109
Transnet Group Capital Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban September 2016 Part T1: Tendering procedures Page 1 of 10 T 1.1: Tender Notice and Invitation to Tender T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter referred to as a Tender] are requested from persons, companies, close corporations or enterprises [hereinafter referred to as a Tenderer]. DESCRIPTION Transnet Group Capital a specialist unit of Transnet SOC Ltd invites suitably qualified Tenderers to submit tenders for the Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban. BID FEE AND BANKING DETAILS This Tender may be downloaded directly from the National Treasury eTender Publication Portal at www.etenders.gov.za free of charge. Alternatively, this RFP may be purchased at R250 [inclusive of VAT] per set for those Tenders that require a hard copy. If a copy of the tender document is required, prior arrangements must be made one (1) day in advance and collected during work hours. Payment is to be made as follows: Bank: Standard Bank Account Number: 00 126 5741 Branch: Carlton Centre Branch code: 0023055 Account Name: Transnet Group Capital Reference: M-2123361-699 NOTE – This amount is not refundable. A receipt for such payment made must be presented when collecting the Tender documents and submitted thereafter with your Proposal. INSPECT / COLLECT DOCUMENTS FROM TRANSNET GROUP CAPITAL Queens Warehouse, 237 Mahatma Gandhi Road, Durban South Africa

T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

  • Upload
    others

  • View
    11

  • Download
    0

Embed Size (px)

Citation preview

Page 1: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Part T1: Tendering procedures Page 1 of 10 T 1.1: Tender Notice and Invitation to Tender

T1.1 Tender Notice and Invitation to Tender

SECTION 1: NOTICE TO TENDERERS

1. INVITATION TO BID

Responses to this Tender [hereinafter referred to as a Tender] are requested from persons,

companies, close corporations or enterprises [hereinafter referred to as a Tenderer].

DESCRIPTION

Transnet Group Capital a specialist unit of Transnet SOC Ltd invites suitably

qualified Tenderers to submit tenders for the Construction of Gate House

Security Kiosk at Sand Bypass, Port of Durban.

BID FEE AND BANKING DETAILS

This Tender may be downloaded directly from the National Treasury

eTender Publication Portal at www.etenders.gov.za free of charge.

Alternatively, this RFP may be purchased at R250 [inclusive of VAT] per set

for those Tenders that require a hard copy. If a copy of the tender document

is required, prior arrangements must be made one (1) day in advance and

collected during work hours. Payment is to be made as follows:

Bank: Standard Bank

Account Number: 00 126 5741

Branch: Carlton Centre

Branch code: 0023055

Account Name: Transnet Group Capital

Reference: M-2123361-699

NOTE – This amount is not refundable. A receipt for such payment made

must be presented when collecting the Tender documents and submitted

thereafter with your Proposal.

INSPECT / COLLECT DOCUMENTS FROM

TRANSNET GROUP CAPITAL

Queens Warehouse,

237 Mahatma Gandhi Road,

Durban

South Africa

Page 2: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Part T1: Tendering procedures Page 2 of 10 T 1.1: Tender Notice and Invitation to Tender

ISSUE DATE AND COLLECTION DATE

DEADLINE

Between 09:00 and 15:00 from Friday, 2 March 2018 until Thursday, 8

March 2018.

Note: If a bid fee is applicable, payment must be effected prior to the deadline

for collection. Pursuant to this requirement, should a third party [such as a

courier] be instructed to collect RFP documents on behalf of a Respondent,

please ensure that this person [the third party] has a “proof of payment”

receipt for presentation to Transnet when collecting the RFP documents.

Tenderers wishing to collect a hard copy of such RFP documents from the

Transnet issuing office, are required to inform that office at the contact number

on page 10 of 10 below on the day before collection in order to allow for

timeous reproduction of the documentation. In addition, bidders are to

note that the RFP may also be downloaded directly from the National

Treasury eTender Publication Portal free of charge. If Tenderers intend

to download the bid off the Portal, they are required to indicate their intention

to respond to this tender by Wednesday, 7 March 2018 by sending an email

with their contact details to the following address: [email protected].

Transnet will not be held liable if Tenderers do not respond by this date and do

not receive the latest information regarding this RFP with the possible

consequence of either being disadvantaged or disqualified as a result thereof.

COMPULSORY

BRIEFING

SESSION

Refer to page 3 of 10 / 2. FORMAL BRIEFING.

CLOSING DATE

Please note that this RFP closes punctually at 12:00pm on Tuesday; 17 April

2018. Tenderers must ensure that tenders are delivered timeously to the

correct address. As a general rule, if a tender is late or delivered to the

incorrect address, it will not be accepted for consideration.

VALIDITY PERIOD

The tender validity period is Twelve (12) weeks after the closing date.

Tenderers are to note that they may be requested to extend the validity period

of their tender, at the same terms and conditions, if the internal evaluation

process has not been finalised within the validity period. However, once the

adjudication body has approved the process and award of the business to the

successful Tenderer(s), the validity of the successful Tenderer(s)’ bid will be

deemed to remain valid until a final contract has been concluded.

2. FORMAL BRIEFING

A compulsory pre-proposal Tender briefing will be conducted at 237 Mahatma Gandhi Road,

Durban, South Africa, on 9 March 2018 at 10:00 [10 O’clock] for a period of ± 2 (two) hours.

Page 3: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Part T1: Tendering procedures Page 3 of 10 T 1.1: Tender Notice and Invitation to Tender

[Tenderers to provide own transportation and accommodation]. The briefing session will start

punctually and information will not be repeated for the benefit of Tenderers arriving late.

2.1 A Certificate of Attendance in the form set out in the Returnable Schedule T2.2-15 hereto must

be completed and submitted with your Tender, as proof of attendance is required for a compulsory

site meeting and/or tender briefing. Tenders are required to bring this Returnable Schedule T2.2-15

(attached to the Tender document) to the briefing session to be signed by the Employer’s

Representative.

2.2 Tenderers failing to attend the compulsory tender briefing will be disqualified.

3. TENDER SUBMISSION

Tender Offers must be submitted in a sealed envelope addressed as follows:

The Secretariat, Transnet Group Capital Acquisition Council

RFP No: M-2123361-699

Description: Construction of Gate House Security Kiosk at Sand Bypass,

Port of Durban

Closing date and time: Tuesday 17 April 2018 at 12:00pm

Closing address: [Refer to options in paragraph 4 below]

All envelopes must reflect the return address of the Respondent on the reverse side.

4. DELIVERY INSTRUCTIONS FOR TENDER

4.1. Delivery by hand

If delivered by hand, the envelope must be deposited in the Transnet tender box which is located at

The Entrance Foyer Ground Floor, Queens Warehouse, 237 Mahatma Gandhi Road, Durban and must

be addressed as follows:

THE SECRETARIAT

TRANSNET GROUP CAPITAL ACQUISITION COUNCIL

RECEPTION GROUND FLOOR

QUEENS WAREHOUSE

TRANSNET GROUP CAPITAL TENDER BOX

237 MAHATMA GANDHI ROAD

DURBAN

SOUTH AFRICA

The measurements of the "tender slot" are 400mm wide x 100mm high, and Tenderers must please

ensure that tender documents or files are no larger than the above dimensions. Tenders which are

too bulky [i.e. more than 100mm thick] must be split into two or more files, and placed in separate

envelopes, each such envelope to be addressed as required in paragraph 3 above.

Page 4: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Part T1: Tendering procedures Page 4 of 10 T 1.1: Tender Notice and Invitation to Tender

4.2 Dispatch by courier

If dispatched by courier, the envelope must be addressed as follows and delivered to the Office of The

Secretariat, Transnet Group Capital Acquisition Council and a signature obtained from that Office:

THE SECRETARIAT

TRANSNET GROUP CAPITAL ACQUISITION COUNCIL

RECEPTION GROUND FLOOR

QUEENS WAREHOUSE

TRANSNET GROUP CAPITAL TENDER BOX

237 MAHATMA GANDHI ROAD

DURBAN

SOUTH AFRICA

4.3 If tender offers are not delivered as stipulated herein, such tenders will not be considered.

4.4 No email or faxed tenders will be considered, unless otherwise stated herein.

4.5 The tender offers to this tender will be opened as soon as possible after the closing date and time.

Transnet shall not, at the opening of tenders, disclose to any other company any confidential details

pertaining to the Tender Offers / information received, i.e. pricing, delivery, etc. The names and

locations of the Tenderers will be divulged to other Tenderers upon request.

4.6 Envelopes must not contain documents relating to any Tender other than that shown on the

envelope.

5. CONFIDENTIALITY

All information related to this RFP is to be treated with strict confidence. In this regard Tenderers are

required to certify that they have acquainted themselves with the Non-Disclosure Agreement. All

information related to a subsequent contract, both during and after completion thereof, will be treated

with strict confidence. Should the need however arise to divulge any information gleaned from provision

of the Goods, which is either directly or indirectly related to Transnet’s business, written approval to

divulge such information must be obtained from Transnet.

6. COMPLIANCE

The successful Respondent [hereinafter referred to as the Supplier] shall be in full and complete

compliance with any and all applicable laws and regulations.

7. DISCLAIMERS

Tenderers are hereby advised that Transnet is not committed to any course of action as a result of its

issuance of this Tender and/or its receipt of a tender offer. In particular, please note that Transnet

reserves the right to:

Page 5: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Part T1: Tendering procedures Page 5 of 10 T 1.1: Tender Notice and Invitation to Tender

7.1. Modify the tender services and request Tenderers to re-tender on any changes;

7.2. Reject any tender which does not conform to instructions and specifications which are detailed

herein;

7.3. Disqualify tender/s submitted after the stated submission deadline [closing date];

7.4. To award the business to the highest scoring Tenderer/s unless objective criteria justify the

award to another Tenderer.

7.5. Not necessarily accept the lowest priced tender or an alternative Tender;

7.6. Go to the open market if the quoted rates (for award of work) are deemed unreasonable;

7.7. Reject all Proposals, if it so decides;

7.8. Withdraw the tender on good cause shown;

7.9. Award business in connection with this tender at any time after the tender closing date;

7.10. Award business for only a portion of the proposed services which are reflected in the scope of

this tender

7.11. Split the award of business between more than one service providers should it be more

advantageous in terms of, amongst others, cost or developmental considerations at Transnet’s

discretion;

7.12. Make no award of a contract;

7.13. Validate any information submitted by Tenderers in response to this bid. This would include, but

is not limited to, requesting the Tenderers to provide supporting evidence. By submitting a bid,

Tenderers hereby irrevocably grant the necessary consent to Transnet to do so;

7.14. Should the Tenderers be awarded business on strength of information furnished by the

Tenderer, which after conclusion of the contract is proved to have been incorrect, Transnet

reserves the right to cancel the contract;

7.15. To request audited financial statements or other documentation for the purposes of a due

diligence exercise;

7.16. Not accept any changes or purported changes by the Tenderer to the tender rates after the

closing date and/or after the award of the business, unless the contract specifically provided for

it;

7.17. To conduct the evaluation process in parallel. The evaluation of Tenderers at any given stage

must therefore not be interpreted to mean that Tenderers have necessarily passed any previous

stage(s);

7.18. Enter into price negotiation with preferred tenderers before the award of a contract.

Page 6: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Part T1: Tendering procedures Page 6 of 10 T 1.1: Tender Notice and Invitation to Tender

8. REPEAL OF CONSTRUCTION SECTOR CODES

8.1.1. The Minister of the Department of Trade and Industry issued a Government Notice No. 184 in

the Government Gazette No.39703 on the 17th February 2016, to repeal the Construction

Sector Codes.

8.1.2. The repeal implies that the Construction Sector Codes cease to exist from the 17th February

2016.

8.1.3. All Measured Entities operating in the Construction Sector will be required to use the B-BBEE

Generic Codes of Good Practice as amended and issued in terms of section 9 (1) of the B-BBEE

Act No. 53 0f 2003 as amended by Act No. 46 of 2013.

8.1.4. The application of the B-BBEE Generic Codes of Good Practice as amended must be in

accordance with the revised Notice of Clarification published in the Notice No.444 of 2015

published in the Government Gazette No.38799 on the 15 May 2015.

9. LEGAL REVIEW

A Proposal submitted by a Respondent will be subjected to review and acceptance or rejection of

its proposed contractual terms and conditions by Transnet’s Legal Counsel, prior to consideration

for an award of business. A material deviation from the Standard terms or conditions could result

in disqualification.

Page 7: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Part T1: Tendering procedures Page 7 of 10 T 1.1: Tender Notice and Invitation to Tender

10. SECURITY CLEARANCE

Acceptance of this bid could be subject to the condition that the Successful Respondent, its

personnel providing the goods and its subcontractor(s) must obtain security clearance from the

appropriate authorities to the level of CONFIDENTIAL/ SECRET/TOP SECRET. Obtaining the

required clearance is the responsibility of the Successful Respondent. Acceptance of the bid is also

subject to the condition that the Successful Respondent will implement all such security measures

as the safe performance of the contract may require.

11. NATIONAL TREASURY’S CENTRAL SUPPLIER DATABASE

Tenderers are required to self-register on National Treasury’s Central Supplier Database (CSD)

which has been established to centrally administer supplier information for all organs of state and

facilitate the verification of certain key supplier information. The CSD can be accessed

https://secure.csd.gov.za/. Tenderers are required to provide the following to Transnet in order to

enable it to verify information on the CSD:

Supplier Number…………………………………………… and Unique Reference

Number…………………………………….

12. TAX COMPLIANCE

No tender may be awarded to any person whose tax matters have not been declared by the South

African Revenue Services (SARS) to be in order.

12.2 New Tax Compliance Status (TCS) System

SARS has implemented a new Tax Compliance Status (TCS) system in terms of which a taxpayer is

now able to authorise any 3rd party to verify its compliance status in one of two ways: either

through the use of an electronic access PIN, or through the use of a Tax Clearance Certificate

obtained from the new TCS system.

Tenderers are required to provide the following to Transnet in order to enable it to verify their tax

compliance status:

Tax reference number: _______________

Tax Clearance Certificate & TCC Number: ____________ and PIN: _____________.

Page 8: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Part T1: Tendering procedures Page 8 of 10 T 1.1: Tender Notice and Invitation to Tender

13. PROTECTION OF PERSONAL DATA

13.2 In responding to this bid, Transnet acknowledges that it may obtain and have access to personal

data of the Tenderers.

13.3 Transnet agrees that it shall only process the information disclosed by Tenderers in their

response to this bid for the purpose of evaluating and subsequent award of business and in

accordance with any applicable law.

13.4 Furthermore, Transnet will not otherwise modify, amend or alter any personal data submitted by

Tenderers or disclose or permit the disclosure of any personal data to any Third Party without the

prior written consent from the Tenderers.

13.5 Similarly, Transnet requires Tenderers to process any personal information disclosed by Transnet

in the bidding process in the same manner.

13.6 The detailed mutual duties of Transnet and the Tenderers to protect personal information is

contained in T2.2-33 Mutual Non-Disclosure Agreement.

14. Transnet reserves the right to undertake post-tender negotiations [PTN] with selected Tenderers or

any number of short-listed Tenderers, such PTN to include, at Transnet’s option, any evaluation

criteria listed in this RFP document. In the event of any Respondent being notified of such short-

listed/preferred bidder status, his bid, as well as any subsequent negotiated best and final offers

(BAFO), will automatically be deemed to remain valid during the negotiation period and until the

ultimate award of business. Unless otherwise expressly stated, each tender lodged in response to

the invitation to tender shall be deemed to be an offer by the Tenderer. The Employer has the right

in its sole and unfettered discretion not to accept any offer;

15. Transnet reserves the right not be held liable if Bidders do not respond with their contact details by

the date stipulated in “Issue date and collection date deadline” above, and do not receive the latest

information regarding this RFP with the possible consequence of being disadvantaged or disqualified

as a result thereof.

16. In addition, Transnet reserves the right to exclude any Tenderers from the bidding process who has

been convicted of a serious breach of law during the preceding 5 [five] years including but not

limited to breaches of the competition Act 89 of 1998. Tenderers are required to indicate in tender

returnable [clause 12 on T2.2-43], [breach of law] whether or not they have been found guilty of a

serious breach of law during the past 5 [five] years.

Page 9: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Part T1: Tendering procedures Page 9 of 10 T 1.1: Tender Notice and Invitation to Tender

17. Transnet reserves the right to award the business to the highest scoring Tenderer/s unless objective

criteria justify the award to another Bidder/s

18. Should the preferred bidder fail to sign or commence with the contract within a reasonable period

after being requested to do so, Transnet reserves the right to award the business to the next ranked

bidder, provided that he/she is still prepared to provide the required goods at the quoted price.

Under such circumstances, the validity of the bids of the next ranked bidder(s) will be deemed to

remain valid, irrespective of whether the next ranked bidder(s) were issued with a Letter of Regret.

Bidders may therefore be requested to advise whether they would still be prepared to provide the

required goods at their quoted price, even after they have been issued with a Letter of Regret.

Kindly note that Transnet will not reimburse any Tenderer for any preparatory costs or

other work performed in connection with this Tender, whether or not the Tenderer is

awarded a contract.

ACKNOWLEDGMENT OF RECEIPT OF DOCUMENTS

Transnet urges its clients, suppliers and the general public

to report any fraud or corruption to

TIP-OFFS ANONYMOUS: 0800 003 056 OR [email protected]

Page 10: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699 Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Part T1: Tendering procedures Page 10 of 10 T 1.1: Tender Notice and Invitation to Tender

AND INTENTION TO TENDER

(To be returned within 5 days after receipt)

EMAIL

TO:

Transnet Group Capital

Attention: Snegugu Nhlapho

Project No.: 2123361

Email: [email protected] Tender No.: M-2123361-699

Contact No.: 031 361 1271 Closing Date: 17 April 2018

For: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

Check

We: Do wish to tender for the work and shall return our tender by the due

date above

Yes

Do not wish to tender on this occasion Yes

REASON FOR NOT TENDERING:

________________________________________________________________________________________

________________________________________________________________________________________

________________________________________________________________________________________

________________________________________________________________________________

COMPANY’S NAME, ADDRESS, CONTACT, PHONE AND TELEFAX NUMBERS

________________________________________________________________________________________

________________________________________________________________________________________

________________________________________________________________________________________

SIGNATURE: ____________________________________

TITLE: __________________________________________

Page 11: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699

Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Page 1 of 9 Part 1: Tendering Procedures T1.2: Tender Data

T1.2 Tender Data

The conditions of tender are the Standard Conditions of Tender as contained in Annex F of the CIDB

Standard for Uniformity in Construction Procurement, first published in Board Notice 62 of 2004 in

Government Gazette No 26427 of 9 June 2004. It was subsequently amended in Board Notice 67 of 2005 in

Government Gazette No 28127 of 14 October 2005, Board Notice 93 of 2006 in Government Gazette No

29138 of 18 August 2006, Board Notice No 9 of 2008 in Government Gazette No 31823 of 30 January 2009,

Board Notice 86 of 2010 in Government Gazette No 33239 of 28 May 2010 and Board Notice 136 of 2015 in

government Gazette 38960 of 10 July 2015.

This edition incorporates the amendments made in Board Notice 136 of 2015 in Government Gazette 38960

of 10 July 2015 and the erratum notices issued thereafter (see www.cidb.org.za).

The Standard Conditions of Tender make several references to Tender data for detail that apply specifically

to this tender. The Tender Data shall have precedence in the interpretation of any ambiguity or

inconsistency between it and the Standard Conditions of Tender.

Each item of data given below is cross-referenced in the left-hand column to the clause in the Standard

Conditions of Tender to which it mainly applies.

Clause Data

F.1.1 The Employer is Transnet SOC Ltd

(Reg No. 1990/000900/30)

F.1.2 The tender documents issued by the Employer comprise:

Part T: The Tender

Part T1: Tendering procedures T1.1 Tender notice and invitation to tender

T1.2 Tender data

Part T2 : Returnable documents T2.1 List of returnable documents

T2.2 Returnable schedules

Part C: The contract

Part C1: Agreements and contract

data

C1.1 Form of offer and acceptance

C1.2 Contract data (Part 1 & 2)

Page 12: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699

Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Page 2 of 9 Part 1: Tendering Procedures T1.2: Tender Data

Part C2: Pricing data C2.1 Pricing Instructions

C2.2 Bill of Quantities

Part C3: Scope of work C3.1 Works Information

Part C4: Site information C4.1 Site information

F.1.4 The Employer’s agent is: Transnet Group Capital

Name: Shani Kleyn

Address: Queens Warehouse, 237 Mahatma Gandhi Road,

Point, Durban

Tel No. 031 361 1273

E – mail [email protected]

F.2.1 Only those tenderers who satisfy the following eligibility criteria are eligible to submit tenders:

1. Tenderer will only be considered if:

a) An authorised representative of the tendering entity attends the compulsory

clarification meeting in terms F.2.7 below

b) The Tender materially complies with the scope / specifications of the Tender.

c) The Tenderer meets the stipulated minimum threshold of 90% for Local

Production and Content for the supply of Electrical and Telecom Cable

products is a designated sector as per the Department of Trade and Industry

(DTI), and therefore the Tenderer is required to obtain a minimum of 90% for

Local Production and Content by completing all attachments of the returnable

T2.2-48 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND

CONTENT (SBD 6.2; Annexure C, D & E).

d) The Tenderer meets the stipulated minimum threshold of 100% for Local

Production and Content for the supply of Structural Steel products is a

designated sector as per the Department of Trade and Industry (DTI), and

therefore the Tenderer is required to obtain a minimum of 100% for Local

Production and Content by completing all attachments of the returnable T2.2-

48 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT

(SBD 6.2; Annexure C, D & E).

e) The rates of exchange quoted by the Tenderer in paragraph 4.1 of the

Declaration Certificate for Local Production and Content for designated

Sectors T2.2-48 will be verified for accuracy.

Page 13: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699

Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Page 3 of 9 Part 1: Tendering Procedures T1.2: Tender Data

f) The Tender meets the threshold set for Quality / functionality criteria.

g) The Tender contains a priced offer.

2. Only those tenderers who are registered with the CIDB, or are capable of being so

prior to the evaluation of submissions, in a contractor grading designation equal to or

higher than a contractor grading designation determined in accordance with the sum

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

the Construction Industry Development Regulations, for a 2GB or 2CE class of

construction work, are eligible to have their tenders evaluated.

3. Functionality Criteria

Only those tenderers who attain the minimum number of evaluation points of 55 for

Functionality will be eligible for further evaluation, failure to meet the minimum

threshold will result in the tender being disqualified and removed from further

consideration.

Each evaluation criteria will be assessed in terms of scores of 0, 20, 40, 60, 80 or 100.

The scores of each of the evaluators will be averaged, weighted and then totalled to

obtain the final score for functionality, shall be scored independently. (See CIDB

Inform Practice Note #9)

Note: Any tender not complying with the above-mentioned stipulations, will be

regarded as non-responsive and will therefore not be considered for further

evaluation. This note must be read in conjunction with Clause F.2.1.

Page 14: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699

Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Page 4 of 9 Part 1: Tendering Procedures T1.2: Tender Data

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

Functionality criteria Sub-criteria Sub-

criteria points

Maximum number of

points

T2.2-7 Management & CVs of Key

persons listed below:

The weighted average for the team will

be obtained by multiplying each team

member’s score by the following

weightings and summating:

Site Agent/Foreman (0.70),

SHE Officer (0.30) sub-weighted as

follows

90% Safety Expertise;

10% Environmental Expertise

NB: All of the above key persons are

the minimum required for the

project and not limited to them

Full Details of Qualifications, years of

experience required are contained in

T2.2-7.

Relevant experience

5

20

Education, training and skills

5

Knowledge of issues pertinent to

the project

10

T2.2-20 Quality Management Project Quality Plan 2

10 Quality Control Plan 8

Page 15: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699

Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Page 5 of 9 Part 1: Tendering Procedures T1.2: Tender Data

Functionality criteria Sub-criteria

Sub-

criteria

points

Maximum

number of

points

T2.2-21 Environmental Management Policy 10 10

T2.2-22 Health and Safety Health and safety plan

Overview of risk assessment

processes and examples

Information contained in the

Contractor Safety Questionnaire

Construction Safety File Index

and Construction Safety Work

Method Statement

2

6

1

1

10

T2.2-25 Previous Experience Civil works

Building works

10

15

25

T2.2-37 Method Statement Civil works

Building works

Electrical works

Structural works

5

10

5

5

25

Maximum possible score for

functionality

100

Functionality shall be scored independently by not less than 3 (three) evaluators and averaged

in accordance with the following schedules:

T2.2-7 Management & CVs of Key Persons

T2.2-20 Quality Management

T2.2-21 Environmental Management

T2.2-22 Health and Safety

T2.2-25 Previous Experience

Page 16: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699

Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Page 6 of 9 Part 1: Tendering Procedures T1.2: Tender Data

T2.2-37 Method Statement

The minimum number of evaluation points for functionality is 55. Tenders who fail to meet the

minimum qualification score for functionality shall be eliminated from further evaluation.

F.2.7 The arrangements for a compulsory clarification meeting are as stated in the Tender Notice and

Invitation to Tender.

Tenderers must sign the attendance register in the name of the tendering entity. Addenda will

be issued to and tenders will be received only from those tendering entities appearing on the

attendance register. Tenderers are also required to bring their RFQ document to the briefing

session and have their returnable document T2.2-15 certificate of attendance signed off by

the Employer’s authorised representative.

F.2.12 No alternative tender offers will be considered.

F.2.13.3 Parts of each tender offer communicated on paper shall be as an original, plus 1 (One) copy

and shall be in the English Language.

F.2.13.5

F2.15.1

The Employer’s details and address for delivery of tender offers and identification details that

are to be shown on each tender offer package are:

Location of tender box The Main, Reception, Ground Floor

(TRANSNET GROUP CAPITAL)

Physical address: Queens Warehouse

237 Mahatma Gandhi Road

Durban

Identification details: The tender documents must be submitted labelled with:

Name of Tenderer: (insert company name)

Contact person and details: (insert details)

The Tender Number: M-2123361-699

The Tender Description: Construction of Gate House

Security Kiosk at Sand Bypass, Port of Durban

Documents must be marked for the attention of: LAC

Secretariat: Mr Welcome Hlongwane

The measurements of the "tender slot" are 400mm wide x 100mm high, and Tenderers must

please ensure that tender documents or files are no larger than the above dimensions.

Tenders which are too bulky [i.e. more than 100mm thick] must be split into two or more files,

Page 17: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699

Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Page 7 of 9 Part 1: Tendering Procedures T1.2: Tender Data

and placed in separate envelopes, each such envelope to be addressed as required

NO LATE TENDERS WILL BE ACCEPTED

F.2.13.9 Telephonic, telegraphic, facsimile or e-mailed tender offers will not be accepted.

F.2.15 The closing time for submission of tender offers is as stated in the Tender Notice and Invitation

to Tender.

F.2.16 The tender offer validity period is 12 weeks after the closing date

F.2.18 Provide, on request by the Employer, any other material information that has a bearing on the

tender offer, the tenderer’s commercial position (including notarized joint venture agreements),

preferencing arrangements, or samples of materials, considered necessary by the Employer for

the purpose of a full and fair risk assessment. Should the tenderer not provide the material, or

a satisfactory reason as to why it cannot be provided, by the time for of submission stated in

the Employer’s request, the Employer may regard the tender offer as non-responsive.

F.2.20 If requested, submit for the Employer’s acceptance before formation of the contract, all

securities, bonds, guarantees, policies and certificates of insurance required in terms of the

conditions of contract identified in the Contract Data. (The format is included in Part T2.2 of

this procurement document).

F.2.23 The tenderer is required to submit with his tender:

1. A valid Tax Clearance Certificate issued by the South African Revenue Services. Please note

that with effect from 15 April 2016 SARS introduced a new Tax Compliance Status System

(TCS) which replaces the old Tax Clearance Certificate System (TCC) which requires

Tenderers to provide Transnet with a TCS pin to verify Tenderers compliance status;

2. A valid certified SANAS or IRBA B-BBEE accreditation certificate, and

3. Certified valid letter of good standing with the Workmen’s Compensation Fund

Note: Refer to Section T2.1 for List of Returnable Documents

F3.4 The time and location for opening of the offers are:

Time: 12:00pm on the 17 April 2018

Location: Ground Floor, Queens Warehouse, 237 Mahatma Gandhi Road, DBN

F3.11.1 The minimum number of evaluation points for functionality is: 55

Page 18: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699

Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Page 8 of 9 Part 1: Tendering Procedures T1.2: Tender Data

F.3.11.3

F.3.11.7

The procedure for the evaluation of responsive tenders is Method 2.

The financial offer will be scored using Formula 2 (option 1) in Table F.1 where the value of W1

is:

80 where the financial value inclusive of VAT of one or more responsive tenders received have

a value does not exceed R 50,000,000 000

Up to 100 minus W1 tender evaluation points will be awarded to tenderers who complete the

preferencing schedule and who are found to be eligible for the preference claimed.

Should the BBBEE rating not be provided, tenderers with no verification will score zero points

for preferencing.

F.3.13 Tender offers will only be accepted if:

a) the tenderer submits an original valid Tax Clearance Certificate issued by the South

African Revenue Services or has made arrangements to meet outstanding tax obligations.

Please note that with effect from 15 April 2016 SARS introduced a new Tax Compliance

Status System (TCS) which replaces the old Tax Clearance Certificate System (TCC) which

requires Tenderers to provide Transnet with a TCS pin to verify Tenderers compliance

status;

b) the tenderer or any of its directors/shareholders is not listed on the Register of Tender

Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a

person prohibited from doing business with the public sector;

c) the tenderer does not appear on Transnet list for restricted tenderers and National

Treasury’s list of Tender Defaulters;

d) the tenderer has fully and properly completed the Compulsory Enterprise Questionnaire

and there are no conflicts of interest which may impact on the tenderer’s ability to perform

the contract in the best interests of the Employer or potentially compromise the tender

process and persons in the employ of the state are permitted to submit tenders or

participate in the contract;

e) the tenderer is registered and in good standing with the compensation fund or with a

licensed compensation insurer;

f) the Employer is reasonably satisfied that the tenderer has in terms of the Construction

Regulations, 2014, issued in terms of the Occupational Health and Safety Act, 1993, the

necessary competencies and resources to carry out the work safely.

g) the tenderer fully and properly completes T2.2-34 Supplier Declaration Form

h) Respondents are required to self-register on National Treasury’s Central Supplier Database

(CSD) which has been established to centrally administer supplier information for all

Page 19: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital

Tender Number: M-2123361-699

Description of the works: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

September 2016 Page 9 of 9 Part 1: Tendering Procedures T1.2: Tender Data

organs of state and facilitate the verification of certain key supplier information. The CSD

can be accessed at https://secure.csd.gov.za/. Respondents are required to provide the

following to Transnet in order to enable it to verify information on the CSD: Supplier

Number and Unique registration reference number.

F.3.17 The number of paper copies of the signed contract to be provided by the Employer is 1 (one).

Page 20: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 1 of 90

PART C3: SCOPE OF WORK

Document reference

Title No of page

This cover page 1

C3.1 Employer‟s Works Information

87

Total number of pages 88

Page 21: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 2 of 90

C3.1 EMPLOYER’S WORKS INFORMATION

Contents

PART C3: SCOPE OF WORK ............................................................................................. 1

SECTION 1 ..................................................................................................................... 4

1 Description of the works......................................................................................... 4

1.1 Executive overview.......................................................................................... 4

1.2 Employer‟s objectives ...................................................................................... 4

1.3 Interpretation and terminology ......................................................................... 5

2 Engineering and the Contractor‟s design .................................................................. 6

2.1 Employer‟s design ........................................................................................... 6

2.2 Review and Acceptance of Contractor Documentation ........................................ 6

2.3 As-built drawings ............................................................................................ 7

3 Construction .......................................................................................................... 7

3.1 Temporary works, Site services & construction constraints ................................. 7

3.2 Completion and correction of Defects .............................................................. 13

4 Plant and Materials Standards and Workmanship ..................................................... 14

4.1 Employer specifications .................................................................................. 14

4.2 Building works ............................................................................................... 14

4.3 Civil Engineering ............................................................................................ 17

4.4. Electrical Engineering ..................................................................................... 24

4.5 Mechanical Engineering (HVAC, Water Reticulation and Fire Protection) .............. 31

SECTION 2 .................................................................................................................... 62

6. Management and start up ........................................................................................ 62

6.1 Management meetings ........................................................................................ 62

6.2 Documentation Control ........................................................................................ 63

6.3 Safety risk management ...................................................................................... 66

6.4 Environmental constraints and management ......................................................... 66

6.5 Quality assurance requirements ........................................................................... 78

6.6 Programming constraints ..................................................................................... 78

Page 22: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 3 of 90

6.7 Contractor‟s management, supervision and key people .......................................... 81

6.8 Training workshops and technology transfer ......................................................... 82

6.9 Insurance provided by the Employer .................................................................... 82

6.10 Contract change management ............................................................................ 83

6.11 Records of Defined Cost, payments & assessments .......................................... …83

7. Procurement ........................................................................................................... 84

7.1 Code of Conduct ................................................................................................. 84

7.2 The Contractor‟s Invoices .................................................................................... 85

7.3 People ............................................................................................................... 83

7.4 Subcontracting ................................................................................................... 85

Page 23: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 4 of 90

SECTION 1

1 Description of the works

1.1 Executive overview

The works that the Contractor is to perform involve electrical, mechanical, civil and building works

for a security kiosk at the Port of Durban.

The scope of the works includes the following:

Construction of security kiosk

Connection to services

Design, supply, installation, testing and commissioning of cold water reticulation

Installation of Electrical LV infrastructure and equipment

Design, supply and installation of Lightning protection and Earthing of the building and

structures

Installation of ventilation equipment

Installation of firefighting system equipment

1.2 Employer’s objectives

The Employer‟s objectives are to provide a security kiosk at the entrance to the Sand Bypass in the

Port of Durban.

In addition to the above, the Employer‟s objectives are to achieve Completion of the works by

meeting the Completion Date whilst still maintaining the highest environmental, quality and safety

standards and whilst minimising disruptions to ongoing port and terminal operations.

Page 24: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 5 of 90

1.3 Interpretation and terminology

The following abbreviations are used in this Works Information:

Abbreviation Meaning given to the abbreviation

CEMP Construction Environmental Management Plan

DP Data Pack

FEQ Field Engineering Query

GA General Arrangement Drawing

ID Personal identification document

NCR Non-conformance report

NEMA National Environmental Management Act

PES Project Environmental Specifications

PIRPMP Project Industrial Relations Policy and Management Plan

PQP Project Quality Plan

QCP Quality Control Plan

SES Standard Environmental Specification

SHE Safety, Health & Environment

TPT Transnet Port Terminals

AC Alternating Current

IP Ingress Protection

SANS South African National Standards

TGC Transnet Group Capital

Page 25: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 6 of 90

Abbreviation Meaning given to the abbreviation

TNPA Transnet National Ports Authority

V Voltage/Volts

A Amperes

PVC Poly Vinyl Chloride

SABS South African Bureau of Standards

IEC International Electrotechnical Commission Academic & Science

MCB Moulded Case Circuit Breaker

ECC Earth Continuity Conductor

2 Engineering and the Contractor’s design

2.1 Employer’s design

The Employer supplies the following:

Works Information.

Technical specifications.

General Arrangement Drawings.

The drawings for providing the Works are listed in paragraph 5 of this Works Information.

BOQ

The Employer grants the Contractor a licence to use the copyright in design data presented to

the Contractor for the purpose of the works ONLY.

2.2 Review and Acceptance of Contractor Documentation

The Contractor submits documentation as the „Works Information‟ requires to the Project manager

for review and acceptance.

In undertaking the „Works‟ (including all incidental services required), the Contractor shall conform

and adhere to the requirements of the „Contractor Document Submittal Requirements‟ Standard

included in Annexure 1 (Refer DOC-STD-0003).

Page 26: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 7 of 90

2.3 As-built drawings

The Contractor shall provide all the as-built drawings as called for in the Employer‟s standard

specification.

The Contractor submits final documentation to the Project manager before Completion. This

final documentation is documentation for which no further review is required.

2.3.1 As-Built/Final Documentation

In undertaking the „Works‟ (including all incidental services required), the Contractor shall conform

and adhere to the requirements of the „Contractor Document Submittal Requirements‟ Standard

included in Annexure 1 (Refer DOC-STD-0003).

2.3.2 Data Books

In undertaking the ‟Works‟ (including all incidental services required), the Contractor shall conform

and adhere to the requirements of the „Data Books and Manuals‟ Standard included in Annexure

10 (Refer DOC-STD-0003) and the „Contractor Documentation Submittal Requirements‟ Standard

included in Annexure 1 (Refer to DOC-STD-0003).

3 Construction

3.1 Temporary works, Site services & construction constraints

Employer‟s Site entry and security control, permits, and Site regulations

The Site is located within an operational area of the Employer and the Contractor shall ensure the

safe passage of traffic to and around the Site at all times. This shall entail the provision of

flagmen, protective barriers, lanterns, signs, etc. for protection, direction and control of traffic.

The Contractor shall organise the work to cause the least possible inconvenience to other

construction activities or operations at the Site. Access for Others to adjacent areas shall be

maintained at all times.

The Site is located within a designated Secure Area, and accordingly all access into the area will be

through a gate with access control.

Page 27: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 8 of 90

The Contractor shall obtain the necessary entry permits for all staff working within the

area in accordance with the access control requirements of the Employer and shall issue each

personnel member with an appropriate identification card.

All costs incurred in providing construction personnel with ID cards and access permits shall be

borne by the Contractor.

The site establishment area shall be clearly sign posted and be compliant with the relevant safety

regulations and restrictions that might be in place until the Contractor has de-established from site

and comply with OHS Act 85 of 1993.

The Contractor is responsible for the security of the Works until completion and hand-over, and

must make his own arrangements for security and the safekeeping of his property. The

Contractor's watchmen are allowed on Site for this purpose.

If the working area is situated within a Customs controlled area, the Contractor and his people

shall observe all Customs regulations.

The fullest collaboration between the Contractor, the Employer‟s Operations Manager and the

Project manager is essential in regard to the continued operations of the Employer.

Housing of the Contractor's people on site is not permitted.

All work on, over, under or adjacent to railway lines and near high voltage equipment shall comply

with Transnet SOC Limited codes of conduct.

The Contractor complies with the following requirements of the Employer:

As per above paragraphs.

Restrictions to access on Site, roads, walkways and barricades

As per above paragraphs.

People restrictions on Site; hours of work, conduct and records:

The working hours shall be in accordance with the requirements of the Department of Labour or

with the agreement of the relevant trade unions. This information relating to working hours shall be supplied to the Project manager prior to commencement of the proposed working hours.

Contractor‟s staff shall be confined to the working area and defined access routes and shall not be

allowed to be present in other areas of the Employer. Contractor staff found disobeying this

instruction will be subject to disciplinary action.

The Contractor keeps daily records of his people engaged on the Site and Working Areas

(including Sub-Contractors) with access to such daily records available for inspection by the Project

manager at all reasonable times.

Health and safety facilities on Site

Page 28: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 9 of 90

At all times during construction the Contractor is responsible for the safety of all persons

on the Site and on the equipment and shall have the necessary systems and procedures in place

to effectively manage this in relation to H & S requirements in addition to those of the OHSA Act

and Regulation (85 of 1993, CR 2014.

The Contractor complies with the requirements stated under paragraph 2.3 of C3.1 Employer‟s

Works Information.

Environmental controls, fauna & flora, dealing with objects of historical interest

The Contractor shall perform the Works and all construction activities within the Site and Working

Areas having due regard for the environment and environmental management practices.

The Contractor complies with the CEMP and SES in the construction of the works, all as described

in Employer‟s Works Information.

Title to Materials from demolition and excavation

Clause 73.2 states that the Contractor has title to Materials from excavation and demolition only as

stated in the Works Information.

The Contractor has title to all Materials arising from excavation and demolition in the performance

of the works. The Project manager shall instruct the Contractor how to label, mark, set aside

and/or dispose of such Materials for the benefit of the Employer in accordance with ECC Clause

73.1.

Cooperating with and obtaining acceptance of others

During the course of the contract, departments of Transnet and other Contractors may be working

in the general area surrounding the working area. The Contractor must make allowance for the

necessity to interface with the activities of others, and to allow for safe access and working

conditions.

At least some of the Site work may take place while the adjacent areas will be in operation. The

Contractor shall take all necessary steps for his Works not to interfere with operations and to

ensure that normal traffic flow of the operational terminal is not obstructed.

The success of the project depends on the effective co-operation of all Contractors on site, and the

Contractor, if necessary, must discuss his programme on a day to day basis with the Project

manager to ensure effective co-ordination.

Publicity and progress photographs

The Contractor treats all information gained through his appointment on this project as strictly

confidential. The Contractor is not allowed to prepare or present any paper, publish any article in a

technical journal, or derive publicity for his business which makes any reference to any aspect of

the work on this project unless the Employer grants special permission, in writing, for the purpose.

Page 29: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 10 of 90

No photographs are to be taken unless the photographer is in possession of a camera

permit issued by the TNPA Chief Security Officer, Port of East London. Photographs are to be

taken for record purposes only.

The Contractor provides a comprehensive photographic record of the progress of the Works by

taking photographs at weekly intervals. The initial photographs are to be taken at the start of the

project, immediately prior to the commencement of any work. As far as possible each set of

photographs shall be taken from the same locations as the previous set.

The areas to be photographed and the quantity of photographs in each area will be determined by

the Project manager.

Progress photographs of all manufacturing work carried out off-site are also required.

Photographs are to be submitted in JPEG format, with a minimum resolution of 1200 x 800. Each

set of photographs must be accompanied by an index showing:

o Contract reference

o Photograph file reference

o Date of Photograph

o Subject matter.

The Contractor provides a notice.

The Contractor does not advertise the contract or the project to any third party, nor communicate

directly with the media (in any jurisdiction) whatsoever without the express written notification

and consent of the Project manager.

Contractor‟s Equipment

All Equipment supplied and used by the Contractor on Site shall be selected and operated in such

a way that design loadings of the particular areas are not exceeded and that damage to all existing surfaces and services are avoided. The Contractor will be required to repair, at his own

cost and to the satisfaction of the Project manager, any such damage caused by him.

The Contractor shall keep daily records of all Equipment used on Site and the Working Areas with

access to such daily records available for inspection by the Project manager at all reasonable

times.

All Equipment necessary for the Works shall be provided and allowed for by the Contractor.

The Contractor keeps daily records of his Equipment used on Site and the Working Areas

(distinguishing between owned and hired Equipment) with access to such daily records available

for inspection by the Project manager at all reasonable times.

Equipment provided by the Employer

Page 30: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 11 of 90

No Equipment will be provided by the Employer.

Site services and facilities:

When required in terms of the delivery methodology, a Site will be made available to the

Contractor as erection Site and for all his Working Areas.

An electric supply point is available to the Contractor at this site, but the Contractor is responsible

for connecting up and for cabling in the working area.

A potable water supply point is available to the Contractor at this site, but the Contractor is

responsible for connecting up in the working area.

The Contractor shall make his own arrangements for the supply of other services such as

ablutions, fire protection, lighting and all other services required for undertaking the Works. The

Contractor shall provide, maintain and finally remove proper portable latrines of sufficient number

at his cost. Latrines shall be properly constructed and placed in suitable positions and maintained

in a clean and sanitary working condition.

Wherever the Employer provides facilities for the Contractor‟s use within the Working Areas and

the Contractor adapts such facilities for use, then the Contractor makes good and provides full

reinstatement to the land (including all apparatus of the Employer and Others in, on or under the

land) and surrounding areas to its original standard upon dismantling of such facilities and hand-

back to the Employer.

Facilities provided by the Contractor:

The Contractor submits the following drawings to the Project manager for acceptance before

commencing with the establishment of the site facilities:

o Location drawing showing the area to be occupied by the Contractor in relation to the Port

infrastructure.

o Layout drawing of the proposed facilities.

The Contractor must ensure that the working area is well lit at night and that all the fences,

obstacles and hazards are marked.

Project manager‟s approval must be obtained for the use of any temporary lighting on the Site due

to the impact that this may have on surrounding operations.

The Contractor must maintain the working area in a neat and tidy condition to the satisfaction of

the Project manager.

The Contractor must make his own arrangements for the disposal of sewerage and waste water.

Sewerage may not be disposed of on site. Transnet facilities may not be used.

The Contractor must make his own arrangements for telecommunication facilities, if required, for

his use during the execution of the Works.

Page 31: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 12 of 90

The Contractor, within fourteen days after completion, must completely remove from site

all his plant, materials, Equipment, stores and temporary accommodation or any other asset

belonging to him and leaves the site in a tidy condition to the satisfaction of the Project manager.

No excess or discarded materials, plant or stores may be buried or dumped within the Employer‟s

boundaries.

Unless expressly stated as a responsibility of the Employer, Site services and facilities, all residual

requirements for the provision of facilities and all items of Equipment necessary for the Contractor

to Provide the Works remains the responsibility of the Contractor.

Wherever the Contractor provides facilities (either his own or for the Project manager and/or

Supervisor) and all items of Equipment, involving, inter alia, offices, accommodation, laboratories,

Materials storage, compound areas etc., within the Working Areas, then the Contractor makes

good and provides full reinstatement to the land (including all apparatus of the Employer and

Others in, on or under the land) and surrounding areas to its original standard, upon dismantling

of such facilities and items of Equipment.

Unless expressly stated as a responsibility of the Employer, Site services and facilities, all residual

requirements for the provision of facilities and all items of Equipment necessary for the Contractor

to Provide the Works remains the responsibility of the Contractor.

Existing premises, inspection of adjoining properties and checking work of others

The Contractor will be held responsible for any damage to existing structures and services caused

by him during the execution of this Contract, fair wear and tear excluded, and shall repair damage

to the satisfaction of the Project manager before completion of the Works.

For this purpose a joint inspection with the Project manager and the Contractor will be carried out

prior to occupation of the Works and any existing damage noted. Repair work to damaged

existing structures and services may be carried out during the contract period or during the defect

correction period if so authorised. The Contractor will be required to conduct a photographic site

survey of the occupied area showing existing structures and services. This report must be

submitted to the Project manager for approval and will be used in assessing the damages to

structures and services if applicable.

The Contractor works which interfaces in conjunction with the Project manager:

Survey control and setting out of the works

Immediately after the starting date, and prior to final design, the Contractor shall survey the

complete site of final operation of the equipment or, if the site of final operation is not completed

yet, obtain the necessary site arrangement and interface drawings from the Project manager. This

survey serves to confirm dimensions and relative positions of all things, existing or to be supplied

by Others, that will interface with the equipment, for example location of electrical power supply

points.

Page 32: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 13 of 90

It is the Contractor‟s responsibility to ensure that the equipment supplied in terms of the

contract interfaces successfully with all existing infrastructure.

Any deviation from the data supplied by the Employer in the Works Information must be brought

under the attention of the Project manager and discussed and finalised with the Project manager

prior to final design of the equipment.

Excavations and associated water control

All excavations deeper than 1.0m below ground level or as otherwise indicated by the Employer‟s

Safety Officer and Supervisor in terms of the current Construction Regulations, shall either be fully

shored or the sides shall be battered back to a safe angle as determined by the strength of the soil

and approved by the Supervisor.

Shallow ground water may be encountered in the excavations. Where this occurs, the Contractor is

to provide suitable de-watering equipment. The discharge from the dewatering equipment must be

controlled in accordance with the requirements of the Standard Environmental Specification and

Construction Environmental Management Plan. Discharge directly into the storm water drainage

system or into the sea is not permitted.

Underground services, other existing services, cable and pipe trenches and covers

The Contractor must, in collaboration with the Supervisor, ascertain whether or not the service is

live. The Contractor shall not uplift any such service unless he is instructed to do so.

The Contractor shall be held responsible for any damage to known services and he shall

take all necessary measures to protect them. In the event of a service being damaged,

the Contractor shall immediately notify the Supervisor. The Contractor shall not repair

any such service unless he is instructed to do so.

Where the Contractor encounters existing underground services / existing services cables / pipe, the

Contractor should notify the Project manager.

Control of noise, dust, water and waste

All Site activities must comply with the relevant parts of legislation.

The Contractor notifies the Supervisor of the elements of the works which are to be covered up.

3.2 Completion and correction of Defects

The work to be done by the Completion Date

On or before the Completion Date the Contractor shall have done everything required to Provide the

Works including the work listed below which is to be done before the Completion Date and in any

case before the dates stated. The Project manager cannot certify Completion until all the work listed

below has been done and is also free of Defects, which would have, in his opinion, prevented the

Employer from using the works and others from doing their work.

Use of the works before Completion has been certified

Page 33: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 14 of 90

In terms of Clause 35.2 in ECC the Employer may use any part of the works before Completion has been certified.

The Contractor ensures that the Project manager has a full and accurate dossier of As-built

documents that represent the status of the completed works (to include Plant within the works) to present to the Employer.

Access given by the Employer for correction of Defects

Clause 43.4 requires that the Project manager arrange for the Employer to allow the Contractor

access to and use of a part of the works, which has been taken over if needed to correct a Defect.

After the works have been put into operation, the Employer may require the Contractor to

undertake certain procedures before such access can be granted.

The Contractor complies with the following constraints and procedures of the Employer where the Project manager arranges access for the Contractor after Completion:

Where the Contractor has to return to Site after Completion to rectify notified Defects, the Employer

may either impose the same Site access / egress restrictions as communicated elsewhere under

C3.1 Employer‟s Works Information at the starting date / access date stated under Contract Data -

Part One, or as the works are now in use or the Employer‟s occupation of the Site may be

incrementally or substantially changed post Completion, there may be further access / egress

restrictions stated here at paragraph 3.2.13 of C3.1 Employer‟s Works Information.

4 Plant and Materials Standards and Workmanship

4.1 Employer specifications

4.1.1 Investigation, survey and Site clearance.

4.1.2 The Contractor carries out the following investigation at the Site.

4.2 Building works

The Model Preamble for Trades as published by the Association of South African Quantity

Surveyors Model Preamble for Trades 2008 shall be applicable to all the building Works associated

with this contract. The following interpretations and meanings shall apply:

In case of any conflict in interpretation, ambiguity or discrepancy between the Model Preamble for

Trades 2008, (any standard or written particular project specification) contained in the Works

Information and the conditions of contract, the conditions of contract shall take precedence.

In case of any conflict in interpretation, ambiguity or discrepancy between the Model Preamble for

Trades 2008 contained in this paragraph 4.2 of C3.1 Employer‟s Works Information and specific

statements contained elsewhere in C3.1 Employer‟s Works Information, the specific statements

contained elsewhere shall prevail, without prejudice to the Project manager‟s express duty to

resolve any ambiguity or inconsistency in the Works Information under ECC3 Clause 17.1.

Within the Model Preambles for Trades 2008, the following amendments and interpretations shall

apply:

Page 34: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 15 of 90

Where the word or expression “Principal Agent” is used, read “Project manager” or

“Supervisor” as the context requires.

Where the word or expression “Contractor” is used, read “Contractor”.

Where the word or expression “Engineer” is used, read “Project manager” or “Supervisor” as the

context requires.

Where the Model Preambles for Trades 2008 mention “rates” for measured work and any

contractual statements relating to payment, all such statements shall be discounted, with the ECC3

conditions of contract taking precedence.

Within the Model Preambles for Trades 2008, A. GENERAL, the following amendments and

interpretations shall apply:

Where the word or expression “bills of quantities” is used, this shall be discounted for the purposes

of the Works Information. The ECC3 Contract Data Part One states the main option to apply within

the ECC3 Contract between the Parties.

Within the Model Preambles for Trades 2008, B. ALTERATIONS, B.2 MATERIALS FROM THE

ALTERATIONS, CREDIT, ETC and C. EARTHWORKS, C1.4 Materials from demolitions shall apply.

C3.1 Employer‟s Works Information paragraph 3.1.6 states details of the Contractor‟s title (if any)

to Materials arising from excavations and/or demolitions and how such Materials are either to be

disposed of or re-used in the works.

Within the Model Preamble for Trades 2008 U. EXTERNAL WORKS, U.3.8 Process control tests

shall be deemed to be included within paragraph 3.2.1 of C3.1 Employer‟s Works Information.

The principles, meanings and interpretation stated and established within paragraphs 2.2.8 to

4.2.1 with respect to the Model Preambles for Trades 2008 apply equally to other references used

within C3.1 Employer‟s Works Information.

Particular specifications provided by the Employer.

4.2.1 South African National Standards

The application of the National Building Regulations and Standards Act 103 of 1977 and the

standards and codes of practice contained in SANS 10400- shall be be strictly adhered to.

4.2.2 Manufacturer’s instructions and specifications

All materials and products shall be stored, used and installed in strict accordance with the

manufacturer‟s instructions and specifications. This shall include all materials, finishes, flooring,

tiling, adhesives, cladding, brickwork, ceilings, sheeting, paint, partitions, shopfronts, window

systems, waterproofing and sanitary fittings.

4.2.3 Use of locally manufactured materials and products

Page 35: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 16 of 90

Materials and products manufactured in South Africa shall be used in carrying out the

work to which this specification refers, unless an imported product is prescribed specifically, or

when no suitable locally manufactured product for the specific use is available.

4.2.4 Samples

The Contractor shall furnish samples and/or certificates as called for or may be called for by the

Supervisor / Project manager. Materials and/or workmanship not corresponding with approved

samples may be rejected. Samples for approval shall be required for paint colours, joinery with

associated finishes, furniture, wall finishes, ceiling finishes, floor finishes, windows, shopfronts, and

face brick sample wall (2m²). These approved samples shall remain on site for the duration of the

Works.

4.2.5 Mortar Joints

Mortar joints to face brick-work generally shall be 10mm in thickness with level bedding joints, and

vertical perpends. Joints shall be half round recessed and shall be well rubbed with a standard

jointing tool of suitable size to ensure that the entire exposed surface on the joint presents a

smooth and polished appearance.

4.2.6 Waterproofing

The Contractor shall furnish the Employer with a written guarantee covering materials and

workmanship for all waterproofing specified or offered. This guarantee shall be signed by the

Contractor and countersigned by the supplier of the materials used, and underwritten by a

recognised insurance company. The guarantee shall be valid for a 10 year period.

Should any maintenance be required during the guarantee period the Contractor must allow for

the cost of such in his tender price as the Contractor will be held solely responsible for any leaks

that occur during the guarantee period?

4.2.7 Glazing, Shopfronts and Windows

All glazing and safety glazing shall comply with the SANS 613 and SANS 10400 codes of practise.

All safety glass shall carry the Manufacturer‟s warranty against any manufacturing defects and

discoloration for a minimum period of 5 years.

As per SANS 10400–N, an approved permanent safety stencil mark shall appear on each pane on

all safety glass.

Glazing and shopfront installations shall comply with SANS 613 and SANS 10400-XA. All tinted

glazing must have the required thermal protection (U-factor rating) to ensure compliance to SANS

10400-XA.

Installation certificate by an AAMSA approved Contractor is required for all shopfront and glazing

installations.

Page 36: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 17 of 90

All shop fronts and window sections shall be water tight and able to withstand coastal

winds of up to 60m/sec.

All glazing, shopfronts and windows shall be designed, stored, installed as per manufacturer‟s

specification.

For any design by the Contractor See also Part 2.2 of this document; design by Contractor)

4.2.8 Partitions

All partition systems shall be installed as per manufacturer‟s specification.

Partitions that are be installed shall be structurally stable, secure and firm.

Fire rating certificate of partitions shall be provided.

4.2.9 Roof Structure

The Contractor shall provide Engineer‟s certificate confirming the design, structural stability and

installation of the roof structure on completion of the roof structure.

Shop drawings shall be required for Engineers acceptance for steel roof structures.

4.2.10 Protection of works

The Contractor shall provide all necessary dust sheets, hoarding, etc. and shall exercise all

necessary care to prevent marking surfaces, walls, floors, glass, electrical fittings, etc. and shall

keep all parts of the works perfectly clean and free at all times from spotting, accumulation of

rubbish, debris of dirt arising from the operations. Any surface disfigured or otherwise damaged

shall be completely renovated or replaced as necessary by the Contractor at his own expense to

the Supervisor‟s approval. The premises shall be left clean and fit for occupation at completion of

the work.

4.3 Civil Engineering

4.3.1 The SANS 1200 Series of Specifications are applicable to all Civil Engineering and

Structural works associated with this contract. The following interpretations and

meanings shall apply:

Where the SANS 1200 series of Specifications are used within the Works Information, the

following interpretations and meanings shall apply:

In case of any conflict in interpretation, ambiguity or discrepancy between any SANS 1200

Specification (whether standard or written as a particular project specification) contained in the

Works Information and the conditions of contract, the conditions of contract take precedence

within the ECC3 contract.

In case of any conflict in interpretation, ambiguity or discrepancy between any SANS 1200

Specification (whether standard or written as a particular project specification) contained in this

paragraph 4.3 of the Employer‟s Works Information and specific statements contained elsewhere

Page 37: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 18 of 90

in C3.1 Employer‟s Works Information, the specific statements contained elsewhere

shall prevail, without prejudice to the Project Manger‟s express duty to resolve any ambiguity or

inconsistency in the Works Information under ECC3 Clause 17.1.

4.3.2 Variations to the standardised specifications

Within SANS 1200 A: GENERAL, the following amendments and interpretations shall apply:

Where the word or expression “Employer” is used, read “Employer”;

Where the word or expression “Contractor” is used, read “Contractor”;

Where the word or expression “Engineer” is used, read “Project manager” or “Supervisor” as the

context requires;

Where the word or expression “schedule of quantities” is used, this is deleted in entirety.

Assessment and payment is in accordance with the conditions of contract (and the ECC3 main and

secondary options stated therein);

Within SANS 1200 A: GENERAL 2.3 DEFINITIONS, the following apply:

“Acceptable. Approved (Approval)” is interpreted as either a Project manager or a Supervisor

communication or instruction in relation to Works Information compliance, consistent with the

conditions of contract as the context requires;

“Adequate” is deleted. The Project manager notifies the Contractor where the Contractor has not

complied with the Works Information;

“Measurement and payment” and the further definitions contained within 6.3 c) are deleted.

Assessment and payment is in accordance with the conditions of contract (and the ECC3 main and

secondary options stated therein);

Within SANS 1200 A: GENERAL 2.6 APPROVAL, the following applies:

“Approval” by either the Project manager and/or the Supervisor is without prejudice to ECC3

Clause 14.1 and, inter alia, ECC3 Clauses 13.1, 14.3 and 27.1.

SANS 1200 A: GENERAL 2.8 ITEMS IN SCHEDULE OF QUANTITIES, is deleted in entirety.

Assessment and payment is in accordance with the conditions of contract (and the ECC3 main and

secondary options stated therein).

SANS 1200 A: GENERAL 3.2 STRUCTURES AND NATURAL MATERIAL ON SITE, applies only to the

extent that it is consistent with paragraph 3.1.6 of C3.1 Employer‟s Works Information.

Within SANS 1200 A: GENERAL 7.1 PLANT, the following applies:

Where the word or expression “Plant” is used, read “Equipment”.

Page 38: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 19 of 90

SANS 1200 A: GENERAL 7.2 CONTRACTOR‟S OFFICES, STORES AND SERVICES, applies

but the Project manager resolves any inconsistency with statements included within paragraph

3.1.12 of C3.1 Employer‟s Works Information.

SANS 1200 A: GENERAL 3.1 SURVEY, applies only to the extent that it is consistent with

paragraph 3.1.14 of C3.1 Employer‟s Works Information.

Within SANS 1200 A: GENERAL 3.2 WATCHING, BARRICADING, LIGHTING AND TRAFFIC

CROSSINGS, the following applies:

Where the word or expression “specification” is used, read “Works Information”.

SANS 1200 A: GENERAL 3.4 PROTECTION OF OVERHEAD AND UNDERGROUND SERVICES applies

only to the extent that it is consistent with the specific statements made elsewhere in C3.1

Employer‟s Works Information and in any case and at all times consistent with the conditions of

contract.

Within SANS 1200 A: GENERAL 5 TESTING, the following applies:

Where the word or expression “Engineer” is used, read “Supervisor”.

SANS 1200 A: GENERAL 8 MEASUREMENT AND PAYMENT, is deleted in entirety. Assessment and

payment is in accordance with the conditions of contract (and the ECC3 main and secondary

options stated therein).

The principles, meanings and interpretation stated and established within paragraphs 6.3.1 to

6.3.15 with respect to SANS 1200 series and to SANS 1200 A: GENERAL equally apply to the other

SANS 1200 specification references [state particulars of SANS 1200 used ] used within this

paragraph 6.3 of C3.1 Employer‟s Works Information.

4.3.3 Scope of Work

4.3.3.1 Existing services

All known services are provided on the drawing, however, due to the lack of adequate as-built

records, the Contractor will be required to prove services prior to construction. The Contractor

shall take the necessary precautions to ensure that the services are not damaged. The existing

water supply to the buildings must be shut off at the closest valve to be determined on site, prior

to the connection of plumbing fittings.

As soon as any underground service not shown on the drawings is discovered, it shall be brought

to the attention of the Technical Officer. The Contractor must in collaboration with the Technical

Officer, ascertain whether or not the service is live. The Contractor shall not uplift any such service

unless he is instructed to do so.

The Contractor shall be held responsible for any damage to known services (i.e. services that are

within the site of the works and are shown on the drawing) and he shall take all necessary

Page 39: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 20 of 90

measures to protect them. In the event of a service being damaged, the Contractor shall

immediately notify the Technical Officer. The Contractor shall not repair any such service unless he

is instructed to do so.

4.3.3.2 Excavation

The material to be excavated consists of mainly existing layer works and the remainder being soft.

(SANS 1200 DA cl. 3.1.2.).

For the purposes of uplifting of underground pipes, a trench width of 1m shall be used.

Excavation to a depth of 1.5m shall be done by hand.

4.3.3.3 Compaction of in situ material

The in situ material shall be trimmed, levelled out and compacted to 95% MOD AASHTO.

4.3.3.4 Imported Backfill material

Backfill material shall be selected from the commercial sources and placed in 150mm max, G7

material to be compacted to 95%, G5 to be compacted to 98% and G2 to be compacted to 100%

MAASHTO density. No clay shall be used as backfill.

4.3.3.5 Measurement and Payment

The unit of measurement for the individual items shall be as detailed in the bill of quantities.

4.3.3.6 Removal and storage of 19mm stones

The unit of measurement shall be square metre of stones removed and reinstated.

The rate tendered shall include all costs incurred in removing and storing of the material on site

for reinstatement.

4.3.3.7 Backfilling

The unit of measurement shall be per cubic metre backfilled.

The rate tendered shall include all costs incurred for selecting and transporting approved backfill

material, backfilling and compacting to the required level.

4.3.3.8 Site Clearance, Earthworks & Layer works

Generally, the works consists of the construction of new HDPE pipe for potable water and

uPVC Class 34 pipe for sewer.

The works for the site clearance, earthworks and layer works include the following:

1. Site clearance

2. Exposing of existing services where indicated by Project manager.

3. Trench excavations

4. Supply and lay of 110mm ᴓ Class 34 uPVC sewer pipes.

Page 40: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 21 of 90

5. Connecting sewer to the existing manhole on site

6. Connection of water main with a HDPE 15mm diameter

7. Backfilling of trenches and testing of pipe lines.

8. Reinstatement of surfaces to original condition using labour intensive construction methods.

9. Supply and lay 110mmØ class 34 uPVC electric pipes.

10. Rainwater will be collected by gutters into downpipe and drain to the surface.

11. And any other work arising out of or incidental to the above, or required of the Contractor for

the proper completion of the works.

4.3.3.9 Supporting Specifications

This section, “Site Clearance, Sewer, Watermain and Stormwater, shall be read in conjunction

with the following SABS and Transnet standard specifications;

SANS Specifications

SANS 1200 C Site Clearance

SANS 1200 D Earthworks

SANS 1200 DM Earthworks (roads, sub grade)

SANS 1200 GM Concrete (small works)

SANS 1200 M Roads General

SANS 1200 ME Subbase

SANS 1200 MF Base

SANS 1200 MH Asphalt surfacing

SANS 1200 MJ Segmented paving

SANS 1200 MK Kerbing

SANS 1200 MM Ancillary roadworks

SANS 1200 DB Earthworks (Pipe trenches)

SANS 1200 LB Bedding (Pipes)

SANS 1200 LD Sewers

SANS 1200 LE Stormwater Drainage

4.3.3.10 Exposing existing services

Some services are known to exist over the whole area of the works and based on the

information available general layout plan indicating services have been prepared. Prior to

commencing work in any area the Contractor shall consult the Project manager in regard to the

Page 41: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 22 of 90

location of services and shall assist him when required in locating the exact position

and depths of services by means of hand excavated proof trenches. The location and depth of

all services discovered by the foregoing investigations shall be recorded and plotted by the

Contractor on an “as-built” copy of the services plan.

The Contractor shall assist when required in alterations to services by providing labour, plant

and material and shall carry out the necessary work as instructed by the Project manager.

Proof trenches to locate services shall be excavated at least 2 weeks ahead of construction in

order to allow time for alterations to services or amendments to the design of the works. Once

the services have been located the proof trenches are to be backfilled.

Claims for extension of time as a result of existing services will NOT be entertained if the

operation of locating and/or protecting services is less than two weeks ahead of construction.

Responsibility for protection of all known services shall rest solely with the Contractor and he

shall bear all costs, which may arise as a result of any damage which he may cause to such

services or which may arise as a result of his operations.

4.3.3.11 Materials

Disposal of material

All vegetation, trees, etc. resulting from site clearance shall be removed off site to a disposal

dump to be selected by the Contractor. The haulage, dump costs and any levies etc. shall be

deemed to be included in his tendered rates. Burning of materials on site shall not be

permitted.

Materials

Class 34 uPVC pipes to the 110mm diameter and length as stated on the drawings are to be

used for sewer line, downpipes of 90mm diameter and iron SG saddle or similar approved for

connection into the water main with a HDPE 25mm diameter to stop cock on the wall.

Pipe crossings

Where pipes cross one another with a vertical height difference of less than 150mm, a polystyrene

block must be placed between them, and the fill material around the pipes thoroughly moistened

and compacted. The Contractor will be held responsible for any damage to pipes resulting from

the construction of a pipe crossing.

Cut pipe ends

All ends may be cut on site. Reinforcement exposed by such cutting is to be protected with 20mm

thick cement mortar.

Pipe-Laying Personnel

Page 42: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 23 of 90

The laying of pipes and ancillary fittings shall be performed only by a qualified person who

is registered by the local authority as an artisan in the plumbing, pipefitting or drain-laying trades,

or who is qualified by reason of having attended a course on pipe-laying of the Civil Engineering

Industry Training Board.

Preparation of Trench Bottom

All trench bottoms shall be prepared in accordance with SANS 1200 DB clause 5.5.

Cutting of Pipes

A fine-toothed hacksaw with mitre attachment set at 90º should be used to cut pipes to the

required length. Each cut end should be square and the outer edge evenly chamfered by means of

a rasp or file or specifically designed chamfering tool. The chamfer must not extend further than

half the wall thickness. Cut ends must be free from swarf, burrs, channels, and loose material.

When the length of the pipe to be cut is determined, allowances must be made for the length of

any socket attached to the pipe and for a movement of at least 6mm in any rubber ring type

socket into which the pipe is to be inserted.

Pipe Laying and Jointing

Pipes that have been exposed for several hours to direct sunlight and have become hot should not

be laid until they have cooled to a temperature of approximately 25ºC.

Rubber ring jointing may be carried out in the trench. The pipeline should be laid directly on to the

prepared bedding in the trench, and bricks or other hard bodies must not be placed under the

pipeline for either temporary or permanent support. Rubber rings used must be those supplied by

the pipe or fitting manufacturer. All spigots must be checked to ensure that they are free from

burrs, and spigots, sockets and rings must be cleaned with a dry cloth. The pipe end must be

chamfered to an angle of approximately 15º and the depth of entry must be marked on the

spigot. This mark must be so positioned as to allow a 6mm clearance between the spigot and the

bottom of the socket. A thin film of a recommended lubricant, by the manufacturer, should be

applied to each rubber ring and each spigot.

Pipe-Jointing to Existing Main

Where HDPE pipe systems are to be connected to cast-iron pipes, cast iron flange adapters

manufactured specifically for the purpose must be used.

Depths and Cover

The minimum cover above pipes shall be 900mm where possible, with encasing as indicated on

the drawings to lengths with insufficient cover.

The depth shall be gradually increased as specified in SANS 1200 L clause 5.1.4.2

Connection to Existing Water Main

The proposed 15mm diameter HDPE water main shall be connected to the existing main water

supply main at the position as indicated on the drawings.

Page 43: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 24 of 90

Where required, the existing pipe shall be cut to provide sufficient space for the proposed

fittings. Any damage to the existing mains or any existing specials shall be repaired to the

Contractors‟ account if caused by negligence on the Contractors‟ part

Tolerances

Tolerances shall be determined on the basis as stated in the relevant clauses of the applicable

sections of SANS 1200, relevant drawings and manufacturers‟ specification as applicable. The

Contractor shall ensure that tolerances are complied with.

Testing

(a) Test Pressure

Where water main connection is done the pipes are to remain exposed for two days after

commissioning to detect any pipe leaks that may occur and construction manager to approve

4.4. Electrical Engineering

4.4.1 Executive Overview

The purpose of this document pertaining to the execution of the Sand ByPass security kiosk, is to

provide the engineering work that shall be performed during construction and commissioning work

packages. This scope of work carried out by the electrical Contractor shall cover, but is not limited

to the following:

4.4.1.1 Electrical Site Works

1. Low voltage cabling and terminations.

2. New low voltage distribution board to be installed wall flush mounted.

3. Normal and emergency lighting.

4. New power supply points.

5. Terminate and re-routing the existing cable and joining with another new cable and to be

terminated on the existing light pole next to the existing fence.

6. Design, supply and installation of Facility Earthing and Lightning Protection.

4.4.1.2 Standard of Work, Equipment and Materials

1. The electrical installation shall conform to the requirements of the latest edition and

amendments of SANS 10142 – 1 Code of Practice for the Wiring of Premises and any additional

requirements thereto, described in this specification.

2. The Contractor shall provide a valid LV wireman‟s license prior to commencement

3. Where the local supply authority requirements differ from those specified herein, the Transnet

Capital Projects (TCP) Engineer shall be approached for a decision.

4. All equipment and material used shall be of high quality and the work shall be of a high

standard of workmanship carried out by qualified staff under proper supervision by experienced

and competent officers.

Page 44: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 25 of 90

5. All equipment and material shall comply with the relevant National or International

standard specification. Where equipment does not comply it shall be submitted to the Project

manager for approval prior to installation.

6. All installation, testing and terminations must be approved by TGC Engineer prior to

commissioning.

4.4.1.3 Service Conditions

The equipment shall be designed and rated for continuous operation under the following

conditions:-

4.4.1.3.1 Ambient/Environment Conditions:

All equipment offered shall be rated for continuous operation under the following conditions:

a Altitude 0 to 1800m above Sea Level

b Ambient temperature -5°C to +40°C (daily average +35°C)

c Relative humidity As high as 96%

d Lightning conditions Severe, with a maximum lightning ground flash density of 11

flashes per km² per annum

e Atmosphere Salt laden and corrosive industrial chemical and dust laden

nature. Frequent heavy rains driven by wind reaching speeds of

100 Km/h and above

4.4.1.3.2 Electrical Conditions

1. The Low voltage system of supply will be single-phase, 2 wire, 50 Hz alternating current

with earthed neutral at a nominal voltage of 400 / 230V.

2. The voltage may vary within the range of 95% to 105% of the nominal and all equipment

installed shall be suitably rated.

4.4.1.3.3 Lightning conditions

All lightning protection equipment offered shall be rated for with stand the following conditions:

a. Current: The peak lightning current and its rate of rise shall be regarded severe when imax

= 200kA.

Page 45: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 26 of 90

b. Voltage: The highest cloud potential shall be assume to be more that 100MV,

where; Q = CV, where Q is assumed at 100C and C to be 10-7 F.

c. Lightning Flash Density: Severe, with a maximum lightning ground flash density of 11

flashes per km2 per annum.

4.4.2.1 Particular specifications

The following publications and specifications (latest edition) shall apply:

CODES OF PRACTICE

SANS Specifications

SANS 10313 Code of Practice for Protection of Buildings against Lightning

SABS 064 Code of Practice for the Preparation of Steel Flush for Coating

OHS Act, 1993 Occupational Health and Safety Act (Electrical Installation regulations)

SANS 10142-1 Code of Practice for the Wiring of Premises

Part 1: Low-voltage installations and including 3 000 kW installed capacity

SANS 1019 The design and Installation of Earth Electrodes

SANS 1063:2010 Earth Rods, couplers and connections

SANS 62305-3 Protection against lightning

Physical damage to structures and life hazard

SANS 62305-4 Protection against lightning

Electrical and Electronic systems within structures

SANS 152 Low Voltage Air Break Switches, Connectors, Switch Disconnectors, Fuse

Combination Units

SANS 156 Moulded Case Circuit Breakers

SANS 6069-2-1 Wall and Appliance Switches

SANS 172 Low Voltage Fuses

SANS61008-1 Earth Leakage Protection Units

SABS 763 Hot Dip Zinc (galvanised) Coatings

SABS 784 Metal Enclosed Busbar Trunking Systems

SABS 1091 National Colour Standards for Paints

SABS 1180 Electrical Distribution Boards

SABS 1507 Electric Cables with Extruded Solid Dielectric Installation for Fixed

Page 46: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 27 of 90

Installations

SABS 1274 Coatings Applied by the Powder-coating Process

SABS IEC 439 Low Voltage Switchgear

Transnet Projects Specifications (Latest Revisions)

TPD-001-EL&PSPEC Technical specification for the supply and installation of electrical

lighting and power in buildings other than dwelling houses.

TPD-002-DBSPEC Technical specification for the design and manufacturing of low

voltage distribution boards.

TPD-003-CABLESPEC Technical specification for the installation of medium and low voltage

cables.

TPD-004-

EARTHINGSPEC

Technical specification for the Design supply and installation of

lightning protection and earthing for buildings and structures.

4.4.4.1 ELECTRICAL WORKS

a. Power Supply to the Security Kiosk

o Prior to work commencement (i.e. cable terminations and installations) the Contractor

shall first liaise with the TPT and TNPA officials to apply for formal occupation to avoid

unplanned operational/ plant downtime.

o The Contractor shall disconnect the 6mm2 4-core PVC insulated, PVC bedded SWA

sheathed cable from the light pole behind the existing security guard house. The

Contractor shall extend the existing cable by jointing a section of 6mm2 4-core PVC

insulated, PVC bedded SWA sheathed cable.

o The Contractor shall reroute the 6mm2 4-core PVC insulated, PVC bedded SWA sheathed

cable, as per information by others. The Contractor shall terminate the 6mm2 4-core PVC

insulated, PVC bedded SWA sheathed cable in the light pole behind the existing guard

house.

o The security kiosk shall be fed from an existing Harbour Entrance Kiosk (NK1 kiosk).

o The Contractor shall check the wiring of the existing Harbour Entrance Kiosk (NK1 kiosk)

according to SANS 10142-1.

o The Contractor shall modify the existing Harbour Entrance Kiosk (NK1 kiosk), by supplying

and installing a 40 A double pole circuit breaker on a spare way number 9, refer to

drawing no: 2123361-1-150-E-LA-0002-01.

Page 47: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 28 of 90

o Supply and installation of a 2-core, 16 mm2, PVC insulated, PVC bedded SWA

sheathed cable underground through a 75mm sleeve pipe and chamber to the security

kiosk distribution board (DB-A), 40m from the Harbour Entrance Kiosk (NK1 kiosk).

o The Contractor shall terminate the 16 mm2 cable on a new 40 A double pole circuit

breaker in an existing Harbour Entrance Kiosk (NK1 kiosk) and also on DB-A main breaker

(40A double pole circuit breaker) inside the security kiosk.

o The Contractor shall allow for DB-A to feed the loads as per drawing no: 2123361-1-150-

E-LA-0002-01.

b. The works for the cable way include the following:

o Excavation, bedding and backfill for cable ducts.

o Supply and installation of Sleeves.

o Supply and installation of a PVC conduits.

o Laying of cable duct markers.

o And any other work arising out of or incidental to the above, or required of the

Contractor for the proper completion of the works.

c. Low Voltage Cabling

o The Contractor shall supply and install low voltage cabling from the NK1 kiosk to the new

Security Kiosk.

o The low voltage cabling shall be installed according to specification TPD-003-

CABLESPEC: “Technical specification for the installation of medium and low voltage cables”

and as per drawing: 2123361-1-150-E-LA-0001-01.

o Sleeve Pipes, Draw Boxes and Wire ways

- The sleeve pipes for Low Voltage cables shall be installed at least 800mm below ground

level outside the building structures.

- Slow bends shall be used where the sleeve pipes enter the buildings or change of

direction.

d. Security Kiosk Lighting

o The Contractor shall supply and install new energy saving luminaires switched by

occupancy sensors as indicated on drawing no: 2123361-1-150-E-LA-0002-01. As per

SANS 10114-1.

o The Contractor shall supply, deliver and install 16A 6kA photocell with its cascading fuse for

exterior lighting as per drawing no: 2123361-1-150-E-LA-0002-01.

o All electrical works pertaining to the electrical lighting shall be done in accordance with the

referenced drawing and specifications, if clarity is needed in any regard the electrical

engineer should be contacted prior to any commencement of work

e. New Power supply points

Page 48: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 29 of 90

o The Contractor shall supply and install Power points as per TPD-001-

EL&PSPEC:Technical specification for the supply and installation of electrical lighting and

power in buildings other than dwelling houses, SANS 10142-1 and as per drawing no:

2123361-1-150-E-LA-0002-01.

o The Contractor shall ensure that the socket outlet are mounted on the electrical services

part of the power skirting and shall comply with the requirements mentioned above.

f. Design, Supply and Installation of the Facility Earthing and Lightning Protection

o The Contractor shall design, supply and install earthing and lightning protection equipment

to the facility in accordance to specification no. TPD-004-EARTHINGSPEC; “Transnet

Projects Specification for lightning protection and earthing” and as per drawing: 2123361-1-

150-E-01-0002-02.

o This component of work shall be undertaken by a specialist earthing Contractor. The

installation of lightning protection system shall comprise of the following components:

- Test Joints

The Contractor shall supply and install Bolted test joints for the purpose of testing the

earth electrode resistance.

The test joints shall be a bolt and nut of M25 minimum size.

The bolt and nuts assembly of the test joint shall be constructed from stainless steel.

The Contractor shall supply and install signage at each test point as detailed in attached

drawing.

- Earth Electrodes

Earth electrodes and couples shall be manufactured from copper in accordance to SABS

1099.

The earth continuity conductor coupled to the earth electrode and the test joint shall be

insulated copper stranded conductor, with a minimum cross sectional area that complies

with SANS 10313 and SANS 10142.

Earth electrodes shall be installed not less than 500 mm away from the buildings and at

a depth of not less than 500 mm below finished ground level.

The earth electrode resistance shall not be more than 5 ohms at each test point.

g. Testing, Commissioning and Handover

o The Contractor is required to test the installation in the presence of the Employer and

issue compliance certificates for lightning protection systems (SANS 10313) for all work

done to the satisfaction of the Employer.

o Contractor shall submit Compliance Certificate for all the complete electrical installation in

accordance to SANS 10142-1.

o The tenderer shall to be registered and listed with South African Bureau of Standards and

the listing number shall be included in the above mentioned compliance certificate.

h. Compliance Certificate

Page 49: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 30 of 90

o The Contractor is required to test the installation in the presence of the

Employer and issue compliance certificates for lightning protection systems (SANS

10313) for all work done to the satisfaction of the Employer.

o Contractor shall submit Compliance Certificate for all the complete electrical installation

in accordance to SANS 10142-1.

o The tenderer shall to be registered and listed with South African Bureau of Standards

and the listing number shall be included in the above mentioned compliance certificate.

Table 1: Summary of distribution board A

Description

Mounting Arrangement As specified

Material 3CR12

IP Rating As specified

Colour Orange Powder Coated

Doors Hinged doors

Panel Catches Square Key

Door Catches Turncatch

Door Hinges As per specification

Depth / Tray Size As per manufacture‟s discretion

Main Labels As per Line Diagrams and Drawings Number 2123361-1-150-E-01

0001-01.

Circuit Breaker Type As per Line Diagrams and Drawings Number 2123361-1-150-E-LA

0002-01.

Fault Level As per Line Diagrams and Drawings Number 2123361-1-150-E-LA

0002-01.

Cascading Label Yes

Cable Entry Bottom/Top

Cable Exit Bottom/Top

Page 50: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 31 of 90

4.5 Mechanical Engineering (HVAC, Water Reticulation and Fire Protection)

4.5.1 Scope of Work

This specification covers the supply and delivery, commissioning, and handing over in complete

working order ready for immediate use.

4.5.2 Design Conditions

Ventilation, water reticulation and firefighting shall be provided to meet the specified design

conditions.

4.5.2.1 Ventilation Design Conditions

The following design conditions were considered in designing the ventilation system for the

security kiosk.

External conditions : 30°C / relative humidity 80%

Internal conditions : 22.5°C / relative humidity 50%

Minimum outdoor requirements

Kiosk air change rate/hour : 2

Kiosk L/s per person : 7.5

Ablution air change rate/hour : 15

4.5.2.2 Fire protection requirements

The facility is classified as an office, low risk industrial and Hospitality. Due to the size of the

facility being small there are no SANS requirements for fire detection and alarm systems.

Portable fire extinguishers are to be used to protect the facility from fire.

4.5.2.3 Water reticulation design requirements

Water supply pressure : 4 bar

Water supply velocity : 1.5 m/s

4.5.2.4 Ventilation equipment to be installed

Test Certificates for

Panel / DB

Required as per annexure

SANS 10142-1

Panel/Distribution

Distribution board

compliance certificate

Required

Page 51: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 32 of 90

Mechanical ventilation shall comply with SANS 10400-O. The Contractor shall install all

ventilation equipment as specified on the drawing. All ventilation equipment shall be approved

by the engineer from Transnet Group Capital prior to use.

Door grille

Shall be fitted by the principal Contractor.

The selected sub Contractor shall however check that the door grille indicated on the

drawing is installed.

The door grille shall be manufactured from aluminium extruded sections, natural anodised

(9E6-C-0)

Door grille indicated is to be TROX type AGS-T

Fan

Fan specified on the drawings shall be of a specification similar or similar accepted to that

provided in Appendix 1.

The fan shall be of highest possible efficiency and comply with the noise criteria specified.

The fan shall be installed with anti-vibration mountings to match the fan characteristics

When the fan noise characteristics cannot meet the requirements of this specification, the

fan shall be replaced or approved steps taken by the Contractor at his own expense until the

installation meets the requirements.

The fan shall be fitted with manufactures nameplates fixed to the casing in a prominent

position clearly indicating manufacturer, model number, maximum operating speed,

maximum power absorbed and size

The fan shall be suitable for continuous operation in high humidity conditions.

4.5.3 Water pipework and fittings

Full radius bends and sweep fittings must be used wherever possible. Elbows may only be

used under exceptional conditions and only with written permission of the Engineer. Where

it is necessary to reduce pipes in size, reducing sockets only shall be used and not bushes.

Piping shall not be bent or formed in any manner during installation.

In horizontal runs of piping, concentric reducer shall be used.

Under no circumstances shall any piping be directly connected to noise generating

equipment such as pumps, heat pumps etc. Connections to such equipment shall be made

with correctly selected flexible rubber type connectors of the spherical type.

All underground piping shall be HDPE class 12 unless otherwise indicated.

All above ground pipework shall be Class 1 copper and shall comply with the minimum

standard when tested in accordance with the latest edition of SANS 6509

All solder, fluxes and the method of soldering shall comply with the latest edition of SANS

460

All fittings shall comply with the requirements of the latest edition of SANS 1067, as relevant

All pipework shall operate effectively under all normal conditions likely to be experienced

when water installation is in service.

All cold water pipework shall be able to withstand -4°C water temperature.

Piping shall be supported (unless otherwise indicated on the drawing) as per figure 1 below:

Figure 1: Piping supports

Page 52: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 33 of 90

All supports and anchors shall compensate for thermal expansion of the piping. Pipe

supports fixed to sensitive building elements shall not be permitted.

Before piping is installed the internal surfaces shall be cleaned of mill scale and oil to

prevent the clogging of valves, strainers etc.

All low points in the water circuit shall have drain points to allow the circuit to be drained

All high points in the water circuit shall have automatic air purge valves to allow for purging

of air.

4.5.4 Fire protection system

4.5.4.1 Portable Fire Extinguishers

The portable fire extinguishers shall be two 5 Kg carbon dioxide extinguishers with an

aluminium casing and shall comply with the latest edition of the SANS 1567 standard.

The total mass of the fully equipped, fully charged extinguisher (excluding the bracket) shall

not exceed 23Kg and shall be equal to that marked on the extinguisher with a maximum

tolerance of allowed of +-5%

All plastics components used in the extinguisher shall comply with the latest edition of the

EN 3-8:2006 standard. However, no components under working pressure shall be

manufactured from plastic materials.

The extinguisher shall be equipped with a discharge hose assembly of minimum length of

400 mm.

All discharge horns shall comply with the latest edition of the EN 3-7 standard.

The extinguisher shall be fitted with a handgrip on the discharge horn constructed of a

thermally insulated material that will protect the operator‟s hand from freezing effects of the

discharge.

The extinguishers shall have suitable handles for carrying purposes as well as fittings and

brackets that shall enable them to be effectively mounted and allow easy removal from the

bracket.

4.5.5 Noise and Vibration

Maximum noise levels caused by the oscillating fan shall comply with the OHS Act 85 of 1993

and regulations. The specified noise levels shall be those that read at a distance of not more

than 2 metres from any air outlet, mechanical fan, etc.

4.5.6 Commissioning and Testing

Shall be carried out by an independent firm employing competent technician familiar with

the testing and adjusting of ventilation systems in the presence of Engineers from Transnet

Page 53: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 34 of 90

Group Capital. The Contractor shall forward all test results to the Transnet Group

Capital Engineers for approval.

Testing and adjusting of the systems shall generally be in accordance with chapter 37 of

2008 ASHRAE HANDBOOK (Ventilation Systems and Equipment)

4.5.7 Appendix 1

Fan specification

Speed no. 3 2 1

Fan rpm 1360 1240 1100

Volume m/sec 2.8 2.5 2.3

Noise dBA 55 47 43

Power Watts 130 110 95

Fire extinguisher specification

Cylinder height 580 mm

Diameter 159 mm

Tara mass 8.5 Kg

Mass full 14.2 Kg

Effective Range 1 – 4 m

Discharge Nozzle Hose & Horn

Working Temperature -30/+60°C

Max Working Pressure 174 Bar

Test Pressure 250 Bar

Design Standard 1997/23/EC

Safety Device Bursting disc 200+- 15 bar

Neck Ring Thread 25E PZ27.8 x 14

Inlet Thread M10 x 1.0

Outlet Thread W21.7 x 14

Capacity & Filling Ratio 7.5L / 0.66

Fire extinguisher Valve – WN52-01-0

Page 54: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 35 of 90

Brass spec CZ 122 Die Forging Brass (HPB59-1)

Body Forged & Nickel plated side outlet

Max Pressure 22.5 MPa +- 2.25 MPa

Fire extinguisher Cylinder

Material AA6061

Cylinder Finish Red epoxy powder coated

CE Verification CE0036

Approval Mark TUV / SANS1567

Packaging size 210 x 170 x 700 mm

Minimum Wall Thickness 9.05 mm

Max Working Pressure 174 r

4.6 Structural Engineering

4.6.1 CONCRETE, FORMWORK and REINFORCEMENT

This section covers the construction of all new reinforced concrete and associated concrete

works requirements for the proposed repair of the existing reinforced concrete structure, as

directed by the Engineer, at Durban Harbour Sand Bypass – Security Kiosk.

Particular specifications

The following specifications shall apply:

NB: All in situ concrete work (mass and reinforced) shall comply with SANS Specification

1200G (“8 Measurement and Payment” is not applicable) supplemented by the clauses in this

section. Where SANS Specification 1200G and the clauses in this section are in conflict the

clauses in this section shall take precedence.

In addition the "Model Preambles for Trades" as recommended and published by the

Association of South African Quantity Surveyors, 1999 Edition, shall be read in conjunction with

and shall apply to all items in the Bill of Quantities not covered by the 'SANS Standardised

Specifications' SANS 1200 Series

Where the term “plain concrete” appears in SANS Specification 1200G it shall be read as “mass

concrete”.

SANS 1200 G Concrete

SANS 2001: CC1 Construction Works: Concrete Works (Structural)

SANS 1083: 2006 Aggregates from natural sources

Page 55: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 36 of 90

SANS 10100-2:2000 The Structural use of concrete – Part 2: Materials and

execution of work.

SANS 50197-1:2000 Cement – composition, specifications and conformity criteria.

Part 1: Common cements

SANS 1491-1:2005 Portland cement extenders – Part 1 Ground granulated blast

furnace slag.

SANS 1491-2:2005 Portland cement extenders – Part 2 Fly ash.

SANS 1491-3:2006 Portland cement extenders – Part 3 Condensed Silica Fume

S437 (Transnet) Concrete Pavement

S420 (Transnet) Concrete specifications

Cement

Common cements, complying with SANS 50197-1 shall be used for all concrete work. On no

account shall masonry cements be used for concrete work, even if the strength designations

are the same as for common cements.

The Supervisor for test purposes may require samples of cement from any one, or from every

consignment. Cement in any consignment from which a sample may have been taken for

testing shall not be used until it has been approved. Allowance must be made for possible

delay in that tests may take 10 days to carry out.

Bags of cement shall be stacked in a waterproof, solidly constructed shed with a central door

and a floor rendered damp-proof with a tarpaulin. The bags of cement shall be closely stacked

(but not against walls) in order to reduce air circulation in such a manner that the cement is

used in the order in which it was received, i.e. first in first out.

Alkali reactive concrete

Alkali Reactive Aggregates shall not be used in this project. The equivalent Na2O content of

the concrete shall not exceed 2, 0 kg/m3 where % Na2O equivalent = % Na2O + (0,658 x

%K2O)

Aggregates

Fine and coarse aggregate shall comply with the relevant clauses of SANS 1083.

Where aggregates have constituents, which in the opinion of the Project manager, may give

rise to damage due to alkali-aggregate reactions, the provisions of 6.3.3.3 shall be applicable.

Evidence of compliance of the aggregates with the requirements of 6.3.3.1 & 6.3.3.2 shall be

furnished as early as practical. No aggregate shall be delivered for use in the works until

approval is given.

Sand (fine aggregate):

The fine aggregates shall comply with the requirements of SANS Specification 1083. Other

aggregates may be approved if they have a satisfactory history and / or test results.

No aggregate may be used until it has been approved. Samples having a mass of 25kg

(16.5 litres) of the proposed aggregate to be used may be required by the Supervisor for test

purposes. Samples having a mass of 25kg shall be forwarded every 3 months during

concreting work and also if the source of supply is changed. Allowance must be made for

possible delay in that the tests may take 14 days to carry out.

Page 56: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 37 of 90

Admixtures

Admixtures containing chlorides will not be permitted in reinforced concrete.

Cover blocks

Cover blocks used to ensure the cover to reinforcement shall be made of cement mortar.

Cover blocks shall be dense and have a minimum 28 day crushing strength of 30 MPa and shall

be cured in water for at least 14 days before being used.

Cover/spacer blocks made of plastic will not be permitted.

Concrete quality

Prior to the start of any concrete work on site, the Contractor shall submit a quality assurance

plan which will ensure compliance with specification and provide acceptable documentary

evidence that all specified operations have been carried out satisfactorily.

Where the minimum dimension to be placed during a single pour is larger than 600mm, and

the cement content of the reinforced concrete exceeds the following:

Cement Types I and II/ * S : 400 kg/m3

Cement Types II/B-V and II/B-W : 450 kg/m3

The Project manager may require that measures be instituted to reduce heat development in

the concrete.

Unreinforced concrete

Class A Concrete:

Filling to cavity of hollow walls.

Unreinforced concrete cast against excavated surfaces

15 Mpa/19mm Concrete

Surface blinding under footings and bases.

Reinforced concrete

30 MPa/19mm Concrete:

Bases.

Foundation beams.

Surface beds cast in panels on waterproofing.

Walls in foundations (Provisional).

Columns in foundations (Provisional).

Batching

All cementitious binders shall be batched by full sack or by mass batching with approved

precision weighing equipment.

All aggregates shall be precisely measured by mass using approved precision weigh-batching

equipment, unless otherwise permitted by the Project manager.

Should any variation in the composition of the aggregate become apparent, the Project

manager shall be notified and a further sample of aggregate submitted immediately for his

approval.

Page 57: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 38 of 90

Concrete placing

The size, shape and depth of any excavation shall be approved by the Project manager before

concrete is placed.

Unless otherwise permitted by the Project manager, no concrete shall be placed until the fixed

reinforcement has been accepted by him and confirmed in writing by way of a release

certificate.

Construction joints

Unless otherwise shown on the drawings, the exact position of horizontal construction joints

shall be marked on the formwork by means of grout checks in order to obtain truly horizontal

joints.

Stub columns, stub walls and stays on footings shall be cast integrally with the footing and not

afterwards, even where another class of concrete is being used.

Joint lines shall be so arranged that they coincide with features of the finished work.

Where new concrete is to be cast against a hardened concrete surface, neat cement slurry

mixed to a creamy consistency shall be brushed onto the cleaned concrete surface.

Contraction joints shall be smooth and shall have one coat of lime wash or PVA applied to the

older surface prior to casting the fresher concrete.

Slip Joints between Concrete and Brickwork

Slip joints shall be provided between brickwork and concrete slabs and beams by levelling up

and towelling smooth the bearing surfaces of brickwork with 3:1 cement mortar and covering

the bearings before the concrete is based, with two layers of one side smooth tempered

hardboard, with the smooth sides in contact.

The ends and sides of beams and edges of concrete slabs shall be separated from the

brickwork with 13mm thick bitumen impregnated soft board or expanded polyethylene strips

placed vertically against the brickwork before the concrete is cast.

Similar slip joints shall be provided between brickwork and concrete lintels cast In situ, but

without soft board or expanded polyethylene strips at ends.

Movement Joints

All movement joints are to be filled in with approved bitumen impregnated soft board or

expanded polyethylene strip unless otherwise specified or detailed on drawings.

Descriptions (prices) of movement joints shall be deemed to include formwork.

Grouting

25 MPa non-shrink cementitious grout:

Bedding approximately 25mm thick under base plate including chamfered edges all round.

Curing compound

Unless otherwise directed by the Project manager, the curing compound shall be:

Page 58: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 39 of 90

An approved trafficable, resin-based, white pigmented, membrane forming for slopes

flatter than 1:1.

An approved clear, aesthetically acceptable membrane forming for all other concrete surfaces,

including beam and slab soffits.

The curing compound shall comply with specification ASTM C309, except that the maximum

permissible water loss in the test shall be 0, 40 kg/m2.

Alternatively, the curing compound shall be acceptable if the treated concrete retains 90% or

more of its mixing water when subject to the test set out in BS 8110 Part 1 – Chapter 6.6.

Curing compound application

The total application rate of the curing compound shall be the greater of the supplier‟s

specification or 0.90 l/m2. On textured concrete surfaces, the total application rate shall be

0.90 l/m2.

In cases of concrete surfaces with run-off problems, it may be necessary to apply more than

one coat of membrane forming curing compound to obtain the specified total or cumulative

application rate.

Curing in accordance with SANS 1200 G shall commence on all concrete surfaces as soon as it

is practical in the opinion of the Technical Officer.

On unformed surfaces the curing compound shall be applied after finishing and as soon as the

free water on the surface has disappeared and no water sheen is visible, but no so late that

the liquid curing compound will be absorbed into the concrete.

On formed surfaces, the exposed concrete shall be wet with water immediately after the forms

are removed and kept moist until the curing compound is applied.

Application of the curing compound shall begin once the concrete has reached a uniformly

damp appearance with no free water on the surface.

Application of the compound may be done by hand or power spray.

The compound shall be applied at a uniform rate with two applications at right angles to each

other to ensure complete coverage.

Pigmented compounds, without a thixotropic agent, shall be adequately stirred to assure even

distribution of the pigment during application.

Unless otherwise directed by the Project manager, the initial 24 hour curing of concrete

surfaces not covered by formwork shall be carried out by ponding, covering with constantly

wetted sand or mats, or continuous spraying in accordance with SANS 1200 G when the

following climatic conditions occur:

Wind velocity greater than 5 m/s

and/or

Ambient temperature is above 25 C

and/or

The relative humidity is below 60 %

If plastic shrinkage occurs, the concrete, while still plastic, shall be re-vibrated, floated and re-

coated with curing compound as if no curing has previously taken place.

Curing period

The curing period for concrete containing only CEM 1 shall be 7 days.

The curing period for concrete containing CEM 1 plus cement extenders (MGBS, FA) shall be 10

days.

The curing period will start on completion of the concrete pour and for formed surfaces shall

included the time for which forms are still in place after the pour.

Page 59: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 40 of 90

Concrete records

The Contractor shall maintain the following daily records for every part of the concrete structure

and shall make these available at all times during the progress of the work for inspection by the

Project manager.

The date and time during which concrete was placed

Identification of the part of the structure in which the concrete was placed

The mixed proportions and specified strength

The type and brand of cement

The slump of the concrete

The identifying marks of test cubes made

Curing procedure applied to concrete placed

The times when shuttering was stripped and props removed

The date of despatch of the cubes to the testing laboratory

The test results

The records shall be delivered to the Project manager each week except in the case of sub-

standard concrete, when the Project manager shall be informed immediately.

Tolerances

Deviations shall be within the limits listed in SANS 1200 G for degree of accuracy II unless

otherwise specified.

Testing and monitoring

Frequency of sampling and testing shall be as specified in SANS 1200 G

Cost of tests

The costs of making, storing and testing of concrete test cubes as required under clause 7 'Tests' of SANS

1200 G shall include the cost of providing cube moulds necessary for the purpose, for testing costs and for

submitting reports on the tests to the Project manager. The testing shall be undertaken by an independent

firm or institution nominated by the Contractor to the approval of the Project manager (Test cubes are

measured separately)

If the quantity of concrete from which samples were taken exceeds 40 m3, it shall be subject to

the testing of a minimum of 3 sets of samples per day from each grade of concrete placed in

each independent structure.

Page 60: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 41 of 90

If the quantity of concrete from which samples were taken is less than 40 m3, it shall

be subject to the testing of a minimum of 2 sets of samples per day from each grade of

concrete placed in each independent structure.

If the Contractor disputes the results of the tests on concrete cubes, the concrete represented

by the cubes will be considered acceptable if the Contractor, at his own cost, proves to the

satisfaction of the Project manager that the estimated actual strength of cores taken from the

structure, determined in accordance with SANS Standard Method SM 856, is not less than the

specified strength.

If the strength of the concrete fails to meet the acceptance criteria stipulated, the Project

manager may in his sole discretion and in addition to the options listed in SANS 1200 G:

accept the concrete subject to approved remedial measures being undertaken by the

Contractor; or

permit the concrete to remain subject to the payment of a penalty

The penalty referred to will be determined as follows:

Penalty = V x R x F

Where

V = Volume (in the opinion of the Project manager) of concrete of unsatisfactory strength

represented by the test result.

R = Relevant scheduled rate

F = MPastrengthSpecified

concretetoryunsatisfacofstrengthAverage

61

Where the relevant scheduled rate (R) includes the cost of formwork or

F = MPastrengthSpecified

concretetoryunsatisfacofstrengthAverage

61

Where the relevant scheduled rate (R) excludes the cost of formwork or where no formwork

was involved.

Formwork

Descriptions of formwork shall be deemed to include use and waste only (except where described as

left in or permanent), for fitting together in the required forms, wedging, plumbing and fixing to true

angles and surfaces as necessary to ensure easy release during stripping and for reconditioning as

necessary before re-use

Page 61: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 42 of 90

Formwork to sides of bases, pile caps, ground beams, etc. have been measured provisionally and will

only be paid for where it is specifically prescribed by the Technical Officer for design reasons.

Formwork necessitated by irregularity or collapse of excavated faces will not be measured and the

cost thereof shall be deemed to be included in the allowance for taking the risk of collapse of the

sides of the excavations, provision for which is made in Earthworks

Rough formwork (degree of accuracy ii)

Rough Formwork to Sides:

Strip footings.

Bases.

Walls in foundations.

Outer face of walls flushes with perimeter of concrete structure.

Rectangular columns in foundations.

Edges not exceeding 300mm high

Rough Formwork to Circular Columns

Smooth formwork (degree of accuracy ii)

Smooth Formwork to sides:

Inner face of shaft walls.

Edges not exceeding 300mm high

Movement joints etc

Expansion joints with soft board between vertical concrete surfaces:

12mm Joints not exceeding 300mm high.

Saw cut joints:

3.2 x 50mm And 6.4 x 20mm saw cut joints in two operations in top of concrete.

Seal Sikaflex-11FC on backing chord to manufacturer‟s specification

Horizontal toggle construction joints through concrete including thick cement slurry to one face.

Surface beds not exceeding 300mmm thick.

Reinforcement (provisional)

High tensile steel reinforcement to structural concrete work:

In various diameters and lengths

Mild steel reinforcement to structural concrete work

In various diameters and lengths

High tensile steel reinforcement to structural concrete work

Fabric reinforcement:

Fabric reinforcement type as specified on structural drawings.

Forming key to concrete for plaster, mosaic tiles and other finishes

Where rough formwork has been used, surfaces of concrete to receive plaster, mosaic tiles and

other finishes, shall, immediately after the formwork has been removed, be well wetted and wire

Page 62: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 43 of 90

brushed whilst the concrete is still green and then shushed over with 2:1 cement grout

to form a key for the finish, all to the approval of the Supervisor. The shushing is to be allowed

to set hard before the finish is applied.

Where smooth formwork is used, surfaces of the concrete to receive plaster, mosaic tiles and

other finishes shall be hacked, on the distinct understanding that hacking of concrete shall be at

no extra cost to the Employer.

Surfaces of concrete receiving plaster or other finishes shall not be plastered or finished until the

Supervisor has signified his opinion in writing that the surfaces are suitable to receive plaster or

other finishes.

Sleeve Pieces and Ties

Where it is necessary to leave plugs or holes in beams, slabs or any other reinforced concrete, all

such plugs or holes must be situated in positions approved by the Supervisor before concreting.

Where it is necessary to carry pipes, bolts, wires or any other fittings through reinforced concrete

members, approved pipe sleeves must be provided and placed in position before concreting.

Where waste, ventilation water, heating or other pipes under 100mm diameter pass through

concrete slabs and beams, galvanised mild steel sleeve pieces or diameters shown or required

shall be cast into such concrete slabs and beams.

Chases shall be formed in edges of slabs or slots shall be formed in the slabs, or sizes required,

where two or more pipes pass through together.

All necessary bolts, plugs, brackets, cramps, etc. shall be cast into the concrete as the work

proceeds.

Where brickwork abuts against concrete, the brickwork is to be tied to the concrete with

galvanized hoop-iron ties 1.6m thick by 32mm wide and approximately 600mm long to every

third course of brickwork with one end of each tie cast approximately 150mm deep into the

concrete. Where such fixing is impossible, i.e. where steel formwork is used, the ties are to be

gun-nailed against concrete with steel nails to less than 38mm long.

Bagged Finish to Concrete

Concrete surfaces to receive bagged finish shall be prepared by removing sharp projections and

making good defects with 3:1 cement mortar. Finish by rubbing over the whole area with wet

rough sacking and cement grout to obtain an even surface.

Power Floated Finish

Power floated finish to floors etc. means that surfaces shall be floated c\mechanically to a

smooth and even finish before the concrete has set. Small areas inaccessible to the machine are

to be floated by hand. Under no circumstances is cement mortar to be added while floating the

concrete.

“No Fines” Concrete

Page 63: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 44 of 90

“No-fines” concrete, for grading flat concrete roofs and the like to falls, shall be in the proportion

of 12 parts 19 iron cubical stone to 1 part cement mixed with 20 litres water per bag of cement

and be laid to falls of not less than 15mm per linear metre for mastic asphalt and not less than

20mm per linear metre for sheet roof covering. For heavy load applications special mix designs

may be required.

(a) Fillets against up stands:

Form triangular fillets, size 100 x 100mm, in corners with walls, kerbs, etc. neatly mitred at angles,

stopped where necessary and finished smooth ready to receive waterproofing.

(b) To raised floor, bases, etc:

No-fines” concrete for raised floors, bases, etc. shall be in the proportions specified. Finished

smooth with 3:1 sand/ cement screed to receive waterproofing.

Lift Shafts

Lift shafts may not deviate more than 25mm out of plumb over the full height of the shaft and

must on no account have more that 25mm spiral due to rotation of the formwork in the horizontal

place as the work proceeds.

Precast Concrete

Materials

Cement, water, aggregates and reinforcement shall be as described under: CONCRETE,

FORMWORK AND REINFORCEMENT.

Concrete

Concrete shall be as described under: CONCRETE, FORMWORK AND REINFORCEMENT and,

unless otherwise specified. Class E concrete shall be used but with coarse aggregate of an

appropriate size.

Smooth Finish

Where described as “finished smooth from the mould” such surfaces shall have a layer of fine stuff

composed of 1:4 (1 part cement and 4 parts clean fine sand by volume) packed against the faces

of the mould before placing the concrete backing. The concrete backing shall be disposed into the

moulds in a wet state (not dry pressed) whiles the facing is still wet.

Projections shall be rubbed off the faces shall be of even colour and free from blemishes, cracks

and other imperfections. Salient angles shall be arras rounded.

Page 64: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 45 of 90

STEELWORK

Governing Codes and Standards

ANSI/AWS D1.1: Structural Welding Code - Steel

BS-EN 287 Part 1: Approval testing of welders/fusion welding

BS-EN 288 Part 3: Specification and approval of welding procedures for metallic materials

BS 5135: Metal arc welding of carbon and carbon manganese steels

BS 4360/SANS 50025: Weldable structural steel

BS 2573 Part 1: Classification, stress calculations and design of structures

BS 3923: Methods for ultrasonic examination of welds

BS 2600: Radiographic examination of fusion welded butt joints in steel

DIN 1026 Metric channels

ISO R657 Angles

SANS 10094 The use of high strength friction grip bolts and nuts

SANS 135 ISO metric bolts, screws and nuts (hexagon and square) (coarse

thread free fit series)

SANS 136 ISO metric precision hexagon-head bolts and screws, and hexagon

nuts (coarse thread medium fit series)

SANS 435 Mild steel rivet

Structural Steelwork

The design of all structural steelwork shall be such as to provide a robust and rigid structure

requiring the minimum of maintenance and providing a long service life.

In the design of steel structures, due cognisance shall be taken of environmental and wind load

conditions as specified in the main specification.

Due to the highly corrosive conditions experienced in South African Ports, the permissible stresses

shall not exceed those set out in British Standard No. 2573. The minimum thickness of steel for

load bearing members shall be 15mm for gussets, 10mm for angles, tees, plates and flats and 9mm

for webs of channels and joists. Punching of holes over and above that permitted in BS 2573, shall

not be permitted. Other structural steel shall be of not less than 6 mm thickness.

The design of mobile structures shall be such that the induced von Mises stress (effective stress in

triaxial loading) will not exceed 90% of the elastic limit strength of the steel when the equipment is

travelling at maximum speed and colliding with either other stationary equipment or fixed stop

blocks. In calculating von Mises stresses, due cognisance must be taken of stress concentrations. If

Page 65: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 46 of 90

the elastic limit strength of the steel is not known, it will be determined by using a 0.5%

strain offset on the stress-strain curve of the material.

Where applicable, the design may be in bolted, riveted or welded box construction except that no

site welding will be permitted in the final erection at the port except with the approval of TNPA

Alternatively, a welded hollow section lattice type structure will be acceptable, subject to the

following requirements:

The members must be structural sections made from BS 4360/SANS 50025 grade S355JR / 43C

weldable structural steel - welded for sizes up to and including 110mm outside diameter (BS

1775 HFW) - seamless for sizes over 110mm outside diameter (BS 1775 HFS).

Tube wall thickness must not be less than 6mm.

All joints must be completely seal welded in accordance with BS 5135. Special care must be

taken to prevent the ingress of moisture into hollow section members by ensuring that each

member is airtight.

Bolted or screwed attachments which require drilled holes through a hollow section will not be

permitted.

Non-hollow structural sections and plate used on the structure, in conjunction with the hollow

section framework, must comply with the relevant requirements of this specification.

All steel sections shall be manufactured in accordance with the following standards :-

Weldable structural steel: BS 4360/SANS 50025

I and H sections: BS 4 Part 1

Metric channels: DIN 1026

Structural steel, hot rolled sections: BS 4 Part 1

Angles: I SO - R657

Hot finished hollow sections: BS 4848 Part 2

Cold formed sections: BS 6363

Forgings: BS 29

Steel castings: BS 3100

Cast iron: BS 1452

All steel plates and rolled steel sections used in the construction of the structures shall be of steel

made by the open hearth process (acid or basic) and shall comply in every respect with BS 4360,

"A" quality Structural Steel for Bridges and General Building Construction, Grade 43A or Grade

50B or SANS 50025 grade S355JR, where sections sizes allow. That is, the percentage of

phosphorous and sulphur shall not exceed 0,06.

The above is laid down as a standard, but tenders will also be considered for rolled steel not

conforming strictly to the above standard. Full particulars of the guaranteed properties of the steel

tendered for should in this case be furnished, i.e. chemical composition, tensile strength, yield

point, reduction in area, bend tests, etc.

Page 66: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 47 of 90

Forgings and drop forgings shall be free from flaws and surface defects of any kind and

be accurately finished to the prescribed dimensions.

Steel castings shall be sound, clean and free from all defects and distortion of any kind and should,

except where otherwise specified, conform with the conditions and tests specified in B.S. No.

3100/Latest Edition, for grades A, B and C according to requirements. They shall be thoroughly

annealed and all working parts and bearing surfaces shall be machined and turned accurately with

correct finish.

Cast iron used throughout must be close grained, tough and free from all defects, and shall

conform to the conditions and tests specified in B.S. 1452/Latest Edition, for grades 12 to 14

according to requirements.

This applies to functional components only. A lower grade is acceptable for portal and machinery

house ballast. Tenderers to state grade of cast iron proposed.

The dimensional and out-of-square tolerance as specified in the above Standards shall also apply

to built-up components. Edge preparations, welding techniques, straight beds and material fit-up

shall be considered when welded joints are designed.

The shape of all members and connections must allow easy accessibility for maintenance painting

of all surfaces. No members shall comprise a double member which cannot be painted and

maintained.

Structural details must be so designed as to eliminate or seal off any cavities or pockets where

water or condensation could collect and promote corrosion. Horizontal members with upstanding

flanges require special drainage.

All hollow sections shall be completely closed and airtight, and all welding is to be of such size and

quality as to ensure complete airtightness. No tapping or drilling of holes into sealed sections will

be permitted.

Welding

All the provisions of BS 5135 shall be complied with as far as applicable.

Design of weld joints shall be such that crevices, overlaps, pockets, arc strikes and dead ends do not

exist.

All joints shall be completely seal welded in accordance with BS 5135. Special care must be taken to

prevent the ingress of moisture into the tubular members by ensuring that each such tubular member is

airtight. “Stitch” welding will not be permitted. Only continuous welding will be accepted.

Weld cracks, undercut, or pock marks will not be accepted.

All welds on the load bearing frame structure, containers, piping, pipe line flanges, etc., shall be

continuous and shall be visually inspected for cracks and other discontinuities.

Welds on the main chords must be tested ultrasonically in accordance with BS 3923 or X-rayed in

accordance with BS 2600 and those on minor joints by the dye-penetrant method. The equipment

required for these tests must be supplied by the Contractor and the testing done at his cost.

Steel, except in minor details, which has been partially heated, shall be properly annealed. (Electrically

welded structural members excepted.)

Page 67: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 48 of 90

All brackets, clamps, lugs, straps, suspenders, etc. required for attaching mechanical and

electrical equipment must be welded on prior to erection and special precautions must be taken not to

damage welds or puncture tubes during erection.

The welding of all rails shall be done by an approved method.

Welding shall only be carried out by a coded welder according to SANS 10044, BS-EN 287 Part 1 and

BS-EN 288 Part 3 or ANSI/AWS D1.1.

All parts to be welded shall be thoroughly cleaned and dried before welding. The welding will only be

done in dry surroundings and all steps taken to prevent hydrogen embrittlement.

Where materials of different compositions are joined by welding, especially carbon steel to chrome

steel, the filler welding method and post welding treatment shall be such that embrittlement and other

degradation of both steel and filler is prevented.

It must be ensured that welded joints are ductile.

Fasteners

All bolts, nuts and rivets shall be manufactured in accordance with the following standards:-

Commercial bolts and nuts Grade 4.6: SANS 135

Precision bolts and nuts Grade 8.8: SANS 136

Friction Grip Bolts and nuts Grade General: SANS 10094

Rivets: SANS 435

All friction grip fasteners shall be hot dip galvanised, including high tensile bolts (and their nuts and

washers), structural rivets and Huck bolts.

All holding down bolts and nuts and brackets, as well as all fixing bolts, studs, nuts and washers shall

be of stainless steel. Fixing rivets shall be of either stainless steel or brass.

Bolts and set screws shall be locked in an approved manner and shall not be stressed in tightening to

beyond the recommended loads.

The quality of friction grip bolts, nuts and washers, bolt lengths, sizes of holes, tightening standards,

surface condition of clamped components, shop and site assembling and acceptance inspection of

friction grip joints shall comply with the latest edition of SANS 10094. Certificates shall be supplied for

all bolts of grade 8.8 and 10.9.

All bolt and rivet holes must be accurate to size and location, the centres of holes shall not be placed

nearer the edge of a plate than 1,5 diameters with an extra allowance of 3mm for sheared edges. All

holes in the structural work shall be drilled or otherwise punched to a diameter not exceeding 1,5mm

less than the diameter of the finished hole on the die side, and afterward reamed out to the exact size

Where possible the adjoining parts forming a connection shall be drilled or reamed together, with holes

not exceeding 1,5 mm diameter the rivet or bolt for which it is made. No rough or broken edge shall be

left around any of the holes.

Page 68: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 49 of 90

For turned and fitted bolts, the holes shall be accurately drilled or reamed; the diameter of the

hole shall not exceed the finished diameter of the bolt by more than 0,25mm.

The holes, after assembly of the parts, shall be true throughout the thickness of all the parts and

perpendicular to the axis of the member.

Rivets shall be cup-headed or countersunk as required, unless otherwise specified. No rivet head shall

contain less metal than does a length of the rivet equal to 1,25 times its diameter. All loose and

defective rivets shall be cut and replaced by sound ones; also others when required for the purpose of

examining the work. Rivets shall be driven with pressure tools whenever possible and pneumatic

hammers shall be used in preference to hand driving.

All field rivets must be supplied with shanks of suitable length for pneumatic riveting.

Bolts shall be of such a length as to accommodate a full nut when tightening up, and project at least

two thread pitches beyond the nut. Excessive projection of threads beyond the nuts should be avoided.

All bolts having countersunk heads shall have strong feathers forged on the neck and head to prevent

turning and the bolt holes shall be cut to receive same. All nuts and bolts (excluding countersunk bolts)

shall be furnished with circular washers of sufficient thickness, the outside diameter being at least twice

the nominal diameter of the bolt, and washers fitted correctly.

Where bolt heads or nuts are seated on bevelled surfaces of beams or channel flanges, bevelled

washers must be inserted.

Joints and Mating Surfaces of Members

Mating surfaces of members to be joined by high tensile steel bolts in friction grip shall be cleaned and

primed as specified for the rest of the steelwork. Mating surfaces shall lay flat against each other to

eliminate gaps which may allow ingress of water. After joining, the edges shall be sealed with an

approved brand of Butyl/ Rubber sealing compound by means of a suitable caulking gun, or shall be

seal welded.

Other joints shall be formed by one of the following methods:

The mating surfaces of members shall be blast cleaned, primed and protected prior to sub-assembly

by the liberal application of caulking compound. While the compound is still wet, the members shall be

bolted together and caulking compound which is squeezed out shall be completely removed.

The mating surfaces shall be protected with the full corrosion protection system as specified, the

surfaces joined together and the joint so formed shall be sealed with butyl rubber sealer.

After being cleaned and primed the surface shall be joined together and the joint so formed shall be

seal welded.

The primer coating on mating surfaces must be applied not more than 4 hours after cleaning and the

edges must be sealed within 3 weeks of assembly of the part.

Fabricated Parts

All fabricated parts shall be properly fitted during assembly to result in properly aligned equipment

having a neat appearance. Fabrications of load bearing members shall have no abrupt changes in

cross section and regions of severe stress concentration. All sharp corners accessible by personnel

Page 69: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 50 of 90

during erection or operation shall be ground, rounded, or removed by other methods. Burrs,

welding spatter and stubs of welding wire shall be removed.

Ballast or Counter Mass

Tenderers must include for the supply of all necessary ballast or counter mass.

These must preferably be of cast iron and be removable for maintenance of structural steelwork.

Concrete ballast is not recommended but will be accepted provided the Tenderer satisfies Transnet

that it will not cause corrosion of any steel parts.

Fastenings used for removable pieces must be of non-corrosive material.

Ballast must be in suitable shapes to be secured in position against movement but in sizes easily

removable for maintenance.

Lifting hooks or eyes of non-corrosive material and of adequate strength must be provided in the

removable ballast pieces.

Concrete ballast must be reinforced so as to prevent cracking or breaking, and must be coated with an

approved corrosion protection system for concrete.

CORROSION PROTECTION (SPECIFICATION HE9/2/8 - [Version 16] - July 2002)

Scope

Structural steelwork in coastal area (within 10km from coast):

Structural steelwork is to be protected against corrosion as follows:

This specification covers requirements for protective coating of iron and steel structures, electrical

motors, gear boxes etc. against corrosion and must be read in conjunction with the main specification

as well as the following (latest editions):-

SANS 10064 "Preparation of steel surfaces for coating"

SABS 121 "Hot-dip (galvanized) zinc coatings"

SANS 1091 "National colour standards for paint"

BS 5493 "Code of practice for protective coating of iron and steel

Structures against corrosion"

Types of Corrosion Protection to BE USED

The coatings specified in this specification are chosen according to BS 5439, Table 3, part 9,

to ensure that the condition of the surface will be at least RE2 on the European scale of

degree of rust, after 10 years in a environment of frequent salt spray, chemicals and polluted

coastal atmosphere. During the 10 years, the normal maintenance painting will be done.

The paint manufacturer shall guarantee the paint for at least 10 years.

Should a tenderer wish to offer coating systems other than those specified, as an alternative,

he shall submit full technical details and a list comparing all appropriate details of the

alternatives proposed, with the original specified.

Tenderers must ensure that the different coats they offer in their tenders are compatible with

Page 70: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 51 of 90

each other.

The coating of proprietary items must be done according to Clause 3.

All galvanized components including bolts and nuts but excluding walkway gratings, must be

painted with the specified system, unless otherwise approved.

Page 71: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 52 of 90

The following coating systems must be used unless otherwise specified in the main

specification:-

Substrate

Coat

No

Generic Description

Approved Brand Products

Dry Film

Thickness

(m)

3CR12 steel 1 Surface tolerant epoxy

primer

DULUX /SIGMA Sigmacover

primer

INTERNATIONAL

(PLASCON)

Intergard 269

STONCOR (CHEMRITE

COATINGS) Carboline 193

Primer

65-75

2

Two component

recoatable, polyurethane

finish (Gloss)

DULUX / SIGMA Sigmadur

gloss

INTERNATIONAL

(PLASCON)

Interthane 990

STONCOR (CHEMRITE

COATINGS) Carboline 134

65-75

Galvanized

Steel

1 Surface tolerant epoxy

primer

DULUX /SIGMA- Sigmacover

primer

INTERNATIONAL

(PLASCON)

Intergard 269

STONCOR (CHEMRITE

COATINGS) Carboline 193

Primer

65-75

2

Two component

recoatable, polyurethane

finish (Gloss)

DULUX /SIGMA- Sigmadur

gloss

INTERNATIONAL

(PLASCON)

Interthane 990

STONCOR (CHEMRITE

COATINGS) Carboline 134

65-75

Page 72: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 53 of 90

Substrate

Coat

No

Generic Description

Approved Brand

Products

Dry Film

Thickness

(m)

Mild steel 1 Two component self

curing inorganic zinc ethyl

silicate OR two

component zinc rich

polyamide cured epoxy

primer

DULUX /SIGMA- Sigma

MC60 OR Sigma-cover

primer

INTERNATIONAL

(PLASCON) Interzinc 233 OR

Interzinc 52 or 53

STONCOR (CHEMRITE

COATINGS) Carbo Zinc 11

OR Carbo-line 658 Primer

65-75

2

Flexible recoatable high

build polyamide cured

MIO epoxy

DULUX/SIGMA – Sigmacover

CM MIO

INTERNATIONAL

(PLASCON) Interseal 010 MIO

STONCOR (CHEMRITE

COATINGS) Carboline 190

HB M.I.O. or Carboline 193

M.I.O.

125-150

3

Two component

recoatable, polyurethane

finish (Gloss)

DULUX/SIGMA Sigmadur

gloss INTERNATIONAL

(PLASCON) Interthane 990

STONCOR (CHEMRITE

COATINGS) Carboline 134

65-75

The paint manufacturer's recommendations for the application of the different coating systems,

curing time before handling or application of subsequent coats, health and safety

recommendations etc. must be carefully adhered to.

Paint Contractors must have a quality management system which must be submitted to the

Engineer for approval before commencement of the work.

Galvanizing shall be done to SANS 121 heavy duty hot dip galvanizing to a thickness of at least

85m. Electroplated components in zinc or cadmium are not acceptable.

All mounting bolts, nuts, washers and brackets as well as all fixing bolts, studs nuts and washers

Page 73: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 54 of 90

shall be of stainless steel. Fixing rivets shall be of either stainless steel or brass.

High tensile bolts for friction grip joints must be hot dip galvanized and painted. High tensile bolts

must be certificated after galvanizing.

The full paint system shall be applied to all surfaces which are to be covered with wear pads,

linings etc.

For steelwork which will be transported over long distances and erected on site the two pack epoxy

primers is preferred.

Propriety Items

Proprietary items such as gearboxes, motors, brakes etc. must either be painted according to this

specification or where the coating system is equal to or exceeds this specification sufficient proof of

the coating system applied must be provided. Items which are nearly equal to this specification shall

be given a finishing coat according to this specification's thicknesses and final colours and to the

following procedure:-

A cross cut test must be done to SANS SM159 to determine if the original coating adheres

correctly to the substrate;

The original coating shall be rubbed down to remove any smooth finishing to form a suitable key for

the finish coat and any damaged areas prepared and patch primed with a suitable primer;

The item must then be detergent washed to remove any foreign matter, taking care that no dust,

solvent etc. contaminates any working part of the item;

A test shall be done on the existing coat to ensure that the finish coat will not react with and cause

undue dissolving and lifting of the existing coat. This can be done by applying a small quantity of

the finishing coat thinners.

Should any undue dissolving or lifting occur, a suitable intermediate or barrier coat must be applied

before the finishing coat is applied.

Proprietary items which failed the cross cut test and which generally have inadequate protection

shall be dismantled and the full corrosion protection specification applied.

Surface Preparation

All steel surfaces shall be detergent washed and fresh water rinsed to remove all oil, grease and

surface contaminates before shot blasting.

Sharp edges shall be radius used and major roughness of welds shall be removed by grinding.

Welding spatter and flux shall be removed.

Components manufactured from hot rolled steel sections and steel plate shall be blast cleaned to

base metal in accordance with SANS 10064 grade SA2½ - very thorough blast cleaning, to remove

all mill scale, rust, weld spatter etc.

o “Sharp” chilled iron shot, chilled iron grit, or granular abrasive slag is to be used to produce a

proper degree of surface roughness.

o Blast profile shall be determined by micrometre profile gauge, Keane-Tator surface profile

comparator or Testex press-o-film.

o The profile height shall be between 40 and 50m at any point.

Page 74: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 55 of 90

Good quality blast cleaning and spray painting equipment shall be used. Air used for

spraying and blast cleaning shall be free from all traces of oil, water and salinity. Water and oil

traps must be fitted to all equipment.

Wheel abrading equipment shall not be used unless an angular profile the same as clause 4.3.3 is

achieved.

When wet blasting is done the primer shall be applied before oxidization starts or surface

contamination occurs.

Components manufactured from 3CR12 steel shall be lightly abraded. The components shall then

be passivized by using a mixture of 10 - 15% nitric acid in water which is rinsed off after 10 - 15

minutes. The surface shall be neutralized to pH 7 before it is coated.

Hot-dip galvanized components, galvanized bolts and nuts etc. shall be lightly abraded with a

galvanizing pre-cleaner. The components shall then be washed with detergent and water and

washed down with clean water until a water break free surface is achieved. Allow to dry

thoroughly.

Joints and Mating Surfaces of Members

Mating (faying) surfaces of members which have to be joined by high tensile steel bolts in friction

grip shall be cleaned according to Clause 4 and painted with primer only.

o After being assembled joints so formed shall be seal welded and painted or after the

intermediate coat was applied the edges shall be sealed with an approved brand of

paintable flexible sealant or mastic (e.g. Butyl rubber, polyurethane sealer or two

component epoxy), by means of a suitable caulking gun.

All rivets, bolts, welds, sharp edges etc. must be covered with a "stripe coat" of the primer or

intermediate coat specified to ensure the correct dry film thickness on sharp edges, as well as

sealing of bolt threads to head etc.

All other mating surfaces must be sealed with an approved brand of flexible Butyl rubber, paintable

Silicone, polyurethane sealer or two component epoxy sealer, and joined while still wet. All excess

compounds must be completely removed.

4.5.8 PAINTING PROCEDURES

Directly before the application of paint, the area to be painted shall be degreased with a suitable

degreaser and left to dry.

Paint shall only be applied under the following conditions:-

o There is adequate light.

o The steel temperature is between 5 and 50°C and at least 3°C above the dew point of the air.

o The relative humidity of the air is between the limits specified by the paint supplier.

o Wind does not interfere with the method used and sand and dust cannot be blown onto wet

paint.

Steelwork shall be supported on trestles, at least 900 mm off the ground for painting purposes.

An adequate number of test readings shall be taken per square meter in order to determine the dry

film thickness.

Page 75: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 56 of 90

o The paintwork shall be acceptable if the average of the test readings taken falls within

or exceeds the ranges given.

o Paintwork shall not be acceptable if any single test reading is less than the specified minimum

thickness.

An ultrasonic or electronic magnetic flux thickness measurement gauge shall be used, but in case

of dispute, destructive testing shall be applied. he painted steelwork shall present a clean, neat

appearance of uniform colour and gloss as applicable to the paint used. Each coat of paint shall

be applied as a continuous, even film of uniform thickness. More than one application of paint may

be required to achieve the dry film thicknesses specified or to obliterate the colour of the previous

coating.

The use of thinners or solvents at any stage of the work is prohibited, unless specified by the paint

manufacturer.

Precautions shall be taken to prevent coatings from being applied to equipment nameplates,

instrument glasses, signs etc.

Colour Codes

Machinery and equipment shall be painted in the following final colours:-

Area

Colour

Code No. [SABS 1091 and

International No's]

Mobile equipment (cranes, loaders

etc.)

a) Structure, machinery and electrical

houses, operator’s cabins, chutes,

hoppers etc.

b) Undercarriage, travel bogies,

rubber tyred rims

Transnet White

Transnet dark grey

RAL 9016

RAL 7024 (Graphitgrau)

SABS 1091 GO4 (Bluegrey)

BS 381C-633

Industrial buildings, conveyor

structures

a) Roofs and canopies Pantone cool grey 10 RAL 7037 (Staubgrau)

b) Painted walls

Pantone cool grey 3

RAL 7035 (Lightgrau) or SABS

1091 G62 (Pale grey)

Page 76: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 57 of 90

c) Steel columns, rafters, trusses

Pantone cool grey 5 RAL 7004 (Signalgrau)

General

a) Guards

Golden yellow SABS 1091-B49

RAL 1003

b) Sheaves

Orange RAL 2008

c) Cable reels (Stainless steel

Orange RAL 2008

Machine buffers and parts of machine

which could constitute a serious

hazard

Golden Yellow (High

Gloss) with Luminous

green stripes in

chevron pattern

SABS B49 and Luminous green

Area

Colour

Code No. [SABS 1091

and International No‟s]

e) Any exposed rotating part of

machinery, electrical Switch-gear

(other than starting and stopping

devices and emergency stop

control), electrical services e.g.

conduit and allied fittings

Light Orange (High Gloss) SABS 1091 B26

BS 381C-557

f) Low voltage switchgear panels

where orange is not aesthetically

acceptable

Light grey SABS 1091-G29

BS 381C-631

g) Medium voltage cable trays,

switchgear and motors (3,3 kV and

up)

Oxford Blue SABS FO2

BS 381C-105

RAL5003

h) Starting devices, low voltage

cable trays and switchgear

Mid Brunswick green (high gloss) BS 381C-228

SABS1091-EO4

RAL6005

i) Parts of stationary machinery

(Electrical, motors, gearboxes,

brakes, transformers, etc.])

Light Grey SABS G29

BS 381C-631

j) Hand levers, hand wheels, oiling

points, handrails on walkways,

ladders

Golden Yellow (High Gloss) SABS 1091 B49

BS 381C-356

k) Stopping devices, grease Signal red (High Gloss) SABS 1091 A11

Page 77: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 58 of 90

points , motor fan covers and

danger signs (not symbolic safety

signs for which see SABS 1186)

BS 381C-537

RAL3001

l) Walkways (non slip surfaces)

(galvanized gratings not to be

painted)

Shop floor green

m) Informatory signs and notices

(not symbolic safety signs for which

see SABS 1186)

White on Emerald Green (High

Gloss)

White on

SABS 1091 E14

BS 381C- 228

Area

Colour

Code No. [SABS 1091 and

International No‟s]

Pipe lines

a) Reclaim water piping Aluminium

b) Slurry pipe lines

Dark admiralty grey SABS 1091-G12

c) Fire protection piping

Signal red SABS 1091-A11

d) Wash water drain pipes Light grey

SABS 1091-G29

e) Instrument air White with Strong blue band

White and SABS 1091-F11

f) Plant air White with Flag blue band White and SABS 1091-FO4

g) Potable water Grass green

SABS 1091-D14

Colour bands for pipes shall be 75 mm wide for pipe sizes up to 150 mm diameter and 100 mm

wide for 150 mm and above. The colour bands shall be applied to the pipe flanges, valves,

junctions, walls or structures etc. in such a manner that the pipe may be easily identifiable. On

straight sections the maximum spacing shall be 100 x the pipe diameter.

Page 78: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 59 of 90

Field Touch-up Painting

Damaged and unpainted areas, fasteners, welds, etc. shall be cleaned by wire brushing with

hand tool or power tool in a manner which will minimize damage to sound paint. Grinding will

not be allowed. Rust spots shall be cleaned to bright metal. Thick edges of old paint abutting

on bare metal surfaces shall be feathered by scraping and sanding.

Where welding is required on areas already coated with the coating system, the coat should

be stepped back for ± 30mm around the weld area.

The paint shall be applied to match the original coats in accordance with the manufacturer's

recommendations for the specific paint system.

Note: Inorganic zinc primers shall not be re-covered with an inorganic primer, but only with

an organic zinc primer.

Areas of damaged galvanizing shall be repaired with an approved cold galvanizing product or

metal sprayed by the wire spraying process with Zinc, and then touched up with the specific

paint system.

General

All walkways, floors, maintenance platforms etc. must be painted with a durable, non skid

coating of the appropriate colour.

Exposed machined surfaces must be coated with a strippable corrosion inhibitor (e.g. Tectyl).

Where different materials will be in contact with each other and galvanic corrosion can occur

the contact areas of the materials must be isolated from each other or the joints made water

proof to prevent ingress of moisture.

All components must be designed with corrosion prevention in mind and specifically the

following:-

No entrapment of dirt, product, moisture etc.

No areas must be inaccessible for maintenance such as too narrow gaps etc.

Large flat areas rather than complicated shapes and profiles.

No sharp corners and discontinuous welds.

Parts of equipment which are exposed to high temperatures must be coated with the

following system:-

Coat No

Generic Description

Approved Brand Products

Dry Film

Thickness

(m)

Page 79: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 60 of 90

1 Two component self curing inorganic

zinc ethyl silicate

DULUX /SIGMA- Sigma MC60

INTERNATIONAL (PLASCON)

Interzinc 233

STONCOR (CHEMRITE COATINGS)

Carbo Zinc 11

65-75

2

Single component high temperature

moisture curing silicone with

aluminium flakes

DULUX/SIGMA – Sigmatherm Silicate

INTERNATIONAL (PLASCON)

Intertherm 50

STONCOR (CHEMRITE COATINGS)

Carboline 1248

40

Maintenance Painting of Structures

Areas which are only lightly corroded must be cleaned by means of high pressure water blasting or

wire brushing by power tool and the following system applied:-

Coat No

Generic Description

Approved Brand Products

Dry Film

Thickness

(m)

1 Surface tolerant two pack epoxy

primer with aluminium pigments

Dulux/SIGMA Aluprimer

STONCOR (CHEMRITE COATINGS)

Carbomastic 15

INTERNATIONAL (PLASCON)

Intergard 468,

125-150

Page 80: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 61 of 90

2 Same as first coat OR micaceous iron

oxide (MIO) epoxy

DULUX/SIGMA – Sigmacover CM MIO

INTERNATIONAL (PLASCON)

Interseal 010 MIO

STONCOR (CHEMRITE COATINGS)

Carboline 190 HB M.I.O. or Carboline

193 M.I.O.

125-150

3

Two component recoatable,

polyurethane finish (Gloss)

DULUX/SIGMA Sigmadur gloss

INTERNATIONAL

(PLASCON) Interthane 990

STONCOR (CHEMRITE COATINGS)

Carboline 134

65-75

Alternatively, the Noxyde paint system can be used, consisting of two to three coats of water based

Noxyde paint to achieve a DFT of 350 to 400 microns. Where the Noxyde system is used on areas

other than slightly corroded structural areas, the following additional requirements must be

observed:

o Very smooth surfaces (e.g. 3CR12, stainless steel or hot-dip galvanized components,

bolts, nuts and fittings, and HT bolts): Parts must be thoroughly degreased using

OptiDegreaser, washed down with potable water, and immediately when dry, a single

coat of OptiPrimeAqua applied.

o Paintable flexible sealant/mastic: Only sealant approved by the paint manufacturer may

be used, and an initial coat of OptiPrimeAqua applied over it before the further coats of

Noxyde are applied.

o Bolted/riveted connections: After blasting or and/or cleaning as required, apply a coat of

OptiPrimeAqua and an additional stripe coat of Noxyde, in contrasting colour, to all

bolt/nut and plate edges and crevices.

The adhesion of old coatings must be verified by doing a cross cut adhesion test on selected areas.

The compatibility of the new paint system on the old coating must be tested and guaranteed in

writing by the paint supplier.

The work and coating system must be guaranteed for a minimum of 12 months.

All heavily corroded areas must be shot blasted to minimum SA2 and the three coat system indicated

in clause 2.6 applied.

Areas where the old coating is still sound need only be high pressure cleaned with a suitable solvent

and coated with one of the primers suggested in clause 10.2 (as tie coat) and then with one of the

top coats suggested in clause 2.6 to get the appropriate colour and finish. The minimum dry film

thickness of this tie coat must be 75 microns and top coat must be 50 microns, but the previous

Page 81: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 62 of 90

coating colour shall be completely obliterated to present a uniform colour.

Note: Inorganic zinc primers shall not be re-covered with an inorganic primer, but only with an

organic zinc primer.

Repairs to the insides of all the enclosed sections of the booms as well as the insides of the crane

legs, sill beams, cross beams, pylon cross bracing members etc. shall be done as above but the top

coat need not be applied.

5. List of Drawings

5.1 Drawings issued by the Employer

This is the list of drawings issued by the Employer at or before the Contract Date and which apply to

this contract.

Note: Some drawings may contain both Works Information and Site Information.

Drawing No. Revision Description

2123361-1-150-S-LA-0001-01 0B

STRUCTURAL LAYOUTS AND SECTIONS

(FOUNDATION,SURFACE, ROOF SLAB &

REINFORCEMENT DETAILS)

2123361-1-150-A-LA-0001-01 0B SECURITY KIOSK, ELEVATIONS, SECTION AND

SCHEDULES

2123361-1-150-C-DE-0001-01 0A ELECTRICAL DRAW CHAMBERS

2123361-1-150-C-DE-0002-01 0A TYPICAL SEWER MANHOLES (LIGHT DUTY)

2123361-1-150-C-GA-0001-01 0A GENERAL DETAILS AND LAYOUT

2123361-1-150-E-LA-0001-01 0A PROPOSED CABLE ROUTE SITE LAYOUT

2123361-1-150-E-LA-0002-01 0A SLD, LIGHTING AND POWER LAYOUT

2123361-1-150-E-LA-0002-02 0A EARTHING AND LIGHTNING PROTECTION

2123361-1-150-M-LA-0001-01 0A VENTILATION, FIRE AND WATER RETICULATION

SECTION 2 6. Management and start up

6.1. Management meetings

Regular meetings of a general nature may be convened and chaired by the Project manager as

follows:

Title and Approximate

time & interval

Location Attendance by:

Page 82: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 63 of 90

purpose

Risk register

and compensation

events

Weekly TBA Project manager (and appropriate

delegates), Supervisor (and appropriate

delegates) and Contractor (appropriate

key persons)

Overall

contract

progress

and

feedback

Weekly TBA Project manager (and appropriate

delegates), Supervisor (and appropriate

delegates) and Contractor (appropriate

key persons)

SHE

meetings

Monthly TBA Project manager (and appropriate

delegates), Supervisor (and appropriate

delegates) and Contractor (appropriate

key persons)

Meetings of a specialist nature may be convened as specified elsewhere in this Works

Information or if not so specified by persons and at times and locations to suit the Parties, the

nature and the progress of the works. Records of these meetings are to be submitted to the

Project manager by the person convening the meeting within five days of the meeting.

All meetings are to be recorded using minutes or a register prepared and circulated by the

person who convened the meeting. Such minutes or register are not to be used for the purpose

of confirming actions or instructions under the contract as these are to be done separately by the

person identified in the conditions of contract to carry out such actions or instructions.

6.2. Documentation Control

In undertaking the works all documentation requirements for the works shall be dealt with in

accordance with document DOC-STD-0001 – Rev03 (Contractor Documentation Submittal

Requirements). The control, maintenance and handling of these documents and drawings,

using a suitable document control system, remain the sole responsibility of the Contractor.

The Contractor Documentation Schedule (CDS) is as contemplated in DOC-STD-0001 – Rev 03,

as contained in the Annexures E.

The Contractor documentation “Starter kit”, as contemplated in DOC-STD-0001 – Rev 03, will

be issued at the kick-off meeting following award.

All contract correspondence is issued through document control. All hardcopy communication

will be delivered to the Employer via Lead Document Controller at the project site

office/Queens Warehouse document control department. In the event of urgent

communication, electronic communication can be transmitted to the responsible Document

Controler and cc [email protected] on that correspondence.

Each supplier of documentation and data to the Project is responsible for ensuring that all

documentation and data submitted conforms to the Project Standards and data Quality

Page 83: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 64 of 90

requirements in terms of numbering, uniqueness, quality, accuracy, format,

completeness and currency of information. Data not meeting the Project Standards and data

Quality requirements will be cause for rejection and returned to the Contractor for corrective

action and re-submission.

Should any change be made to documentation or data, which has already been submitted to

the Project, then new or revised documentation or data shall be issued to replace the outdated

information.

All drawings supplied shall comply with the CAD Standards, i.e. ENG-STD-0001, contained in

the Annexures ?

It is the responsibility of all Project participants undertaking work on the Project to ensure they

obtain and comply with the relevant requirements to suit their deliverables and Scope of Work.

The Contractor is to ensure that the latest versions of the required application software and a

suitable „IT‟ Infrastructure are in place to support the electronic transmission of documentation.

Electronic files submitted to the Project shall be clear of known viruses and extraneous

“macros”. The supplier of documentation is required to have, at all times, the latest generation

of virus protection software and up-to-date virus definitions.

The Contractor shall be responsible for the supply of all Sub-Supplier/Contractor/ Manufacturer,

etc documentation and data related to their package of work, and shall ensure that these Sub-

Suppliers have the capability to supply the necessary documentation and data in the required

time-frame and quality as outlined in the specified standards prior to awarding sub-orders.

The required number of copies shall as a minimum be three (3) (1x original + 2 x hard copies),

with the corresponding PDF and „Native‟ file formats upon final submission.

The Contractor shall apply “wet signatures” to the original Documentation before scanning the

signed original and prior to formal submission to the Project.

Final issues of all documentation shall be supplied to the Project in “wet signature” format

along with the associated corresponding electronic „native files‟ and PDF renditions.

The Contractor shall ensure adequate resources are available to manage and execute the

Document Control function as per the requirements of the Project. (The Contractor shall ensure

that a dedicated Document Controller is available for the Project)

Procedure for Submission and Acceptance of Contractor’s Design

The Contractor‟s documentation shall be issued to the Project Manager under cover of the

Contractor‟s Transmittal Note indicating all Contract references (i.e. Project No, Contract No,

etc.) as well as the Contractor‟s Project Document Number, Revision Number, Title and

chronological listing of transmitted documentation. Formats of Contractor data submitted is

dependent on the project procedure and shall be specified by the Project Manager, upon the

notified request of the Contractor.

The Contractor shall deliver both hard copies and electronic media copies (CD Rom) to the

Project Manager either at the address stated within the Contract Data or at the Project site

office.

All electronic documentation shall be submitted by the Contractor in Adobe Acrobat (.PDF) and

native file format.

Acceptance of documentation by the Project Manager will in no way relieve the Contractor of is

responsibility for the correctness of information, or conformance with his obligation to provide

the Works. This obligation rests solely with the Contractor.

Page 84: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 65 of 90

After review, a copy of the original reviewed/marked-up drawing/document, with the

Project Manager‟s consolidated comments and document status marked on the Contractor

Review Label, is scanned and the copy shall be returned to the Contractor under cover of the

project‟s Transmittal Note for revision or re-submittal as instructed.

The Contractor shall allow the Project Manager 2 weeks (unless otherwise stated and agreed)

to review and respond to the Contractor‟s submission of their documentation, i.e. from time of

receipt by the project to the time of despatch. However, work shall proceed without delay in

the event of late return of the documentation by the Project Manager with prior notification in

writing by the Contractor.

On receipt of the reviewed documentation the Contractor shall make any modifications

requested/marked-up and resubmit the revised documentation to the Project Manager within 2

weeks. Queries regarding comments/changes should be addressed with the Project Manager

prior to re-submittal.

Any re-submittals, which have not included the changes/comments identified, will be returned

to the Contractor to be corrected. The Contractor shall re-issue the revised documentation

incorporating all comments and other specified details not included in the previous issue within

2 working days of receipt of the marked-up document.

In undertaking the works (including all incidental services required), the Contractor shall

conform and adhere to the requirements of the Contractor Document Submittal Requirements

Standard included in the Annexures (Refer DOC-STD 0001 Rev 03).

As-built Drawings, Operating Manuals and Data Packs

The Contractor provides the following:

Red Line/Final Documentation

In undertaking the works (including all incidental services required), the Contractor shall

conform and adhere to the requirements of the Contractor Document Submittal

Requirements Standard included in the Annexures (Refer DOC-STD-0001 Rev 03).

All Red Line information to be signed off by Contractor‟s responsible Professional

Engineer/Technologist before issue to TCP.

Installation, Maintenance and Operating Manuals and Data Books

The Contractor provides manuals in an A4 hard covered, red, grease and waterproof binder,

using 2 ring type binders. The manuals are well indexed and user friendly and include a

summarized Table of Contents.

Drawings and charts larger than A4 are folded and those greater than A3 are enclosed in an A4

plastic pocket of adequate strength.

The Contractor submits the draft Table of Contents to the Project Manager for acceptance

prior to the compilation and official submittal of the manuals.

The originals of all brochures shall be issued to the Project Manager. When a general brochure

is applicable to a range of equipment, then the specific item, catalogue number or model

number shall be stated, which is best achieved by introducing a separate index page, which

cross-references the specific item to a tag number.

The address, phone numbers, fax numbers and reference numbers of all Sub-Contractors is

provided.

Page 85: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 66 of 90

Where manuals include drawings that still need to be revised to “As-Built” status, and

such manuals are required prior to „As-Built‟ status, the manual will not be considered to be in

its final form until the “As-Built” version of each such drawing has been incorporated.

The required number of copies of the manual (s) shall be as specified by the Project Manager

and submitted per type or model number of equipment included in the contract, or as specified

by the Project Manager.

All electronic copies (pdf.) of Data Packs to be properly indexed.

A typical example of what the binder/file (s) shall be marked with on the spine and the front

cover is as follows: -

- Project Name

- Manual Title, e.g. Installation, Maintenance and Operating Manual

- FBS No. and Title

- Manual Numbering (e.g. Volume 1 of 2, etc.)

- Contract Number

- Contractor Name

Unless otherwise stated in the CDS, the required number of copies of all As-Built/Final/Data

Packs shall be:

- 3 x hard copies (Full size)

- 3 x CD Roms with Adobe Acrobat (.pdf) and “Native” formats

6.3. Safety risk management

6.3.1. Health and Safety Standard

The Contractor must comply with the requirements of the Transnet Capital Projects HAS-GL- 0001 Health and Safety Guidelines.

6.3.2. Contractor’s General Requirements for Health and Safety

The Contractor is solely responsible for carrying out the work under the Contract having the highest regard for the health and safety of its employees, Transnet’s employees and persons at or in the vicinity of the Site, the Works, temporary work, materials, the property of third parties

and any purpose relating to the Contractor carrying out its obligations under this Contract.

The Contractor must initiate and maintain safety precautions and programs to conform to all applicable Health and Safety laws or other requirements, including requirements of any applicable government instrumentality and client corporate, business unit and site requirements.

The Contractor must, at its own cost, erect and maintain safeguards for the protection of workers

and the public. The Contractor must manage all reasonably foreseeable hazards created by

performance of the work. The Contractor must:

o Provide all things and take all measures necessary for maintaining proper personal hygiene, ensuring safety of persons and property and protecting the environment at or near the Site.

o Avoid unnecessary interference with the passage of people and property at or near the Site.

Page 86: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 67 of 90

o Prevent nuisance and excessive noises and unreasonable disturbances in performing the Services.

Be responsible for the adequacy, stability and safety of all of its site operations, of all its methods of design, construction and work and be responsible for all of the work, irrespective of any

acceptance, recommendation or consent by TCP, its Contractors, employees, agents and invitees, or any Government Body.

Costs for the above are borne by the Contractor.

The Contractor must comply and is responsible for ensuring that all of its Sub-Contractors comply with the relevant legislation(s) and statutory regulations for health and safety, the Transnet Health and Safety requirements included in the Contract and other document pertaining to health & safety contained in the Programme Health & Safety Management System and include standards, policies, procedures, guidelines and safe work instructions.

6.3.3. Contractor’s Health and Safety Management Plan

The Contractor must prepare, implement and maintain a project-specific Health and Safety Management Plan. The plan must be based on the requirements set out in this specification as well as all applicable legislation. It must cover all activities that will be carried out on the project site(s), from mobilisation and set-up through to rehabilitation and decommissioning. The Plan (CHSMP) must be in writing and presented to Transnet Capital Projects or nominated representatives for review and acceptance. The Plan must at least “be accepted with comments”

by Transnet Capital Projects BEFORE permission can be granted to Contractors to mobilise to site.

The Contractor’s Health and Safety Management Plan must be in line with HAS-GL-0001 and Project Specific Health and Safety Functional Execution Plan (PSHSFEP) which indicate Project Specific site safety rules.

Any proposed amendments or revisions to the CHSMP shall be submitted to Transnet Group Capital for review and acceptance, and once accepted, it becomes part of the Transnet Group Capital Safety Management Plan.

The plan must demonstrate the Contractor’s commitment to health and safety and must, as a minimum, include the following:

o A copy of the Contractor’s Health and Safety Policy; in terms of the OHS Act section 7;

o Procedures concerning Hazard Identification and Risk Assessment, including both Baseline and Task-Based Risk Assessments;

o Arrangements concerning the identification of applicable Legal and Other Requirements, measures to ensure compliance with these requirements, and measures to ensure that this information is accessible to relevant personnel;

o Details concerning Health and Safety Objectives – a process must be in place for setting objectives (and developing associated action plans) to drive continual improvement;

o Details concerning Resources, Accountabilities and Responsibilities – this includes the assignment of specific health and safety responsibilities to individuals in accordance with

legal or project requirements, including the appointment of a Project manager, Health and Safety Officers, Supervisors, Health and Safety Representatives, and First Aiders;

o Details concerning Competence, Training and Awareness – a system must be in place to ensure that each employee is suitably trained and competent, and procedures must be in place for identifying training needs and providing the necessary training;

Page 87: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 68 of 90

o Communication, Participation and Consultation arrangements concerning health and safety, including Safety Observations and Coaching, Toolbox Talks, Daily Safe Task Instructions, project health and safety meetings, and notice boards;

o Documentation and Document Control – project-specific documentation required for the effective management of health and safety on the project must be developed and maintained, and processes must be in place for the control of these documents;

o Processes and procedures for maintaining Operational Control, including rules and requirements (typically contained in Safe Work Procedures) for effectively managing health and safety risks, particularly critical risks associated with working at heights, confined spaces, mobile equipment and light vehicles, lifting operations, hazardous chemical substances, etc.;

o Emergency Preparedness and Response procedures;

o Management of Change – a process must be in place to ensure that health and safety risks are considered before changes are implemented;

o Sub-Contractor Alignment procedures – a process must be in place for the assessment of

sub-Contractors and suppliers with regard to health and safety requirements and performance (before any contract or purchase order is awarded);

o Measuring and Monitoring plans, including a plan for the measuring and monitoring of employee exposure to hazardous substances or agents (e.g. noise, dust, etc.) in order to determine the effectiveness of control measures;

o Incident Reporting and Investigation procedures describing the protocols to be followed with regard to incident reporting, recording, investigation and analysis;

o Non-conformance and Action Management procedures concerning the management of corrective actions;

o Performance Assessment and Auditing procedures concerning health and safety performance reporting, monthly internal audits to assess compliance with the project health and safety requirements, and daily site health and safety inspections; and

o Details concerning the Management Review process followed to assess the effectiveness of health and safety management efforts. Site Supervision

o The Contractor shall comply with OH&S Act – Section 8, 9, 13 and 16 and the Construction Regulations 2014.

o The Contractor must nominate and appoint a responsible person on site to whom the

Project manager may refer in connection with the Works. Persons are nominated for all shifts worked or whilst any activity relating to the Contract is being performed on site, and

must have the authority to bind the Contractor with respect to the Contract. (OH&S Act - 16 Section (2)).

o The Contractor must ensure that the performance of all specified Works is supervised throughout by a sufficient number of qualified and competent appointed representatives of

the Contractor, who have experience in the type of work specified. (OH&S Act – Construction Reg. 8 (1) and 8 (2.)

o Note: No work may commence and or continue without supervisory Appointees present

on site. The Contractor’s Site Supervisor must be equipped with a mobile telephone with message bank and/or pager or an equivalent communication device so that communication throughout the Contract can be maintained at all times.

Page 88: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 69 of 90

o The Contractor’s Site Supervisor must provide a list of names and contact telephone

numbers of all Contractors and Sub-Contractor’s contact persons on Site. This list is

updated as a new Contractor or Sub-Contractor employee commences on Site.

o The Contractor’s Site Supervisor must keep a record of all employees, including date of induction, relevant skills and licences, and be able to produce this list at the request of the Supervisor.

o The Contractor’s Site Supervisor must complete manning sheets describing the day’s activities, labour numbers and classifications and issue these to the Supervisor prior to 9.00 am on a daily basis.

o The Project manager’s Site Safety Representative is notified of any new starter with evidence of induction and site specific induction prior to commencement of work.

6.3.4. Contractor’s Safety Officer

The Contractor must appoint a full-time Health and Safety Officer for the duration of the contract. If more than 100 employees are deployed on the project site(s) (directly or through sub-

Contractors), at least two full-time Health and Safety Officers must be appointed, with an additional Health and Safety Officer appointed for every 100 additional employees thereafter.

The Health and Safety Officer must be on site when work commences at the start of the day and

must remain on site until all activities for that day (including the activities of sub-Contractors) have been completed. A Health and Safety Officer must be present during all shifts, so if work is

carried out over more than one shift per day, the Contractor must make provision for an additional Health and Safety Officer.

6.3.4.1 Each Contractor Health and Safety Officer shall be responsible for:

o Reviewing all applicable legal and project health and safety requirements and providing

guidance to Contractor and sub-Contractor personnel (particularly the Contractor’s Project manager) to help ensure compliance at all times;

o Assisting with the implementation of effective hazard identification and risk management

processes for all work to be carried out by the Contractor;

o Participating in the Baseline Risk Assessment for the Contractor’s scope of work (prior to site establishment) and ensuring that identified control measures are implemented;

o Participating in all Task-Based Risk Assessments conducted for the work to be carried out by

the Contractor and ensuring that identified control measures are implemented;

o Conducting Contractor health and safety induction training for all Contractor and sub-Contractor personnel;

o Compiling and maintaining all health and safety related documents and records required of the

Contractor;

o Communicating relevant health and safety information to Contractor and sub-Contractor personnel (e.g. incidents and lessons learnt, leading practices, hazards, risks and control measures, etc.);

o Carrying out Safety Observations and coaching (one per day);

o Evaluating (on a daily basis) the content of the Daily Safe Task Instructions (DSTI’s) conducted

by the Contractor’s appointed supervisors, and attending at least one DSTI each day;

Page 89: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 70 of 90

o Attending monthly Contractor and Site Health and Safety Meetings;

o Assisting with the implementation of the Contractor’s Health and Safety Management Plan and associated Safe Work Procedures;

o Carrying out Planned Task Observations on an ad hoc basis;

o Assisting with the implementation, testing and maintenance of an effective Emergency

Response Plan for all Contractor and sub-Contractor activities;

o Responding to workplace incidents (as appropriate);

o Participating in incident investigations;

o Maintaining accurate health and safety statistics (for the Contractor and all sub-Contractors), and compiling health and safety performance reports as required;

o Auditing the health and safety management system and workplace activities of the Contractor and each sub-Contractor on a monthly basis to assess compliance with the project health and safety requirements; and

o Tracking and reporting on the implementation of corrective actions (arising from incident

investigations, audits, inspections, etc.). The Contractor must ensure that they have made adequate provision of safety officers as per the works information works packages). Health and Safety Officer is adequately equipped to enable him to perform his duties effectively. Each Health and Safety Officer must be provided with the following:

o A computer with access to all necessary systems, including access to e-mail and the internet;

o A mobile telephone on contract or with adequate pre-paid airtime; and

o A vehicle where required or instructed by a nominated project management representative (depending on the size and location of the project site(s)).

6.3.4.2 A Health and Safety Officer must be computer literate, fluent in English, and must have the following minimum qualifications, training and experience:

o At least 5 years’ experience as a Health and Safety Officer on construction projects;

o SAMTRAC or an equivalent training course as a minimum qualification;• Experience and appropriate training with regard to implementing and maintaining a health and safety management system compliant with national legislation or an international standard;

o Experience and appropriate training with regard to construction related hazard identification and risk management processes;

o Competence, experience and relevant training with regard to incident investigation procedures and causation analysis;

o Health and safety auditing experience and training;

o A valid First Aid certificate of competency;

o Fire prevention and protection training; and

o A valid Driving Licence (light motor vehicle).

o Before placing a Health and Safety Officer on the project site(s), the Contractor must forward a copy of the person’s CV to the nominated project management representative

Page 90: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 71 of 90

or to the Programme Health and Safety manager for review and acceptance. A proposed candidate may be rejected should he not meet the experience and/or qualification requirements, or due to poor work performance on previous projects.

6.3.5. Contractor’s Safety Manual

The Contractor must provide a hard copy of its safety manual, policies and procedures to the

Project manager for acceptance prior to the commencement of any site work. The Contractor must ensure that his personnel, at all times, strictly observe and comply with the procedures set

out therein. The Project manager or the Project manager’s nominated Representative may from

time to time request safety procedures applicable to the area of operations. The Contractor must

forward to the Project manager any updates or revisions to its safety manuals, policies or procedures as soon as practicable following revision or update.

The Project manager may require the Contractor from time to time to supplement its safety manual, policies and procedures with guidelines and/or operating standards provided to the

Contractor by the Project manager. The Contractor must comply with such requests where the

request is consistent with the requirements of the Contract. The Contractor must give prompt

written notice to the Project manager of any objection to the requested supplement, including the

reasons for objection. The Project manager’s rights under this Clause are not intended, and must

not be construed, to relieve the Contractor from any obligations to ensure compliance with all provisions of this Contract.

6.3.6. Performance Measurement and Reporting

6.3.6.1 Health and Safety Statistics

The Contractor and each of its Sub-Contractors must complete and submit Health and Safety

statistics to the Project manager or the Project manager’s nominated representative, or as

amended by the Project manager, before mid-day on the Friday of each week. The Contractor must submit monthly Health & Safety Statistics before mid-day on the last day of each month to

the Project manager’s nominated representative.

6.3.6.2 Safety Management Records

The Contractor must submit to the Project manager for acceptance a schedule of the specific Health and Safety records it intends to maintain for the Contract. As a minimum, such records are

as specified by applicable legislation. Copies are provided to the Project manager or the Project manager’s nominated Representative if requested.

6.3.6.3 Field Technical/Safety Audit by the Project manager

The Project manager or the Project manager’s nominated Representative has the right to conduct

audits/inspections of the Consultant, Professional Service Provider (PSP) and Contractor Safety Management Plan implementation, operations, equipment, emergency procedures, etc., at any

time, and the Contractor must fully cooperate with the Project manager or the Project manager’s

nominated Representative during such audits/inspections. The Project manager’s rights under this clause does not, must not and will not relieve the Consultant, Professional Service Provider

(PSP) and Contractor of its own obligations to conduct audits and reviews of its own Health and Safety performance.

Where such audits/inspections reveal deficiencies in the Contractor procedures, drills, training or

equipment, or non-conformities with the Contractor accepted project Safety Management Plan, of

a minor nature (Risk Rating of 6 or less), the Contractor must investigate the cause of the nonconformity and initiate corrective and preventive action to rectify such deficiencies and non-conformities and prevent recurrence as soon as practicable.

Where such audits/inspections reveal deficiencies of a major nature (Risk rating of 7 or greater),

the Contractor must stop work on the operation/activity concerned, immediately investigate the

Page 91: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 72 of 90

cause of the nonconformity, and initiate corrective actions to rectify such deficiencies and non-conformities and to prevent recurrence. These corrective action plans is submitted to the

Project manager for review and comment within 24 hours of the audit finding.

Where such deficiencies include an unsafe practice or a breach of the statutory or the Contract’s

requirements, the Project manager or the Project manager’s nominated Representative may in accordance with the General Conditions of Contract suspend the work associated with the unsafe practice or breach until the deficiency is rectified.

The Project manager or the Project manager’s nominated Representative will establish a schedule of regular field safety audits which will be based on an audit tool aligned to the

Contractor Safety Management Plan and site operations and activities. The Contractor audit conformance will be assessed as a percentage and where conformance is better than 90% it will

be considered satisfactory and the Contractor must develop and implement an action plan within

4 weeks, to be reviewed at the next regular audit. Where the Contractor level of conformance is between 75 – 90%, a corrective action plan will be required to be developed and implemented

within 2 weeks, and a follow up audit will be carried out. Where the Contractor conformance is

less than 75% the Contractor must stop work until an investigation of the cause/s has been

completed and corrective actions have been developed and implemented by the Contractor.

The Contractor must provide to the Project manager or the Project manager’s nominated Representative, at a time to be agreed, but not to exceed monthly intervals, a regular status report on all outstanding corrective actions until they are successfully closed out.

6.3.6.4 Unsafe Act/Condition Auditing

The Contractor must implement a system to recognize, correct, and report unsafe acts/conditions (Unsafe Act/Condition Auditing) associated with all Site activities. All such observations must be recorded and delivered to the TCP Health and Safety Manager.

6.3.7. Involvement, Communication and Motivation

The Contractor and subContractor’s workforce must, through their supervision, safety notice boards, toolbox meetings and daily pre-start meetings be kept aware of safety related matters.

6.3.7.1 Safety Meetings

The Contractor must implement and comply with OH&S Act, Section 19

The Contractor must conduct weekly safety meetings with his employees to foster safety awareness. Copies of minutes and action items arising from such Toolbox meetings is submitted

or otherwise made available for review by the Project manager or the Project manager’s nominated Representative.

Such meetings should at least address:

o Accident / safety incidents

o Hazardous conditions

o Hazardous materials / substances

o Work procedures

o Protective clothing / equipment

o Housekeeping

o General safety topics

Page 92: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 73 of 90

o Job or work look-ahead issues

o Safety statistics

o Significant Safety Occurrences (SSO)

The Contractor must conduct at least one formal safety meeting per month and must maintain appropriate records of attendance and meeting content. Such records are made available to the

Project manager’s Representative. In addition to Daily Safe Task Instructions, the Contractor must conduct at least weekly “tool box” meetings to discuss safety issues and procedures.

6.3.7.2 Pre Start Safety Briefings

The Contractor must hold documented Daily Safe Task Instructions with each work team before the start of each shift. Attendance records and brief topic notes is kept for auditing and record purposes. Safety Review Meetings

The Contractor Site Manager and a Site Safety Representative must take part in weekly safety

review meetings between the Contractor and the Project manager or the Project manager’s nominated Representative.

The Contractor must attend all project safety meetings as outlined in the Project Safety Management Plan.

6.3.7.3 Site Safety Review Committee

The Contractor complies with the requirements of the Site Safety Review Committee with respect to his own activities and others on the Site and Working Areas.

6.3.7.4 HAZOP Review

Not applicable

6.3.7.5 Job Safety Analysis

The Contractor completes a Job Safety Analysis prior to carrying out any operation on the Site

and/or Working Area to the approval of the Project manager.

6.3.7.6 Lines of Communication

The following personnel act on behalf of the Project manager and may communicate directly with

the Contractor and his key persons with respect to the SMP:

o Construction Manager (CM)

o Project Site Safety Manager (PSSM)

6.3.8. Roles and responsibilities

The roles and responsibilities of the various personnel acting on behalf of the Project manager with respect to the SMP and health and safety issues are as stated in the paragraphs following:

6.3.8.1 Construction Manager

o The CM is responsible (in the context of the SMP only) for health and safety on the Site and

working Areas and reports to the Project manager.

o The CM specific tasks (in the context of the SMP) are:

Page 93: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 74 of 90

o Implement the safety management system

o Monitor compliance to the established safety management system

o Ensure risk is at an acceptable level

o Ensure Consultant Construction Management Team are competent

o Planning, organisation, leadership and control

o Particular technical competencies for critical work

o Supervision and control on each shift

o Regular monitoring and assessment

o Workplace inspections

6.3.8.2 Project Site Safety Manager

o The PSSM is responsible for ensuring that the Contractor complies with the SMP. The

PSSM acts on behalf of the Project manager.

o The PSSM specific tasks (in the context of the SMP) are:

o Define, in accordance with the HSSP, the:

o Safety program (instructions, training, meetings, inspections, incentive)

o Health and medical program

o Checks that Contractors have issued their Health and Safety plans, PPSPS and procedures before the beginning of work

o Organizes safety awareness campaigns

o Promotes communication on all health and safety matters (awards, incentives, meeting/inspections/audits reports)

o Checks conformance of equipment to technical requirements and regulations.

o Issues and address the site EHS activities reports

o Promotes everybody’s best efforts to keep accident frequency and severity ratios at their lowest level

o Promotes a proper and continuous housekeeping of plant and temporary facilities in order to create the most suitable conditions for workers to wok and to be encouraged to follow HSE requirements

o Conducts worksite EHS walks with all Contractors, and directs appropriate corrective actions

o Monitors that all factors likely to improve health and safety are taken into consideration, particularly those which lead to:

o Promoting personnel protection as an absolute requisite

o Investigating, identifying and neutralizing potential hazards

Page 94: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 75 of 90

o Close coordination with all parties involved in construction in order to avoid overcrowded areas and dangerous operations

o Thorough preparation of work critical phases

o Close contacts to local EHS authorities

o Continuous follow-up in order to correct immediately unsafe acts and situations

o In case of accident, he takes actions necessary to:

o Initiate quick interventions of the emergency means.

o Check that first aid and evacuation of injured persons are properly carried out.

o Obtain a clear accident report from the sub-Contractor concerned.

o Report immediately to the Construction Manager.

o Investigate to identify the root causes of all incident and near misses.

6.3.9. Commissioning Safety Study

The Project manager, through his Construction Management Team, will facilitate and coordinate a formal Commissioning Safety Study and ensure that required procedures are prepared prior to the commencement of the commissioning phase.

The Commissioning Safety Study will provide a final checkpoint for the completed work and is part of the process for ensuring that all necessary actions have been completed. The elements to be considered include:

o Mechanical and electrical integrity systems are in place (e.g. equipment tests and inspections of critical equipment, quality control procedures, etc.) which will confirm that construction, equipment and materials are in accordance with design specifications

o Formal hazard analyses for pre-commissioning and commissioning activities have been completed, appropriately documented and communicated, and are available to all personnel.

o Punch-list work has been sufficiently completed so that installations are safe to apply hazardous energy.

o Documentation relevant to any modifications has been created/updated.

o Safe operating, maintenance and emergency procedures are in place.

o Operating and maintenance manuals are available and training of commissioning employees has been completed.

o As Built drawings are available.

o A Commissioning Permit (to apply hazardous energy) is developed and implemented.

The Project manager will ensure that after commissioning there is a formal documented hand over to operations and maintenance personnel and others who will be impacted by hazards that have been identified during project activities. This will involve communication of any changes to the process hazards, procedures and operating philosophy. Safe systems of work will be established and updated throughout the Project. Safe systems of work will be subject to on-going

Page 95: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 76 of 90

review to ensure their effectiveness. Site-wide Permits to Work will be used as the basis of safe systems of work for specified hazardous activities.

6.3.9.1 Housekeeping

Accidents can occur as a result of poor housekeeping. Hazards at construction site are the same for both day and night shift while the risks of injury are much higher during night works because of the inherent poor illumination. It is essential that the workplace is kept clean and tidy to ensure safety and prevent accidents.

6.3.9.2 Emergency Preparedness and Response (EPR)

Contractor should developed and implement the EPR that is specifically night time environment and submit for approval before work at night is carried out. A well-established EPR can help both

Contractors and employees to prepare; response and recover should a disaster occurs.

6.3.9.3 Public safety

When construction works involves public area, it is important to make sure the safety of the

public. The Contractor must consider the following when planning for night time work; identify the hazards for example construction vehicle movement or too much glare from lighting equipment and plan for vehicular movement to not interrupt peak hours and make sure adequate supervision is provided for such movement.

Contractor must provide sufficient signage to warn the public and put barriers at a safe distance to keep the public away.

Set up a safe walk ways where it is unavoidable to work near or in public vicinity.

Arrange noisy equipment or machinery at farthest point from the public or adopt an engineering control to reduce the noise.

When overhead crane is operating near the public, clear off the area and make sure adequate supervision is in place.

Schedule for daily cleaning of the adjacent public road and filling up holes as well as uneven surfaces.

6.3.10. Document Control

All safety documents shall comply with the Project Document Control Procedures.

6.4. Environmental constraints and management

6.4.1 All work is to be conducted in accordance with the principles of the National Environmental Management Act, 1998 (Act no 107 of 1998) but not limited to other applicable regulations as well as the accepted environmental good practice.

6.4.2 The following documents provide the minimum acceptable standards that shall be adhered to:

Construction Environmental Management Plan (CEMP); (ENV-STD-001 Rev 02); and

Standard Environmental Specifications (SES) (ENV-STD-002 Rev 02).

The CEMP describes the main roles and responsibilities of the project team with respect to

Environmental Management.

The SES describes the minimal acceptable standard for environmental management for a

range of environmental aspects commonly encountered on construction projects and sets

environmental objectives and targets, which the Contractor observes and complies.

Page 96: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 77 of 90

6.4.3 The Contractor must appoint a Safety and Health and Environmental Officer (SHE Officer) to monitor and manage compliance to Environmental Specification and all applicable environmental legislation. The SHE Officer must as a minimum have an environmental management background coupled with an Environmental related certificate.

6.4.4 The Contractor will be required to submit an environmental file to TCP post award of tender.

Particular requirements of the Employer will be made known on award of the contract. Site access certificate shall not be granted until the environmental file has been approved by the

Employer.

6.4.5 The overarching obligations of the Contractor under the CEMP before construction activities commence on the Site and/or Working Areas is to provide environmental method statements (as contained under section 7.1.3 of the CEMP) for all construction operations at the Site

and/or Working Area by the Contractor and where requested by the CM and to comply with the following:

The Contractor shall identify the kinds of environmental impacts that will occur as a result of

their activities and accordingly prepare separate method statements describing how each of

these impacts will be prevented or managed so that the standards set out in the SES document

are achieved. The method statements will be prepared in accordance with the requirements set

out in the CEMP. These method statements shall form part of the environmental file. The

Contractor shall ensure that his management, foremen and the general workforce, as well as all

suppliers and visitors to Site have attended the Environmental Induction Programme prior to

commencing any work on Site. If new personnel commence work on the Site during

construction, the Contractor shall ensure that these personnel undergo the Environmental

Induction Programme and are made aware of the environmental specifications on Site.

6.4.6 Where required, one of the first actions to be undertaken by the Contractor shall be to erect and maintain a temporary fence along the boundaries of the Site and Working Areas as applicable,

and around any no-go areas identified on the layout plans, to the satisfaction of the Project manager.

6.4.7 During the construction period, the Contractor complies with the following:

A copy of the CEMP and SES shall be available on Site, and the Contractor shall ensure that all

the personnel on Site (including SubContractors and their staff) as well as suppliers are familiar

with and understand the specifications.

The Contractor must sign a Declaration of understanding (T2.2.38) as part of a returnable

acknowledging understanding thereof. Furthermore, sufficient environmental budget must be

allocated for the implementation of environmental management requirements.

Method statements need to be compiled by the Contractor throughout the Construction and

Commissioning phase of the project. These Method Statements must be approved by the TCP

Construction Manager and TCP Environmental Manager or Environmental Officer. Approval

must at least be two weeks prior to the proposed commencement of the activity. Emergency

construction activity method statements may also be required. The activities requiring method

statements cannot commence if they have not been approved by the TCP Environmental

Manager or Environmental Officer.

Where applicable, the Contractor shall provide job-specific training on an ad hoc basis when

workers are engaged in activities, which require method statements.

The Contractor shall be responsible for rehabilitating and cleaning all areas to the satisfaction of

the TCP Environmental Manager or Environmental Officer as detailed in the SES. Sufficient

environmental budget must be allocated to achieve this including all environmental

requirements for the project for the duration of the contract.

Page 97: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 78 of 90

6.4.8 The Contractor must ensure that its SubContractors comply with the Environmental Specification.

6.5 Quality assurance requirements

The Contractor shall have, maintain and demonstrate its use to the Project manager the documented Quality Management System to be used in the performance of the works.

The Contractor‟s Quality Management System shall conform to International Standard ISO 9001

(or an equivalent standard acceptable to the Project manager). and as a minimum to the requirements of specification QAL-STD-0001, General Quality requirements for Suppliers and

Contractors as contained in the Annexure to the this Works Information.

The Contractor submits his Quality Management System documents to the Project manager as

part of his programme under ECC Clause 31.2 to include details of:

Quality Plan for the contract;

Quality Policy

Index of Procedures to be used; and

A schedule of internal and external audits during the contract

The Contractor develops and maintains a comprehensive register of documents that will be

generated throughout the contract including all quality related documents as part of its Quality Plan.

The Project manager indicates those documents required to be submitted for information, review

or acceptance and the Contractor indicates such requirements within his register of documents.

The register shall indicate the dates of issue of the documents with the Project manager

responding to documents submitted by the Contractor for review or acceptance within the

period for reply prior to such documents being used by the Contractor.

The Quality Plan means the Contractor‟s statement, which outlines strategy, methodology,

resources allocation, QA and Quality Control co-ordination activities to ensure that the works meet the standards stated in the Works Information. The Contractor’s PQP includes or

reference to the quality plans of his Sub-Contractor(s).

6.6. Programming constraints

6.6.1 General

The Contract programme, progress reports, subsequent updates, revisions and supplementary

programmes as detailed in this section are an essential part of the project control system used

by the Employer for managing the Works and in monitoring the progress of the work under the

Contract. Key Dates and Completion Dates as defined in the Contract Data are incorporated

into the programme.

The Contractor‟s Detailed Programme, which complies with the requirements as indicated in the

Works Information, shall be submitted in both hard and soft copy forms. Primavera version 6.2

or similar is being used by the Employer for Planning on the Project. The Contractor shall use a

Page 98: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 79 of 90

suitable computerised planning package, as approved by the Project manager, which

is compatible with Primavera version 6.

The Critical Path Method (CPM) technique of planning and scheduling must be used for the

Contract. The Contractor shall provide programmes showing the critical path(s), together with

a total float report for acceptance by the Project manager.

The programme network shall have no fewer activities than the technical and commercial

breakdowns listed in the activity schedule.

Networks are constructed to reflect the possible sequences of activities using resource

scheduling to stagger the performance of activities into the most probable sequence.

The activity durations are estimated in working days of normal duration and shall be realistic

and based on quantities and applied resources.

The calendars used are based on normal working hours per day and working days per week or

as prescribed by the Project manager in accordance with the Contract. It shall recognise all

official public holidays in South Africa, as well as making provision for Contractors year-end

holidays of typically 16 December to first Monday in January.

The following levels of programme are to be used for this Contract:

Level 1 Master Programme - defines the major activities and interfaces between

engineering, procurement, fabrication and construction, transportation, installation, and

pre-commissioning, commissioning, and start-up. This is a high level summary programme,

and is included in the monthly progress report.

6.6.2 Programme submission

A draft copy of the Contractor‟s First Programme shall be submitted with the Tender Document

returnable and shall comply with the requirements as indicated in the Works Information.

6.6.3 Contract programme (baseline)

The Contractor‟s First Programme, agreeing with the tender submission, shall become the

“Contract Programme” or “baseline” against which actual time performance will be compared.

Once the baseline has been established, all subsequent programmes will have baseline (target)

bars shown against each activity. This programme will be used as the basis on which all

variations, extensions of time and changes to methods of delivery shall be assessed.

Identified deviations from the baseline shall be addressed by the Contractor by either

demonstrating that the deviation does not constitute a problem to the overall Contractor‟s

Programme or providing a course of action to remedy the deviation.

All revisions to the contract programme shall be prepared by, and at the cost of, the

Page 99: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 80 of 90

Contractor.

6.6.4 Supplementary programmes

The Employer may at any time, and at the cost and expense of the Contractor, direct the

Contractor to produce supplementary programmes to highlight a particular aspect of the work

under the Contract. The Employer shall not unreasonably request supplementary programmes.

Revised programme to be submitted with each Compensation Event, clearly highlighting time

impact on the critical path.

6.6.5 Progress monitoring and review

Monitoring and review of the progress of work under the Contract shall consist of an

assessment of all activities currently in progress. The following shall be determined:

o percentage complete;

o forecast completion date;

o deviations from the baseline programme; and

o actions required to remedy any deviations.

Weekly progress assessment shall be conducted by the Contractor to assist with control of the

work under the Contract. The Contractor shall provide this information upon request from the

Project manager; however any identified deviations shall be automatically reported to the

Project manager.

The Contractor shall, on a fortnightly basis, update the contract programme and the progress

S-curves and submit it to the Project manager.

6.6.6 Bi-Weekly status report

The Contractor shall provide a written status report by the last working day of each month or

such other reporting period as may be required by the Project manager from time-to-time. The

report shall summarise progress and problems encountered during that month in respect of all

parts of the work under the Contract.

As a minimum the report shall include:

o progress against the Accepted Programme;

o list of milestones achieved during the period;

o status of design, procurement, and off-factory Works;

o status of factory Works;

o deviations from the contract programme “baseline”, and in particular, the forecast

completion dates of activities which have or should have commenced;

o status of approvals;

o actual or anticipated problems with corresponding action plans to minimise the impact;

Page 100: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 81 of 90

o summary of Works planned for the following period;

o a report on progress of any off-site manufacturing activities of the Contractor.

The status report shall state the current percentage progress of each major piece of equipment

as applies at that date. Each report shall state the actual completion date for those

manufacturing activities completed in the last reported period shall advise the anticipated

completion date for each major piece of equipment and shall comment on any delay or

variance with respect to scheduled progress.

The Contractor shall also report his calculated overall completion percentage for each

Subcontract at each report date.

6.7 Contractor’s management, supervision and key people

The Contractor employs a CSHEO as a key person under ECC Clause 24.1

The CSHEO reports to the SHEC on the Site. The CSHEO ensures that the works (to include any

part thereof) are subject to a prior environmental method statement(s) approved by the Project

manager, CM or SHEO and ensures that the CEMP is implemented by the Contractor in a timely

and proper manner. The SCHEO provides the Project manager with all environmental method

statements.

The CSHEO tasks are:

Daily, weekly and monthly inspections of the Site and Working Areas.

Monitor compliance with the CEMP (to include the SES and PES) and the environmental

method statements submitted to the Project manager

Reporting of an environmental incident to the Project manager

Attendance at all SHE meetings, toolbox talks and induction programmes

Litter control and ensuring the Contractor clears litter from the Site and Working Areas; and

Ensuring that environmental signage and barriers are correctly.

The CSHEO submits daily, weekly and monthly checklists to the SHEC.

The Contractor employs a CIRP as a key person under ECC Clause 24.1.

The CIRP is based on the Site and ensures that all reports and IR requests are submitted

accurately and in a timely manner to Project manager.

The CIRP tasks are:

Dedicated to human resources, industrial relations and any other Contractor employee

related function;

Resolve all human resources and industrial relations matters arising from the Contractor‟s

employees;

Page 101: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 82 of 90

Represent the Contractor at all industrial relations meetings;

Represent the Contractor on the IRCC;

The Contractor employs an HSR as a key person under ECC Clause 24.1

The Contractor provides an Organogram of all his key people (both as required by the Employer

and as independently stated by the Contractor under Contract Data Part Two) and how such

key people communicate with the Project manager and the Supervisor and their delegates all

as stated at paragraph 6.5 of C3.1 Employer‟s Works Information.

6.8 Training workshops and technology transfer

The Contractor is encouraged to submit relevant details of any courses or Workshops

recommended by him for the preparatory and/or follow-up training of the Employer‟s personnel.

6.9 Insurance provided by the Employer

The insurance provided by the Employer with the applicable limits and deductibles required by

the conditions of contract (if any) is given in the Contract Data. The Employer‟s insurance is

applicable to work undertaken on the site only, and the Contractor provides insurance for the

Works for the period up to delivery to the site. This includes insurance during transit and off

loading at the site.

The Employer advises that the following exclusions apply to the insurance which the Employer

provides for Loss of or damage to the Works, Plant and Materials:

1. Loss of monies or the like;

2. Aircraft, waterborne vessels or craft;

3. Losses discovered by taking of routine inventory;

4. Defective workmanship / defective design, re-design betterment or improvement;

5. Consequential loss;

6. Delay damages or penalties for delay;

7. Guarantees for performance or efficiency;

8. Air transit outside territorial limits;

9. Ocean transit or whilst in storage thereafter (unless inspected by an independent third

party after off-loading);

10. Maintenance and/or low performance damages;

11. Defects;

12. Wear, tear or gradual deterioration;

13. Electrical and mechanical breakdown or explosion to Plant after Completion tests have

been satisfied;

14. Damage to any property insured due to ingress of mud, silt, water, debris unless pipe

ends have been sealed at the end of each working day; and

Page 102: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 83 of 90

15. Damage to any property exposed or in excess of 10,000 metres of open trench.

The Employer advises that the following exclusions apply to the insurance which the Employer

provides for Liability for loss of or damage to property (except the Works, Plant and Materials

and Equipment) and liability for bodily injury to or death of a person (not an employee of the

Contractor) caused by activity in connection with this contract:

1. Death or injury to the Contractor‟s employees;

2. Motor vehicle cover;

3. Aircraft / watercraft ownership cover;

4. Delay damages or penalties for delay;

5. Guarantees for performance or efficiency;

6. Defective workmanship;

7. Gradual pollution and contamination;

8. Vibration cover;

9. Contractual liabilities;

10. SASRIA risks (inter alia riot, strike, political malicious damage)

11. Punitive damages;

12. War, nuclear risks; and

13. Removal of support in excess of R5,000,000

Where the Works involve the assembly, erection and installation of Plant, the Contractor

declares the full replacement value and not the value included in the NEC3 contract.

The Contractor liaises with the Employer and the Project manager when a claim is made and

assists in completing the Claims Advice Form.

Insurance provided by the Employer is contained in the Contract Data – Part 1.

6.10 Contract change management

No additional requirements apply to ECC Clause 60 series.

6.11 Records of Defined Cost, payments & assessments of compensation events kept by Contractor

i. The Contractor keeps the following records available for the Project manager to inspect:

Records of design employee‟s location of work (if appropriate).

ii. The Contractor keeps the following records available for the Project manager to inspect:

Records of design employees location of work (if appropriate);

Records of Equipment used and people employed outside the Working Areas (if applicable).

Page 103: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 84 of 90

7. Procurement

7.1 Code of Conduct

Transnet aims to achieve the best value for money when buying or selling goods and obtaining

services. This however must be done in an open and fair manner that supports and drives a

competitive economy. Underpinning our process are several acts and policies that any

Contractor dealing with Transnet must understand and support. These are:

The Transnet Procurement Procedures Manual (PPM);

Section 217 of the Constitution - the five pillars of Public PSCM (Procurement and Supply

Chain Management): fair, equitable, transparent, competitive and cost effective;

The Public Finance Management Act (PFMA);

The Broad Based Black Economic Empowerment Act (B-BBEE); and

The Anti-Corruption Act.

This code of conduct has been included in this contract to formally apprise Transnet Contractors

of Transnet‟s expectations regarding behaviour and conduct of its Contractors.

7.1.1 Prohibition of Bribes, Kickbacks, Unlawful Payments, and Other Corrupt

Practices

Transnet is in the process of transforming itself into a self-sustaining State Owned Enterprise,

actively competing in the logistics industry. Our aim is to become a world class, profitable,

logistics organisation. As such, our transformation is focused on adopting a performance culture

and to adopt behaviours that will enable this transformation.

1. Transnet will not participate in corrupt practices and therefore expects its Contractors to act

in a similar manner.

Transnet and its employees will follow the laws of this country and keep accurate

business records that reflect actual transactions with and payments to our Contractors.

Employees must not accept or request money or anything of value, directly or indirectly,

to:

- Illegally influence their judgement or conduct or to ensure the desired outcome

of a sourcing activity;

- Win or retain business or to influence any act or decision of any decision

stakeholders involved in sourcing decisions; or

- Gain an improper advantage.

There may be times when a Contractor is confronted with fraudulent or corrupt

behaviour of Transnet employees. We expect our Contractors to use our “Tip-offs

Anonymous” Hot line to report these acts. (0800 003 056).

Page 104: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 85 of 90

2. Transnet is firmly committed to the ideas of free and competitive enterprise.

- Contractors are expected to comply with all applicable laws and regulations

regarding fair competition and antitrust.

- Transnet does not engage with non-value adding agents or representatives

solely for the purpose of increasing B-BBEE spend (fronting)

3. Transnet‟s relationship with Contractors requires us to clearly define requirements, exchange

information and share mutual benefits.

Generally, Contractors have their own business standards and regulations. Although

Transnet cannot control the actions of our Contractors, we will not tolerate any illegal

activities. These include, but are not limited to:

- Misrepresentation of their product (origin of manufacture, specifications,

intellectual property rights, etc.);

- Collusion;

- Failure to disclose accurate information required during the sourcing activity

(ownership, financial situation, B-BBEE status, etc.);

- Corrupt activities listed above; and

- Harassment, intimidation or other aggressive actions towards Transnet

employees.

Contractors must be evaluated and approved before any materials, components,

products or services are purchased from them. Rigorous due diligence is conducted and

the Contractor is expected to participate in an honest and straight forward manner.

Contractors must record and report facts accurately, honestly and objectively. Financial

records must be accurate in all material respects.

7.1.2 Conflicts of Interest

A conflict of interest arises when personal interests or activities influence (or appear to

influence) the ability to act in the best interests of Transnet.

Doing business with family members

Having a financial interest in another company in our industry.

7.2 The Contractor’s Invoices

i. When the Project manager certifies payment (see ECC Clause 51.1) following an

assessment date, the Contractor complies with the Employer‟s procedure for invoice

submission.

ii. The invoice must correspond to the Project manager‟s assessment of the amount due to

the Contractor as stated in the payment certificate.

Page 105: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 86 of 90

iii. The invoice states the following:

Invoice addressed to Transnet SOC Ltd;

Transnet SOC Limited‟s VAT No: 4720103177;

Invoice number;

The Contractor‟s VAT Number; and

The Contract number.

The invoice contains the supporting detail.

iv. The invoice is presented either by post or by hand delivery.

v. Invoices submitted by post are addressed to:

Transnet Group Capital

Queens Warehouse

237 Mahatma Gandhi Road

Durban

For the attention of The Contract Administrator, Transnet Group Capital

vi. Invoices submitted by hand are presented to:

Transnet Group Capital

Queens Warehouse

237 Mahatma Gandhi Road

Durban

For the attention of The Contract Administrator, Transnet Group Capital

vii. The invoice is presented as an original.

7.3 People

viii. Minimum requirements of people employed on the Site

The Contractor shall ensure that all his people on the site work in accordance with the South

African Basic Conditions of Employment Act, 75 of 1997 and the Basic Conditions of Employment

Amendment Act, 11 of 2002, irrespective of being a local or oversees employee.

The Contractor shall ensure that all the necessary work permits are obtained and available for his

overseas employees on the site.

ix. The Contractor complies with the following PIRPMP.

Page 106: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 87 of 90

7.3.1 CONTRACTOR LIABILITY

1.1. The Contractor warrants that it will be liable to Transnet for any loss or damage caused by

strikes, riots, lockouts or any labour disputes by and/or confined to the Contractor‟s

employees, which loss will include any indirect or consequential damages;

1.2. The Contractor warrants that no negotiations or feedback meetings by the Contractor‟s

employees shall take place on Transnet premises, whether owned or rented by Transnet.

1.3. The Contractor shall give notice to Transnet of any industrial action by the Contractor‟s

employees immediately upon becoming aware of any actual or contemplated action that is or

may be carried out on Transnet‟s premises, whether owned or rented, and shall notify

Transnet of all matters associated with such action that may potentially affect Transnet.

1.4. The Contractor is responsible for educating its employees on relevant provisions of the Labour

Relations Act which deal with industrial action processes, and the risks of non-compliance.

1.5. The Contractor is required to develop a Contingency Strike Handling Plan, which plan the

Contractor is obliged to update on a three monthly basis. The Contractor must provide

Transnet with this plan and all updates to the Plan. The Contractor is responsible to

communicate with its employees on site details of the plan.

7.3.2 INDUSTRIAL ACTION BY CONTRACTOR EMPLOYEES

1.6. In the event of any industrial action by the Contractor‟s employees, the Contractor is required

to provide competent contingency resources permitted in law to carry out any of the duties

that are or could potentially be interrupted by industrial action in delivering the Service.

1.7. The Contractor warrants that it will compensate Transnet for any costs Transnet incurs in

providing additional security to deal with any industrial action by the Contractor‟s employees.

1.8. In the event of any industrial action by the Contractor‟s employees, the Contractor is obliged:

1.8.1. To prepare and deliver to Transnet, within two (2) hours of the commencement of

industrial action an Industrial Action Report. If the industrial action persists the

Contractor is required to deliver the report at 8h30 each day.

1.8.2. The Industrial Action Report must provide at least the following information:

1.8.2.1. Industrial incident report,

1.8.2.2. Attendance register,

1.8.2.3. Productivity / progress to schedule reports,

1.8.2.4. Operational contingency plan,

Page 107: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 88 of 90

1.8.2.5. Site security report,

1.8.2.6. Industrial action intelligence gathered.

1.8.3. The final Industrial Action Report is to be delivered 24 hours after finalisation of the

industrial action.

1.8.4. The management of the Contractor is required to hold a daily industrial action

teleconference with personnel identified by Transnet to discuss the industrial action,

settlement of the industrial action, security issues and the impact on delivery under the

contract.

1.9. The resolution of any disputes or industrial action by the Contractor‟s employees is the sole

responsibility of the Contractor.

1.10. Access to Transnet premises by the Contractor and its employees is only provided for

purposes of the Contractor delivering its services to Transnet. Should the Contractor and its

employees not, for any reason, be capable of delivering its services Transnet is entitled to

restrict or deny access onto its premises and unless otherwise authorized; such person will

deemed to be trespassing.

x. The Contractor performs the works having due regard to the PLA that are negotiated

between the Employer and the appropriate trade unions on this contract.

xi. The Contractor complies with the requirements of the IRCC involving the engineering

construction Contractors engaged (including all future Contractors) by the Employer.

xii. The roles and responsibilities of the various personnel acting on behalf of the Project

manager with respect to IR issues are stated in the paragraphs following:

The PIRM is responsible for ensuring that the Contractor complies with the PIRPMP. The PIRM

acts on behalf of the Project manager.

xiii. The PIRM specific tasks are:

To complete the PLA prior to the Contract Date; and

To assign specific duties to the PSIRM.

xiv. The PSIRM is responsible for IR (to include the PLA) on the Site and Working Areas and

reports to the Project manager.

xv. The SIRM is responsible, inter alia, for day-to-day IR on the Site and Working Areas

through the implementation of the PIRPMP. The SIRM reports directly to the PSIRM and

the Project manager.

xvi. The SIRM specific tasks are:

To liaise with the Contractor prior to the commencement of construction activities (as per

the Contractor‟s programme accepted by the Project manager) with respect to IR issues

under the SIP.

xvii. B-BBEE and preferencing scheme

Page 108: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 89 of 90

Points will be awarded to tenderers based on preferencing using the balanced Department of Trade and Industry (DTI) scorecard. The application of the Broad-Based Black Economic Empowerment

recognition levels and score preferencing points are as follows:

Contribution

Level

Qualification Points on the generic scorecard

Broad-Based BEE Recognition Level

Preferencing Points Scored

Level 1 Greater than or equal to 100

points

135% 20

Level 2 Greater than or equal to 95

points but less than 100 points

125% 18

Level 3 Greater than or equal to 90

points but less than 95 points

110% 14

Level 4 Greater than or equal to 80

points but less than 90 points

100% 12

Level 5 Greater than or equal to 75

points but less than 80 points

80% 8

Level 6 Greater than or equal to 70

points but less than 75 points

60% 6

Level 7 Greater than or equal to 55

points but less than 70 points

50% 4

Level 8 Greater than or equal to 40

points but less than 55 points

10% 2

Level 9 Less than 40 points 0% 0

On the basis the tenderer with a B-BBEE recognition level of 135% will achieve 20 points, and the points will be allocated accordingly on a pro-rata basis as per the table above.

In addition to the above, provision is made for the case where a tenderer has greater than 50% black ownership. In this instance, provided the requisite documentary evidence is supplied, the tenderer will

then be awarded preference points one level above that awarded based on the DTI scorecard. For example, a tenderer with > 50% black ownership obtaining a Level 6 contribution equating to 6 points

will be awarded 8 preferencing points (Level 5).

Tenderers claiming Preference Points must submit together with the tender document their generic scorecard, evaluated by an independent accreditation agency. Transnet therefore requires tenderers to

have been accredited by one of the various Accreditation Agencies in accordance with the latest relevant Codes of Practice applicable not more than 3 months prior to the date of tender. Should the B-

BBEE rating not be provided, Transnet reserves the right to award no points. Transnet also reserves

the right to carry out an independent audit of the tenderers scorecard components at any stage from the date of close of the tenders until completion of the contract.

Tenderers with no accreditation will score zero points for preferencing.

7.4 Subcontracting

Page 109: T1.1 Tender Notice and Invitation to Tender Region... · T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter

Transnet Group Capital Tender Number: M-2123361-699

Description of the work: Construction of Gate House Security Kiosk at Sand Bypass, Port of Durban

NEC3 CONTRACT Part C3: Scope of Work FORM: PRO-FAT-0222 Rev04 Page 90 of 90

xviii. Preferred subContractors

The Contractor shall submit his schedule of proposed sub-Contractors for the acceptance of the

Project manager prior to their appointment. This list shall not deviate from the tender schedule

of proposed sub-Contractors, unless discussed with, and accepted by, the Project manager.

xix. Where the Contractor employs a SubContractor who constructs or installs part of the works

or who supplies Plant and Materials for incorporation into the works which involves a

SubContractor operating on the Site and/or Working Areas, then the Contractor ensures

that any such SubContractor complies with the CEMP, SES and PES (described under

paragraph 2.4 of the Works Information) as appropriate and that the subcontract

documentation places back-to-back obligations on the SubContractor which reflect the

Contractor‟s obligations under the CEMP, SES and PES, all within the Contractor‟s Quality

Management System as per paragraph 2.5 of the Works Information.

xx. Where the Contractor employs a SubContractor who constructs or installs part of the works

or who supplies Plant and Materials for incorporation into the works which involves a

SubContractor operating on the Site and/or Working Areas, then the Contractor ensures

that any such SubContractor complies with the PIRPMP (described under paragraph 4.1.1

of the Works Information) as appropriate and that the subcontract documentation places

back-to-back obligations on the SubContractor which reflect the Contractor‟s obligations

under the PIRPMP, all within the Contractor‟s Quality Management System as per

paragraph 2.5 of the Works Information.

xxi. Limitations on subcontracting

The Contractor shall not appoint or bring sub-Contractors onto site without the prior approval

of the Project manager, and all sub-Contractors will be required to conform to the requirements as set out herein as if they were employees of the Contractor.

The Contractor shall not deviate from the approved sub-Contractors list without prior approval

of the Project manager.

xxii. Attendance on SubContractors

The Contractor shall ensure that the quality assurance requirements placed on him under this Contract are transferred into any subcontracts.

Quality system requirements shall be applied on all subcontracts to the point where the

acceptability of supplies can be demonstrated solely by the conduct of inspection and/or examination of goods upon receipt at the designated point of delivery.

The Contractor must notify the Project manager of all inspections at his sub-Contractors at least

3 working days in advance of such inspections. The Contractor must ensure that his sub-

Contractor has the relevant quality management plans available at such inspections. The

Supervisor will give the Contractor 24 hour notice in writing of his intention to be present at the

inspections.