 185mm² 4 Core Unarmoured PVC
insulated PVC sheathed 600/1000V cable from kiosk to
low voltage distribution board B ea 2
Termination of new 70mm² 4 Core Unarmoured PVC
insulated PVC sheathed 600/1000V cable from
substation B to low voltage Kiosk ea 2
Lighting & Luminaires (SABS/IEC approval documents to
be provided on request for any on the proposed
equipment)
Equal or similar approved to Philips Pacific LED 28W light
fitting/EMG. ea 30
Equal or similar approved to Philips Pacific LED 28W light
fitting. ea 48
Equal or similar approved to DTS 59W LED Fixture
Hazardous Area Light Fitting ea 4
Equal or similar approved to Beka 31007 15W LED
bukhead light fitting.EMG ea 0
Equal or similar approved to Beka 31007 15W LED
bukhead light fitting. ea 19
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
BILL NO 16: ELECTRICALS
Equal or smilar approved to Schneider single load 360°
PIR ocupational sensor. ea 18
16A Photo electric switch/ Photocell, complete with IP65
enclosure with clear window. ea 2
Wiring (High annealed PVC insulated stranded copper
conductors (house wire).
6mm² - red m 70
6mm² - white m 70
6mm² - blue m 70
6mm² - black m 70
6mm² - yellow/green m 70
10mm² - red m 40
10mm² - white m 40
10mm² - blue m 40
10mm² - black m 40
10mm² - yellow/green m 40
2.5mm² - red m 1200
2.5mm² - white m 1200
2.5mm² - blue m 1200
2.5mm² - black m 1200
2.5mm² - yellow/green m 1200
Conduit, Wireways & Trunking
PVC conduit
20 mm Diameter PVC conduit, boxes,couples adapters
and accessories sum 1
32 mm Diameter PVC conduit, boxes,couples adapters
and accessories sum 1
50mm Diameter PVC conduit, boxes,couples adapters
and accessories sum 1
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
BILL NO 16: ELECTRICALS
Channels &Trunking
PVC trunking Wiring Consumable acessories including
Lugs, Ferrules, Terminal Blocks, Screws,connections,
compression glands etc sum 1
Earthing & Lightning Protection
Design,supply and installation of Earthing & Lightning
Protection for Building including all distribution boards in
accordance with SANS 10313 and Transnet TPD: 004-
EARTHINGSPEC sum 1
Issue of certificate for Lighting and Surge protection in
according with SANS 10313. ea 1
Testing and commissioning
Testing and commissioning of complete electrical
installation in accordance to SANS 10142-1 (including
issuing of compliance certificates) sum 1
Sundry Electrical Works
Allow a provisional Sum of R50 000,00 for Sundry
Electrical work not covered above, to be used as
directed by the engineer and be deducted wholly or in
part as required. sum 1
GENERAL
Three sets of manuals, software, asbuilt drawings and
test certificates. One set in plastic sleeves and "as built"
of electrical infrastructure in AutoCad format. (3 OFF) sum 1
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
ITEM
NO.
PAYMENT
CLAUSE DESCRIPTION UNIT QTY RATE AMOUNT
Bill no 17
BILL NO 17: Furniture
Kitchen
1.17.1 Vulcan SST 1050 SS Table with plain top No 8
1.17.2
tuff floors shower mat flexible PVC. interlocking self
draining safety flooring mats, colour black size 500 x
500 x 7mm laid loose on floor in accordance with the
manufacture's recommendation No 24
Seat and table combination
1.17.3
provide a seat and table combination for the mess room
as per drawing 4223745-2-A-DE-006-01-2-TD No 15
Food locker
1.17.4
Provide food locker with 1mm steel sheet/panels, all
steel to be pre-drilled electro galv and epoxy powder
coated ref 5403, as per drawing 4223745-2-A-DE-006-
01-2-TD No 46
Bench
1.17.5Seat type A: as per drawing 4223745-2-A-DE-006-01-2-
TD
1.17.6 800 x 450 x 3936mm No 2
1.17.7 800 x 450 x 5800mm No 1
1.17.8 800 x 450 x 2100mm No 1
1.17.9 800 x 450 x 3000mm No 1
1.17.10 800 x 450 x 3177mm No 1
Seat type B: as per drawing 4223745-2-A-DE-006-01-2-
TD
1.17.11 450 x 450 x 3079mm No 2
1.17.12 450 x 450 x 3067mm No 1
1.17.13
Shower curtains as texwise colour charcoal grey with
brass eyes and rod as per texwise No 21
Refrigerator
1.17.14
323L Metallic bottom freezer fridge with semi auto
defrost, water dispenser, sealed crisper draw and
tempered glass shelves No 3
TOTAL CARRIED FORWARD TO EXECUTIVE SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
Bill no 18
BILL NO 18:FIREPROTECTION
WATER SUPPLIES TO FIRE APPLIANCES
Fixing of pipes
Unless specifically otherwise stated, descriptions of pipes
shall be deemed to include for fixing to walls, etc. casting in,
building in or suspending not exceeding 1m below
suspension level. No allowance for holes and drilling for pipes
through walls has been made in these Bills of quantities, the
price for all holes and making good shall be deemed to be
included in the descriptions of the pipes. Note
Galvanised steel pipes:
1.18.1 25mm Pipes. m 85
Extra over galvanised steel pipes for steel fittings:
1.18.2 25mm fittings
No 36
FIRE APPLIANCES, ETC.TYCO OR OTHER APRROVED:
rates must include supplying and putting up signages as per
drawing specifications Note
1.18.3
Kama Industries or similar, Emergency Air Horn type Sirenco
Blaster 300ML, including Sirenco Wall box enclosure and
fixing on wall. No 3
1.18.4
36 x 19m Fire Hose Reel with 220kpa minimum Inlet
pressure, 1000kpa maximum inlet pressure, approximately
22kg with steel signal red back and front plate supported
with mild steel zinc plate, including swivel zinc plate guide
arm, zinc coated ball valve, brass nozzle and rubber gasket
(supply and install new)
No 1
1.18.5
36 x 19m Fire Hose Reel with 220kpa minimum Inlet
pressure, 1000kpa maximum inlet pressure, approximately
22kg with steel signal red back and front plate supported
with mild steel zinc plate, including swivel zinc plate guide
arm, zinc coated ball valve, brass nozzle and rubber gasket
(remove repair and reinstall existing fire hose reel)
No 2
1.18.6 5kg Carbon dioxide fire extinguisher. No 2
1.18.7 9kg Carbon dioxide fire extinguisher. No 6
SUNDRIES
1.18.8
Allow a sum of R 30 000 (Thirty Thousand Rands) for
connection to main, including profit and attendance sum 1
1.18.9
Allow a sum of R 20 000 (twenty Thousand Rands ) for pipe
protection and insulation sum 1
TESTING:
1.18.10 Testing fire water pipe system. sum 1
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
TENDER NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Item
No.
Payment
clauseDescription Unit Qty Rate Amount
Bill no 19
Bill no 19: PROVISIONAL SUMS
BUDGETARY ALLOWANCES
The following budgetary allowances are for work to be
executed by the principal contractor at bill rates or at rates to
be agreed in terms of the contract:
1.19.1Provide an amount of R 1,000,000.00 (0ne Million Rands) for
dewatering.Sum 1
1.19.2Provide an amount of R 250,000.00 (Two Hundred and Fifty
Thousand Rands) for air conditioning.Sum 1
1.19.3Provide an amount of R 180,000.00 (One Hundred and Eighty
Thousand Rands) for saw cutting.Sum 1
1.19.4Provide an amount of R 1,000,000.00 (0ne Million Rands) for
removal and disposal of contaminated material.Sum 1
TOTAL CARRIED FORWARD TO SECTION SUMMARY
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 1 of 163
PART C3: SCOPE OF WORK
Document reference
Title No of page
This cover page 1
C3.1 Employer’s Works Information 163
Total number of pages 164
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 2 of 163
C3.1 EMPLOYER’S WORKS INFORMATION
Contents
PART C3: SCOPE OF WORK ............................................................................................. 1
SECTION 1 ..................................................................................................................... 4
1 Description of the works ........................................................................................ 4
1.1 Executive overview ......................................................................................... 4
1.2 Employer’s objectives ...................................................................................... 4
1.3 Interpretation and terminology ......................................................................... 5
2 Engineering and the Contractor’s design .................................................................. 6
2.1 Employer’s design ........................................................................................... 6
2.2 Review and Acceptance of Contractor Documentation ........................................ 6
2.3 As-built drawings ............................................................................................ 7
3 Construction.......................................................................................................... 7
3.1 Temporary works, Site services & construction constraints ................................. 7
3.2 Completion and correction of Defects .............................................................. 14
4 Plant and Materials Standards and Workmanship..................................................... 15
4.1 Employer specifications .................................................................................. 15
4.2 Building works ............................................................................................... 15
4.3 Civil Engineering ............................................................................................ 19
4.4 Electrical Engineering ..................................................................................... 41
4.5 Mechanical Engineering (HVAC, Water Reticulation and Fire Protection) .............. 54
4.6 Structural Engineering .................................................................................... 91
5 List Of Drawings ................................................................................................. 122
5.1 Drawings issued by the Employer .................................................................. 122
SECTION 2 .................................................................................................................. 124
6 Management and start up ................................................................................... 124
6.1 Management meetings ................................................................................. 124
6.2 Documentation Control ................................................................................. 124
6.3 Safety risk management ............................................................................... 126
6.4 Environmental constraints and management .................................................. 130
6.5 Quality assurance requirements .................................................................... 146
6.6 Planning constraints ..................................................................................... 147
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 3 of 163
6.7 Contractor’s management, supervision and key people .................................... 153
6.8 Training workshops and technology transfer ................................................... 154
6.9 Insurance provided by the Employer .............................................................. 154
6.10 Contract change management ...................................................................... 156
6.11 Provision of bonds and guarantees ................................................................ 156
6.12 Records of Defined Cost, payments & assessments of compensation events kept by
Contractor ............................................................................................................. 156
7 Procurement ...................................................................................................... 156
7.1 Code of Conduct .......................................................................................... 156
7.2 The Contractor’s Invoices ............................................................................. 158
7.3 People ........................................................................................................ 159
7.4 Subcontracting ............................................................................................ 162
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 4 of 163
SECTION 1
1 Description of the works
1.1 Executive overview
The works that the Contractor shall perform involves electrical, mechanical, civil and building works
for the Temporary Facilities required at the Old MHA Workshop in the Port of Richards Bay.
The scope of the works includes the following:
Clearing of the site of rubble, sand and vegetation
Additions, alterations and refurbishment of the existing Workshop, and Mess and ablution
Buildings
Demolition of the stores buildings
Partial demolition, additions and alterations internally and externally for the creation of
new workshop spaces, offices, mess and ablutions, new oil and flammable stores
new shade cloth carports, security kiosk, refuse area and fencing
Civil Works and service connections (paving, water, sewer, stormwater)
Installation of Electrical LV infrastructure and equipment
Design, supply and installation of Lightning protection and Earthing of the buildings and
structures
Supply, installation, testing and commissioning of HVAC infrastructure and plant
Supply, installation, testing and commissioning of firefighting system pipework and plant
Supply and installation of fire protection and emergency signage and evacuation plans
Supply, Installation, testing and commissioning of Heat Pumps, piping and hot water tanks
with electrical backup elements
Supply, installation, testing and commissioning of Fire extinguishing Plant
1.2 Employer’s objectives
The Employer’s objectives are to provide temporary staff accommodation during the construction
period of permanent administration, workshops, and mess and ablution facilities for the installation
of a single cell tippler in the Dry Bulk Terminal in the Port of Richards Bay.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 5 of 163
In addition to the above, the Employer’s objectives are to achieve Completion of the works by
meeting the Completion Date whilst still maintaining the highest environmental, quality and safety
standards and whilst minimising disruptions to ongoing port and terminal operations.
1.3 Interpretation and terminology
The following abbreviations are used in this Works Information:
Abbreviation Meaning given to the abbreviation
CEMP Construction Environmental Management Plan
DP Data Pack
FEQ Field Engineering Query
GA General Arrangement Drawing
ID Personal identification document
NCR Non-conformance report
NEMA National Environmental Management Act
PES Project Environmental Specifications
PIRPMP Project Industrial Relations Policy and Management Plan
PQP Project Quality Plan
QCP Quality Control Plan
SANS South African National Standards previously South African Bureau of
Standards (SABS)
SES Standard Environmental Specification
SHE Safety, Health & Environment
TPT Transnet Port Terminals
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 6 of 163
2 Engineering and the Contractor’s design
2.1 Employer’s design
2.1.1 The Employer supplies the following:
Works Information.
Technical specifications.
General Arrangement Drawings.
The drawings for providing the Works are listed in paragraph 5 of this Works Information.
2.1.2 The Employer grants the Contractor a licence to use the copyright in design data presented to
the Contractor for the purpose of the works ONLY.
2.2 Works by the Employer
The Employer has in place agreements with service providers for the provision of ICT services
and infrastructure. The Contractor shall not be required to engage the Transnet service provider
but shall be required to provide certain infrastructure as detailed in drawings supplied for use by
Transnet.. The following are areas where the contractor shall provide infrastructure for ICT use.
2.2.1 Structured LAN Cabling
The structured LAN cabling required in this facility shall be installed by the relevant Transnet
Service provider at the time of this installation being required.
The facility contractor shall ensure that all required wire ways, conduits, drops are installed as
shown on the relevant electrical drawings to allow for the installation of LAN cabling from the
associated Comms rooms.
2.2.2 Comms Pipe and Chamber Connectivity
The facility Contractor shall ensure that sleeves to tie into the main pipe and chamber system
manhole from the associated Comms room are installed as shown on the relevant civil services
layouts. The fibre optic feed to this facility will be installed by the relevant Transnet Service
provider at the time of this installation being required.
2.2.3 Timelines
The facility Contractor shall indicate on the project construction baseline programme when the
infrastructure above will be available for the Transnet service provider to complete the structured
LAN cabling and fibre installations.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 7 of 163
2.3 Review and Acceptance of Contractor Documentation
The Contractor submits documentation as the ‘Works Information’ requires to the Project
Manager for review and acceptance.
In undertaking the ‘Works’ (including all incidental services required), the Contractor shall
conform and adhere to the requirements of the ‘Contractor Document Submittal Requirements’
Standard included in Annexure 1 (Refer DOC-STD-0003).
2.4 As-built drawings
The Contractor shall provide all the as-built drawings as called for in the Employer’s standard
specification.
The Contractor submits final documentation to the Project Manager before Completion. This final
documentation is documentation for which no further review is required.
2.4.1 As-Built/Final Documentation
In undertaking the ‘Works’ (including all incidental services required), the Contractor shall
conform and adhere to the requirements of the ‘Contractor Document Submittal Requirements’
Standard included in Annexure 1 (Refer DOC-STD-0003).
2.4.2 Data Books
In undertaking the ’Works’ (including all incidental services required), the Contractor shall
conform and adhere to the requirements of the ‘Data Books and Manuals’ Standard included in
Annexure 10 (Refer DOC-STD-0003) and the ‘Contractor Documentation Submittal Requirements’
Standard included in Annexure 1 (Refer to DOC-STD-0003).
3 Construction
3.1 Temporary works, Site services & construction constraints
3.1.1 Employer’s Site entry and security control, permits, and Site regulations
The Site is located within an operational area of the Employer and the Contractor shall ensure
the safe passage of traffic to and around the Site at all times. This shall entail the provision of
flagmen, protective barriers, lanterns, signs, etc. for protection, direction and control of traffic.
The Contractor shall organise the work to cause the least possible inconvenience to other
construction activities or operations at the Site. Access for Others to adjacent areas shall be
maintained at all times.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 8 of 163
The Site is located within a designated Secure Area, and accordingly all access into the area will
be through a gate with access control.
The Contractor shall obtain the necessary entry permits for all staff working within the area in
accordance with the access control requirements of the Employer and shall issue each personnel
member with an appropriate identification card.
All costs incurred in providing construction personnel with ID cards and access permits shall be
borne by the Contractor.
The site establishment area shall be clearly sign posted and be compliant with the relevant safety
regulations and restrictions that might be in place until the Contractor has de-established from
site and comply with OHS Act 85 of 1993.
The Contractor is responsible for the security of the Works until completion and hand-over, and
must make his own arrangements for security and the safekeeping of his property. The
Contractor's watchmen are allowed on Site for this purpose.
If the working area is situated within a Customs controlled area, the Contractor and his people
shall observe all Customs regulations.
The fullest collaboration between the Contractor, the Employer’s Operations Manager and the
Project Manager is essential in regard to the continued operations of the Employer.
Housing of the Contractor's people on site is not permitted.
All work on, over, under or adjacent to railway lines and near high voltage equipment shall
comply with Transnet SOC Limited codes of conduct.
3.1.2 The Contractor complies with the following requirements of the Employer:
As per paragraph 3.1.1 above.
3.1.3 Restrictions to access on Site, roads, walkways and barricades
As per paragraph 3.1.1 above.
3.1.4 People restrictions on Site; hours of work, conduct and records:
The working hours shall be in accordance with the requirements of the Department of Labour or
with the agreement of the relevant trade unions. This information relating to working hours shall
be supplied to the Project Manager prior to commencement of the proposed working hours.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 9 of 163
Contractor’s staff shall be confined to the working area and defined access routes and shall not
be allowed to be present in other areas of the Employer. Contractor staff found disobeying this
instruction will be subject to disciplinary action.
The Contractor keeps daily records of his people engaged on the Site and Working Areas
(including Sub-Contractors) with access to such daily records available for inspection by the
Project Manager at all reasonable times.
3.1.5 The Contractor keeps daily records of his people engaged on the Site and Working Areas
(including Subcontractors) with access to such daily records available for inspection by the Project
Manager at all reasonable times.
3.1.6 Health and safety facilities on Site
At all times during construction the Contractor is responsible for the safety of all persons on the
Site and on the equipment and shall have the necessary systems and procedures in place to
effectively manage this in relation to H & S requirements in addition to those of the OHSA Act
and Regulation (85 of 1993, CR 2014.
3.1.7 The Contractor complies with the requirements stated under paragraph 2.3 of C3.1 Employer’s
Works Information.
3.1.8 Environmental controls, fauna & flora, dealing with objects of historical interest
The Contractor shall perform the Works and all construction activities within the Site and Working
Areas having due regard for the environment and environmental management practices.
3.1.9 The Contractor complies with the CEMP and SES in the construction of the works, all as described
in Employer’s Works Information.
3.1.10 Title to Materials from demolition and excavation
Clause 73.2 states that the Contractor has title to Materials from excavation and demolition only
as stated in the Works Information.
3.1.11 The Contractor has title to all Materials arising from excavation and demolition in the performance
of the works. The Project Manager shall instruct the Contractor how to label, mark, set aside
and/or dispose of such Materials for the benefit of the Employer in accordance with ECC Clause
73.1.
3.1.12 Cooperating with and obtaining acceptance of others
During the course of the contract, departments of Transnet and other Contractors may be
working in the general area surrounding the working area. The Contractor must make allowance
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 10 of 163
for the necessity to interface with the activities of Others, and to allow for safe access and
working conditions.
At least some of the Site work may take place while the adjacent areas will be in operation. The
Contractor shall take all necessary steps for his Works not to interfere with operations and to
ensure that normal traffic flow of the operational terminal is not obstructed.
The success of the project depends on the effective co-operation of all Contractors on site, and
the Contractor, if necessary, must discuss his programme on a day to day basis with the Project
Manager to ensure effective co-ordination.
3.1.13 Publicity and progress photographs
The Contractor treats all information gained through his appointment on this project as strictly
confidential. The Contractor is not allowed to prepare or present any paper, publish any article
in a technical journal, or derive publicity for his business which makes any reference to any
aspect of the work on this project unless the Employer grants special permission, in writing, for
the purpose.
No photographs are to be taken unless the photographer is in possession of a camera permit
issued by the TNPA Chief Security Officer, Port of Richards Bay. Photographs are to be taken for
record purposes only.
The Contractor provides a comprehensive photographic record of the progress of the Works by
taking photographs at weekly intervals. The initial photographs are to be taken at the start of
the project, immediately prior to the commencement of any work. As far as possible each set of
photographs shall be taken from the same locations as the previous set.
The areas to be photographed and the quantity of photographs in each area will be determined
by the Project Manager.
Progress photographs of all manufacturing work carried out off-site are also required.
Photographs are to be submitted in JPEG format, with a minimum resolution of 1200 x 800. Each
set of photographs must be accompanied by an index showing:
o Contract reference
o Photograph file reference
o Date of Photograph
o Subject matter.
3.1.14 The Contractor provides a notice.
3.1.15 The Contractor does not advertise the contract or the project to any third party, nor communicate
directly with the media (in any jurisdiction) whatsoever without the express written notification
and consent of the Project Manager.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 11 of 163
3.1.16 Contractor’s Equipment
All Equipment supplied and used by the Contractor on Site shall be selected and operated in such
a way that design loadings of the particular areas are not exceeded and that damage to all existing surfaces and services are avoided. The Contractor will be required to repair, at his own
cost and to the satisfaction of the Project Manager, any such damage caused by him.
The Contractor shall keep daily records of all Equipment used on Site and the Working Areas with
access to such daily records available for inspection by the Project Manager at all reasonable
times.
All Equipment necessary for the Works shall be provided and allowed for by the Contractor.
3.1.17 The Contractor keeps daily records of his Equipment used on Site and the Working Areas
(distinguishing between owned and hired Equipment) with access to such daily records available
for inspection by the Project Manager at all reasonable times.
3.1.18 Equipment provided by the Employer
No Equipment will be provided by the Employer.
3.1.19 Site services and facilities:
When required in terms of the delivery methodology, a Site will be made available to the
Contractor as erection Site and for all his Working Areas.
An electric supply point is available to the Contractor at this site, but the Contractor is responsible
for connecting up and for cabling in the working area.
A potable water supply point is available to the Contractor at this site, but the Contractor is
responsible for connecting up in the working area.
The Contractor shall make his own arrangements for the supply of other services such as
ablutions, fire protection, lighting and all other services required for undertaking the Works. The
Contractor shall provide, maintain and finally remove proper portable latrines of sufficient number
at his cost. Latrines shall be properly constructed and placed in suitable positions and maintained
in a clean and sanitary working condition.
Wherever the Employer provides facilities for the Contractor’s use within the Working Areas and
the Contractor adapts such facilities for use, then the Contractor makes good and provides full
reinstatement to the land (including all apparatus of the Employer and Others in, on or under
the land) and surrounding areas to its original standard upon dismantling of such facilities and
hand-back to the Employer.
3.1.20 Facilities provided by the Contractor:
The Contractor submits the following drawings to the Project Manager for acceptance before
commencing with the establishment of the site facilities:
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 12 of 163
o Location drawing showing the area to be occupied by the Contractor in relation to the
Port infrastructure.
o Layout drawing of the proposed facilities.
The Contractor must ensure that the working area is well lit at night and that all the fences,
obstacles and hazards are marked.
Project Manager’s approval must be obtained for the use of any temporary lighting on the Site
due to the impact that this may have on surrounding operations.
The Contractor must maintain the working area in a neat and tidy condition to the satisfaction of
the Project Manager.
The Contractor must make his own arrangements for the disposal of sewerage and waste water.
Sewerage may not be disposed of on site. Transnet facilities may not be used.
The Contractor must make his own arrangements for telecommunication facilities, if required,
for his use during the execution of the Works.
The Contractor, within fourteen days after completion, must completely remove from site all his
plant, materials, Equipment, stores and temporary accommodation or any other asset belonging
to him and leaves the site in a tidy condition to the satisfaction of the Project Manager. No excess
or discarded materials, plant or stores may be buried or dumped within the Employer’s
boundaries.
Unless expressly stated as a responsibility of the Employer, Site services and facilities, all residual
requirements for the provision of facilities and all items of Equipment necessary for the Contractor
to Provide the Works remains the responsibility of the Contractor.
3.1.21 Wherever the Contractor provides facilities (either his own or for the Project Manager and/or
Supervisor) and all items of Equipment, involving, inter alia, offices, accommodation,
laboratories, Materials storage, compound areas etc., within the Working Areas, then the
Contractor makes good and provides full reinstatement to the land (including all apparatus of the
Employer and Others in, on or under the land) and surrounding areas to its original standard,
upon dismantling of such facilities and items of Equipment.
3.1.22 Unless expressly stated as a responsibility of the Employer, Site services and facilities, all residual
requirements for the provision of facilities and all items of Equipment necessary for the Contractor
to Provide the Works remains the responsibility of the Contractor.
3.1.23 Existing premises, inspection of adjoining properties and checking work of Others
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 13 of 163
The Contractor will be held responsible for any damage to existing structures and services caused
by him during the execution of this Contract, fair wear and tear excluded, and shall repair damage
to the satisfaction of the Project Manager before completion of the Works.
For this purpose a joint inspection with the Project Manager and the Contractor will be carried
out prior to occupation of the Works and any existing damage noted. Repair work to damaged
existing structures and services may be carried out during the contract period or during the
defect correction period if so authorised. The Contractor will be required to conduct a
photographic site survey of the occupied area showing existing structures and services. This
report must be submitted to the Project Manager for approval and will be used in assessing the
damages to structures and services if applicable.
3.1.24 The Contractor the work of with which the works interfaces in conjunction with the Project Manager:
3.1.25 Survey control and setting out of the works
Immediately after the starting date, and prior to final design, the Contractor shall survey the
complete site of final operation of the equipment or, if the site of final operation is not completed
yet, obtain the necessary site arrangement and interface drawings from the Project Manager.
This survey serves to confirm dimensions and relative positions of all things, existing or to be
supplied by Others, which will interface with the equipment, for example location of electrical
power supply points.
It is the Contractor’s responsibility to ensure that the equipment supplied in terms of the contract
interfaces successfully with all existing infrastructure.
Any deviation from the data supplied by the Employer in the Works Information must be brought
under the attention of the Project Manager and discussed and finalised with the Project Manager
prior to final design of the equipment.
3.1.26 Excavations and associated water control
All excavations deeper than 1.0m below ground level or as otherwise indicated by the Employer’s
Safety Officer and Supervisor in terms of the current Construction Regulations, shall either be
fully shored or the sides shall be battered back to a safe angle as determined by the strength of
the soil and approved by the Supervisor.
Shallow ground water may be encountered in the excavations. Where this occurs, the Contractor
is to provide suitable de-watering equipment. The discharge from the dewatering equipment
must be controlled in accordance with the requirements of the Standard Environmental
Specification and Construction Environmental Management Plan. Discharge directly into the
storm water drainage system or into the sea is not permitted. All excavations deeper than 1.0m
below ground level or as otherwise indicated by the Employer’s Safety Officer in terms of the
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 14 of 163
current Construction Regulations, shall either be fully shored or the sides shall be battered back
to a safe angle as determined by the strength of the soil and approved by the Supervisor.
Shallow ground water may be encountered in the excavations. Where this occurs, the Contractor
is to provide suitable de-watering equipment. The discharge from the dewatering equipment
must be controlled in accordance with the requirements of the Standard Environmental
Specification and Construction Environmental Management Plan. Discharge directly into the
storm water drainage system or into the sea is not permitted.
3.1.27 Underground services, other existing services, cable and pipe trenches and covers
The Contractor must, in collaboration with the Supervisor, ascertain whether or not the service
is live. The Contractor shall not uplift any such service unless he is instructed to do so.
The Contractor shall be held responsible for any damage to known services and he
shall take all necessary measures to protect them. In the event of a service being
damaged, the Contractor shall immediately notify the Supervisor. The Contractor
shall not repair any such service unless he is instructed to do so.
3.1.28 Where the Contractor encounters existing underground services / existing services cables / pipe,
the Contractor should notify the Project Manager.
3.1.29 Control of noise, dust, water and waste
All Site activities must comply with the relevant parts of legislation.
3.1.30 The Contractor notifies the Supervisor of the elements of the works which are to be covered up.
3.2 Completion and correction of Defects
3.2.1 The work to be done by the Completion Date
On or before the Completion Date the Contractor shall have done everything required to Provide
the Works including the work listed below which is to be done before the Completion Date and
in any case before the dates stated. The Project Manager cannot certify Completion until all the
work listed below has been done and is also free of Defects, which would have, in his opinion,
prevented the Employer from using the works and Others from doing their work.
3.2.2 Use of the works before Completion has been certified
In terms of Clause 35.2 in ECC the Employer may use any part of the works before Completion has been certified.
3.2.3 The Contractor ensures that the Project Manager has a full and accurate dossier of As-built
documents that represent the status of the completed works (to include Plant within the works)
to present to the Employer.
3.2.4 Access given by the Employer for correction of Defects
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 15 of 163
Clause 43.4 requires that the Project Manager arrange for the Employer to allow the Contractor
access to and use of a part of the works, which has been taken over if needed to correct a Defect.
After the works have been put into operation, the Employer may require the Contractor to
undertake certain procedures before such access can be granted.
3.2.5 The Contractor complies with the following constraints and procedures of the Employer where
the Project Manager arranges access for the Contractor after Completion:
Where the Contractor has to return to Site after Completion to rectify notified Defects, the
Employer may either impose the same Site access / egress restrictions as communicated elsewhere
under C3.1 Employer’s Works Information at the starting date / access date stated under Contract
Data - Part One, or as the works are now in use or the Employer’s occupation of the Site may be
incrementally or substantially changed post Completion, there may be further access / egress
restrictions stated here at paragraph 3.2.13 of C3.1 Employer’s Works Information.
4 Plant and Materials Standards and Workmanship
4.1 Employer specifications
4.1.1 Investigation, survey and Site clearance.
The Contractor is responsible to clear the site of all rubble, sand, silt and vegetation.
The Contractor shall confirm all levels, site conditions and site information prior to any Work
commencing.
4.2 Building works
The Model Preamble for Trades as published by the Association of South African Quantity
Surveyors Model Preamble for Trades 2008 shall be applicable to all the building Works associated
with this contract. The following interpretations and meanings shall apply:
In case of any conflict in interpretation, ambiguity or discrepancy between the Model Preamble
for Trades 2008, (any standard or written particular project specification) contained in the Works
Information and the conditions of contract, the conditions of contract shall take precedence.
In case of any conflict in interpretation, ambiguity or discrepancy between the Model Preamble
for Trades 2008 contained in this paragraph 4.2 of C3.1 Employer’s Works Information and
specific statements contained elsewhere in C3.1 Employer’s Works Information, the specific
statements contained elsewhere shall prevail, without prejudice to the Project Manager’s express
duty to resolve any ambiguity or inconsistency in the Works Information under ECC3 Clause 17.1.
Within the Model Preambles for Trades 2008, the following amendments and interpretations shall
apply:
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 16 of 163
Where the word or expression “Principal Agent” is used, read “Project Manager” or “Supervisor”
as the context requires.
Where the word or expression “Contractor” is used, read “Contractor”.
Where the word or expression “Engineer” is used, read “Project Manager” or “Supervisor” as the
context requires.
Where the Model Preambles for Trades 2008 mention “rates” for measured work and any
contractual statements relating to payment, all such statements shall be discounted, with the
ECC3 conditions of contract taking precedence.
Within the Model Preambles for Trades 2008, A. GENERAL, the following amendments and
interpretations shall apply:
Where the word or expression “bills of quantities” is used, this shall be discounted for the
purposes of the Works Information. The ECC3 Contract Data Part One states the main option to
apply within the ECC3 Contract between the Parties.
Within the Model Preambles for Trades 2008, B. ALTERATIONS, B.2 MATERIALS FROM THE
ALTERATIONS, CREDIT, ETC and C. EARTHWORKS, C1.4 Materials from demolitions shall apply.
C3.1 Employer’s Works Information paragraph 3.1.6 states details of the Contractor’s title (if any)
to Materials arising from excavations and/or demolitions and how such Materials are either to be
disposed of or re-used in the works.
Within the Model Preamble for Trades 2008 U. EXTERNAL WORKS, U.3.8 Process control tests
shall be deemed to be included within paragraph 3.2.1 of C3.1 Employer’s Works Information.
The principles, meanings and interpretation stated and established within paragraphs 2.2.8 to
4.2.1 with respect to the Model Preambles for Trades 2008 apply equally to other references
used within C3.1 Employer’s Works Information.
Particular specifications provided by the Employer.
4.2.1 South African National Standard
The application of the National Building Regulations (SANS 10400) shall be strictly adhered to.
4.2.2 Manufacturer’s instructions and specifications
All materials and products shall be used and installed in strict accordance with the manufacturer’s
instructions and specifications
4.2.3 Use of locally manufactured materials and products
Materials and products manufactured in South Africa shall be used in carrying out the work to
which this specification refers, unless an imported product is prescribed specifically, or when no
suitable locally manufactured product for the specific use is available.
4.2.4 Samples
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 17 of 163
The Contractor shall furnish samples and/or certificates as called for or may be called for by the
Supervisor / Project manager. Materials and/or workmanship not corresponding with approved
samples may be rejected.
Samples for approval shall be required for paint colours, partitions, joinery with associated
finishes, furniture, wall finishes, ceiling finishes, floor finishes, windows, louvres, shopfronts, all
sanitary fittings and face brick sample wall (2m²). These approved samples shall remain on site
for the duration of the Works.
The Contractor shall provide a sample of 2m2 of cleaned existing facebrick, and Six (6) number
of cleaned ceiling-insulation boards in the existing workshop for approval.
4.2.5 Brickwork and Mortar Joints
The Contractor shall clean the existing face brick as recommended by manufacturer.
New Face brick shall be stored and laid in accordance to the manufacturer’s guidelines and shall
include the blending, selection and tie-in of face brick.
Mortar joints to face brickwork generally shall be 10mm in thickness with level bedding joints,
vertical perpends. Half round recessed and shall be well rubbed with a standard jointing tool of
suitable size to ensure that the entire exposed surface on the joint presents a smooth and
polished appearance.
4.2.6 Waterproofing of roof and wet areas
The Contractor shall test, repair and ensure water tightness of the existing roofs.
The Contractor shall repair and make good any damaged roof sheeting.
The Contractor shall furnish the Employer with a written guarantee covering materials and
workmanship for all waterproofing specified or offered. This guarantee shall be signed by the
Contractor and countersigned by the supplier of the materials used, and underwritten by a
recognised insurance company. The guarantee shall be valid for a 10 year period.
Should any maintenance be required during the guarantee period the Contractor must allow for
the cost of such in his tender price as the Contractor will be held solely responsible for any leaks
that occur during the guarantee period.
4.2.7 Glazing
The Contractor shall ensure that all glass and laminated safety glass comply with SANS 613 and
SANS 10400; and carry the Manufacturer’s warranty against all manufacturing defects and
discoloration for a minimum period of 5 years. A SANS approved stencil mark is to appear in a
prominent place on all types of safety glass.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 18 of 163
4.2.8 Shopfronts and windows
The Contractor shall ensure that all Shopfronts are installed by an AAMSA approved contractor
and the installation certification is to be provided for all shopfront installations.
Installations shall comply with SANS 613 and SANS 10400.
The Contractor shall ensure that all shop fronts, window sections and glazing installations are
water tight and able to withstand coastal winds of up to 60m/sec. The drawings provide a
guideline to the type of shopfront and window systems which are to be designed by the
Contractor.
4.2.9 Partitions
Fire rating certificate shall be provided.
4.2.10 Roofing and roof Structure
The Contractor shall provide Engineer’s certificate covering the repair and or design and
installation of the roof structure on completion of the roof structure.
The Contractor shall ensure that the removal and/ or cleaning of asbestos roof sheeting and/ or
asbestos accessories comply with the South African Department of Labour Asbestos Regulations
and the Occupational Health and Safety Act.
The Contractor shall repair, clean and clear roof sheeting, gutters and rain water downpipes of
any debris and dirt. Any broken sheeting shall be replaced to match existing profile and colour.
4.2.11 Protection of works
The Contractor shall provide all necessary dust sheets, hoarding, etc. and shall exercise all
necessary care to prevent marking surfaces, walls, floors, glass, electrical fittings, etc. and shall
keep all parts of the works perfectly clean and free at all times from spotting, accumulation of
rubbish, debris of dirt arising from the operations. Any surface disfigured or otherwise damaged
shall be completely renovated or replaced as necessary by the Contractor at his own expense to
the Supervisor’s approval. The premises shall be left clean and fit for occupation at completion
of the work.
4.2.12 Demolition
The Contractor shall carefully remove, clean and store facebrick that has been demolished for
re-use in the construction works. Any floors, walls and surfaces damaged shall be made good by
the Contractor.
4.2.13 Carports
The shade-cloth covered carports shall be designed, supplied, and installed to the Contractor’s
Design as per drawing 4223745-2-002-A-LA- 0008-01-00-TD. Contractor shall provide certificate
of structural stability. Refer to item 4.6 Structural Work.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 19 of 163
4.3 Civil Engineering
4.3.1 The SANS 1200 Series of Specifications are applicable to all Civil Engineering and
Structural works associated with this contract. The following interpretations and
meanings shall apply:
Where the SANS 1200 series of Specifications are used within the Works Information, the
following interpretations and meanings shall apply:
In case of any conflict in interpretation, ambiguity or discrepancy between any SANS 1200
Specification (whether standard or written as a particular project specification) contained in the
Works Information and the conditions of contract, the conditions of contract take precedence
within the ECC3 contract.
In case of any conflict in interpretation, ambiguity or discrepancy between any SANS 1200
Specification (whether standard or written as a particular project specification) contained in this
paragraph 4.3 of the Employer’s Works Information and specific statements contained elsewhere
in C3.1 Employer’s Works Information, the specific statements contained elsewhere shall prevail,
without prejudice to the Project Manger’s express duty to resolve any ambiguity or inconsistency
in the Works Information under ECC3 Clause 17.1.
4.3.2 Variations to the standardised specifications
Within SANS 1200 A: GENERAL, the following amendments and interpretations shall apply:
Where the word or expression “Employer” is used, read “Employer”;
Where the word or expression “Contractor” is used, read “Contractor”;
Where the word or expression “Engineer” is used, read “Project Manager” or “Supervisor” as the
context requires;
Where the word or expression “schedule of quantities” is used, this is deleted in entirety.
Assessment and payment is in accordance with the conditions of contract (and the ECC3 main
and secondary options stated therein);
Within SANS 1200 A: GENERAL 2.3 DEFINITIONS, the following apply:
“Acceptable. Approved (Approval)” is interpreted as either a Project Manager or a Supervisor
communication or instruction in relation to Works Information compliance, consistent with the
conditions of contract as the context requires;
“Adequate” is deleted. The Project Manager notifies the Contractor where the Contractor has not
complied with the Works Information;
“Measurement and payment” and the further definitions contained within 6.3 c) are deleted.
Assessment and payment is in accordance with the conditions of contract (and the ECC3 main
and secondary options stated therein);
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 20 of 163
Within SANS 1200 A: GENERAL 2.6 APPROVAL, the following applies:
“Approval” by either the Project Manager and/or the Supervisor is without prejudice to ECC3
Clause 14.1 and, inter alia, ECC3 Clauses 13.1, 14.3 and 27.1.
SANS 1200 A: GENERAL 2.8 ITEMS IN SCHEDULE OF QUANTITIES, is deleted in entirety.
Assessment and payment is in accordance with the conditions of contract (and the ECC3 main
and secondary options stated therein).
SANS 1200 A: GENERAL 3.2 STRUCTURES AND NATURAL MATERIAL ON SITE, applies only to
the extent that it is consistent with paragraph 3.1.6 of C3.1 Employer’s Works Information.
Within SANS 1200 A: GENERAL 7.1 PLANT, the following applies:
Where the word or expression “Plant” is used, read “Equipment”.
SANS 1200 A: GENERAL 7.2 CONTRACTOR’S OFFICES, STORES AND SERVICES, applies but the
Project Manager resolves any inconsistency with statements included within paragraph 3.1.12 of
C3.1 Employer’s Works Information.
SANS 1200 A: GENERAL 3.1 SURVEY, applies only to the extent that it is consistent with
paragraph 3.1.14 of C3.1 Employer’s Works Information.
Within SANS 1200 A: GENERAL 3.2 WATCHING, BARRICADING, LIGHTING AND TRAFFIC
CROSSINGS, the following applies:
Where the word or expression “specification” is used, read “Works Information”.
SANS 1200 A: GENERAL 3.4 PROTECTION OF OVERHEAD AND UNDERGROUND SERVICES
applies only to the extent that it is consistent with the specific statements made elsewhere in
C3.1 Employer’s Works Information and in any case and at all times consistent with the conditions
of contract.
Within SANS 1200 A: GENERAL 5 TESTING, the following applies:
Where the word or expression “Engineer” is used, read “Supervisor”.
The principles, meanings and interpretation stated and established within paragraphs 6.3.1 to
6.3.15 with respect to SANS 1200 series and to SANS 1200 A: GENERAL equally apply to the
other SANS 1200 specification references [state particulars of SANS 1200 used ] used within this
paragraph 6.3 of C3.1 Employer’s Works Information.
4.3.3 Demolition and earthworks
Scope of work
This part covers the demolition of the existing stormwater and sewer manholes, pipes and
existing concrete panels.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 21 of 163
Supporting Specifications
This specification must be read in conjunction with the following specifications:
SANS Specifications
SANS 1200 DA Earthworks (small works)
SANS 1200 DB Earthworks (pipe trenches)
SANS 1200 M Roads General
SANS 1200 ME Subbase
SANS 1200 MF Base
SANS 1200 MFL Base (light pavement structures)
Existing services
All known services are provided on the drawing, however, due to the lack of adequate as-built
records, the Contractor will be required to prove services prior to removal. The Contractor shall
take the necessary precautions to ensure that the services are not damaged. The existing water
supply to the buildings must be shut off at the closest valve to be determined on site, prior to
the removal of plumbing fittings and demolition.
As soon as any underground service not shown on the drawings is discovered, it shall be brought
to the attention of the Technical Officer. The contractor must in collaboration with the Technical
Officer, ascertain whether or not the service is live. The contractor shall not uplift any such
service unless he is instructed to do so.
The contractor shall be held responsible for any damage to known services (i.e. services that are
within the site of the works and are shown on the drawing) and he shall take all necessary
measures to protect them. In the event of a service being damaged, the contractor shall
immediately notify the Technical Officer. The contractor shall not repair any such service unless
he is instructed to do so.
Demolition of concrete panels
The contractor shall demolish and spoil the existing concrete panels on walkway.
Excavation
The material to be excavated consists of mainly 150mm crusher run and the remainder being
soft. (SANS 1200 DA cl. 3.1.2.).
For the purposes of uplifting of underground pipes, a trench width of 1m shall be used.
Excavation to a depth of 1.5m shall be done by hand.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 22 of 163
Compaction of in-situ material
The in-situ material shall be trimmed, levelled out and compacted to 98% MOD AASHTO.
Imported Backfill material
Backfill material shall be selected from the commercial sources and placed in 200mm layers
compacted to 100% MAASHTO density. No clay shall be used as backfill.
Base Course
The base course shall be Type G2, maximum size 37,5mm material from commercial sources.
The Technical Officer may instruct the Contractor to use the previously excavated crusher run
material for the base course.
The base course shall be 150mm thick, compacted to 98% of Mod AASHTO density. Levels,
moisture content and density shall be to degree of accuracy level II. The applicable reference
clauses shall be:
SANS 1200 MFL 8.3.1a
SANS 1200 M Table 3A
SANS 1200 D 6.1 & 6.2
Measurement and Payment
Measurement and payment of all other items not listed below shall be in accordance with the
relevant SANS 1200 clauses. The unit of measurement for the individual items shall be as detailed
in the bill of quantities.
Demolish sewer and stormwater manholes
The unit of measurement shall be Number.
The rate tendered shall include all costs for the demolition of the manholes to the underside of
foundation and disposal off TNPA property.
Uplift and remove sewer and stormwater pipes
The unit of measurement shall be metre.
The rate tendered shall include all costs for the excavation to a depth of 1.5m, uplifting of
unwanted pipes and disposal off TNPA property.
Uplift and spoil concrete panels and paving blocks
The unit of measurement shall be per square metre of paving blocks uplifted and reinstated or
disposed. The condition of paving blocks to be reinstated is subject to the approval of the
Supervisor.
The unit of measurement shall be per square metre of concrete uplifted and disposed.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 23 of 163
The rate tendered shall include all costs incurred in uplifting the concrete and disposing of the
spoil material to an approved dump site.
Level and compact existing sub-grade
The unit of measurement shall be square metre.
The rate tendered shall include all costs for trimming to line and level, spreading and compacting.
Backfilling
The unit of measurement shall be per cubic metre backfilled.
The rate tendered shall include all costs incurred for selecting and transporting approved backfill
material, backfilling and compacting to the required level.
Construct Base course
The unit of measurement shall be per cubic metre constructed.
The rate tendered shall include all costs incurred for selecting, backfilling and compacting of
material to the required level.
Saw Cutting
The unit of measurement shall be per linear metre of a 100mm deep of saw cut. The rate shall
include all costs involved in saw cutting through the existing concrete foundations when
instructed by the Supervisor on site.
Reset existing manhole covers
The unit of measurement shall be Number.
The rate for the resetting of the manhole covers shall include for the demolition of the existing
cover slabs, recovery, cleaning, covers for re-use and for reconstructing the cover slabs to the
required levels.
4.3.4 Site Clearance, Earthworks & Layer works
Scope of work
The works for the site clearance, earthworks and layer works include the following:
1. Clearing of site.
2. Exposing of existing services where indicated by Project Manager.
3. Bulk excavation and treatment of in-situ material.
4. Construction of G5 gravel sub base from commercial sources.
5. Construction of G2 crushed stone base from commercial sources.
6. Construction of concrete panels and half round channels
7. Installation of edge restraints
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 24 of 163
8. And any other work arising out of or incidental to the above, or required of the Contractor
for the proper completion of the works.
Supporting Specifications
This section, “Site Clearance, Earthworks and Layerworks”, shall be read in conjunction with
the following SABS and Transnet standard specifications;
SANS Specifications
S406 Specification for the supply of stone
SANS 1200 C Site Clearance
SANS 1200 D Earthworks
SANS 1200 DM Earthworks (roads, sub grade)
SANS 1200 GM Concrete (small works)
SANS 1200 M Roads General
SANS 1200 ME Subbase
SANS 1200 MF Base
SANS 1200 MH Asphalt surfacing
SANS 1200 MJ Segmented paving
SANS 1200 MK Kerbing
SANS 1200 MM Ancillary roadworks
Earthworks (SANS 1200D)
Classification (Subclause 3.1)
Notwithstanding the provisions of subclause 3.1, the materials excavated will not be classified
for the purposes of measurement and payment. The unit rate for excavation shall cover
excavation in all materials other than hard rock.
Spoil site
All excess material shall be spoiled off site in a spoil area to be identified by the Contractor. The
Contractor is to allow for everything necessary to load, haul, tip, and spread and compact if
necessary. Spoiling on Transnet property shall not be permitted unless a specific authority is
obtained in writing. The contractor shall provide written confirmation that permission has been
obtained from the operator /owner of the spoil site that they have accepted the material and all
obligations in regarding to the spoiling of material has been met.
Where hazardous or contaminated material needs to be spoiled, the Contractor shall do so at
an approved disposal site. The Contractor shall be responsible for receipt of a spoil certificate
from the spoil site, which he shall copy to the Project Manager
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 25 of 163
Exposing existing services
A multitude of services are known to exist over the whole area of the works and based on the
information available general layout plan indicating services have been prepared. Prior to
commencing work in any area the Contractor shall consult the Project Manager in regard to
the location of services and shall assist him when required in locating the exact position and
depths of services by means of hand excavated test holes. The location and depth of all services
discovered by the foregoing investigations shall be recorded and plotted by the Contractor on
an “as-built” copy of the services plan.
The Contractor shall assist when required in alterations to services by providing labour, plant
and material and shall carry out the necessary work as instructed by the Project Manager.
Test holes to locate services shall be excavated at least 2 weeks ahead of construction in order
to allow time for alterations to services or amendments to the design of the works. Once the
services have been located the test holes are to be backfilled.
Claims for extension of time as a result of existing services will NOT be entertained if the
operation of locating and/or protecting services is less than two weeks ahead of construction.
Responsibility for protection of all known services shall rest solely with the Contractor and he
shall bear all costs, which may arise as a result of any damage which he may cause to such
services or which may arise as a result of his operations.
Materials
Disposal of material
All vegetation, trees, etc. resulting from site clearance shall be removed off site to a disposal
dump to be selected by the contractor. The haulage, dump costs and any levies etc. shall be
deemed to be included in his tendered rates. Burning of materials on site shall not be permitted.
Subgrade
Preparation of the in-situ subgrade will be by means of ripping and compaction. Compaction
of the in-situ subgrade will be done to a minimum of 95% of modified AASHTO maximum
density for all materials, to a minimum depth of 150mm and at between –2% and +2% of the
optimum moisture content.
Sub-base
A 150mm G5 sub- base conforming to the requirements of SANS 1200 ME shall be imported
from a commercial source. The layer shall be compacted 150 mm layers to 96 % Mod AASHTO
density.
Base
The base layer shall be 150mm thick using a G2 graded crushed stone, compacted to 98%
MOD AASHTO density. The tolerance on the base levels will be -10mm to 0mm.
Prime coat
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 26 of 163
The prime coat shall be in accordance with SANS 1200 MH and shall be MSP1 bitumen or similar
approved. The rate of application of the prime coat shall be 0,7 litre/m2. Arrangements shall
be made with the Supervisor to approve the primed areas before the asphalt surfacing is laid.
The Contractor must ensure not to foul concrete surfaces when applying the prime coat. Any
surfaces fouled will be made good at the Contractor’s expense.
Tack coat
The tack coat shall be in accordance with SANS 1200 MH and shall be SS60 anionic emulsion
bitumen or similar approved. The rate of application of the tack coat shall be 0,5 litre/m2
Arrangements shall be made with the Supervisor to approve the primed areas before the asphalt
surfacing is laid. The Contractor must ensure not to foul concrete surfaces when applying the
tack coat. Any surfaces fouled must be made good at the Contractor’s expense. Tack coat shall
be applied along all longitudinal and traverse joints, and on laid surfaces.
Wearing course
A 30mm thick continuous graded hot mix asphalt to SANS 1200 MH is required.
River Sand
The river sand shall be free from substances that may be deleterious to blocks and shall be in
accordance with SANS 1200 MJ. It shall be compacted to the required level as per drawing and
work specification.
Block Paving
The units as supplied shall be free from cracks that detract from their general appearance. No
unit with 15mm exceeding dimension shall be used or with covering more than 3% of the
periphery of the surface that intend to be exposed. No unit shall have any protuberance of height
exceeding 3mm. The surface texture and colour of the units shall fall within the range of texture
and colour represented by the manufactures approved samples. The size, type and areas
requiring cobblestone/ block paving are as per the drawings.
Road marking
The Contractor shall provide all plant required to execute the works. The lines or markings are
to be painted with Plascon - Hysheen Road and Runway Paint or similar approved, at an
application rate the rate of 0,42 l per m2. The colour of paint to be used shall be as specified in
the Schedule of Quantities and indicated on the drawing issued. All paint shall conform to SANS
731-1.
The following must be noted by the Contractor in terms of SANS 731-1:
1. The paint shall be a Type 2 Paint
2. The paint shall be suitable for use in a parking area on a segmented concrete surface
3. The paint is not required to be retro reflective
4. Drying time classification shall be Class 1
5. The colours required for the completion of the contract shall be :
6. White
7. Red
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 27 of 163
8. Golden Yellow (BS381C-356 or CKS 279 – D26)
9. All the above colours to meet classifications according to SANS 1091
Construction
Base
Any portion of stabilized base that is too high shall be lowered, harrowed and reconstructed to
such depth that, after compaction, the base layer is of the same standard and thickness
throughout, and falls and level shall comply.
Edge restraints
Edge restraints shall be constructed as shown on drawings and shall be constructed on the base
layer before any blocks/units are laid.
Tolerances
Paving as laid
The finished paved surface shall present the smooth surface or meet Supervisors requirements.
Measurement of deviations
Any deviation from the flatness of a plane surface will be measured as the maximum deviation
of the surface from the straight line of length 3m joining two points on the surface, determining
by means of a straight-edge the ends of which are supported on identical unit of suitable
thickness placed over each of the points.
Testing
Checking
The Contractor shall carry out sufficient checks to satisfy himself that the materials used and the
workmanship (construction, tolerances and strength) attained comply consistently with the
specified requirements. The Supervisor will carry out checks and the result made available to the
contractor.
Trial
The Supervisor will identify the trial section and the trial shall be carried in accordance with SABS
1200 MJ – clause 7.2.
Quality Control
Workmanship, tolerances and frequency of testing shall be in accordance with the relevant
specifications with the following exceptions:
An indirect tensile strength and Dynamic Creep Modulus testing shall be carried out as directed
by the Supervisor and allowed for in the Schedule of Prices. One test per area.
A minimum of 8 tests per lot shall be required for density tests. The nature of the remainder of
the tests required is described in clause 7.2 of SANS 1200 ME and SANS 1200 MF
Method statement
The Contractor shall submit a detailed method statement setting out what quality control
procedures will be implemented with respect to:-
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 28 of 163
Quality assurance during the batching and mixing process. The Contractor shall indicate what
certification, if any, they have in terms of SANS or ISP quality assurance schemes.
Procedures, methods and plant for the transportation of hot asphalt to site.
Procedures, methods and plant to be used for placing and compacting asphalt on site.
4.3.5 Sewer and Stormwater Drainage
Scope of Work
The works for the sewer and stormwater drainage include the following:
1. Excavate, supply, bed and lay of 160mm Class 34 uPVC, 450 and 500mm concrete
stormwater pipes.
2. Excavate, supply, bed and lay 160mm Class 34 uPVC sewer pipes
3. Construction of stormwater grid inlet manholes.
4. Construction of sewer manholes
5. And any other work arising out of or incidental to the above, or required of the Contractor
for the proper completion of the works.
Supporting Specifications
This section, “Sewer and Stormwater Drainage”, shall be read in conjunction with the following
SANS standard specifications.
SANS Specifications
SANS 1200 DB Earthworks (Pipe trenches)
SANS 1200 LB Bedding (Pipes)
SANS 1200 LD Sewers
SANS 1200 LE Stormwater Drainage
Materials
Class 34 PVC pipes to the 160mm diameter and length as stated on the drawings are to be used
for stormwater reticulation from downpipes160mm and for the entire sewer network. Class100D
Concrete to be used for stormwater pipes of diameter above 160mm.
Construction
Brickwork manholes
All brickwork shall be built in manhole bond i.e. stretchers only on the inside face, using cement
mortar as specified. Bricks shall be well soaked before use and the previous course shall be
wetted before bricks are laid thereon. All joints on the internal face (and the external face
above ground) shall be half round recessed and shall be well rubbed with a standard jointing
tool of suitable size to ensure that the entire exposed surface on the joint presents a smooth
and polished appearance. Intersecting walls shall be properly toothed with each other and all
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 29 of 163
angles levelled and plumbed. Should cement bricks be utilised, then all internal surfaces shall
be plastered with a 12mm thick 3:1 cement sand mortar mix.
When brick built' manholes are constructed in wet ground, the external surfaces shall be
rendered with 12mm thick 3:1 cement sand mortar mix.
Pipe crossings
Where pipes cross one another with a vertical height difference of less than 150mm, a
polystyrene block must be placed between them, and the fill material around the pipes
thoroughly moistened and compacted. The contractor will be held responsible for any damage
to pipes resulting from the construction of a pipe crossing.
Cut pipe ends
All ends may be cut on site. Reinforcement exposed by such cutting is to be protected with
20mm thick cement mortar.
4.3.6 Cable Ducts
Scope of Work
The works for the cable ducts include the following:
1. Excavation, bedding and backfill for cable ducts.
2. Supply and lay PVC pipes.
3. Laying of cable duct markers.
4. Construction of comms manhole.
5. And any other work arising out of or incidental to the above, or required of the Contractor
for the proper completion of the works.
Supporting Specifications
This section, “Cable Ducts”, shall be read in conjunction with the following SANS standard
specifications.
SANS Specifications
SANS 1200 DB Earthworks (Pipe trenches)
SANS 1200 LB Medium pressure pipelines
SANS 1200 LC Cable ducts
Materials
All cable ducts shall consist of the indicated number and size of pitch impregnated fibre pipes
or, where indicated, hard setting durable plastic pipes. .
Construction
Laying
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 30 of 163
Unless otherwise directed by the Supervisor, the ducts shall be laid as shown on plan layout
drawing of the Standard Specification.
Depth, position and marking of ducts
Electrical Cable Ducts
All cable ducts are to be laid 800m below finished road level and the pipes must protrude
500mm beyond the edge of the hardened roadway or stormwater drain. Both ends of each
duct must be sealed with an end cap. The position of each duct crossing shall be indicated on
site using suit-able markers;
Draw wires must be provided in each duct and duct ends must be sealed with suitable stoppers.
A double strand copper wire of at least 2,8mm² cross section that will serve as a screen and is
to be installed approximately 200mm above all ducts over its entire length.
Comms manholes
All brickwork shall be built in manhole bond i.e. stretchers only on the inside face, using cement
mortar as specified. Bricks shall be well soaked before use and the previous course shall be
wetted before bricks are laid thereon. All joints on the internal face (and the external face
above ground) shall be half round recessed and shall be well rubbed with a standard jointing
tool of suitable size to ensure that the entire exposed surface on the joint presents a smooth
and polished appearance. Intersecting walls shall be properly toothed with each other and all
angles levelled and plumbed. Should cement bricks be utilised, then all internal surfaces shall
be plastered with a 12mm thick 3:1 cement sand mortar mix.
When brick built' manholes are constructed in wet ground, the external surfaces shall be
rendered with 12mm thick 3:1 cement sand mortar mix.
4.3.7 Concrete Works
Scope of work
The works for the concrete include the following:
1. Encasing of pipes where required
2. Concrete channel and fillet
3. And any other work Concrete Works arising out of or incidental to the above, or required
by the Contractor for the proper completion of the works in accordance with the true
meaning and intent of the contract documents.
Particular Specifications
This section, “Concrete Works”, must be read in conjunction with the following specifications:
SANS Specifications
SANS 1200 G Concrete
SANS 1083:1994 Aggregates from natural sources
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 31 of 163
SANS 10100-
2:1992
The Structural use of concrete – Part 2: Materials and execution of work
SANS 50197-1 Cement – composition, specifications and conformity criteria. Part 1:
Common cements
SANS 1491-1 Portland cement extenders – Part 1 Ground granulated blast furnace slag
SANS 1491-2 Portland cement extenders – Part 2 Fly ash.
SANS 1491-3 Portland cement extenders – Part 3 Condensed Silica Fume
Cementitious Binders
Cement
Common cements, complying with SANS 50197-1 shall be used for all concrete work. On no
account shall masonry cements be used for concrete work, even if the strength designations
are the same as for common cements.
Coastal Zone
In this application, which is within one kilometre of the sea, one or more of the following
Portland cementations binders shall be used in all applications:
1. Blast furnace cement, Type III/A, certified as containing not less than 40% and not more
than 50% milled granulated blast furnace slag (MGBS), or a blend of Type 1 Portland
cement with not less than 40% and not more than 50% MGBS. MGBS shall comply with
SANS 1491 Part 1.
2. Fly ash cement Type II/B-V or Portland fly ash cement Type II/B-W, certified as containing
not less than 25% and not more than 30% fly ash shall comply with SANS 1491 Part 2.
Alkali Reactive Concrete
Alkali Reactive Aggregates shall not be used in this project. The equivalent Na2O content of
the concrete shall not exceed 2,0 kg/m3 where % Na2O equivalent = % Na2O + (0,658 x
%K2O)
Aggregates
Fine and coarse aggregate shall comply with the relevant clauses of SANS 1083.
Where aggregates have constituents, which, in the opinion of the Supervisor, may give rise to
damage due to alkali-aggregate reactions, the provisions of PS: C2.3 shall be applicable.
Evidence of compliance of the aggregates with the requirements of PS: C3.1 & C3.2 shall be
furnished as early as practical. If required by the Project Manager, the Contractor shall submit
40kg samples for approval at least 6 weeks prior to the start of concrete construction. No
aggregate shall be delivered for use in the works until approval is given.
Admixtures
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 32 of 163
Admixtures containing chlorides will not be permitted in reinforced concrete.
Cover Blocks
Cover blocks used to ensure the cover to reinforcement shall be made of cement mortar.
Cover blocks shall be dense and have a minimum 28 day crushing strength of 50 Mpa and shall
be cured in water for at least 14 days before being used.
Cover/spacer blocks made of plastic will not be permitted.
Concrete Quality
Prior to the start of any concrete work on site, the Contractor shall submit a quality assurance
plan which will ensure compliance with specification and provide acceptable documentary
evidence that all specified operations have been carried out satisfactorily.
Where the minimum dimension to be placed during a single pour is larger than 600mm, and
the cement content of the reinforced concrete exceeds the following:
1. Cement Types I and II/ * S: 400 kg/m3
2. Cement Types II/B-V and II/B-W: 450 kg/m3
The Project Manager may require that measures be instituted to reduce heat development in
the concrete.
Batching
All cementations binders shall be batched by full sack or by mass batching with approved
precision weighing equipment.
All aggregates shall be precisely measured by mass using approved precision weigh-batching
equipment, unless otherwise permitted by the Project Manager.
Should any variation in the composition of the aggregate become apparent, the Project
Manager shall be notified and a further sample of aggregate submitted immediately for his
approval.
Concrete Placing
The Project Manager shall approve the size, shape and depth of any excavation before concrete
is placed.
Unless otherwise permitted by the Project Manager, no concrete shall be placed until he has
accepted the fixed reinforcement and confirmed in writing by way of a release certificate.
Construction Joints
Unless otherwise shown on the drawings, the exact position of horizontal construction joints
shall be marked on the formwork by means of grout checks in order to obtain truly horizontal
joints.
Stub columns, stub walls and stays on footings shall be cast integrally with the footing and not
afterwards, even where another class of concrete is being used.
Joint lines shall be so arranged that they coincide with features of the finished work.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 33 of 163
Where new concrete is to be cast against a hardened concrete surface, neat cement slurry
mixed to a creamy consistency shall be brushed onto the cleaned concrete surface.
Contraction joints shall be smooth and shall have one coat of lime wash or PVA applied to the
older surface prior to casting the fresher concrete.
Curing Compound
Unless otherwise directed by the Project Manager, the curing compound shall be:
An approved trafficable, resin-based, white pigmented, membrane forming for slopes flatter
than 1:1.
An approved clear, aesthetically acceptable, membrane forming for all other concrete surfaces,
including beam and slab soffits.
The curing compound shall comply with specification ASTM C309, except that the maximum
permissible water loss in the test shall be 0,40 kg/m2.
Alternatively, the curing compound shall be acceptable if the treated concrete retains 90% or
more of its mixing water when subject to the test set out in BS 8110 Part 1 – Chapter 6.6.
Curing Compound Application
The total application rate of the curing compound shall be the greater of the supplier’s
specification or 0,90 l/m2. On textured concrete surfaces, the total application rate shall be
0,90 l/m2.
In cases of concrete surfaces with run-off problems, it may be necessary to apply more than
one coat of membrane forming curing compound to obtain the specified total or cumulative
application rate.
Curing in accordance with SABS 1200 G shall commence on all concrete surfaces as soon as it
is practical in the opinion of the Project Manager.
On unformed surfaces the curing compound shall be applied after finishing and as soon as the
free water on the surface has disappeared and no water sheen is visible, but no so late that
the liquid curing compound will be absorbed into the concrete.
On formed surfaces, the exposed concrete shall be wet with water immediately after the forms
are removed and kept moist until the curing compound is applied.
Application of the curing compound shall begin once the concrete has reached a uniformly
damp appearance with no free water on the surface.
Application of the compound may be done by hand or power spray.
The compound shall be applied at a uniform rate with two applications at right angles to each
other to ensure complete coverage.
Pigmented compounds, without a thixotropic agent, shall be adequately stirred to assure even
distribution of the pigment during application.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 34 of 163
Unless otherwise directed by the Project Manager, the initial 24 hour curing of concrete surfaces
not covered by formwork shall be carried out by ponding, covering with constantly wetted sand
or mats, or continuous spraying in accordance with SABS 1200 G when the following climatic
conditions occur:
1. Wind velocity greater than 5 m/s and/or
2. Ambient temperature is above 25 C and/or
3. The relative humidity is below 60 %
If plastic shrinkage occurs, the concrete, while still plastic, shall be re-vibrated, floated and re-
coated with curing compound as if no curing has previously taken place.
Classification of finishes (Sub clause 5.2.1) - The surface condition required on all exposed
finished concrete shall be smooth
Curing Period
The curing period for concrete containing only CEM 1 shall be 7 days.
The curing period for concrete containing CEM 1 plus cement extenders (MGBS, FA) shall be
10 days.
The curing period will start on completion of the concrete pour and for formed surfaces shall
include the time for which forms are still in place after the pour.
Concrete Records
The Contractor shall maintain the following daily records for every part of the concrete structure
and shall make these available at all times during the progress of the work for inspection by
the Project Manager.
The date and time during which concrete was placed
Identification of the part of the structure in which the concrete was placed
The mixed proportions and specified strength
The type and brand of cement
The slump of the concrete
The identifying marks of test cubes made
Curing procedure applied to concrete placed
The times when shuttering was stripped and props removed
The date of despatch of the cubes to the testing laboratory
The test results.
The records shall be delivered to the Project Manager each week except in the case of sub-
standard concrete, when the Project Manager shall be informed immediately.
Tolerances
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 35 of 163
Deviations shall be within the limits listed in SANS 1200 G for degree of accuracy II unless
otherwise specified.
Testing and Monitoring
Frequency of sampling and testing shall be as specified in SANS 1200 G.
1. If the quantity of concrete from which samples were taken exceeds 40 m3, it shall be
subject to the testing of a minimum of 3 sets of samples per day from each grade of
concrete placed in each independent structure.
2. If the quantity of concrete from which samples were taken is less than 40 m3, it shall
be subject to the testing of a minimum of 2 sets of samples per day from each grade
of concrete placed in each independent structure.
Formwork (Clause 5.2)
All exposed concrete corners shall be provided with 20mm x 20mm chamfers.
4.3.8 Fencing
Scope of work
The works for the fencing shall include the following:
Design, supply, fabrication and installation of High Security Fencing (hereafter referred
to as HSF) with unobstructed views (e.g. Clearvu or similar approved)
Design, supply, fabrication, and installation of security gates (e.g. Clearvu or similar
approved)
And any other work arising out of or incidental to the above, or required by the Contractor for
the proper completion of the works in accordance with the true meaning and intent of the
contract documents.
Supporting Specifications
This part shall be read in conjunction with the following SANS and Transnet standard
specifications.
SANS Specifications
SANS 1200 HC Corrosion protection to structural steelwork
SANS 1200 H Structural steel work
SANS 1200 GA Concrete (small works)
SANS 1200 AH General (Structural)
ISO 1461:1999 Hot dipped galvanizing
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 36 of 163
SABS 0100-2: 1992 The Structural use of concrete – Part 2:
Materials and execution of work.
Method Statement
A detailed method statement is required; setting out what quality control procedures will be
implemented with respect to:
Procedures, methods and equipment for the manufacturing, galvanizing and anti-
corrosion coating of the HSF and gates.
Procedures, methods and equipment to be used for the construction of the concrete
bases, plinths, etc.
Procedures, methods and equipment to be used for the installation of the HSF and
gates.
Security Fencing
The fence must conform to the following specifications
The minimum life span installed shall be a minimum of 10 years prior to any
maintenance being required.
The fence must be HSF with unobstructed views (Clearvu or similar approved)
All steel materials shall be of good commercial quality, galvanized steel.
All pipes shall be galvanized, one piece without joints. Furnish moisture proof caps for
all posts.
Zinc coating shall be smooth and essentially free from lumps, globs, or points.
Miscellaneous material shall be galvanized.
All HSF posts shall be set in 400 x 400 x 600mm deep footing with a minimum 25 MPa
(28-day compressive strength) concrete, 19 mm aggregate.
Requirements:
Certificate of compliance for materials and coatings
Shop drawing for HSF panels and gates
Quality control program shall be submitted to the Project Manager for review prior to
commencement of any work
Product Performance Guarantee Certificate (min 10 years)
Post foundations
All gate posts shall be set in 400 x 600 x 1200mm deep footing with a minimum 25 MPa (28-
day compressive strength) concrete, 19 mm aggregate.
Setting out
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 37 of 163
Contractor to set out fence line and gate positions in clearly identifiable markers and are to
verify the actual positions, sizes and lengths on site with the Project Manager prior to
manufacturing.
Gates
This Contract calls for the design, supply, fabrication and installation of four number clear
opening, double leaf swing HSF gates.
The gates must be manufactured of steel and match the HSF panel specification as listed
above. They must be to the full fence height.
Double hinges must be supplied. Allowance to be made for a lock plate and anchor rods for
securing in the closed position.
The gates must be galvanized and corrosion protected using the same method as for the
fence.
4.3.9 Water Reticulation
Scope of Work
This contract covers the construction of the civil works which include the:
1. Provision and installation of a water reticulation system which comprises
75mm diameter HDPE bulk water main
2. Provision and installation of isolation valves, at the connection to the new bulk
main
3. Connection in to the existing water main reticulation, including provision and
installation of isolation valves on the existing water main,
4. Provision for interim inspections and testing to final inspection and testing for
acceptance.
5. And any work arising out of or incidental to the above, or required of the Contractor
for the proper completion of the works in accordance with the true meaning and
intent of the contract document.
Supporting Specifications
In so far as they can be applied, and where they are not inconsistent with the terms of this
Specification, the latest amendment of the relevant parts of SANS 1200 shall be regarded as
being embodied in this Specification. The following list of standards and specifications, not
necessarily comprehensive, are referred to in this part of the Specification:
SANS Specifications
SANS 1200 DB Earthworks (Pipe trenches)
SANS 1200 LB Bedding (Pipes)
SANS 1200 L Medium Pressure Pipelines
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 38 of 163
SANS 62 Steel Pipes – Part 1 and 2
SANS 966-1 Components of pressure pipe systems – part 1
SANS 1476 Fabricated flanged steel pipework
SANS 664 Cast Iron Gate valves for waterworks
SANS 32 Internal and/or external protective coatings for steel tubes
SANS 10129 Plastics tape wrapping of steel pipes
SANS 1117 Plastic wrappings for the protection of steel pipes
SANS 1123 Pipe flanges
SANS 226 Water taps (Metallic bodies)
SANS 1128 Firefighting equipment part1: Components of underground and above
ground hydrant systems
SANS 1200 LD Sewers
SANS 10214 The design, fabrication and inspection of articles for hot-dip galvanising
SANS 1700 Fasteners
SANS 121 Hot dip galvanising coating on fabricated iron and steel articles-
Specifications and test methods
MATERIALS
Pipes and Fittings
HDPE Pipes
The HDPE pipe shall be of 75mm diameter conforming to SANS 4427 PE 80.
Corrosion Protection
All exposed (i.e. not buried) valves, pipes and specials shall be prepared and protected as
follows:
1. The surface shall be prepared by abrasive blasting to SIS SA 2.5.
2. A twin pack ethyl base inorganic zinc silicate primer shall be applied within 24 hours of
the abrasive blasting, to a minimum dry film thickness of 75 microns.
3. A polymide cured high build epoxy undercoat shall be applied to a minimum of 60
microns dry film thickness.
4. A twin pack polyurethane enamel-finishing coat shall be applied to a minimum of 35
microns dry film thickness.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 39 of 163
Step 3 and 4 shall be carried out after erection; any damage to the primed surface shall be
touched up with the zinc rich primer. The above shall be read in conjunction with the paint
manufacturers specifications for that particular paint.
For all buried steel and cast iron fittings clause 3.9.1 and clause 3.9.6 of SANS 1200 L shall
apply. All buried steel pipes shall be protected against corrosion in accordance to SANS 10129
by treatment with a compatible primer, packed with a bitumen- or tar-based mastic and
wrapped with an approved plastic tape to the requirements of SANS 1117
Valves
All valves shall be 80mm diameter Class 16, double-flanged cast iron gate valves, resilient
sealed with non-rising spindle, conforming to SANS 664. Gate valves shall be flanged to SANS
1123 Table 15 and shall be fitted with valve caps per SANS 664. The direction of closing shall
be anti-clockwise and clearly indicated on the valve body.
Taps shall comply with SANS 226 and be suitable for working pressures of up to 12 Bar
Flanges, Bolts and Nuts
Pipe flanges shall comply with SANS 1123 Table 15, drilled to suit mating flanges and shall be
installed square to the axis of the pipeline. Reaming of bolt holes to oversize dimensions in
order to make a particular piece fit will not be permitted. Flanges shall be hot-dip galvanized
to 100micron thickness, in compliance with SANS 10214.
Bolts, nuts and washers shall comply with ANSI B16.5 or the relevant sections of SANS 1700
as applicable, in sizes appropriate to the class of pipe or special and of grade 316 stainless
steel. The length of the bolt shall be such that, after the bolt has been tightened, the end of
the bolt projects a minimum of one thread above the nut and to a maximum of three full
threads.
Plant
Suitable Plant
The contractor shall ensure that only plant suitable for working in the confined limits of the site
of works and able to obtain the required specification of layer works is used.
On-site Storage
The Contractor shall be allocated a storage area on site and shall be responsible for all
materials stored on site until such time that the water main has been tested and handed over
to the main Contractor.
Pipes should be stored on level ground that is free from stones and sharp objects, and should
be so stacked (in a stack of cross formation) that the load on each pipe is uniform throughout
its length.
Socketed pipes should be stacked that the sockets are at different ends in each alternate layer
and protrude from the stack.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 40 of 163
The height of the stack should not exceed 1m, and pipes of different diameters and class should
not be stacked together. Protective packing should not be removed until immediately before
use.
CONSTRUCTION
Pipe-Laying Personnel
The laying of pipes and ancillary fittings shall be performed only by a qualified person who is
registered by the local authority as an artisan in the plumbing, pipefitting or drain-laying trades,
or who is qualified by reason of having attended a course on pipe-laying of the Civil Engineering
Industry Training Board.
Preparation of Trench Bottom
All trench bottoms shall be prepared in accordance with SANS 1200 DB clause 5.5.
Cutting of Pipes
A fine-toothed hacksaw with mitre attachment set at 90º should be used to cut pipes to the
required length. Each cut end should be square and the outer edge evenly chamfered by means
of a rasp or file or specifically designed chamfering tool. The chamfer must not extend further
than half the wall thickness. Cut ends must be free from swarf, burrs, channels, and loose
material.
When the length of the pipe to be cut is determined, allowances must be made for the length
of any socket attached to the pipe and for a movement of at least 6mm in any rubber ring type
socket into which the pipe is to be inserted.
Pipe Laying and Jointing
Pipes that have been exposed for several hours to direct sunlight and have become hot should
not be laid until they have cooled to a temperature of approximately 25ºC.
Rubber ring jointing may be carried out in the trench. The pipeline should be laid directly on
to the prepared bedding in the trench, and bricks or other hard bodies must not be placed
under the pipeline for either temporary or permanent support. Rubber rings used must be
those supplied by the pipe or fitting manufacturer. All spigots must be checked to ensure that
they are free from burrs, and spigots, sockets and rings must be cleaned with a dry cloth. The
pipe end must be chamfered to an angle of approximately 15º and the depth of entry must be
marked on the spigot. This mark must be so positioned as to allow a 6mm clearance between
the spigot and the bottom of the socket. A thin film of a recommended lubricant, by the
manufacturer, should be applied to each rubber ring and each spigot.
Pipe-Jointing to Existing Main
Where HDPE pipe systems are to be connected to cast-iron pipes, cast iron flange adapters
manufactured specifically for the purpose must be used.
Depths and Cover
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 41 of 163
The minimum cover above pipes shall be 900mm where possible, with encasing as indicated
on the drawings to lengths with insufficient cover. At road crossings the minimum cover shall
be 1200mm. The depth shall be gradually increased as specified in SANS 1200 L clause 5.1.4.2
Connection to Existing Water Main
The proposed 75mm diameter HDPE water main shall be connected to the existing main water
supply main at the position as indicated on the drawings.
Where required, the existing pipe shall be cut to provide sufficient space for the proposed
fittings. Any damage to the existing mains or any existing specials shall be repaired to the
Contractors’ account if caused by negligence on the Contractors’ part
TOLERANCES
Tolerances shall be determined on the basis as stated in the relevant clauses of the applicable
sections of SANS 1200, relevant drawings and manufacturers’ specification as applicable. The
Contractor shall ensure that tolerances are complied with.
TESTING
Test Pressure
The test pressure shall be 16 Bar for all water pipes installed under this Contract.
4.4 Electrical Engineering
4.4.1 Executive Overview
The works entails providing lighting and power to the proposed existing facility for Tippler 3 at
the Port of Richards bay. This scope of work carried out by the electrical contractor shall cover,
but is not limited to the following:
Electrical Site Works
1. Dismantling and stripping of existing electrical equipment including lights, socket outlets,
conduit, distribution boards and associated electrical installation. The contractor shall
handover all equipment to the client (Transnet Port Terminal officials).
2. Additions and modifications to existing MHA.
3. Trenching/Saw cutting, backfilling and make good
4. Low voltage cabling and terminations
5. New low voltage surface and floor standing distribution boards.
6. Normal and emergency lighting
7. New power supply points
8. Design, supply and installation of Facility Earthing and Lightning Protection
4.4.2 Standard of Work, Equipment and Materials
1. The electrical installation shall conform to the requirements of the latest edition and
amendments of SANS 10142 – 1 Code of Practice for the Wiring of Premises and any
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 42 of 163
additional requirements thereto, described in this specification.
2. The contractor shall provide a valid LV wireman’s license prior to commencement
3. All equipment and material used shall be of high quality and the work shall be of a high
standard of workmanship carried out by qualified staff under proper supervision by
experienced and competent officers.
4. All equipment and material shall comply with the relevant National or International
standard specification. Where equipment does not comply, it shall be submitted to the
Project Manager for approval prior to installation.
5. All installation, testing and terminations must be approved by the Transnet Group Capital
(TGC) Engineer prior to commissioning.
4.4.3 Service Conditions
The equipment shall be designed and rated for continuous operation under the following
conditions:-
4.4.3.1. Ambient/Environment Conditions:
All equipment offered shall be rated for continuous operation under the following
conditions:
a Altitude 0 to 1800m above Sea Level
b Ambient temperature -5°C to +40°C (daily average +35°C)
c Relative humidity As high as 96%
d Lightning conditions Severe, with a maximum lightning ground flash
density of 11 flashes per km² per annum
e Atmosphere Salt laden and corrosive industrial chemical and dust
laden nature. Frequent heavy rains driven by wind
reaching speeds of 100 Km/h and above
4.4.3.2. Electrical Conditions
1. The Low voltage system of supply will be three phase, 4 wire, 50 Hz alternating current
with earthed neutral at a nominal voltage of 400 / 230V.
2. The voltage may vary within the range of 95% to 105% of the nominal and all equipment
installed shall be suitably rated.
3. All equipment shall be adequately rated for prospective fault level ratings.
4.4.3.3. Lightning conditions
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 43 of 163
All lightning protection equipment offered shall be rated for with stand the following
conditions:
a. Current: The peak lightning current and its rate of rise shall be regarded severe
when imax = 200kA.
b. Voltage: The highest cloud potential shall be assume to be more that 100MV,
where; Q = CV, where Q is assumed at 100C and C to be 10-7 F.
c. Lightning Flash Density: Severe, with a maximum lightning ground flash
density of 11 flashes per km2 per annum.
4.4.4 Particular specifications
The following publications and specifications (latest edition) shall apply:
CODES OF PRACTICE
SANS Specifications
SANS 10313 Code of Practice for Protection of Buildings against Lightning
SANS 10064: Code of Practice for the Preparation of Steel Flush for Coating
OHS Act, 1993 Occupational Health and Safety Act (Electrical Installation
regulations)
SANS 10142-1 Code of Practice for the Wiring of Premises
Part 1: Low-voltage installations and including 3 000 kW
installed capacity
SANS 1019 The design and Installation of Earth Electrodes
SANS 1063:2010 Earth Rods, couplers and connections
SANS 62305-3 Protection against lightning
Physical damage to structures and life hazard
SANS 62305-4 Protection against lightning
Electrical and Electronic systems within structures
SANS 152 Low Voltage Air Break Switches, Connectors, Switch
Disconnectors, Fuse Combination Units
SANS 156 Moulded Case Circuit Breakers
SANS 6069-2-1 Wall and Appliance Switches
SANS 60269: Low Voltage Fuses
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 44 of 163
SANS 61008-1 Earth Leakage Protection Units
SANS 14713-2 Hot Dip Zinc (galvanised) Coatings
SANS 1195: Busbar
SANS 1091 National Colour Standards for Paints
SANS 1180 Electrical Distribution Boards
SANS 1507 Electric Cables with Extruded Solid Dielectric Installation for
Fixed Installations
SANS 1274 Coatings Applied by the Powder-coating Process
SANS 1973 Low Voltage Switchgear
Transnet Projects Specifications (Latest Revisions)
TPD-001-EL&PSPEC Technical specification for the supply and installation of
electrical lighting and power in buildings other than dwelling
houses.
TPD-002-DBSPEC Technical specification for the design and manufacturing of
low voltage distribution boards.
TPD-003-CABLESPEC Technical specification for the installation of medium and low
voltage cables.
TPD-004-
EARTHINGSPEC
Technical specification for the Design supply and installation of
lightning protection and earthing for buildings and structures.
4.4.5 Method of Tendering
Tenderers shall submit their main offers in accordance with the requirements of this works
information and particular specifications. Deviations from the requirements of this works
information which are of a minor nature and do not depart materially, will be considered at the
discretion of the project manager. The acceptance of alternative offers will only be considered if
the main tender is submitted as part of the main tender document.
Where there are deviations from the specifications, alternative offers shall be clearly marked
"Alternative Offer No. _______".
All Technical Data Sheets shall be signed by the Tenderer and returned.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 45 of 163
All documents forming part of the tender shall be firmly bound. No loose documents will be
considered.
Tenderers shall be required to be registered with Construction Industry Development Board.
Proof of registration and to be submitted together with all other tender documents.
Failure to comply with the above requirements may preclude a tender from consideration.
Tendering shall be in accordance with Tender Form included in the tender documents.
4.4.6 Works Information
This scope of work carried out by the electrical Contractor shall cover, but not limited to the following:
4.4.6.1. ELECTRICAL WORKS
a. Additions and modifications to existing Substation B
o Supply and installation of new 630A, 3 Pole, 70kA, Moulded Case Low Voltage
circuit breaker in existing terminal substation low voltage panel as per specification
TPD- TPD-001-EL&PSPEC, TPD-002-DBSPEC and drawing no:4223745-2-002-E-
LA-0004-01
b. Cable route laying shall be as follows;
o Prior to work commencement (i.e. cable terminations and installations) the
contractor shall first liaise with the Transnet Port Terminals (TPT) officials to apply
for formal occupation to avoid unplanned operational/ plant downtime.
o The new MHA kiosk shall be fed from the local LV distribution spare panel in
substation B.
o Prior to work commencement the contractor shall make sure that the existing
sleeves from substation B routed under the Norman road, conveyor to their
endpoint (see drawing no. 4223745-2-002-E-LA-0004-01) are clean (blow out any
dust or product) and they won’t cause any obstructions when installing a cable.
o A 185 mm2 4 core ECC cable will be terminated from an existing Sub B low voltage
spare panel, and it will be routed across and under the Norman Road and also
under the conveyor gallery by existing sleeves.
o From the existing sleeves end point onwards the 185mm2 4 core ECC cable will
be buried directly underground with a minimum depth of 800mm as specified on
a drawing no. 4223745-2-002-E-LA-0004-01) and get terminated on the new
MHA kiosk.
o The contractor shall perform a swing-over of circuit breakers from the existing
MHA kiosk to the new MHA kiosk. The contractor shall avoid unplanned
operational/ downtime when performing a swing-over.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 46 of 163
o From the new MHA kiosk, there will be 2 times outgoing cables, namely 70 mm2
4 core ECC cable to mess and ablution facility and the other which has been sized
at 50mm2 4 core ECC going to workshop facility. See drawing no. 4223745-2-
002E-LA-0004-01
o Lastly both cables going to mess and ablution, and workshop respectively shall be
installed in existing pipe and chamber with the later feeding local DB-A and the
early feeding local DB-B. For detailed in-situ cable layout details and distances
refer to drawing: 4223745-2-002E-LA-0004-01
c. Trenching/Saw cutting, backfilling and make good
The works for the cable ducts include the following:
o Excavation, bedding and backfill for cable ducts.
o Supply and lay PVC pipes.
o And any other work arising out of or incidental to the above, or required of the
Contractor for the proper completion of the works.
d. Low Voltage Cabling
o The Contractor shall supply and install low voltage cabling from the existing
substation B to the new MHA kiosk as indicated on drawing: 4223745-2-002-E-
LA-0004-01
o The low voltage cabling shall be installed according to specification TPD-003-
CABLESPEC: “Technical specification for the installation of medium and low
voltage cables”.
o Sleeve Pipes, Draw Boxes and Wire ways
o The sleeve pipes for Low Voltage cables shall be installed at least 800mm below
ground level outside the building structures. As indicated on drawing no. 4223745-
2-002-E-LA-0004-01
o Slow bends shall be used where the sleeve pipes enter the buildings or change of
direction
e. New Low Voltage MHA Kiosk
o The kiosk shall be designed and constructed according to drawing 4223745-2-
002-E-LA-0004-01 and specification no. TPD-002-DBSPEC; “The specification for
the design and manufacturing of low voltage distribution boards”.
o The enclosure shall be floor standing outdoor type (IP65) type manufactured from
minimum 1.6.mm 3cr12 and shall be outdoor type (IP65).
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 47 of 163
o The enclosures shall be supplied with hinged doors and epoxy powder coated (80
microns) in colours specified.
o The power supply cables to the electrical the new MHA kiosk will be supplied and
terminated by the electrical Contractor.
o Termination to the kiosk shall be of non-corrosive high quality type.
o kiosk should have the following signage:
- Name
- Fed From …. With ......mm² 4 Core PVC Insulated PVC bedded SWA
sheathed 600/1000V copper cable (cable size to be indicated and length)
- -Voltage
- -Danger Sign (lightning Bolt)
f. New Low Voltage Distribution Boards
o New Low Voltage Distribution Boards The distribution board shall be designed and
constructed according to drawing 4223745-2-002-E-LA-0005-01 and specification
no. TPD-002-DBSPEC; “The specification for the design and manufacturing of low
voltage distribution boards”.
o The enclosure shall be recessed mounted indoor type (IP42) type manufactured
from minimum 1.6.mm, 3cr12 and shall be outdoor type (IP65).
o The enclosures shall be supplied with hinged doors and epoxy powder coated (40
microns) in colours specified.
o The power supply cables to the electrical distributions board will be supplied and
terminated by the electrical Contractor.
o Termination to the Distribution boards shall be of non-corrosive high quality type.
o Distribution boards should have the following signage:
- Name
- Voltage Rating
- Current Rating
- Fault level and time
- IP Rating
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 48 of 163
- Fed From …. With ......mm² 4 Core PVC Insulated PVC bedded SWA sheathed
600/1000V copper cable (cable size to be indicated and length)
- Voltage
- Danger Sign (lightning Bolt)
g. Facility Lighting
Workshop Lighting
o The contractor shall dismantle all the existing fittings/lumens and hand them
over to the client (Transnet Port Terminals Officials).
o The Contractor shall supply and install new energy saving luminaires as
indicated on drawing: 4223745-2-002-E-LA-0001-01 and 4223745-2-002-E-LA-
0002-01 as per SANS 10142-1.
o The contractor shall supply and install the unistrut using the threaded rods. The
contractor shall surface mount the new luminaires on the unistrut. All electrical
works pertaining to the electrical lighting should be done in accordance with the
referenced drawing no. 4223745-2-002-E-LA-0001-01 and 4223745-2-002-E-
LA-0002-01. If clarity is needed in any regard the electrical engineer should be
contacted prior to any commencement of work.
o The luminaires shall be wired with cables or wires with a minimum cross
sectional area of 2.5mm2 PVC cable
Mess and ablution lighting
o The contractor shall dismantle all the existing luminaires in the mess and
ablution facility, and hand them over to the client (Transnet Port Terminals
Officials)
o The Contractor shall supply and install new energy saving luminaires as
indicated on drawing: 4223745-2-002-E-LA-0001-01 and 4223745-2-002-E-LA-
0002-01 as per SANS 10142-1.
o The contractor shall surface mount the new on the mess and ablution.
o All electrical works pertaining to the electrical lighting should be done in
accordance with the referenced drawing and specifications, if clarity is needed in
any regard the electrical engineer should be contacted prior to any
commencement of work
Office Lighting
o The contractor shall dismantle all the existing luminaires in the mess and
ablution, and hand them over to the client (Transnet Port Terminals Officials).
o The Contractor shall supply and install new energy saving luminaires as
indicated on drawing: 4223745-2-002-E-LA-0001-01 and 4223745-2-002-E-LA-
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 49 of 163
0002-01 as per SANS 10142-1.
o The contractor shall recess the new luminaires in to the ceiling. For details see
drawing no. 4223745-2-002-E-LA-0001-01 and 4223745-2-002-E-LA-0002-01.
o All electrical works pertaining to the electrical lighting should be done in
accordance with the referenced drawing and specifications, if clarity is needed in
any regard the electrical engineer should be contacted prior to any
commencement of work
Exterior lighting
o The contractor shall dismantle all the existing luminaires in the mess and
ablution, and hand them over to the client (Transnet Port Terminals Officials).
o The Contractor shall supply and install new energy saving luminaires as
indicated on drawing: 4223745-2-002-E-LA-0001-01 and 4223745-2-002-E-LA-
0002-01 as per SANS 10142-1.
o The contractor shall recess the new luminaires in to the ceiling. For details see
drawing no. 4223745-2-002-E-LA-0001-01 and 4223745-2-002-E-LA-0002-01.
All electrical works pertaining to the electrical lighting should be done in
accordance with the referenced drawing and specifications, if clarity is needed in
any regard the electrical engineer should be contacted prior to any
commencement of work
o The contractor shall supply, deliver and install 16A, 6kA photocell (for switching
the pole mast lighting) as per drawing no: 4223745-2-002-E-LA-0001-01 and
4223745-2-002-E-LA-0002-01
o The Contractor shall supply and install new energy saving luminaires, for
heights and distances are indicated on drawing: 4223745-2-002-E-LA-0001-01
and 4223745-2-002-E-LA-0002-01 as per SANS 10142-1.
o All electrical works pertaining to the electrical lighting should be done in
accordance with the referenced drawing and specifications, if clarity is needed in
any regard the electrical engineer should be contacted prior to any
commencement of work
h. New Power supply points
o The contractor shall dismantle all the existing power supply sockets and hand
them over to the client (Transnet Port Terminals Officials)
o The contractor shall supply and install Power points as per TPD-001-
EL&PSPEC:Technical specification for the supply and installation of electrical
lighting and power in buildings other than dwelling houses, SANS 10142-1 and as
per drawing: 4223745-2-002-E-LA-0001-01 and 4223745-2-002-E-LA-0003-01
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 50 of 163
o The contractor shall install the welding plugs on the workshop as indicated on
drawing no. 4223745-2-001-E-LA-0001-01
o The must be at least two (2) dedicated power socket outlets for every office
working station, four (4) dedicated socket outlets for boardrooms and two (2)
dedicated socket outlets for areas where there will be computers and computer
associated equipment.
o The contractor shall ensure that the socket outlet are mounted on the electrical
services part of the power skirting and shall comply with the requirements
mentioned above.
i. Design, Supply and Installation of the Facility Earthing and Lightning Protection
o Design, Supply and Installation of the Facility Earthing and Lightning Protection
o The contractor shall supply and install a 35mm2 aluminium bare conductor all
around the roof of the MHA facility for protection against lightning (Physical
damage to structure and life hazard).
o The Contractor shall design, supply and install earthing and lightning protection
equipment to the facility in accordance to specification no. TPD-004-
EARTHINGSPEC; “Transnet Group Projects Specification for lightning protection
and earthing”. This component of work shall be undertaken by a specialist
earthing Contractor. The installation of lightning protection system shall comprise
of the following components
- Test Joints
The Contractor shall supply and install Bolted test joints for the purpose of
testing the earth electrode resistance.
- The test joints shall be a bolt and nut of M25 minimum size.
The bolt and nuts assembly of the test joint shall be constructed from
stainless steel.
- The Contractor shall supply and install signage at each test point as detailed
in attached drawing.
- Earth Electrodes
- Earth electrodes and couples shall be manufactured from copper in
accordance to SABS 1099.
The earth continuity conductor coupled to the earth electrode and the test
joint shall be insulated copper stranded conductor, with a minimum cross
sectional area that complies with SANS 10313 and SANS 10142.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 51 of 163
- Earth electrodes shall be installed not less than 500mm away from the
buildings and at a depth of not less than 500mm below finished ground level.
j. Testing, Commissioning and Handover
o The contractor is required to test the installation in the presence of the Employer
and issue compliance certificates for lightning protection systems (SANS 10313)
for all work done to the satisfaction of the Employer.
o Contractor shall submit Compliance Certificate for all the complete electrical
installation in accordance to SANS 10142-1.
o The tenderer shall to be registered and listed with South African Bureau of
Standards and the listing number shall be included in the above mentioned
compliance certificate..
k. Compliance Certificate
o The contractor is required to test the installation in the presence of the Employer
and issue compliance certificates for lightning protection systems (SANS 10313)
for all work done to the satisfaction of the Employer.
o Contractor shall submit Compliance Certificate for all the complete electrical
installation in accordance to SANS 10142-1.
o The tenderer shall to be registered and listed with South African Bureau of
Standards and the listing number shall be included in the above mentioned
compliance certificate.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 52 of 163
Summary of Kiosk is as follows:
Description
Mounting Arrangement As specified
Material 3CR12
IP Rating As specified
Colour Orange
Doors Hinged doors
Panel Catches Square Key
Door Catches Turncatch
Door Hinges As per specification
Depth / Tray Size As per manufacture’s discretion
Main Labels As per Line Diagrams and Drawings Number – 4223745-2-002-E-LA-
0004-01
Circuit Breaker Type As per Line Diagrams and Drawings Number – 4223745-2-002-E-LA-
0004-01
Fault Level As per Line Diagrams and Drawings Number – 4223745-2-002-E-LA-
0004-01
Cascading Label Yes
Cable Entry Bottom
Cable Exit Bottom
Test Certificates for Panel / DB Required as per annexure
SANS 10142 Panel/Distribution
board compliance certificate
Required
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 53 of 163
Summary of Distribution Board is as follows:
Description
Mounting Arrangement As specified
Material 3CR12
IP Rating As specified
Colour Orange
Doors Hinged doors
Panel Catches Square Key
Door Catches Turncatch
Door Hinges As per specification
Depth / Tray Size As per manufacture’s discretion
Main Labels As per Line Diagrams and Drawings Number – 4223745-2-002-E-LA-
0005-01
Circuit Breaker Type As per Line Diagrams and Drawings Number – 4223745-2-002-E-LA-
0005-01
Fault Level As per Line Diagrams and Drawings Number – 4223745-2-002-E-LA-
0005-01
Cascading Label Yes
Cable Entry Bottom
Cable Exit Bottom/Top
Test Certificates for Panel / DB Required as per annexure
SANS 10142 Panel/Distribution
board compliance certificate
Required
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 54 of 163
4.5 Mechanical Engineering (HVAC, Water Reticulation and Fire Protection)
4.5.1 General Requirements
a) For the purposes of technical decision making in terms of this contract the following
processes shall apply:
The Contractor shall submit an FEQ in accordance with the NEC3 FEQ process to the
Project Manager and NEC Supervisor for the Engineers action and attention.
The responsibility for the decision making resides with the Engineer and shall be
communicated in terms of contractual instruction by the Project Manager and/or NEC
Supervisor.
Under no circumstances shall technical decisions be taken without the approval of the
responsible TCP engineer. Any reference hereinafter to “Engineer” or “acceptance by
Engineer” shall be through the above communication protocol.
b) The works information gives an overview of the work to be done for the purposes of tender
pricing. The tenderer shall allow time for shop drawings in the schedule.
c) This installation shall be suitable in all respects for operation under the atmospheric
conditions and electricity supply as outlined in the schedules. The responsibility is on the
tenderer to ascertain any other local conditions or peculiarities which might affect the
working of the plant, and no allowance in price or standards of materials or workmanship
shall be made for any ignorance on the part of the tenderer in this respect.
d) All materials and workmanship supplied under this contract shall be of the highest quality.
Installation work shall be done in accordance with the best modern engineering practice.
The Engineer shall have the right to reject and demand satisfactory replacement at the
Contractor's cost, or any part of it, which in his opinion, does not conform to the highest
standards of material and workmanship. The equipment shall be suitable for continuous
duty operation, and it is essential that all installations shall be capable of operating
continuously and satisfactorily over such periods.
e) The tenderers shall submit the completed Appendix 1 as part of the documents listed in
the returnable schedule. Failure to submit the documents will be reason for disqualification
form the tender bid.
4.5.2 Scope Of Work
a) This specification covers the supply, delivery, installation and commissioning, testing, and
handing over in complete working order ready for immediate use and subsequent
maintenance as per the NEC contract.
b) Principal Items of work include the supply, delivery, installation and commissioning of:
Air Conditioning
Ventilation
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 55 of 163
Heat Pumps
Insulated hot water tanks with electrical backup elements
Hot and cold water reticulation
Fire protection
Electrical work including wiring between switchboards, unit mounted sensors, control
devices, etc. and wiring between controllers and remote sensors, remote set point
adjusters, etc.
Painting and corrosion protection of equipment.
Commissioning and testing of the installations herein specified.
Maintenance and guarantee for twelve (12) months after “practical completion” date
of the completed installation, or sections thereof. This is the date confirmed in writing
by the Project Manager.
Training of the Employer’s maintenance staff in the operation and maintenance of the
installations during the contractual twelve (12) month maintenance and guarantee
period.
Domestic water storage and all necessary accessories
Removal of the existing air-conditioning and ventilation equipment
Removal of the existing firefighting equipment
4.5.3 Visit To Site
a) Tenderers must acquaint themselves with local site conditions such as access area
available on site, type of ground, space available for on-site fabrication, storage, transport,
loading and unloading facilities, scaffolding, tackles and tools needed, as no claims by the
Contractor, which may arise from ignorance of the site conditions, shall be considered.
4.5.4 Materials And Workmanship
a) The contract works shall be executed in accordance with the specified standards and level
of workmanship, to the satisfaction of the Engineer.
b) All materials shall be of the quality specified and the Contractor shall, upon request of the
Engineer, furnish him with proof to his satisfaction that the materials are of the specified
quality. The Engineer is not responsible for Quality Assurance on behalf of the Contractor
but shall be entitled to condemn unsatisfactory work.
c) All materials and equipment used for the installations shall be new and undamaged. The
Contractor shall, if requested by the Engineer, provide samples of material and equipment
for approval. If judged necessary by the Engineer, such samples may only be returned
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 56 of 163
after the completion of the installation, in order to ensure that the quality of the installed
product is the same as that of the approved sample
d) Material for which an SABS specification exists, shall be in accordance with such a
specification, and shall bear the SABS mark.
e) For fire protection equipment, all equipment used shall originate from suppliers which have
been certified in accordance with SABS ISO 9001 (ISO 9001) or SABS ISO 9002 (ISO 9002)
for Quality assurance. Copies of certificates of approval shall be provided by the tenderers
with their tenders. Equipment designed to BS 5446, Fire systems for residential premises,
or similar other standards, are not acceptable.
4.5.5 Design And Drawings
a) Design Responsibilities
The Engineer is responsible for the system design. In the execution of the design, the
Contractor is responsible to ensure that:
o Equipment is positioned and installed in such a way as to ensure proper access for
service and maintenance. That all control panels, wiring and components of the
electrical installation forming part of this sub-contract comply with all application
safety codes standards and regulations.
o In addition to abovementioned, the contractor may comment on aspects of the
design with a view to improvement or cost saving, but must draw to the attention
of the Engineer any aspect of the design which in his view is not appropriate. The
final decision and responsibility rests with the Engineer.
o The Contractor shall comply with all acts of parliament and all regulations and by-
laws of local or other authorities having jurisdiction regarding the execution of the
works. The Contractor shall not be responsible for non-Compliance where this
results from the system Design.
o Specific aspects of equipment selection which must be carried out by the
Contractor together with the Suppliers of such equipment in order to achieve the
design system performance are listed below.
b) Equipment Supports
The Contractor shall be responsible for the design of supports, stands, hangers
suspended platforms for machinery, tanks or other equipment. Where such elements
involve major structural design which is beyond the capability of the Contractor than
these shall be referred to a suitably qualified person for design.
c) Workshop Drawings
Preparation of complete shop drawings is the responsibility of the Contractor. The
shop drawings must be prepared on the basis of:
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 57 of 163
o The latest Architect's, Structural Engineer's and Electrical Engineer's drawings
regarding co-ordination and layout.
o Actual equipment offered in the Tender and accepted by the TCP Engineer. No
work may be put in hand before the relevant shop drawings have been reviewed
by the TCP Engineer for NEC3 acceptance. The TCP Engineer's responsibility in
this regard is limited to checking conformance with the works information and co-
ordination with other disciplines where necessary. This does not absolve the
Contractor of any responsibility in terms of the Subcontract or for errors or
omissions in the shop drawings.
o The Contractor shall include time in the schedule for approval of shop drawings
and equipment by the TCP Engineer.
d) Builders Work Drawings
Openings
The Contractor shall show all openings and other finishes on layout drawings in such
a way as to constitute a clear instruction to others.
e) Equipment Submittals
Before ordering, the following equipment shall be submitted to the TCP Engineer for
acceptance:
o Air Conditioning Equipment
o Heat Pumps
o Tanks
o Pumps
o Air and water filtration equipment
f) Noise and Attenuation
In respect of noise control and attenuation the Contractor shall be responsible for the
supply and installation of all equipment as per the relevant standards and
specifications, including sound attenuators, spring mounts, mass bases, flexible
connections etc., to limit undesirable noise generation and transmission. Correct
selection of the items listed below shall be the responsibility of the Contractor together
with the Specialist Supplier:
o Spring Mounts
o Vibration Isolating pads
o Spring Hangers and Supports for Pipes
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 58 of 163
o Vibration Isolating Hangers and Supports for Pipes
o Flexible connections
The Contractor shall also be responsible to ensure that where ducts and pipes pass
through concrete, brick or other structural members and finishes. This is achieved
without transmission of noise and vibration
4.5.6 Responsibilities Of The Contractor
a) Sub-Contractors
Any work which Tenderers intend subcontracting must be listed in the Tender showing
the names of intended Contractor. If these are deemed suitable then no deviation
will be permitted without the authorization of the TCP Engineer.
b) Ordering of Equipment and Materials
The Contractor shall be responsible to ensure that the project programme is adhered
to and that no delays are caused by late deliveries of equipment and materials. All
other activities which must proceed placing of orders must be taken into account
when the Contractor schedules his activities.
c) Storage of Materials and Equipment
The Contractor shall be responsible for the proper storage of all materials and
equipment on site to ensure protection against the elements, damage by impact, dirt,
builder’s rubble dust theft etc.
d) Protection of the Works
The Contractor shall programme his work to avoid damage by other Trades and shall
be responsible for protection of the works against such damage until handover to the
Client.
e) Accessibility
The Contractor shall plan suitable accessibility for thermometers, gauges, controls,
dampers and other devices which require reading adjustment, inspection, repair
removal or replacement.
f) Weather Proofing
All outdoor equipment shall be weatherproof and corrosion resistant including minor
items such as screws fixers, brackets, etc.
The IP rating for waterproofing must be approved by the Electrical Engineer from
Transnet Capital projects.
4.5.7 Reference Specification And Standards
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 59 of 163
a) The latest revision of any Specification referred to in this specification, shall be applicable.
b) Where a specification or standard is not specifically referred to, it shall be assumed that
the relevant SANS, ISO, BSS, DIN or equivalent American standard, listed in order of
preference shall apply.
c) The SI (“Le Systeme International d’ Unites”) – Metric System of Units shall apply. Refer
to SANS – M33A: The International Metric System: Guide to the use of the SI in South
Africa.
d) The entire new installation shall be carried out in accordance with the following standards:
SANS Specifications
SANS 10400 The Application of the National Building Regulations
SANS 347:2012 Categorisation and Conformity Assessment Criteria for all Pressure
Equipment
SANS 62 Steel pipes - Part 1 and 2
SANS 10142 Code of Practice for the Wiring of Premises
SANS 1424 Filters for use in Air-conditioning and General Ventilation
Other Specifications
API 5L Welded and Seamless pipe
ASTM A153 Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel
Hardware
Government Notice Pressure Equipment Regulations, 2009
The General Electrical Specification for the Provincial
Administration of the Republic of South Africa Part 2E
The Municipal Fire Regulations.
The Municipal by laws and any special requirements of the Supply
Activities of the area or district concerned.
The Occupational Health and Safety Act No 85 of 1993
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 60 of 163
Transnet Projects Specifications (Latest Revisions)
EEAM-Q-006 Structural steelwork
EEAM-Q-008 Corrosion protection
EEAM-Q-009 Quality management
EEAM-Q-013 Commissioning and handover
EEAM-Q-028 M Specific requirements and conditions (mechanical)
4.5.8 Design Conditions
a) The following design conditions were used in designing the systems for this project:
External Conditions:
o Summer ambient : 30 ˚C Dry Bulb – 22.5 ˚C Wet bulb
o Winter ambient : 13 ˚C Dry Bulb – 10 ˚C Wet Bulb
Internal Conditions:
o Summer : 22.5 ˚C Dry bulb – 50 % Relative Humidity
o Winter : 23 ˚C Dry bulb – Humidity not controlled
Design Conditions:
o Lighting load : 20.66 W/m2
o Glass shade coefficient : 0.94
o Ventilation : as per SANS 10400
o U’ values – Glass (all facades) : 3.66 watt/m2/˚C
o Outside walls (all facades) : 1.28 watt/m2/˚C
o Partitions : 1.256 watt/m2/˚C
o Roof : 1.9 watt/m2/˚C
b) The subcontractor shall test, commission and adjust the air-condition and ventilation
installations so that they will maintain the inside design conditions specified above, subject
to the capacity limits hereinafter specified during hours of operation
c) Noise levels
Maximum noise levels caused by the operation of the air-conditioning system and
ventilation shall comply with the OHS Act 85 of 1993 and all other regulations.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 61 of 163
The specified noise levels shall be those that read at a distance of not more than 2
metres from any air outlet, return air grille or opening.
4.5.9 Technical Requirements
a) Erection of Equipment
The Contractor shall allow for a complete installation, including the provision of mobile
cranes, air compressors, lifting tackle, measuring equipment, precision levels, and all
other special or regular tools and equipment that may be needed to complete the
entire installation in accordance with the specification.
The Contractor will be responsible for any damage caused to buildings, equipment,
etc. during the course of the erection of the equipment.
b) Equipment Plinths
Plinths as specified hereunder shall not be confused with any form of inertia or anti-
vibration base.
Plinths shall be provided for all floor standing mechanical equipment. Plinths cast on
concrete surfaces shall protrude at least 100mm above floor levels and depending on
the position of the vibration mountings.
Plinths for equipment which do not need inertia bases or plinths for inertia bases with
recessed vibration mountings shall be of the same size as the equipment or bases
mounted on top.
The Plinths shall be designed to be able to support the weight of the equipment being
fixed on them and the surface shall be completely horizontal and even.
c) Holding Down Bolts and Bolts for Equipment
The Contractor shall be responsible for the supply of all necessary holding down bolts
for the machines supplied by him. He shall also supply all bolts necessary for
assembling all the equipment supplied by him.
Holding down bolts shall preferably be cast into concrete bases when the bases are
being cast. All bolts shall, in this instance, be provided with hot dip zinc galvanised
sheet metal sleeves approximately three times the diameter of the bolt, and projecting
a minimum of four-bolt diameters below the surface of the concrete. This sleeve must
be kept free of concrete until the final grouting takes place.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 62 of 163
Where galvanised bolts are called for, they shall be fully galvanised all over. No re-
cutting of threads will be permitted after galvanising. All nuts must run freely on the
threads.
d) Bed Plates
All bedplates shall be of fabricated hot dip zinc galvanised mild steel with surfaces on
which the pumps, motors, heat exchangers etc. are mounted.
All bedplates shall be stress relieved after welding but before machining. Each
bedplate shall be provided with approximately eight horizontal jacking screws with
locknuts for each unit mounted thereon to assist in aligning the pumps and motors,
etc.
It will not be necessary to dowel equipment in place, provided the jacking screws
specified above are fixed and locked.
e) Packing of Equipment
All base plates and steel work shall be suitably packed with steel packs to ensure that
they are true to level, line and grade. The thickness of packing shall be such as to
allow for not less than 25mm, and not more than 50mm of grout under all base plates
or steel work. Packings shall be of suitable size to support the base plates and one
pack must be situated immediately on each side of each holding down bolt as well as
in any position as may be required in order to adequately support the base plates and
its superimposed load.
All packs shall be as near as possible to the exact height in one thick piece. Thinner
shims may be used for final adjustments, but large piles of thin shims will not be
accepted. All packs must be of parallel shims. Taper packs or wedges will not be
accepted. Packs must be bedded on a flat and smooth area on the surface of the
concrete foundation. Packs resting on rough concrete will be rejected.
After final levelling and lining up, it is essential that all packs are tight. Loose packs
will be rejected.
No shims will be permitted between a machine base and plate and the machine's
feet except as mentioned hereinafter.
f) Alignment of Equipment
Bedplates:
Where equipment is delivered completely assembled on a bedplate, these items of
equipment shall be removed from the bedplate prior to installation. The bedplates
shall first be installed, levelled, lined up and packed to ensure that there is no twist
or distortion therein. The machines shall then be installed on their bedplates and the
final alignment carefully checked and adjusted until it is completely level.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 63 of 163
Minor corrections to the alignment of machines may be carried out using thin shims
between the machinery feet and the machined surface of the bedplate. This applies
particularly to electric motors.
Couplings:
The alignment of all couplings must be carefully checked for both the parallelism and
eccentricity of their shafts. Alignment must be carried out to the manufacturer’s
tolerances.
In any event, a misalignment of more than 0,05mm will not be permitted for either
parallel or eccentric misalignment as measured at the periphery of the couplings. It
is essential that a dial micrometer is used to set the final alignment, which must be
witnessed by the Project Manager’s Representative.
g) Assembly of Components
It is essential that all mating components such as couplings, taper lock bushes,
machined faces, etc., be thoroughly cleaned with a suitable solvent before assembly.
All surfaces must be free from burrs or irregularities, which may prevent the correct
mating of the surfaces.
A molybdenum-disulphide lubricant similar or equivalent to Mobil-grease Super shall
be used on the threads of all bolts and between the mating surfaces of all parts closely
fitted together, such as shafts and couplings, keys and base plates. PTFE tape shall
be used in all screwed pipe connections.
h) Welding
Welding shall be carried out in accordance with the current edition of SANS 10044
where applicable.
All welded filler or butt joints shall be free from porosity, cavities and entrapped slag.
The joints in the weld run, where welding has been recommended, shall be as smooth
as possible and shall show no pronounced hump or crater in the weld surface.
The profile of the weld shall be uniform, of approximately equal leg length and free
from overlap at the toe of the weld. Unless otherwise specified the surface shall be
either flat or slightly convex in the case of fillet welds and with reinforcement of not
more than 3mm in the case of butt welds. The weld face shall be uniform in
appearance throughout its length.
Filler metal electrodes shall be of an approved type for the material being used and
shall be kept in a dry condition. All electrodes shall conform to the latest edition of
SANS 2560.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 64 of 163
Only welders in possession of a valid approved competence certificate shall be
employed.
All welds must show proper fusion.
i) Galvanising
All fabricated mild steel sections, pipework, fixtures and fittings shall be hot dip zinc
galvanised to comply with SANS 62 and SANS 1182:2013 and shall be of minimum
mean coating thickness 170μm.
Items to be galvanised shall be entirely pre-fabricated and then dismantled in sections
for galvanising. No cutting of threads or welding will be accepted after galvanising.
Mild steel plate and sections shall be of good commercial quality, or higher grades,
best suited for galvanising. The materials shall be free from slag or coarse laminations,
fine fissures and rolled-in impurities.
Welding flux shall be chipped away and all welds wire brushed before galvanising.
The surface to be galvanised shall be free from paint, oil, grease and similar
impurities.
All exposed surfaces including welds shall be thoroughly sand blasted prior to
galvanising.
The Project Manager reserves the right to inspect all steel components before
galvanising, and shall have the right to reject or ask for remedial treatment of any
material which is considered to be unsuitable. This applies particularly to welds.
The hot dip galvanizing bath shall primarily contain molten zinc. The total of the other
elements (as identified in ISO 752, EN 1179 or EN 13283, excluding tin and iron) in
the molten zinc shall not exceed 1,5% by mass.
The significant surface(s) of all the hot dip galvanized article(s), when first examined
by normal or corrected vision from a distance of not less than 1 m, shall be free from
nodules, blisters (i.e. raised areas without solid metal beneath), roughness and sharp
points (if either can cause injury) and uncoated areas. Flux residues shall not be
permitted. Lumps and zinc ash shall not be permitted where they might affect the
intended use of the hot dip galvanized article or its corrosion resistance requirement.
Articles that fail visual inspection of the galvanising shall be renovated according to
the criteria mentioned in clause 6.3 of SANS 121:2011
j) Vibration Control
Vibration Isolation
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 65 of 163
Proper provisions shall be made in the foundations and mountings of all equipment
capable of transmitting vibration forces to its environment, whether local or remote,
(as is the case with pipes) for vibration isolation.
Selection of vibration isolation equipment and in particular, mountings for equipment
and machines, shall be done with due regard to the forcing frequency of the driven
machinery and the mounted natural resonant frequency of the machine.
In the case of installation of equipment on upper floors, suspended floors, roofs etc.
it is of prime importance that floor stiffness, floor deflection and natural frequency of
the floor be taken in to consideration to ensure that resonant conditions cannot occur.
Driven machinery and isolator deflections shall be carefully selected in these
applications.
Should added mass inertia blocks be required to comply with these vibration isolation
requirements, proper provision shall be made at tender stage for the provision of
such.
Damping
Where static deflections in excess of 8mm are indicated, steel springs shall be
employed incorporating acoustic sound pads in series with the spring.
The horizontal stiffness of the springs shall not exceed that in the vertical, in particular
for systems mounted at vertical frequencies below 5Hz.
Low frequency mounts shall incorporate rubber snubbers to accommodate extreme
horizontal or vertical motions such as can occur near resonance during start up.
The snubbers shall however not be relied upon to provide the necessary horizontal
stability of the machine in normal operational conditions. Spring layouts and inertia
blocks shall be employed to avoid this situation.
For static deflections below 8mm, rubber in sheer mounts may be used provided the
frequency is above 6Hz.
For small static deflections less than 4mm and particularly for high-speed machines
and general acoustic isolation, ribbed rubber neoprene composite pads may be
employed subject to the specified requirements.
Sufficient stability and damping shall be incorporated in the mountings to minimise
the movement of the machine during start up or changes in the operating conditions.
The selection of mounts shall take proper cognisance of unequal distribution of the
mounting weight of equipment and rotational and/or pressure forces acting thereon.
k) Painting
The paint colour scheme shall comply fully with the SANS 10140 requirements.
All steel surfaces that need to be painted shall be prepared as per SANS 8501-3 and
SANS 10322.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 66 of 163
All exposed portions of hot water tanks, heat exchangers, cylinders, etc. shall be
properly cleaned, primed and painted two coats of heat resistant paint.
All other exposed metal parts such as pumps, belt guards, all piping, pipe lagging,
fittings, dampers, fans, coils, motors
Packaged units, control panels, steelwork, exposed ducts and lagging, expansion
tanks, make-up tanks, cooling tower, unit shelters, etc. shall be cleaned, primed,
undercoated and finished in a high quality gloss paint of approved colour.
All external equipment exposed to the weather must be cleaned, primed and painted
with two coats of epoxy paint.
The lagged surface of calorifiers, headers and pipes shall be primed, undercoated and
finished in a high quality gross of approved colour. Unlagged steam piping shall be
painted with heat resistant paint.
Machinery, Structural Steelwork Colours:
Checker plates, Pipe supports, Handrails, Base plates Black
Body portions of machines Olive Green
All machinery external to the building (except piping. valves and
fittings)
Dove Grey
All moving parts which are visible when operating In-side surfaces
of all machine guards, belt guards etc.
Orange
All handles, levers, handwheel centres adjustment knobs, etc. Yellow
All lagging on boilers, calo-rifiers, tanks, cylinders etc. except on
piping and pump sets and ducting)
Aluminium
Electrical distribution boards (except where transparent covers are
used)
Light Grey
Control panels and Indicator panels, Water treatment plant (except
on piping), Air Conditioning plant (except on piping)
Light Blue
All points which constitute a physical hazard, e.g. (stay-wires, low
pipes, access areas)
Yellow and
Black
Doorways, Cross Hatch, Drainage piping Black
Piping, Pumps, Valves, Fittings, etc.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 67 of 163
o All unlagged black piping, holder bolts, supports anchors fittings, etc. shall be
painted in accordance with British Standard Specification No. BS 1710.
o Except where otherwise specified all piping on surfaces shall be painted with a
primer, an undercoat and a finishing coat in approved high quality gloss paint to
the colour indicated in the schedule. This also applies to all holder bolts, supports,
anchors, fittings and valves.
o Pump sets, valves, fittings, etc. shall be painted the same basic colour as the
pipelines, except those of firefighting services, which shall be painted red.
o Were bands are painted for identification purposes over a base colour, the length
of the band shall be same as the final pipe diameter, but not less than 100 mm.
Where three strips are required per band, each strip shall be one third of the final
pipe diameter but not less than 35 mm.
o The direction of flow shall be indicated with a 25 x 100 mm long black arrow at
intervals of approximately 4 m and at valves and junctions. Flow lines shall be
marked with an F and return lines with an R at each arrow.
o Where outlets require identification the colour identification shall take the form of
coloured centre pieces on hand wheels or cocks, and/or other suitable approved
marking on the neck of the outlet fittings as specified. The colour shall primarily
be that of the pipe colour and where banding is used, the colour shall be that of
the band and stroke.
o All radiators, pipes, fittings etc. in finished areas such as wards, offices, passages,
etc. shall be cleaned, primed, undercoated and finished in a high gloss paint to
match the existing finish.
o Identification Colours:
Basic Pipe Colour Banding Colour
Drinking Water Brilliant Green (D10) Cornflower (F29)
Condenser Water Brilliant Green (D10) White
Boiler Feed Water Brilliant Green (D10) Crimson(A03)/white/crimson(A03)
Boiler Condensate Brilliant Green (D10) Crimson(A03)/Emerald Green(A14)
Chilled Water lines Brilliant Green (D10) White/Emerald Green(A14)
Domestic Hot Water Brilliant Green (D10) Crimson(A03)/Cornflower(F29)
Fire Fighting Mains Signal Red (A11)
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 68 of 163
4.5.10 Mechanical Equipment
The mechanical equipment designed, supplied and installed by the Contractor shall comply
with the requirements set out in this document as well as all relevant SANS requirements.
The water line providing the main supply to the MHA Temporary Facilities shall be metered
in order to simplify the control and monitoring of the water usage
a) Type Air-conditioning Units
Two Daiken VRV Condenser units (or equal approved) one servicing mess room with
four ceiling cassette and the other servicing boardroom, four close offices, open office.
The units shall be of a specification equal or similar accepted to that provided in
Appendix 1.
It is essential that the acoustical characteristics of the units are considered during
selection and that they are installed to ensure compliance with the noise criteria laid
down. The sound pressure level from these machines shall be within the set criteria
throughout the frequency range.
The indoor fan coil unit shall be ceiling cassette mounted or above ceiling ducted type.
Above ceiling units shall be properly insulated, particularly where exposed to high roof
or lighting heat loads.
The indoor units shall be equipped with a suitable and easily accessible adjustable
intake damper, control thermostat, drain pan and drain piping, cooling coil, controls
and control panel and complete wiring, including interlocking with outdoor unit.
The outdoor units shall contain the matching compressor unit, air-cooled condenser,
condenser fan within a waterproof painted and corrosion protected casing.
The indoor/outdoor units shall be interconnected with refrigerant piping (separately
insulated suction and delivery piping for reverse cycle units), electric wiring and
interlocking control cabling. Where visible and/or exposed to the weather or possible
mechanical damage refrigerant piping and cabling shall be run inside galvanised sheet
steel trunking, neatly erected and painted as specified.
Outdoor units shall be installed on raised plinths or where wall mounted on unistrut
or similar accepted galvanised steel brackets, properly braced and fixed.
Provision shall be made in all cases for the drainage of excessive condensate to the
nearest building drain by means of uPVC tubing.
For reverse cycle heating units, including split type units, a proper drip-pan with
drainage piping as above shall be provided for the outdoor units where dripping can
create unacceptable conditions.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 69 of 163
Where drainage piping is required to be installed flush mounted, positioning and
chasing shall be done in good time to meet construction programmes.
All panels shall be neat fitting with hardwearing exposed surfaces of baked enamel or
equal finish of approved colour.
b) Fans
The fans shall be of a specification equal or similar accepted to that provided in
Appendix 1. The fans shall be selected to comply with the ventilation requirements of
SANS 10400.
All fans shall be selected for the highest possible efficiency and comply with the noise
criteria specified.
Fans shall be installed with anti-vibration mountings to match the fan characteristics.
Where fan noise characteristics cannot meet the requirements of this specification
such fans shall be replaced or other approved steps taken by the contractor at his
own expense until the installation meets the requirements.
Fans shall be selected for the highest possible efficiency with the lowest possible blade
tip speed.
Fans shall be fitted with manufacturer's nameplates permanently fixed to the casing
in a prominent position clearly indicating manufacturer, model number, maximum
operating speed, maximum power absorbed, size and serial number for larger fans.
Indicating arrows for both direction of rotation and direction of airflow shall be
provided on fan casings.
Fans shall be of the aerofoil type with non-overloading characteristic with peak power
requirements occurring in normal operating pressure range and motor rating
exceeding this requirement.
The complete fan unit shall be statically and dynamically balanced to ISO 1940 G6,3.
Fan performance shall be based on tests carried out in accordance with BS 848: Part
1 as amended.
Fan motors shall be totally enclosed squirrel cage induction type with protection to IP
55.
Fans shall be suitable for continuous operation in high humidity conditions.
All fan Casings and fasteners shall be hit dip zinc galvanised steel.
c) Sound Attenuators
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 70 of 163
Where required, in order to comply with the noise and vibration criteria already laid
down, or where specified in the drawings, sound attenuators shall be provided for
ventilation, air conditioning and all other equipment (Duct mounted and/or as
applicable).
The attenuators selected shall match the specific fan or plant characteristics to ensure
the correct insertion loss to meet the sound criteria laid down.
Unless otherwise specified, sound attenuators shall be installed with flexible
connections at the inlet and outlet connections.
The sound attenuators shall in addition be selected to produce the minimum pressure
loss across the attenuator coupled to the least re-generated noise level produced by
the flow through the attenuator.
Unless otherwise specified, air path sound attenuators shall be manufactured from
galvanised sheet steel with the sound absorption material moisture repellent and
erosion resistant up to 20 m/s air speed, and preferably flange connected.
Wherever possible attenuators shall be proprietary type supplied by the same
manufacturer as the equipment manufacturer to ensure complete compatibility.
The internal free area of sound absorbers shall be not less than the cross sectional
area of the connecting duct as indicated on the drawings
d) Air Filters
Air filters shall be provided on all air inlet points in order to maintain good air quality
in the facilities.
Filter efficiency and arrestance shall be in accordance with ASHRAE Test Standard 52-
76.
Construction and manufacture of all components shall be such that under no
circumstances any unfiltered air can by-pass filters or filter banks.
Sufficient space shall be allowed in front or behind filters, as applicable, to enable
inspection and servicing.
Tubes for the measuring of the pressure drop across each filter bank shall be fitted
as standard to enable connecting a manometer or other instrument as specified.
All filters shall be fitted with inclined pressure differential manometer gauges, clearly
marked with filters clean (green) and filters dirty (red) indicators of a permanent type.
Fan and system selection shall allow for expected final filter resistance to ensure a
supply air quantity in excess of 90% of design air quantity immediately prior to filter
replacement.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 71 of 163
Filter duct casings shall be made of galvanised sheet steel with de-contaminable
powder coating RAL 9010
The filter duct casing shall ensure precise fitting of the filter elements.
e) Grilles/Diffusers
Grilles/diffusers (except door grilles) shall be manufactured of stamped, extruded or
rolled galvanised steel sections, finished as specified and mounted in a neat frame.
Each diffuser shall be selected in accordance with the manufacturer's
recommendations to be capable of passing the specified air quantity without creating
excessive resistance, noise or local draughts.
Door grilles shall be manufactured from aluminium extruded sections, natural
anodised (9E6-C-0)
f) Ductwork
Sheet metal ductwork shall be manufactured in accordance with SABS 1238: 1979 as
amended and installed, balanced and tested as set out in SABS 0173: 1980, as
amended.
Ductwork layouts, dimensions etc. shall be as indicated on drawing
Unless otherwise specified ductwork shall be manufactured of galvanised sheet steel.
Flexible joints shall be provided between all fans, air handlers, vibration inducing
equipment, etc. and ducting.
Flexible joints exposed to weather shall be provided with protecting galvanised sheet
steel cover strips.
Flexible connections shall be made of fireproof fabric reinforced airtight material
attached both sides with approved galvanised steel collars or frames.
Flexible ducting shall comply with local fire codes, NFPA Bulletin 90A and SABS 0400
fire resistance requirements.
Flexible ducting shall be supported with sufficient and correct brackets that will ensure
maintenance of shape.
Duct joints shall be welded flanges or male/female socket type welded all-round.
Unless otherwise specified the total ductwork installation shall be tested for leakage
as per SABS0173.
g) Louvres
Weather louvers shall be finished in natural anodised aluminium, powder coated or
painted is specified. (E6-C-0)
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 72 of 163
Weather louvers shall be watertight even with nominal air velocity up to 3,0m/s.
Weather louvers shall in all cases be selected with free air passage areas not less than
that indicated on the drawings.
h) Pumps
All pumps shall comply with the requirements already laid down for noise vibration
and noise criteria.
Each pump motor shall be sized so that it will not overload.
The Contractor shall provide raised concrete plinths of the appropriate structural
integrity to hold the weight of each pump. A single plinth may be provided for pumps
which are located next to each other. The plinth surfaces must be completely
horizontal and even.
Each pump base-plate shall be hot dip zinc galvanised to a minimum mean coating
thickness of 200μm.
A low flow switch shall protect the pump from damage due to closure of valves in the
pumping circuit.
Each pump shall be mounted on a concrete inertia base which shall include Mason
Industries (or other accepted) spring mounts selected by the suppliers of the pumps.
All pumps shall have mechanical seals of types to suit the service application and as
recommended by the pump manufacturer. The seals shall be guaranteed by the pump
manufacturer for the service intended.
Provide an emergency latching type stop button adjacent and within reach of the
respective pump motor.
When connecting the pump to the piping, the pump should not be used as an
anchorage point for the piping. The pipelines shall be anchored in close proximity to
the pump and connected without transmitting any stresses or strains. The forces
exerted at the pump nozzles shall be kept below the maximum permissible forces as
per the pump manufacturer’s directions.
The suction lift line shall be laid with a rising slope and the suction head line with a
downward slope towards the pump.
In order to stabilise the flow before entering the pump, the suction piping entering
the pump shall have a straight length equivalent to at least two and a half times the
diameter of the suction flange.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 73 of 163
Before installing the pump in the piping, remove the flange covers on the suction and
discharge nozzles of the pump to check that the inside of the pump is free from any
foreign objects.
The pump and motor shafts shall be aligned to prevent damage to the pump.
i) Heat Pumps
The heat pumps shall be of a specification equal or similar accepted to that provided
in Appendix 1.
The heat pumps shall be carefully selected with due regard to vibration transmission
to pipework and the surrounding and airborne noise transmitted.
Heat Pumps shall be installed on spring mountings of the correct deflection
characteristics in order to prevent the transmission of vibration.
The heat pumps shall be supplied with an integrated hydronic module which includes
a Victaulic screen filter, expansion tank, safety valve, dual variable speed pumps, air
purge valve, water drain valve, pressure sensors (pump suction and unit leaving
pressures) and Temperature probes (entering and leaving heat exchanger).
The heat pumps shall include a Micro channel heat exchanger constructed totally of
aluminium with a factory applied coil treatment. The treatment shall be an epoxy
polymer coating by an electro coating process and a UV protective topcoat. The
treatment should provide very minimal heat transfer variation and be tested 6000
hours constant neutral salt spray per ASTM B117 and have superior impact resistance
as per ASTM D2794.
Heat pumps shall be completely self-contained units with stainless steel or epoxy
powder coated casings and cladding.
Condenser and condenser piping circuits shall be properly insulated.
A condensate drip-pan of stainless steel 430 shall be fitted and piped to the nearest
building drain, allowing for defrost cycles.
Reverse cycle automatically controlled defrost shall be provided as standard. Defrost
shall be demand controlled and not timer controlled.
The heat pumps shall be suitable for operating with ambient wet bulb temperatures
as low as -10ºC and as high as 40ºC.
Each heat pump shall be fitted with a control and a fault indication panel to provide
status indication on fault occurrence and operation mode.
After the unit has been received and before it is started up, it shall be inspected for
damage. Check that the refrigerant circuits are intact, especially that no components
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 74 of 163
or pipes have shifted or being damaged. If in doubt as to the condition, carry out a
leak tightness check.
When moving the equipment only slings at the designated lifting points which are
marked on the units shall be used.
All protection devices such as fuse plugs and relief valves shall not be covered or
obstructed in any way.
Special equipment shall be used when working on the refrigerant circuit as the unit
utilises high-pressure R410A refrigerant (common operating pressures are above 40
bar).
Any manipulation (opening or closing) of a shut-off valve shall be carried out by a
qualified and authorised engineer, observing applicable standards (e.g. during
draining operations). The unit shall be switched off during maintenance.
No work shall be carried out on the unit while still energized. All work done on the
electrical components shall be observed once the general power supply to the unit
has been cut and the unit has de-energized. The variable speed drives are fitted with
capacitor banks and enough time shall be given as per the manufacturer’s
recommendations to ensure that these have discharged completely after
disconnecting the power supply.
An indicating device shall be installed that will be able to show if part of the refrigerant
has leaked from the relief valve.
The unit utilises a refrigerant which is a fluorinated greenhouse gas covered by the
Kyoto protocol. It is paramount that the refrigerant is prevented from being release
to atmosphere during installation or maintenance. If a leak does occur a qualified
service technician shall stop the leak and repair it as soon as possible. Any handling
of fluorinated gas contained in this product shall comply with the F-Gas Directive (the
latest revision) and any other applicable local legislation.
Only dry nitrogen with an appropriate tracer gas shall be used for leak tests. No gases
containing oxygen shall be used due to the reactive nature of pressurised oxygen
when in contact with oil and grease.
Any work that needs to be carried out on the machine at a high level should be via
the use of a platform of staging equipment. No personal shall be allowed to climb or
walk on the equipment and piping.
In order to prevent cavitation the water circuit shall be pressurised to a pressure
above the Net Positive Suction Head of the pump included in the heat pumps, however
the pressure shall be lower than the maximum allowable pressure at the pump inlet
as per the manufacturer’s documentation.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 75 of 163
j) Hot Water Tanks
The hot water tanks shall be of a specification equal or similar accepted to that
provided in Appendix 1.
All tanks shall be manufactured in accordance with the requirements of SANS 347.
Tanks shells shall be manufactured from 4.5mm mild steel plate and tank ends shall
be 6mm thick mild steel. The tanks shall be hot dip galvanised after manufacture.
All tanks shall be pressure tested to 600kPa by suitably approved personal.
All tanks shall be insulated with 100m m mineral wool insulation of minimum density
224 Kg/ m³. Insulation shall be clad with 1mm aluminium cladding.
k) Water Pipework and Fittings
Full radius bends and sweep fittings must be used wherever possible. Elbows may
only be used under exceptional conditions and only with written permission of the
Department. Where it is necessary to reduce pipes in size, reducing sockets only shall
be used and not bushes.
Piping shall not be bent or formed in any manner during installation.
In horizontal runs of piping, where there is only a slight fall eccentric fittings are to
be used.
Under no circumstances shall any piping be directly connected to noise generating
equipment such as pumps, heat pumps etc. Connections to such equipment shall be
made with correctly selected flexible rubber type connectors of the spherical type.
Where tubing passes through walls or ceilings, etc., neat PVC sleeves shall be used.
The inside diameter shall be such that the insulated piping can pass through the
sleeves. Gaps between the insulation and PVC sleeves must be sealed with anon-hard
setting putty
All underground piping shall be HDPE Class 12 unless otherwise indicated.
All above ground pipework shall be Class 1 copper and shall comply with the minimum
standard when tested in accordance with the latest edition of SANS 6509.
All solder, fluxes and the method of soldering shall comply with the latest edition of
SANS 460.
All fittings shall comply with the requirements of the latest edition of SANS 1067, as
relevant.
All pipework shall operate effectively under all normal conditions likely to be
experienced when the water installation is in service.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 76 of 163
All cold water pipework shall be able to withstand up to 40 °C water temperature.
All hot water pipework shall be able to withstand up to 100 °C water temperature.
Piping shall be supported (unless otherwise indicated on the drawings) as per figure
3 below:
Figure 3
All supports and anchors shall compensate for thermal expansion of the piping. Pipe
supports fixed to sensitive building elements shall not be permitted.
Fittings shall be ANSI (ASA) B16.9 standard thickness with table flanges up to
1000kPa.
All butterfly type valves shall include for spool pieces to enable removal of equipment.
Before piping is installed the internal surfaces shall be cleaned of all mill scale and oil
to prevent the clogging of strainers, plate heat-exchangers, control valves and
constant flow valves.
Before any pump is operated, thoroughly flush out piping systems and remove, clean
and reinstall all strainers elements and built-in strainer elements of water balancing
valves. Repeat periodically until all water circulating systems specified herein are
completely free of foreign matter.
In order to avoid clashing of services and unnecessary disputes the Selected
Subcontractor shall liaise with the Plumbing, Electrical and Fire Services
Subcontractors with regard to piping, ducting, cable trays, cable racks, etc., routes
shown on the drawings and co-ordinate the installations with them.
All low points in the water circuit shall have drain points to allow the circuit to be
drained.
All high points in the water circuit shall have automatic air purge valves to allow for
purging of air.
Stop valves shall be installed close to the entering and leaving water connections to
the Heat Pumps.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 77 of 163
All rubber components that are in contact with potable water, such as joint rings, tap
washers and flange packings, shall, in order to control the multiplication of Legionella
pneumophila bacteria in water installations, be of a composition that will not promote
microbiological growth. Rubber joint rings shall comply with the relevant requirements
of the latest edition of SANS 4633.
l) Strainers
Water strainers shall be of the pot or angle type. Strainers shall be designed for not
less than 1000kPa or 1,5 times the maximum system working pressure whichever is
the greatest. Strainer screens shall be of bronze or stainless steel and shall have
maximum perforation as per Figure 4 below.
Figure 4
The effective free area of the screen shall in all cases be not less than 3 times the
cross sectional area of the inlet opening.
Strainers shall be installed in accessible positions where the strainers can be easily
removed and cleaned.
m) Pressure Gauges and Thermometers
Pressure gauges shall have at least a 100mm dial and be calibrated in kPa with the
maximum range not exceeding 1,5 times the system working pressure. Forged brass
or gunmetal gauge cocks must be fitted with each pressure gauge.
Thermometers shall be of the replaceable glass type with bronze casings, fitted into
pockets for removal without draining the system. The thermometers shall be
calibrated in ˚C and the scale length shall be at least 170mm. Pockets shall be of
brass, filled with oil and shall be installed vertically. On pipes smaller than 50mm
diameter, pipe sizes must be increased locally to install the sockets.
n) Air Release Valves
Automatic air release valves shall be provided where shown on the drawings, but shall
in addition also be fitted to piping at all high points and other places where air may
accumulate. As these points depend on the installation of the system, full
responsibility for fitting these valves rests with the Contractor.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 78 of 163
Valves shall have either integral shut-off valves or be preceded by a lock shield valve.
Connections to the service pipe shall be made at the highest point to ensure complete
venting. Valves shall be mounted with the inlet connection exactly vertical.
o) Valves
All valves shall comply with the regulations of the latest version of SANS 1808.
Drain valves shall be fitted to all low points in the installation to ensure full draining
of the system.
Diaphragm type valves and gate valves shall not be used for balancing or throttling
purposes.
p) Insulation
General
o Insulation shall in all instances be applied by specialist contractors and be of the
highest standard. Any section not installed to the approval of the Engineer shall
be re-done at the Contractor's expense.
o Data sheets for all insulation and accessories shall be submitted to the engineer
for acceptance that they meet the requirements listed.
o Material shall be delivered in non-broken, factory furnished packaging and stored
in a clean, dry indoor space that provides protection against the weather.
o Progressive testing of the systems to be insulated shall have been completed,
inspected and approved by the owners' representative before the insulation is
applied.
o Insulation shall not be applied until all surfaces are clean, dry, and free of dirt,
dust, grease, frost, moisture and other extraneous elements.
o Insulation, cladding and vapour barriers shall be painted as specified.
o All items of plant likely to operate at temperatures below the surrounding ambient
dew point shall be insulated and provided with a vapour barrier.
Hot Water Piping, Fittings, Equipment
o All pipes through which water that has been heated is running, including return
and circulation piping, pipe fittings and equipment such as pumps shall be
insulated with pre-formed insulation matching pipe size and specified thickness,
painted and colour coded as specified.
o The insulating material shall be mineral wood sections of long fine fibres, bonded
with temperature resistant binder. The thermal conductivity shall not exceed 0.038
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 79 of 163
W/mºK, and the density shall not be less than 80kg/m3. The sections shall be rot-
proof, odourless, non-hygroscopic and non-combustible.
o The minimum resistance to heat flow (R-value) of all insulation shall be 1.7. The
minimum thicknesses shall be in accordance with the Figure 5 below, should the
minimum thickness not be sufficient to provide the required resistance to heat
flow, the contractor shall utilise insulation which is thicker than the minimum such
that it conformed to the requirements. However, no insulation thinner than the
minimum from Figure 5 may be used even if the requirements for heat resistance
are met.
Pipe Inner Diameter (mm) 15-40 41-60 61 and larger
Insulation Thickness (mm) 25 40 60
Figure 5
o Hot water storage tanks shall be insulated with 100mm mineral wool with
galvanised cladding.
o Pipes shall be insulated as described in the previous clauses even where they pass
through walls and slabs.
o Insulation shall be held in position by galvanised steel straps. These straps are to
be located at butt joints between lengths of insulation and at 300mm centres over
the length of the insulation.
o Insulation to bends on unexposed pipework (e.g. in roof spaces etc.) may be
formed from mitred and trimmed sections, cut to ensure that a good contact with
the surface to be insulated is made.
o To ensure maximum continuity of insulation, adjoining sections shall be firmly
butted together and sealed with a self-adhesive tape at least 50mm wide.
o Flanges, couplings and valve bonnets shall be covered with an oversized pipe
insulation section sized to provide the same insulation thickness as on the main
pipe section. An oversized insulation section shall be used to form a collar between
the two insulation sections with low-density blanket insulation being used to fill
gaps. Jacketing shall match that used on straight pipe sections. Rough cut ends
shall be coated with suitable weather or vapour resistant mastic as dictated by the
system location and service. On systems where fittings are to be left exposed,
insulation ends should be bevelled away from bolts for easy access.
o Where specified piping shall be painted prior to application of insulation.
o Where hangers and/or supports occur along the run of the insulated pipes, a
segmental section of hardwood approximately 70mm long shall be inserted, the
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 80 of 163
outer diameter being identical to that of the insulated pipe and the ends thereof
butted to the insulation. The insulation finish shall be continued over the hardwood
insert and the finish shall be protected by means of sheet metal hoops under the
bracket, against movement of the pipe and/or hanger. Supports compressing the
insulation will not be accepted.
o Flanged joints shall be separately covered by pre-formed insulation flange boxes
(muff covers) held in position by removable metal bands and finished similarly to
the lagging on piping. The flange boxes shall be capable of removal without
damage to any other portion of the insulation.
o All bends on indoor pipework are to be insulated with moulded plastic lagging (see
below) of same or better insulation property than the sectional insulation,
trowelled to a smooth finish to the same diameter as the sectional insulation and
then neatly bound with an approved tape and painted, or alternatively insulated
with mitred sections.
o Pipe insulation not covered with sheet metal cladding shall be covered with canvas
having at least a 50mm overlap at joints. Overlaps shall be sealed down with a
suitable adhesive.
4.5.11 Fire Protection System
a) Requirements
The facilities can be classified as offices, low risk industrial and Hospitality. Due to the
size of the facilities being small there are no SANS requirements for Fire detection and
alarm systems, and Sprinkler systems.
The existing Fire hydrants shall be refurbished used around the facilities for assistance
in the case of a fire.
b) Equipment
Material for which an SABS specification exists, shall be in accordance with such a
specification, and shall bear the SABS mark.
All equipment used shall originate from suppliers which have been certified in
accordance with SABS ISO 9001 (ISO 9001) or SABS ISO 9002 (ISO 9002) for Quality
assurance. Copies of certificates of approval shall be provided by the tenderers with
their tenders.
Equipment designed to BS 5446, Fire systems for residential premises, or similar other
standards, are not acceptable.
c) Fire Hydrants
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 81 of 163
The fire hydrants shall comply with the latest edition of the SANS 10400-T and SANS
1128-1 standards.
The inlet of hydrant valve shall be of nominal size 80mm and shall be threaded
complying with the relevant requirements of the latest edition of SANS 1109-1.
The outlet of the valve shall be right angle pattern, be of nominal size 65mm and shall
be threaded complying with the relevant requirements of the latest edition of SANS
1109-1. The outlet shall have a 65mm instantaneous connection integrally cast with
the body.
The valve spindle shall be of the fixed type with a fixed wheel type operating device
with an outside diameter of 150mm with a tolerance of maximum 10mm.
A blank cap shall be furnished for each outlet and shall be fixed to the component by
means of a chain.
d) Fire Hose Reels
The fire hose reels shall rotate around a spindle, consist of five discs with a maximum
diameter of not more than 700mm and inside drum with a minimum diameter of not
less than 200mm. the hose reels shall comply with the latest edition of the SANS 543
standard.
The hose shall be semi-rigid, of nominal bore 20mm and shall be 30m long. The hose
shall comply with the latest editions of the EN 694, EN 854, SANS 1086 and SANS
2398 standards.
The hose shall terminate in a shut-off nozzle which shall have the following settings:
o Shut
o Spray
o Jet
All hose reels shall be fitted with a manual inlet stop valve.
e) Portable Fire Extinguishers
The portable fire extinguishers shall be 5Kg and 9Kg carbon dioxide extinguishers with
an aluminium casing and shall comply with the latest edition of the SANS 1567
standard.
The total mass of the fully equipped, fully charged extinguisher (excluding the
bracket) shall not exceed 23Kg and shall be equal to that marked on the extinguisher
with a maximum tolerance allowed of +-5%.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 82 of 163
All plastics components used in the extinguisher shall comply with the latest edition
of the EN 3-8: 2006 standard. However, no components under working pressure shall
be manufactured from plastics materials.
The extinguishers shall be equipped with a discharge hose assembly of minimum
length of 400mm.
All discharge horns shall comply with the latest edition of the EN 3-7 standard.
The extinguishers shall be fitted with a handgrip on the discharge horn constructed
of a thermally insulated material that will protect the operator’s hand from the freezing
effects of the discharge.
The extinguishers shall have suitable handles for carrying purposes as well as fittings
and brackets that shall enable them to be effectively mounted and allow easy removal
from the bracket.
4.5.12 Testing, Commissioning & Balancing
The testing of the systems shall be done in the presence and to the satisfaction of an
authorised representative of the TCP Engineer. The test results shall be forwarded to the
TCP Engineer for acceptance.
Commissioning shall be done by an ECSA registered Professional Engineer who shall be
provided by the Contractor. The Engineer provided shall have reasonable experience in
the commissioning of similar types of systems. The contractor shall provide in the Bill of
Quantities and Programme for the time and cost associated with the commissioning of all
the works.
4.5.13 Training Program
Tenderers shall allow in their tender prices for a training course, to train on site at least
four (4) persons, as nominated by the User Client from his own operating personnel. The
training shall be adequate for the installation, to ensure that operating staff fully
understand the system. During this period the personnel shall be made fully conversant
with the operation of, and daily maintenance required for, each item of equipment of the
system. The training especially on computer equipment and control panels, shall be of
such a standard that will enable the Client to carry out his own in-house training of other
personnel.
The training course shall start only after first take-over inspection of the system.
The training course shall be carried out in the language medium as chosen by the Client.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 83 of 163
The Operating Manual of the contract shall include a full description of the contents of the
training course.
4.5.14 Operating & Maintenance Manuals
a) Five sets of Operating and Maintenance Manuals shall be by the Contractor.
b) Plant schematic and wiring diagrams shall be the latest revision and shall be framed behind
glass and displayed adjacent to switchboards.
c) A concept copy of the Operating Manual(s) shall be submitted to the Transnet Capital
Projects consultant, at least two (2) weeks prior to the anticipated first hand-over of the
installation, for scrutiny and possible amendment.
d) Operating and Maintenance Manuals shall consist of the following sections:
Descriptive Information
This section shall comprise at least the following:
o General Description
o Design Parameters
o Building Load
o Installed Capacities
o Principal Components
o Electrical Board Schematics
o Control Schematics
Equipment Data Comprising
This section shall comprise at least the following:
o Equipment Designation
o Manufacturer and Model
o Size and Rating
o Pressure, Speed and Temperature Limitations
o Manufactures Local Representative.
Operating Instructions
Complete instructions for all equipment including:
o Starting and Stopping Procedures.
o Time Switch Functions.
o Seasonal Adjustments.
o Sequence under Loading and Unloading.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 84 of 163
o Normal Operation and Tripped Conditions.
o Logs and Records to be kept.
Inspection and Maintenance
o Inspection Schedules and Checklist.
o Lubrication Schedules.
o Routine Replacements, Adjustments and Calibrating.
o Routine Cleaning, Painting and Protection.
o Inspection and Maintenance Logs and Records to be kept.
Reference Documents
Reference documents to include:
o Tender Specification & Drawing List
o As built Record Drawings
o Test Reports
o Commissioning Reports
Equipment: Manufacturers Data
This part of the Manual shall consist of manufacturer’s data including:
o Descriptive Literature
Catalogue Cuts, Brochures or Shop Drawings
Dimensioned Drawings
Materials of Construction
Parts Designations
o Operating Characteristics
Performance Tables and Charts
Performance Curves
Pressure, Temperature, and Speed Limitations
Safety Devices
o Operating Instructions
Pre-start Checklist
Start-up Procedures
Inspection during Operation
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 85 of 163
Adjustment and Regulation
Testing
Detection of Malfunction
Precautions
o Inspection Instructions and Procedures
Normal and Abnormal Operating Temperature, Pressure and Speed Limits.
Schedule and Manner of Operation
Detection Signals
o Maintenance Instructions and Procedures
Schedule of Routine Maintenance.
Procedures.
Troubleshooting Chart.
o Parts List
o Service Contract
4.5.15 Maintenance
a) Allow for the maintenance of the complete installation for a period of TWELVE (12)
MONTHS after ‘practical’ completion certificate has been issued by the Engineer. Visit the
installation once a month on the basis of a proper preventive programme approved by the
Engineer.
b) Report to an official nominated by the Client on arrival and again on leaving their premises
on the occasion of each visit. Such person, who has been nominated by the Client, shall
sign a Service Report giving details of corrected temperature and humidity readings taken,
etc.
c) A log book shall be supplied by the Contractor. The log book shall be kept on site in charge
of the responsible person appointed by the Client for this purpose. The Contractor shall
complete the log book, showing all maintenance done by him, as well as repairs of faults
which may have occurred.
The log book shall also contain the following information:
o Date
o Type of fault reported and by whom
o Date of fault report
o Work done
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 86 of 163
o Name and signature of person carrying out the work
o Name and signature of the person in charge of the site.
The log book shall be completed in TRIPLICATE. One copy shall accompany the monthly
report to the Regional Representative of Transnet Capital Projects, one copy shall be
for the Contractor's own use, whilst the third copy shall remain in the log book as a
record.
d) At each service visit, maintenance personnel shall, inter alia, perform the following duties
in addition to any other which may be necessary.
Check all fans, drives and variable speed drives, lubricate moving part and tighten
where applicable, belts, as required, and check all lock-out stops. Check drip trays,
drainage systems for cleanliness and correct functioning.
Check differential pressure gauges and switches, etc.
Check all switchboards. Tighten connections, check switchgear for burnt contacts,
check overload settings, phase failure relays, etc. Relays etc. Replace defective
voltmeter, ammeters, transformers, pilot lights, hour meter, timers. Time switches,
etc.
Check all control systems and safety devices, air flow switches, manometer, etc. for
correct functioning and replace defective items or any other as necessary.
4.5.16 Guarantee
a) The selected subcontractor shall guarantee the materials, apparatus and workmanship
delivered and installed by him. The guarantee shall be valid for a period of twelve months
starting on the date when the practical completion certificate is issued, the complete
installation shall be guaranteed against defects as a result of patent and latent defects of
the apparatus, as well as against faulty materials and workmanship. Fair wear and tear is
excluded from the guarantee.
b) The guarantee shall provide all parts, spares and appurtenances which become defective
during the guarantee period, to be replaced free of charge to the client. All costs of labour,
out-of-town town allowances, materials and transportation required to replace such part
of a defective installation shall be borne by the selected subcontractor and shall be included
in his guarantee. The selected subcontractor shall cede to the client the remainder of any
equipment guarantee which he has received from his suppliers and which may extend
beyond the period of twelve months mentioned herein.
c) Where certain equipment have supplier’s standard guarantee clauses of which
do not correspond with the guarantee clause 22.1 the selected subcontractor
shall allow in the tender price for the extensions of guarantees and additional
charges thereof, in order to comply with guarantee clause.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 87 of 163
APPENDIX 1 – TECHNICAL SPECIFICATION OF EQUIPMENT
DETAILS VRV DUTY CONTRACTOR'S
OFFER: VRV DUTY
CONTRACTORS
OFFER: PRICE
MHA-Mess room
Outdoor unit CONTRACTOR'S
OFFER: VRV DUTY
CONTRACTORS
OFFER: PRICE
Make
DAIKIN VRV IV Non
Continuous Heating
Indoor unit Model number RXYQ16T
Quantity 1
Power requirements 400V / 3Phase / 50Hz
Running current 31 A
Indoor units
Make
DAIKIN VRV FXFQ-A -
Round flow cassette
Indoor unit Model number FXFQ125A
Quantity 4
Power requirements 220V / 1Phase / 50Hz
Running current 1.6 A
MHA-Workshop
Outdoor unit
Make DAIKIN - Heat Pump
Outdoor unit Model
number RXYQ12T
Quantity 1
Power requirements 400V / 3Phase / 50Hz
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 88 of 163
Running current 30.2 A
Indoor units
Make DAIKIN
Indoor unit Model number FXFQ100A
Quantity 2
Power requirements 240V / 1Phase / 50Hz
Running current
Indoor units
Make DAIKIN
Indoor unit Model number FXZQ25A
Quantity 4
Power requirements 240V / 1Phase / 50Hz
Running current
Indoor units
Make DAIKIN
Indoor unit Model number FXZQ80A
Quantity 1
Power requirements 240V / 1Phase / 50Hz
Running current
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 89 of 163
Ventilation Equipment:
The ventilation Equipment shall have the following minimum specifications. The list of equipment shall
be sent to the TCP engineer for acceptance before purchasing any equipment.
All ventilation equipment shall be suitable for the application as per the manufacturer’s recommendations.
Axial fans shall be used for extraction directly to the outside through a wall or window. However, if the
window or wall faces a prevailing wind a centrifugal fan with a higher pressure performance shall be
utilised.
DETAILS FAN DUTY CONTRACTOR'S
OFFER: VRV DUTY
CONTRACTOR’S
OFFER: PRICE
Make XPELAIR
Country of origin UK
Type Axial flow fan
Model No GX 9
Quantity 6
Air Volume (l/s) 202
Case type Wall / Window mounted
Electrical supply 240V / 1Phase / 50Hz
Wall kit ref. 89372AA
DETAILS FAN DUTY CONTRACTOR'S
OFFER: VRV DUTY
CONTRACTOR’S
OFFER: PRICE
Make XPELAIR
Country of origin UK
Type Axial flow fan
Model No GX6
Quantity 2
Air Volume (l/s) 74
Case type Wall/ Window mounted
Electrical supply 240V / 1Phase / 50Hz
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 90 of 163
Wall kit ref. 2
DETAILS FAN DUTY CONTRACTOR'S
OFFER: VRV DUTY
CONTRACTORS
OFFER: PRICE
Make XPELAIR
Country of origin UK
Type Axial flow fan
Model No GX12
Quantity 5
Air Volume (l/s) 448
Case type Wall/Window mounted
Electrical supply 240V / 1Phase / 50Hz
Wall kit ref.
HEAT PUMPS :
The water heating equipment shall have the following minimum specifications. All hot water storage tanks
shall have backup elements for heating of water in the event of the heat pumps not heating the water
sufficiently. The backup elements shall be able to heat the water in the tank to 60 degrees Celsius within
3 hours. The list of equipment shall be sent to the TCP engineer for acceptance before purchasing any
equipment.
UNITS VALUE
Make ITS Industrial heat pump
Type
Model
Heating Capacity kW 17
Power Supply V/ɸ/Hz 220/1/50
Input Power kW 4.25
Running Current A 20
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 91 of 163
Casing Metal
Refrigerant R407c
Air Temperature °C 0 - 45
Hot Water Generated L/hr 475
Water Temperature °C 60
Noise Levels dB 52
Water Connection inch 1”
Net Weight kg 110
Net Dimensions mm (L x W x H) – (1015 x 430 x 690)
HOT WATER TANK SPECIFICATION - MALE
Make Heat Transfer Engineering
Model HT1200S
Size mm 1020 x 1910
Capacity Litres 1200
Mass kg 275
HOT WATER TANK SPECIFICATION - FEMALE
Make Heat Transfer Engineering
Model HT1000S
Size mm 1020 x 1610
Capacity Litres 1000
Mass kg 250
4.6 Structural Engineering
4.6.1. Concrete, Formwork and Reinforcement
This section covers the construction of all new reinforced concrete and associated concrete works
requirements for the proposed repair of the existing reinforced concrete structure, as directed by the
Engineer.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 92 of 163
4.6.1.1 Particular specifications for concrete
The following specifications shall apply:
NB: All in situ concrete work (mass and reinforced) shall comply with SANS Specification 1200G
(“8 Measurement and Payment” is not applicable) supplemented by the clauses in this section.
Where SANS Specification 1200G and the clauses in this section are in conflict the clauses in
this section shall take precedence.
In addition the "Model Preambles for Trades" as recommended and published by the Association
of South African Quantity Surveyors, 1999 Edition, shall be read in conjunction with and shall
apply to all items in the Bill of Quantities not covered by the 'SANS Standardised Specifications'
SANS 1200 Series
Where the term “plain concrete” appears in SANS Specification 1200G it shall be read as “mass
concrete”.
SANS Specifications
SANS 1200 G Concrete
SANS 2001: CC1 Construction Works: Concrete Works (Structural)
SANS 1083: 2006 Aggregates from natural sources
SANS 10100-2:2000 The Structural use of concrete – Part 2: Materials and execution
of work
SANS 50197-1:2000 Cement – composition, specifications and conformity criteria. Part
1: Common cements
SANS 1491-1:2005 Portland cement extenders – Part 1 Ground granulated blast
furnace slag
SANS 1491-2:2005 Portland cement extenders – Part 2 Fly ash
SANS 1491-3:2006 Portland cement extenders – Part 3 Condensed Silica Fume
S437 (Transnet) Concrete Pavement
4.6.2. Cement
Common cements, complying with SANS 50197-1 shall be used for all concrete work. On no account shall
masonry cements be used for concrete work, even if the strength designations are the same as for
common cements.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 93 of 163
The Supervisor for test purposes may require samples of cement from any one, or from every
consignment. Cement in any consignment from which a sample may have been taken for testing shall
not be used until it has been approved. Allowance must be made for possible delay in that tests may
take 10 days to carry out.
Bags of cement shall be stacked in a waterproof, solidly constructed shed with a central door and a floor
rendered damp-proof with a tarpaulin. The bags of cement shall be closely stacked (but not against
walls) in order to reduce air circulation in such a manner that the cement is used in the order in which it
was received, i.e. first in first out.
4.6.2.1. Alkali reactive concrete
Alkali Reactive Aggregates shall not be used in this project. The equivalent Na2O content of the concrete
shall not exceed 2, 0 kg/m3 where % Na2O equivalent = % Na2O + (0,658 x %K2O)
4.6.2.2. Aggregates
Fine and coarse aggregate shall comply with the relevant clauses of SANS 1083.
Where aggregates have constituents, which in the opinion of the Project Manager, may give rise to
damage due to alkali-aggregate reactions, the provisions of 6.3.3.3 shall be applicable.
Evidence of compliance of the aggregates with the requirements of 6.3.3.1 & 6.3.3.2 shall be furnished
as early as practical. No aggregate shall be delivered for use in the works until approval is given.
Sand (fine aggregate):
The fine aggregates shall comply with the requirements of SANS Specification 1083. Other aggregates
may be approved if they have a satisfactory history and / or test results.
No aggregate may be used until it has been approved. Samples having a mass of 25kg
(16.5 litres) of the proposed aggregate to be used may be required by the Supervisor for test purposes.
Samples having a mass of 25kg shall be forwarded every 3 months during concreting work and also if
the source of supply is changed. Allowance must be made for possible delay in that the tests may take
14 days to carry out.
4.6.2.3. Admixtures
Admixtures containing chlorides will not be permitted in reinforced concrete.
4.6.2.4. Cover Blocks
Cover blocks used to ensure the cover to reinforcement shall be made of cement mortar.
Cover blocks shall be dense and have a minimum 28 day crushing strength of 30 MPa and shall be cured
in water for at least 14 days before being used.
Cover/spacer blocks made of plastic will not be permitted.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 94 of 163
4.6.2.5. Concrete Quality
Prior to the start of any concrete work on site, the Contractor shall submit a quality assurance plan which
will ensure compliance with specification and provide acceptable documentary evidence that all specified
operations have been carried out satisfactorily.
Where the minimum dimension to be placed during a single pour is larger than 600mm, and the cement
content of the reinforced concrete exceeds the following:
1. Cement Types I and II/ * S : 400 kg/m3
2. Cement Types II/B-V and II/B-W : 450 kg/m3
The Project Manager may require that measures be instituted to reduce heat development in the
concrete.
4.6.2.5.1. Unreinforced concrete
Class A Concrete:
Filling to cavity of hollow walls.
4.6.2.5.2. Unreinforced concrete cast against excavated surfaces
15 Mpa/19mm Concrete
Surface blinding under footings and bases.
4.6.2.5.3. Reinforced concrete
30 MPa/19mm Concrete
Bases
Foundation beams
Surface beds cast in panels on waterproofing
Walls in foundations (Provisional)
Columns in foundations (Provisional)
4.6.2.6. Batching
All cementitious binders shall be batched by full sack or by mass batching with approved precision
weighing equipment.
All aggregates shall be precisely measured by mass using approved precision weigh-batching equipment,
unless otherwise permitted by the Project Manager.
Should any variation in the composition of the aggregate become apparent, the Project Manager shall be
notified and a further sample of aggregate submitted immediately for his approval.
4.6.2.7. Concrete placing
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 95 of 163
The size, shape and depth of any excavation shall be approved by the Project Manager before concrete
is placed.
Unless otherwise permitted by the Project Manager, no concrete shall be placed until the fixed
reinforcement has been accepted by him and confirmed in writing by way of a release certificate.
4.6.2.8. Construction joints
Unless otherwise shown on the drawings, the exact position of horizontal construction joints shall be
marked on the formwork by means of grout checks in order to obtain truly horizontal joints.
Stub columns, stub walls and stays on footings shall be cast integrally with the footing and not afterwards,
even where another class of concrete is being used.
Joint lines shall be so arranged that they coincide with features of the finished work.
Where new concrete is to be cast against a hardened concrete surface, neat cement slurry mixed to a
creamy consistency shall be brushed onto the cleaned concrete surface.
Contraction joints shall be smooth and shall have one coat of limewash or PVA applied to the older surface
prior to casting the fresher concrete.
4.6.2.9. Slip Joints between Concrete and Brickwork
Slip joints shall be provided between brickwork and concrete slabs and beams by levelling up and
towelling smooth the bearing surfaces of brickwork with 3:1 cement mortar and covering the bearings
before the concrete is baste, with two layers of one side smooth tempered hardboard, with the smooth
sides in contact.
The ends and sides of beams and edges of concrete slabs shall be separated from the brickwork with
13mm thick bitumen impregnated soft board or expanded polyethylene strips placed vertically against
the brickwork before the concrete is cast.
Similar slip joints shall be provided between brickwork and concrete lintels cast In situ, but without soft
board or expanded polyethylene strips at ends.
4.6.2.10. Movement Joints
All movement joints are to be filled in with approved bitumen impregnated soft board or expanded
polyethylene strip unless otherwise specified or detailed on drawings. Descriptions (prices) of movement
joints shall be deemed to include formwork.
4.6.2.11. Grouting
25 MPa non-shrink cementitious grout:
Bedding approximately 25mm thick under base plate including chamfered edges all round.
4.6.2.12. Curing Compound
Unless otherwise directed by the Project Manager, the curing compound shall be:
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 96 of 163
An approved trafficable, resin-based, white pigmented, membrane forming for slopes flatter than 1:1.
An approved clear, aesthetically acceptable, membrane forming for all other concrete surfaces, including
beam and slab soffits.
The curing compound shall comply with specification ASTM C309, except that the maximum permissible
water loss in the test shall be 0, 40 kg/m2.
Alternatively, the curing compound shall be acceptable if the treated concrete retains 90% or more of its
mixing water when subject to the test set out in BS 8110 Part 1 – Chapter 6.6.
4.6.2.12.1. Curing compound application
The total application rate of the curing compound shall be the greater of the supplier’s
specification or 0.90 l/m2. On textured concrete surfaces, the total application rate
shall be 0.90 l/m2.
In cases of concrete surfaces with run-off problems, it may be necessary to apply
more than one coat of membrane forming curing compound to obtain the specified
total or cumulative application rate.
Curing in accordance with SANS 1200 G shall commence on all concrete surfaces as
soon as it is practical in the opinion of the Technical Officer.
On unformed surfaces the curing compound shall be applied after finishing and as
soon as the free water on the surface has disappeared and no water sheen is visible,
but no so late that the liquid curing compound will be absorbed into the concrete.
On formed surfaces, the exposed concrete shall be wet with water immediately after
the forms are removed and kept moist until the curing compound is applied.
Application of the curing compound shall begin once the concrete has reached a
uniformly damp appearance with no free water on the surface.
Application of the compound may be done by hand or power spray.
The compound shall be applied at a uniform rate with two applications at right angles
to each other to ensure complete coverage.
Pigmented compounds, without a thixotropic agent, shall be adequately stirred to
assure even distribution of the pigment during application.
Unless otherwise directed by the Project Manager, the initial 24 hour curing of
concrete surfaces not covered by formwork shall be carried out by ponding, covering
with constantly wetted sand or mats, or continuous spraying in accordance with SANS
1200 G when the following climatic conditions occur:
1. Wind velocity greater than 5 m/s and/or
2. Ambient temperature is above 25 C and/or
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 97 of 163
3. The relative humidity is below 60 %
If plastic shrinkage occurs, the concrete, while still plastic, shall be re-vibrated, floated
and re-coated with curing compound as if no curing has previously taken place.
4.6.2.12.2. Curing period
The curing period for concrete containing only CEM 1 shall be 7 days.
The curing period for concrete containing CEM 1 plus cement extenders (MGBS, FA)
shall be 10 days.
The curing period will start on completion of the concrete pour and for formed
surfaces shall include the time for which forms are still in place after the pour.
4.6.2.13. Concrete records
The Contractor shall maintain the following daily records for every part of the concrete structure and
shall make these available at all times during the progress of the work for inspection by the Project
Manager.
The date and time during which concrete was placed
Identification of the part of the structure in which the concrete was placed
The mixed proportions and specified strength
The type and brand of cement
The slump of the concrete
The identifying marks of test cubes made
Curing procedure applied to concrete placed
The times when shuttering was stripped and props removed
The date of despatch of the cubes to the testing laboratory
The test results
The records shall be delivered to the Project Manager each week except in the case of sub-standard
concrete, when the Project Manager shall be informed immediately.
4.6.2.13.1. Tolerances
Deviations shall be within the limits listed in SANS 1200 G for degree of accuracy II
unless otherwise specified.
4.6.2.13.2. Testing and monitoring
Frequency of sampling and testing shall be as specified in SANS 1200 G
4.6.2.13.3. Cost of tests
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 98 of 163
The costs of making, storing and testing of concrete test cubes as required
under clause 7 'Tests' of SANS 1200 G shall include the cost of providing
cube moulds necessary for the purpose, for testing costs and for submitting
reports on the tests to the Project Manager. The testing shall be undertaken
by an independent firm or institution nominated by the Contractor to the
approval of the Project Manager (Test cubes are measured separately)
If the quantity of concrete from which samples were taken exceeds 40 m3, it shall be
subject to the testing of a minimum of 3 sets of samples per day from each grade of
concrete placed in each independent structure.
If the quantity of concrete from which samples were taken is less than 40 m3, it shall
be subject to the testing of a minimum of 2 sets of samples per day from each grade
of concrete placed in each independent structure.
If the Contractor disputes the results of the tests on concrete cubes, the concrete
represented by the cubes will be considered acceptable if the Contractor, at his own
cost, proves to the satisfaction of the Project Manager that the estimated actual
strength of cores taken from the structure, determined in accordance with SANS
Standard Method SM 856, is not less than the specified strength.
If the strength of the concrete fails to meet the acceptance criteria stipulated, the
Project Manager may in his sole discretion and in addition to the options listed in
SANS 1200 G:
Accept the concrete subject to approved remedial measures being undertaken by
the Contractor; or
Permit the concrete to remain subject to the payment of a penalty
The penalty referred to will be determined as follows:
Penalty = V x R x F
Where
V = Volume (in the opinion of the Project Manager) of concrete of unsatisfactory
strength represented by the test result.
R = Relevant scheduled rate
F = MPastrengthSpecified
concretetoryunsatisfacofstrengthAverage
61
Where the relevant scheduled rate (R) includes the cost of formwork or
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 99 of 163
F = MPastrengthSpecified
concretetoryunsatisfacofstrengthAverage
61
Where the relevant scheduled rate (R) excludes the cost of formwork or where no
formwork was involved.
4.6.3. Formwork
Descriptions of formwork shall be deemed to include use and waste only (except where described as left
in or permanent), for fitting together in the required forms, wedging, plumbing and fixing to true angles
and surfaces as necessary to ensure easy release during stripping and for reconditioning as necessary
before re-use
Formwork to sides of bases, pile caps, ground beams, etc. have been measured provisionally and will
only be paid for where it is specifically prescribed by the Technical Officer for design reasons. Formwork
necessitated by irregularity or collapse of excavated faces will not be measured and the cost thereof shall
be deemed to be included in the allowance for taking the risk of collapse of the sides of the excavations,
provision for which is made in Earthworks
4.6.3.1 Rough formwork (degree of accuracy ii)
Rough Formwork to Sides:
Strip footings.
Bases.
Walls in foundations.
Outer face of walls flushes with perimeter of concrete structure.
Rectangular columns in foundations.
Edges not exceeding 300mm high
Rough Formwork to Circular Columns
4.6.3.2 Smooth formwork (degree of accuracy ii)
Smooth Formwork to sides:
Inner face of shaft walls.
Edges not exceeding 300mm high
4.6.3.3 Movement joints etc.
Expansion joints with soft board between vertical concrete surfaces:
12mm Joints not exceeding 300mm high.
4.6.3.4 Saw cut joints
3.2 x 50mm And 6.4 x 20mm saw cut joints in two operations in top of concrete.
Seal Sikaflex-11FC on backing chord to manufacturer’s specification
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 100 of 163
Horizontal toggle construction joints through concrete including thick cement slurry to one face.
Surface beds not exceeding 300mmm thick.
4.6.3.5 Reinforcement (provisional)
High tensile steel reinforcement to structural concrete work:
In various diameters and lengths
Mild steel reinforcement to structural concrete work
In various diameters and lengths
High tensile steel reinforcement to structural concrete work
Fabric reinforcement:
Fabric reinforcement type as specified on structural drawings.
4.6.3.6 Forming key to concrete for plaster, mosaic tiles and other finishes
Where rough formwork has been used, surfaces of concrete to receive plaster, mosaic tiles and other
finishes, shall, immediately after the formwork has been removed, be well wetted and wire brushed whilst
the concrete is still green and then shushed over with 2:1 cement grout to form a key for the finish, all
to the approval of the Supervisor. The shushing is to be allowed to set hard before the finish is applied.
Where smooth formwork is used, surfaces of the concrete to receive plaster, mosaic tiles and other
finishes shall be hacked, on the distinct understanding that hacking of concrete shall be at no extra cost
to the employer.
Surfaces of concrete receiving plaster or other finishes shall not be plastered or finished until the
Supervisor has signified his opinion in writing that the surfaces are suitable to receive plaster or other
finishes.
4.6.3.7 Sleeve Pieces and Ties
Where it is necessary to leave plugs or holes in beams, slabs or any other reinforced concrete, all such
plugs or holes must be situated in positions approved by the Supervisor before concreting. Where it is
necessary to carry pipes, bolts, wires or any other fittings through reinforced concrete members,
approved pipe sleeves must be provided and placed in position before concreting.
Where waste, ventilation water, heating or other pipes under 100mm diameter pass through concrete
slabs and beams, galvanised mild steel sleeve pieces or diameters shown or required shall be cast into
such concrete slabs and beams.
Chases shall be formed in edges of slabs or slots shall be formed in the slabs, or sizes required, where
two or more pipes pass through together.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 101 of 163
All necessary bolts, plugs, brackets, cramps, etc. shall be cast into the concrete as the work proceeds.
Where brickwork abuts against concrete, the brickwork is to be tied to the concrete with galvanized hoop-
iron ties 1.6m thick by 32mm wide and approximately 600mm long to every third course of brickwork
with one end of each tie cast approximately 150mm deep into the concrete. Where such fixing is
impossible, i.e. where steel formwork is used, the ties are to be gun-nailed against concrete with steel
nails to less than 38mm long.
4.6.3.8 Bagged Finish to Concrete
Concrete surfaces to receive bagged finish shall be prepared by removing sharp projections and making
good defects with 3:1 cement mortar. Finish by rubbing over the whole area with wet rough sacking and
cement grout to obtain an even surface.
4.6.3.9 Power Floated Finish
Power floated finish to floors etc. means that surfaces shall be floated c\mechanically to a smooth and
even finish before the concrete has set. Small areas inaccessible to the machine are to be floated by
hand. Under no circumstances is cement mortar to be added while floating the concrete.
4.6.3.10 “No Fines” Concrete
“No-fines” concrete, for grading flat concrete roofs and the like to falls, shall be in the proportion of 12
parts 19 iron cubical stone to 1 part cement mixed with 20 litres water per bag of cement and be laid to
falls of not less than 15mm per linear metre for mastic asphalt and not less than 20mm per linear metre
for sheet roof covering. For heavy load applications special mix designs may be required.
(a) Fillets against up stands:
Form triangular fillets, size 100 x 100mm, in corners with walls, kerbs, etc. neatly mitred at
angles, stopped where necessary and finished smooth ready to receive waterproofing.
(b) To raised floor, bases, etc.:
No-fines” concrete for raised floors, bases, etc. shall be in the proportions specified. Finished
smooth with 3:1 sand/ cement screed to receive waterproofing.
4.6.3.11 Precast Concrete
4.6.3.11.1 Materials
Cement, water, aggregates and reinforcement shall be as described under:
CONCRETE, FORMWORK AND REINFORCEMENT.
4.6.3.11.2 Concrete
Concrete shall be as described under: CONCRETE, FORMWORK AND
REINFORCEMENT and, unless otherwise specified. Class E concrete shall be used
but with coarse aggregate of an appropriate size.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 102 of 163
4.6.3.11.3 Smooth Finish
Where described as “finished smooth from the mould” such surfaces shall have a layer
of fine stuff composed of 1:4 (1 part cement and 4 parts clean fine sand by volume)
packed against the faces of the mould before placing the concrete backing. The
concrete backing shall be disposed into the moulds in a wet state (not dry pressed)
whiles the facing is still wet.
Projections shall be rubbed off the faces shall be of even colour and free from
blemishes, cracks and other imperfections. Salient angles shall be arras rounded.
4.6.4. Steel Work
4.6.4.1. Governing Codes and Standards
SANS Specifications
SANS 10094 The use of high strength friction grip bolts and nuts
SANS 135 ISO metric bolts, screws and nuts (hexagon and square) (coarse
thread free fit series)
SANS 136 ISO metric precision hexagon-head bolts and screws, and hexagon
nuts (coarse thread medium fit series)
SANS 435 Mild steel rivet
BS Specifications
BS-EN 287 Part 1 Approval testing of welders/fusion welding
BS-EN 288 Part 3 Specification and approval of welding procedures for metallic
materials
BS 5135 Metal arc welding of carbon and carbon manganese steels
BS 4360/SANS 50025 Weldable structural steel
BS 2573 Part 1 Classification, stress calculations and design of structures
BS 3923 Methods for ultrasonic examination of welds
BS 2600 Radiographic examination of fusion welded butt joints in steel
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 103 of 163
Other Specifications
ANSI/AWS D1.1 Structural Welding Code - Steel
DIN 1026 Metric channels
ISO R657 Angles
4.6.4.2. Structural Steelwork
All existing structural steel members surfaces shall be detergent washed and fresh water rinsed to remove
all oil, grease and surface contaminates.
The design of all structural steelwork shall be such as to provide a robust and rigid structure requiring
the minimum of maintenance and providing a long service life.
In the design of steel structures, due cognisance shall be taken of environmental and wind load conditions
as specified in the main specification.
Due to the highly corrosive conditions experienced in South African Ports, the permissible stresses shall
not exceed those set out in British Standard No. 2573. The minimum thickness of steel for load bearing
members shall be 15mm for gussets, 10mm for angles, tees, plates and flats and 9mm for webs of
channels and joists. Punching of holes over and above that permitted in BS 2573, shall not be permitted.
Other structural steel shall be of not less than 6 mm thickness.
The design of mobile structures shall be such that the induced von Mises stress (effective stress in triaxial
loading) will not exceed 90% of the elastic limit strength of the steel when the equipment is travelling at
maximum speed and colliding with either other stationary equipment or fixed stop blocks. In calculating
von Mises stresses, due cognisance must be taken of stress concentrations. If the elastic limit strength
of the steel is not known, it will be determined by using a 0.5% strain offset on the stress-strain curve
of the material.
Where applicable, the design may be in bolted, riveted or welded box construction except that no site
welding will be permitted in the final erection at the port except with the approval of TNPA
Alternatively, a welded hollow section lattice type structure will be acceptable, subject to the following
requirements:
The members must be structural sections made from BS 4360/SANS 50025 grade S355JR / 43C
weldable structural steel - welded for sizes up to and including 110mm outside diameter (BS 1775
HFW) - seamless for sizes over 110mm outside diameter (BS 1775 HFS).
Tube wall thickness must not be less than 6mm.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 104 of 163
All joints must be completely seal welded in accordance with BS 5135. Special care must be taken
to prevent the ingress of moisture into hollow section members by ensuring that each member is
airtight.
Bolted or screwed attachments which require drilled holes through a hollow section will not be
permitted.
Non-hollow structural sections and plate used on the structure, in conjunction with the hollow
section framework, must comply with the relevant requirements of this specification.
All steel sections shall be manufactured in accordance with the following standards :-
Weldable structural steel : BS 4360/SANS 50025
I and H sections : BS 4 Part 1
Metric channels : DIN 1026
Structural steel, hot rolled sections : BS 4 Part 1
Angles : ISO - R657
Hot finished hollow sections : BS 4848 Part 2
Cold formed sections : BS 6363
Forgings : BS 29
Steel castings : BS 3100
Cast iron : BS 1452
All steel plates and rolled steel sections used in the construction of the structures shall be of steel made by
the open hearth process (acid or basic) and shall comply in every respect with BS 4360, "A" quality Structural
Steel for Bridges and General Building Construction, Grade 43A or Grade 50B or SANS 50025 grade S355JR,
where sections sizes allow. That is, the percentage of phosphorous and sulphur shall not exceed 0,06.
The above is laid down as a standard, but tenders will also be considered for rolled steel not conforming
strictly to the above standard. Full particulars of the guaranteed properties of the steel tendered for should
in this case be furnished, i.e. chemical composition, tensile strength, yield point, reduction in area, bend
tests, etc.
Forgings and drop forgings shall be free from flaws and surface defects of any kind and be accurately finished
to the prescribed dimensions.
Steel castings shall be sound, clean and free from all defects and distortion of any kind and should, except
where otherwise specified, conform with the conditions and tests specified in B.S. No. 3100/Latest Edition,
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 105 of 163
for grades A, B and C according to requirements. They shall be thoroughly annealed and all working parts
and bearing surfaces shall be machined and turned accurately with correct finish.
Cast iron used throughout must be close grained, tough and free from all defects, and shall conform to the
conditions and tests specified in B.S. 1452/Latest Edition, for grades 12 to 14 according to requirements.
This applies to functional components only. A lower grade is acceptable for portal and machinery house
ballast. Tenderers to state grade of cast iron proposed.
The dimensional and out-of-square tolerance as specified in the above Standards shall also apply to built-up
components. Edge preparations, welding techniques, straight beds and material fit-up shall be considered
when welded joints are designed.
The shape of all members and connections must allow easy accessibility for maintenance painting of all
surfaces. No members shall comprise a double member which cannot be painted and maintained.
Structural details must be so designed as to eliminate or seal off any cavities or pockets where water or
condensation could collect and promote corrosion. Horizontal members with upstanding flanges require
special drainage.
All hollow sections shall be completely closed and airtight, and all welding is to be of such size and quality as
to ensure complete airtightness. No tapping or drilling of holes into sealed sections will be permitted.
4.6.4.3. Welding
All the provisions of BS 5135 shall be complied with as far as applicable.
Design of weld joints shall be such that crevices, overlaps, pockets, arc strikes and dead ends do not exist.
All joints shall be completely seal welded in accordance with BS 5135. Special care must be taken to prevent
the ingress of moisture into the tubular members by ensuring that each such tubular member is airtight.
“Stitch” welding will not be permitted. Only continuous welding will be accepted.
Weld cracks, undercut, or pock marks will not be accepted.
All welds on the load bearing frame structure, containers, piping, pipe line flanges, etc., shall be continuous
and shall be visually inspected for cracks and other discontinuities.
Welds on the main chords must be tested ultrasonically in accordance with BS 3923 or X-rayed in accordance
with BS 2600 and those on minor joints by the dye-penetrant method. The equipment required for these
tests must be supplied by the Contractor and the testing done at his cost.
Steel, except in minor details, which has been partially heated, shall be properly annealed. (Electrically welded
structural members excepted.)
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 106 of 163
All brackets, clamps, lugs, straps, suspenders, etc. required for attaching mechanical and electrical equipment
must be welded on prior to erection and special precautions must be taken not to damage welds or puncture
tubes during erection.
The welding of all rails shall be done by an approved method.
Welding shall only be carried out by a coded welder according to SANS 10044, BS-EN 287 Part 1 and BS-EN
288 Part 3 or ANSI/AWS D1.1.
All parts to be welded shall be thoroughly cleaned and dried before welding. The welding will only be done
in dry surroundings and all steps taken to prevent hydrogen embrittlement.
Where materials of different compositions are joined by welding, especially carbon steel to chrome steel, the
filler welding method and post welding treatment shall be such that embrittlement and other degradation
of both steel and filler is prevented.
It must be ensured that welded joints are ductile.
4.6.4.4. Fasteners
All bolts, nuts and rivets shall be manufactured in accordance with the following standards:-
Commercial bolts and nuts Grade 4.6 : SANS 135
Precision bolts and nuts Grade 8.8 : SANS 136
Friction Grip Bolts and nuts Grade General : SANS 10094
Rivets : SANS 435
All friction grip fasteners shall be hot dip galvanised, including high tensile bolts (and their nuts and washers),
structural rivets and Huck bolts.
All holding down bolts and nuts and brackets, as well as all fixing bolts, studs, nuts and washers shall be of
stainless steel. Fixing rivets shall be of either stainless steel or brass.
Bolts and set screws shall be locked in an approved manner and shall not be stressed in tightening to beyond
the recommended loads.
The quality of friction grip bolts, nuts and washers, bolt lengths, sizes of holes, tightening standards, surface
condition of clamped components, shop and site assembling and acceptance inspection of friction grip joints
shall comply with the latest edition of SANS 10094. Certificates shall be supplied for all bolts of grade 8.8
and 10.9.
All bolt and rivet holes must be accurate to size and location, the centres of holes shall not be placed nearer
the edge of a plate than 1,5 diameters with an extra allowance of 3mm for sheared edges. All holes in the
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 107 of 163
structural work shall be drilled or otherwise punched to a diameter not exceeding 1,5mm less than the
diameter of the finished hole on the die side, and afterward reamed out to the exact size
Where possible the adjoining parts forming a connection shall be drilled or reamed together, with holes not
exceeding 1,5 mm diameter the rivet or bolt for which it is made. No rough or broken edge shall be left
around any of the holes.
For turned and fitted bolts, the holes shall be accurately drilled or reamed; the diameter of the hole shall not
exceed the finished diameter of the bolt by more than 0,25mm.
The holes, after assembly of the parts, shall be true throughout the thickness of all the parts and
perpendicular to the axis of the member.
Rivets shall be cup-headed or countersunk as required, unless otherwise specified. No rivet head shall
contain less metal than does a length of the rivet equal to 1,25 times its diameter. All loose and defective
rivets shall be cut and replaced by sound ones; also others when required for the purpose of examining the
work. Rivets shall be driven with pressure tools whenever possible and pneumatic hammers shall be used
in preference to hand driving.
All field rivets must be supplied with shanks of suitable length for pneumatic riveting.
Bolts shall be of such a length as to accommodate a full nut when tightening up, and project at least two
thread pitches beyond the nut. Excessive projection of threads beyond the nuts should be avoided.
All bolts having countersunk heads shall have strong feathers forged on the neck and head to prevent turning
and the bolt holes shall be cut to receive same. All nuts and bolts (excluding countersunk bolts) shall be
furnished with circular washers of sufficient thickness, the outside diameter being at least twice the nominal
diameter of the bolt, and washers fitted correctly.
Where bolt heads or nuts are seated on bevelled surfaces of beams or channel flanges, bevelled washers
must be inserted.
4.6.4.5. Joints and Mating Surfaces of Members
Mating surfaces of members to be joined by high tensile steel bolts in friction grip shall be cleaned and
primed as specified for the rest of the steelwork. Mating surfaces shall lay flat against each other to eliminate
gaps which may allow ingress of water. After joining, the edges shall be sealed with an approved brand of
Butyl/ Rubber sealing compound by means of a suitable caulking gun, or shall be seal welded.
Other joints shall be formed by one of the following methods:
The mating surfaces of members shall be blast cleaned, primed and protected prior to sub-assembly by the
liberal application of caulking compound. While the compound is still wet, the members shall be bolted
together and caulking compound which is squeezed out shall be completely removed.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 108 of 163
The mating surfaces shall be protected with the full corrosion protection system as specified, the surfaces
joined together and the joint so formed shall be sealed with butyl rubber sealer.
After being cleaned and primed the surface shall be joined together and the joint so formed shall be seal
welded.
The primer coating on mating surfaces must be applied not more than 4 hours after cleaning and the edges
must be sealed within 3 weeks of assembly of the part.
4.6.4.6. Fabricated Parts
All fabricated parts shall be properly fitted during assembly to result in properly aligned equipment having
a neat appearance. Fabrications of load bearing members shall have no abrupt changes in cross section
and regions of severe stress concentration. All sharp corners accessible by personnel during erection or
operation shall be ground, rounded, or removed by other methods. Burrs, welding spatter and stubs of
welding wire shall be removed.
4.6.4.7. Ballast or Counter Mass
Tenderers must include for the supply of all necessary ballast or counter mass.
These must preferably be of cast iron and be removable for maintenance of structural steelwork.
Concrete ballast is not recommended but will be accepted provided the Tenderer satisfies Transnet that it
will not cause corrosion of any steel parts.
Fastenings used for removable pieces must be of non-corrosive material.
Ballast must be in suitable shapes to be secured in position against movement but in sizes easily removable
for maintenance.
Lifting hooks or eyes of non-corrosive material and of adequate strength must be provided in the removable
ballast pieces.
Concrete ballast must be reinforced so as to prevent cracking or breaking, and must be coated with an
approved corrosion protection system for concrete.
4.6.4.8. Corrosion Protection (Specification HE9/2/8 - [Version 16] - July 2002)
4.6.4.8.1. Scope
Structural steelwork in coastal area (within 10km from coast):
Structural steelwork is to be protected against corrosion as follows:
This specification covers requirements for protective coating of iron and steel structures,
electrical motors, gear boxes etc. against corrosion and must be read in conjunction with
the main specification as well as the following (latest editions):-
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 109 of 163
SANS 10064 "Preparation of steel surfaces for coating"
SABS 121 "Hot-dip (galvanized) zinc coatings"
SANS 1091 "National colour standards for paint"
BS 5493 "Code of practice for protective coating of iron and steel structures
against corrosion"
4.6.4.8.2. Types of Corrosion Protection to BE USED
The coatings specified in this specification are chosen according to BS 5439, Table 3,
part 9, to ensure that the condition of the surface will be at least RE2 on the European
scale of degree of rust, after 10 years in an environment of frequent salt spray,
chemicals and polluted coastal atmosphere. During the 10 years, the normal
maintenance painting will be done.
The paint manufacturer shall guarantee the paint for at least 10 years.
Should a tenderer wish to offer coating systems other than those specified, as an
alternative, he shall submit full technical details and a list comparing all appropriate
details of the alternatives proposed, with the original specified.
Tenderers must ensure that the different coats they offer in their tenders are
compatible with each other.
The coating of proprietary items must be done according to Clause 3.
All galvanized components including bolts and nuts but excluding walkway gratings,
must be painted with the specified system, unless otherwise approved.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 110 of 163
The following coating systems must be used unless otherwise specified in the main
specification:-
Substrate Coat
No
Generic
Description
Approved Brand Products Dry Film
Thickness
(m)
3CR12 steel 1 Surface tolerant
epoxy primer
DULUX /SIGMA
Sigmacover primer
INTERNATIONAL
(PLASCON)
Intergard 269
STONCOR
(CHEMRITE COATINGS) Carboline 193 Primer
65-75
2 Two component
recoatable,
polyurethane
finish (Gloss)
DULUX / SIGMA Sigmadur gloss
INTERNATIONAL
(PLASCON)
Interthane 990
STONCOR
(CHEMRITE COATINGS) Carboline 134
65-75
Galvanized
Steel
1 Surface tolerant
epoxy primer
DULUX /SIGMA- Sigmacover primer
INTERNATIONAL
(PLASCON)
Intergard 269
STONCOR
(CHEMRITE COATINGS) Carboline 193 Primer
65-75
2 Two component
recoatable,
DULUX /SIGMA- Sigmadur gloss
INTERNATIONAL
65-75
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 111 of 163
polyurethane
finish (Gloss)
(PLASCON)
Interthane 990
STONCOR
(CHEMRITE COATINGS) Carboline 134
Mild steel 1 Two component
self-curing
inorganic zinc
ethyl silicate OR
two component
zinc rich
polyamide cured
epoxy primer
DULUX /SIGMA- Sigma MC60 OR
Sigma-cover primer
INTERNATIONAL
(PLASCON)
Interzinc 233 OR
Interzinc 52 or 53
STONCOR
(CHEMRITE COATINGS) Carbo Zinc 11 OR
Carbo-line 658 Primer
65-75
2 Flexible
recoatable high
build polyamide
cured MIO epoxy
DULUX/SIGMA – Sigmacover CM MIO
INTERNATIONAL
(PLASCON)
Interseal 010 MIO
STONCOR
(CHEMRITE COATINGS) Carboline 190 HB M.I.O.
or Carboline 193 M.I.O.
125-150
3 Two component
recoatable,
polyurethane
finish (Gloss)
DULUX/SIGMA Sigmadur gloss
INTERNATIONAL
(PLASCON)
Interthane 990
STONCOR
(CHEMRITE COATINGS) Carboline 134
65-75
The paint manufacturer's recommendations for the application of the different coating
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 112 of 163
systems, curing time before handling or application of subsequent coats, health and
safety recommendations etc. must be carefully adhered to.
Paint contractors must have a quality management system which must be submitted
to the Engineer for approval before commencement of the work.
Galvanizing shall be done to SANS 121 heavy duty hot dip galvanizing to a thickness
of at least 85m. Electroplated components in zinc or cadmium are not acceptable.
All mounting bolts, nuts, washers and brackets as well as all fixing bolts, studs nuts
and washers shall be of stainless steel. Fixing rivets shall be of either stainless steel
or brass.
High tensile bolts for friction grip joints must be hot dip galvanized and painted. High
tensile bolts must be certificated after galvanizing.
The full paint system shall be applied to all surfaces which are to be covered with
wear pads, linings etc.
For steelwork which will be transported over long distances and erected on site the
two pack epoxy primers is preferred.
4.6.4.8.3. Propriety Items
Proprietary items such as gearboxes, motors, brakes etc. must either be painted
according to this specification or where the coating system is equal to or exceeds this
specification sufficient proof of the coating system applied must be provided. Items which
are nearly equal to this specification shall be given a finishing coat according to this
specification's thicknesses and final colours and to the following procedure:
A cross cut test must be done to SANS SM159 to determine if the original coating
adheres correctly to the substrate;
The original coating shall be rubbed down to remove any smooth finishing to form a
suitable key for the finish coat and any damaged areas prepared and patch primed
with a suitable primer;
The item must then be detergent washed to remove any foreign matter, taking care
that no dust, solvent etc. contaminates any working part of the item;
A test shall be done on the existing coat to ensure that the finish coat will not react
with and cause undue dissolving and lifting of the existing coat. This can be done by
applying a small quantity of the finishing coat thinners.
Should any undue dissolving or lifting occur, a suitable intermediate or barrier coat
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 113 of 163
must be applied before the finishing coat is applied.
Proprietary items which failed the cross cut test and which generally have inadequate
protection shall be dismantled and the full corrosion protection specification applied.
4.6.4.8.4. Surface Preparation
All steel surfaces shall be detergent washed and fresh water rinsed to remove all oil,
grease and surface contaminates before shot blasting.
Sharp edges shall be radiused and major roughness of welds shall be removed by
grinding. Welding spatter and flux shall be removed.
Components manufactured from hot rolled steel sections and steel plate shall be blast
cleaned to base metal in accordance with SANS 10064 grade SA2½ - very thorough
blast cleaning, to remove all mill scale, rust, weld spatter etc.
o “Sharp” chilled iron shot, chilled iron grit, or granular abrasive slag is to be used
to produce a proper degree of surface roughness.
o Blast profile shall be determined by micrometre profile gauge, Keane-Tator surface
profile comparator or Testex press-o-film.
o The profile height shall be between 40 and 50m at any point.
Good quality blast cleaning and spray painting equipment shall be used. Air used for
spraying and blast cleaning shall be free from all traces of oil, water and salinity.
Water and oil traps must be fitted to all equipment.
Wheel abrading equipment shall not be used unless an angular profile the same as
clause 4.3.3 is achieved.
When wet blasting is done the primer shall be applied before oxidization starts or
surface contamination occurs.
Components manufactured from 3CR12 steel shall be lightly abraded. The
components shall then be passivized by using a mixture of 10 - 15% nitric acid in
water which is rinsed off after 10 - 15 minutes. The surface shall be neutralized to
pH 7 before it is coated.
Hot-dip galvanized components, galvanized bolts and nuts etc. shall be lightly
abraded with a galvanizing pre-cleaner. The components shall then be washed with
detergent and water and washed down with clean water until a water break free
surface is achieved. Allow to dry thoroughly.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 114 of 163
4.6.4.8.5. Joints and Mating Surfaces of Members
Mating (faying) surfaces of members which have to be joined by high tensile steel
bolts in friction grip shall be cleaned according to Clause 4 and painted with primer
only.
o After being assembled joints so formed shall be seal welded and painted or after
the intermediate coat was applied the edges shall be sealed with an approved
brand of paintable flexible sealant or mastic (e.g. Butyl rubber, polyurethane
sealer or two component epoxy), by means of a suitable caulking gun.
All rivets, bolts, welds, sharp edges etc. must be covered with a "stripe coat" of the
primer or intermediate coat specified to ensure the correct dry film thickness on sharp
edges, as well as sealing of bolt threads to head etc.
All other mating surfaces must be sealed with an approved brand of flexible Butyl
rubber, paintable Silicone, polyurethane sealer or two component epoxy sealer, and
joined while still wet. All excess compounds must be completely removed.
4.6.4.8.6. Painting Procedures
Directly before the application of paint, the area to be painted shall be degreased
with a suitable degreaser and left to dry.
Paint shall only be applied under the following conditions:-
o There is adequate light.
o The steel temperature is between 5 and 50°C and at least 3°C above the dew
point of the air.
o The relative humidity of the air is between the limits specified by the paint supplier.
o Wind does not interfere with the method used and sand and dust cannot be blown
onto wet paint.
Steelwork shall be supported on trestles, at least 900 mm off the ground for painting
purposes.
An adequate number of test readings shall be taken per square meter in order to
determine the dry film thickness.
o The paintwork shall be acceptable if the average of the test readings taken falls
within or exceeds the ranges given.
o Paintwork shall not be acceptable if any single test reading is less than the
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 115 of 163
specified minimum thickness.
An ultrasonic or electronic magnetic flux thickness measurement gauge shall be used,
but in case of dispute, destructive testing shall be applied. The painted steelwork shall
present a clean, neat appearance of uniform colour and gloss as applicable to the
paint used. Each coat of paint shall be applied as a continuous, even film of uniform
thickness. More than one application of paint may be required to achieve the dry film
thicknesses specified or to obliterate the colour of the previous coating.
The use of thinners or solvents at any stage of the work is prohibited, unless specified
by the paint manufacturer.
Precautions shall be taken to prevent coatings from being applied to equipment
nameplates, instrument glasses, signs etc.
4.6.4.8.7. Colour Codes
Machinery and equipment shall be painted in the following final colours:-
Area Colour Code No. [SABS
1091 and
International No's]
Mobile equipment (cranes, loaders etc.)
a) Structure, machinery and electrical houses,
operator’s cabins, chutes, hoppers etc.
Transnet White RAL 9016
b) Undercarriage, travel bogies, rubber tyred
rims
Transnet dark grey RAL 7024
(Graphitgrau)
SABS 1091 GO4
(Bluegrey)
BS 381C-633
Industrial buildings, conveyor structures
a) Roofs and canopies Pantone cool grey 10 RAL 7037
(Staubgrau)
b) Painted walls Pantone cool grey 3 RAL 7035
(Lightgrau) or
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 116 of 163
SABS 1091 G62
(Pale grey)
c) Steel columns, rafters, trusses
Pantone cool grey 5 RAL 7004
(Signalgrau)
General
a) Guards Golden yellow SABS 1091-B49
RAL 1003
b) Sheaves Orange RAL 2008
c) Cable reels (Stainless steel) Orange RAL 2008
Machine buffers and parts of machine which
could constitute a serious hazard
Golden Yellow (High Gloss)
with Luminous green stripes
in chevron pattern
SABS B49 and
Luminous green
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 117 of 163
Area Colour Code No. [SABS
1091 and
International No’s]
e) Any exposed rotating part of machinery,
electrical Switch-gear (other than starting and
stopping devices and emergency stop
control), electrical services e.g. conduit and
allied fittings
Light Orange (High Gloss) SABS 1091 B26
BS 381C-557
f) Low voltage switchgear panels where
orange is not aesthetically acceptable
Light grey SABS 1091-G29
BS 381C-631
g) Medium voltage cable trays, switchgear
and motors (3,3 kV and up)
Oxford Blue SABS FO2
BS 381C-105
RAL5003
h) Starting devices, low voltage cable trays
and switchgear
Mid Brunswick green (high
gloss)
BS 381C-228
SABS1091-EO4
RAL6005
i) Parts of stationary machinery (Electrical,
motors, gearboxes, brakes, transformers,
etc.])
Light Grey SABS G29
BS 381C-631
j) Hand levers, hand wheels, oiling points,
handrails on walkways, ladders
Golden Yellow (High Gloss) SABS 1091 B49
BS 381C-356
k) Stopping devices, grease points , motor
fan covers and danger signs (not symbolic
safety signs for which see SABS 1186)
Signal red (High Gloss) SABS 1091 A11
BS 381C-537
RAL3001
l) Walkways (non slip surfaces) (galvanized
gratings not to be painted)
Shop floor green
m) Informatory signs and notices (not
symbolic safety signs for which see SABS
1186)
White on Emerald Green
(High Gloss)
White on
SABS 1091 E14
BS 381C- 228
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 118 of 163
Area Colour Code No. [SABS
1091 and
International No’s]
Pipe lines
a) Reclaim water piping Aluminium
b) Slurry pipe lines Dark admiralty grey SABS 1091-G12
c) Fire protection piping Signal red SABS 1091-A11
d) Washwater drain pipes Light grey SABS 1091-G29
e) Instrument air White with Strong blue band White and SABS
1091-F11
f) Plant air White with Flag blue band White and SABS
1091-FO4
g) Potable water Grass green SABS 1091-D14
Colour bands for pipes shall be 75 mm wide for pipe sizes up to 150 mm diameter
and 100 mm wide for 150 mm and above. The colour bands shall be applied to the
pipe flanges, valves, junctions, walls or structures etc. in such a manner that the pipe
may be easily identifiable. On straight sections the maximum spacing shall be 100 x
the pipe diameter.
4.6.4.8.8. Field Touch-up Painting
Damaged and unpainted areas, fasteners, welds, etc. shall be cleaned by wire
brushing with hand tool or power tool in a manner which will minimize damage to
sound paint. Grinding will not be allowed. Rust spots shall be cleaned to bright
metal. Thick edges of old paint abutting on bare metal surfaces shall be feathered
by scraping and sanding.
Where welding is required on areas already coated with the coating system, the coat
should be stepped back for ± 30mm around the weld area.
The paint shall be applied to match the original coats in accordance with the
manufacturer's recommendations for the specific paint system.
Note: Inorganic zinc primers shall not be re-covered with an inorganic primer, but
only with an organic zinc primer.
Areas of damaged galvanizing shall be repaired with an approved cold galvanizing
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 119 of 163
product or metal sprayed by the wire spraying process with Zinc, and then touched
up with the specific paint system.
4.6.4.8.9. General
All walkways, floors, maintenance platforms etc. must be painted with a durable, non-
skid coating of the appropriate colour.
Exposed machined surfaces must be coated with a strippable corrosion inhibitor (e.g.
Tectyl).
Where different materials will be in contact with each other and galvanic corrosion
can occur the contact areas of the materials must be isolated from each other or the
joints made water proof to prevent ingress of moisture.
All components must be designed with corrosion prevention in mind and specifically
the following:-
No entrapment of dirt, product, moisture etc.
No areas must be inaccessible for maintenance such as too narrow gaps etc.
Large flat areas rather than complicated shapes and profiles.
No sharp corners and discontinuous welds.
Parts of equipment which are exposed to high temperatures must be coated with
the following system:-
Coat
No
Generic Description Approved Brand Products
Dry Film
Thicknes
s (m)
1 Two component self-
curing inorganic zinc
ethyl silicate
DULUX /SIGMA- Sigma MC60
INTERNATIONAL
(PLASCON)
Interzinc 233
STONCOR
(CHEMRITE COATINGS) Carbo Zinc 11
65-75
2 Single component high
temperature moisture
DULUX/SIGMA – Sigmatherm Silicate 40
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 120 of 163
curing silicone with
aluminium flakes
INTERNATIONAL
(PLASCON)
Intertherm 50
STONCOR
(CHEMRITE COATINGS)
Carboline 1248
4.6.4.8.10. Maintenance Painting of Structures
Areas which are only lightly corroded must be cleaned by means of high pressure water blasting
or wire brushing by power tool and the following system applied:-
Coat
No
Generic Description Approved Brand Products
Dry Film
Thickness
(m)
1 Surface tolerant two
pack epoxy primer with
aluminium pigments
Dulux/SIGMA Aluprimer
STONCOR
(CHEMRITE COATINGS)
Carbomastic 15
INTERNATIONAL
(PLASCON)
Intergard 468
125-150
2 Same as first coat OR
micaceous iron oxide
(MIO) epoxy
DULUX/SIGMA – Sigmacover CM MIO
INTERNATIONAL
(PLASCON)
Interseal 010 MIO
STONCOR
(CHEMRITE COATINGS) Carboline 190 HB
M.I.O. or Carboline 193 M.I.O.
125-150
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 121 of 163
3 Two component
recoatable, polyurethane
finish (Gloss)
DULUX/SIGMA Sigmadur gloss
INTERNATIONAL
(PLASCON)
Interthane 990
STONCOR
(CHEMRITE COATINGS)
Carboline 134
65-75
Alternatively, the Noxyde paint system can be used, consisting of two to three coats
of water based Noxyde paint to achieve a DFT of 350 to 400 microns. Where the
Noxyde system is used on areas other than slightly corroded structural areas, the
following additional requirements must be observed:
o Very smooth surfaces (e.g. 3CR12, stainless steel or hot-dip galvanized
components, bolts, nuts and fittings, and HT bolts): Parts must be thoroughly
degreased using OptiDegreaser, washed down with potable water, and
immediately when dry, a single coat of OptiPrimeAqua applied.
o Paintable flexible sealant/mastic: Only sealant approved by the paint
manufacturer may be used, and an initial coat of OptiPrimeAqua applied over it
before the further coats of Noxyde are applied.
o Bolted/riveted connections: After blasting or and/or cleaning as required, apply a
coat of OptiPrimeAqua and an additional stripe coat of Noxyde, in contrasting
colour, to all bolt/nut and plate edges and crevices.
The adhesion of old coatings must be verified by doing a cross cut adhesion test on
selected areas.
The compatibility of the new paint system on the old coating must be tested and
guaranteed in writing by the paint supplier.
The work and coating system must be guaranteed for a minimum of 12 months.
All heavily corroded areas must be shot blasted to minimum SA2 and the three coat
system indicated in clause 2.6 applied.
Areas where the old coating is still sound need only be high pressure cleaned with a
suitable solvent and coated with one of the primers suggested in clause 10.2 (as tie
coat) and then with one of the top coats suggested in clause 2.6 to get the
appropriate colour and finish. The minimum dry film thickness of this tie coat must
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 122 of 163
be 75 microns and top coat must be 50 microns, but the previous coating colour shall
be completely obliterated to present a uniform colour.
Note: Inorganic zinc primers shall not be re-covered with an inorganic primer, but
only with an organic zinc primer.
Repairs to the insides of all the enclosed sections of the booms as well as the insides
of the crane legs, sill beams, cross beams, pylon cross bracing members etc. shall be
done as above but the top coat need not be applied.
5 List Of Drawings
5.1 Drawings issued by the Employer
This is the list of drawings issued by the Employer at or before the Contract Date and which
apply to this contract.
Note: Some drawings may contain both Works Information and Site Information.
Description
Drawing No. Revision Description
4223745-2-002-A-LA-0001-01 0A Mess & Ablution - Plans
4223745-2-002-A-LA-0003-01 0A Mess & Ablution- Sections and Elevations
4223745-2-002-A-DE-0001-01 0A Mess & Ablution - Details
4223745-2-002-A-SC-0004-01 0A Mess & Ablution - Schedules
4223745-2-002-A-LA-0004-01 0A Workshop - Plans Sections & Elevation
4223745-2-002-A-SC-0005-01 0A Workshop - Schedules
4223745-2-002-A-SC-0007-01 0A Workshop – Furniture schedules
4223745-2-002-A-LA-0007-01 0A Oil Stores - Plans sections & Elevations
4223745-2-002-A-LA-0008-01 0A Carport - Plans sections & Elevations
4223745-2-101-A-LA-0008-01 0A MHA demolition
4223745-2-002-C-LA-0003-01 0A MHA Facility Combined Services Layout
4223745-2-002-C-LA-0003-02 0A MHA Facility Setting Out Details
4223745-2-002-C-SE-0003-01 0A Stormwater Long Sections
4223745-2-002-C-SE-0003-02 0A Sewer Long Sections
4223745-2-002-C-DE-0003-01 0A Water Details
4223745-2-002-C-DE-0003-02 0A Electrical Details
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 123 of 163
4223745-2-002-C-DE-0003-03 0A Sewer Details
4223745-2-002-C-DE-0003-04 0A Sewer Connection Details
4223745-2-002-C-DE-0003-05 0A Stormwater Details
4223745-2-002-C-DE-0003-06 0A Transtel Details
4223745-2-002-C-DE-0003-07 0A Rain Water Sump
4223745-2-002-E-LA-0001-01 0A Workshop Lighting and Power
4223745-2-002-E-LA-0002-01 0A Mess and Ablution Lighting
4223745-2-002-E-LA-0003-01 0A Mess and Ablution Power Layout
4223745-2-002-E-LA-0004-01. 0A Electrical Site Plan
4223745-2-002-E-LA-0005-01 0A Workshop/Mess and ablutions Distribution Board
Layout
4223745-2-002-E-LA-0006-01 0A Mess and Ablutions Earthing and Lightning Layout
4223745-2-002-E-LA-0007-01 0A Workshop Lighting Layout
4223745-2-002-M-GA-0004-01 0A MHA-M&A : Air-conditioning & Ventilation layout
4223745-2-002-M-GA-0005-01 0A MHA-M&A : Elevations Air-Conditioning &
Ventilation layout
4223745-2-002-M-GA-0009-01 0A MHA-Workshop: Air-conditioning & Ventilation
layout
4223745-2-002-M-GA-0009-01 0A MHA-Workshop : Elevations Air-conditioning &
Ventilation layout
4223745-2-002-T-LA- 0001-01 0A Workshop: Foundation Layout , Sections & Details
4223745-2-002-T-LA- 0002-01 0A Workshop: Surface Slab Layout, Sections & Details
4223745-2-002-T-LA- 0003-01 0A Mess: Structural Steel Layout, Sections and Details
4223745-2-002-T-LA- 0004-01 0A Workshop: Crawl Beam Layout , Section and
details
4223745-2-002-T-SE- 0001-01 0A High Restriction 3.5 x 7m
4223745-2-002-T-DE- 0001-01 0A Crawl Beam Details
4223745-2-002-T-DE- 0002-01 0A Refuse Area & Oil Store Layout, Section And
Details
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 124 of 163
SECTION 2
6 Management and start up
6.1 Management meetings
Regular meetings of a general nature may be convened and chaired by the Project Manager as
follows:
Title and
purpose
Approximate
time & interval
Location Attendance by:
Risk register and
compensation events
Weekly TBA Project Manager (and
appropriate delegates),
Supervisor (and appropriate
delegates) and Contractor
(appropriate key persons)
Overall
contract progress and
feedback
Weekly TBA Project Manager (and
appropriate delegates),
Supervisor (and appropriate
delegates) and Contractor
(appropriate key persons)
SHE meetings Monthly TBA Project Manager (and
appropriate delegates),
Supervisor (and appropriate
delegates) and Contractor
(appropriate key persons)
Meetings of a specialist nature may be convened as specified elsewhere in this Works Information
or if not so specified by persons and at times and locations to suit the Parties, the nature and the
progress of the works. Records of these meetings are to be submitted to the Project Manager by
the person convening the meeting within five days of the meeting.
All meetings are to be recorded using minutes or a register prepared and circulated by the person
who convened the meeting. Such minutes or register are not to be used for the purpose of
confirming actions or instructions under the contract as these are to be done separately by the
person identified in the conditions of contract to carry out such actions or instructions.
6.2 Documentation Control
In undertaking the ‘Works’ all documentation and data prepared and submitted by the Consultant
shall conform and adhere to the requirements of:-
‘Documentation Submittal Requirements’ Standard (DOC-STD-0001) included in Annexure 01
Programme CAD Standards (ENG-STD-0001) Annexure 02
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 125 of 163
Note:
A ‘Starter Kit’ containing the standard Project drawing templates shall only be issued upon
Contract Award in electronic ‘native’ format under cover of the Project Transmittal Note.
Each supplier of documentation and data to the Project is responsible for ensuring that all
documentation and data submitted conforms to the Project Standards and data Quality
requirements in terms of numbering, uniqueness, quality, accuracy, format, completeness and
currency of information. Data not meeting the Project Standards and data Quality requirements
will be cause for rejection and returned to the Consultant for corrective action and re-submission.
Should any change be made to documentation or data, which has already been submitted to the
Project, then new or revised documentation or data shall be issued to replace the outdated
information.
All drawings supplied shall comply with the Programme CAD Standards, i.e. ENG-STD-0001.
It is the responsibility of all Project Participants undertaking work on the Project to ensure they
obtain and comply with the relevant requirements to suit their deliverables and Scope of Work.
The Consultant is to ensure that the latest versions of the required application software and a
suitable ‘IT’ Infrastructure are in place to support the electronic transmission of documentation.
Electronic files submitted to the Project shall be clear of known viruses and extraneous “macros”.
The supplier of documentation is required to have, at all times, the latest generation of virus
protection software and up-to-date virus definitions.
All documentation and data created for the Project shall be numbered and named according to
the TCP Codification Procedure. Such numbering is only available from the Project’s Document
Control Group.
The Consultant shall, prior to acceptance of a Purchase Order/Contract, determine that he has
the ability to satisfy the requirements for documentation and data as specified within the
standards, i.e. DOC-STD-0001: ‘Contractor Documentation Submittal Requirements’ and ENG-
STD-0001: Programme CAD Standards.
The Consultant shall be responsible for the supply of all Sub-Supplier/Consultant/Manufacturer,
etc. documentation and data related to their package of work, and shall ensure that these Sub-
Suppliers have the capability to supply the necessary documentation and data in the required
time-frame and quality as outlined in the specified standards prior to awarding sub-orders.
The required format of documentation and data shall as a minimum be as follows:-
Pre-Construction – Hard Copy (full size), PDF and ‘Native’ file format
Construction – Hard Copy (full size), PDF and ‘Native’ file format
Red Lined – Hard Copy (full size) and PDF format
Certified As-Built/Final – Hard Copy (full size), PDF and ‘Native’ file format
The required number of copies of documentation and data shall be specified in the ‘Contractor
Documentation Schedule’ (CDS). The required number of copies shall as a minimum be four (4)
hard copies, with the corresponding PDF and ‘Native’ file formats upon final submission, unless
otherwise specified in the ‘Contractor Documentation Schedule’ (CDS).
The Consultant shall apply “wet signatures” to the original Documentation before scanning the
signed original and prior to formal submission to the Project.
Final issues of all documentation shall be supplied to the Project in “wet signature” format along
with the associated corresponding electronic ‘native files’ and PDF renditions.
The Consultant shall ensure adequate resources are available to manage and execute the
Document Control function as per the requirements of the Project.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 126 of 163
The Consultant shall retain copies of all documentation issued in connection with the Project for
a minimum period of five years after the completion of the Construction Phase of the Project.
6.3 Safety risk management
TCP HSS Contractor Requirements – refer to TCP H&S Plan and specification – refer to HAS
–STD -0001.
Classification and Control.
Contaminated area and areas where workers may be exposed to contamination are classified:
Non-controlled. Supervised or Controlled according to the prevailing exposure conditions in such
areas.
The Dry Bulk Terminal site is classified as follows:
Uncontrolled areas: All areas mentioned except:-
Supervised area: Tipplers, Major Transfer station, Phosphate Rock Store (GP3 Shed),
Waste material storage area.
Controlled area: No area at the Dry Bulk Terminal is designated as Controlled.
6.3.1 Classification and Registration of Personnel
All personnel shall be classified as either occupationally exposed persons or non-occupationally
exposed persons according to the definitions and requirements in Sections 8.2 of Annexure D.
The Contractor shall ensure the full registration procedures are adhered to.
6.3.2 Personnel Protective Measures Shall include:
Area Designation and Signposting
Access/Egress Control
Personal protective Equipment Personnel Monitoring and Decontamination
Contamination Control in the Workplace
Prohibited Practices
Eating, drinking and smoking.
Storage of food, beverages, cigarettes inside the shed
Entering shed with open wound and minor cuts and abrasions etc.
Records
Health Records
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 127 of 163
Training records
Dose Register
Personal Medical Files.
Retention of Records and retention period.
Self-Risk Assessments
It shall be the responsibility of the Contractor’s Safety Officer to ensure that all employees
are familiar with performing Self Risk Assessments which shall be performed prior to starting
any job. Self-Risk Assessments should not take longer than three minutes to perform. It
shall be the responsibility of the Site Supervisor to ensure that Self Risk Assessments become
a way of life and are carried out before commencing work.
The question the employee must ask himself:
What work am I about to do?
Are the tools and equipment I am using correct for the job?
Is the work I am about to perform is safe?
If not safe, what actions must I take to make it safe?
What precautions must I take to prevent injury to myself or my colleagues?
Self-Risk Assessments shall be carried out when:
Starting a new job.
At the start of the shift.
After tea or lunch breaks.
When the work routine changes or area of work changes.
Reminders
The Site Supervisor shall remind all employees at the end of the Tool Box Talks to perform
Self Risk Assessments before commencing work.
The Self Risk Assessment is meant to create an awareness of the work area and surrounding
conditions that may influence safety and working conditions at the work place.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 128 of 163
Toolbox Talks
Prior to commencement of any work on site each day, the Contractor’s Supervisor shall
inspect the Works; take note of all probable safety and environmental hazards. He shall make
amendments to Risk Assessment if required to, and hold Toolbox Talks with all his personnel,
explicitly explaining the dangers, environmental and safety precautions required for that
particular area.
Minutes of the briefing session shall be taken and names of all attendees recorded and signed
(by attendees) to be made available to the Project Manager.
Health and Safety Requirements
The Contractor and his employees shall have valid safety induction and medical certificates
from a registered Occupational Health Medical Practitioner when accessing or working on site.
Copies of which shall be submitted to the Project Manager at the commencement of the
contract.
Personal Protective Equipment
The following personal protective equipment shall be worn at the Works.
Full overalls
Hard hats
Respirators to protect against inhalation of dust.
Acceptable Hearing Protection to eliminate the amplified sound, jack hammering or
associated concrete breaking/cutting/ equipment
Provision of Safety Glasses/Goggles whichever offers the better protection against dust
entering the eyes.
Sufficient fresh drinking water to replace body fluids and prevent dehydration.
All persons working within TPT shall wear either yellow or orange reflective vests.
Safety Officer – Refer to CR8(5), New Legislation
The Contractor must make provision for a full time Safety Officer on site and be in a possession
of registration with SACPMP or other Professional body.
C2.3. O.H.S. ACT COMPLIANCE
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 129 of 163
The terms and conditions contained with-in the O.H.S Act 85 of 1993 and applicable
Regulations shall be strictly complied with.
The Contractor shall ensure that all staff on site is in possession of a valid Medical Certificate
from a Registered Occupational Health Medical Practitioner.
The Contactor shall ensure that all staff are in possession of the relevant P.P.E including
reflective vests for visibility and that such P.P.E is in good condition and is worn as
appropriate.
Any person found contravening these provisions may be removed from site. Continued
breach of these regulations may result in action being taken against the Contractor.
All staff working on site shall attend a Safety Induction course at the cost of the Contractor.
The following additional Risks have been identified:
Dust and air born pollutants emanating from the stockpiled material.
The site conditions can be considered as dusty, unpleasant, noisy and dangerous.
Construction activity will be at ground level – A dedicated entry and exit point to the Works
area must be clearly demarcated and sign posted
The wearing of appropriate Personal Protective Equipment is compulsory.
All vehicles, tools and equipment shall undergo decontamination procedures
All site and excavations left open overnight must be clearly barricaded and demarcated.
Controlled entry into the Works to prevent entry by authorised persons.
Earthmoving equipment will be in use. All must have the reverse warning siren operational.
The above risks must be included in the Risk Assessment and included in the Daily Toolbox
talks.
The Contractor must take cognisance of the following site conditions:
The Contractor shall submit a Work Method Statement for each phase of the Works for
approval by the Project Manager prior to commencing with the Works.
All persons entering and working within the construction area must wear the correct Personal
Protective Equipment for the site conditions and reflective vests.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 130 of 163
The method and design of barricading and demarcating the Works area must be approved by the
Project Manager prior to erection. The Contractor shall make provision for this when pricing the
tender.
6.4 Environmental constraints and management
6.4.1 The Contractor complies with the following ENV-STD-002 Rev02 (SES):
The Contractor performs the works and all construction activities within the Site and Working
Areas having due regard to the environment and to environmental management practices as
more particularly described within the SES and PES.
The SES describes the minimal acceptable standard for environmental management for a range
of environmental aspects commonly encountered on construction projects and sets
environmental objectives and targets, which the Contractor observes and complies.
The PES may require higher minimal standards than those described in the SES as may be
required by the Project Manager or Others.
The overarching obligations of the Contractor under the CEMP before construction activities
commence on the Site and/or Working Areas is to provide an environmental method statement
for a particular construction operation at the Site and/or Working Area by the Contractor and
where requested by the CM and to comply with the following:
Where relevant, method statements, as detailed in the SES and PES, shall be provided by the
Contractor. These include, but are not limited to, the following where applicable:
Establishment of construction lay down area
Hazardous and non-hazardous solid waste management
Storm water management
Contaminated water management
Prevention of marine pollution
Hydrocarbon spills
Diesel tanks and refuelling procedures
Dust control
Spoil dumping
Sourcing, excavating, transporting and dumping of fill material
Noise and vibration control
Removal of rare, endemic or endangered species
Removal and stockpiling of topsoil
Rodent and pest control
Environmental awareness training
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 131 of 163
Site division
Emergency procedures for environmental incidents
Contractor’s SHE Officer
Closure of construction laydown area
The Contractor shall ensure that his management, foremen and the general workforce, as well
as all Contractors and visitors to Site have attended the Induction Programme prior to
commencing any work on Site. If new personnel commence work on the Site during construction,
the Contractor shall ensure that these personnel undergo the Induction Programme and are
made aware of the environmental specifications on Site.
Where applicable, the Contractor ensures that he appoints a suitably qualified Subcontractor, to
be approved by the Project Manager, to undertake the “Removal of rare, endemic or endangered
species”. This appointment must be completed at least three weeks before commencement of
any other work on Site.
Declaration of understanding shall be signed and submitted to the CM within 14 days after the
Contract Date.
Where required, one of the first actions to be undertaken by the Contractor shall be to erect and
maintain a temporary fence along the boundaries of the Site and Working Areas as applicable,
and around any no-go areas identified on the layout plans, to the satisfaction of the Project
Manager.
The plant search and rescue (if applicable) must be undertaken and completed prior to any Site
clearance or any other construction activity that may damage the vegetation can commences on
Site.
The Contractor must appoint a sufficient number of named assistants to the CSHEO to monitor
environmental issues e.g. litter, spills, illegal activities, fence patrol, dust etc. These
appointments, along with details of the individuals being appointed and job descriptions, must
be sent to the Project Manager for his approval.
During the construction period, the Contractor complies with the following:
A copy of the SES, and the relevant PES shall be available on Site, and the Contractor shall ensure
that all the personnel on Site (including Subcontractors and their staff) as well as Contractors are
familiar with and understand the specifications contained in the SES (as amended by the PES).
Method statements that are required during construction must be submitted to the Project
Manager for approval at least 20 days prior to the proposed commencement of the activity.
Emergency construction activity method statements may also be required. The activities requiring
method statements cannot commence if they have not been approved by the Project Manager.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 132 of 163
The method statements for Completion by the Contractor are contained within Annexure CEMP
– TCP-ENV-STD-002
Where applicable, the Contractor shall provide job-specific training on an ad hoc basis when
workers are engaged in activities, which require method statements.
The Contractor shall ensure that any Materials delivery drivers are informed of all procedures and
restrictions (e.g. which access roads to use, no go areas, speed limits, noise, etc.) required by
the CEMP before they arrive at Site and off load any Materials.
The Contractor shall be responsible for rehabilitating and re-vegetating all areas to the
satisfaction of the Project Manager as detailed in the SES and PES.
The Contractor shall clear and clean the Site and Working Areas and ensure that everything not
forming part of the works is removed from the Site and Working Areas and that all rehabilitation
has taken place in accordance with the PES. An Environmental Closure Certificate per Annexure
5 has been issued by the SHEC and signed off by the Project Manager.
The Contractor complies with environmental inspections and audits as contained within Annexure
ENV-STD-001.
The Contractor makes copies of the CEMP, SES and PES available at the offices of the Contractor
on Site. The Contractor ensures that all personnel on Site (including Subcontractors) are familiar
with and understand the requirements of the CEMP.
6.4.2 The Contractor complies with the following SES:
The Contractor shall identify the kinds of environmental impacts that will occur as a result of his
activities and then prepare separate method statements describing how each of those impacts
will be prevented or managed so that the standards set out in this document are achieved. These
method statements will be prepared in accordance with the requirements set out in the CEMP.
To ensure that environmental issues are taken into account in the establishment of the Site
offices and all other facilities on Site.
Scope
The standard applies to all activities relating to the planning of the Site, Site establishment, and
operation of the Site and closure of the Site.
Site plan
The Contractor shall establish his construction camps, offices, Workshops, staff accommodation
and any other facilities on the Site and Working Areas in a manner that does not adversely affect
the environment. However, before construction can begin, the Contractor shall submit to the
Project Manager for his approval, plans of the exact location, extent and construction details of
these facilities and the impact mitigation measures the Contractor proposes to put in place.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 133 of 163
The plans shall detail the locality as well as the layout of the waste treatment facilities for litter,
kitchen refuse, sewage and Workshop-derived effluents. The Site offices should not be sited in
close proximity to steep areas. It is recommended that the offices, and in particular the ablution
facilities, aggregate stockpiles, spoil areas and hazardous material stockpiles are located as far
away as possible from any water course as possible. Regardless of the chosen Site, the
Contractor’s intended mitigation measures shall be indicated on the plan.
Sewage
Particular reference in the Site establishment plan shall be given to the treatment of sewage
generated at the site offices and staff accommodation and at all localities on the Site where there
will be a concentration of labour. Sanitary arrangements should be to the satisfaction of the CM.
Safe and effective sewage treatment will require one of the following sewage handling methods:
septic tanks and soak-aways, dry-composting toilets such as “enviro loos”, or the use of chemical
toilets which are supplied and maintained by a Sub-Contractor. The type of sewage treatment
will depend on the location of the Site and the surrounding land uses, the duration of the contract
and proximity (availability) of providers of chemical toilets. Should a soak-away system be used,
it shall not be closer than 800 metres from any natural watercourse or water retention system.
The waste material generated from these facilities shall be serviced on a regular basis.
Toilets and latrines shall be easily accessible, clearly marked and shall be positioned within
walking distance from wherever employees are employed on the Works. Use of the veld shall
not, under any circumstances, be allowed.
Outside toilets shall be provided with locks and doors and shall be secured to prevent them from
blowing over. The toilets shall also be placed outside areas susceptible to flooding. The Contractor
shall arrange for regular emptying of toilets and shall be entirely responsible for enforcing their
use and for maintaining such latrines in a clean, orderly and sanitary condition to the satisfaction
of the Project Manager.
Effluent Management
All effluent water from the camp / office Sites shall be disposed of in a properly designed and
constructed system, situated so as not to adversely affect water sources (streams, rivers, pans
dams etc.). Only domestic type wastewater shall be allowed to enter this drain.
Waste Management Objective
To ensure that all waste generated during construction and commissioning of the facilities is
properly disposed of.
Examples of typical construction waste which, could be expected on the Site are indicated in the
following table:
TABLE 2: EXAMPLE OF CONSTRUCTION WASTE CLASSIFICATION
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 134 of 163
WASTE
CLASSIFICATION
HAZARDOUS NON-
HAZARDOUS
Clean soil X
Construction debris contaminated by oil or organic compounds X
Empty drums (depends on prior use) X X
Empty paint and coating containers X
Waste paint and/or solvent X
Waste oil X
Phenolic waste X
Waste concrete X
Rubble (not contaminated by oil or organic compounds) X
Waste containing appreciable properties of fibrous asbestos X
Sewerage sludge X
Scrap metal X
Explosive waste X
Waste timber X
Waste Cable X
PCB waste X
Waste plastic X
Aerosol containers X
Batteries, light bulbs, circuit boards, etc. X X
Domestic waste X
Scope
The standard applies to all construction, commissioning and Site activities that may lead to the
generation of waste.
Approach
Waste is grouped into general or hazardous, depending on its characteristics. The classification
determines handling methods and the ultimate disposal of the Material.
General waste to be expected during construction includes the following:
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 135 of 163
• Trash (waste paper, plastics, cardboard, etc.) and food waste from offices, warehouses and
construction personnel.
• Uncontaminated construction debris such as used wood and scrap metal.
• Uncontaminated soil and non-hazardous rubble from excavation or demolition.
Hazardous waste is waste, which has the potential, even in low concentrations, to have a significant
adverse effect on public health and/or the environment. This would be on account of its inherent
chemical and physical characteristics, such as toxic, ignitable, corrosive, carcinogenic or other
property.
Waste avoidance and minimisation
A ladder approach to waste management is encouraged. Waste should preferably be managed in
the following order:
• Prevent: by waste avoidance and minimisation during production
• Recycle: waste recycling, recovery and utilisation
• Treat: waste treatment in order to reduce toxicity and to minimise the quantities of waste
• Disposal: waste disposal, probably by incineration, destruction or landfill
Waste Management
The Contractor is responsible for the removal from Site of all waste generated through the
Contractor’s activities. The Contractor shall ensure that all waste is removed to appropriate licensed
waste management facilities.
The classification of waste determines handling methods and the ultimate disposal of the Material.
The Contractor shall manage hazardous wastes that are anticipated to be generated by his
operations as follows:
• Characterise the waste to decide if it is general or hazardous.
• Obtain and provide an acceptable container with label.
• Place hazardous waste material in container.
• Inspect the container on a regular basis as prescribed by the Contractor’s waste environment
management plan.
• Track the accumulation time for the waste.
• Haul the full container to the disposal Site.
• Provide documentary evidence of proper disposal of the waste.
The EO will work in conjunction with the Contractor’s construction safety and industrial hygiene
personnel to create a Contractor’s Hazardous Materials Management Program as per annexure 5.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 136 of 163
This program will establish the necessary protocol for proper handling and removal of hazardous
Materials on the Site.
Information on each hazardous substance will be available to all persons on Site with the EO.
Training and education about the proper use, handling, and disposal of the material will be
available to all workers who will be handling the Material.
The EO must be informed of all activities that involve the use of hazardous substances to facilitate
prompt response in the event of a spill or release.
The Contractor shall manage NON-HAZARDOUS / GENERAL WASTE that is anticipated to be
generated by operations as follows:
• Determine if waste is non-hazardous and obtain containers for waste storage.
• Notify waste hauler when container is full so that it can be removed and replaced with an
empty.
• Provide documentary evidence of proper disposal of waste.
On the Project, however, waste generating entities are directed to control the generation of non-
hazardous waste by:
• Eliminating waste generation or reducing the total volume
• Reducing the degree of contamination of waste generated
• Reclaiming materials otherwise considered waste
The Contractor shall therefore recycle NON-HAZARDOUS / GENERAL WASTE that is anticipated to
be generated by its operations as follows:
Obtain and label recycling containers for:
• Office Waste
• Aluminium and steel cans
• Glass Bottles
• Scrap Metals
• Waste Timber
And locate them within temporary office building and trailers
Establish recycled material collection schedule
Arrange for full bins to be hauled away
Spent batteries, circuit boards, and bulbs, while non-hazardous, require special collection and
handling.
Vehicle and Equipment Refuelling Objective
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 137 of 163
To eliminate / control fuel and oil spillage at refuelling facilities
Scope
The standard applies to all refuelling, lubrication and oil changing requirements on all vehicles and
machinery.
Refuelling
Engine driven compressors, pumps, air conditioners, and arc welders can have small leaks (usually
oil) that can accumulate to become spills, which require clean up. These leaks become more
evident if the equipment remains in the same place for an extended period of time. Damaged fuel
tanks, fuel hoses, and fuel pumps can be sources of significant fuel leaks. Hydraulic systems can
blow gaskets or hoses resulting in large quantities of hydraulic fluid spilled to the ground and under
lock and key arrangements.
Control
No vehicles or machines shall be serviced or refuelled on Site except at designated servicing or
refuelling locations, no oil or lubricant changes shall be made except at designate locations, or in
case of breakdown or emergency repair.
The Contractor shall store fuel and oil at a secure area, which shall be bounded and designed with
a liner or paved surface to prevent spillage from entering the ground.
The Contractor shall provide details of its proposed fuel storage and fuelling facility to the EO for
approval, the design shall comply with the regulations of the Water Act (Act 36 of 1998), the
Hazardous Substances Act (Act 15 of 1973), and the National Environment Management Act (Act
73 of 1989).
Spill Response
The Contractor shall comply with the regulations of the Water Act (Act 36 of 1998), the Hazardous
Substances Act (Act 115 of 1973), and the National Environment Management Act (Act 107 of
1998).
The Contractor shall provide details for approval of its spill response plan in the event of any spills
of fuel, oils, solvents, paints or other hazardous Materials. The plan will show measures to be taken
to remove contaminated soils from Site and demonstrate complete removal of contamination.
The Contractor shall instruct construction personnel on the following spill prevention and
containment responsibilities:
• Repair all leaks of hydrocarbons or chemicals as soon as possible
• Take all reasonable means to prevent spills or leaks
• Do not allow sumps receiving oil or oily water to overflow
• Prevent storm water run-off from contamination by leaking or spilled drums of oil or chemicals
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 138 of 163
• Do not discharge oil or contaminants into storm sewer system
• If a spill to land occurs, the Contractor is responsible for:
• Immediate action to stop or reduce the spill and contain it
• Actions necessary to prevent the spill from contaminating groundwater or off Site surface water
• Disposal of contaminated Material to location designated thereto.
Any spill to water has the potential to disperse quickly; therefore, the spill must be contained
immediately using appropriate containment Equipment.
If a spill to water occurs, the Contractor is responsible for:
• Immediate action to stop or reduce the spill and contain it
• Notifying the appropriate on-Site authorities
• Actions necessary to prevent the spread of the contamination by deploying booms and/or
absorbent Material
• Proper disposal of spilled Material
Dust Management
Objective
The Contractor (associated with activities such as earthworks, geotechnical surveys, piling, storm
water drainage, construction of roads and railways, foundations, brick building, operating
Workshops, fencing, erecting construction camps, and batch plant activities, etc.) shall submit a
dust control plan for approval by the EO.
Scope
Control of dust on the construction Site and access roads
Dust Management
Material in transit should be loaded and contained within the load bin of the vehicle in such a way
as to prevent any spillage onto the roads and the creation of dust clouds. If necessary, the load
bin of the vehicle shall be covered with a tarpaulin to prevent dust.
Dust to be controlled on unsurfaced access roads and Site roads using sprayed water. The
Contractor is responsible for managing dust generated as a result of his activities. The CM will be
responsible for the dust control of the Site and Working Areas.
Some dust control measures, which are normally applied during construction, are presented in this
section for inclusion by the Contractor in the Contractor’s dust control method statement.
These dust-mitigating procedures include the following:
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 139 of 163
• Limit vehicle speeds on unpaved roads to 20 km/h
• Wash the paved surfaces within the construction area twice a week
• Minimise haulage distances
• Apply water to gravel roads with a spraying truck when required
Environmental friendly soil stabilisers may be used as additional measures to control dust on gravel
road and construction area
Dust suppression measures will also apply to inactive construction areas. (An inactive construction
Site is one on which construction will not occur for a month or more.)
Construction Material being transported by trucks must be suitable moistened or covered to
prevent dust generation.
Strip and store topsoil in separate stockpiles with mounds not exceeding 2m in height to, among
other things, to prevent wind-blown dust.
Minimise disturbance of natural vegetation during right-of-way construction (e.g. transmission lines
and erection of fences) to reduce potential erosion, run-off, and air-borne dust.
Implement a system of reporting excessive dust conditions by construction personnel (as instructed
through Environmental Awareness Training).
Water for dust control shall be taken only from approved sources.
Storm Water and Dewatering Management
Objective
To ensure that storm water and dewatering drainage across the Site occurs in a manner that will
negate contamination by oils, fuels, litter and other waste and that will prevent erosion of the
construction terrace.
Scope
All dewatering activities
Storm Water and Dewatering Management
Water is a valuable resource in the area. Both the quality and quantity of water used by the
Contractor should be considered in making resource conservation plans.
Potential construction phase impacts on surface water and groundwater are associated with
construction are run-off and percolation, dewatering activities, and miscellaneous liquid wastes
associated with construction activities.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 140 of 163
In general, construction activities may affect water quality and/or quantity of ground water and/or
surface water of the area.
The Contractor shall be aware that, apart from run-off from overburden emplacements and stock
piles, storm water can also be contaminated from batch plants, Workshops, vehicle wash-down
pads, etc., and that contaminates during construction can include hydrocarbons from fuels and
lubricants, sewerage from Employee ablutions, even excess fertiliser from rehabilitation areas, etc.
The Contractor shall take cognisance of the fact that discharges to controlled waters such as the
sea, rivers, or groundwater or to sewerage systems are controlled under the South African Water
Legislation.
Surface run-off
Construction activities such as surface grading and excavation will disturb surface areas on Site.
This will increase the potential for soil erosion and subsequent sediment transport during periods
of precipitation run-off or when excavation dewatering is required. Construction activities also have
the potential to change local surface drainage and sediment transport patterns, Site floodplain
delineation, and percolation rates into the soil.
Dewatering
Dewatering during the groundwork produces a surface water discharge that may require collection
and sedimentation. Dewatering has also the potential to effect groundwater quality and quantity.
Wastewater
Liquid wastes including used solvents, used lubricating oils, chemical flushing agents, spill clean-
up wastes, painting wastes, and concrete mixing drum washings, etc., have the potential to affect
surface water and groundwater quality.
General
Temporary drainage must be established on Site during the construction period and until
permanent drainage is in place. Contractors are responsible for maintaining the temporary drainage
in their areas. The Contractors must provide secondary drainage that prevents erosion
Contractors must effect good housekeeping in their areas to prevent contamination of drainage
water
The Contractor shall clear stagnant water
Specific water Management measures (surface and groundwater) for incorporation by the
Contractor in the CEMP include the following:
• The Contractor shall ensure that no contaminated surface water shall flow off Site as a result
of Contractor operations. Silt traps shall be constructed to ensure retention of silt on site and
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 141 of 163
cut-off ditches shall be constructed to ensure no run-off from the SITE except at points where
silt traps are provided.
• If applicable, the Contractor shall be responsible for collection, management, and containment
within the Site boundaries of all dewatering from all general Site preparation activities. The
dewatering water shall be contained within the Site boundaries by sequentially pumping or
routing water to and from sub-areas within the Site as the construction activities proceed. No
discharge of dewatering water to off Site land or surface water bodies will be allowed
• On Site drainage shall be accomplished through gravity flow. The surface drainage system
shall consist of mild overland slopes, ditches, and culverts. The graded areas adjacent to
buildings shall be sloped away with a 5% slope. Other areas shall have a minimum slope of
0,2% or as otherwise indicated.
• Ditches shall be designed to carry a 25-years storm event with velocities in accordance to
minimise erosion. Erosion protection shall consist of suitable stabilising surfaces in all ditches
• Culverts shall be designed to ensure passage of the 25-year storm peak run-off flow.
Both structural and non-structural (vegetative) erosion control measures will be designed,
implemented, and properly maintained in accordance with best management practices which will
include the following:
• Scheduling of activities to minimise the amount of disturbed area at any one time
• Implementation of re-vegetation as early as feasible
• Limiting construction traffic and/or avoidance thereof on access roads and areas to be graded
to the extent feasible at drainage ditches.
• Compacting loose soil as soon as possible after excavation, grading, or filling
• Using silt fences, geo-textiles, temporary rip-rap, soil stabilisation with gravel, diversionary
beams or swales, small sedimentation basins, and gravelled roads to minimise transport of
sediment
• Implementing the erosion and sedimentation control plan and ensuring that construction
personnel are familiar with and adhere to the plan
• Managing run-off during construction
The Contractor shall be responsible for checking and maintaining all erosion and sedimentation
controls.
Rehabilitation
Objective
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 142 of 163
To ensure that all areas affected by the project are appropriately rehabilitated and revegetated in
a manner congruent with the surrounding biophysical environment. The prevention of the spread
of alien invasive species.
Scope
All areas affected by the project including laydown areas.
Rehabilitation
The Contractor shall rehabilitate their laydown area upon Completion of work on Site. A
rehabilitation plan will be submitted to the EO for approval at least six weeks before Completion.
The following are critical issues to be included in that rehabilitation plan:
• Details of soil preparation procedures including proposed fertilisers or other chemicals being
considered for use.
• A list of the plant species that will be used in the rehabilitation process. Note that these should
all be indigenous species, and preferably species that are endemic to the area. The assistance
of an appropriately qualified botanist should be sought in developing this list.
• Procedures for watering the planted areas (frequency of watering, methodology proposed).
• An indication of the monitoring procedures that will be put in place to ensure the successful
establishment of the plants (duration and frequency of monitoring, proposed criteria for
declaring the rehabilitation successful).
• Procedures for the prevention of the establishment and spread of alien invasive species.
Noise Management
Objective
To maintain construction noise at the Site within required limits.
Scope
Construction noise at the construction Site.
Noise Management
Keep all Equipment in good working order
Operate Equipment within its specification and capacity and don’t overload machines
Apply regular Maintenance, particularly with regards to lubrication
Operate Equipment with appropriate noise abatement accessories, such as sound hoods
Noise control measures for incorporation by the Contractor in its noise control plan shall include
the following:
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 143 of 163
• Ensure that the potential noise source will conform to the South African Bureau of Standards
recommended code of practice, SABS Code 0103:1983, so that it will not produce excessive or
undesirable noise when it is released.
• All the Contractors’ Equipment shall be fitted with effective exhaust silencers and shall comply
with the South African Bureau of Standards recommended code of practice, SABS Code
0103:1983, for construction plant noise generation.
• All the Contractors’ vehicles shall be fitted with effective exhaust silencers and shall comply
with Road Traffic Act (Act 29 of 1989) when any such vehicle is operated on a public road.
If on Site noise control is not effective, protect the victims of noise (e.g. ear-plugs) by ensuring
that all noise-related occupational health provisions are met. (Occupational Health and Safety Act
(Act 85 of 1993).
Normal machine working hours will be 06:00 – 22:00 Monday to Saturday. Outside these hours
machine operations will be subject to approval. This does not define shift hours
Fire prevention
Objective
To minimise the risk of uncontrolled fires.
Scope
All activities on or near the Site that could initiate an uncontrolled fire.
Fire control
Fires shall only be allowed in facilities or Equipment specially constructed for this purpose. A
firebreak shall be cleared and maintained around the perimeter of the camp and office Sites. All
conditions incorporated in the requirements of the Occupational Health and Safety Act shall also
be implemented.
Supply of water for human use
Objective
To ensure that there is an adequate, safe water supply for all personnel on Site.
Scope
Managing the water supply on Site and controlling the abstraction of water from natural resources
in the area.
Collection of water from natural resources
No water for domestic use (drinking water or for bathing or washing) shall be abstracted from any
water resource (stream, river, or dam) without the express permission of the Project Manager.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 144 of 163
Such permission shall only be granted once it can be shown that the water is safe for use that
there is sufficient water in the resource to meet the demand, and once permission has been
obtained from the Department of Water Affairs in accordance with the requirements of the Water
Act.
Provision of drinking water
Water for human consumption shall be available at the Site offices and at other convenient
locations on site. The generally acceptable standard is that a supply of drinking water shall be
available within 200m of any point on the construction Site.
Environmental Awareness Training
An Environmental Awareness Program is considered a necessary part of the Construction
Environmental Management Plan for the Project. Training of the appropriate construction
personnel will help ensure that all environmental regulations and requirements are followed to be
defined in the relevant Method Statement to be prepared by the Contractor.
Objectives of environmental awareness training are:
• Environmental Management – protecting the environment from the effects of construction by
making personnel aware of sensitive environmental resources
• Regulatory compliance – complying with requirements contained in project – specific permit
conditions, also complying with requirements in regional and local regulations
• Problem recognition and communication – training personnel to recognise potential
environmental problems, i.e. spills, and communicate the problem to the proper person for
solution
• Liability control - non-compliance with regulatory requirements can lead to personal and
corporate liability.
All individuals on the Project construction Site will need to have a minimum awareness of
environmental requirements and responsibilities. However, not all need to have the same degree
of awareness. The required degree of knowledge is greatest for personnel in the Safety, Health,
and Environmental Sections and the least for the manual personnel.
The Contractor shall keep a record of all the environmental related training of the personnel.
Roles and responsibilities
The roles and responsibilities of the various personnel acting on behalf of the Project Manager with
respect to environmental issues are as stated in the paragraphs following:
Construction Manager
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 145 of 163
The CM is responsible (in the context of the CEMP only) for environmental management on the
Site and Working Areas and reports to the Project Manager. The CM acts on behalf of the Project
Manager.
The CM specific tasks (in the context of the CEMP) include:
• Reviewing the monthly reports compiled by the Environmental Officer
• Identifying the need for remedial measures with regard to proposed Works
• Communicating directly with the Contractor
• Issuing non-conformance notification to the Contractor for items do not comply with the
requirements as set out in the CEMP
Project Environmental Manager
The PEM is responsible for ensuring that the Contractor complies with the CEMP and its associated
documents. The PEM acts on behalf of the Project Manager.
The PEM specific tasks include:
• Liaison with the authorities, when required
• Preparation of the project specific Project Environmental Specification
• Review reports from the Employer’s Environmental Officer
• Chair any environmental incident and environmental non-conformance enquiries
• Ensure induction material includes project appropriate environmental issues
• Approve environmental training programmes and other awareness initiatives
• Conduct Quarterly audits on the construction site and the Employer’s Environmental Officer to
determine how effectively the CEMP is being implemented
The PEM will be responsible for the following deliverables:
• Quarterly audits of construction site compliance with the CEMP
Environmental Officer
The EO is responsible for conducting day-to-day tasks required to ensure the CEMP is correctly
implemented at the Site and Working Areas. The EO reports to the PEM.
The EO will typically conduct the following tasks:
• Prepare site environmental induction programmes to all staff of the Contractor.
• Monitor the Contractor’s compliance with the CEMP on site.
• Conduct monthly observation and environmental audit of the Contractor and all work areas.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 146 of 163
• Ensure that all environmental monitoring programmes (sampling, measuring, recording, etc.,
when specified) are carried out according to protocols and schedules.
• Measurement of completed work (e.g. areas top-soiled, re-vegetated, stabilised, etc.).
• Maintain site documentation related to environmental management (permits, CEMP, method
statements, reports, audits, monitoring results, receipts for waste removal, etc.).
Documentation to be maintained on the relevant site Document Control System.
• Attendance at scheduled SHE meetings and project coordination meetings.
• Inspect and report on environmental incidents and check corrective action.
• Keep a regular photographic record of all environmental incidents.
• Implementation of environmental-related actions arising out of the minutes from scheduled
meetings.
The Contractor complies with the CEMP, SES and PES. The Contractor abides by the instructions
of the Project Manager regarding the implementation of the CEMP.
Lines of Communication
The following personnel act on behalf of the Project Manager and may communicate directly with
the Contractor and his key persons with respect to the CEMP:
• Construction Manager (CM)
• Project Environmental Manager (Proj EM)
• Environmental Officer (EO)
All communication must be copied to the Project Manager.
6.5 Quality assurance requirements
6.5.1 The Contractor shall have, maintain and demonstrate its use to the Project Manager (and/or the
Supervisor to satisfy the requirements of paragraphs 7.4, 7.5, 3.2.1 and 3.2.8 as appropriate)
the documented Quality Management System to be used in the performance of the works. The
Contractor’s Quality Management System shall conform to International Standard ISO 9001 (or
an equivalent standard acceptable to the Project Manager).
6.5.2 The Contractor submits his Quality Management System documents to the Project Manager as
part of his programme under ECC Clause 31.2 to include details of:
Project Quality Plan for the contract;
ISO 9001:2015 certificate
Quality Policy
Index of Procedures to be used/method statements ; and
Quality Control Plans (QCPs)
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 147 of 163
Quality qualifications for Quality Manager and Officers.
6.5.3 The Contractor develops and maintains a comprehensive register of documents that will be
generated throughout the contract including all quality related documents as part of its Quality
Plan.
6.5.4 The Project Manager indicates those documents required to be submitted for information, review
or acceptance and the Contractor indicates such requirements within his register of documents.
The register shall indicate the dates of issue of the documents with the Project Manager
responding to documents submitted by the Contractor for review or acceptance within the period
for reply prior to such documents being used by the Contractor.
6.5.5 The Project Quality Plan means the Contractor’s statement, which outlines strategy,
methodology, resources allocation, QA and Quality Control co-ordination activities to ensure that
the works meet the standards stated in the Works Information.
6.5.6 Q.C.P’s means all inspections, tests and verification requirements to meet Contractual
obligations, specifications, drawings and related details including destructive and non-
destructive testing, witnessing and hold points.
6.6 Planning constraints
6.6.1 The Contractor’s construction programme shall correspond with the stipulations included in
Section 3 of the Employer’s Works Information, which details the minimum construction
constraints to be considered in providing the Works.
6.6.2 The Contractor’s construction programme shall comply with the stipulations included in Section
6.4 of the Employer’s Works Information, which details the minimum Environmental
Management constraints as imposed on the provision of the Works.
6.6.3 The Contractor’s construction programme shall comply with the stipulations included in Section
Error! Reference source not found. of the Employer’s Works Information, which details the m
inimum Health & Safety constraints as imposed on the provision of the Works.
6.6.4 The Contractor’s construction programme shall comply with the stipulations included in Section
Error! Reference source not found. of the Employer’s Works Information, which details the m
inimum Quality Assurance constraints as imposed on the provision of the Works.
6.6.5 The Contractor’s construction programme shall include any reasonable foreseen and
unforeseen constraints, assumptions and conditions which may arise in line with the overall
scope as outlined under but not limited to Section Error! Reference source not found. of t
he Employer’s Works Information.
6.6.6 The Contractor shall comply with the provisions of NEC ECC Clauses 25.1, 27.1 and 27.2 among
others, when providing occupations to the Working Areas to allow for works which will be
undertaken by Others.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 148 of 163
6.6.7 Key Dates are detailed in the relevant section(s) of the Works Information will be in accordance
with the dates stipulated within Contract Data Part One; pending approval of Project Manager
and subject to the requirements as stipulated in NEC ECC Clause 25.3.
6.6.8 The Contractor is required to comply with the Employer’s stipulations regarding all required
approvals, permissions, licences and permits, prior to commencing works and or specific
activities.
Programming constraints
6.6.9 The Contractor’s construction WBS shall correspond with the client’s Pricing Data. As a minimum
shall include but not be limited to the following WBS Elements:
Procurement and delivery of all long lead items necessary to provide the Works in
line with the stipulations of the Employer’s Works Information. Long lead items
include but are not limited to; plant, equipment, materials and any other
resources, as required to provide both temporary and permanent works.
Procedure for Contractor’s design submission and approval any portion of the
works and/or plant and equipment as stipulated under section 2.1 of the Works
Information in accordance with stipulations for submission, acceptance and
approval as stipulated under section Error! Reference source not found. of the W
orks Information; including any other additional design requirements and or
alterations in existing design which may stem from the aforementioned.
Correction of Defects, testing and commissioning, as-built, hand-over and close-
out procedures in accordance the Works Information.
All Trades & Headings from the Bill of Quantities are to be captured in the WBS
6.6.10 The Contractor uses Primavera 6 version 8.2 for his programme submissions. In the event that
the Contractor will be using earlier or later/more recent versions of the software, the onus is on
the Contractor to ensure that a conversion is done in order for XER file (soft copy) submissions
to be compatible with Primavera 6 version 8.2.”The Contractor shows on each programme he
submits to the Project Manager, the requirements of the [CEMP, SES, PES and SMP] as
described under the relevant sections of the Works Information, together with the associated
environmental method statements.
6.6.11 The Employer (including the agents of the Employer) operates on Site during dates or timings
when the Contractor has completed certain elements of the Works.
6.6.12 Others operate on Site during dates or timings when the Contractor has completed certain
elements of the Works.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 149 of 163
6.6.13 The Contractor’s first accepted programme may be agreed during the pre-contract negotiation
period, and no later than the period stipulated under Contract Data Part One (2 weeks after the
Contract Date).
6.6.14 The Contractor complies with the Employer’s programme, if provided, when he submits his first
programme.
6.6.15 The Contractor shows on his Accepted Programme and all subsequently revised programmes
the critical path or paths and all necessary logic diagrams demonstrating sequence of
operations.
6.6.16 The Contractor presents all programme submissions including but not limited to his tender
programme, first programme and all subsequently revised programmes (see ECC Clauses 31.2
and 32.1) in hard copy and soft copy format; with the programme model being a Level 4
project schedule – decomposed to appropriate levels of detail in order to accurately
substantiate activity duration estimates.
6.6.17 The Contractor shows on his Accepted Programme and all subsequently revised programmes
showing the critical path or paths and all necessary logic diagrams demonstrating sequence of
operations.
6.6.18 The Contractor’s programme shows duration of operations in working days as per the
stipulated definition of the work days and hours under C3.1 Employer’s Works Information.
6.6.19 Each programme submitted by the Contractor to the Project Manager, is fully Cost and
Resource Loaded (People, Equipment, Plant, Materials & Other Resources).
6.6.20 The Contractor shows on each programme he submits to the Project Manager, the
requirements as listed in the NEC3, ECC, Clause 31.2.
6.6.21 The Contractor attends, participates in and makes a meaningful contribution to, planning
initiation & set–up meetings held during the pre-contract negotiation period and no later than
the period stipulated under Contract Data Part One (2 weeks after the Contract Date); to agree
and set-up - including but not limited to - the first schedule for acceptance; methodology for
calculation of physical progress percentage for the project, monitoring, control and reporting
requirements; proposed templates and planning/scheduling procedures to be complied with for
the duration of the project.
6.6.22 The Contractor shows on each revised programme he submits to the Project Manager a
resource histogram showing planned progress versus actual, deviations from the Accepted
Programme and any remedial actions proposed by the Contractor, including a spreadsheet
identifying instances of resource over-allocation and/or conflicts, accompanied by proposed
resolutions.
6.6.23 The Contractor’s programme shows the following levels:
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 150 of 163
Level 1 Master Schedule – defines the major operations and interfaces between
engineering design, procurement, fabrication and assembly of Plant and Materials,
transportation, construction, testing and pre-commissioning, commissioning and
Completion.
Level 2 Project Schedule – summary schedules ‘rolled up’ from Level 3 Project
Schedule described below
Level 3 Project Schedule – detailed schedules generated to demonstrate all
operations identified on the programme from the starting date to Completion.
Individual operations will be assigned a code. The Employer notifies any
subsequent layouts and corresponding filters on revised programmes. Activities at
this level should not be longer than one update cycle unless exceptional
circumstances exits justifying longer durations.
Level 4 Project Schedule – detailed discipline/speciality level schedule decomposed
to appropriate levels of detail in order to accurately substantiate activity scope and
activity duration estimates; developed and maintained by the Contractor relating
to all operations identified on the programme representing the daily activities by
each discipline, with activities and operations adequately decomposed in order to
accurately represent the effort required to execute said activity/operation and
support accurate duration estimates.
6.6.24 The Contractor submits revised programmes to the Project Manager at least 1 (one) full
working day prior to progress meetings at fortnightly intervals in addition to the intervals for
submission of revised programmes stated under Contract Data Part One.
6.6.25 A Basis of Programme/Schedule document is provided with each revised programme
submission, which includes but is not limited to:
Basis of latest accepted programme, including an overview of assumptions,
constraints, specific and quantified resource allocations, productivity assumptions
and basis of calculation, identification and justification of general scheduling
provisions such as calendars and working times, lags, date constraints, activity
durations longer than one reporting period, etc.
Description of network logic and sequencing.
Description of general construction approach and proposed impact of and changes
hereto.
Description of approach to allocation, use and management of all resources
dedicated to the project and proposed impact of and changes hereto.
Description of and trend analysis of critical risks as identified through schedule risk
analysis and included in schedule contingency and or Time Risk Allowance
provisions.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 151 of 163
Discussion regarding the basis, method of calculation and validity of the critical
path and near critical paths, (interrogate longest path and total float as contained
in the programme for accuracy and validity).
Reporting on change management, i.e. identify and record any deviations/changes
that have taken place within the previous reporting cycle, and their resultant impact
on the remaining works and as identified and highlighted in the current revision of
the programme for acceptance.
Identification critical activities, as well as top 10 near critical activities and
undertake tends analysis on such activities with the aim of identify any deviations
from planned performance.
Identification of any recovery and or mitigation action required in order to
neutralise any deviations.
Reporting and Monitoring
6.6.26 The Contractor attends meetings as included but not limited to section 6.1 of the Employer’s
Works Information.
6.6.27 The Contractor submits programme narrative report to the Project Manager at fortnightly
intervals as well as status/target sheets detailing planned/targeted activities and actuals at in
addition to the intervals for submission of revised programmes stated under Contract Data Part
One.
6.6.28 The Contractor completes an assessment of all activities in progress and to completion to
determine physical percentage complete, forecasted completion dates, deviations from the
Accepted Programme and proposes remedial actions to rectify deviations.
6.6.29 The Contractor submits the programme narrative report detailing the status and performance
of operations on the site and working areas status and performance of operations outside the
Working Areas, man-power histograms, plant and equipment histograms, S-curve of overall
progress, and critical action items (top 10). Report shall indicate “progress this period” and
“progress to date”.
6.6.30 The Contractor’s fortnightly project progress reports (narrative report) includes but is not
limited to:
Level 4 Project Schedule – decomposed to appropriate levels of detail in order to
accurately substantiate activity duration estimates and showing two separate bars
for each task i.e. the primary bar must reflect the current forecast dates and the
secondary bar the latest Accepted programme.
Progress Spreadsheet detailing actual progress achieved (target/planned quantity
versus actual quantity) on current (critical) activities for the previous week, planned
progress for the current week, deviations and proposed recovery for each activity
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 152 of 163
in question. A 1-week Look Ahead Spreadsheet in line with the aforementioned
stipulations to be included. Priority to be given to identification of critical and near
critical activities, progress and any deviations from planned performance in this
regard.
3-week Look Ahead Schedule showing two separate bars for each task i.e. the
primary bar must reflect the current forecast dates and the secondary bar the latest
Accepted programme.
Dependencies/Deliverables matrix detailing interim approvals and/or any other
inputs/requirements from Employer/Supervisor/Project Manager/Others or any
other project stakeholder in line with the activities identified in the 1 and 3- week
Look Ahead Schedules.
Interfacing Matrix, detailing timeous identification of any requirements for
providing the Works and/or works to be executed by Others and any other
Stakeholders party to this contract in line with the stipulations of the Works
Information.
Manpower Histogram – reflecting actual, forecasted and planned activities
Plant and Equipment Histogram – reflecting actual, forecast and planned activities.
S-curves – reflecting the actual physical percentage complete versus the planned
physical percentage for the overall contract.
Identification critical activities, progress and any deviations from planned
performance.
Adherence and actual performance achieved with regards to Environmental, Health
& Safety and Quality Management.
6.6.31 The Contractor’s monthly project progress report includes but is not limited to:
Monthly, the Contractor completes an assessment of the physical progress of all
activities in progress and to completion, accordingly calculates physical progress
complete for the project overall (represented as a percentage) in line with the
methodology and resultant tools agreed in 6.11.14; revises and submits the
updated programme for acceptance and cash flow forecast report; detailing any
variances and proposes remedial actions to rectify deviations.
The Contractor’s monthly programme narrative report is submitted a week before
the last Friday of each month, or as required by the Project Manager. The report
shall indicate “progress this period” and “progress to date” and shall include, but
is not limited to, the following;
- Summary of progress achieved during the reporting period
- Latest Accepted Programme submitted for approval
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 153 of 163
- Deviations from the current Accepted Programme and action plans to rectify
- Project milestones table – planned versus actual and forecast
- Status and performance of operations on the site and working areas
- Status and performance of operations outside working areas
- Cash flow forecast report
- Digital photographic record of the progress of the works
- Manpower histograms, including a control spreadsheet detailing specific
current and future over-allocation and/or conflicts in allocation of resources.
- Contractor’s plant and equipment histograms, including a control spreadsheet
detailing specific current and future over-allocation and/or conflicts in allocation
of resources.
- S-curves of overall progress
- Critical action items list (top 10)
- Identified Risks (top 10)
- Earned value summary report detailing SPIt, SVt, EVt, PVt, EACt and resultant
earned values.
6.7 Contractor’s management, supervision and key people
6.7.1 The Contractor employs a CSHEO as a key person under ECC Clause 24.1
6.7.2 The CSHEO reports to the SHEC on the Site. The CSHEO ensures that the works (to include any
part thereof) are subject to a prior environmental method statement(s) approved by the Project
Manager, CM or SHEO and ensures that the CEMP is implemented by the Contractor in a timely
and proper manner. The SCHEO provides the Project Manager with all environmental method
statements.
6.7.3 The CSHEO tasks are:
Daily, weekly and monthly inspections of the Site and Working Areas.
Monitor compliance with the CEMP (to include the SES and PES) and the environmental
method statements submitted to the Project Manager
Reporting of an environmental incident to the Project Manager
Attendance at all SHE meetings, toolbox talks and induction programmes
Litter control and ensuring the Contractor clears litter from the Site and Working Areas; and
Ensuring that environmental signage and barriers are correctly.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 154 of 163
The CSHEO submits daily, weekly and monthly checklists to the SHEC.
6.7.4 The Contractor employs a CIRP as a key person under ECC Clause 24.1.
6.7.5 The CIRP is based on the Site and ensures that all reports and IR requests are submitted
accurately and in a timely manner to Project Manager.
6.7.6 The CIRP tasks are:
Dedicated to human resources, industrial relations and any other Contractor employee related
function;
Resolve all human resources and industrial relations matters arising from the Contractor’s
employees;
Represent the Contractor at all industrial relations meetings;
Represent the Contractor on the IRCC;
6.7.7 The Contractor employs an HSR as a key person under ECC Clause 24.1
6.7.8 The Contractor provides an Organogram of all his key people (both as required by the Employer
and as independently stated by the Contractor under Contract Data Part Two) and how such key
people communicate with the Project Manager and the Supervisor and their delegates all as
stated at paragraph 6.5 of C3.1 Employer’s Works Information.
6.8 Training workshops and technology transfer
The Contractor is encouraged to submit relevant details of any courses or Workshops
recommended by him for the preparatory and/or follow-up training of the Employer’s personnel.
6.9 Insurance provided by the Employer
The insurance provided by the Employer with the applicable limits and deductibles required by the
conditions of contract (if any) is given in the Contract Data. The Employer’s insurance is applicable
to work undertaken on the site only, and the Contractor provides insurance for the Works for the
period up to delivery to the site. This includes insurance during transit and off loading at the site.
The Employer advises that the following exclusions apply to the insurance which the Employer
provides for Loss of or damage to the Works, Plant and Materials:
1. Loss of monies or the like;
2. Aircraft, waterborne vessels or craft;
3. Losses discovered by taking of routine inventory;
4. Defective workmanship / defective design, re-design betterment or improvement;
5. Consequential loss;
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 155 of 163
6. Delay damages or penalties for delay;
7. Guarantees for performance or efficiency;
8. Air transit outside territorial limits;
9. Ocean transit or whilst in storage thereafter (unless inspected by an independent third party
after off-loading);
10. Maintenance and/or low performance damages;
11. Defects;
12. Wear, tear or gradual deterioration;
13. Electrical and mechanical breakdown or explosion to Plant after Completion tests have been
satisfied;
14. Damage to any property insured due to ingress of mud, silt, water, debris unless pipe ends
have been sealed at the end of each working day; and
15. Damage to any property exposed or in excess of 10,000 metres of open trench.
The Employer advises that the following exclusions apply to the insurance which the Employer
provides for Liability for loss of or damage to property (except the Works, Plant and Materials
and Equipment) and liability for bodily injury to or death of a person (not an employee of the
Contractor) caused by activity in connection with this contract:
1. Death or injury to the Contractor’s employees;
2. Motor vehicle cover;
3. Aircraft / watercraft ownership cover;
4. Delay damages or penalties for delay;
5. Guarantees for performance or efficiency;
6. Defective workmanship;
7. Gradual pollution and contamination;
8. Vibration cover;
9. Contractual liabilities;
10. SASRIA risks (inter alia riot, strike, political malicious damage)
11. Punitive damages;
12. War, nuclear risks; and
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 156 of 163
13. Removal of support in excess of R5,000,000
Where the Works involve the assembly, erection and installation of Plant, the Contractor declares
the full replacement value and not the value included in the NEC3 contract.
The Contractor liaises with the Employer and the Project Manager when a claim is made and
assists in completing the Claims Advice Form.
6.9.1 Insurance provided by the Employer is contained in the Contract Data – Part 1.
6.10 Contract change management
6.10.1 No additional requirements apply to ECC Clause 60 series.
6.11 Provision of bonds and guarantees
6.11.1 The form in which a bond or guarantee required by the conditions of contract (if any) is to be
provided by the Contractor is given in Part 1 Agreements and Contract Data, document C1.3,
Sureties.
6.11.2 The Contractor provides a bond or guarantee as required by the conditions of contract
concurrently with the execution by the Parties of the form of agreement for the ECC contract.
The Employer may withhold payment of amounts due to the Contractor until the bond or
guarantee required in terms of this contract has been received and accepted by the person
notified to the Contractor by the Project Manager to receive and accept such bond or guarantee.
Such withholding of payment due to the Contractor shall not affect the Employer’s right to
termination stated in this contract.
6.12 Records of Defined Cost, payments & assessments of compensation events kept by Contractor
6.12.1 The Contractor keeps the following records available for the Project Manager to inspect:
Records of design employee’s location of work (if appropriate).
6.12.2 The Contractor keeps the following records available for the Project Manager to inspect:
Records of design employees location of work (if appropriate);
Records of Equipment used and people employed outside the Working Areas (if applicable).
7 Procurement
7.1 Code of Conduct
Transnet aims to achieve the best value for money when buying or selling goods and obtaining
services. This however must be done in an open and fair manner that supports and drives a
competitive economy. Underpinning our process are several acts and policies that any Contractor
dealing with Transnet must understand and support. These are:
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 157 of 163
The Transnet Procurement Procedures Manual (PPM);
Section 217 of the Constitution - the five pillars of Public PSCM (Procurement and Supply Chain
Management): fair, equitable, transparent, competitive and cost effective;
The Public Finance Management Act (PFMA);
The Broad Based Black Economic Empowerment Act (B-BBEE); and
The Anti-Corruption Act.
This code of conduct has been included in this contract to formally apprise Transnet Contractors
of Transnet’s expectations regarding behaviour and conduct of its Contractors.
Prohibition of Bribes, Kickbacks, Unlawful Payments, and Other Corrupt Practices
Transnet is in the process of transforming itself into a self-sustaining State Owned Enterprise,
actively competing in the logistics industry. Our aim is to become a world class, profitable, logistics
organisation. As such, our transformation is focused on adopting a performance culture and to
adopt behaviours that will enable this transformation.
1. Transnet will not participate in corrupt practices and therefore expects its Contractors to act
in a similar manner.
Transnet and its employees will follow the laws of this country and keep accurate business
records that reflect actual transactions with and payments to our Contractors.
Employees must not accept or request money or anything of value, directly or indirectly,
to:
- Illegally influence their judgement or conduct or to ensure the desired outcome of
a sourcing activity;
- Win or retain business or to influence any act or decision of any decision
stakeholders involved in sourcing decisions; or
- Gain an improper advantage.
There may be times when a Contractor is confronted with fraudulent or corrupt behaviour
of Transnet employees. We expect our Contractors to use our “Tip-offs Anonymous” Hot
line to report these acts. (0800 003 056).
2. Transnet is firmly committed to the ideas of free and competitive enterprise.
- Contractors are expected to comply with all applicable laws and regulations
regarding fair competition and antitrust.
- Transnet does not engage with non-value adding agents or representatives solely
for the purpose of increasing B-BBEE spend (fronting)
3. Transnet’s relationship with Contractors requires us to clearly define requirements, exchange
information and share mutual benefits.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 158 of 163
Generally, Contractors have their own business standards and regulations. Although
Transnet cannot control the actions of our Contractors, we will not tolerate any illegal
activities. These include, but are not limited to:
- Misrepresentation of their product (origin of manufacture, specifications,
intellectual property rights, etc.);
- Collusion;
- Failure to disclose accurate information required during the sourcing activity
(ownership, financial situation, B-BBEE status, etc.);
- Corrupt activities listed above; and
- Harassment, intimidation or other aggressive actions towards Transnet
employees.
Contractors must be evaluated and approved before any materials, components, products
or services are purchased from them. Rigorous due diligence is conducted and the
Contractor is expected to participate in an honest and straight forward manner.
Contractors must record and report facts accurately, honestly and objectively. Financial
records must be accurate in all material respects.
Conflicts of Interest
1. A conflict of interest arises when personal interests or activities influence (or appear to
influence) the ability to act in the best interests of Transnet.
Doing business with family members
Having a financial interest in another company in our industry.
7.2 The Contractor’s Invoices
7.2.1 When the Project Manager certifies payment (see ECC Clause 51.1) following an assessment
date, the Contractor complies with the Employer’s procedure for invoice submission.
7.2.2 The invoice must correspond to the Project Manager’s assessment of the amount due to the
Contractor as stated in the payment certificate.
7.2.3 The invoice states the following:
Invoice addressed to Transnet SOC Ltd;
Transnet SOC Limited’s VAT No: 4720103177;
Invoice number;
The Contractor’s VAT Number; and
The Contract number.
The invoice contains the supporting detail.
7.2.4 The invoice is presented either by post or by hand delivery.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 159 of 163
7.2.5 Invoices submitted by post are addressed to:
Transnet Capital Projects
Old Naval Base
1 Commodore Close
Meerensee
Richards Bay
3900
For the attention of The Contract Administrator, Transnet Capital Projects
7.2.6 Invoices submitted by hand are presented to:
Transnet Capital Projects
Old Naval Base
Richards Bay
3900
For the attention of The Contract Administrator, Transnet Capital Projects
7.2.7 The invoice is presented as an original.
7.3 People
7.3.1 Minimum requirements of people employed on the Site
The Contractor shall ensure that all his people on the site work in accordance with the South African
Basic Conditions of Employment Act, 75 of 1997 and the Basic Conditions of Employment
Amendment Act, 11 of 2002, irrespective of being a local or oversees employee.
The Contractor shall ensure that all the necessary work permits are obtained and available for his
overseas employees on the site.
7.3.2 The Contractor complies with the following PIRPMP.
7.3.2.1 CONTRACTOR LIABILITY
1.1. The Contractor warrants that it will be liable to Transnet for any loss or damage caused by
strikes, riots, lockouts or any labour disputes by and/or confined to the Contractor’s employees,
which loss will include any indirect or consequential damages;
1.2. The Contractor warrants that no negotiations or feedback meetings by the Contractor’s
employees shall take place on Transnet premises, whether owned or rented by Transnet.
1.3. The Contractor shall give notice to Transnet of any industrial action by the Contractor’s
employees immediately upon becoming aware of any actual or contemplated action that is or
may be carried out on Transnet’s premises, whether owned or rented, and shall notify Transnet
of all matters associated with such action that may potentially affect Transnet.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 160 of 163
1.4. The Contractor is responsible for educating its employees on relevant provisions of the Labour
Relations Act which deal with industrial action processes, and the risks of non-compliance.
1.5. The Contractor is required to develop a Contingency Strike Handling Plan, which plan the
Contractor is obliged to update on a three monthly basis. The Contractor must provide Transnet
with this plan and all updates to the Plan. The Contractor is responsible to communicate with
its employees on site details of the plan.
2. INDUSTRIAL ACTION BY CONTRACTOR EMPLOYEES
2.1. In the event of any industrial action by the Contractor’s employees, the Contractor is required
to provide competent contingency resources permitted in law to carry out any of the duties that
are or could potentially be interrupted by industrial action in delivering the Service.
2.2. The Contractor warrants that it will compensate Transnet for any costs Transnet incurs in
providing additional security to deal with any industrial action by the Contractor’s employees.
2.3. In the event of any industrial action by the Contractor’s employees, the Contractor is obliged:
2.3.1. To prepare and deliver to Transnet, within two (2) hours of the commencement of
industrial action an Industrial Action Report. If the industrial action persists the
Contractor is required to deliver the report at 8h30 each day.
2.3.2. The Industrial Action Report must provide at least the following information:
2.3.2.1. Industrial incident report,
2.3.2.2. Attendance register,
2.3.2.3. Productivity / progress to schedule reports,
2.3.2.4. Operational contingency plan,
2.3.2.5. Site security report,
2.3.2.6. Industrial action intelligence gathered.
2.3.3. The final Industrial Action Report is to be delivered 24 hours after finalisation of the
industrial action.
2.3.4. The management of the Contractor is required to hold a daily industrial action
teleconference with personnel identified by Transnet to discuss the industrial action,
settlement of the industrial action, security issues and the impact on delivery under the
contract.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 161 of 163
2.4. The resolution of any disputes or industrial action by the Contractor’s employees is the sole
responsibility of the Contractor.
2.5. Access to Transnet premises by the Contractor and its employees is only provided for purposes
of the Contractor delivering its services to Transnet. Should the Contractor and its employees
not, for any reason, be capable of delivering its services Transnet is entitled to restrict or deny
access onto its premises and unless otherwise authorized; such person will deemed to be
trespassing.
7.3.3 The Contractor performs the works having due regard to the PLA that are negotiated between
the Employer and the appropriate trade unions on this contract.
7.3.4 The Contractor complies with the requirements of the IRCC involving the engineering
construction Contractors engaged (including all future Contractors) by the Employer.
7.3.5 The roles and responsibilities of the various personnel acting on behalf of the Project Manager
with respect to IR issues are stated in the paragraphs following:
The PIRM is responsible for ensuring that the Contractor complies with the PIRPMP. The PIRM
acts on behalf of the Project Manager.
7.3.6 The PIRM specific tasks are:
To complete the PLA prior to the Contract Date; and
To assign specific duties to the PSIRM.
7.3.7 The PSIRM is responsible for IR (to include the PLA) on the Site and Working Areas and reports
to the Project Manager.
7.3.8 The SIRM is responsible, inter alia, for day-to-day IR on the Site and Working Areas through the
implementation of the PIRPMP. The SIRM reports directly to the PSIRM and the Project Manager.
7.3.9 The SIRM specific tasks are:
To liaise with the Contractor prior to the commencement of construction activities (as per the
Contractor’s programme accepted by the Project Manager) with respect to IR issues under
the SIP.
7.3.10 B-BBEE and preferencing scheme
Points will be awarded to tenderers based on preferencing using the balanced Department of Trade and
Industry (DTI) scorecard. The application of the Broad-Based Black Economic Empowerment recognition
levels and score preferencing points are as follows:
Contribution
Level
Qualification Points on the
generic scorecard
Broad-Based BEE
Recognition Level
Preferencing
Points Scored
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 162 of 163
Level 1 Greater than or equal to 100 points 135% 20
Level 2 Greater than or equal to 95 points
but less than 100 points
125% 18
Level 3 Greater than or equal to 90 points but less than 95 points
110% 16
Level 4 Greater than or equal to 80 points
but less than 90 points
100% 12
Level 5 Greater than or equal to 75 points
but less than 80 points
80% 8
Level 6 Greater than or equal to 70 points but less than 75 points
60% 6
Level 7 Greater than or equal to 55 points
but less than 70 points
50% 4
Level 8 Greater than or equal to 40 points
but less than 55 points
10% 2
Level 9 Less than 40 points 0% 0
On the basis the tenderer with a B-BBEE recognition level of 135% will achieve 20 points, and the points
will be allocated accordingly on a pro-rata basis as per the table above.
In addition to the above, provision is made for the case where a tenderer has greater than 50% black ownership. In this instance, provided the requisite documentary evidence is supplied, the tenderer will
then be awarded preference points one level above that awarded based on the DTI scorecard. For example, a tenderer with > 50% black ownership obtaining a Level 6 contribution equating to 6 points
will be awarded 8 preferencing points (Level 5).
Tenderers claiming Preference Points must submit together with the tender document their generic
scorecard, evaluated by an independent accreditation agency. Transnet therefore requires tenderers to
have been accredited by one of the various Accreditation Agencies in accordance with the latest relevant Codes of Practice applicable not more than 3 months prior to the date of tender. Should the B-BBEE
rating not be provided, Transnet reserves the right to award no points. Transnet also reserves the right to carry out an independent audit of the tenderers scorecard components at any stage from the date of
close of the tenders until completion of the contract.
Tenderers with no accreditation will score zero points for preferencing.
7.4 Subcontracting
7.4.1 Preferred subcontractors
The Contractor shall submit his schedule of proposed sub-Contractors for the acceptance of the
Project Manager prior to their appointment. This list shall not deviate from the tender schedule
of proposed sub-Contractors, unless discussed with, and accepted by, the Project Manager.
7.4.2 Where the Contractor employs a Subcontractor who constructs or installs part of the works or
who supplies Plant and Materials for incorporation into the works which involves a Subcontractor
operating on the Site and/or Working Areas, then the Contractor ensures that any such
Subcontractor complies with the CEMP, SES and PES (described under paragraph 2.4 of the
Works Information) as appropriate and that the subcontract documentation places back-to-back
obligations on the Subcontractor which reflect the Contractor’s obligations under the CEMP, SES
and PES, all within the Contractor’s Quality Management System as per paragraph 2.5 of the
Works Information.
TRANSNET GROUP CAPITAL
CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 163 of 163
7.4.3 Where the Contractor employs a Subcontractor who constructs or installs part of the works or
who supplies Plant and Materials for incorporation into the works which involves a Subcontractor
operating on the Site and/or Working Areas, then the Contractor ensures that any such
Subcontractor complies with the PIRPMP (described under paragraph 4.1.1 of the Works
Information) as appropriate and that the subcontract documentation places back-to-back
obligations on the Subcontractor which reflect the Contractor’s obligations under the PIRPMP, all
within the Contractor’s Quality Management System as per paragraph 2.5 of the Works
Information.
7.4.4 Limitations on subcontracting
The Contractor shall not appoint or bring sub-Contractors onto site without the prior approval of
the Project Manager, and all sub-Contractors will be required to conform to the requirements as
set out herein as if they were employees of the Contractor.
The Contractor shall not deviate from the approved sub-Contractors list without prior approval
of the Project Manager.
7.4.5 Attendance on Subcontractors
The Contractor shall ensure that the quality assurance requirements placed on him under this
Contract are transferred into any subcontracts.
Quality system requirements shall be applied on all subcontracts to the point where the
acceptability of supplies can be demonstrated solely by the conduct of inspection and/or
examination of goods upon receipt at the designated point of delivery.
The Contractor must notify the Project Manager of all inspections at his sub-Contractors at least 3
working days in advance of such inspections. The Contractor must ensure that his sub-Contractor
has the relevant quality management plans available at such inspections. The Supervisor will give
the Contractor 24 hour notice in writing of his intention to be present at the inspections.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Contract PAGE 1 Part C4 PRO-FAT-0226 Rev02 C4. Site Information
PART 4: SITE INFORMATION
1. Description of the Site and its surroundings
1.1. General description
Richards Bay is located approximately 160 km north-east of Durban in northern KwaZulu-Natal (KZN), close
to the southern extremity of the Zululand Coastal Plain with the following GPS coordinates: 28°47'08.8"S
32°02'18.2"E. The climate is subtropical with warm to hot summers with a relatively low diurnal temperature
range. Mean maximum and minimum temperatures during summer (December, January and February) are
approximately 29°C and 21°C respectively. Winters (June, July and August) are mild with mean maximum
and minimum temperatures of approximately 23°C and 12°C respectively. Although the area is a summer
rainfall region significant falls may occur at any time of year. Wind directions are typically from the north-
east or south-west throughout the year.
The Contractor shall attend a site visit and acquaint himself with the nature of the services, the conditions
under which the work is to be performed, and the means of access to the site, any limitations or other
authorities and in general with all matters that may influence or affect the contract.
The Contractor shall be deemed to have allowed in their tender for any additional cost to be involved due to
the foregoing.
The site located within the Port of Richards Bay and in an operational area. Access is only granted with full
PPE.
The photo shown indicates the positioning of the site with reference to the area within the Port operations.
The circled area (in yellow) is the MHA site.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Contract PAGE 2 Part C4 PRO-FAT-0226 Rev02 C4. Site Information
1.2. Existing buildings, structures, and plant & machinery on the Site
The MHA Building is an existing workshop facility that has been vacated, and is no longer in use. Refer to
the layout drawing (Appendix 1 - MHA layout drawing). It is positioned alongside an existing commodity
stockpile area. There is movable concrete barriers that form a boundary line / fence between the stockpile
area and the MHA site.
The contractor is to visit the site and assess a suitable lay down area for the site office and the area to park
any plant equipment, within the MHA site.
1.3. Subsoil information
The MHA scope will not require major excavation or replacing of any layer works.
TRANSNET GROUP CAPITAL CONTRACT NUMBER: 4228277.001C
DESCRIPTION OF THE WORKS: THE REFURBISHMENT OF OLD MHA WORKSHOP IN THE PORT OF RICHARDS BAY
Contract PAGE 2 Part C4 PRO-FAT-0226 Rev02 C4. Site Information
1.4. Hidden services
The contractor is to treat the site as having unknown services in the ground. Test pits may be required, and
a survey of services underground may be done should the need arise.
Recommended