377
THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 PROJECT DOCUMENT DATE: FEBRUARY 2017 TENDER DOCUMENT VOLUME 3 CHIEF EXECUTIVE OFFICER SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED 48 TAMBOTIE AVENUE VAL DE GRACE PRETORIA, 0184 NAME OF TENDERER: Set sequential number

THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

  • Upload
    phamdan

  • View
    248

  • Download
    0

Embed Size (px)

Citation preview

Page 1: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED

CONTRACT NRA N001-170-2011/2

THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17

PROJECT DOCUMENT DATE: FEBRUARY 2017 TENDER DOCUMENT

VOLUME 3

CHIEF EXECUTIVE OFFICER SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED 48 TAMBOTIE AVENUE VAL DE GRACE PRETORIA, 0184 NAME OF TENDERER:

Set sequential number

Page 2: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

CONTRACT NRA N001-170-2011/2

FOR

THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 PROJECT DOCUMENT DATE: FEBRAURY 2017 TENDER DOCUMENT VOLUME 3 THIS DOCUMENT COMPILED BY: SNA CIVIL AND STRUCTURAL ENGINEERS (PTY) LTD 12 LILYVALE ROAD RAYTON BLOEMFONTEIN 9301 Tel: 051-436 6721 Fax: 051-436 1788 Email: [email protected] UNDER THE DIRECTION OF THE REGIONAL MANAGER THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED

PO BOX 100410 SCOTTSVILLE PIETERMARITZBURG 3209

Tel: (033) 392 8100 Fax: (033) 386 3365 Email: [email protected]

Page 3: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2

LIST OF CONTRACT DOCUMENTS The following documents form part of this contract: Volume 1: The Conditions of Contract for Construction for Building and Engineering Works Designed

by the Employer (1999), published by the Federation Internationale des Ingenieurs-Conseils (FIDIC) which the tenderer shall purchase himself. (See note 1 below).

Volume 2: The COLTO Standard Specifications for Road and Bridge Works for State Road Authorities

(1998 edition), issued by the Committee of Land Transport Officials which the tenderer shall purchase himself. (See note 2 below).

Volume 3: The Project Document, containing the tender notice, Conditions of Tender, Tender Data,

Returnable Schedules, general and particular conditions of contract, project specifications, Pricing Schedule, Form of offer and Site Information is issued by the Employer (see note 3 below). The Employer’s Form of Acceptance and any correspondence from the selected tenderer, performance security-demand guarantee and all addenda issued during the period of tender will also form part of this volume once a successful tenderer has been appointed.

The conditions of tender are the standard conditions of tender as contained in the South African Bureau of Standards, SANS 10845-3:2015, Construction procurement – Part 3: Standard conditions of tender, document, which the tenderer shall purchase himself.

Volume 4: Book of Drawings. Volume 8: The South African Bureau of Standards Standardized Specifications for Civil Engineering

Construction SANS 1200 standard specifications. Although not bound in nor issued with this Document, the following Sections of the

Standardized Specifications of SANS 1200 shall form part of this Contract (See note 4 below):

1. SANS 97 - Electric cables - Impregnated paper-insulated metal-sheathed cables for

rated voltages 3,3/3,3 kV to 19/33 kV (excluding pressure assisted cables)

2. SANS 164 - Plugs, socket-outlets and couplers for industrial purposes

3. SANS 457 - Interior lighting

4. SANS 927:2013 - Precast concrete kerbs, edgings and channels

5. SANS 950 - Unplasticized polyvinyl chloride rigid conduit and fittings for use in electrical Installations

6. SANS 1507 - Electric cables with extruded solid dielectric insulation for fixed installations

7. SANS 1765 - Low-voltage switchgear and control gear

8. SANS 1777 - Photoelectric control units for lighting (PECUs)

9. SANS 10114 - Interior lighting

10. SANS 10142 - Code of Practice “Electrical Wiring of Premises, Parts 1 & 2: Edition 1.8. (2012)

11. SANS 10313 - Protection against lightning

12. SANS 60884 - Plugs and socket-outlets for household and similar purposes

13. SANS 61084 - Cable trunking and ducting systems for electrical installations

14. SANS 61386 - Conduit systems for cable management

15. SANS 62305 - Protection against lightning electromagnetic impulse

Page 4: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2

Notes to tenderer: 1. Volume 1 is obtainable from CESA, P. O. Box 68482, Bryanston, 2021. Tel: (011) 463 2022

Fax: (011) 463 7383, e-mail: [email protected]. 2. Volume 2 is obtainable from SAICE, Private Bag X200, Halfway House, 1685. Tel: (011)

8055947/8, e-mail: [email protected] or can be purchased from the Employer. 3. Volume 3 is issued at tender stage in electronic format on a CD and contains the following

files: - The full Project Document in PDF format (excluding the standard conditions of tender) - The returnable forms in word format - The pricing data in excel format

The standard conditions of tender (SANS 10845-3) is obtainable from the South African Bureau of Standards, Private Bag X191, Pretoria, 0001. Tel: (012) 428 7911 Fax: (012) 3441568, www.sabs.co.za.

At contract stage Volume 3 will be a bound signed paper copy containing the following

documents: - Returnable schedules relevant to the project - Agreements and Contract Data - Pricing Data - Scope of Work - Site Information

4. Volume 8 is obtainable from the SA Bureau of Standards, Private Bag X191, PRETORIA,

0001. Tel: (012) 428 7911 Fax: (012) 3441568, www.sabs.co.za.

5. SUBMISSION OF TENDER – Of the contract documents, only the following elements of Volume 3 needs to be submitted in a neatly bound file and in the following order:

- Form of Offer (paper copy) - All returnable schedules (paper copy) - Pricing Schedule (paper copy) - Completed pricing schedule (on CD)

Information provided by a tenderer over and above the above elements of volume 3 shall be treated as information only and will only be bound into the document if the tenderer notes on Form A4: Schedule of Variations or deviations that the information has a bearing on the tender price.

5. For alternative offers the tenderer shall submit the following additional documentation,

clearly marked as ALTERNATIVE, in a separate neatly bound file in the following order:

- Form of Offer (paper copy) copy from CD and state “Alternative Form of Offer” - All returnable schedules (paper copies) applicable to alternative offer, as is appropriate - Alternative Pricing Schedule (paper copy) - Other relevant information.

Page 5: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2

TABLE OF CONTENTS PAGE

PART T1: TENDERING PROCEDURES ......................................................................................... T-1

PART T2: RETURNABLE SCHEDULES ....................................................................................... T-15

PART C1: AGREEMENTS AND CONTRACT DATA ...................................................................... C-1

PART C2: PRICING DATA ............................................................................................................. C-44

PART C3: SCOPE OF WORKS ................................................................................................... C-166

PART C4: SITE INFORMATION .................................................................................................. C-399

PART C5: ANNEXURES .............................................................................................................. C-415

Page 6: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-1

_________________________________________________________________________________

PART T1: TENDERING PROCEDURES _________________________________________________________________________________

Page 7: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-2

PART T1: TENDERING PROCEDURES TABLE OF CONTENTS PAGE

T1.1 TENDER NOTICE AND INVITATION TO TENDER (INCORPORATING SBD1) ......................... T-4

T1.2 TENDER DATA .............................................................................................................................. T-6

Page 8: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-3

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 T1.1 TENDER NOTICE AND INVITATION TO TENDER (Incorporating SBD1)

Page 9: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-4

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 T1.1 TENDER NOTICE AND INVITATION TO TENDER (Incorporating SBD1) The South African National Roads Agency SOC Limited (SANRAL) invites tenders for The Upgrading of the Kroonstad Traffic Control Centre on National Route N1 Section 17. This project is in the province of the Free State and in the district municipality of Fezile Dabi. The approximate duration is 15 months. Only tenderers who have access to a suitably qualified and experienced construction manager (Contractor’s Representative) who will be the single point accountability and responsibility for the management of the construction works, and who is registered with SACPCMP as PrCM or with ECSA as PrEng or PrTechEng are eligible to tender. Tenderers should have a CIDB contractor grading designation of 8CE or higher, however tenderers attention is drawn to clause 4.1.1 of the Tender Data when submitting their tender. Tenders from tenderers with a CIDB contractor grading designation of 7CEPE or lower will not be accepted. The primary criterion in selection, apart from the qualification and experience of the construction manager (Contractor’s Representative), CIDB grading and costs, will be the degree to which the tenderer can demonstrate appropriate knowledge and expertise. Only tenderers who submit tender offers inline with local production and content for steel products and components will be considered as per the National Treasury instruction No.15 of 2016/2017. Preferences are offered to tenderers who comply with the criteria stated in the Tender Data. TENDER DOCUMENTS Tender documents are available at no cost in electronic format on CD. Tenderers must have access to MS Office 2007 and Acrobat Adobe 9.0, or similar compatible software. The physical address for collection of tender documents is 58 Van Eck Place, Mkondeni, Pietermaritzburg, 3201 where documents may be collected during the hours 08h00 to 16h00 (Monday to Friday), from Monday, 13 February 2017. TENDERER’S MEETING A compulsory tender clarification meeting with representatives of SANRAL will take place at the Sevens Guesthouse at 14 Chris Troskie Street, Elandia, Kroonstad (Lat.: 27°37'50.78"S; Long.:

27°14'43.91"E) on Monday, 20 February 2017 starting at 11:00. Late arrivals will not be allowed to

participate in the meeting and their submissions shall be declared non-responsive. COMPLETION AND DELIVERY OF TENDERS The closing time for receipt of tenders is 14:00 on Friday, 10 March 2017. Telegraphic, telephonic, telex, email, facsimile, late tenders and submissions from tenderers who arrived late at the tender clarification meeting will not be accepted. Tenders may only be submitted in the format as stated in the Tender Data. Requirements for sealing, addressing, delivery, opening and assessment of tenders are stated in the Tender Data. Queries relating to issues arising from these documents may be addressed to: Mr J. A. E. Swanepoel: Tel. No: ...... 051-436 6721 Fax No.: ..... 051-436 1788 E-mail: ....... [email protected]

Page 10: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-5

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 T1.2 TENDER DATA

Page 11: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-6

T1.2 TENDER DATA The conditions of tender are the standard conditions of tender as contained in SANS 10845-3:2015 Edition 1. The standard conditions of tender make several references to the tender data for details that apply specifically to this tender. The tender data shall have precedence in the interpretation of any ambiguity or inconsistency between the tender data and the standard conditions of tender. Each item of data given below is cross-referenced to the clause in the standard conditions of tender to which it mainly applies.

Clause Number

Data

2.1 Wherever reference is made in the documentation to bill of quantities it shall also mean pricing schedule.

3.1 The Employer is The South African National Road Agency SOC Limited (SANRAL). The Employer’s domicilium citandi et executandi (permanent physical business address) is: 48 Tambotie Avenue Val De Grace, Pretoria, 0184 The Employer’s address for communication relating to this project is: 58 Van Eck Place, Mkondeni, Pietermaritzburg 3201

3.2 The tender documents issued by the Employer comprise: Part T1: Tendering Procedures T1.1 Tender notice and invitation to tender ........................................... (White) T1.2 Tender data ..................................................................................... (Pink) Part T2: Returnable Schedules T2.1 List of returnable documents ....................................................... (Yellow) T2.2 Returnable schedules ................................................................. (Yellow) Part C1: Agreements and contract data C1.1 Form of offer and acceptance ..................................................... (Yellow) C1.2 Contract data .............................................................................. (Yellow) Part C2: Pricing data C2.1 Pricing instructions (assumptions) .............................................. (Yellow) C2.2 Pricing Schedules / Bills of Quantities ........................................ (Yellow) Part C3: Scope of work C3 Scope of work .................................................................................... (Blue) Part C4: Site Information C4 Site Information ............................................................................... (Green) Part C5: Annexures ............................................................................. (White)

3.4 The Employer’s Agent is SNA Civil and Structural Engineers (Pty) Ltd. They can be contacted at : Tel : 051-436 6721 Fax : 051-436 1788 e-mail : [email protected] Addres : 12 Lilyvale Road, Rayton, Bloemfontein, 9300

Page 12: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-7

Contact: Mr. J. A. E. Swanepoel

3.4 The language for communications is English

4.1.1 Only those tenderers who satisfy the following eligibility criteria are eligible to submit tenders: a) CIDB registration Registered with the CIDB, at close of tender, 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 CE class of construction work. Tenderers whose CIDB registration expires within 21 days after close of tender, need to demonstrate that there is a reasonable chance of being registered in the appropriate grading designation, by submitting a copy of their application for CIDB registration, with their tender submission. Tenders received from such tenderers who are not capable of being registered in the required contractor designation, within 21 days after close of tender, will not be considered. Note that in terms of CIDB Act 38 of 2000 a registered contractor must apply for renewal of registration three months before the existing registration expires. Tenderers registered as potentially emerging enterprises but with a CIDB contractor grading designation lower 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, are not eligible to have their tenders evaluated. For the sake of clarity and subject to satisfactory proof of a tenderer’s ability to perform the work specified at the tendered value, the Employer lists in the table below the margins it considers reasonable. However, in the event that the sum tendered exceeds the margins shown then such tender shall be deemed non-responsive.

Category of tender

Upper limits per CIDB Regulation 17

Employer’s allowable margins (Incl. VAT)

CE 5 R6.5m R7.8m

CE 6 R13m R15.6m

CE 7 R40m R48.0m

CE 8 R130m R156.0m

Joint Ventures are eligible to submit tenders provided that: - every member of the joint venture is registered with the CIDB; - the lead partner has a contractor grading designation in the CE class of construction

work; and - the combined contractor grading designation calculated in accordance with the

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

Page 13: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-8

b) Key Personnel In order to be considered for an appointment in terms of this tender, the tenderer must have in its permanent employment key personnel who will be the single point accountability and responsibility for the management of the construction works. Alternatively, a signed undertaking from an organisation having the required personnel, stating that they will undertake the necessary work on behalf of the tenderer in terms of a sub-consultant agreement, will be acceptable. Such undertaking must be attached to Forms D4 of the Returnable Schedules. Individuals must be identified for each of the key personnel listed under Forms D4. Where the key personnel are no longer available to undertake the necessary work after the award of the tender, the contractor shall within a period of 14 working days replace the key personnel listed in Forms D4 with personnel with equivalent competencies and subject to approval by the Employer. Such approval shall not be unreasonably withheld. The key person shall be a suitably qualified and experienced construction manager (Contractor’s Representative) who will be the single point accountability and responsibility for the management of the construction works, and who is registered with SACPCMP as PrCM or ECSA as PrEng or PrTechEng shall be required as a minimum. Failure to comply with the requirements or to complete Forms D4.1, D4.2 and D4.3 may render the tender non-responsive. c) National Treasury Central Supplier Database Tenderers who are not registered on the National Treasury Central Supplier Database at close of tender, shall submit a copy of their application of registration, with their tender submission. Tenders received from such tenderers who have not submitted proof of their registration within 21 days after the closing date for tender submissions, will not be considered.

4.6 Failure to apply instructions contained in addenda may render a tenderer’s offer non-responsive in terms of Condition of Tender 5.8.

4.7 The arrangements for a compulsory clarification meeting are: Location: Sevens Guesthouse 14 Chris Troskie Street Elandia, Kroonstad Lat.: 27°37'50.78"S; Long.: 27°14'43.91"E Date: 20 Februay 2017 Starting time: 11:00 The onus rests with the tenderer to ensure that the person attending the clarification meeting on its behalf is appropriately qualified to understand all directives and clarifications given at that meeting. The clarification meeting shall start strictly at the time advertised. Only then will the Employer’s Representative circulate the attendance register for completion by those present. During this time latecomers may enter and complete the register. On completion by all present the Employer's Representative will: (a) read out from the collected lists calling for confirmation that all have signed; (b) close the door and not allow any latecomers to enter. The signature on the attendance register and duly completed and signed Form A1 shall be considered proof that the tenderer attended the whole meeting and was available to hear all directives and clarifications given at the meeting. Tenderers shall sign the attendance list 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 list.

Page 14: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-9

4.8 Request clarifications at least 7 working days before the closing time.

4.10 Tenderers are required to state the rates and currencies in Rand

4.12 A tenderer wishing to submit an alternative offer (excluding alternative offers of different contract duration, retention guarantees or different compliant material sources) shall first apply to the Employer’s agent for confirmation that the Employer’s standards and requirements envisaged in the design are not compromised or reduced. Such confirmation must have been provided by the Employer’s agent in writing within 5 working days after receipt of the application but not later than 5 working days before the date and time of tender closing given in Tender Data clause 4.15.1, or as extended by an addendum sent to all tenderers. The replacement of specified construction items like pipes, in situ culverts, kerbs and channels with similar products constructed of different materials (e.g. plastic products or pre-cast construction) are generally not acceptable as alternatives because construction using such alternative products would have been considered during the design stage and not selected as appropriate and because the Employer is able, post-award, to make proposals to or receive proposals from the contractor. However, if such alternative materials are considered acceptable by the employer’s agent as giving the tenderer a financial advantage and/or not transferring risk, the qualification must be recorded on returnable schedule A4: Schedule of Deviations or Qualifications by Tenderer. Also not acceptable as alternative offers are alterations to contingency pay items provided in the bill of quantities (pricing schedule), fixed prices for individual items or a fixed price contract.

If an alternative proposal is confirmed to be acceptable, calculations, drawings and all other pertinent technical information and characteristics as well as proposed modification of, or alternative to, the Pricing Data must be submitted with the alternative tender offer to enable the Employer to evaluate the efficacy of the alternative and its principal elements, to take a view on the degree to which the alternative complies with the Employer’s standards and requirements and to evaluate the acceptability of the pricing proposals. Calculations must be set in clear and logical sequence and must clearly reflect all design assumptions. Pricing Data must reflect all assumptions in the development of the pricing proposal. Should an alternative structural design be proposed, the proposed alternative Pricing Data shall include an amount equal to 3% of the amount tendered for the alternative offer to cover the Employer’s costs of confirming the acceptability of the detailed design before it is constructed. If the alternative offer is accepted, this amount will serve as a negative prime cost sum under section 1200 to be deducted from the contractor’s payment certificates. The Employer undertakes to provide full accounting of the amount expended for this contingent sum and if exceeded, no further payments shall be deducted. Failure by a tenderer to include the required amount for confirming the alternative design may render his alternative tender as non-responsive. Acceptance of an alternative offer will mean acceptance in principle of the offer. It will be an obligation of the contract with the tenderer, in the event that the alternative is accepted, to accept full responsibility and liability that the alternative offer complies in all respects with the Employer’s standards and requirements.

Page 15: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-10

4.13.1 Only the following needs to be submitted: a) Volume 3 – The following information in a neatly bound file and in the following order:

- Form of Offer (paper copy) - All returnable schedules (paper copy) - Pricing Schedule (paper copy) - Completed pricing schedule (on CD).

b) For alternative offers the tenderer shall submit the following additional documentation, clearly marked as ALTERNATIVE, in a separate neatly bound file in the following order: - Form of Offer (paper copy) copy from CD and state “Alternative Form of Offer” - All returnable schedules (paper copies) applicable to alternative offer, as is

appropriate - Alternative Pricing Schedule (paper copy) - Other relevant information.

c) A complete breakdown of all rates in electronic format (Excel) on a CD in a clearly marked sealed envelope. The rates are to be clearly referenced to the relevant payitem numbers, with each rate broken down into its labour, materials, plant, fuel, overhead charges and profit components. This requirement is also applicable for each alternative offer.

In the event of any discrepancy between the contents of the electronically priced schedule, the print out thereof and the electronically provided pricing schedule in pdf format, the contents of the provided pdf format shall be taken as the valid contents. For the information provided by the tenderer as part of his submission, e.g. rates, the signed print-out shall be taken as the valid submission.

4.13.4 The tenderer is required to submit all certificates as listed in the Schedule of Tender Compliance (Form F1).

4.13.5 Submit only the signed original tender offer.

Page 16: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-11

4.13.6 Place and seal the printed and completed tender document in an envelope clearly marked “TENDER” and bearing the Employer’s name, the contract number and description, the tenderer’s authorised representative’s name, the tenderer’s postal address and contact telephone numbers.

4.13 4.15

The Employer’s address for delivery of tender offers and identification details to be shown on each tender offer package are: Location of tender box: Office of the Financial Officer Physical address: 58 Van Eck Place; Mkondeni; Pietermaritzburg 3201 Identification details: Place the signed original tender offer in a package marked TENDER: THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Tenders must be submitted during hours (08:00 to 16:00) Monday to Friday at the Employer’s address. It is in the tenderer’s interest to ensure that the delivery of the tender offer is recorded in the Employer’s tenders received register.

4.15 The closing time for submission of tender offers is 14h00 hours on Friday, 10 March 2017.

4.16.1 The tender offer validity period is 16 weeks.

4.16.2 Where a tenderer, at any time after the opening of his tender offer but prior to entering into a contract based on his tender offer: a) withdraws his tender; b) gives notice of his inability to execute the contract in terms of his tender; or c) fails to comply with a request made in terms of 4.17, 4.18 or 5.9,

such tenderer shall be barred from tendering on any of the Employer’s tenders for a period to be determined by the Employer, but not less than six (6) months from a date determined by the Employer. This sanction also applies to tenders under evaluation and not yet awarded. The Employer may fully or partly exempt a tenderer from the provisions of this condition if he is of the opinion that the circumstances justify the exemption.

4.18 Any additional information requested under this clause must be provided within 5 (five) working days of date of request.

4.19 Access shall be provided for the following inspections, tests and analysis: General site inspection.

5.1 The employer shall respond to clarifications received up to 7 working days before tender closing time.

5.2 The employer shall issue addenda until 5 working days before tender closing time.

5.4 The time and location for opening of the tender offer are: Time: 14h00 on Friday, 10 March 2017 Location: 58 Van Eck Place; Mkondeni; Pietermaritzburg; KZN; 3201

5.7 In the event of disqualification, the Employer may, at its sole discretion, impose a specified period during which tender offers will not be accepted from the offending tenderer and report same to CIDB and National Treasury.

5.9 Arithmetical errors, omissions, discrepancies and imbalanced unit rates Check responsive tenders for discrepancies between amounts in words and amounts in figures. Where there is a discrepancy between the amounts in figures and the amount in words, the amount appearing in the summary to the Pricing Schedule shall govern. Check responsive tender offers for:

Page 17: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-12

a) the gross misplacement of the decimal point in any unit rate; b) omissions made in completing the pricing schedule or bills of quantities; or c) arithmetic errors in:

i) line item totals resulting from the product of a unit rate and a quantity in bills of quantities or schedules of prices; or

ii) the summation of the prices. d) imbalanced unit rates. Notify shortlisted tenderers of all errors, omissions or imbalanced rates that are identified in their tender offers. Where the tenderer elects to confirm the errors, omissions or re-balancing of imbalanced rates the tender offer shall be corrected as follows: a) If bills of quantities or pricing schedules apply and there is an error in the line item

total resulting from the product of the unit rate and the quantity, the unit rate shall govern and the line item total shall be corrected. Where there is an obviously gross misplacement of the decimal point in the unit rate, the line item total as quoted and the unit rate shall be corrected.

b) Where there is an error in the total of the prices either as a result of other corrections required by this checking process or in the tenderer’s addition of prices, the total of the prices shall be corrected.

c) Where the unit rates are imbalanced adjust such rates by increasing or decreasing them and selected others while retaining the total of the prices derived after any other corrections made under (a) and (b) above.

Where there is an omission of a line item, no correction is possible and the offer may be declared non-responsive.

Declare as non-responsive and reject any offer from a tenderer who elects not to accept the corrections proposed and subject the tenderer to the sanction under 4.16.2.

The tenderer is required to submit balanced unit rates for rate only items in the pricing schedule. The rates submitted for these items will be taken into account in the evaluation of tenders.

5.11.1 The procedure for the evaluation of responsive tenders is Method 3.

5.11.7 The value of W1 is: 1) 90 where the financial value, inclusive of VAT, of all responsive tender offers received

has a value in excess of R 1 000 000,00; or 2) 80 where the financial value, inclusive of VAT, of one or more responsive tender offers

has a value that equals or is less than R 1 000 000,00. The value of A will be calculated utilising the following formula: A=(1-(P-Pm)/Pm)

Where P is the comparative offer of the tender offer under consideration and Pm is the comparative offer of the most favourable comparative offer In the event that the calculated value is negative, the allocated score shall be 0.

Page 18: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-13

5.11.8 Up to 100 minus W1 tender evaluation points will be awarded to tenderers who submit responsive tenders and who are found to be eligible for the preference claimed. Points are based on a tenderer’s scorecard measured in terms of the Broad-Based Black Economic Empowerment Act (B-BBEE, Act 53 of 2003) and the Regulations (2009) to the Preferential Procurement Policy Framework Act (PPPFA, Act 5 of 2000). Points awarded will be according to a tenderer’s B-BBEE status level of contributor and summarised in the table below:

B-BBEE Status Level of contributor

Qualification

Number of Points for Contract value up to R1 000 000

Number of Points for Contract Value above R1 000 000

1 ≥ 100 points 20 10

2 ≥ 85 but < 100 points

18 9

3 ≥ 75 but < 85 points 16 8

4 ≥ 65 but < 75 points 12 5

5 ≥ 55 but < 65 points 8 4

6 ≥ 45 but < 55 points 6 3

7 ≥ 40 but < 45 points 4 2

8 ≥ 30 but < 40 points 2 1

Non-compliant Contributor

< 30 points 0 0

Eligibility for preference points is subject to the following conditions:

- A tenderer’s scorecard shall be based on the Construction Sector Codes of Practice promulgated in Government Gazette 32305 of 5 June 2009, only if such certificate has been issued before 17 February 2016, alternatively a B-BBEE Certificate issued in accordance with the revised Notice of Clarification published in Notice 444 of 2015 of Government Gazette No.38799 on 15 May 2015 by the Department of Trade and Industry ; and

- The scorecard shall be submitted as a certificate attached to Returnable Schedule Form C1; and

- The certificate shall: - be an original or an original certified copy of the original; and - have been issued by a verification agency accredited by the South African

National Accreditation System (SANAS); or - have been issued by a registered auditor approved by the Independent

Regulatory Board of Auditors (IRBA); or - be in the form of a sworn affidavit in the case of an Exempted Micro Enterprise

(EME) or Qualifying Small Enterprise (QSE); and - The Verification Certificate must be valid at the tender closing date; and - The date of issue of the certificate must be less than 12 (twelve) months prior

to the tender closing date (see Tender Data 4.15); and - Compliance with any other information requested to be attached to

Returnable Schedule Form C1; and - If a tenderer claims a preference score without submitting an acceptable

verification certificate, a period of 1 working day will be granted to submit an acceptable verification certificate which was valid at date of tender closure; and

- Failure to submit a valid verification certificate will result in the award of 0 (zero) points for preference; and

- In the event of a joint venture (JV), a consolidated B-BBEE verification certificate in the name of the JV shall be submitted.

5.13 In addition to the requirements of the Conditions of Tender, offers will only be accepted if: - the tenderer is registered with the Construction Industry Development Board with an

appropriate contractor grading designation;

Page 19: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-14

- the tenderer or any of its directors 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;

- the tenderer has not abused the Employer’s supply chain management system; - the tenderer has not failed to perform on any previous contract and has not been given

a written notice to this effect; and - the tenderer is registered on the National Treasury Central Supplier Database.

5.17 The number of paper copies of the signed contract to be provided by the Employer is 1.

5.19 All requests shall be in writing.

ADDITIONAL CONDITIONS OF TENDER CLAUSES:

Clause Number

Data

3.7 Jursidiction Unless stated otherwise in the tender data, each tenderer and the Employer undertake to accept the jurisdiction of the law courts of the Republic of South Africa.

Page 20: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-15

_________________________________________________________________________________

PART T2: RETURNABLE SCHEDULES _________________________________________________________________________________

Page 21: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-16

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 T.2.1 LIST OF RETURNABLE SCHEDULES The tenderer must complete the following returnable schedules: Notes to tenderer: 1. Returnable schedules have been based on the CIDB Standard for Uniformity in Construction

Procurement and incorporate National Treasury requirements within them. Returnable schedules are separated into the following categories: - Forms, certificates and schedules for completion by the tenderer for use in the

quantitative and qualitative evaluation of the tender (Forms A to E) - A list of all returnable documents for completion by the tenderer (Form F1)

2. Failure to fully complete the relevant returnable documents may render such a tender offer non-responsive.

3. Tenderers shall note that their signature appended to each returnable form represents a declaration that they vouch for the accuracy and correctness of the information provided.

4. Notwithstanding any check or audit conducted by or on behalf of the Employer, the information provided in the returnable documents is accepted in good faith and as justification for entering into a contract with a tenderer. If subsequently any information is found to be incorrect such discovery shall be taken as wilful misrepresentation by that tenderer to induce the contract. In such event the Employer has the discretionary right under contract condition 15.2 to terminate the contract.

5. These forms must be completed in non-erasable ink and any alterations made prior to tender closure countersigned by an authorised signatory.

Page 22: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-17

PART T2: RETURNABLE SCHEDULES TABLE OF CONTENTS PAGE

FORM A1: CERTIFICATE OF ATTENDANCE AT CLARIFICATION MEETING........................... T-19

FORM A2.1: CERTIFICATE OF AUTHORITY FOR SIGNATORY .................................................... T-20

FORM A2.2: DECLARATION OF TENDERER’S CURRENT STATUS OF ANY DEBT OUTSTANDING TO SANRAL ...................................................................................... T-21

FORM A3.1: COMPULSORY DECLARATION (INCORPORATING SBD4) ..................................... T-22

FORM A3.2: CERTIFICATE OF INDEPENDENT TENDER (INCORPORATING SBD9) ................. T-28

FORM A3.3: DECLARATION OF TENDERER’S PAST SUPPLY CHAIN MANAGEMENT

PRACTICES (INCORPORATING SBD8) ..................................................................... T-30

FORM A3.4: REGISTRATION ON NATIONAL TREASURY CENTRAL SUPPLIER DATABASE .. T-32

FORM A4: SCHEDULE OF DEVIATIONS OR QUALIFICATIONS BY TENDERER ..................... T-33

FORM A5: SCHEDULE OF ADDENDA TO TENDER DOCUMENTS ............................................ T-34

FORM A6: CERTIFICATE OF TAX COMPLIANCE (INCORPORATING SBD2) ........................... T-35

FORM A7: CERTIFICATE OF INSURANCE COVER ..................................................................... T-36

FORM A8: TENDERER’S BANK DETAILS .................................................................................... T-37

FORM A9: SCHEDULE OF TENDERER'S LITIGATION HISTORY .............................................. T-38

FORM A10: SCHEDULE OF CURRENT COMMITMENTS .............................................................. T-39

FORM A11: CERTIFICATE OF COMPLIANCE WITH COMPENSATION FOR OCCUPATIONAL INJURIES AND DISEASES ACT, 1993 (ACT NO. 130 OF 1993) ............................... T-40

FORM A12: CERTIFICATE OF REGISTRATION WITH CIDB ......................................................... T-41

FORM A13: PHOTOMETRIC FILES ................................................................................................. T-42

FORM B1: CONTRACTOR’S ESTABLISHMENT ON SITE ........................................................... T-44

FORM B2: SCHEDULE OF SPECIAL MATERIALS ...................................................................... T-45

FORM B3: SCHEDULE OF MATERIALS (ELECTRICAL) ............................................................. T-46

FORM B4: REGISTRATION AS AN ELECTRICAL CONTRACTOR ............................................. T-48

FORM B5: RETURNABLE SCHEDULE FOR WEIGHING EQUIPMENT AND SOFTWARE ........ T-50

FORM B6: RETURNABLE SCHEDULE FOR NON-INTRUSIVE SPEED CAMERAS .................. T-52

FORM B7: RETURNABLE SCHEDULE FOR PROSECUTION AND WEIGHING SOFTWARE ... T-54

FORM C1: TENDERER’S B-BBEE VERIFICATION CERTIFICATE

(INCORPORATING SBD6.1) ........................................................................................ T-55

FORM D1: SCHEDULE OF TENDERER’S PLANT AND EQUIPMENT ........................................ T-56

FORM D2: TENDERER’S METHOD STATEMENT ........................................................................ T-57

FORM D3: TENDERER’S ORGANISATION AND STAFFING....................................................... T-58

FORM D4.1: TENDERER’S KEY PERSONNEL EXPERIENCE (CONTRACTS DIRECTOR) ......... T-59

FORM D4.2: TENDERER’S KEY PERSONNEL EXPERIENCE (CONTRACTS MANAGER) ......... T-60

FORM D4.3: TENDERER’S KEY PERSONNEL EXPERIENCE (CONSTRUCTION MANAGER (CONTRACTOR’S REPRESENTATIVE)) .................................................................... T-61

FORM D5: TENDERER’S EXPERIENCE ....................................................................................... T-62

Page 23: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-18

FORM D6: TENDERER’S INDICATIVE PROGRAM ...................................................................... T-63

FORM D7: SCHEDULE OF ESTIMATED MONTHLY EXPENDITURE ......................................... T-64

FORM D8: SCHEDULE OF SPECIALIST SUBCONTRACTORS .................................................. T-65

FORM D9: STREETLIGHT POLES SPECIFICATION RETURNABLE SCHEDULE ..................... T-66

FORM F1: SCHEDULE OF TENDER COMPLIANCE .................................................................... T-71

Page 24: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-19

FORM A1: CERTIFICATE OF ATTENDANCE AT CLARIFICATION MEETING CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Notes to Tenderer: 1. Unless the attendee’s name, details and signature also appear on the attendance register

this Certificate of Attendance shall not be accepted and the tenderer’s offer shall be deemed non-responsive.

This is to certify that I,................................................................................................................................. .................................................................................................................................................................... representative of (tenderer) ........................................................................................................................ of (address) ................................................................................................................................................ .................................................................................................................................................................... .................................................................................................................................................................... telephone number ...................................................................................................................................... fax number ................................................................................................................................................. e-mail .......................................................................................................................................................... attended the clarification meeting on (date) .............................................................................................. conducted by ............................................................................................................................................. in the presence of (Employer’s representative) ......................................................................................... TENDERER'S REPRESENTATIVE (Signature) ........................................................................................ EMPLOYER’S REPRESENTATIVE (Signature) ........................................................................................

Page 25: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-20

FORM A2.1: CERTIFICATE OF AUTHORITY FOR SIGNATORY CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Notes to tenderer: 1. The signatory for the tenderer shall confirm his/her authority thereto by attaching on the

tendering company’s letterhead a duly signed and dated copy of the relevant resolution of the board of directors/partners.

2. In the event that the tenderer is a joint venture, a certificate is required from each member of the joint venture clearly setting out: - authority for signatory, - undertaking to formally enter into a joint venture contract should an award be made to

the joint venture, - name of designated lead member of the intended joint venture, as required by tender

condition 4.13.2. 3. The resolution below is given as an example of an acceptable format for authorisation, but

submission of this page with the example completed shall not be accepted as authorisation of the tenderer’s signatory.

By resolution of the board of directors passed at a meeting held on ........................................................ Mr/Ms ........................................................................................................................................................ , whose signature appears below, has been duly authorised to sign all documents in connection with the tender for Contract NRA N001-170-2011/2 for THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 and any contract which may arise therefrom on behalf of [enter name of tenderer in block capitals] .................................................................................................................................................................... SIGNED ON BEHALF OF THE COMPANY: .............................................................................................. IN HIS/HER CAPACITY AS: ...................................................................................................................... DATE: ......................................................................................................................................................... SIGNATURE OF SIGNATORY: ................................................................................................................ WITNESS: ....................................................... ....................................................................... SIGNATURE SIGNATURE ....................................................... ....................................................................... NAME (PRINT) NAME (PRINT)

Page 26: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-21

FORM A2.2: DECLARATION OF TENDERER’S CURRENT STATUS OF ANY DEBT OUTSTANDING TO SANRAL

CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Notes to tenderer: 1. The signatory for the tenderer (as per Form A2.1) shall complete and sign this form declaring

the current status of any debt outstanding to SANRAL. 2. In the event that the tenderer is a Joint Venture, a declaration is required from each member

of the Joint Venture.

I, the undersigned …………………………………………………………………………………….declare: (i) that the tenderer or any of its Directors/Members do not have any debt outstanding to SANRAL, other

than what is listed below:

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

(ii) the tenderer and/or any of its Directors/Members freely, voluntarily and without undue duress

unconditionally authorises the SANRAL to set off any debts agreed to which is due and payable by

the tenderer or any of its Directors/Members in terms of this declaration against any moneys due to

the tenderer or any of its Directors/Members; and

(iii) to the best of my knowledge the above information is true and accurate.

SIGNATURE: ............................................................................................................................................. Signed and sworn before me at ……………………………….…………………. on the ……… day of

…………………………..………………… 20…

The deponent having: i) acknowledged that he/she knows and understands the contents hereof;

ii) confirmed that he/she has no objection to the taking of the prescribed oath;

iii) confirmed that he/she considered the prescribed oath as binding upon his/her conscience; and

iv) confirmed that the Regulations contained in the Government Gazette Notice R1258 of July 1972 and

R1648 of August 1977 have been complied with.

____________________________ COMMISSIONER OF OATHS

Page 27: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-22

FORM A3.1: COMPULSORY DECLARATION (INCORPORATING SBD4) Notes to tenderer: 1. Any legal person, including persons employed by the State, or persons having a kinship with

persons employed by the State, including a blood relationship, may make an offer or offers in terms of this tender. In view of possible allegations of favouritism, should the resulting tender, or part thereof, be awarded to persons employed by the State, or to persons connected with or related to them, it is required that the tenderer or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where: - the tenderer is employed by the State; and/or - the legal person on whose behalf the tender document is signed, has a relationship with

person/s who are involved in the evaluation and/or adjudication of the tender, or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and/or adjudication of the tender.

2. Definitions: 2.1 “State” means:

a) any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No. 1 of 1999);

b) any municipality or municipal entity; c) provincial legislature; d) National Assembly or the National Council of Provinces; or e) Parliament.

2.2 “Shareholder” means a person who owns shares in the company and is actively involved in the management of the enterprise or business and exercises control over the enterprise.

Page 28: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-23

FORM A3.1: COMPULSORY DECLARATION (continued) CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17

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

Section 1: Enterprise details

Name of enterprise

Contact person

E-mail

Telephone

Cell

Fax

Physical address

Postal address

Section 2: Particulars of companies and close corporations

Company / Close Corporation registration number

Section 3: SARS information

Tax reference number

VAT registration number (state Not Registered if not registered for VAT)

Section 4: CIDB registration number

CIDB Registration number

Section 5: Particulars of principals

Principal: means a natural person who is a partner in a partnership, a sole proprietor, a director of a company established in terms of the Companies Act of 2008 (Act No. 71 of 2008) or a member of a close corporation registered in terms of the Close Corporations Act, 1984, (Act No. 69 of 1984)

Attach separate page if necessary.

Full name of principal Identity number Personal tax reference number

Page 29: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-24

Section 6: Record in the service of the state:

Indicate by marking the relevant boxes with a cross, if any principal is currently or has been within the last 12 months in the service of any of the following:

a member of any municipal council

a member of any provincial legislature

a member of the National Assembly or the National Council of Province

a member of the board of directors of any municipal entity

an official of any municipality or municipal entity

an employee of any department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)

a member of an accounting authority of any national or provincial public entity

an employee of Parliament or a provincial legislature

If any of the above boxes are marked, disclose the following:

Name of principal Name of institution, public office, board or organ of state and position held

Status of service (tick appropriate column)

Current Within last 12 months

Insert separate page if necessary.

Section 7: Record of family member in the service of the state:

Family member: a person’s spouse, whether in a marriage or in a customary union according to indigenous law, domestic partner in a civil union, or child, parent, brother, sister, whether such relationship results from birth, marriage or adoption

Indicate by marking the relevant boxes with a cross, if any family member of a principal as defined in section 5 is currently or has within the last 12 months been in the service of any of the following:

a member of any municipal council

a member of any provincial legislature

a member of the National Assembly or the National Council of Province

a member of the board of directors of any municipal entity

an official of any municipality or municipal entity

an employee of any department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)

a member of an accounting authority of any national or provincial public entity

an employee of Parliament or a provincial legislature

If any of the above boxes are marked, disclose the following:

Name of family member Name of institution, public office, board

or organ of state and position held

Status of service (tick appropriate column)

Current Within last 12 months

Insert separate page if necessary

Page 30: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-25

FORM A3.1: COMPULSORY DECLARATION (continued) CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17

Section 8: Record of termination of previous contracts with an organ of state

Was any contract between the tendering entity, including any of its joint venture partners, terminated during the past five years for reasons other than the employer no longer requiring such works or the employer failing to make payment in terms of the contract?

Yes No (tick appropriate box) If yes, provide particulars:

Insert separate page if necessary

Section 9: Declaration

The undersigned, who warrants that he/she is duly authorised to do so on behalf of the tendering entity, confirms that the contents of this Declaration are within my personal knowledge, save where stated otherwise in an attachment hereto, and to the best of my belief is both true and correct, and that: i) neither the name of the tendering entity, nor any of its principals, appears on:

a) the Register of Tender Defaulters established in terms of the Prevention and Combating of Corrupt Activities Act of 2004 (Act No. 12 of 2004); or

b) National Treasury’s Database of Restricted Suppliers (see www.treasury.gov.za); ii) the tendering entity or any of its principals has not been convicted of fraud or corruption by a court of law

(including a court outside of the Republic of South Africa) within the last five years; iii) any principal who is presently employed by the state has the necessary permission to undertake

remunerative work outside such employment (attach permission to this declaration); iv) the tendering entity is not associated, linked or involved with any other tendering entities submitting tender

offers; v) the tendering entity has not engaged in any prohibited restrictive horizontal practices, including

consultation, communication, agreement, or arrangement with any competing or potential tendering entity regarding prices, geographical areas in which goods and services will be rendered, approaches to determining prices or pricing parameters, intentions to submit a tender or not, the content of the submission (specification, timing, conditions of contract, etc.) or intention to not win a tender;

vi) the tendering entity has no other relationship with any of the tenderers or those responsible for compiling the scope of work that could cause or be interpreted as a conflict of interest;

vii) neither the tenderer nor any of its principals owes municipal rates and taxes or municipal service charges to any municipality or a municipal entity, and are not in arrears for more than three months;

viii) SARS may, on an on-going basis during the term of the contract, disclose the tenderer’s tax compliance status to the Employer and, when called upon to do so, obtain the written consent of any subcontractors who are subcontracted to execute a portion of the contract that is entered into in excess of the threshold prescribed by National Treasury, for SARS to do likewise.

I, the undersigned ..................................................................................................................................................... certify that the information furnished in Form A3 above is correct. I accept that the Employer may reject the tender or act against me in terms of 5.7 of the Conditions of Tender should this declaration prove to be false. ................................................................................... ........................................................................................ Signature (duly authorised) Date ................................................................................... ........................................................................................ PositionName of Enterprise

NOTE 1: The Standard Conditions of Tender contained in SANS 10845-3 prohibits anticompetitive practices (clause 3.1) and

Page 31: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-26

requires that tenderers avoid conflicts of interest, only submit a tender offer if the tenderer or any of his principals is not under any restriction to do business with the Employer (4.1.1) and submit only one tender either as a single tendering entity or as a member in a joint venture (clause 4.13.1). Clause 5.7 also empowers the Employer to disqualify any tenderer who engages in fraudulent and corrupt practice. Clause 3.1 also requires tenderers to comply with all legal obligations.

Page 32: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-27

FORM A3.1: COMPULSORY DECLARATION (continued) CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17

NOTE 2: Section 30(1) of the Public Service Act, 1994, prohibits an employee (person who is employed in posts on the establishment of departments) from performing or engaging remunerative work outside his or her employment in the relevant department, except with the written permission of the executive authority of the department. When in operation, Section 8(2) of the Public Administration Management Act, 2014, will prohibit an employee of the public administration (i.e. municipalities and all national departments, national government components listed in Part A of Schedule 3 to the Public Service Act, provincial departments including the office of the premier listed in Schedule 1 of the Public Service Act and provincial departments listed in schedule 2 of the Public Service Act, and provincial government components listed in Part B of schedule 3 of the Public Service Act) or persons contracted to executive authorities in accordance with the provisions of section 12A of the Public Service Act of 1994 or persons performing similar functions in municipalities, from conducting business with the State or to be a director of a public or private company conducting business with the State. The offence for doing so is a fine or imprisonment for a period not exceeding five years, or both. It is also a serious misconduct which may result in the termination of employment by the employer.

NOTE 3: Regulation 44 of Supply Chain Management regulations issued in terms of the Municipal Finance Management Act of 2003 requires that municipalities and municipal entities should not award a contract to a person who is in the service of the State, a director, manager or principal shareholder in the service of the State or who has been in the service of the State in the previous twelve months.

NOTE 4: Regulation 45 of Supply Chain Management regulations requires a municipality or municipal entity to disclose in the notes to the annual statements particulars of any award made to a close family member in the service of the State.

NOTE 5: Corrupt activities which give rise to an offence in terms of the Prevention and Combating of Corrupt Activities Act of 2004, include improperly influencing in any way the procurement of any contract, the fixing of the price, consideration or other moneys stipulated or otherwise provided for in any contract, and the manipulating by any means of the award of a tender.

NOTE 6: Section 4 of the Competition Act of 1998 prohibits restrictive horizontal practice, including agreements between parties in a horizontal relationship, which have the effect of substantially preventing or lessening competition, directly or indirectly fixing prices or dividing markets or constituting collusive tendering. Section 5 also prohibits restrictive vertical practices. Any restrictive practices that are suspicious will be reported to the Competition Commission for investigation and possible imposition of administrative penalties.

Page 33: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-28

FORM A3.2: CERTIFICATE OF INDEPENDENT TENDER (INCORPORATING SBD9) CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Notes to tenderer: 1. This certificate conforms to Treasury Regulation 16A9 and the requirement of section 4 (1)

(b) (iii) of the Competition Act No. 89 of 1998, as amended, that prohibits an agreement between, or concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal relationship and if it involves collusive tendering.

2. Collusive tendering is a conspiracy between businesses that would normally be expected to compete, to agree not to compete, in a tender process.

3. This certificate serves as a declaration by the tenderer that the tender submitted is free from any collusion with a competitor.

Declaration I, the undersigned, in submitting the accompanying tender on behalf of the tenderer do hereby make the following statements that I certify to be true and complete in every respect: 1. I have read and understand the notes to, and the contents of, this Certificate; 2. I understand that the accompanying tender will be disqualified if this Certificate is found to be not

true and complete in every respect; 3. I am authorised by the tenderer to sign this Certificate, and to submit the accompanying tender, on

behalf of the tenderer; 4. Each person whose signature appears on the accompanying tender has been authorised by the

tenderer to determine the terms of, and to sign the tender, on behalf of the tenderer; 5. For the purposes of this Certificate and the accompanying tender, I understand that the word

“competitor” shall include any individual or organisation, other than the tenderer, whether or not affiliated with the tenderer, who: a) has been requested to submit a tender in response to this tender invitation; b) could potentially submit a tender in response to this tender invitation, based on their

qualifications, abilities or experience; and c) provides the same goods and services as the tenderer and/or is in the same line of business

as the tenderer.

6. The tenderer has arrived at the accompanying tender independently from, and without consultation, communication, agreement or arrangement with any competitor. However, communication between partners in a joint venture or consortium will not be construed as collusive tendering.

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

communication, agreement or arrangement with any competitor regarding:

a) prices; b) geographical area where product or service will be rendered (market allocation); c) methods, factors or formulas used to calculate prices; d) the intention or decision to submit, or not to submit, a tender;

Page 34: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-29

e) the submission of a tender which does not meet the specifications and conditions of the tender; or

f) tendering with the intention not to win the tender.

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

any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this tender relates.

9. The terms of the accompanying tender have not been, and will not be, disclosed by the tenderer,

directly or indirectly, to any competitor, prior to the date and time of the official tender opening or of the awarding of the contract.

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

restrictive practices related to tenders and contracts, tenders that are suspicious will be reported to the Competitions Commission for investigation and possible imposition of administrative penalties in terms of section 59 of the Competition Act No. 89 of 1998 and/or may be reported to the National Prosecuting Authority for criminal investigation and/or may be restricted from conducting business with the public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No. 12 of 2004 or any other applicable legislation.

Signature: .................................................................................................................................................. Date: .......................................................................................................................................................... Name: ........................................................................................................................................................ Position: .....................................................................................................................................................

Page 35: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-30

FORM A3.3: DECLARATION OF TENDERER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES (INCORPORATING SBD8)

CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Notes to tenderer: 1. This tender document must form part of all tenders invited. 2. This form serves as a declaration to be used by institutions in ensuring that when goods and

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

3. The tender of any tenderer may be disregarded if that tenderer or any of its directors have – (a) abused the institution’s supply chain management system; (b) committed fraud or any other improper conduct in relation to such system; or (c) failed to perform on any previous contract.

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

4.1 Is the tenderer or any of its directors listed on the National Treasury’s Database of Restricted Suppliers as companies or persons prohibited from doing business with the public sector? Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/ Authority of the institution that imposed the restriction after the audi alteram parlem rule was applied. The Database of Restricted Suppliers now resides on the National Treasury website (www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page.

Yes

No

4.1.1 If Yes, furnish particulars:

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

Yes

No

4.2.1 If Yes, furnish particulars:

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

Yes

No

4.3.1 If Yes, furnish particulars:

Page 36: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-31

4.4 Was any contract between the tenderer and any organ of State terminated during the past five years on account of failure to perform on or comply with the contract?

Yes

No

4.4.1 If Yes, furnish particulars:

CERTIFICATION I, the undersigned, ..................................................................................................................................... certify that the information furnished on this declaration form is true and correct. I accept that, in addition to cancellation of a contract, action may be taken against me should this declaration prove to be false. Signature: .................................................................................................................................................. Name: ........................................................................................................................................................ Position: ..................................................................................................................................................... Date: .......................................................................................................................................................... Name of tenderer: ......................................................................................................................................

Page 37: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-32

FORM A3.4: REGISTRATION ON NATIONAL TREASURY CENTRAL SUPPLIER DATABASE

CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 The tenderer shall provide a printed copy of the Active Supplier Listing on the National Treasury Central Supplier Database. (www.treasury.gov.za). Tenderers who are not registered on the Central Supplier Database should attach proof of their application for registration (refer to Tender Data Clause 4.1.1). In the case of a Joint Venture, a printed copy of the Active Supplier Listing must be provided for each member of the Joint Venture. Name of Contractor: .................................................................................................................................. Central Supplier Database Supplier Number: ........................................................................................... Supplier Commodity: ................................................................................................................................. Delivery Location: ...................................................................................................................................... SIGNED BY TENDERER: .........................................................................................................................

Page 38: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-33

FORM A4: SCHEDULE OF DEVIATIONS OR QUALIFICATIONS BY TENDERER CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Notes to tenderer: 1. The postulated tender MUST be priced. 2. When submitting an alternative tender (including an alternative contract period), condition of

clause 4.12 of Tender Data, shall be followed.

Page Description

SIGNED BY TENDERER: .........................................................................................................................

Page 39: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-34

FORM A5: SCHEDULE OF ADDENDA TO TENDER DOCUMENTS CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17

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

Date Title or Details

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

SIGNED BY TENDERER: .........................................................................................................................

Page 40: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-35

FORM A6: CERTIFICATE OF TAX COMPLIANCE (INCORPORATING SBD2) CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to tenderer: Scan the relevant copies of certificates on CD. The tenderer shall attach to this page an original current Tax Clearance certificate and VAT Registration certificate which is valid for the duration of the Tender offer validity period and which shall be obtained by the tenderer from the South African Revenue Service (SARS). In the event of a joint venture, each member shall comply with the above requirement. Where such certificates are no longer issued by SARS the tenderer shall complete the declaration below.

I, .................................................................................................................................................... (name)

the undersigned in my capacity as ............................................................................................ (position)

on behalf of ............................................................................................................... (name of company)

herewith grant consent that SARS may disclose to the South African National Roads Agency SOC Limited

(SANRAL) our tax compliance status. For this purpose our unique security personal identification number

(PIN) is ............................

SIGNED BY TENDERER: .........................................................................................................................

Page 41: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-36

FORM A7: CERTIFICATE OF INSURANCE COVER CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to tenderer: In the event of the tenderer being a joint venture/consortium the details of the individual members must also be provided. The tenderer shall provide the following details of this insurance cover: i) Name of Tenderer: .......................................................................................................................... ii) Period of Validity: ............................................................................................................................ iii) Value of Insurance:

Insurance for Works and Contractor’s Equipment

Company: ................................................................................................................................... Value: .........................................................................................................................................

Insurance for Contractor’s Personnel

Company: ................................................................................................................................... Value: .........................................................................................................................................

General public liability

Company: ................................................................................................................................... Value: .........................................................................................................................................

SASRIA

Company: ................................................................................................................................... Value: .........................................................................................................................................

SIGNED BY TENDERER: .........................................................................................................................

Page 42: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-37

FORM A8: TENDERER’S BANK DETAILS CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Notes to tenderer: 1. The tenderer shall attach to this form a letter from the bank at which he declares he conducts

his account. The contents of the bank’s letter must state the credit rating that it, in addition to the information required below, accords to the tenderer for the business envisaged by this tender. Failure to provide the required letter with the tender submission may render the tenderer’s offer non-responsive in terms of tender condition 5.8.

2. The tenderer’s banking details as they appear below shall be completed. 3. In the event that the tenderer is a joint venture enterprise, details of all the members of the

joint venture shall be similarly provided and attached to this form. The tenderer shall provide the following: i) Name of Account Holder: ................................................................................................................. ii) Account Number: ............................................................................................................................. iii) Bank name: ...................................................................................................................................... iv) Branch Number: ............................................................................................................................... v) Bank and branch contact details ......................................................................................................

......................................................................................................................................................... SIGNED BY TENDERER: .........................................................................................................................

Page 43: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-38

FORM A9: SCHEDULE OF TENDERER'S LITIGATION HISTORY CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to tenderer: The tenderer shall list below details of any litigation with which the tenderer (including its directors, shareholders or other senior members in previous companies) has been involved with any organ of state or state department within the last ten years. The details must include the year, the litigating parties, the subject matter of the dispute, the value of any award or estimated award if the litigation is current and in whose favour the award, if any, was made.

Employer Other litigating party

Dispute Award value Date resolved

SIGNED BY TENDERER: .........................................................................................................................

Page 44: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-39

FORM A10: SCHEDULE OF CURRENT COMMITMENTS CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Notes to tenderer: 1. The tenderer shall list below all contracts currently under construction or awarded and

about to commence and tenders for which offers have been submitted but awards not yet made.

2. In the event of a joint venture enterprise, details of all the members of the joint venture shall similarly be attached to this form.

3. The lists must be restricted to not more than 20 contracts and 20 tenders. If a tenderer’s actual commitments or potential commitments are greater than 20 each, those listed should be in descending order of expected final contract value or sum tendered.

Table 1: CONTRACTS AWARDED

Employer Project Expected total value of contract

(incl. VAT)

Duration (Months)

Expected completion date

Table 2: TENDERS NOT YET AWARDED

Employer Project Sum Tendered (incl. VAT)

Tendered Duration (Months)

Expected commencement

SIGNED BY TENDERER: ........................................................................................................................ .

Page 45: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-40

FORM A11: CERTIFICATE OF COMPLIANCE WITH COMPENSATION FOR OCCUPATIONAL INJURIES AND DISEASES ACT, 1993 (ACT NO. 130 OF 1993)

CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Notes to tenderer: 1. Discovery that the tenderer has failed to make proper disclosure may result in SANRAL

terminating a contract that flows from this tender on the ground that it has been rendered invalid by the tenderer’s misrepresentation.

2. The tenderer shall attach to this Form evidence that he is registered and in good standing with the compensation fund or with a licensed compensation insurer who is approved by Department of Labour in terms of section 80 of the Compensation for Injury and Disease Act, 1993 (Act No. 130 of 1993).

3. The tenderer is required to disclose, by also attaching documentary evidence to this form, all inspections, investigations and their outcomes conducted by the Department of Labour into the conduct of the tenderer at any time during the 36 months preceding the date of this tender.

SIGNED BY TENDERER: .........................................................................................................................

Page 46: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-41

FORM A12: CERTIFICATE OF REGISTRATION WITH CIDB CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 The tenderer shall provide a printed copy of the Active Contractor’s Listing off the CIDB website. (www.cidb.org.za). Tenderers whose CIDB registration expires within 21 days after close of tender should attach proof of their application for re-registration (refer to Tender Data Clause 4.1.1). In the case of a Joint Venture, a printed copy of the Active Contractor’s Listing must be provided for each member of the Joint Venture. Name of Contractor: .................................................................................................................................. Contractor Grading Designation: ................................................................................................................ CIDB Contractor Registration Number: ..................................................................................................... Expiry Date: ............................................................................................................................................... SIGNED BY TENDERER: .........................................................................................................................

Page 47: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-42

FORM A13: PHOTOMETRIC FILES CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to Tenderer: The Tenderer shall provide the photometric files and a simulation report for the luminaires proposed that complies with the lighting design as described below or alternative design proposed: Lighting Design of Luminaires (these shall be LED luminaires) 1. Maintenance factor of 0.9 shall be used in all the designs of the lighting. L1. Road A94 from N1 Interchange Ramp A to Kroonstad TCC

Type A3 road for maximum traffic of 300 vehicles per hour per lane at night,

Staggered arrangement for luminaires from TCC to Ramp A

Pole height is 11.8m for planted poles and mounting height is 10m

Pole spacing is 50m, staggered arrangement,

1 Lane x 3.7m lane west bound (to Kroonstad TCC) and 1 lane x 3.7m turning lane (to TCC) + 1 x 1m Shoulder

1 Lane x 3.7m lane east bound (Kroonstad TCC to N1) + 1 x 1m Shoulder

Painted island of 3m at the TCC area

Minimum setback from edge of shoulder: 2.0m Total Road Width for L1: 16.1m L2. Road A94 and Bridge from N1 Interchange to Kroonstad TCC

Type A3 road for maximum traffic of 300 vehicles per hour per lane at night,

Single side arrangement for luminaires from Ramp A to Ramp C,

Pole height is 11.8m for planted poles and mounting height is 10m

Pole spacing is 40m single arrangement,

1 Lane x 3.7m lane west bound + 1 x 1m Shoulder

1 Lane x 3.7m lane east bound + 1 x 1m Shoulder

Minimum setback from edge of shoulder: 2.0m Total Road Width for L2: 9.4m L3. Ramps A

Type A3 road for maximum traffic of 300 vehicles per hour per lane at night,

Lane width is 4.0m x 1 lane + 2 x 2m Shoulder Lanes,

Pole height is 11.8m. Mounting height is 10m

Pole spacing is 35m,

Luminaires arranged along one side of the ramp.

Minimum setback from edge of shoulder: 2.0m Total width: 8.0m L4. Ramps C

Type A3 road for maximum traffic of 300 vehicles per hour per lane at night,

Lane width is 4.0m x 1 lane + 2 x 2m Shoulder Lanes,

Pole height is 11.8m. Mounting height is 10m

Pole spacing is 35m,

Luminaires arranged along one side of the ramp.

Minimum setback from edge of shoulder: 1.5m Total width: 8.0m

Page 48: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-43

The lighting level requirement for street light luminaires L1 to L4 as per SANS 10098 is A3b:

Ln = >0,6cd/m² Uo = >0,4 Ul = >0,5 Tl = <20%

Proof must be submitted in the simulation report that the photometric files meet either SANS /IEC 10098 minimum requirements. The luminaire IES files and DLX files shall only be submitted on CD. Valid and readable files will be used to carry out simulation reports to verify paper copy simulation reports submitted. Should the simulation report carried out by the client not be the same as the paper copy received, this shall render the tender non-responsive. IES files will also be tested by the client to verify that luminaires are compliant. The luminaire simulation report shall be done on DIAlux software and submitted in paper copy at time of tender. Only offered compliant luminaires will be further considered. Failure to submit any or all this information shall render the tender non-responsive. Tenderer to provide information used in simulation.

L1 L2 L3 L4

LAMP DETAILS:

- Wattage

- Luminous Flux

- Correction Factor

- Lamp Make

Light Fitting Make

Pole arrangement

Luminaire mounting height

No. of luminaires per pole

Distance between poles

Boom length

Boom angle

Overhang

Failure to submit an electronic (soft) copy of the IES files and a copy of the simulation report shall render the tender non-responsive. SIGNED ON BEHALF OF THE TENDERER: ......................................................................................

Page 49: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-44

FORM B1: CONTRACTOR’S ESTABLISHMENT ON SITE CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to Tenderer: If the tenderer should require additional compensation for his obligations under section 1300 (over and above the total tendered for item B13.01) by including such additional compensation in the tendered rates and/or lump sum of items in the pricing schedule, these items and the value of such additional compensation shall also be set out in a letter attached to this form. Should the combined, extended total tendered for Item B13.01 The contractor’s general obligations: a) Fixed obligations b) Value-related obligations c) Time-related obligations exceed a maximum of 20% of the tender sum, the tenderer shall clearly set out his reasons for tendering in this manner in a letter attached to this page. The relevant regional project engineer will duly consider these reasons but reserves the right to consider the tendered rates to be imbalanced and to deal with them in terms of Tender Data clause 5.9 contained in this volume. Total tendered for Item B13.01 expressed as a percentage of the tender sum (excluding VAT) ......... % SIGNED BY TENDERER: .........................................................................................................................

Page 50: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-45

FORM B2: SCHEDULE OF SPECIAL MATERIALS CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Notes to tenderer: 1. Refer to part C1.2.1 Conditions of Contract where subclause 13.8 of the FIDIC General

Conditions of Contract has been amended. 2. Only net bitumen content of asphalt and bituminous products shall be subject to rise and fall

and no account shall be taken of transport, emulsifiers, diluents or modifiers that may be supplied ex refinery or added later.

3. For the purpose of clarity when using this form, a supplier is any company (including refineries) that supplies to a tenderer a bituminous product that it manufactures using bitumen as the sole or blended ingredient in the product. A tenderer shall, in compliance with note 4 below, attach to this form a letter of supply from each supplier it intends using in the performance of the contract.

4. Tenderers shall append to this page the following information on a letterhead from their selected supplier: - the supplier’s company registration and address details; and - the product range available including refinery from which the base bitumen is drawn;

and - the net base bitumen type and content for each product; and - the supply price (excluding VAT but including all other obligatory taxes and levies) to

the tenderer for the net bitumen base content of each product; and - the date from which the supply prices apply.

5. Rise and fall adjustments shall only be made upon receipt by the engineer of the appropriate letters of supply in compliance to note 4 above, but with the changed supply prices and date of application, as well as reasons for the changes.

6. A change of supplier may be permitted, but only upon application to the engineer with the appropriate letters of supply in compliance to Note 4 above and approval thereof.

7. Non-disclosure of reduction in supply prices shall be deemed a contractor’s deliberate action to defraud the Employer and grounds for the Employer, at its sole discretion, to terminate the contract.

Each material dealt with as a special material in terms of FIDIC clause 13.8 as amended is stated in the list below. The rates and prices for the special materials shall be furnished by the tenderer as an attachment to this Form B2, which rates and prices shall not include VAT but shall include all other obligatory taxes and levies.

SPECIAL MATERIAL

UNIT*

RATE OR PRICE FOR THE

BASE MONTH

*Indicate whether the material will be delivered in bulk or in containers. SIGNED BY TENDERER: ..........................................................................................................................

Page 51: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-46

FORM B3: SCHEDULE OF MATERIALS (ELECTRICAL) CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to Tenderer: The schedules must only be completed insofar as the equipment and materials required for this particular contract are concerned. If these schedules are not properly completed by the Tenderer, this bid document will be regarded as incomplete. Where types, etc. are filled in below and these do not comply with the Specification, this must be specifically pointed out by the Tenderer. Filling in of types, etc. below does not, if they do not comply, signify that they are acceptable or will be accepted. Any changes to manufacturers and/or suppliers of the luminaires, poles and/or cables must be approved in writing by SANRAL prior to making any changes. 1. CABLES, CONDUCTORS AND ACCESSORIES

EQUIPMENT AND MATERIAL DESCRIPTION AND MAKE

PVC SWA PVC LV Cable

PVC SWA PVC LV Cable glands

6.6kV Cable

6.6kV Cable joints

6.6kV Cable terminations

2. MINI SUBS, DISTRIBUTION KIOSKS AND EQUIPMENT

EQUIPMENT AND MATERIAL DESCRIPTION AND MAKE

6.6/0.4kV Minisub

3 Way RMU in Minisub

4 Way stand alone RMU

Standby Generator

LV Distribution Kiosk

LV Distribution Kiosk SLK1/SLK2

Moulded Case Circuit Breakers (MCCB):

Small frame

Large frame

Photo-electric switch

Manual bypass switch

Contactors

UPS

Distribution Boards

3. LUMINAIRES

TYPE SUPPLIER AND LUMINAIRE INFORMATION

L1

Page 52: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-47

TYPE SUPPLIER AND LUMINAIRE INFORMATION

L2

L3

L4

4. LIGHT POLES

TYPE MANUFACTURER, CONSTRUCTION AND TYPE

11.8m Pole Height

SIGNED ON BEHALF OF THE TENDERER: ......................................................................................

Page 53: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-48

FORM B4: REGISTRATION AS AN ELECTRICAL CONTRACTOR CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 The contractor is responsible for the completion and submission of the required application forms, in respect of registration, to the particular supplying authority. A copy of the registration form must be forwarded to the engineer or its representative as soon as possible after the contract has been allocated. The electrical installation may not commence before the registration certificate and proof that the particular electrician is registered as an installation electrician has been received. The successful Tenderer/electrical sub-contractor must be registered as an Electrical Contractor with the Department of Labour of South Africa, with the Workmen's Compensation Commissioner and the Unemployment Insurance Commissioner to qualify for this contract. The successful Tenderer must complete the following questionnaire and submit it to the engineer before any work is commenced. THE TENDER MAY NOT BE CONSIDERED UNLESS ALL THE NECESSARY INFORMATION HAS BEEN SUBMITTED. Has the company been registered as an electrical contractor with the Department of Labour of South Africa? Registration No.:.............................. Date of issue :.............................. Has the company been registered with the: 1. Department of Manpower? Registration No.:.............................. Date of issue :.............................. 2. The Workmen's Compensation Commissioner? Registration No.:.............................. Date of issue :..............................

3. The Unemployment Insurance?

Registration No.:.............................. Date of issue :.............................. I/We certify that the above information is correct and undertake to comply with the provisions in Regulation 4(2) and 6(1) of Government Notice R2920 of 23 October 1992 promulgated under Section 35 of the Occupational Health and Safety Act, No. 85 of 1993. SIGNATURE OF TENDERER: .............................. .......................................................................... DATE: ............................ ................................................................................................................. NAME OF TENDERER: ............................................................................................................... ADDRESS: .................................. .................................................................................................... ......................................................................................................................................................... .........................................................................................................................................................

YES NO

YES NO

YES NO

YES NO

Page 54: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-49

......................................................................................................................................................... Regulation (4) 2 read as follows: CONSTRUCTION Except in the case of electrical installations supplied by a single-phase electricity supply at the point of supply, an accredited person shall exercise general control over all electrical installation work being carried out and no person shall allow such work without such control. Regulation 6(1) reads as follows: COMMENCEMENT OF AND PERMISSION TO CONNECT INSTALLATION WORK No person shall commence with installation work which would require a new electricity supply or an increase in electricity supply capacity unless the supplier has been notified thereof: Provided that the supplier may waive this requirement in respect of such types of work as he may specify. (In your own interest you are advised to obtain a copy of Government Gazette No. 9968 of 11 October 1985 from the Government Printer in Pretoria).

Page 55: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-50

FORM B5: RETURNABLE SCHEDULE FOR WEIGHING EQUIPMENT AND SOFTWARE CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to Tenderer: The schedules must only be completed insofar as the equipment and materials required for this particular contract are concerned. If these schedules are not properly completed by the Tenderer, this bid document will be regarded as incomplete. Where types, etc. are filled in below and these do not comply with the Specification, this must be specifically pointed out by the Tenderer. Filling in of types, etc. below does not, if they do not comply, signify that they are acceptable or will be accepted. Any changes to manufacturers and/or suppliers of the equipment must be approved in writing by SANRAL prior to making any changes. The Tenderer shall complete the following schedule providing details of the Equipment to be supplied under this Agreement. The information given shall be included in the Tender Document and will be used to determine Equipment performance during the testing and commissioning stages. All additional technical information on Equipment that the Tenderer wishes to include with its Tender shall be included in a separate document, entitled “TECHNICAL INFORMATION”. 1. EQUIPMENT AND HARDWARE

EQUIPMENT AND MATERIAL DESCRIPTION AND MAKE

Indoor CCTV Cameras

Outdoor PTZ CCTV Dome Cameras

ANPR Cameras

Servers

Network Video Recorders

Racks

Biometric Readers

Fibre Cable

LAN Cable

PABX System

Traffic Signals

Access Booms

Inductive Loops

Inductive Loop Detectors

Thin Client

Laser Printer

Variable Messaging Sign

Mobile ANPR System

Other:

Page 56: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-51

2. SOFTWARE

EQUIPMENT AND MATERIAL DESCRIPTION AND MAKE

Video Server Interface Software

Access Control Software

ANPR Identification Software

eNaTIS and AARTO Communication Software

Operating System

Database software

Anti-virus System

Prosecution and weighing software

Overload Control System

Weigh Control Prosecution System integration software

Other:

PROOF OF EXISTING INTERFACE WITH eNaTIS and AARTO The Tenderer shall provide documentry proof that the Weigh Control & Prosecution System has an existing interface with the eNaTIS and the AARTO systems. This may be submitted on a letterhead of the Authority where the systems are currently operating, stating clearly the name of the facility and the name of the contractor. Failure to submit this documentary proof shall render the tender non-responsive. SIGNATURE OF TENDERER: .............................. .......................................................................... DATE: ............................ ................................................................................................................. NAME OF TENDERER: .................................................................................................................

Page 57: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-52

FORM B6: RETURNABLE SCHEDULE FOR NON-INTRUSIVE SPEED CAMERAS CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to Tenderer: The schedules must only be completed insofar as the equipment and materials required for this particular contract are concerned. If these schedules are not properly completed by the Tenderer, this bid document will be regarded as incomplete. Where types, etc. are filled in below and these do not comply with the Specification, this must be specifically pointed out by the Tenderer. Filling in of types, etc. below does not, if they do not comply, signify that they are acceptable or will be accepted. Any changes to manufacturers and/or suppliers of the equipment must be approved in writing by SANRAL prior to making any changes. The Tenderer shall complete the following schedule providing details of the Equipment to be supplied under this Agreement. The information given shall be included in the Tender Document and will be used to determine Equipment performance during the testing and commissioning stages. All additional technical information on Equipment that the Tenderer wishes to include with its Tender shall be included in a separate document, entitled “TECHNICAL INFORMATION”. 1. EQUIPMENT AND HARDWARE

EQUIPMENT AND MATERIAL DESCRIPTION AND MAKE

Non-Intrusive Speed Camera

Brochure of units highlighting compliance

Other:

PROOF OF COMPLIANCE WITH SANS 1795 The Tenderer shall provide a letter confirming the Non-Intrusive Speed Cameras supplied are in compliance to SANS 1795, Part 2 and 5. This may be submitted on a company letterhead or from the Authority where the systems are currently operating, stating clearly the name of the facility and the name of the contractor. Failure to submit this documentary proof may render the tender non-responsive. NAME OF TENDERER:......................................................................................

Page 58: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-53

DATE: ................................................................................................................. SIGNATURE OF TENDERER:..........................................................................

Page 59: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-54

FORM B7: RETURNABLE SCHEDULE FOR PROSECUTION AND WEIGHING SOFTWARE CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to Tenderer: The Tenderer shall provide a letter from the supplier of the weighing software confirming that the supplier will be supplying and installing the software for the tenderer. This must be submitted on a company letterhead of the weighing software supplier. Failure to submit this documentary proof may render the tender non-responsive NAME OF TENDERER:...................................................................................... DATE: ................................................................................................................. SIGNATURE OF TENDERER:..........................................................................

Page 60: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-55

FORM C1: TENDERER’S B-BBEE VERIFICATION CERTIFICATE (INCORPORATING SBD6.1) Notes to tenderer: 1. The tenderer shall attach to this form a valid original or original certified copy of the B-

BBEE verification certificate issued in accordance with the Construction Sector Codes of Practice promulgated in Gazette 32305 on 5 June 2009 (see 5.11.8 of the tender data) subject to such certificate having been issued before 17 February 2016, alternatively submit a B-BBEE verification certificate issued in accordance with the revised Notice of Clarification published in Notice 444 of 2015 of Government Gazette No.38799 on 15 May 2015 by the Department of Trade and Industry.

2. In the event of a joint venture (JV), a consolidated B-BBEE verification certificate in the name of the JV shall be attached.

3. The attached verification certificate and the associated assessment report shall identify: (a) The name and domicilium citandi et executandi of the tenderer. (b) The registration and VAT number of the tenderer. (c) The dates of granting of the B-BBEE score and the period of validity. (d) The expiry date of the verification certificate. (e) A unique identification number. (f) The standard and/or normative document, including the issue and/or revision used

to evaluate the tenderer. (g) The name and/or mark/logo of the B-BBEE verification agency or registered auditor. (h) The category (Generic, QSE, Exempt) in which the tenderer has been measured. (i) The B-BBEE status level. (j) The South African National Accreditation System (SANAS) or Independent

Regulatory Board of Auditors (IRBA) logo on the verification certificate once verification agencies have been accredited.

(k) The B-BBEE procurement recognition level. (l) The score achieved per B-BBEE element. (m) The % black shareholding. (n) The % black women shareholding. (o) The % black persons with disabilities (p) The value added status of the tenderer.

4. The Employer will not be responsible to acquire data that it needs for its own reporting systems and which may not form part of a verification agency’s standard certificate format. The tenderer, at its own cost, must acquire any missing specified data listed in 3 above from its selected verification agency or registered auditor and have it recorded on the certificate. Alternatively, such missing data must be supplied separately, but certified as correct by the same verification agency or registered auditor and also attached to this form. Failure to abide by this requirement will result in such tenderer scoring zero preference.

Page 61: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-56

FORM D1: SCHEDULE OF TENDERER’S PLANT AND EQUIPMENT CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to tenderer: The tenderer shall provide details of the major plant and equipment required for this project. The tenderer shall state below what constructional plant will be immediately available for this contract, what constructional plant will become available by virtue of outstanding orders, and what further constructional plant will be acquired or hired for the work should the tenderer be awarded the contract. a) Constructional plant immediately available (I) b) Constructional plant on order (O)

(State details of arrangements made, with delivery dates) c) Constructional plant that will be acquired or hired (H)

(State details of delivery arrangements)

PLANT AND EQUIPMENT TYPE

NUMBER

TO BE USED ON

THIS PROJECT

DATE OF

MANUFACTURE

AVAILABILITY (State either I,

O or H)

140G Grader

12 ton Roller Flat Wheel

10 000 liter Water Truck

TLB x2

20 Ton Excavator

Flat bed truck

Pneumatic Tyred Roller (PRT) 28t

LDV x3

Tipper trucks (10m³) x5

Karoo Batch plant for concrete works

Concrete trucks (6m³) x3

SIGNED BY TENDERER: ..........................................................................................................................

Page 62: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-57

FORM D2: TENDERER’S METHOD STATEMENT CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to tenderer: The tenderer shall provide a method statement with the details as indicated on this form. The method statement must respond to the Scope of Work and Site Information under Part C4 and outline the proposed approach/methodology. The method statement should articulate what value the Tenderer will add by in achieving the stated objectives for the project. The Tenderer must as such explain the following: - Its understanding of the objectives of the assignment and the Employer’s stated and implied

requirements, - Highlight the issues of importance and explain the technical approach they would adopt to

address them, and - Explain the methodologies which are to be adopted, demonstrate the compatibility of those

methodologies with the proposed approach. The approach should also include a quality plan which outlines processes, procedures and associated resources, applied by whom and when, to meet the requirements and indicate how risks will be managed and what contribution can be made regarding value management.

The tenderer must attach his/her approach paper to this page. The approach paper should not be longer than 5 pages. SIGNED BY TENDERER: .........................................................................................................................

Page 63: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-58

FORM D3: TENDERER’S ORGANISATION AND STAFFING

Notes to tenderer: 1. The intention of this form is to demonstrate the tenderer’s project structure, as well as the lines of responsibility between members of the project team and between the

project team and the overall company structure. Attach own organogram to this form; do not populate the example diagram below. 2. Tenderers which are large companies may simplify the organogram by ‘rolling up’ portfolios e.g. combining directors/associates into one box of the organogram.

However, the individual positions of the key persons within the structure must still be shown. The same person could fill multiple positions. 3. Joint Venture tenders require each element of the venture to submit separate organograms that show the individual structure of each member company and the lines of

responsibility of the proposed personnel involved in the project. In addition there must also be a combined organogram that indicates how the joint venture itself will function and the proposed share of the work will become a contractual obligation between the members of the joint venture.

4. State the city or town where the company’s head office is located. The locality of regional or satellite offices, regardless of degree of autonomy or size is not required. Only submit the number of offices other than the head office. Do not count offices outside RSA.

5. Registered professional engineers, technicians or technologists means those who are involved in the road construction/transport industry. Registered professionals of other disciplines (e.g. mechanical) are considered as employees only.

6. In the lower table list those who will be involved in priority order of most to least responsibility for the service. Provide details of the key staff. Except for the MD, all of others must submit Forms D4. The same person may perform multiple roles.

Name of employee Position in team Estimated monthly

hours Relevant specialist areas of knowledge demonstrating

suitability for position

Managing Director

Contracts Director

Contracts Manager

Construction manager (Contractor’s Representative)

SIGNED BY TENDERER: ........................................................................................................................

Managing Director

Contracts Director 1

Civils and earthworks

Employee 1

Assistant to C&E4 other employees

Director 2

H&S

Employee 2

Other directors

Head Office: State City/Town. See note 4.

Other Offices: Only list number, See note 4

Registered Professionals: ECSA or in terms of ECSA approved International Agreements (PrEng, PrTechEng, PrCertEng, PrTechniEng)

See note 5

Registered Professionals: SACPCMP (Pr CM) See note 5

Total Employees :

% share in JV agreement: State 100% if no JV

Page 64: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-59

FORM D4.1: TENDERER’S KEY PERSONNEL EXPERIENCE (CONTRACTS DIRECTOR) CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to tenderer: The tenderer shall provide details of previous experience required for this project The tenderer is referred to clause 4.1.1 (b) of the Tender Data and shall insert in the spaces provided below details of the key personnel required to be in the employment of the tenderer or other organisation, in order for the tenderer to be eligible to submit a tender for this project. Proof of registration must be appended to this form.

NAME POSITION IN TEAM ECSA REG. NO ECSA CATEGORY

SACPCMP REG NO

SACPCMP CATEGORY

NO. OF YEARS EXPERIENCE

CONTRACTS DIRECTOR

Technical/Managerial Experience (List only the most recent 5 projects of the key staff that the tenderer considers relevant to the specified scope of works

CLIENT DESCRIPTION OF

PROJECT PROJECT START DATE PROJECT END

DATE VALUE

POSITION HELD

CONTACT PERSON AND FIRM CONTACT NO.

Comments:

I confirm that the information provided herein is true, that the projects reported and the corresponding responsibilities are truly the experiences of the firm or consortium of firms tendering for this project. SIGNED BY TENDERER: ...................................................................................................

Page 65: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-60

FORM D4.2: TENDERER’S KEY PERSONNEL EXPERIENCE (CONTRACTS MANAGER) CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to tenderer: The tenderer shall provide details of previous experience required for this project. The tenderer is referred to clause 4.1.1 (b) of the Tender Data and shall insert in the spaces provided below details of the key personnel required to be in the employment of the tenderer or other organisation, in order for the tenderer to be eligible to submit a tender for this project. Proof of registration must be appended to this form.

NAME POSITION IN TEAM ECSA REG. NO ECSA CATEGORY

SACPCMP REG NO

SACPCMP CATEGORY

NO. OF YEARS EXPERIENCE

CONTRACTS MANAGER

Technical/Managerial Experience (List only the most recent 5 projects of the key staff that the tenderer considers relevant to the specified scope of

CLIENT DESCRIPTION OF

PROJECT PROJECT START DATE PROJECT END

DATE VALUE

POSITION HELD

CONTACT PERSON AND FIRM CONTACT NO.

Comments:

I confirm that the information provided herein is true, that the projects reported and the corresponding responsibilities are truly the experiences of the firm or consortium of firms tendering for this project. SIGNED BY TENDERER: ...................................................................................................

Page 66: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-61

FORM D4.3: TENDERER’S KEY PERSONNEL EXPERIENCE (CONSTRUCTION MANAGER (CONTRACTOR’S REPRESENTATIVE)) CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to tenderer: The tenderer shall provide details of previous experience required for this project. The tenderer is referred to clause 4.1.1 (b) of the Tender Data and shall insert in the spaces provided below details of the key personnel required to be in the employment of the tenderer or other organisation, in order for the tenderer to be eligible to submit a tender for this project. Proof of registration must be appended to this form.

NAME POSITION IN TEAM ECSA REG. NO ECSA CATEGORY

SACPCMP REG NO

SACPCMP CATEGORY

NO. OF YEARS EXPERIENCE

CONSTRUCTION MANAGER (CONTRACTOR’S REPRESENTATIVE)

Technical/Managerial Experience (List only the most recent 5 projects of the key staff that the tenderer considers relevant to the specified scope of works

CLIENT DESCRIPTION OF

PROJECT PROJECT START DATE PROJECT END

DATE VALUE

POSITION HELD

CONTACT PERSON AND FIRM CONTACT NO.

Comments:

I confirm that the information provided herein is true, that the projects reported and the corresponding responsibilities are truly the experiences of the firm or consortium of firms tendering for this project. SIGNED BY TENDERER: ...................................................................................................

Page 67: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-62

FORM D5: TENDERER’S EXPERIENCE CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to tenderer: The tenderer shall provide details of previous experience required for this project. The experience of the Tenderer or joint venture partners in a consortium will be evaluated on the basis of experience in similar projects or similar areas and conditions in relation to the scope of work required for this project. Tenderers should briefly provide details of the 5 most recent relevant projects and status of project

(List only the most recent 5 projects of the firm that the tenderer considers relevant to the specified scope of works

CLIENT DESCRIPTION OF

PROJECT PROJECT START

DATE PROJECT END DATE

VALUE OF WORK (i.e. the service

provided) inclusive of VAT (Rand)

NUMBER OF MONTHS

DELAY ON PROJECT

I.E. WHERE NO

EXTENSION OF TIME

GRANTED BY CLIENT

CONTACT PERSON AND FIRM CONTACT NUMBER

Comments:

I confirm that the information provided herein is true, that the projects reported and the corresponding responsibilities are truly the experiences of the firm or consortium of firms tendering for this project. SIGNED BY TENDERER: ...................................................................................................

Page 68: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-63

FORM D6: TENDERER’S INDICATIVE PROGRAM CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Notes to tenderer: 1. The tenderer shall attach an indicative programme, reflecting the proposed sequence and

tempo of execution of the various activities comprising the work for this contract. The programme shall be in accordance with the information provided in Form D1: Schedule of Tenderer’s Plant and Equipment, Form D7: Schedule of Estimated Monthly Expenditure, and with all other aspects of the tender.

2. If a tenderer wishes to submit an alternative tender then this form, appropriately completed, shall also be attached to the Pricing Schedule for the alternative proposal.

SIGNED BY TENDERER: .........................................................................................................................

Page 69: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-64

FORM D7: SCHEDULE OF ESTIMATED MONTHLY EXPENDITURE CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to tenderer: If a tenderer wishes to submit an alternative tender then this form, appropriately completed, shall also be attached to the Pricing Schedule for the alternative proposal. The tenderer shall state his estimated value of the work to be completed every month, based on his preliminary programme and his tendered unit rates, in the table below.

MONTH VALUE MONTH VALUE

1 2 3 4 5 6 7 8 TOTAL c/f

R ........................................... R ........................................... R ........................................... R ........................................... R ........................................... R ........................................... R ........................................... R ........................................... R ...........................................

TOTAL b/f 9 10 11 12 13 14 15 16(FINAL)*

R .......................................... R .......................................... R .......................................... R .......................................... R .......................................... R .......................................... R .......................................... R .......................................... R ..........................................

TOTAL: R ..........................................................

* Final payment at end of Defects Notification Period is for balance of retention and any other payments due. SIGNED BY TENDERER: .........................................................................................................................

Page 70: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-65

FORM D8: SCHEDULE OF SPECIALIST SUBCONTRACTORS CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 With regard to sub-clause 4.4 of the FIDIC Conditions of Contract as amended: Notes to tenderer: 1. The tenderer shall list below the specialist items of work on this contract. Alternatives may

be mentioned. 2. The tenderer shall state whether he intends to carry out any specialised work himself. Acceptance of this tender shall not be construed as approval of all or any of the listed specialist subcontractors. Should any or all of the specialist subcontractors not be approved subsequent to the acceptance of the tender, it shall in no way invalidate this tender, and the tendered unit rates for the various items of work shall remain final and binding, even in the event of a subcontractor not listed below being approved by the engineer.

SPECIALISED ITEM NAME OF SPECIALIST SUBCONTRACTOR

SIGNED BY TENDERER: .........................................................................................................................

Page 71: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-66

FORM D9: STREETLIGHT POLES SPECIFICATION RETURNABLE SCHEDULE CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 This Schedule shall be completed, signed and returned with tender documents of which it forms part. D9.1: Design requirements

Company: ________________________Name: _____________________Date: _______________ SIGNED ON BEHALF OF TENDERER: ..........................................................................................

No. Technical details Requirements Tenderer’s offer

1 Name of manufacturer

2 Place of manufacture

3 Manufacturer's reference number

4 Standard to which pole complies SANS 657 SANS 10225

5 Standard to which galvanizing complies

SANS121 /ISO 1461

6 Standard to which welding complies

SANS 15609 SANS 15607

7 Material of pole Steel (300W) or equivalent

8 Total mass of pole ………………………….Kg

9 Minimum yield stress 300 MPa …………………………..MPa

10 Minimum tensile strength 450 MPa …………………………..MPa

11

Is pole design to support lantern mass of approximately 20 kg with projected maximum area of 0,3 m² on side and 0,1 m² on end with a 40 ms-1 wind load

YES YES/NO

12 Calculated natural frequency for pole

……….. Hz

13 Maximum horizontal deflection when subjected to 2/3 of the design load

0,025 of the developed length above ground

14 Maximum vertical deflection at end when subjected of mass of luminaries

1,5 % of the total pole length

…………………… mm

Page 72: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-67

D9.2: Dimensions This Schedule shall be completed, signed and returned with tender documents of which it forms part.

No. Technical details

(Refer to Drawing) 11,8 m

Requirements Tenderer’s offer

1 Total length of pole (including pole top)

11 800 mm ……………………………. mm

2 Length of bottom section ……………………………. mm

3 Diameter and thickness of bottom section

Diameter:152 mm Thickness:3,5 mm

Diameter: ….…………….. mm Thickness: ……………….. mm

4 Length of middle section

5 Diameter and thickness of middle section

Diameter:114 mm Thickness:3,0 mm

6 Length of top section ……………………………. mm

7 Diameter and thickness of top section

Diameter: 76 mm Thickness:3,0 mm

Diameter: ……………….. mm Thickness: ……………….. mm

8 Length from bottom of pole to ground line

1 800 mm ……………………………. mm

Company: ________________________Name: _____________________Date: _______________ SIGNED ON BEHALF OF TENDERER: ..........................................................................................

Page 73: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-68

D9.3: Protection sleeves and fins (refer to Drawing) 11.8m This Schedule shall be completed, signed and returned with tender documents of which it forms part.

No. Technical details Requirements Tenderer’s offer

1 Are protection sleeves fitted onto poles?

YES YES/NO

2 Type of bonding between protection sleeve and pole

Welding

3 Length and thickness of protection sleeve

Length: 600 mm Thickness:3,5 mm

Length: ……………………mm Thickness: ………………..mm

4 Position of protection sleeve with reference to ground level

Extends 300 mm above and below

ground level ……………………………. mm

5 Is base plate welded onto bottom cross-section of pole?

YES YES/NO

6 Dimensions of base plate Length: pole diameter

Width: 100 mm Thickness:3,5 mm

Length: ……………………mm Width: ……………………mm Thickness: ………………..mm

7 Is the base plate and pole free of protrusions and burrs?

YES YES/NO

8 Are fins welded to the poles? YES

9 Distance from bottom of protection sleeve to top of fin

100 mm ……………………………. mm

10 Dimensions of fins 450 X 125 X 6 mm ……………………………. mm

11 Position of fins in line with fuse box

Company: ________________________Name: _____________________Date: _______________ SIGNED ON BEHALF OF TENDERER: ..........................................................................................

Page 74: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-69

D9:4 Fuse box opening, cover plate and cable access hole requirements (refer to Drawing) This Schedule shall be completed, signed and returned with tender documents of which it forms part.

No. Technical details Requirements Tenderer’s

offer

1 Distance between fuse box and ground line 3000 mm ……………mm

2 Dimensions of fuse box opening 300 X 95 mm ……………mm

3 Is set screw accessible from fuse box opening?

YES YES/NO

4 Size and material of set screw for earth stud M6, stainless steel

5 Is fuse cover plate supplied with pole? YES YES/NO

6 Dimensions and material of cover plate 350 x 145 x 3,5 mm, mild steel, hot-dip galvanized

……………mm

7 Is cover plate mounting nut counter sunk YES YES/NO

8 Position of mounting hole on cover plate To align with stud of pole

fuse box opening

9 Is there a unique nut provided? YES YES/NO

10 Size and material of nut Heptagonal M10 x 25 mm, stainless steel or

brass ……………mm

11 Material of gasket for cover plate silicon rubber

12 Number and position of cable access holes

Two cable access holes, at 90 to fuse box

opening, and opposite each other

13 Distance between ground level and cable access hole

500 mm ……………mm

14 Dimensions of cable access holes 100 x 65 mm ……………mm

15 Are access holes free from burrs and protrusions?

YES YES/NO

Company: ________________________Name: _____________________Date: _______________ SIGNED ON BEHALF OF TENDERER: ..........................................................................................

Page 75: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-70

D9:5 General This Schedule shall be completed, signed and returned with tender documents of which it forms part.

Company: ________________________Name: _____________________Date: _______________ SIGNED ON BEHALF OF TENDERER: ..........................................................................................

No. Technical details Requirements Tenderer’s offer

1 Is all welding continuous? YES YES/NO

2 Method used to remove welding slag (if applicable)

Shot- or sand-blasting

………………………….

3 Are all surfaces fully galvanized? YES YES/NO

4 Are test reports and certificates of thickness of galvanizing submitted with tender?

YES

5 Are detailed drawings included with the tender?

YES YES/NO

6

Are test reports and certificates on the poles submitted with tender, and all calculations and designs certified by a professional structural engineer?

YES YES/NO

Page 76: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-71

FORM F1: SCHEDULE OF TENDER COMPLIANCE

CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to tenderer: This form has been created as an aid to ensure a tenderer’s compliance with the completion of the returnable forms and schedules and subsequent placement in the correct envelope.

FORM NO / SBD NO

FORM DESCRIPTION TICK IF COMPLETED

A1 CERTIFICATE OF ATTENDANCE AT CLARIFICATION MEETING

A2.1 CERTIFICATE OF AUTHORITY FOR SIGNATORY

A2.2 DECLARATION OF TENDERER’S CURRENT STATUS OF ANY DEBT OUTSTANDING TO SANRAL

A3.1 / SBD4 COMPULSORY DECLARATION

A3.2 / SBD9 CERTIFICATE OF INDEPENDENT TENDER

A3.3 / SBD8 DECLARATION OF TENDERER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

A3.4 REGISTRATION ON NATIONAL TREASURY CENTRAL SUPPLIER DATABASE

A4 SCHEDULE OF DEVIATIONS OR QUALIFICATIONS BY TENDERER

A5 SCHEDULE OF ADDENDA TO TENDER DOCUMENTS

A6 / SBD2 CERTIFICATE OF TAX COMPLIANCE

A7 CERTIFICATE OF INSURANCE COVER

A8 TENDERER’S BANK DETAILS

A9 SCHEDULE OF TENDER’S LITIGATION HISTORY

A10 SCHEDULE OF CURRENT COMMITMENTS

A11 CERTIFICATE OF COMPLIANCE WITH COMPENSATION FOR OCCUPATIONAL INJURIES AND DISEASES ACT, 1993 (ACT NO. 130 OF 1993)

A12 CERTIFICATE OF REGISTRATION WITH CIDB

A13 PHOTOMETRIC FILES

B1 CONTRACTORS ESTABLISHMENT ON SITE

B2 SCHEDULE OF SPECIAL MATERIALS

B3 SCHEDULE OF MATERIALS

B4 REGISTRATION AS AN ELECTRICAL CONTRACTOR

B5 RETURNABLE SCHEDULE FOR WEIGHING EQUIPMENT AND SOFTWARE

B6 RETURNABLE SCHEDULE FOR NON-INTRUSIVE SPEED CAMERAS

B7 RETURNABLE SCHEDULE FOR PROSECUTION AND WEIGHING SOFTWARE

C1 / SBD6.1 TENDERER’S B-BBEE VERIFICATION CERTIFICATE

D1 SCHEDULE OF TENDERER’S PLANT AND EQUIPMENT

D2 TENDERER’S METHOD STATEMENT

D3 TENDERER’S ORGANISATION AND STAFFING

D4.1 TENDERER’S KEY PERSONNEL EXPERIENCE (Contracts Director)

D4.2 TENDERER’S KEY PERSONNEL EXPERIENCE (Contracts Manager)

D4.3 TENDERER’S KEY PERSONNEL EXPERIENCE (Construction manager (Contractor’s Representative))

D5 TENDERER’S EXPERIENCE

D6 TENDERER’S INDICATIVE PROGRAMME

D7 SCHEDULE OF ESTIMATED MONTHLY EXPENDITURE

D8 SCHEDULE OF SPECIALIST SUBCONTRACTORS

D9 STREETLIGHT POLES SPECIFICATION RETURNABLE SCHEDULE

E1 QUALITY ASSURANCE: UTFC NA

E2 PERFORMANCE REPORT: UTFC NA

Page 77: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 T-72

FORM NO / SBD NO

FORM DESCRIPTION TICK IF COMPLETED

E3 CONSTRAINTS FOR UTFC PRODUCTS AND PROCESSES NA

E4 WIRE ROPE INFORMATION NA

C1.1.1 / SBD7 FORM OF OFFER

C1.2.3 CONTRACT DATA – INFORMATION PROVIDED BY THE TENDERER

C2.2 / SBD3 PRICING SCHEDULE

C.2.3 SUMMARY OF PRICING SCHEDULE (INCLUDING BREAKDOWN OF RATES)

SIGNED BY TENDERER: .........................................................................................................................

Page 78: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-1

__________________________________________________________________________________

PART C1: AGREEMENTS AND CONTRACT DATA

__________________________________________________________________________________

Page 79: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-2

PART C1: AGREEMENTS AND CONTRACT DATA TABLE OF CONTENTS PAGE

C1.1 FORMS OF OFFER AND ACCEPTANCE ...................................................................... C-3

C1.1.1 FORM OF OFFER (INCORPORATING SBD7) ............................................................... C-3

C1.1.2 FORM OF ACCEPTANCE (INCORPORATING SBD7) .................................................. C-5

C1.1.3 APPENDIX TO FORM OF ACCEPTANCE ..................................................................... C-7

C1.2 CONTRACT DATA .......................................................................................................... C-8

C1.2.1 CONDITIONS OF CONTRACT ....................................................................................... C-8

C1.2.2 APPENDIX TO TENDER: CONTRACT DATA - INFORMATION PROVIDED BY

THE EMPLOYER ........................................................................................................... C-29

C1.2.3 APPENDIX TO TENDER: CONTRACT DATA – INFORMATION PROVIDED BY

THE TENDERER ........................................................................................................... C-33

C1.3 OTHER STANDARD FORMS ....................................................................................... C-34

C1.3.1 AGREEMENT IN TERMS OF THE OCCUPATION HEALTH AND SAFETY

ACT 1993 (ACT NO. 85 OF 1993) AND CONSTRUCTION REGULATIONS, 2014 ..... C-34

C1.3.2(A) FORM OF GUARANTEE ............................................................................................... C-36

C1.3.3(B) FORM OF APPLICATION FOR A PERMIT TO DEPARTMENT OF LABOUR TO

DO CONSTRUCTION WORK ....................................................................................... C-38

C1.3.4 FORM OF RETENTION MONEY GUARANTEE ........................................................... C-41

C1.3.5 FORM OF BANKING DETAILS ..................................................................................... C-42

C1.3.6 TAX COMPLIANCE PERMISSION DECLARATION..................................................... C-43

Page 80: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-3

C1.1 FORMS OF OFFER AND ACCEPTANCE C1.1.1 FORM OF OFFER (Incorporating SBD7) The South African National Roads Agency SOC Limited PO Box 415 PRETORIA 0001 Sir, CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 I/we, by signing this part of the forms of offer and acceptance acknowledge they are the equivalent of the Letters of Tender and Acceptance as defined in clauses 1.1.1.3 and 1.1.1.4 in the “Conditions of Contract for Construction for Building and Engineering Works designed by the Employer” (1999), published by the Federation Internationale des Ingenieurs-Conseils (FIDIC). I/we, confirm that I/we practise the principles of corporate governance that abhors corruption and fraud and that I/we have examined the documents listed in the tender data and addenda thereto as listed in the returnable schedules and am/are duly authorised to represent and commit the tenderer to the contractual obligations contained therein. I/we further confirm that by submitting this offer the tenderer accepts the conditions of tender and offers to perform all of the obligations and liabilities of the contractor under the contract including compliance with all its terms and conditions according to their true intent and meaning for an amount to be determined in accordance with the conditions of tender and the conditions of contract identified in the contract data. A. PRICE OFFERED THE OFFERED TOTAL OF THE PRICES (INCLUSIVE OF VALUE ADDED TAX) BROUGHT

FORWARD FROM SECTION C2.3: PRICING SCHEDULE SUMMARY IS ..............................................

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

.................................................................................................................................................... (in words)

(R .............................................................................................................................................. in figures) I/we confirm that if any difference between the total of the Pricing Schedule Summary and the amounts stated above exists, the total in the Pricing Schedule Summary shall apply. B. PREFERENCE CLAIMED I/we claim the following B-BBEE contributor status level ......................... as per Returnable Schedule Form C1: Tenderer’s B-BBEE Verification Certificate subject to Tender Data 5.11.8. In the event of any difference between the above stated status level and the Verification Certificate attached to Form C1, the Verification Certificate shall apply. You may accept this offer by signing and returning to the tenderer one copy of the Form of acceptance before the end of the period of validity stated in the tender data, (or at the end of any agreed extension thereof), whereupon the tenderer becomes the party named as the contractor in the conditions of contract identified in the contract data. Notwithstanding anything contained in a covering letter to this tender, I/we declare this offer is submitted entirely without deviations or qualifications other than those stipulated in Form A4: Schedule of Deviations or Qualifications by the tenderer and that it is made free from any fraud, corruption and misrepresentation. Yours faithfully

Page 81: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-4

SIGNATURE: ......................................................... DATE: .......................................................................

NAME (IN CAPITALS): ..............................................................................................................................

CAPACITY: ...............................................................................................................................................

Date and minute reference of Board resolution if different from returnable schedule Form A2.1:

Certificate of Authority for signature ...........................................................................................................

NAME AND ADDRESS OF ORGANISATION: ..........................................................................................

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

NAME AND SIGNATURE OF WITNESSES:

WITNESS 1:

SIGNATURE: ......................................................... DATE: .......................................................................

NAME (IN CAPITALS): ..............................................................................................................................

WITNESS 2:

SIGNATURE: ......................................................... DATE: .......................................................................

NAME (IN CAPITALS): ..............................................................................................................................

Page 82: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-5

C1.1.2 FORM OF ACCEPTANCE (Incorporating SBD7) To (Name of successful tenderer) Dear Sir, CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 ACCEPTANCE OF OFFER 1. It is our pleasure to inform you that the South African National Roads Agency SOC Ltd (the

Employer) accepts your (corrected/corrected alternative/alternative) offer in the amount of R…………….. (i.e. including VAT but excluding CPA, and any contingent sum not in the priced schedule) for a contract period of 15 months and with a Base date of September 2016.

2. The amount due may not be the accepted price but payment shall be made in accordance with

the conditions of contract identified in the contract data.

3. This Form of Acceptance is the equivalent of the Letter of Acceptance as defined in clause 1.1.1.3 of the “Conditions of Contract for Construction for Building and Engineering Works designed by the Employer” (1999), published by the Federation Internationale des Ingenieurs-Conseils (FIDIC).

4. Acceptance shall form an agreement between us according to the terms and conditions contained

in this form and in the contract that is comprised of:

Part C1: Agreements and Contract Data (including this form of acceptance), Part C2: Pricing Data, Part C3: Scope of the Work, Part C4: Site Information, and Part C5: Annexures

together with issued drawings and other documents, or parts thereof, which may be incorporated

by reference into the Parts listed above. 5. Deviations and/or qualifications included in your offer as well as any changes to the terms of the

offer agreed by us during the process of offer and acceptance shall not be valid unless contained in the appended schedule of deviations. In the event that an alternative offer is accepted, it is a fundamental condition of acceptance that all responsibilities and concomitant liabilities arising from the alternative design pass from us to you. Note to compiler: If no deviation/alternative tender then replace the above part of this paragraph with “There are no alternatives, deviations, qualifications or changes to the documents”. Addenda issued during the tender period are deemed not to be deviations to the tender documents and schedules.

6. Notwithstanding the need to agree the mandate required by Section 37 of the Occupational Health and Safety Act (Act 85 of 1993), a proforma of which is attached for your reference, we hereby appoint you as the principal contractor in terms of Regulation 5(1)(k) of the aforesaid Act.

7. Within 14 calendar days of the date of this Form of Acceptance (including the schedule of

deviations if any) you shall deliver to us: i. Performance Security (per clause 4 of the FIDIC Conditions of Contract) a proforma of which

is attached for your reference. The 12% calculation shall be based on the accepted contract value as contained in this form and there shall be no deviations from the wording of the proforma guarantee.

ii. Proof of insurance in terms of the information provided in the contract data and clause 18 of the FIDIC Conditions of Contract. Proof of currency of insured cover shall be provided on a monthly basis until contract completion.

iii. Fully completed and signed Form C1.3.3 together with your Health and Safety plan and proof of the Construction Health and Safety Officer’s registration with SACPCMP.

iv. Proof that you are registered and in good standing with the compensation fund or with a licensed compensation insurer.

v. A completed Form of Banking Details

Page 83: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-6

Failure to fulfil either of the obligations (i), (ii) and (iii) above shall constitute a repudiation of this

agreement and we may at our discretion apply any rights of remedy including barring you from tendering on any of our future tenders for a period to be determined by us, but not less than twelve (12) months, from the date of tender closure.

8. The effective date of the contract shall be the date of this Form of Acceptance unless you, within

four (4) calendar days of the effective date, notify us in writing of any justification why you cannot accept the contents of this agreement.

9. The Commencement Date of the Works shall be that on which the site hand-over meeting is held,

which shall not be later than ….. 10. Notwithstanding that a full, original-signed copy of the contract document containing all contract

data and schedules (including that of accepted deviations) will be delivered to you, this Form of Acceptance constitutes the binding contract between us.

11. Messrs SNA Civil and Structrual Engineers (Pty) Ltd act as our agent to fulfil the functions of

the engineer in the administration of this contract. Please contact Mr. J Swanepoel at 051 436 6721 to make arrangements for the signing of the contract documents and hand-over of the site.

SIGNATURE: ...................................................... DATE: ......................................................................

NAME (IN CAPITALS): ..............................................................................................................................

CAPACITY: Regional Manager Eastern Region

EMPLOYER’S NAME AND ADDRESS:

THE SOUTH AFRICAN NATIONAL ROAD AGENCY (SOC) LIMITED

58 Van Eck Place,

Mkondeni,

Pietermaritzburg 3201

AUTHORITY TO ACT: SANRAL’s Delegation of Powers Item 2.4.1.2 Mrs. L Sewnarain

NAME & SIGNATURE OF WITNESSES:

WITNESS 1:

SIGNATURE: ...................................................... DATE: ......................................................................

NAME (IN CAPITALS): ..............................................................................................................................

WITNESS 2:

SIGNATURE: ...................................................... DATE: ......................................................................

NAME (IN CAPITALS): ..............................................................................................................................

Page 84: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-7

C1.1.3 APPENDIX TO FORM OF ACCEPTANCE CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Schedule of deviations The deviations listed below constitute agreed deviations/amendments to the tender document negotiated between the tenderer and employer based on information provided in Form A4: Schedule of Deviations or Qualifications by the tenderer or imposed conditions of award. Addenda issued during the tender period are deemed not to be deviations to the tender. 1. Subject: .....................................................................................................................................

Details: .....................................................................................................................................

2 Subject: .....................................................................................................................................

Details: .....................................................................................................................................

3 Subject: .....................................................................................................................................

Details: .....................................................................................................................................

4 Subject: .....................................................................................................................................

Details: .....................................................................................................................................

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

Page 85: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-8

C1.2 CONTRACT DATA C1.2.1 CONDITIONS OF CONTRACT Note to tenderer: 1. The Conditions of Contract for Construction (1999 edition) published by the Federation

Internationale des Ingenieurs-Conseils (FIDIC), as amended, shall apply to this contract. The amendments are those published by FIDIC and reproduced hereafter, together with additional amendments (particular conditions of contract) as prescribed by the South African National Roads Agency SOC Limited

TABLE OF CONTENTS PAGE

PART A: GENERAL CONDITIONS - FIDIC AMENDMENTS ......................................................... C-10

PART B: PARTICULAR CONDITIONS OF CONTRACT................................................................ C-11

1.1 DEFINITIONS .......................................................................................................................... C-13

1.2 INTERPRETATION ................................................................................................................. C-14

1.5 PRIORITY OF DOCUMENTS ................................................................................................. C-14

1.6 CONTRACT AGREEMENT ..................................................................................................... C-14

1.7 ASSIGNMENT ......................................................................................................................... C-14

1.8 CARE AND SUPPLY OF DOCUMENTS ................................................................................ C-14

2.3 EMPLOYER’S PERSONNEL .................................................................................................. C-15

3.1 ENGINEER’S DUTIES AND AUTHORITY .............................................................................. C-15

4.1 CONTRACTOR’S GENERAL OBLIGATIONS ........................................................................ C-15

4.2 PERFORMANCE SECURITY ................................................................................................. C-15

4.4 SUBCONTRACTORS ............................................................................................................. C-15

4.7 SETTING OUT ........................................................................................................................ C-16

4.8 SAFETY PROCEDURES ........................................................................................................ C-16

4.10 SITE DATA .............................................................................................................................. C-16

4.13 RIGHTS OF WAY AND FACILITIES ....................................................................................... C-16

4.17 CONTRACTOR’S EQUIPMENT ............................................................................................. C-16

4.18 PROTECTION OF THE ENVIRONMENT ............................................................................... C-16

4.19 ELECTRICITY, WATER AND GAS ......................................................................................... C-16

4.20 EMPLOYER’S EQUIPMENT AND FREE-ISSUE MATERIAL ................................................ C-17

4.21 PROGRESS REPORTS .......................................................................................................... C-17

4.22 SECURITY OF THE SITE ....................................................................................................... C-17

4.24 FOSSILS ................................................................................................................................. C-17

6.5 WORKING HOURS ................................................................................................................. C-17

6.7 HEALTH AND SAFETY ........................................................................................................... C-17

“6.12 INDEMNITY BY CONTRACTOR ......................................................................................... C-17

8.1 COMMENCEMENT OF WORK ............................................................................................... C-17

8.3 PROGRAMME......................................................................................................................... C-18

8.4 EXTENSION OF TIME FOR COMPLETION .......................................................................... C-18

8.7 DELAY DAMAGES .................................................................................................................. C-18

10.2 TAKING OVER OF PARTS OF THE WORKS ........................................................................ C-18

11.9 PERFORMANCE CERTIFICATE ........................................................................................ C-18

Page 86: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-9

11.11 CLEARANCE OF SITE ........................................................................................................ C-18

12.3 EVALUATION .......................................................................................................................... C-19

13.3 VARIATION PROCEDURE ..................................................................................................... C-19

13.5 PROVISIONAL SUMS ............................................................................................................. C-19

13.6 DAYWORK .............................................................................................................................. C-19

13.8 ADJUSTMENTS FOR CHANGES IN COSTS ........................................................................ C-19

14.1 THE CONTRACT PRICE ..................................................................................................... C-20

14.3 APPLICATION FOR INTERIM PAYMENT CERTIFICATES .................................................. C-20

14.5 PLANT AND MATERIALS INTENDED FOR THE WORKS .................................................... C-20

14.6 ISSUE OF INTERIM PAYMENT CERTIFICATES .................................................................. C-20

14.7 PAYMENT ............................................................................................................................... C-20

14.8 DELAYED PAYMENT ............................................................................................................. C-21

14.10 STATEMENT AT COMPLETION ......................................................................................... C-21

14.11 APPLICATION FOR FINAL PAYMENT CERTIFICATE ...................................................... C-21

14.15 CURRENCIES OF PAYMENT ............................................................................................. C-21

15.2 TERMINATION BY THE EMPLOYER .................................................................................... C-21

17.3 EMPLOYER’S RISKS ............................................................................................................. C-22

18.1 GENERAL REQUIREMENTS FOR INSURANCES ................................................................ C-22

18.2 INSURANCE FOR WORKS AND CONTRACTOR’S EQUIPMENT ....................................... C-22

18.3 INSURANCE AGAINST INJURY TO PERSONS AND DAMAGE TO PROPERTY ............... C-22

18.4 INSURANCE FOR CONTRACTOR’S PERSONNEL .............................................................. C-22

19.1 DEFINITION OF FORCE MAJEURE ...................................................................................... C-22

19.5 FORCE MAJEURE AFFECTING SUBCONTRACTOR .......................................................... C-22

20.1 CONTRACTOR’S CLAIMS ..................................................................................................... C-22

20.2 SETTLEMENT OF DISPUTES ................................................................................................ C-23

20.3 MEDIATION ............................................................................................................................. C-23

20.4 REFERENCE TO COURT ...................................................................................................... C-25

20.5 SPECIAL DISPUTES .............................................................................................................. C-25

20.6 CONTINUING VALIDITY OF SUB-CLAUSES 20.2 TO 20.6 .................................................. C-25

APPENDIX: GENERAL CONDITIONS OF DISPUTE ADJUDICATION AGREEMENT .................. C-25

ANNEX: PROCEDURAL RULES .................................................................................................. C-25

CONTRACT PRICE ADJUSTMENT SCHEDULE ............................................................................. C-26

Page 87: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-10

PART A: GENERAL CONDITIONS - FIDIC AMENDMENTS Up to 01 September 2016 the following amendments have been issued by FIDIC.

Page 88: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-11

PART B: PARTICULAR CONDITIONS OF CONTRACT The following amendments are the South African National Road Agency SOC Limited’s standard amendments to the FIDIC General Conditions and shall apply to this contract.

Page 89: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-12

SUBJECT INDEX Clause Clause

Adjustments for Changes in Costs Appendix to Tender Definition Application for Final Payment Certificate Application for Interim Payment Certificates Assignment Bill of Quantities Definition Care and Supply of Documents Clearance of Site Commencement of Work Continuing Validity of Sub-clauses 20.2 to 20.6 Contract Agreement Contract Definition Contract Price Contract Price Adjustment Schedule Contractor’s Claims Contractor’s Equipment Contractor’s General Obligations Court Currencies of Payment Day Definition Daywork Definition of Force Majeure Delay Damages Delayed Payment Disorderly Conduct Disputes Electricity, Water and Gas Employer’s Equipment and Free-Issue Material Employer’s Personnel Employer’s Risks (SASRIA) Engineer’s Duties and Authority Environmental Protection Evaluation Extension of Time for Completion Force Majeure Definition Force Majeure affect Subcontractor Fossils Health & Safety Indemnity by Contractor General Requirements for Insurances Insurance against Injury to Persons and Damage to Property Insurance for Contractor’s Personnel Insurance for Works and Contractor’s Equipment Issue of Interim Payment Certificates

13.8 1.1.1.9 14.11 14.3 1.7 1.1.1.10 1.8 11.11 8.1 20.6 1.6 1.1.1.1 14.1 13.8 20.1 4.17 4.1 20.4 14.15 1.1.3.9 13.6 19.1 8.7 14.8 20.2 20.3 2.3 4.19 4.20 17.3 3.1 4.18 12.3 8.4 19.1 19.5 4.24 6.7 6.12 18.1 18.3 18.4 18.2 14.6

Laws Definition Letter of Acceptance Definition Letter of Tender Definition Materials on Site Mediation Payment Payment Certificates Performance Certificate Performance Security Plant and Materials Intended for the Works Priority of Documents Programme Progress Reports Protection of the Environment Provisional Sums Reference to Court Retention Money Guarantee Rights of way and Facilities Safety Procedures Schedules Definition Security of the Site Setting Out Settlement of Disputes Site Data Special Disputes Specification Definition Statement at Completion Subcontractors & Suppliers Supplementary Agreement Definition Taking over Parts of the Works Targeted Enterprise Tender Definition Termination by the Employer Variation Procedure Working hours Written Communications

1.1.6.5 1.1.1.3 1.1.1.4 14.5 20.3 14.7 14.6 11.9 4.2 14.5 1.5 8.3 4.21 4.18 13.5 20.4 14.3 4.13 4.8 1.1.1.7 4.22 4.7 20.2 4.10 20.5 1.1.1.5 14.10 4.4 1.1.6.10 10.2 1.1.2.11 1.1.1.8 15.2 13.3 6.5 1.2

Page 90: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-13

PARTICULAR CONDITIONS AMENDING THE GENERAL CONDITIONS OF FIDIC 1.1 Definitions 1.1.1 The Contract Replace 1.1.1.1 with: “ “Contract” means the Form of Offer and Acceptance, Contract Data, these Conditions, the Specifications, the Drawings, the Schedules, and the further documents (if any), which are listed in the Form of Offer and Acceptance, and further includes drawings and documents or parts thereof, which any of the aforesaid documents incorporate by reference.” Replace 1.1.1.3 with: “ “Letter of Acceptance” means the Form of Acceptance as contained in part C1.1.2 of the contract documents.” Replace 1.1.1.4 with: “ “Letter of Tender” means the Form of Offer as contained in part C.1.1.1 of the contract document.” Replace 1.1.1.5 with: “ “Specification” means that document entitled Scope of Work, as included in the Contract, and any additions and modifications to the Scope of Work in accordance with the Contract. Such document specifies the Works.” Replace 1.1.1.7 with: “ “Schedules” means the document(s) completed by the Contractor and submitted with his tender offer, as included in the Contract. Such document(s) may include the Bill of Quantities, data lists and schedules of rates and/or prices.” Replace 1.1.1.8 with: “ “Tender” means that section of the Form of Offer and Acceptance called ‘Offer’ and all other documents which the Contractor submitted as Returnable Documents, as included in the Contract.” Replace 1.1.1.9 with: “ “Appendix to Tender” means the completed section entitled C1.2.2 Contract Data – Information provided by the Employer included in the Contract Data:” 1.1.1.10 - Add the following: “ “Bill of Quantities” shall also mean the Pricing Schedule as contained in section C2.2 of the contract document.” 1.1.2 Parties and Persons Add the following: “1.1.2.11 “Targeted Enterprise” means an enterprise defined in part C3 Scope of Work.” 1.1.3 Dates, Tests, Periods and Completions Replace 1.1.3.9 with: “A “day” means a calendar day, except for any extension of time that is granted under sub-clause 8.4, [Extension of Time for Completion], in which case a day means a working day. A “year” means 365 calendar days”.

Page 91: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-14

1.1.6 Other Definitions 1.1.6.5 “Laws” In the 1st line, replace “(or state)” with “(or other spheres of government)” and in the 2nd line, after “other laws”, insert “including the South African Common Law”. Add the following: "1.1.6.10 “Supplementary Agreement” means an agreement between the Employer and the Contractor for executing work, supplemental to the original Contract, which was not contemplated in the original Contract and is also not required for the proper completion of the original Contract.” 1.2 Interpretation Replace the contents of (d) with: “The expression “written”, “in writing”, “notify”, “the giving of notice”, “giving consent”, “as instructed” or “at the request of” means that communication, either hand-written or printed by whatever means, including transmission by telefax or e-mail, and resulting in a permanent record. However, such notice, instruction, consent or request is not deemed to have been delivered by virtue of its appearance in the minutes of meetings.” 1.5 Priority of Documents Insert the following at the end of the first paragraph before the colon: “… unless specifically stated otherwise in the contract:”. Replace sub-paragraphs items (a) to (h) with: “(a) the Forms of Offer and Acceptance (b) the Appendix to Tender within the Contract data (c) the Particular Conditions of Contract (d) the General Conditions (e) the Scope of Works (Part C3) (f) the project Drawings, (g) the standard Specifications, (h) the Bill of Quantities (Part C2); and (i) the Schedules and any other documents forming part of the Contract.” 1.6 Contract Agreement Replace the 1st two sentences with the following: “The Parties shall enter into a Contract Agreement when the Employer issues the Form of Acceptance (see Particular Condition 1.1.1.3). The Contract Agreement shall be in the form prescribed in the tender documents” 1.7 Assignment Change the title of this sub-clause to read “Assignment/Cession” and replace its contents with the following: “Neither Party shall, without the written consent of the other, assign the contract or any part thereof or any obligation under the Contract or cede any right or benefit thereunder.” 1.8 Care and Supply of Documents In the 1st paragraph, 2nd line, change “two copies” to “one copy”. In the 2nd paragraph, 3rd line, change “six” to “two”.

Page 92: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-15

2.3 Employer’s Personnel In the 1st sentence delete “and the Employer’s other contractors”. 3.1 Engineer’s Duties and Authority After the 3rd paragraph insert the following: “In addition to the actions stipulated in the General Conditions whereby the Engineer shall first obtain the approval of the Employer, the Employer’s approval shall also be obtained before taking any action under sub-clauses 8.4, 11.9, 13.3 and 20.1 as amended in these Particular Conditions”. 4.1 Contractor’s General Obligations Add the following sentence to the 1st paragraph: “With regard to the Contractor’s proposals submitted under the item of the Scope of Works entitled “Small Contractor Development, Training and Community Participation”, if the Contractor fails to provide the employment or training to the extent proposed, the Employer may impose penalties as set out in the above-mentioned Scope of Works.” Add the following to the 2nd paragraph: “Where necessary to maintain the rate of progress required by the programme, the Contractor shall assist a Targeted Enterprise Subcontractor employed as a condition of contract in buying, bringing to Site and storing on Site all Materials, Plant and equipment to be supplied by, or required for work to be done by, the Targeted Enterprise Subcontractor.” 4.2 Performance Security Replace the 2nd paragraph with: “The Contractor shall deliver the Performance Security to the Employer within 14 days of the date of issue of the Letter of Acceptance. The Performance Security shall be issued by a bank or insurance company registered or licensed as a bank or insurance company to do business in the Republic of South Africa and approved by the Employer and having an office or banking facility in the Republic of South Africa. The Performance Security shall be subject to approval by the Employer and shall be in the form prescribed in the tender documents or in another form approved by the Employer.” In the last line of the last paragraph replace the words “Performance Certificate” with “Taking-Over Certificate”. 4.4 Subcontractors Change the title to read “Subcontractors and Suppliers” In the first paragraph delete “the whole of the Works” and add “more than 50% of the Works without the express approval of the Employer”. In the 1st line of the 2nd paragraph, after the word “Subcontractor” replace the expression “his agents or employees” with “suppliers, their agents or employees”. Add the following sub-paragraphs: “(e) If the Contractor is required to employ one or more Subcontractors under his targeted enterprise

development, then the subcontract agreement between the Contractor and the Subcontractor shall be the standard FIDIC subcontract agreement (version 2011) and the provisions of Sub-Clause 5.4 [Evidence of Payments] shall apply as if such Subcontractor is a nominated Subcontractor.

(f) Each subcontract agreement shall include the provisions:

(i) The Contractor undertakes to pay the Subcontractor the full value as certified by the Engineer as being due in each Interim Payment Certificate, without any deduction for plant, equipment, materials or fuel supplied by the Contractor. The Contractor further

Page 93: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-16

undertakes to make payment within 21 days of presentation by the Engineer of the Contractor’s own Interim Payment Certificate to the Employer for payment, or by the 25th of the month following that in which the Subcontractor completed the work, whichever date is earlier.

(ii) The Subcontractor’s retention money shall be released when a Subcontractor’s work

does not show any defect within 12 (twelve) months after the completion of the subcontract. However, the Subcontractor’s retention money may be withheld but only if the Performance Certificate is unable to be issued because of defective workmanship attributable to the Subcontractor.”

4.7 Setting Out Amend the second line of the second paragraph to read: “……reference, provided that the Contractor shall provide proof of their inaccuracy before they are used.” 4.8 Safety Procedures Add the following sub-paragraph: “(f) enter into and execute an agreement as provided for under Section 37(2) of the Occupational

Health and Safety Act, 1993 (Act No 85 of 1993) and shall comply with all other requirements of Act No 85 of 1993 and Construction Regulations, 2014. The agreement in the relevant form shall be prepared at the expense of the Employer.”

4.10 Site Data In the 1st paragraph, 1st sentence, replace “prior to the Base Date” with “either as part of or by reference in the Tender Documents or, otherwise, not later than 7 days before the latest date for submission of the Tender Documents”, and delete the 2nd sentence. 4.13 Rights of Way and Facilities Add the following paragraph: “The Contractor shall abide by the procedures for the provision of deviation, haul and construction roads, and the requirements for the construction, maintenance and final reinstatement of such roads, all as set out in the standard Specifications.” 4.17 Contractor’s Equipment Add the following paragraph: “The Contractor shall notify the Engineer, in writing, of the names and addresses of the owners of all major items of equipment not owned by the Contractor.” 4.18 Protection of the Environment In the 1st paragraph, 1st sentence add “and shall ensure compliance with all the environmental requirements indicated in part C3 Scope of Work.” Add the following paragraph: “The Contractor shall indemnify the Employer against any liability arising from or in relation to any of the above matters.” 4.19 Electricity, Water and Gas In the 1st paragraph, 1st line, delete “except as stated below”, and delete the 2nd and 3rd paragraphs.

Page 94: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-17

4.20 Employer’s Equipment and Free-Issue Material Delete “and Free-Issue Material” from the title of the sub-clause and delete the 3rd and 4th paragraphs. 4.21 Progress Reports In the 1st paragraph, 2nd line, delete “in six copies”. 4.22 Security of the Site Replace the fullstop at the end of subclause (b) with a comma and continue this clause as follows: “... on the Site, or utility or service owners whom the Employer or the Engineer identifies as having also been authorised. Without said notice, the Contractor may refuse access to such utility or service owners; and” Add the following subclause: “(c) The Contractor shall indemnify the Employer against any liability for damage incurred to, or loss

of, property within the site identified in the contract documents as not belonging to the Employer regardless of whether or not such damage or loss is caused by the Contractor’s equipment.”

4.24 Fossils In the 1st paragraph, 1st sentence after “fossils” insert “and graves” and in the 2nd sentence, add “and shall indemnify the Employer against any liability arising from such loss or damage.” 6.5 Working Hours Replace the 1st sentence with the following: “No work shall be carried out on Site on Sundays or on any special non-working day stated in the Contract Data or between sunset and sunrise on any day, unless:” 6.7 Health and Safety Replace the 1st paragraph with the following: “The Contractor shall provide and maintain on the Site adequate and suitable sanitary and first aid services (including the provision at all times of a person qualified to render medical first aid) and a supply of potable water for the Contractor’s, the Employer’s and the Engineer’s personnel engaged on the Contract and, if necessary, similar facilities elsewhere for such personnel off the Site.” Add the following sub-clause: “6.12 Indemnity by Contractor The Contractor shall indemnify the Employer against and from all damages, losses and expenses (including legal fees and expenses) resulting from: (a) the loss of output and delay caused by the slowing down or partial or total stoppage of work

caused by: i. all or any of the Contractor’s workforce as a result of a dispute between all or any of the

Contractor’s workforce and the Contractor; or ii. all or any of the Contractor’s suppliers’ difficulty or impossibility to deliver goods or materials

needed to perform the Works; (b) any unlawful, riotous or disorderly conduct by or amongst the Contractor’s personnel.” 8.1 Commencement of Work In the 1st paragraph, delete the 1st sentence, and in the 2nd sentence replace “42 days after the Contractor receives the Letter of Acceptance” with “28 days of the date of issue of the Letter of Acceptance.”

Page 95: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-18

In the 2nd line of the 2nd paragraph, after the words “Commencement Date”, insert “but within the period stated in the Contract Data.” 8.3 Programme Replace the 1st sentence of the 1st paragraph with “The Contractor shall submit a detailed programme to the Engineer within 14 days of the Commencement Date.” Add to the items to be included in the programme the following sub-paragraph: “(e) The Contractor’s cash flow forecast. (f) Documented details of the contractor’s environmental mitigation measures and health and safety

plans in respect of all construction activities” In the 2nd paragraph replace “21” with “14”. 8.4 Extension of Time for Completion Replace the word “Engineer” with “Employer” in the last sentence of the last paragraph. 8.7 Delay Damages Change the marginal heading of this clause to read “Delay Damages and Other Non-compliance Charges” and insert the following as a first paragraph to this clause: “Delay damages and other payments to the Employer for late delivery, failure to achieve intra-programme due dates or non-compliance events shall apply as follows:” Keep the existing two paragraphs unchanged as subclause (a) and add the following subclause relating to other non-compliance charges:

“(b) If the Contractor fails to achieve programmed completion dates that result in extended duration

of accommodation of traffic closures, or fails to adhere to specified controls and targets, penalties shall be levied by deductions from relevant Interim Payment Certificates in terms of subclause (f) of clause 14.3 [Application for Interim Payment Certificates] at the rates stated in the Appendix to Tender.”

10.2 Taking Over of Parts of the Works Delete the 2nd paragraph. Between the 3rd and 4th paragraphs insert the following paragraph: “The Employer may make use of any part of the Permanent Works prior to the issue of a Taking Over-Certificate.” Delete the 5th paragraph. 11.9 Performance Certificate In the 1st paragraph, 2nd line and in the 2nd paragraph, 1st line, replace the word “Engineer” with “Employer”. Delete the last sentence of the 2nd paragraph. 11.11 Clearance of Site Replace the 1st paragraph with the following: “With the exception of Plant, Materials and Contractor’s Equipment required to complete any outstanding work or to remedy defects or damage as notified by, or on behalf of, the Employer and which Plant, Materials and Contractor’s Equipment have been agreed by the Engineer and the Contractor, the Contractor shall, upon receipt of the Taking-Over Certificate, remove all Contractor’s Equipment and

Page 96: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-19

surplus material, wreckage, rubbish and Temporary Works, from the Site unless otherwise instructed by the Engineer.” In the 2nd paragraph, replace “after the Employer receives a copy of the Performance Certificate” with “after the issue of the Taking-Over Certificate”. 12.3 Evaluation Replace the second sentence of paragraph two with the following: “However a new rate or price shall be appropriate for an item of work only if notice has been given and if ...” In sub-paragraph (a)(iv) replace the word “Contract” with “Appendix to Tender”. 13.3 Variation Procedure Replace the 3rd paragraph with the following: “Each instruction to execute a Variation, unless the Variation is to be executed on a Daywork basis, shall be a written instruction presented in the form of a Works Authorisation. The Variation order shall be presented to the Employer, who shall signify his approval before the order is signed by the Engineer and issued to the Contractor, who shall acknowledge his acceptance by signing the order. The Contractor shall not accept a Works Authorisation that is not approved and signed by the Employer”. 13.5 Provisional Sums In the 1st line of sub-paragraph (b) after “services” insert “and including items for which a prime cost sum has been provided in the Bill of Quantities”. 13.6 Daywork Replace the 2nd and 3rd sentences in the 1st paragraph with “The following procedure shall apply.” Add the following as the 5th paragraph of this sub-clause: “The work shall be valued in accordance with the Daywork Schedule included in the Contract or, in the absence of a Daywork Schedule or for items not included in the Daywork Schedule the Contractor shall be paid the aggregate of: (i) the gross remuneration of the workmen for the time they are actually engaged on the work

concerned, (ii) the net cost of Materials actually used, (iii) an amount in respect of Contractor’s Equipment which shall be charged on a time basis at the

rates stated in the Tender, failing which at rates, to be agreed between the Contractor and the Engineer or, failing agreement, to be determined by the Engineer on the basis of ruling equipment hire rates and

(iv) the percentage allowances stated in the Contract Data, which allowances shall be held to cover all charges for the Contractor’s and/or Subcontractor’s profits, timekeeping, clerical work, insurance, establishment, superintendence and the use of hand tools.”

13.8 Adjustments for Changes in Costs Replace this sub-clause with the following: “The value of certificates issued in terms of Sub-clause 14.6 (excluding the value of those special Materials specified in the Contract Data) shall be increased or decreased by applying a Contract Price adjustment factor calculated according to the formula and the conditions set out in the Contract Price adjustment Schedule appended to these Particular Conditions. Price adjustments for variations in the costs of special Materials specified in the Contract Data shall be made in the manner set out in the Contract Price adjustment schedule.”

Page 97: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-20

14.1 The Contract Price In clause (d), replace “a proposed breakdown of each lump sum price” with ”a breakdown of all rates.”

14.3 Application for Interim Payment Certificates In the 1st line of the 1st paragraph, delete “in six copies.” In the 4th line of the 1st paragraph, change “the report” to “reports.” In the 2nd paragraph, sub-paragraph (c), after “above amounts” insert “and 80% of the value of Materials on Site” and add the following as a final paragraph: “If, as stated in the Contract Data, a Retention Money Guarantee is permitted and the Contractor elects to furnish it, the guarantee shall, at the cost of the Contractor, be executed by an insurance company or bank in a form approved by the Employer. The said company or bank shall be registered or licensed to do business in the Republic of South Africa and shall have an office and banking facility in the Republic of South Africa and shall be subject to approval by the Employer. The aggregate liability under the guarantee shall be the maximum amount of retention monies to be retained by the Employer, which amount shall be as stated in the Contract Data. Other conditions, if any, additional to the above standard conditions shall be as stated in the Contract Data. The guarantee shall expire on the date on which the last of the retention monies (which, but for the guarantee, would have been retained by the Employer) becomes payable to the Contractor. The guarantee shall be returned to the guarantor upon final payment of the aggregate liability or on the date of expiry, whichever is the earlier.” 14.5 Plant and Materials intended for the Works In the first paragraph delete “If this Sub-Clause applies”. Delete the 2nd paragraph. In the 3rd paragraph, delete sub-paragraphs (b) and (c)(i) and amend sub-paragraph (a) so that (c)(ii) becomes (a)(iii) thus: “(a)(ii) ... supported by satisfactory evidence; and (a)(iii) ensured that the relevant Plant and Materials have been delivered to and …” Add the following sub-sub-clause: “(a)(iv) provided proof of ownership of the plant and materials; and (a)(v) for plant and materials kept off-site, clearly demarcated and identified it as the contractor’s

property. Add the following paragraph: “If so agreed in writing by the Employer, the provisions of this Sub-Clause 14.5, as amended herein, shall apply equally to Plant and Materials intended for incorporation in the Permanent Works and stored at places other than the Site.” 14.6 Issue of Interim Payment Certificates In the 2nd line of the 1st paragraph replace “28” with “14” 14.7 Payment In sub-paragraphs (b) and (c) of the 1st paragraph replace “56” with “28”. Delete the 2nd paragraph.

Page 98: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-21

14.8 Delayed Payment Replace the 2nd paragraph with the following:

“These financing charges shall be at the rate prescribed in terms of the Prescribed Rate of Interest Act, 1975 (Act No 55 of 1975)”. 14.10 Statement at Completion In the 2nd line of the 1st paragraph delete “six copies of”. 14.11 Application for Final Payment Certificate In the 2nd line of the 1st paragraph delete “six copies of”. In the 3rd paragraph, replace the last sentence with: “Thereafter, when the dispute is finally resolved, the Contractor shall then prepare and submit to the Employer (with a copy to the Engineer) a Final Statement.” 14.15 Currencies of Payment Delete this sub-clause. 15.2 Termination by the Employer Delete the word “or” at the end of sub-paragraph (e) and replace sub-paragraph (f) with the following: "(f) gives or has given, offers to give or has offered to give (directly or indirectly) to any person any

bribe, gift, gratuity, commission or other thing of value, as an inducement or reward:

(i) for doing or forbearing to do any action in relation to the Contract or any other contract with the Employer or State Department or Organ of State, or

(ii) for showing or forbearing to show favour or disfavour to any person in relation to the Contract or any other contract with the Employer or State Department or Organ of State,

or if any of the Contractor’s Personnel, agents or Subcontractors gives or has given, offers to give

or has offered to give (directly or indirectly) to any person any such inducement or reward as is described in this sub-paragraph (f). However, lawful inducements and rewards to Contractor’s Personnel shall not entitle termination,"

Add the following sub-paragraphs: "(g) misrepresented, whether innocently, negligently or fraudulently, the true facts requested in the

tender documents; or (h) acts in such a way, on this contract or any other contract with the Employer, that a statute relating

to the combating of fraud, corruption, uncompetitive practice and the like can be invoked.” Replace the expression “e) or f)” in the penultimate line of the second paragraph with: “e), f), g) or h)”. Replace the full stop at the end of the third paragraph with a comma and add the following: "including the right to terminate any other contract between the Employer and the Contractor and to forbid the Contractor or any employee, partner, shareholder or director of the Contractor to tender on any future projects put out to tender by the Employer for a period of five years from the date of notice of termination, which period may be reduced by application to and at the sole discretion of the Employer."

Page 99: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-22

17.3 Employer’s Risks Add the following to sub-paragraph (c): “unless these risks are insurable with the South African Special Risks Insurance Association (SASRIA) at the time of tendering and it is stipulated in the Contract Data that the Contractor is to effect insurance against these risks”. 18.1 General Requirements for Insurances Replace this sub-clause with the following: “The Contractor shall effect all insurances as have been proposed and agreed by the Contractor as being necessary to adequately cover his insurable obligations under the Contract and shall maintain such insurances for the duration of the Contract. With regard to the insurances to be effected for insurance against injury to Persons and Damage to property the Contractor shall arrange for the policy to be issued in the joint names of the Contractor, the Employer and Subcontractors and will incorporate a Cross Liability clause. The Employer shall be entitled at his discretion to call for evidence of the scope and validity of such insurance as and when this may be required. If required, the Contractor shall provide proof that he has paid all contributions required in terms of the compensation for Occupational Injuries and Diseases, 1993 (Act No 130 of 1993).” 18.2 Insurance for Works and Contractor’s Equipment Delete this sub-clause. 18.3 Insurance against Injury to Persons and Damage to Property Delete this sub-clause. 18.4 Insurance for Contractor’s Personnel Delete this sub-clause. 19.1 Definition of Force Majeure In the third line of subclause 19.1(iii) insert “or suppliers,” after the word “Subcontractors”. 19.5 Force Majeure Affecting Subcontractor Amend the title to read “Force Majeure Affecting Subcontractor and Supplier”. In the first line insert “or supplier” after the word “Subcontractor” 20.1 Contractor’s Claims In paragraph 5, insert the following after the first sentence: "If an extension of time is granted the Contractor shall be paid such time-related Preliminary and General allowances as are appropriate having regard to any other compensation which may already have been granted in respect of the circumstances concerned. Payment of costs additional to the above will only be considered if the costs derive from claims that fall within the terms of Clause 13 [Variations and Adjustments] and/or Sub-clause 17.3 [Employer’s Risks].” Replace the 6th paragraph with the following: “After receiving a claim or any further particulars supporting a previous claim, the Engineer shall present such claim or particulars to the Employer, together with his recommendations, for a ruling, which ruling shall be given to the Contractor within 42 days after receiving a claim or any further particulars, provided that the said period of 42 days may be extended by application from one Party and approval of the other.

Page 100: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-23

If the Employer fails to give his ruling within the specified period, or agreed extension thereto, it shall be deemed that the Employer has dismissed the claim.” Delete the 8th paragraph. 20.2 to 20.8 Replace these sub-clauses with the following: 20.2 Settlement of Disputes (a) The Contractor shall have the right to dispute any ruling given or deemed to have been given by

the Employer or the Engineer, provided that, unless the Contractor shall, within 42 days after his receipt of a ruling or after a ruling shall have been deemed to have been given, give written notice (hereinafter referred to as a “Dispute Notice”) to the Engineer, referring to this Clause, disputing the validity or correctness of the whole or a specified part of the ruling, he shall have no further right to dispute that ruling or the part thereof not disputed in the said Dispute Notice.

(b) All further references herein to a ruling shall relate to the ruling, or part thereof, specified in the

Dispute Notice, as varied or added to by agreement between the Contractor and the Engineer or by the Engineer’s decision in terms of sub-paragraph (c) or by the Mediator’s opinion to the extent that it has become binding in terms of Sub-clause 20.3(f).

(c) The Engineer shall

i) before giving his decision on the dispute, consult the Employer thereon and give the Contractor a reasonable opportunity to present written or oral submissions thereon, which latter shall be confirmed in writing within 7 days

ii) deliver his decision in writing to the Employer and to the Contractor, and iii) give his decision within 56 days of his receipt of the Dispute Notice, or within any further

period as may be agreed between the Engineer and the Contractor, failing which, he shall be deemed to have given a decision affirming, without amendment, the ruling concerned.

(d) Unless either the Employer or the Contractor, shall, within 28 days after his receipt of notice of

the decision in terms of sub-paragraph (c)(ii) or after the decision is deemed to have been given in terms of sub-paragraph (c)(iii), have given notice in writing to the Engineer, with a copy to the other Party, disputing the Engineer’s decision or a specific part thereof, he shall have no further right to dispute any part of the ruling not specified in his said notice.

(e) If either Party shall have given written notice in compliance with sub-paragraph (d), the dispute

shall be referred to mediation in terms of Sub-Clause 20.3 unless either Party has given written notice to the other Party of its intention to refer the matter in dispute to court, which notice shall be given either:

i) within 28 days of receipt of notice of the Engineer’s decision, or ii) within 14 days of receipt by the one Party of the other Party’s notice of dispute of the

Engineer’s decision. If notice of intention to refer the matter in dispute to Court has been served by either party, the

matter in dispute shall not be referred to mediation but shall be referred to Court. (f) Notwithstanding that the Contractor may, in respect of a ruling, have given a Dispute Notice, the

ruling shall be of full force and carried into effect unless and until otherwise agreed by both Parties in terms of Sub-Clause 20.3(f) or as determined in a court judgement.

20.3 Mediation (a) The mediation referred to in Sub-Clause 20.2(e) shall be conducted by a mediator selected by

agreement between the Parties or, failing such agreement within 7 days after a written request by either Party for such agreement, nominated on the application of either Party by the President for the time being of the South African Institution of Civil Engineering.

Page 101: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-24

If, for any reason, the person appointed fails to assume or to continue in the office concerned:

(i) the provisions of Sub-Clause 20.3 shall apply mutatis mutandis in the appointment of a successor, and

(ii) in making his nomination in terms of this sub-clause, the president for the time being of the South African Institution of Civil Engineering shall, at his own discretion, act in consultation with the presidents for the time being of Consulting Engineers South Africa and the South African Federation of Civil Engineering Contractors, and

(iii) if the president required to make a nomination in terms of this sub-clause shall have a direct or indirect interest in the subject matter of the dispute, the nomination shall be made by the chief executive officer or the next senior officer of the body concerned who has no such interest.

(b) Neither Party shall be entitled to be represented at any hearing before, or at, any meeting, or in

any discussion, with the mediator except by any of the following:

i) the Party himself, if a natural person, ii) a partner in the case of a partnership, iii) an executive director in the case of a company, iv) a member in the case of a close corporation, v) the Engineer, vi) a bona fide employee of the party concerned, and vii) a professional engineer appointed for the purpose by the Party concerned.

(c) The mediator shall, as he deems fit, follow formal or informal procedure and receive evidence or

submissions orally or in writing, sworn or unsworn, at joint meetings with the Parties or separately or from any person whom he considers can assist in the formulation of his opinion, provided that:

i) each Party shall be given reasonable opportunities of presenting evidence or submissions

and of responding to evidence or submissions of the other Party, and

ii) each Party shall be given full details of any evidence or submissions received by the Mediator from the other Party or any other person otherwise than at a meeting where both Parties are present or represented.

(d) The mediator shall have the power to propose to the Parties compromise settlements of or

agreements in disposal of the whole or portion of the dispute. (e) The mediator shall, as soon as reasonably practical, give to each of the Parties his written opinion

on the dispute, setting out the facts and the provisions of the Contract on which the opinion is based and recording the details of any agreement reached between the Parties during the mediation.

(f) The mediator’s opinion shall become binding on the Parties only to the extent correctly recorded

as being agreed by the Parties in the mediator’s written opinion or otherwise as recorded as being agreed in writing by both Parties subsequent to the receipt of the mediator’s opinion.

(g) The dispute on any matter still unresolved after the application of the provisions of sub-paragraph

(f) shall be resolved by court proceedings. (h) Save for reference to any portion of the mediator’s opinion which has become binding in terms of

sub-paragraph (f), no reference shall be made by or on behalf of either Party, in any proceedings subsequent to mediation, to the mediator’s opinion, or to the fact that any particular evidence was given, or to any submission, statement or admission made in the course of the mediation.

(i) Irrespective of the nature of the mediator’s opinion:

(i) each Party shall bear his own costs arising from the mediation, and (ii) the Parties shall in equal shares pay the mediator the amount of his expenses and the

amount of his fee based on a scale of fees as agreed between the mediator and the Parties before the commencement of the mediation.

Page 102: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-25

20.4 Reference to Court If a dispute is still unresolved as provided for in sub-paragraph (g) of sub-clause 20.3 or the dispute is one described in sub-clause 20.5, the dispute shall be determined by court proceedings, provided that: (a) nothing herein contained shall deprive the Contractor of the right to institute immediate court

proceedings in respect of failure by the Employer to pay the amount of a payment certificate on its due date or to refund any amount of retention money on its due date for refund,

(b) no ruling or decision given by the Engineer in accordance with the provisions of the Contract shall disqualify him from being called as a witness and giving evidence before the court on any matter whatsoever relevant to the dispute concerned, and

(c) the court shall have full power to open up, review and revise any ruling, decision, order, instruction, certificate or valuation of the Engineer relevant to the matter in dispute.

20.5 Special Disputes Notwithstanding anything elsewhere provided in sub-clauses 20.2, 20.3 and 20.4, any dispute between the Contractor and the Employer, (a) not relating to a ruling, decision, order, instruction or certificate by the Engineer, or (b) arising after the completion of the Contract or, if a Defects Notification Period is provided, after

the termination of that period, shall be determined, without the application of the provisions of sub-clauses 20.2 and 20.3 by court proceedings which may be initiated by either Party, in which event the provisions of sub-clause 20.4 shall apply. 20.6 Continuing Validity of sub-clauses 20.2 to 20.6 Sub-clauses 20.2 to 20.6 inclusive constitute a separate, divisible agreement from the rest of the Contract and shall remain valid and applicable, notwithstanding that the Works may have been completed or that the rest of the Contract may be void or voidable or may have been cancelled for any reason.” APPENDIX: General Conditions of Dispute Adjudication Agreement Delete this appendix ANNEX: Procedural Rules Delete this annexure

Page 103: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-26

APPENDIX TO THE PARTICULAR CONDITIONS: CONTRACT PRICE ADJUSTMENT SCHEDULE 1. Contract In accordance with sub-clause 13.8, the value of each Price certificate issued in terms of sub-clause 14.6 shall be Adjustment increased or decreased by the amount obtained by multiplying “Ac”, defined

in clause 2 of this Schedule, by the Contract Price adjustment factor, rounded off to the sixth decimal place (or the fourth decimal place if expressed as a percentage), determined according to the formula:

(1 – x) * (aLt/Lo) + (bEt/Eo) + (cMt/Mo) + (dFt/Fo) - 1 in which the symbols have the following meanings: “x” is the proportion of “Ac” which is not subject to adjustment. Unless otherwise stated in the Appendix this proportion shall be 0,15. “a”, “b”, “c” and “d” are the co-efficients determined by the Engineer and specified in the Appendix to Tender, which are deemed, irrespective of the actual constituents of the work, to represent the proportionate value of labour, equipment, materials (other than “special materials” specified, in terms of sub-clause 13.8, in the Appendix to Tender) and fuel respectively. The arithmetical sum of “a”, “b”, “c”, and “d” shall be unity. “L” is the “Labour Index” and shall be the price index for “Consumer Price Index” for the urban area specified in the Appendix to Tender, as published in the Statistical Release P0141, Additional tables, Table 14, of Statistics South Africa. “E” is the “Equipment Index” and shall be the price index for “Civil Engineering Plant”, as published in the Statistical Release P0151, Table 4, of Statistics South Africa. Note that Statistics South Africa’s “Civil Engineering Plant” includes equipment. “M” is the “Materials Index” and shall be the price index for “Civil Engineering Materials”, as published in the Statistical Release P0151, Table 3, of Statistics South Africa. “F” is the “Fuel Index” and shall be the price index for “Diesel fuel wholesale – Total”, as published in the Statistical Release P0151, Table 4, of Statistics South Africa. The suffix “o” denotes the basic indices applicable on the Base Date as defined in sub-clause 1.1.3.1 of the General Conditions of Contract. The suffix “t” denotes the current indices applicable to the month in which the last day of the period falls to which the relevant payment certificate relates. If any index relevant to any particular Payment Certificate is not known at the time when the certificate is prepared, the Engineer may estimate the value of such index. Any correction which may be necessary when the correct indices become known shall be made by the Engineer in subsequent Payment Certificates.

2. Assessment For the purpose of calculating the adjustment to the value of the relevant of amount certificates, the amount “Ac” shall be determined by the formula: subject to adjustment Ac = T – S – D – W – G – Ap

In which formula the symbols have the following meanings: “T” is the summation of the total value of the:

Page 104: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-27

(i) preliminary and general items, (ii) work done, and (iii) Materials on Site,

as certified in the Payment Certificate under consideration without any deduction whatsoever and before any adjustment made in terms of this Schedule “S” is the aggregate of (i), (ii), (iii) and (iv), referred to below, and included in “T”:

(i) the amounts actually expended and substituted for any prime cost

sums; (ii) the value of any work done by Nominated Subcontractors; (iii) the value of any work done against Provisional Sums; (iv) the value of any extra or additional work done under a Works

Authorisation,

where special arrangements for price adjustments in respect of those amounts were made and recorded at the time the work was ordered. “D” is the value of work included in “T” and done at new rates fixed in terms of sub-clause 12.3, where those rates are not based on labour, Contractor’s Equipment or Materials costs in force at the time of tendering. Generally new rates may be based on current costs and de-escalated to the Base Date of the indices, in which case work done at these rates shall not be included in the value of “D”. “W” is the amount included in “T” and paid for any Daywork executed at Cost plus percentage allowances as set out in sub-clause 13.6 as amended by Particular Condition. “G” is the amount included in “T” for Materials classified and dealt with as “special materials” in terms of sub-clause 13.8 as amended by Particular Condition. “Ap” is the summation of all “Ac” amounts determined in terms of Clause 2 of this Schedule for all Payment Certificates preceding in time the Payment Certificate under consideration.

3. Reduction of Save only for Variations ordered to be carried out after the Time for CPAF after Completion has expired, the Contract Price adjustment factor to be applied Time for to certificates relating to work done or materials supplied after the expiry of Completion the Time for Completion shall be half the factor calculated by inserting in the has expired formula referred to in Clause 1 of this Schedule the indices Lt, Et, Mt and Ft applicable at the date of expiry of the Time for Completion. 4. Special The price of each “special material” specified in the Appendix to Tender shall materials be increased or decreased by the net amount of any variation incurred after

the date of the Tender on the basis set out in the Contract, provided that any claim for adjustment in terms hereof shall be substantiated by the submission of acceptable invoices and any other supporting documents which the Engineer considers necessary for that purpose. However, except for Variations ordered in terms of Clause 13 (Variations and Adjustments) all adjustments after expiry of Time for Completion shall be increased or decreased by half the net amount of such calculated variation.

For the purpose of this clause, “the net amount of any Variation” in respect of a particular material referred to as a “special material” in terms of sub-clause 13.8 shall be calculated by multiplying the difference between the rate or price entered in the Contract by the Contractor for that Material and the equivalent rate or price actually paid by the Contractor for the Material by the quantity of the Material in question.

Page 105: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-28

5. Assessment If more than one month intervenes between the month applicable to any of indices if Payment Certificate and the month applicable to the immediately succeeding certificates are payment certificate, then the indices “Lt”, “Et”, “Mt” and “Ft” applicable to the not issued succeeding Payment Certificate shall each be taken as the arithmetic mean, monthly rounded off to the second decimal place, of the relevant indices applicable to the month of measurement and to such intervening months.

Page 106: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-29

C1.2.2 APPENDIX TO TENDER: CONTRACT DATA - INFORMATION PROVIDED BY THE EMPLOYER

Notes to tenderer: 1. This form is the equivalent of the Appendix to Tender as defined in Sub-Clause 1.1.1.9 of

the FIDIC Conditions of Contract. 2 Clause numbers (Cl. No.) refer to the FIDIC Conditions of Contract. The prefix A refers to

an amendment to these conditions. Item Cl No Data Employer

1.1.2.2

means the South African National Roads Agency SOC Limited instituted in terms of the South African National Roads Agency Limited and National Roads Act (Act No. 7 of 1998) or a person delegated by the South African National Roads Agency SOC Limited to act on its behalf. The Employer’s address is: The South African National Roads Agency SOC Limited 48 Tambotie Avenue Val De Grace Pretoria, 0184

Engineer 1.1.2.4 means SNA Civil and Structural Engineers (Pty) Ltd The engineer’s address to be used for this contract is: Physical address: 12 Lilyvale Road Rayton Bloemfontein 9301 Postal address: P O Box 12079 Brandhof 9324

Communications 1.3 The addresses for communication between the parties shall be: Employer:

Physical address: 58 Van Eck Place Mkondeni Pietermaritzburg 3201 Postal address: PO Box 100410 Scottsville 3209

Period of validity of tender - 16 weeks after the closing date for tenders

Page 107: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-30

Time for completion of works 1.1.3.3. 15 months maximum including the contractor’s holidays in December and January

Defects for notification period 1.1.3.7 12 calendar months

Laws 1.1.6.5 The law governing this contract is South African law

Time for access to the site 2.1 Nil (access on Commencement Date)

Amount of performance security 4.2 12% of the accepted contract amount excluding VAT (Cl no. 4.11)

Rates of Wages and Conditions of Labour

6.2 The contractor shall be registered with the Bargaining Council for the Civil Engineering Industry (Governemnt Notice R.490 – Part III) and rates for wages and conditions of labour agreed by the Bargaining Council for the Civil Engineering Industry shall apply except where a specific industry publishes its own wage rates and conditions of labour

Contractor’s Personnel 6.9 The contractor shall provide the key personnel (as indicated in form C1.2.3 - Appendix to Tender: Contract Data – Information Provided by the Tenderer) who will be the single point accountability and responsibility for the management of the construction works . The key person shall be the construction manager (Contractor’s Representative) and who is registered with SACPCMP as PrCM or ECSA as PrEng or PrTechEng. Where the key personnel are no longer available to undertake the necessary work after the award of the contract, the contractor shall within a period of 14 working days replace the key personnel stated in the Appendix to Tender with personnel with equivalent competencies and subject to approval by the Employer. Such approval shall not be unreasonably withheld.

Base date 13.8 Base date for this contract is 28 days prior to the closing date of tender

Subcontractors A4.4 The contractor shall not sub-contract more than 25% of the value of the contract (including value of work allocated to Targeted Enterprise(s) but excluding work specified in the Scope of Works to be procured through the Employer’s Supply Chain Procurement process) to any sub-contractor with a lower B-BBEE status level, unless the intended sub-contractor(s) is an Exempted Micro Enterprise that has the capability and ability to execute the sub-contract. The percentage of the contract value that may be sublet shall not exceed 50% without the express approval of the Employer.

Page 108: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-31

Special non-working hours/days

A6.5 (a) All designated public holidays (including all foreseeable statutory declared election days)

(b) The annual shut-down period between December and January

(c) Day before Easter Weekend (d) Day of school term closure

Period in which works must commence

A8.1 Not later than 30 days after the commencement date

Programme

A8.3(a) The contractor shall make allowance for the following requirements in his programme: (a) Accommodation of traffic restrictions

Extension of time for completion A8.4 An exceptional adverse climatic condition shall be considered where the return period of the climatic condition is greater than 5 times the contract duration. On this contract the climatic condition is to exceed a return period of 1:6

Delay damages and Other Non-compliance Charges

A8.7 Delay Damages – R12 000 /day Other Non-compliance charges: i. Intra-programme dates – n/a ii. Lane occupation levy – n/a iii. Accommodation of traffic non-compliance

(i) Occurrence – R10 000.00/number (ii) Time delay – R1 000.00/hour

iv. Overloading – 2 x Unit Rate x weight factor x distance hauled

v. Contract Participation Targets – 50% of unachieved target

vi. UTFC lane rental – na vii. Layer irregularities

(i) Asphalt – quantity/100m x unit rate x payment adjustment factor

(ii) Concrete – quantity/100m x unit rate x payment adjustment factor

(iii) Base – quantity/100m x unit rate x payment adjustment factor

Evaluation A12.3 The term “fixed rate item” shall apply to all items of work listed in the Pricing Schedule (Including agreed items of work listed in Works Authorisations).

Daywork allowances A13.6 Not required (Dayworks provided for in the pricing schedule)

Special materials A13.8 Bitumen binder extracted from petroleum based products and used on site. Including that used in asphalt, irrespective of whether it is produced and/or placed by the contractor or an approved sub-contractor

Price Variations

A13.8

x = 0.15 (a) = 0.2 (b) = 0.4 (c) = 0.25 (d) = 0.15 “L” is the consumer price index for the Province of the Free State

Page 109: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-32

Retention money: - Percentage

A14.3(c)

10% of value of completed work

- Limit

A14.3(c) R 1 500 000-00

- Guarantee A14.3(c) This will be considered provided that the tenderer submits his proposal as an alternative tender indicating what discount he proposes to give

Minimum amount of interim payment certificate

A14.6 R 750 000-00

Contractor to insure with SASRIA

A17.3C Required

Environmental Management Plan (EMPl)

C1004(d) DEO means: Designated Environmental Officer

Target Area

D1002(a)

District Municipality of Fezile Dabi

Contract Participation Goals (CPG)

D1003(b)

Targeted Labour of which minimum contributions by Target Groups: i) Woman ii) Youth (under 35 years)

20% of Tender Sum 30% of value 30% of value

Targeted Enterprise of which minimum contribution by Target Groups: i) Woman owned companies ii) Youth (under 35 years)

owned companies

20% of Tender Sum 20% of value 20% of value

Page 110: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-33

C1.2.3 APPENDIX TO TENDER: CONTRACT DATA – INFORMATION PROVIDED BY THE TENDERER

CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Note to tenderer: This form is the equivalent of the Appendix to Tender as defined in Sub-Clause 1.1.1.9 of the FIDIC Conditions of Contract 1. FIDIC CONDITIONS OF CONTRACT 1.a Clause 1.3: Communications The Contractor is ....................................................................................................................................... Physical Address: ...................................................................................................................................... .................................................................................................................................................................... Telephone: ................................................................................................................................................ Facsimile: .................................................................................................................................................. Email: ........................................................................................................................................................ 1.b Clause 4.3: Contractor’s representative The authorised and designated representative of the Contractor is: Name: ........................................................................................................................................................ SIGNED BY TENDERER: .........................................................................................................................

Page 111: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-34

C1.3 OTHER STANDARD FORMS C1.3.1 AGREEMENT IN TERMS OF THE OCCUPATION HEALTH AND SAFETY ACT 1993

(ACT NO. 85 OF 1993) AND CONSTRUCTION REGULATIONS, 2014 This AGREEMENT made at ......................................................................................................................

on this the ................................ day of .............................................................. in the year ...................

between THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED (hereinafter called “the Employer”) on the one part, herein represented by Mrs. L. Sewnarain

in her capacity as Regional Manager (Eastern Region)

and delegate of the Employer in terms of the Employer’s standard powers of delegation pursuant to the provisions of Act No. 7 of 1998, and .........................................................................................................

(hereinafter called “the Mandatary”) on the other part, herein represented by .........................................

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

in his capacity as .......................................................................................................................................

WHEREAS the Employer is desirous that certain works be constructed, viz. CONTRACT NRA: N001-170-2011/2 for THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 and has accepted a tender by the Mandatary for the construction, completion & maintenance of such works and has appointed the Mandatary in terms of Regulation 5(1)(k) of the Construction Regulations 2014, and whereas the Employer and the Mandatary have agreed to certain arrangements and procedures to be followed in order to ensure compliance by the Mandatary with the provisions of the Occupational Health and Safety Act 1993 (Act 85 of 1993);

NOW THEREFORE THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. The Mandatary shall execute the work in accordance with the contract documents pertaining to

this contract. 2. This Agreement shall hold good from its commencement date, to either :

a) the date of the Performance Certificate issued in terms of sub-clause 11.9 of the Conditions of Contract for Construction for Building and Engineering Works designed by the Employer (1999) published by Federation Internationale des Ingenieurs-Conseils (FIDIC), as contained in Volume 1 of the contract documents pertaining to this contract, or

b) the date of termination of the contract in terms of clauses 15, 16 or 19 of the GCC.

3. The Mandatary declares himself to be conversant with the following:-

a) All the requirements, regulations and standards of the Occupational Health and Safety Act (Act 85 of 1993), hereinafter referred to as "The Act", together with its amendments and with special reference to the following Sections of The Act. i) Section 8: General duties of employers to their employees. ii) Section 9: General duties of employers and self-employed persons to persons other

than employees. iii) Section 37: Acts or omissions by employees or mandataries and iv) Sub-section 37(2) relating to the purpose and meaning of this Agreement.

b) The procedures and safety rules of the Employer as pertaining to the Mandatary and to all

his subcontractors. 4. In addition to the requirements of sub-clause 4.8, 6.7 and 17.1 of the GCC and all relevant

requirements of Volume 3 of the contract documents pertaining to this contract, the Mandatary agrees to execute all the works forming part of this contract and to operate and utilize all machinery, plant and equipment in accordance with The Act.

5. The Mandatary is responsible for the compliance with the Act by all his subcontractors, whether or not nominated and/or approved by the Employer.

Page 112: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-35

6. The Mandatary warrants that all his and his subcontractors’ workmen are covered in terms of the Compensation for Occupational Injuries and Diseases Act 1993, which cover shall remain in force whilst any such workmen are present on site. A letter of good standing from the Compensation Commissioner to this effect must be produced to the Employer upon signature of the agreement.

7. The Mandatary undertakes to ensure that he and/or his subcontractors and/or their respective

employees will at all times comply with the following conditions:

a) The Mandatary shall assume the responsibility in terms of Section 16.1 of The Act. The Mandatary shall not delegate any duty in terms of Section 16.2 of The Act without the prior written approval of the Employer. If the Mandatary obtains such approval and delegates any duty in terms of section 16.2 a copy of such written delegation shall immediately be forwarded to the Employer.

b) All incidents referred to in The Act shall be reported by the Mandatary to the Department

of Labour as well as to the Employer. The Employer will further be provided with copies of all written documentation relating to any incident.

c) The Employer hereby obtains an interest in the issue of any formal enquiry conducted in

terms of section 32 of The Act into any incident involving the Mandatary and/or his employees and/or its subcontractors.

In witness thereof the parties hereto have set their signatures hereon in the presence of the subscribing witnesses: SIGNED FOR AND ON BEHALF OF EMPLOYER: .................................................................................. WITNESS 1: .............................................................................................................................................. NAME (IN CAPITALS) ............................................................................................................................... WITNESS 2: .............................................................................................................................................. NAME (IN CAPITALS) ............................................................................................................................... SIGNED FOR AND ON BEHALF OF THE MANDATARY ......................................................................... WITNESS 1: .............................................................................................................................................. NAME (IN CAPITALS): .............................................................................................................................. WITNESS 2: .............................................................................................................................................. NAME (IN CAPITALS) ...............................................................................................................................

Page 113: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-36

C1.3.2(a) FORM OF GUARANTEE To:The South African National Roads Agency SOC Limited PO Box 415 Pretoria 0001 Note to tenderer: This pro forma is for information only. The successful tenderer’s guarantor will need to reproduce it without amendment, omission or addition for completion and lodgement with the Employer. A separate copy of this pro forma will be issued to the successful tenderer with the letter of acceptance. CONTRACT NRA N001-170-2011/2 FOR THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 1. I/We , the undersigned, ................................................... and ......................................................

in our respective capacities as ........................................................................................................ and ............................................................................................................................................... and as such duly authorised to represent: ...................................................................................... (hereinafter referred to as “the Guarantor”) (in the case of a company, a resolution to be attached) do hereby hold at your disposal the amount of ............................................................................... (R…………………………….) including VAT, for the due fulfilment by ........................................... (name of Contractor) (hereinafter referred to as “the Contractor”) of its obligations to The South African National Roads Agency SOC Limited (hereinafter referred to as “SANRAL”) in terms of the above stated contract between the Contractor and SANRAL.

2. The Guarantor hereby renounces the benefits of the exceptions non numeratae pecuniae, non

causa debiti, excussionis and divisionis, the meanings and effect whereof the Guarantor declares itself to be fully conversant.

3. The Guarantor undertakes and agrees to pay to SANRAL the said amount of

R ...............................................................................................................................................

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

(R…………………………) including VAT, or such portion as may be demanded on receipt of a written demand from SANRAL, which demand may be made by SANRAL if, (in your opinion and at your sole discretion), the said Contractor fails and/or neglects to commence the work as prescribed in the contract or if he fails and/or neglects to proceed therewith or if, for any reason, he fails and/or neglects to complete the services in accordance with the conditions of contract, or if he fails or neglects to refund to SANRAL any amount found to be due and payable to SANRAL, or if his estate is sequestrated or if he surrenders his estate in terms of the Insolvency Law in force within the Republic of South Africa.

4. Subject to the above and without in anyway detracting from your rights to adopt any of the

procedures set out in the contract, the said demand can be made by you at any stage. 5. The said amount of R .......................................................................................................................

(R………………………….) including VAT, or such portion as may be demanded may be retained by SANRAL on condition that after completion of the service, as stipulated in the contract, SANRAL shall account to the Guarantor showing how this amount has been utilised and refund to the Guarantor any balance due.

6. This guarantee is neither negotiable nor transferable and

Page 114: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-37

a) must be surrendered to the Guarantor at the time when SANRAL accounts to the Guarantor in terms of clause 5 above, or

b) shall lapse upon the issue of the Taking-Over Certificate in terms of sub-clause 10.1 of the Conditions of Contract and

c) shall not be interpreted as extending the Guarantor’s liability to anything more than payment of the amount guaranteed.

7. This guarantee shall be governed by South African Law and subject to the jurisdiction of South

African Courts. THUS DONE AND SIGNED AT ................................................................................................................

ON THIS .................... DAY OF ................................................................. 20 ........................................

GUARANTOR: ..........................................................................................................................................

ADDRESS:

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

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

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

AS WITNESSES: 1 .................................................... 2 ..................................................................

NAMES (PRINT) 1 .................................................... 2 ..................................................................

Page 115: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-38

C1.3.3(b) FORM OF APPLICATION FOR A PERMIT TO DEPARTMENT OF LABOUR TO DO CONSTRUCTION WORK

CONTRACT NRA N001-170-2011/2 FOR THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17

Annexure 1

Occupational Health and Safety Act, 1993

(Regulation 3(2) of the Construction Regulations, 2014)

APPLICATION FOR A PERMIT TO DO CONSTRUCTION WORK This application must be submitted with the following documents: a) Health and Safety specification b) Health and Safety plan c) Baseline risk assessment.

1. Name, postal address and telephone numbers of the client:

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

......................................................................................................................................................... 2. Details of the Agent: (a) Title, Surname and Initials: ....................................................................................................

(b) Identity number / Passport number: ......................................................................................

(c) Registration number with SACPCMP: ...................................................................................

(d) Office Tel. Number and/or Mobile number: ...........................................................................

(e) Postal address: ......................................................................................................................

3. Name, postal address and telephone numbers of the appointed principal contractor:

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

......................................................................................................................................................... 4. Name, postal address and telephone numbers of the designer of the project:

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

......................................................................................................................................................... 5. Name, postal address and telephone numbers of the following persons:

(a) Construction Manager:

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

(b) Construction Health and Safety Manager: ...............................................................................................................................................

(c) Construction Health and Safety Officer:

Page 116: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-39

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

5. Exact physical address of the construction and site office::

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

7. Nature of construction work:

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

8. Expected commencement date: ..................................................................................................... 9. Expected completion date: .............................................................................................................. 10. Estimated maximum number of persons on the construction site:

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

11. Planned number of contractors on the construction site accountable to the principal contractor:

......................................................................................................................................................... 12. Name(s) of contractors appointed:

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

18. ________________________________________

Signature of Client / Client’s Agent 19. ________________________________________

Signature of the Principal Contractor

Page 117: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-40

FOR OFFICE ONLY

Authorization /

Unique No.

LABOUR CENTRE

OFFICE APPROVAL STAMP

13. Date of application: ......................................................................................................................... 14. Submitted documents prescribed in Construction Regulation 5(4) (Please tick ):

CR 5(1)(a)

CR 5(1)(b) CR 5(1); (C-S)

17. Result of the application (Please tick ) ____

18. Reason for declining the application

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

20. ________________________________________

Signature of the Supervisor 21. ________________________________________

Signature of revoking officer / Inspector

Approved Declined

Page 118: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-41

C1.3.4 FORM OF RETENTION MONEY GUARANTEE To: The South African National Roads Agency SOC Limited PO Box 415 Pretoria 0001 Note to tenderer: This pro forma is for information only. The successful tenderer’s guarantor will need to reproduce it without amendment, omission or addition for completion and lodgement with the Employer. A separate copy of this pro forma will be issued to the successful tenderer with the letter of award. CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 The guarantee is issued on behalf of ........................................................................................................ Registration No. ............................................ (hereinafter referred to as “the Contractor”) in connection with the above mentioned contract (hereinafter referred to as “the Contract”). Whereas you have agreed that the Contractor may provide a guarantee in lieu of the retention monies provided for under the Contract. Now therefore we, the undersigned, being duly authorised to represent ................................................. (full name of guarantor) registration number .................................................... undertake to pay you such amounts as you may from time to time demand from us, immediately upon receipt of a written demand from you. 1. Each demand shall be in writing and delivered to us at .................................................................

or such other address as we shall in writing notify to you. 2. Our liability to make the payments herein referred to shall be unconditional and not be affected or

diminished by any disputes, claims or counterclaims between you and the Contractor. 3. Our aggregate liability under this guarantee is limited to .................................................................

(R .................................................................................................................................................... ) and is restricted to payment of monies only.

4. This guarantee shall expire on the date on which the last of the retention monies, which but for

this guarantee would have been retained by you, becomes payable to the Contractor. 5. This guarantee is neither negotiable nor transferable and must be returned to us against final

payment of our aggregate liability or on the date of the expiry of the guarantee in terms of Clause 4 (above), whichever is the earlier.

Signed at .................................................................. for and on behalf of ................................................

on this the ....................... day of ............. in the year ..............................................................................

GUARANTOR: ..........................................................................................................................................

AS WITNESSES:

1 ....................................................................... 2 ....................................................................

NAME: ..................................................................... NAME: ...........................................................

ADDRESS: .............................................................. ADDRESS: ....................................................

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

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

Page 119: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-42

C1.3.5 FORM OF BANKING DETAILS Notes to Contractor: 1. The Employer applies an Electronic Funds Transfer system for all payments. 2. If you are already registered as a vendor with the Employer, you are required to confirm

your banking details in the form below, but are not required to submit the documentation as per note 3.1 and 3.2.

3. If you are not registered as a vendor with the Employer, you are required to supply: 3.1 a completed SANRAL Vendor Application Form (to be obtained from the relevant

Regional Project Manager); or 3.2 an original cancelled cheque bearing your company name and account number; or 3.3 if you are unable to supply an original cancelled cheque, you are to provide a letter

on your letterhead as per the pro forma below and return the original letter to the address as stated in clause 1.3 of C1.2.2 - Information provided by the Employer, delivered by hand or sent by post.

__________________________________________________________________________________ To: The South African National Roads Agency SOC Limited 58 Van Eck Place, Mkondeni, Pietermaritzburg 3201 Dear Sir CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 BANKING DETAILS By signing this document we accept the following:

The banking details submitted are those of (name of successful contractor) and we take full responsibility for their correctness.

We indemnify the Employer from any and all outcomes if an electronic transfer is made into an incorrect bank account using the banking details submitted.

Account Name: ............... ………………………………………………………………………………………… Bank: ............................... ………………………………………………………………………………………… Branch Name: ................. ………………………………………………………………………………………… Branch Code: .................. ………………………………………………………………………………………… Account Number: ............. ………………………………………………………………………………………… Yours sincerely .................................................................................. Authorised Signatory for (name of successful contractor) DATE:

Page 120: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-43

C1.3.6 TAX COMPLIANCE PERMISSION DECLARATION SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 Where Tax Compliance Certificates and VAT Registration Certificates are no longer issued by SARS the Contractor shall complete the declaration below. I, .................................................................................................................................................... (name)

the undersigned in my capacity as ............................................................................................ (position)

on behalf of ................................................................................................................................................

.................................................................................................................................... (name of company)

herewith grant consent that SARS may disclose to the South African National Roads Agency SOC

Limited (SANRAL) our tax compliance status on an ongoing basis for the contract term.

For this purpose, our unique security personal identification number (PIN) is ........................................ .

In addition, the Contractor shall obtain written consent from each of its subcontractors, undisclosed principals and partners involved in this contract confirming that SARS may, on an ongoing basis during the contract term, disclose the subcontractors’ tax compliance status to the Employer. For this purpose the Contractor shall provide the Employer with the unique security personal identification number (PIN) for each of its subcontractors, undisclosed principals and partners involved in this contract. SIGNATURE: ............................................................................................................................................ DATE: ........................................................................................................................................................

Page 121: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-44

__________________________________________________________________________________

PART C2: PRICING DATA __________________________________________________________________________________

Page 122: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-45

PART C2: PRICING DATA TABLE OF CONTENTS PAGE

C2.1 PRICING INSTRUCTIONS ..................................................................................... C-46

C2.2 PRICING SCHEDULE (INCORPORATING SBD3) ................................................. C-48

C2.3 SUMMARY OF PRICING SCHEDULE ................................................................. C-165

Page 123: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-46

C2.1 PRICING INSTRUCTIONS C2.1.1 Measurement and payment shall be in accordance with the relevant provisions of

the COLTO Standard Specification for Road and Bridge Works for State Road Authorities (1998 edition) as amended in the Scope of Works.

C2.1.2 The units of measurement described in the Pricing Schedule are metric units.

Abbreviations used in the Pricing Schedule are as follows:

% = percent h = hour ha = hectare kg = kilogram kl = kilolitre km = kilometre km-pass = kilometre-pass kPa = kilopascal kW = kilowatt ℓ = litre m = metre mm = millimetre m2 = square metre m2-pass = square metre-pass m3 = cubic metre m3-km = cubic metre-kilometre MN = meganewton MN.m = meganewton-metre MPa = megapascal No. = number Prov Sum = Provisional sum PC Sum = Prime Cost sum R/only = Rate only L/sum = lump sum t = ton (1000kg) W/day = Work day

C2.1.3 For the purpose of the Pricing Schedule, the following words shall have the meanings

assigned to them:

Unit: The unit of measurement for each item of work as defined in the COLTO Standard Specification for Road and Bridge Works for State Road Authorities (1998 edition).

Quantity: The number of units of work for each item.

Rate: The payment per unit of work for which the Service Provider

tenders to do the work. Amount: The product of the quantity and the rate tendered for an item. Lump Sum: An amount tendered for an item, the extent of which is described

in the Pricing Schedule, the Scope of Work or elsewhere, but of which the quantity of work is not measured in units.

Prime cost: Is a specific type of Provisional Sum where payment is made on

the production of invoices showing the cost price of the implementation or installation of the service required. Services rendered in this manner carry a mark-up for which a rate is offered at tender stage to cover all the tenderer’s handling, supervision and liability costs in providing the item or services. Any percentage adjustment or lump sum mark-up against the Prime cost for handling fee, profits, etc. shall not be negative.

Page 124: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-47

Provisional Sum: Means a sum (if any) which is specified in the contract as a provisional sum, for the execution of any part of the works or the supply of plant, materials or services under sub-clause 13.5 (Provisional sums). Any percentage adjustment or lump sum mark-up against the Provisional Sum for handling fee, profits, etc. shall not be negative.

C2.1.4 Unless otherwise stated, items are measured net in accordance with the drawings, and no allowance is made for waste.

C2.1.5 It will be assumed that prices included in the bills of quantities are based on Acts,

Ordinances, Regulations, By-laws, International Standards and National Standards that were published 28 days before the closing date for tenders. (Refer to www.sabs.co.za for information standards)

C2.1.6 The prices and rates in the Pricing Schedule are fully inclusive prices for the work

described under the items. Such prices and rates cover all costs and expenses that may be required in and for the execution of the work described in accordance with the provisions of the Scope of Work, and shall cover the cost of all general risks, liabilities and obligations set forth or implied in the Contract Data, as well as overhead charges and profit. These prices will be used as a basis for assessment of payment for additional work that may have to be carried out. A complete breakdown of all rates in electronic format (Excel) on a separate CD must be submitted with the completed pricing schedule. The rates are to be clearly referenced to the relevant payitem numbers, with each rate broken down into its labour, materials, plant, fuel, overhead charges and profit components.

C2.1.7 Where the Scope of Work requires detailed drawings and designs or other information

to be provided, all costs associated therewith are deemed to have been provided for and included in the unit rates and sum amount tendered such items.

C2.1.8 An item against which no price is entered will be considered to be covered by the other

prices or rates in the Pricing Schedule. A single lump sum will apply should a number of items be grouped together for pricing purposes.

C2.1.9 The quantities set out in the Pricing Schedule are approximate and do not necessarily

represent the actual amount of work to be done. The quantities of work accepted and certified for payment will be used for determining payments due and not the quantities given in the Pricing Schedule.

C2.1.10 Reasonable compensation will be received where no payitem appears in the Pricing

Schedule in respect of work required in terms of the Contract and which is not covered in any other payitem.

C2.1.11 The short descriptions of the items of payment given in the Pricing Schedule are only

for the purposes of identifying the items. More details regarding the extent of the work entailed under each item appear in the Scope of Work.

C2.1.12 The item numbers appearing in the Pricing Schedule refer to the corresponding item

numbers in the COLTO Standard Specification for Road and Bridge Works for State Road Authorities (1998 edition)

C2.1.13 The pricing schedules are provided electronically on the Compact Disc. A printout of the

entire completed pricing schedule must be signed and attached to the tender as well as an electronic copy of the priced pricing schedule together with the breakdown of rates. In the event of any discrepancy between the signed printed copy, and the electronically submitted copy, the tender rates in the signed copy will govern. The item numbers and description of the PDF document will govern. For all addenda issued relating to the pricing schedule, the item numbers, description and quantities of the issued document will govern.

Page 125: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-48

C2.2 PRICING SCHEDULE (INCORPORATING SBD3)

(Refer to MS Excel spreadsheet NRA “N001-170-2011-2 BoQ_rev00.xlsx”)

Page 126: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-165

C2.3 SUMMARY OF PRICING SCHEDULE

SCHEDULE A1: GENERAL ........................................... R ...............................................................

(from page C-58)

SCHEDULE A2: WESTERN ACCESS ROAD

AND SITE WORKS ............................. R ...............................................................

(from page C-79)

SCHEDULE A3: ROADS WORKS - R721 (A94) ........... R ...............................................................

(from page C-104)

SCHEDULE B: BUILDING WORKS ............................. R ...............................................................

(from page C-120)

SCHEDULE C: ELECTRICAL WORKS ........................ R ...............................................................

(from page C-161)

SCHEDULE D: SMALL CONTRACTOR DEVELOPMENT,

TRAINING AND COMMUNITY

PARTICIPATION ................................ R .............................................................. .

(from page C-163)

SUBTOTAL ............................................................. R ............................................................... VALUE ADDED TAX: 14% of Subtotal ............................................................ R ...................................................... …….. __________________________________________________________________________________ TOTAL CARRIED TO C.1.1.1 : FORM OF OFFER R ............................................................... __________________________________________________________________________________

SIGNED BY TENDERER: .........................................................................................................................

Page 127: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-166

__________________________________________________________________________________

PART C3: SCOPE OF WORKS __________________________________________________________________________________

Page 128: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-167

PART C3: SCOPE OF WORKS TABLE OF CONTENTS PAGE

SECTION A: STANDARD AMENDMENTS ISSUED BY COLTO .............................................. C-168

SECTION B: PROJECT SPECIFICATION AMENDMENTS TO THE STANDARD

SPECIFICATIONS ................................................................................................. C-169

SECTION C: ENVIRONMENTAL MANAGEMENT PLAN .......................................................... C-263

SECTION D: SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY

PARTICIPATION .................................................................................................... C-285

SECTION E: REQUIREMENTS OF THE OCCUPATIONAL HEALTH AND

SAFETY ACT AND REGULATIONS ..................................................................... C-297

SECTION F: BUILDING WORKS PROJECT SPECIFICATIONS .............................................. C-313

SECTION G: ELECTRICAL WORKS PROJECT SPECIFICATIONS......................................... C-335

Page 129: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-168

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 SECTION A: STANDARD AMENDMENTS ISSUED BY COLTO Notes to tenderer: 1. The Standard Specifications for Road and Bridge Works for State Road Authorities (1998

edition) prepared by the Committee of Land Transport Officials, (COLTO), as amended, shall apply to this contract. The amendments are those issued by COLTO and reproduced in Section A, together with additional amendments as set out in Section B.

2. Where reference is made to the General Conditions of Contract and sub-clauses thereof in

the abovementioned Standard Specifications, they refer to the appropriate edition of the ‘General Conditions of Contract for Road and Bridge Works for State Road Authorities” issued by COLTO (clause 1115 of the Standard Specifications refers).

3. The General Conditions of Contract applicable to this contract are the “Conditions of Contract

for Construction for Building and Engineering Works Designed by the Employer” (1999), published by the Federation Internationale des Ingenieurs-Conseils (FIDIC) and the necessary amendments to the Standard Specifications have been made and included in the Project Specifications contained in this document.

4. The terms “Schedule of Quantities”, (used throughout the Standard Specifications) and

“Bill of Quantities”, (used in all other documents forming part of this contract), and “Pricing Schedule” are synonymous.

As at 1 February 2017 no amendments have been issued.

Page 130: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-169

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 SECTION B: PROJECT SPECIFICATION AMENDMENTS TO THE STANDARD SPECIFICATIONS Notes to tenderer: 1. In certain clauses the Standard Specifications allow a choice to be specified in the project

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

2. The number of each clause and each payment item in this part of the project specifications

consists of the prefix B followed by a number corresponding to the number of the relevant clause or payment item in the standard specifications. The number of a new series, new clause or a new payment item which does not form part of a series, clause or a payment item in the standard specifications and which is included here, is also prefixed by B followed by a new number. The new numbers follow on the last clause or item number used in the relevant section of the standard specifications.

3. The tenderer shall note that the standard COLTO specification is based on the COLTO

General Conditions of Contract. References to specific COLTO General Conditions of Contract clauses will need to be exchanged for the equivalent clause in the FIDIC Conditions of Contract as amended by the Particular Conditions of Contract to be found in Part C1 of this document. The Employer assumes no responsibility for the contractor’s interpretation of which are the correct relevant clauses.

4. The standard specifications on which this contract is based are: (a) The “Standard Specifications for Road and Bridge Works for State Road Authorities –

1998 Edition” prepared and drafted by COLTO. (b) The “South African Bureau of Standards Standardized Specifications for Civil

Engineering Construction SABS 1200-1990”. Although not bound in, nor issued with this document, the following standardised specifications shall form part of the contract and the editions specified below shall apply: SABS 1200 DB – 1989 EARTHWORKS (PIPE TRENCHES) SABS 1200 GB – 1982 CONCRETE (ORDINARY BUILDINGS) SABS 1200 H – 1990 STRUCTURAL STEELWORK SABS 1200 L – 1983 MEDIUM-PRESSURE PIPELINES SABS 1200 LB – 1983 BEDDING (PIPES) SABS 1200 LC – 1981 CABLE DUCTS SABS 1200 LD – 1982 SEWERS SABS 1200 MJ – 1984 SEGMENTED PAVING

Page 131: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-170

SECTION B: PROJECT SPECIFICATIONS TABLE OF CONTENTS PAGE

COLTO SERIES 1000: GENERAL ............................................................................................... C-172

SECTION B1100: DEFINITIONS AND TERMS ................................................................... C-172

SECTION B1200: GENERAL REQUIREMENTS AND PROVISIONS ................................ C-175

SECTION B1300: CONTRACTOR'S ESTABLISHMENT ON SITE AND

GENERAL OBLIGATIONS ..................................................................... C-189

SECTION B1400: HOUSING, OFFICES AND LABORATORIES FOR THE

ENGINEER’S SITE PERSONNEL ........................................................ C-192

SECTION B1500: ACCOMMODATION OF TRAFFIC......................................................... C-194

SECTION B1600: OVERHAUL ............................................................................................ C-206

SECTION B1700: CLEARING AND GRUBBING ................................................................ C-208

SECTION B1800: DAYWORKS ........................................................................................... C-210

COLTO SERIES 2000: DRAINAGE ............................................................................................. C-212

SECTION B2100: DRAINS ................................................................................................... C-212

SECTION B2200: PREFABRICATED CULVERTS ............................................................ C-215

SECTION B2300: CONCRETE KERBING, CONCRETE CHANNELLING,

CHUTES AND DOWNPIPES AND CONCRETE LINING

FOR OPEN DRAINS ............................................................................... C-218

COLTO SERIES 3000: EARTHWORKS AND PAVEMENT LAYERS OF GRAVEL

OR CRUSHED STONE .......................................................................... C-219

SECTION B3200: SELECTION, STOCKPILING AND BREAKING DOWN THE

MATERIALS FROM BORROW PITS, CUTTINGS AND

EXISTING PAVEMENT LAYERS AND PLACING AND

COMPACTING THE GRAVEL LAYERS ................................................ C-219

SECTION B3300: MASS EARTHWORKS ........................................................................... C-221

SECTION B3400: PAVEMENT LAYERS OF GRAVEL MATERIAL ................................... C-224

SECTION B3500: STABILIZATION ..................................................................................... C-227

SECTION B3900: PATCHING AND REPAIRING EDGE BREAKS .................................... C-230

COLTO SERIES 5000: ANCILLARY ROADWORKS .................................................................. C-231

SECTION B5100: PITCHING, STONEWORK AND PROTECTION AGAINST

EROSION ................................................................................................ C-231

SECTION B5500: FENCING ................................................................................................ C-232

SECTION B5600: ROAD SIGNS.......................................................................................... C-233

SECTION B5700: ROAD MARKINGS ................................................................................. C-235

SECTION B5800: LANDSCAPING AND PLANTING PLANTS .......................................... C-242

SECTION B5900: FINISHING THE ROAD AND ROAD RESERVE AND TREATING

OLD ROADS ........................................................................................... C-245

COLTO SERIES 6000: STRUCTURES ........................................................................................ C-246

SECTION B6100: FOUNDATIONS FOR STRUCTURES ................................................... C-246

SECTION B6200: FALSEWORK, FORMWORK AND CONCRETE FINISH ...................... C-248

Page 132: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-171

SECTION B6300: STEEL REINFORCEMENT FOR STRUCTURES .................................. C-249

SECTION B6400: CONCRETE FOR STRUCTURES .......................................................... C-250

COLTO SERIES 7000: SUNDRY STRUCTURES ....................................................................... C-255

SECTION B7100: CONCRETE PAVEMENTS ..................................................................... C-255

COLTO SERIES 8000: SUNDRIES .............................................................................................. C-258

SECTION B8100: TESTING MATERIALS AND WORKMANSHIP ..................................... C-258

Page 133: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-172

COLTO SERIES 1000: GENERAL SECTION B1100: DEFINITIONS AND TERMS B1115 GENERAL CONDITIONS OF CONTRACT

Replace Clause 1115 with the following:

The General Conditions applicable to this Contract are the Conditions of Contract for Construction for Building and Engineering Works designed by the Employer, (1999) published by the Federation Internationale des Ingenieurs-Conseils (FIDIC). Accordingly, all reference in the Standard Specifications to any other General Conditions of Contract (GCC) has to be amended. The Standard Specifications have been scrutinized and clauses which refer to another GCC identified. These are tabulated below together with the relevant equivalent clause in the FIDIC Conditions of Contract. The context of the reference to the GCC is also noted. Whereas every effort has been made to include all of the affected clauses in the table, there may be some omissions. In every case, however, the FIDIC Conditions of Contract, as amended by the Particular Conditions of Contract in Part C1.2 of this Volume, shall apply and the contractor shall be responsible for interpretation of the equivalent clause

CHANGES TO REFERENCES BY THE COLTO STANDARD SPECIFICATIONS TO THE COLTO GENERAL CONDITIONS OF CONTRACT AND FIDIC CONDITIONS OF CONTRACT

COLTO Standard Specification

COLTO General Conditions of Contract 1998

FIDIC Conditions of Contract 1999

Clause No

Page No

Clause No

Description or Reference Clause No

Description or Reference

1115 1100-2 Definition of GCC Definition of FIDIC

1204 1200-2 15 Construction programme 8.3 Construction programme

1204 1200-2 General reference to GCC Applicable to FIDIC

1206 1200-3 14 Setting out of works 4.7 Setting out of works

1209(a) 1200-4 General references to GCC Applicable to FIDIC

1209(e) 1200-5 52(2) Valuation of material brought onto site

14.5 Plant and material intended for use in the works.

1210 1200-5 54(1) Certificate of practical completion 10.1 Taking-over certificate

1212(1) 1200-7 49(2) CPA on alternative designs 13.8 CPA on alternative designs

1215 1200-9 45(2) Extension of time for completion due to abnormal rainfall.

8.4 Extension of time for completion due to abnormal rainfall.

1217 1200-10 35 Care of the works 17.2 Care of the works

1303(ii) 1300-1 General reference to GCC Applicable to FIDIC

1303(iii) 1300-1 49 Price adjustment Item 13.01(a) 13.7&13.8

Price adjustment Item 13.01(a)

1303(iii) 1300-2 49 Price adjustment Item 13.01(b) 13.7&13.8

Price adjustment Item 13.01(b)

1303(iii) 1303(iii)

1300-1 1300-2

53 53

Variations exceeding 20% Variations exceeding 20%

Not applicable to this contract Not applicable to this contract

1303 1300-2 12 Payment Item 13.01(c) 8.1 Payment Item 13.01(c)

1303 1300-2 45 Payment Item 13.01(c) 8.4 Payment Item 13.01(c)

1403(c)(ii) 1400-4 40(1) Variation for rented accommodation 13.3 Variation for rented accommodation

1505 1500-3 40(1) Variation for temporary drainage 13.3 Variation for temporary drainage

Item 15.08 1500-8 48 Payment of Provisional Sum 13.5 Payment of Provisional Sum

Item 15.09 1500/8 48 Payment of Provisional Sum 13.5 Payment of Provisional Sum

Item 15.11 1500-8 48 Payment of Provisional Sum 13.5 Payment of Provisional Sum

Note (2) 3100-4 40 Payment for prospecting for materials 13.5 Payment for prospecting for materials

3204(b)(iii) 3200-2 40 Payment for oversize material 13.3 Payment for oversize material

3303(b) 3300-2 2 Engineer’s decisions, with reference to materials classification

3 Engineer’s decisions, with reference to materials classification

Item 44.06 4400-3 General reference to GCC, PC Sums 13.5 Provisional Sums in FIDIC

Item 45.06 4500-3 General reference to GCC, PC Sums 13.5 Provisional Sums in FIDIC

5803(c) 5800-3 40 Variation, for landscaping 13.3 Variation, for landscaping

5805(d) 5800-4 40 Variation, for grassing 13.3 Variation, for grassing

Item 58.10 5800-10 48 Payment for Extra Work 13.5 Payment for Extra Work

8103(c) 8100-1 40 Variation, for testing material 13.3 Variation, for testing material

Item 81.02 8100-26 General reference to GCC, Provisional Sums

Applicable to FIDIC, Provisional Sums

Item 81.03 8100-26 22 Clearance of site on completion, with reference to core drilling

11.11 Clearance of site on completion, with reference to core drilling

Page 134: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-173

B1155 WORK IN RESTRICTED AREAS

Add the following:

“Any omission of payitems from the pricing schedule with regard to additional or extra over payment for work in restricted areas should be regarded as deliberate and any additional cost incurred shall be included in the bulk rates tendered. (Refer also to clause B1209(g))”

Add the following clauses: “B1156 OTHER DEFINITIONS

The COLTO Standard Specifications for Roads and Bridge Works for State Road Authorities (1998 edition) has been written for all contractors, employers and engineers. Similarly, the works and the site are not defined and the general nature of the entities and elements that collectively constitute construction under a contract are characterized by the use of lower case letters throughout. These project specifications continue to use lowercase spellings in order to avoid the appearance of the capitalised and non-capitalised words to describe or prescribe the same elements of work required on this project. However, for the purposes of this contract the following definitions shall apply: Contractor The Contractor and the contractor is the same persona defined under clause 1.1.2.3 of the FIDIC Conditions of Contract, but who will only be formally identified by the completed Form of Acceptance C1.1.2 in this document and which will be bound into the final contract document. Employer The Employer and employer is the same persona and is defined in C1.2.2 Contract Data, and clause 1.1.2.2 of the FIDIC Conditions of Contract. Engineer The Engineer and engineer is the same persona and is defined in the C1.2.2 Contract Data, and clause 1.1.2.4 of the FIDIC Conditions of Contract. Site The site is defined in clause 1.1.6.7 of the FIDIC Conditions of Contract. It is bound by the limits of construction as shown in the drawings or the title of the project and extends to also include the following:

Areas outside the construction zone areas where accommodation of traffic is placed.

All borrowpits defined in the applications approved by the relevant Department of Minerals and Energy.

All haul roads constructed by the contractor for purposes of access.

Any non-adjacent sites specified in the contract documentation.

The contractors and his subcontractors camp sites

Works The works is described in Part C4 of this document and is as defined in clause 1.1.5.8 of the FIDIC Conditions of Contract and prescribed in Sections B, C, D & E of this Volume. Prime cost Is a specific type of Provisional Sum for which payment is made on the production of invoices showing the cost price of the implementation or installation of the service required? Services rendered in this manner carry a mark-up for which a rate is offered at tender stage to cover all the tenderer’s handling, supervision and liability costs and profit in providing the item or services. Provisional Sum Is a sum which is specified in the contract as a provisional sum, for the execution of any part of the works or the supply of plant, materials or services under sub-clause 13.5 (Provisional sums).

Page 135: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-174

B1157 LANE OCCUPATION LEVY

Lane occupation is a charge levied by the Employer for use of its asset outside of times to which the contractor has committed himself through the original construction programme in terms of clause 8.3 of the FIDIC Conditions of Contract. The levy shall be applied each day, or part thereof, for the duration of the contractor’s unauthorised extended occupation of ramps or carriageway lanes to complete the required work. The levy shall be payable by the contractor in each and every month that it occurs, and shall be deducted from the amount due to the contractor on the relevant monthly payment certificates. The same levy shall be applied whenever during the Defects Notification Period the contractor is required to undertake repairs to defective work. The levy shall be applied at the rate stated in the appendix to tender and will be commensurate with the reduction in service levels imposed on road users by the contractor’s extended occupation.

B1158 SABS SPECIFICATIONS

Where reference is made in this specification or the standard specifications to SABS specifications, the latest published national standard shall be applicable. Use: https://www.sabs.co.za/content/uploads/files/SABS%20Catalogue%20February%202012%20(abridged).pdf for the most up-to-date versions of the various standards.

B1159 AGGREGATE SIZE

Where reference is made in this specification or the standard specifications to aggregate size, nominal aggregate size or maximum aggregate size, the aggregate size as listed shall be replaced with the new corresponding aggregate size as indicated in the following table:

Aggregate size New aggregate size

26,5 28

19 20

13,2 14

9,5 10

6,7 7

4,75 5

2,36 2

1,18 1

B1160 COMPACTION

In December 2017 the THM1 will cease to exist and be replaced by SANS 3001. In preparation for this change-over, SANRAL has already adopted the new test methods and all site Laboratories are required to perform testing according to the SANS 3001 test methods. Therefore, the standard for compaction efforts should change from Modified AASHTO Density as per TMH1 Test Method to Maximum Dry Density (MDD) as per SANS 3001. Where reference is made to compaction or of Modified AASHTO Density in the tender documentation or the standard specifications or wherever there is conflict between the tender documentation and the standard specifications, the SANS 3001 specification and terminology shall govern.”

Page 136: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-175

SECTION B1200: GENERAL REQUIREMENTS AND PROVISIONS B1202 SERVICES Add the following first paragraph:

“All reference to services in this clause shall also mean utility services as well as traffic monitoring devices such as Comprehensive Traffic Observation (CTO), Speed Measuring Device (SMD) and Weigh-in-Motion (WIM) stations.” In the final paragraph, replace “clause 15” in the second line with “clause 8.3” In the second paragraph, delete the word “utility” at the end of the second line. In the final paragraph delete the second and third sentences starting with ‘Should’ and replace with the following: “Table B1202/1 lists all known services on the site. Those requiring removal, realignment or temporary replacement are indicated within the table with an asterisk. However, before any work can commence the contractor shall verify the actual position of each service and bring to the attention of the engineer any service that is not recorded. As the contractor is not authorised to remove or replace these facilities he shall:

i) Give preliminary notice, in writing to the relevant service provider, that the services

on the site will require removal or protection prior to works being carried out in the vicinity of each station. The contractor shall advise the service provider of

a) The number of services, their locations and station ID numbers and b) The proposed dates when work will commence in the vicinity of each service.

ii) In addition to the above preliminary notice, give the service provider 14 days written

notice of the intention to commence work in the vicinity of each facility.

iii) Upon completion of the work in the vicinity of each facility, the contractor shall notify the service provider, in writing, that work is complete and the service may be reinstated.

Any delay resulting from the removal/replacement of a service shall not be the subject of a potential claim, unless the contractor can demonstrate that every effort has been made to timeously request and/or apply for the removal/replacement of the said service. In addition, the contractor shall be deemed to have employed the services of the service provider as a subcontractor for purposes of removing and/or replacing the relevant service. TABLE B1202/1: LIST OF KNOWN SERVICES

Chainage Position Service type Identity

number Action

A94 (R721)

km 0,542* Underground 110 Ø Electr. None None

km 0.542* Underground 110 Ø Telkom None None

km 0.532* Underground Stormwater None None

km 0.342* Underground 350 Ø Water None None

Overload control centre Road

-0,061 Underground 55 Ø Telkom None None

-0,052 Underground Sewer line None None

-0,042 Underground Stormwater None None

-0,029 Underground 75 Ø Electr. None None

-0,028 Underground Water line None None

0,001 Underground Sewer line None None

0,005 Underground 75 Ø Electr. None None

0,028 Underground Subsoil Drain None None

0,178 Underground Subsoil Drain None None

0,487 Underground Water line None None

Page 137: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-176

The CTO service provider is: Mikros Traffic Monitoring (Pty) Ltd P O Box 6956 HALFWAY HOUSE 1685 Tel: (012) 804 1710 or 086 111 5393 Fax: (012) 804 4716

Any cost of repairs, replacement and/or installation of the stations and equipment resulting from the contractor’s negligence or unauthorised action shall be to the contractor’s account.”

B1204 PROGRAMME OF WORK

a) General requirements

Add the following as a continuation of the first paragraph: “In drawing up the programme the contractor shall make allowance for the following:

i) All special non-working days defined in the Contract Data.

ii) The expected delays defined in B1215: Extension of time resulting from

inclement weather as a terminal float.

iii) The following embargo hours and days: N/A

iv) The following restricted working conditions: - During the contractor’s annual shutdown period between December

and January, the contractor shall maintain two-way traffic within the contract limits.

- The Traffic Control Centre will not be operational during construction period.

v) Meeting the requirements of the Environmental Management Plan (EMPl).

vi) The time needed for preparation and approval of the various mix designs

specified in the relevant construction sections of the Scope of Works.

This initial programme shall realistically account for the forecast cashflow within the defined contract period, and as provided on Form D7: Schedule of Estimated Monthly Expenditure. An illustrative programme is shown below. The contractor shall not slavishly copy this programme, which is provided to illustrate that the required work can be realistically programmed within the contract period at the estimated cost. If an alternative contract period is offered, the contractor shall submit a separate programme with the alternative tender.”

b) Programme of work for rehabilitation work

In the first sentence of the second paragraph after “……in the project specifications, ”, insert the following: “on the quantities contained in the Pricing Schedule (Part C2),”

Insert the following paragraphs: “c) Additional programme requirements

In addition to the requirements of clauses B1204(a) and B1204(b), and of clause 8.3 of the FIDIC Conditions of Contract, the programme of work shall include the following details: (i) A work breakdown structure that identifies all major activities. (ii) Scheduled start and end dates for each activity. (iii) Linkages between activities that clearly identify sequence, floats and critical

path.

Page 138: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-177

(iv) Intended working hours and resource allocations (plant and labour). (v) Production rates. (vi) Monthly cashflow projections. (vii) Key dates in respect of information required or due delivery.” (viii) The contractor’s payment weekends (ix) A risk assessment schedule with mitigating plans of issues that could prevent

the due completion date being met.

Should the engineer require an electronic version of the programme for review purposes, the contractor shall supply the programme in a format compatible with the engineers software.

“d) Programme revisions

The programme will be reviewed at the monthly site meetings at which the contractor shall provide sufficient detail that will allow the comparison of completed work per activity against the current programme. The contractor shall indicate what resources and programme changes he intends to implement in order to remedy any activity that has fallen behind. The engineer may demand from the contractor a major revision of the programme. Such a revision shall be submitted for comment within 14 days of the demand.”

B1205 WORKMANSHIP AND QUALITY CONTROL

Insert the following heading after the title: “a) General: Insert the following as sub-clauses after the first paragraph: b) Quality Systems

The contractor shall implement a quality assurance system that replicates an ISO 9002 and appoint a quality manager who shall ensure that members of the contractor’s staff comply with the requirements of the quality system. The quality system and the methods used to implement it shall be described in a quality plan produced by the contractor. The quality manager shall be resident on site full time. The contractor shall submit the quality assurance system he proposes using to the engineer, for his approval, within two weeks of the site handover. The system shall record the lines and levels of responsibility and indicate the method by which testing procedures will be conducted. Once accepted by the engineer the contractor shall not deviate from it unless written notification of proposed changes have similarly been submitted and approved. The system shall provide for a method statement for each construction activity for which a pay item is provided in the Pricing Schedule. Each method statement shall be submitted to the engineer for his approval two weeks prior to commencement of the activity. Where appropriate the contractor shall make use of the employer’s manuals in preparing his method statements. No construction activity shall commence before the engineer has approved the contractor’s quality assurance system.”

Page 139: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-178

REFER TO ATTACHED ILLUSTRATIVE PROGRAMME

Page 140: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

ID NotesTask Name Duration Start Finish Predecessors Task

Mode

1 NRA N001-170-2011-2 Kroonstad TCC 314 days Fri 12 May '17 Wed 25 Jul '18

2 Establishment 2 wks Fri 12 May '17 Thu 25 May '17

3 Roadworks - R721: 304 days Fri 26 May '17 Wed 25 Jul '18

4 ROADWORKS - R721 LT side: 171 days Fri 26 May '17 Fri 19 Jan '18

5 CLEARING AND GRUBBING 5 days Fri 26 May '17 Thu 01 Jun '17 2

6 DEMOLISH EXISTING DRAINS 5 days Fri 02 Jun '17 Thu 08 Jun '17 5

7 Mass earthworks 13 days Fri 09 Jun '17 Tue 27 Jun '17

8 Milling 520mm deep 4 days Fri 09 Jun '17 Wed 14 Jun '17 6

9 Cut to stockpile 2 days Thu 15 Jun '17 Fri 16 Jun '17 8

10 Removal of unsuitable material 2 days Mon 19 Jun '17 Tue 20 Jun '17 9

11 Roadbed preparation 5 days Wed 21 Jun '17 Tue 27 Jun '17 10

12 Roadworks 110 days Wed 28 Jun '17 Tue 28 Nov '17

13 Lower SSG 5 days Wed 28 Jun '17 Tue 04 Jul '17 11

14 Upper SSG 5 days Wed 05 Jul '17 Tue 11 Jul '17 13

15 Subbase 10 days Wed 12 Jul '17 Tue 25 Jul '17 14

16 CRCP base 90 days Wed 26 Jul '17 Tue 28 Nov '17

17 Reinforcing and shuttering 85 days Wed 26 Jul '17 Tue 21 Nov '17 15

18 Concrete to CRCP base 85 days Wed 02 Aug '17 Tue 28 Nov '17 17SS+5 days

19 Stormwater 17 days Wed 12 Jul '17 Thu 03 Aug '17

20 Drain surface bedding prep 2 days Wed 26 Jul '17 Thu 27 Jul '17 15

21 Concrete to v-drains 5 days Fri 28 Jul '17 Thu 03 Aug '17 20

22 Excavations for pipe culvert 2 days Wed 12 Jul '17 Thu 13 Jul '17 14

23 Bedding and pipe laying 2 days Fri 14 Jul '17 Mon 17 Jul '17 22

24 Road marking 10 days Mon 08 Jan '18 Fri 19 Jan '18

25 Pre-marking 5 days Mon 08 Jan '18 Fri 12 Jan '18 16FS+28 days

26 Road marking 5 days Mon 15 Jan '18 Fri 19 Jan '18 25

27 Finishing the road reserve LT 10 days Wed 29 Nov '17 Tue 12 Dec '17 18

28 ROADWORKS - R721 RT side: 171 days Wed 29 Nov '17 Wed 25 Jul '18

29 CLEARING AND GRUBBING 5 days Wed 29 Nov '17 Tue 05 Dec '17 16

30 DEMOLISH EXISTING DRAINS 5 days Wed 06 Dec '17 Tue 12 Dec '17 29

31 Mass earthworks 13 days Wed 13 Dec '17 Fri 29 Dec '17

32 Milling 520mm deep 4 days Wed 13 Dec '17 Mon 18 Dec '17 30

33 Cut to stockpile 2 days Tue 19 Dec '17 Wed 20 Dec '17 32

34 Removal of unsuitable material 2 days Thu 21 Dec '17 Fri 22 Dec '17 33

35 Roadbed preparation 5 days Mon 25 Dec '17 Fri 29 Dec '17 34

36 Roadworks 110 days Mon 01 Jan '18 Fri 01 Jun '18

37 Lower SSG 5 days Mon 01 Jan '18 Fri 05 Jan '18 35

38 Upper SSG 5 days Mon 08 Jan '18 Fri 12 Jan '18 37

39 Subbase 10 days Mon 15 Jan '18 Fri 26 Jan '18 38

40 CRCP base 90 days Mon 29 Jan '18 Fri 01 Jun '18

41 Reinforcing and shuttering 85 days Mon 29 Jan '18 Fri 25 May '18 39

42 Concrete to CRCP base 85 days Mon 05 Feb '18 Fri 01 Jun '18 41SS+5 days

43 Stormwater 17 days Mon 15 Jan '18 Tue 06 Feb '18

44 Drain surface bedding prep 2 days Mon 29 Jan '18 Tue 30 Jan '18 39

45 Concrete to v-drains 5 days Wed 31 Jan '18 Tue 06 Feb '18 44

46 Excavations for pipe culvert 2 days Mon 15 Jan '18 Tue 16 Jan '18 38

47 Bedding and pipe laying 2 days Wed 17 Jan '18 Thu 18 Jan '18 46

48 Road marking 10 days Thu 12 Jul '18 Wed 25 Jul '18

49 Pre-marking 5 days Thu 12 Jul '18 Wed 18 Jul '18 40FS+28 days

50 Road marking 5 days Thu 19 Jul '18 Wed 25 Jul '18 49

51 Finishing the road reserve RT 10 days Mon 04 Jun '18 Fri 15 Jun '18 42

52 ROADS AND SITE WORKS (EXCL. R721): 170 days Fri 26 May '17 Thu 18 Jan '18

53 EXCAVATION 20 days Fri 26 May '17 Thu 22 Jun '17 2

54 IN-SITU COMPACTION 15 days Fri 09 Jun '17 Thu 29 Jun '17 53FS-2 wks

55 LAYER WORKS 50 days Fri 23 Jun '17 Thu 31 Aug '17 54FS-1 wk

56 CONCRETE ROAD AND HOLDING AREA 80 days Fri 18 Aug '17 Thu 07 Dec '17 55FS-2 wks

57 FENCING 20 days Fri 01 Sep '17 Thu 28 Sep '17 56SS+2 wks

58 ASPHALT PAVING 20 days Fri 10 Nov '17 Thu 07 Dec '17 56FS-4 wks

59 ROAD MARKING 10 days Fri 08 Dec '17 Thu 21 Dec '17 58

60 FINISHING ROAD AND RESERVE 20 days Fri 22 Dec '17 Thu 18 Jan '18 59

61 ADMINISTRATION BUILDING: 20 days Fri 26 May '17 Thu 22 Jun '17

62 DRY WALLING 10 days Fri 26 May '17 Thu 08 Jun '17 2

63 PLUMBING 5 days Fri 02 Jun '17 Thu 08 Jun '17 62FS-1 wk

64 PAINTING AND FINISHING 15 days Fri 02 Jun '17 Thu 22 Jun '17 62FS-1 wk

65

66 WEIGHBRIDGE OFFICE: 65 days Fri 26 May '17 Thu 24 Aug '17

67 CLEAR SITE 5 days Fri 26 May '17 Thu 01 Jun '17 2

68 EXCAVATION 10 days Fri 02 Jun '17 Thu 15 Jun '17 67

69 FOUNDATION & RAFT 15 days Fri 09 Jun '17 Thu 29 Jun '17 68FS-1 wk

70 BRICKWORK 20 days Fri 30 Jun '17 Thu 27 Jul '17 69

71 PLUMBING 15 days Fri 21 Jul '17 Thu 10 Aug '17 70FS-1 wk

72 PAINTING AND FINISHING 15 days Fri 04 Aug '17 Thu 24 Aug '17 71FS-1 wk

73 ELECTRICAL WORKS 15 days Fri 04 Aug '17 Thu 24 Aug '17 71FS-1 wk

74

75 PUBLIC TOILETS: 25 days Fri 30 Jun '17 Thu 03 Aug '17

76 BRICKWORK 10 days Fri 30 Jun '17 Thu 13 Jul '17 69

77 PLUMBING 10 days Fri 07 Jul '17 Thu 20 Jul '17 76FS-1 wk

78 PAINTING AND FINISHING 15 days Fri 14 Jul '17 Thu 03 Aug '17 77FS-1 wk

79

80 CULVERTS: 55 days Fri 15 Sep '17 Thu 30 Nov '17

81 EXCAVATION 10 days Fri 15 Sep '17 Thu 28 Sep '17 55FF+4 wks

82 BEDDING 15 days Fri 22 Sep '17 Thu 12 Oct '17 81FS-1 wk

83 FLOOR SLAB 15 days Fri 06 Oct '17 Thu 26 Oct '17 82FS-1 wk

84 PIPE/BOX LAYING 15 days Fri 20 Oct '17 Thu 09 Nov '17 83FS-1 wk

85 WINGWALL 15 days Fri 03 Nov '17 Thu 23 Nov '17 84FS-1 wk

86 FINISHING 5 days Fri 24 Nov '17 Thu 30 Nov '17 85

87

88 ELECTRICAL WORKS: 170 days Fri 14 Jul '17 Thu 08 Mar '18

89 STREET LIGHTING 50 days Wed 06 Dec '17 Tue 13 Feb '18 29

90 ADMINISTRATION BUILDING 10 days Fri 19 Jan '18 Thu 01 Feb '18 60

91 WEIGHBRIDGE OFFICE 15 days Fri 16 Feb '18 Thu 08 Mar '18 90FS+2 wks

92 PUBLIC TOILETS 5 days Fri 14 Jul '17 Thu 20 Jul '17 77FS-1 wk

93 SITE LIGHTING 10 days Fri 13 Oct '17 Thu 26 Oct '17 55FS+6 wks

Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul

2nd Quarter 3rd Quarter 4th Quarter 1st Quarter 2nd Quarter 3rd Quarter

Task

Split

Milestone

Summary

Project Summary

External Tasks

External Milestone

Inactive Task

Inactive Milestone

Inactive Summary

Manual Task

Duration-only

Manual Summary Rollup

Manual Summary

Start-only

Finish-only

Deadline

Critical

Critical Split

Progress

Page 1

Project: Program N001-170-2011-

Date: Thu 02 Feb '17

Page 141: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-179

B1206 THE SETTING OUT OF WORK AND PROTECTION OF BEACONS

Replace “clause 14” in the first paragraph with “clause 4.7” Add the following at the end of the fourth paragraph: “Road markings, particularly the divergent/convergent lines of ramp interchanges and no overtaking barriers are also elements of the road that require proper setting out. The contractor shall prove to the engineer that critical reference points have been satisfactorily recorded for later reinstallation before any work commences that will obliterate the existing markings.” Delete “and of clause 14 of the general conditions of contract” in the sixth paragraph. Add the following paragraph: “The contractor shall take care that property beacons, trigonometrical survey beacons or setting-out beacons are not displaced or destroyed without the consent of the engineer. Property beacons and trigonometrical survey beacons that have been displaced or destroyed shall be replaced by a registered land surveyor, who shall certify such replacement. The cost of replacing all beacons displaced or destroyed during the course of the contract without the consent of the engineer shall be the contractor’s responsibility and included in the tender rates”.

B1207 NOTICES, SIGNS AND ADVERTISEMENTS

Delete the third paragraph and replace with the following: “All signboards erected in accordance with the drawings shall be removed at the same time as the de-establishment of the contractor’s camp. Payment under subitem 13.01 for the final instalment of 15% of the tendered lump sum shall not be made unless all the advertisements, notices and temporary signs have been removed. A typical signboard layout is shown in Volume 4.

B1209 PAYMENT

b) Rates to be inclusive

Add the following to the first paragraph: “VAT shall be excluded from the rates.” Insert the following after “constructional plant” in lines 6 and 7 of the first paragraph: “(distinguishing between operational costs and hire costs)”.

c) The meanings of certain phrases in payment clauses

Procuring and furnishing ... (material) Add the following: “Payment for procuring and furnishing material from commercial sources shall include all transport costs, irrespective of distance hauled”.

e) Materials on the site

Replace “clause 52” in the first line with “sub-clause 14.5”

Page 142: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-180

Add the following sub-clauses:

“g) Work in confined areas

Except where provided for in the specification and the Pricing Schedule no extra payment shall be made nor shall any claim for additional payment be considered for construction in confined areas. The omission of standard payitems from the schedule of quantities shall be taken to be deliberate and any additional costs incurred shall be included in the bulk rate.

h) Split quantities

Wherever in the Pricing Schedule allowance has been made to price items of work for which a product or material is uncertain and quantities split between pricing items, the Employer reserves the right to choose whichever is the most appropriate or combination thereof, regardless of any adverse effect on the Contractor’s costs and no claims for additional compensation shall be entertained.”

B1210 CERTIFICATE OF PRACTICAL COMPLETION OF THE WORKS

Amend the heading of this clause to read: “TAKING-OVER CERTIFICATE” Replace the 1st paragraph with the following: “Notwithstanding that there might be natural or programmed sections of the works that will result in them being completed in their entirety before other sections, no consideration shall be given to the issuing of taking-over certificates for parts of the works. The use of any completed roadway or parts of the work, whether for unhindered use by the public or for accommodation of traffic while other parts are being constructed, shall not constitute use or occupation by the Employer. The notice to the engineer, i.t.o clause 10.1 of the Conditions of Contract applying for a Taking-Over Certificate, shall include the contractor’s own list of what it considers to be the outstanding minor works that do not substantially affect the use of the Works. As justification that the issue of a Taking-Over Certificate is warranted the contractor shall take note that the following sections of the works are to be completed to the satisfaction of the engineer:” Add the following to sub-clause (e) before the semicolon: “(including road studs)” Add the following paragraphs after item (h): “In addition to the above itemised sections of the works and regardless of the degree of beneficial occupation by the Employer, the outstanding works contained in the lists produced by the contractor and the engineer shall be considered for taking-over only if the following criteria have been met:

(i) The estimated cost to complete the listed outstanding work is less than 2% of the

tendered value of work plus the cost of any variation or extra work orders, but excluding CPA and VAT.

(ii) The written lists of outstanding items of work can be completed within 28 days of the

lists having been issued. (iii) Any information in the contractor’s possession, which is required by the engineer

and has been requested in writing, has been supplied. (iv) The Regional Manager of the Department of Mineral Resources (DMR) has issued

written confirmation to the contractor that they are satisfied with the final shaping to all quarries, borrow pits, stockpile areas, and spoil sites used or intended to be used under this contract. In the event this written confirmation is not obtained from DMR,

Page 143: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-181

acceptance by the Environmental Assessment Practitioner (EAP) will be sufficient for the issuing of the Taking-Over Certificate.

If any of the listed criteria (i) through (iv) are not met at the date of the contractor’s notice of application, the engineer is to reject the application without providing any corresponding list of outstanding work. If an application is rejected, the contractor shall rectify what has been identified as deficient before submitting a new notice of application.”

B1213 VARIATION FROM SPECIFIED NOMINAL RATES OF APPLICATION OR NOMINAL

MIX PROPORTIONS

Amend the last line of the second paragraph to read as follows: “… materials, condition of the site and cement type (in order to comply with the durability requirements described in sub-clause B6404(h).”

B1214 CONTRACTOR’S ACTIVITIES IN RESPECT OF PROPERTY OUTSIDE THE ROAD

RESERVE AND OF SERVICES MOVED, DAMAGED OR ALTERED

Add the following to the last paragraph of subclause (d): "These written statements shall be handed to the engineer before the final certificate will be issued. Failing to obtain these written statements from all landowners and authorities concerned, the Defects Notification Period will be extended including all conditions related to such an extension, until such time that all these statements are obtained. The obtaining of any such written statements will not relieve the contractor of the execution of any of his obligations to the satisfaction of the landowner or authority concerned, and to the approval of the engineer." Under sub-clause (e) replace the opening paragraph with: “Should the contractor use land not provided by the Employer for the purpose of his own establishment, engineer’s offices and laboratory, or storing of equipment or materials required for construction or disposal, it shall be subject to the following:” and add the following sub-sub-clauses:

“(vi) That lease agreements are concluded with the owner or owners of such land for the

full period that such areas are required. The leases shall provide for possible extensions to match the duration of the contract. The lease agreements shall also provide for the contract being terminated by contractor’s default or liquidation and the resulting possibility for them to be taken over by a succeeding contractor.

(vii) That copies of lease agreements shall be submitted to the engineer prior to signature

by the signing parties, and copies lodged with the engineer after signing. Notwithstanding the engineer’s approval of the conditions of a lease the contractor shall be solely responsible for adhesion to the terms of the agreements.

(viii) Adherence to the principles of the environmental management plan and legal

obligations”

Add the following sub-clause:

“f) Cleaning of public roads

Where material is spilled on public roads during the haul of material, the road shall be cleaned immediately.”

Page 144: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-182

B1215 EXTENSION OF TIME RESULTING FROM ABNORMAL RAINFALL

Change the existing heading of clause 1215 to read as follows: “EXTENSION OF TIME RESULTING FROM INCLEMENT WEATHER” and replace this clause with the following:

“Delays caused by inclement weather events may be considered as extension to the time for completion only if the engineer agrees that the event (and not the consequence of the event) occurred during the working hours of a working day (based on a twenty three (23) day working month) within the contract period and caused all progress on an item or items of work on the critical path of the contractor’s approved programme (including revisions thereof) brought to a halt. Each day, or portion of a day so agreed will accrue as ‘n’ days of delay over the duration of the contract. The summary of accrued agreed ‘n’ delays shall be recorded at each site meeting. In the case of the inclement weather event being rainfall, no limitation is placed on the quantity, severity or duration of the event as being the cause of delay except, if it is an exceptional climatic condition then it shall not be measured as a delay event under this clause, but shall be considered for delay under the general conditions of contract clause 8.4. Expressly excluded from the measurement of ‘n’ days are consequential delays, which are taken to mean delays to critical path activities attributable to the weather event but occurring after (i.e. outside of and distinctly separate from) the duration of the weather event itself. The contractor shall make provision in his approved programme (including revisions thereof) of work for expected N working days caused by inclement weather. This provision shall be shown as a terminal float on the approved programmes. Any extension to the time for completion caused by inclement weather delays will only apply once the agreed cumulative ‘n’ delays exceed N = ∑n days. On this contract N = 15. Table B1215/1 below is provided for demonstration purposes only. It shows the average number of days on which rainfall events of >10mm has occurred at Kroonstad weather station (weather station number 036 539 88; GPS position S270 37’ 58.8” and E270 13’ 58.8”). The data obtained from this station spans from the year 2000 up to 2013. The station has been chosen as it is considered to be sufficiently close to the site to be representative of what the contractor could expect during the contract. The full weather station record is included in Part C4: Site Information. The contractor may apply this record to any claim for weather delays that fall outside the prescripts of this clause and within the terms of the general conditions of contract. Table B1215/1 also records the average ‘other’ inclement weather event days that the contractor could expect to encounter and cause delay. These have been derived from previous experience of wind and temperature influence on similar construction in the area of the site. ‘Other’ events could be extreme cold or heat, snow, wind or ice but are not limited to these. From Table B1215/1 it will be noted that the sum of average rain and other delays measured over the contract duration is 20,5 days (over a 15 month period) yet the contractor is instructed to allow N = 15 days in his approved programme (including revisions thereof). The reduction indicates the extent of the Employer’s share of the overall risk attaching to delays caused by inclement weather. TABLE B1215/1: AVERAGE DELAYS DUE TO INCLEMENT WEATHER

Month Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Total

Average rain days 3 (3) 1 2 0.5 0.5 0.5 0 0.5 0.5 1 2 4 (2)

15,5 (13,5)

Average other days 0 0 0 0 0 0 1 1 0 0 0 0 2

* The figures shown in brackets are the average days of rain expected in December/January but reduced to take account of the standard construction break over the Christmas/New Year period.

If approved extensions of time extend the completion date beyond the start of the Christmas shut-down as defined in the Appendix to Tender, the holiday period shall not be considered as working days. Any remaining extension of time shall be calculated from the first working day in January the following year.”

Page 145: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-183

B1219 WATER

Add the following: “Water for use on site other than municipal, shall be subject to the required permit from Department of Water Affairs (DWA). This shall include such extraction points as rivers, dams, streams, and boreholes. Use Table B1219 below to determine the suitability of water for construction purposes.

TABLE B1219: WATER CLASSIFICATION FOR CONSTRUCTION: TESTING

Water Quality Classification Code

H0 H1 H2 H3 H4 H5

Property Unit Pure water (AR)

Clean water (Rain)

Treated water (Municipal)

Silty (muddy) water with low salt content

Highly mineralised chloride sulphate water (brackish)

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

Method

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

Dissolved solids*

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

Total hardness*

- None None Temporary

Temporary

Permanent - SABS 215 SM 215 – 1971

Suspended matter

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

Electrical conductivity

mS/m 0 200 200 500 - - SABS 1057 SM 1057 – 1982

Sulphates (SO4)

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

Chlorides (Cl) ppm 0 500 1000 3000 5000 - SABS 202 SM 202 – 1983

Alkali Carbonates (CO3) & Bicarbonates (HCO3)

ppm 0 500 1000 1000 2000 - SABS 241 – 1999

Sugar - Negative Negative Negative Negative Negative - SABS 833

Quality of water required

Untreated layer works

Investigate the effect on the quality of the material

Chemically treated layer works

Investigate the effect on the quality of the material

Concrete mass

Investigate the effect on the quality of the material

Concrete prestressed

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

Slurry & emulsion

Soil/gravel tests

Chemical or control tests

A primary property. The quality of the water is that quality where all three of the primary properties are within the limits.

The tabulated single values are maximum value except in the case of the pH value for pure water, which must be 7.0

Page 146: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-184

B1224 THE HANDING OVER OF THE ROAD RESERVE

Add the following paragraph: “The road reserve within the defined limits of the contract falls within the limits of another contract that has already been let to a routine maintenance contractor who is obliged to conduct regular maintenance on the route on which this contract is sited. The contractor’s responsibility for maintenance shall be restricted to the surfaced road widths within the limits of this contract, including the surfaced road widths of interchange ramps and overpasses. Any potholes or other failures which occur in the road surface shall be repaired by the contractor within 24 hours after first being noted, the contractor shall recover his costs for the execution of maintenance works through the payment items provided under section 1500. The Routine Road Maintenance Contractor’s details are as follows: Sanral to provide: Route Manager: Bovicon Consulting Engineers Mr. Herman Schoeman Tell no.: 051-522 4314/ 082 374 6509 Contractor: Razzmatazz Civil Mr. Lourens Els Tel no.: 051-441 7568/ 072 380 7589 The contractor shall take over the maintenance responsibility on the date of handover but may liaise with the routine maintenance contractor by arranging a transition period immediately after the hand-over of the site to allow sufficient time to muster his resources required for routine maintenance of the road. However, the transition period may not extend beyond the contractual starting time defined in sub-clause 8.1 of the FIDIC Conditions of Contract and C1.2.2 Contract Data.”

B1229 SABS CEMENT SPECIFICATIONS

Delete this clause. Add the following clauses:

“B1230 MATERIALS

(a) General

The contractor, when using materials that are required to comply with any standard specification, shall, if so ordered, furnish the engineer with certificates showing that the materials do comply with this specification. Where so specified, materials shall bear the official mark of the appropriate authority. Samples ordered or specified shall be delivered to the engineer's office on the site free of charge. Where materials are specified under trade names tenders must be based on these materials. Alternative materials may be submitted as alternative tenders and the engineer may, after receipt of tenders, approve the use of equivalent materials. The tender must be clearly marked as an alternative tender, failing which the tender may be rejected. Unless otherwise specified, all proprietary materials shall be used and placed in strict accordance with the relevant manufacturer's current published instructions. Agrément certified products shall be used and placed in accordance with its Agrément certification criteria. Unless anything to the contrary is specified, all manufactured articles or materials supplied by the contractor for the permanent works shall be unused.

Page 147: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-185

Any materials excavated or present on the site or within the road reserve, or in borrow areas shall not become the property of the contractor, but will be at his disposal only in so far as they are approved for use on the contract, unless otherwise indicated in the project specification. Existing structures on the site shall remain the property of the Employer and except as and to the extent required elsewhere in the contract, shall not be interfered with by the contractor in any way. Materials to be included in the works shall not be damaged in any way and, should they be damaged on delivery or by the contractor during handling, transportation, storage, installation or testing they shall be replaced by the contractor at his own expense. All places where materials are being manufactured or obtained for use in the works, and all the processes in their entirety connected therewith shall be open to inspection by the engineer (or other persons authorised by the engineer) at all reasonable times, and the engineer shall be at liberty to suspend any portion of work which is not being executed in conformity with these specifications. The contractor shall satisfy himself that any quarry selected for use provides the necessary mined material in accordance with the specification.

(b) Banned materials

No tar fluid products shall be used in the construction works. B1231 MIX DESIGNS

Before commencing with certain construction activities, the contractor shall, except where specified otherwise in the relevant construction sections in the Scope of Works, apply the following procedures with regards to mix designs: - Taking and submitting samples of the relevant materials. - Undertake the required mix design(s) or allow the engineer to undertake them. - Produce, where required, laboratory, production/plant and/or trial mix(es). - Undertake the required adjustments to the mix design(s) and reproduce required

laboratory, production/plant and/or trial mix(es). - Complete trial section(s) where required. - Await the engineer’s approval of the mix design(s) and trial section(s).

B1232 MEASUREMENT AND PAYMENT

Item Unit B12.01 Protection, removal, realignment and replacement of services

(a) Traffic monitoring stations

(i) The removal, protection and replacement

of CTO, SMD and WIM installations ............................... prime cost (PC) sum

(ii) Handling cost and profit in respect of subitem B12.01(a)(i) ............................................................ percentage (%)

The prime cost item shall be paid in accordance with the provisions of sub-clause 13.5 of the FIDIC Conditions of Contract. The tendered percentage is a percentage of the amount actually spent under the prime-cost item, which shall include full compensation for the profit in connection with providing the specified service. Payment for the supply and installation of the replacement WIM system is specified in Section 5.8 in Schedule C of the Bill of Quantities.

(b) Surface Mount Single Direction Manual Spikes and Boom

(i) The supply and installation of surface mount single direction manual

Page 148: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-186

spikes and boom ............................................................. prime cost (PC) sum

(ii) Handling cost and profit in respect of subitem B12.01 (b)(i) .... percentage (%) Expenditure under subitem (i) shall be made in accordance with the general conditions of

contract, sub-clause 13.5, for the supply and installation of a Surface Mount Single Direction manual Spikes and Boom by a nominated sub-contractor. The percentage tendered under subitem (ii) shall include full compensation and profit for providing assistance and co-ordination of the works to the nominated sub-contractor.

(c) Provision of Mechanical and Electrical Brake Tester

(i) Design, manufacture, assemble, supply, install and commission of the Mechanical and Electrical for a Brake Tester ............................................... prime Cost (PC) sum

(ii) Handling cost and profit in respect of subitem B12.01(c)(i) ............... percentage (%) Expenditure under subitem (i) shall be made in accordance with the general conditions of

contract, sub-clause 13.5, for the installation of a Brake Tester by a nominated sub-contractor. The percentage tendered under subitem (ii) shall include full compensation and profit for providing assistance and co-ordination of the works to the nominated sub-contractor.

(d) Cleaning out of existing septic tank and sewer lines................................ Lump Sum

The unit of measurement shall be the lump sum and shall include full compensation for the cleaning out of the existing septic tank and sewer lines as well as the removal and disposal of the sewer sludge from the system at a municipal approved site.

(e) Existing 350 mm diameter water line (to the northwest of the TCC site)

(i) Protection/ alteration/ deviation of the existing 350 mm diameter

water line ................................................................................... prime cost (PC) sum (ii) Handling cost and profit in respect of subitem B12.01(e)(i) .............. percentage (%) The prime cost item shall be paid in accordance with the provisions of sub-clause 13.5 of

the FIDIC Conditions of Contract. The percentage tendered under subitem (ii) shall include full compensation and profit for providing assistance and co-ordination of the works to the nominated sub-contractor.

Add the following clauses:

“B1233 WORK TO BE DONE BY NOMINATED SUBCONTRACTORS

a) Electrical Works

Part of the electrical works will be carried out by a nominated subcontractor still to be appointed, while some other works will have to be done by the main contractor. The nominated subcontractor will be responsible for the following works:

All cable work included excavation, backfilling and connections to the streetlights, mini substations and other as required, but excluding sleeves.

The supply, delivery and installation of mini substations complete.

The supply, delivery, installation and commissioning of lighting poles and masts excluding the foundation bases for sections where the F-Shape barriers are provided.

Removal of existing light fittings and poles as well as existing overhead line poles, and delivery to stores of the relevant municipality.

Termination of existing overhead lines and delivery of redundant material to stores of the relevant municipality.

Page 149: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-187

The main contractor will be responsible for:

Installation of sleeves by excavating and backfilling and proofing.

Installation of sleeves by drilling underneath existing roads and proofing.

Provision draw wires in all sleeves,

Complete construction of concrete bases for the lighting poles and masts for F-Shape barrier sections.

Construction of manholes for the electrical cables where required.

Accommodation of traffic, including the provision and erection of temporary road signs.

The nominated subcontractor will be paid according to rates in his subcontract, for which a provisional sum has been provided in the Pricing Schedule. The main contractor will be paid an overhead charge on the cost of electrical works completed by the nominated subcontractor. Works relating to the electrical requirements and constructed by the main contractor, will be paid in other items elsewhere in the Pricing Schedule.

b) Exit Control Devices

The supply and installation of the Surface Mount Single Direction Manual Spikes at the entrance to the site as well as the supply and installation of a Boom at the exit from the site will be carried out by a nominated subcontractor still to be appointed.

The nominated subcontractor will be paid according to rates in his subcontract, for which a prime cost sum has been provided in the Pricing Schedule. The main contractor will be paid an overhead charge on the cost of the Spikes and Boom completed by the nominated subcontractor.

b) Brale Tester

The supply and installation and commission of the Mechanical and Electrical for a Brake Tester will be carried out by a nominated subcontractor still to be appointed.

The nominated subcontractor will be paid according to rates in his subcontract, for which a prime cost sum has been provided in the Pricing Schedule. The main contractor will be paid an overhead charge on the cost of the Brake Tester completed by the nominated subcontractor.

B1235 PENALTIES FOR OVERLOADING OF CONSTRUCTION VEHICLES

The contractor shall ensure that trucks used to haul construction materials are not overloaded and the legal axle loads are not exceeded. Before any construction materials can be transported, the contractor must provide the engineer with the certified carrying capacity of each truck intended for the purpose of transporting the construction materials. The contractor shall provide the engineer with a weighbridge ticket before discharging/off-loading the materials.

Any truck that is overloaded shall not be allowed to discharge/off-load its load and shall return to the depot/batching plant for adjustment of the load. In addition a penalty shall be applied for the overload.”

For the purposes of the calculation, the so called 5% grace shall not be used. The following example is provided:

Tare Weight of vehicle certified by a calibrated weighbridge = 6 tons Maximum carrying capacity certified by a calibrated weighbridge = 8 tons Gross vehicle mass = 14 tons Actual Load (Weighbridge ticket) = 14.6 tons Overload factor = 0.6 tons Contractors rate tendered under applicable payment item = R350/unit Penalty = 2 x R350/unit x 0.6 x distance hauled(km)

Page 150: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-188

= R 420.00 x distance hauled (km)”

Penalty payments will be deducted from the front page of interim payment certificates.”

Page 151: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-189

SECTION B1300: CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS B1302 GENERAL REQUIREMENTS

c) Legal and Contractual Requirements and responsibilities to the public

Add the following: “Legislation imposes mutual obligations on the Employer and contractor in the performance of their duties to society and to the built and natural environment. To assist the contractor in understanding and assessing his obligations, and thus to make allowances for the cost of compliance with this legislation, the following additional specifications are included in the project specifications. Section C of the Scope of Works contains the Environmental Management Plan (EMPl) for this project. Its provisions regulate the contractor’s construction methods to ensure responsible conduct and treatment of the environment relevant to the project. Payment subitem 13.01(f) makes allowance for the contractor to price for environmental compliance duties as well as the duties of the Designated/dedicated Environmental Officer (DEO) as prescribed in this section. Section D of the Scope of Works contains provisions that regulate the contractor’s construction methods for compliance with Government’s initiatives towards black economic empowerment. It also contains information on criteria used in the procurement process. No separate payment mechanism has been made available for the contractor to allow for his compliance with relevant black economic empowerment legislation. The contractor shall include such costs in the existing payment items under section B1303: Payment. However, non-compliance with the provisions of this section may lead to the imposition of penalties. Section E of the Scope of Works contains the specifications that regulate the contractor’s construction methods so far as to ensure health and safety of his employees and of the public. New payitem has been made available under this section to allow the contractor to make separate provision for the cost of health and safety measures during the construction process.”

Add the following subclause:

d) Monthly reporting

When submitting any information required and interim certificates for payment, the Contractor shall use the Employer’s standard forms and formats. No payment can be made before the Contractor is registered as a vendor on the Employer’s system.

The Contractor shall submit payment certificates for all work rendered in the Employer’s financial year within that specific year. The Contractor shall submit and update on a monthly basis all the appendices to the site meeting minutes and a cash flow forecast for the works.

The Contractor shall complete monthly reports regarding training, empowerment, capacity building, small contractor development, labour and staff returns and any such aspects on the Employer’s Integrated Transportation Information System (ITIS) or any other format as required by the Employer. This information shall also be reported on monthly for all sub-contractors employed. ITIS is an integrated approach to the sharing and inter-relating of technical performance information for the Employer, and relies on the Contractor following procedures to populate the system with data. ITIS currently consist of the following platforms applicable to this contract:

Page 152: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-190

ITIS Web – Web enabled portal providing online access to various functions,

workflows and reports.

ITIS Desktop – Offline data capture tool enabling the capture of information

offline, validation and then synchronisation of data with ITIS database.

The Employer then has several ITIS modules running on any of the above ITIS platforms which affect the Contractor, who will need to use some of these modules to provide the required information. The current module applicable to this contract is the Project Information Module – employment and training data. The above information shall form part of supporting documentation required for making interim payments in terms of the General Conditions of Contract.

Allowance has been made for these requirements in the Pricing Schedule under pay item B13.01(g) Monthly Reporting. Failure to comply may result in payments being withheld.

B1303 PAYMENT

Item Unit

B13.01 The contractor's general obligations

Add the following pay subitems:

“(d) Health and safety obligation ............................................................................. month (e) Environmental obligation ................................................................................. month (f) Monthly reporting cost .................................................................................... month”

Add the following sub-sub-clauses defining ‘the contractor’s general obligations’:

“(iv) Complying with the requirements and conditions of the additional specifications

relating to the Government’s Broad Based Black Economic Empowerment.” Delete the third paragraph commencing “Should the final value of the work ..................... ”. Replace “clause 49” in the 4th, 8th and 10th paragraphs with “sub-clauses 13.7 and 13.8”. In the 11th paragraph, the following amendments apply:

Insert as a new 2nd sentence “Hire costs or minimum hourly charges per month for constructional plant shall be deemed to be a part of construction time”.

Delete “received the letter of acceptance in terms of clause 12” and replace with “date of commencement in terms of clause 8.1”.

In the last line, change “clause 45” to read “clause 8.4”. Add the following at the end of the second last paragraph of the payment clause: “... Such limitations to payments shall occur whenever the contractor falls behind by more than one month on his initial approved programme, in which case the application of this payment item shall be the same as for 13.01(b) (i.e. the total price offered for 13.01(c) is treated as a lump sum). Normal application continues once the contractor’s progress has returned to within the time set for the limitation.” Add the following paragraphs: “Should the combined total tendered for subitems (a), (b), and (c) exceed 20% of the tender sum (excluding CPA, contingencies and VAT), the tenderer shall state his reasons in writing for tendering in this manner. The tenderer's attention is drawn to Form B1: Contractor’s

Page 153: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-191

Establishment on Site, (bound in this Volume), to be completed by the tenderer. If the tenderer should require additional compensation for his obligations under section 1300 (over and above the total tendered for item B13.01) by including such additional compensation in the tendered rates and/or lump sum of items in the Pricing Schedule, these items and the value of such additional compensation shall also be indicated in writing in a letter attached to Form B1. Payment of the rate per month for subitems B13.01(d), (f), (g) and (h) shall include full compensation for all the contractor’s obligations relevant to health and safety legislation, environmental compliance, monthly reporting and security on site (as per clause 4.8 and 4.22 of the FIDIC Conditions of Contract). The tendered rates for subitems 13.01(d), (f), (g) and (h) shall apply in the same manner as pay subitem B13.01(c) but shall not form part of the calculation of the restrictions imposed by Condition of Tender F.3.8(c) and Form to tender B1: Contractor’s Establishment on Site. The tendered percentage under item (e) shall be the day, or part thereof, for which the vehicle was hired and used for its intended purpose. The rate tendered shall include full compensation for the hire of the vehicle including cost of insurances, fuel, wear and tear and any other incidentals. The rate tendered for subitem B13.01(g) shall include full compensation for registering on the Employer’s project information module, compiling and capturing, monthly for the full duration of the Contract, the required information regarding training, empowerment, capacity building, targeted enterprise development, labour and staff returns. It shall further include for all personnel and other costs, disbursements, overheads and profit. A contractor who tenders zero for this payitem shall not be relieved of his statutory obligations. A nil rate offered shall be deemed not as an omission but as deliberate notice that costs have been included in the tendered rates for individual items of work or in the other preliminary and general pay items. All payitems for which the unit of measurement is "month" are deemed to be based on 23 working days per month and shall become applicable only for use in calculations of approved extensions of time in terms of the Conditions of Contract:”

Page 154: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-192

SECTION B1400: HOUSING, OFFICES AND LABORATORIES FOR THE ENGINEER’S SITE PERSONNEL B1402 OFFICES AND LABORATORIES

b) Offices

Amend sub-clause (xii) to read as follows:

“(xii) A complete telephone service capable of delivering electronic and facsimile data, together with ...”

Amend sub-clause (xvii) to read as follows:

“(xvii) A combination colour printer/copier/scanner/facsimile machine for A3 and A4

size documents.”

Add the following sub-clauses:

“(xviii) Plan holders which shall be able to accommodate 30 AO – sized drawings hanging vertically and of a robust construction to withstand continuous use over the duration of the contract.

(xix) An electric refrigerator of specified capacity. (xx) Floodlights which are to be controlled by a photocell for security purposes at

the offices and laboratory.

c) Laboratories In the second paragraph, second line substitute “drawings” with “figures included in the project document”

B1404 SERVICES

b) Water electricity and gas

Add the following to the end of the third paragraph: “The power supply shall be regulated by a suitable voltage regulator in order to maintain a constant current and voltage level at all times to prevent damage to the office and laboratory equipment and related machinery during power surges. In the event of damage to the office and laboratory equipment and related machinery because of a faulty voltage regulator, the contractor shall be liable for payment of all repair or replacement costs of such damaged items.” Add the following to the end of the fourth paragraph: “An on-site motor-alternator shall supply electricity when power from a recognized power-supply authority is not available.”

B1405 GENERAL

Add the following to paragraph (e): “In addition, the offices and laboratories shall be supplied with approved burglar proofing and the whole site shall be guarded full time during the day and night, as well as over weekends and holidays. The site shall also be fenced with a 2,4m high security fence with a razor-cut wire being used as strands or with a brick wall. The cost of this protection shall be included in item B13.01.” Add the following to paragraph (f): “The offices and any living accommodation must be separated by at least 200m.”

Page 155: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-193

B1406 MEASUREMENT AND PAYMENT

Item Unit

B14.03 Office and laboratory fittings, installations and equipment a) Items measured by number

Add the following subitems:

”(xix) Plan holder ................................................................................. number (No)

(xx) Floodlights complete with poles and 500Watt

minimum globes ......................................................................... number (No)

The tendered rate for subitem B14.03(a)(xx) shall include for the operation of the lights from sunset to sunrise for the full duration of the contract.”

Item Unit

B14.10 Provision of photostat facilities

Amend this payitem description to read “Provision of copying facilities” and in the payment prescription, amend “photocopier” to read “combination colour printer/copier/scanner/facsimile machine”.

Add the following payitem: “Item Unit B14.11 Provision of mobile outdoor weather station ........................ number (No) The unit of measurement shall be the number of units supplied and operated. The tendered rate shall include full compensation to procure, erect, operate and maintain, for the duration of the contract, a number of weather stations capable of measuring temperature, wind, chill, barometric pressure, UV levels, rainfall, wind direction and speed. The device should also have on-board storage capabilities for at least 7 (seven) days and it should include a USB PC connection with software, allowing data to be downloaded to a PC.”

Page 156: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-194

SECTION B1500: ACCOMMODATION OF TRAFFIC B1501 SCOPE

Add the following: “It is a requirement of this specification that traffic is accommodated taking into account the provisions of the latest edition of the South African Road Traffic Signs Manual (SARTSM). The latest version for use in the accommodation of traffic is volume 2, chapter 13 of the June 1999 edition. Copies of this publication are available from Government Printers –Tel: (012) 748 6000. This section also covers the provision of additional information signs for motorists and the release of any notices to the media and public.”

B1502 GENERAL REQUIREMENTS

Insert the following: “The whole of the site will be handed over to the contractor at the beginning of the contract. The sequence in which various parts of the site may be occupied by the contractor for the execution of the different items of work shall be subject to the requirements of the contract documents regarding, inter alia, working hours and the number, spacing and length of the work areas which may be occupied at any particular time. The contractor shall programme his work taking due cognizance of restrictive conditions indicated in Clause B1204. The contractor's tendered rates shall include full compensation for all possible additional costs which may arise from the above and no claims for extra payment as a result of this modus operandi will be considered. The contractor shall in particular note that no additional compensation shall be made for work that could be considered as half-width construction."

a) Safety

Replace the full stop at the end of the first paragraph and continue with the following: “... flow of traffic, including the prohibition of his, and his subcontractor’s, construction plant from disregarding the stop/go accommodation of traffic control facilities. Failure to comply with this requirement shall be taken as a penalty event in terms of B1502(l).” Add the following paragraphs: “The contractor shall be responsible for maintaining the existing road surface both within the works area and the advance warning and termination areas in a safe and trafficable condition for the duration of the contract. The contractor shall within 7 (seven) working days after receipt of a 3rd party claim acknowledge receipt to the claimant. The engineer shall be copied on all correspondence regarding 3rd party claims. The contractor shall at the monthly site meeting report on the status and outcome of the 3rd party claims. The contractor shall be fully responsible for all the traffic accommodation on site, including for work undertaken by sub-contractors, e.g. at bridges etc. Traffic shall be accommodated as indicated on the drawings unless an alternative tender incorporating an amended method of traffic accommodation has been accepted. The contractor may amend the agreed traffic accommodation scheme but only with the approval of the engineer in consultation with the provincial and municipal traffic authorities. During the non-working hours, or when construction is not taking place on a certain section of road all obstructions to the traffic shall be removed and all signs no longer

Page 157: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-195

applicable to the situation shall be removed to an approved safe location or effectively covered. No equipment or vehicles shall be stored or parked in the median or on the road side during non-working hours except if protected or demarcated and only if approved by the engineer. When requested by the engineer, the contractor shall provide lane closures for the purpose of road inspection. This must be done in advance of the actual programmed time for the work.”

f) Approval of temporary deviations

Add the following: “If, after any temporary deviation has been constructed, any changes are considered necessary or desirable, the proposal shall be submitted to the engineer for his approval."

i) Traffic Safety Officer

Add the following to the end of the second paragraph: “The contractor shall submit a CV of the candidate to the engineer for approval before the candidate is appointed as the traffic safety officer. “ Insert the following as the opening phrase to sub-sub-clause (i): “make himself available to discuss road safety and traffic accommodation matters whenever required by the engineer and shall be responsible…” Delete sub-sub-clauses (ii) and (iii) and replace with the following: “(ii) Record on neat and dimensioned sketches and submit to the engineer the

position and sign reference number, where applicable, of each sign, barricade, delineator, cone, amber flicker light, guardrail and permanent or temporary painted road marking feature. The position of each shall be adequately referenced from the marker boards or other surveyed points on the site of the works.

These records shall also show the date and time at which the recorded traffic accommodation features are certified correct by the traffic safety officer, and shall be signed by the traffic safety officer before being submitted to the engineer. The records shall similarly account for whatever changes are made in the field. Such changes shall record the position of flagmen and stop/go control men and their associated traffic accommodation equipment wherever they are used.

(iii) Personally inspect the position and condition of each traffic accommodation

feature on the whole site of works twice per workshift, whether daytime or nightwork, and at least twice a day/night during non-working hours, to record all irregularities discovered and the remedial action taken, and to sign off as correct and submit to the engineer such record sheets by middle of the next working shift. The above inspections must at least take place before the commencement of peak traffic periods. The traffic safety officer shall keep a duplicate book for this specific purpose.

The traffic safety officer shall also submit with this report the daily labour

returns of flagmen, stop/go, traffic signal control personnel employed and the traffic data recorded at each traffic control point.”

Add the following sub-sub-clauses:

Page 158: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-196

“(ix) The traffic safety officer shall be equipped with a cellular telephone and shall have a traffic safety vehicle and sufficient labour at his disposal 24 hours a day, including all prescribed non-working days, and shall not be utilised for other duties. He shall be directly answerable to the contractor’s site agent. The traffic safety officer shall have his own vehicle to carry out inspections and at least one assistant to accompany him full time. Furthermore the traffic safety vehicle shall be a truck with a capacity of at least 3 tons and shall be equipped with a high visibility rear panel in accordance with the requirements of the SARTSM. The words TRAFFIC CONTROL shall be written on a warning sign in highly legible letters, not less than 150 mm high, and the sign shall be mounted on both the traffic safety officer’s vehicle and the traffic safety vehicle at least 1,5 m above ground level. The proposed sign and letter dimensions shall be submitted to the engineer for his approval.

The vehicles shall also be equipped with an amber-coloured flashing light of the rotating parabolic reflector type with a minimum intensity of 100W. The warning light shall be switched on at all times and the sign shall be displayed when the vehicle is used on site. The traffic safety officer shall have a direct line of communication at all times with the police and traffic officers responsible for the area within limits of the contract.

(x) Ensure that all obstructions related to the contractor’s activities be removed at

the end of each work shift where applicable as instructed by the engineer and that the roads are safe for the travelling public.

(xi) The traffic safety officer shall, in addition to the duties listed in paragraph 1502

(i), also be responsible to arrange for the removal of stationary or broken down vehicles off the roadway in conjunction with the routine maintenance contractor and/or traffic authorities and implementing actions requested by the traffic authorities with regard to the work to be carried out and be responsible for the erection and maintenance of all traffic signs necessary for the accommodation of traffic.

(xii) In the event of an accident the traffic officer shall record in a written report the

details of the accident, record the position of all temporary road signs, barricades, delineators, flagmen and any other devices used for traffic accommodation. In addition the report shall include a neat dimensional sketch, photographs, identifiable permanent features, and any other relevant information.

(xiii) At least two separate traffic safety officers and teams shall be employed when

construction is carried out during the day and night.”

Add the following sub-clauses:

“j) Crossing the median or carriageway centreline

No vehicle or item of equipment shall be allowed to cross the median of a dual carriageway road or the centreline of a single carriageway unless the traffic accommodation and signage specifically allows for this and is approved by the engineer as safe.

k) Site personnel

The contractor shall ensure that all his personnel, excluding those who are permanently office bound, are equipped with reflective safety jackets and that these are worn at all times when working on or near to the travelled way. Any person found not wearing a reflective jacket under these circumstances shall be removed from the site until such time as he is in possession of and wearing a reflective jacket. Reflective safety jackets shall be kept in good condition and any jackets that are, in the opinion of the engineer, ineffective shall be immediately replaced by the contractor.

Page 159: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-197

l) Penalty events

Whenever the following events occur, the contractor shall be subjected to penalty conditions expressed in the Appendix to Tender.

(i) Non-compliance with accommodation of traffic specifications

Failure or refusal on the part of the contractor to take the necessary steps to ensure the safety and convenience of the travelling public, accommodation of traffic, plant and personnel in accordance with these specifications or as required by statutory authorities or ordered by the engineer, shall be sufficient cause for the engineer to apply penalties as follows: A fixed penalty of R10 000,00 per occurrence shall be deducted for each and every occurrence of non-compliance with any of the requirements of section 1500 of the standard specifications and section B1500 of the project specifications. In addition a time-related penalty of R1000,00 per hour over and above the fixed penalty shall be deducted for non-compliance to rectify any defects in the accommodation of traffic within the allowable time after the engineer has given an instruction to this effect. The engineer's instruction shall state the allowable time, which shall be the time in hours for reinstatement of the defects. Should the contractor fail to adhere to this instruction, the time-related penalty shall be applied from the time the instruction was given.

(ii) Late occupation of lanes, ramps and/or crossroads

The contractor shall be charged a lane occupation levy if he continues to occupy interchange ramps, crossroads and/or carriageway lanes beyond programmed completion dates. The levy shall be deducted from payments due on the relevant interim payment certificates at the rates provided in the Appendix to Tender and the pricing schedule.”

m) Liaison with relevant Authorities

Where applicable, the contractor shall liaise on a daily basis with the Employer’s relevant i-traffic Management Centre (TMC), informing their operations manager about the expected works and lane closures for the next day, inclusive of all work shifts, in order for the operational manager to take into account the accommodation of traffic impacts in the TMC’s operations. The daily report shall be submitted to the TMC operations manager not later than 10h00. For exceptional traffic accommodation impacts, such as lane closures in peak hours, short term contra flow conditions, lane closures over weekend peak periods etc., the TMC operational manager shall be informed seven days prior to the event. The contractor shall inform the TMC about all traffic related incidents, as soon as he becomes aware of the incident. Where required the contractor shall be responsible for acquiring the services of a municipal traffic officer and traffic vehicle (equipped with a blue light) to assist in the accommodation of traffic. The traffic officer and vehicle will be required when lanes are to be closed and/or where directed by the Engineer. If the road under construction forms part of an abnormal load route the contractor shall liaise with the relevant provincial abnormal load office that issues permits to ensure that permits are not issued when construction restrictions do not allow passage of the abnormal load.

n) Other requirements

The following other requirements must be adhered to for the entire contract period:

Page 160: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-198

i) The travelling public shall have the right of way on public roads and the contractor shall make use of approved methods to control the movement of his equipment and vehicles so as not to constitute a hazard on the road.

ii) The contractor’s tendered rates for the relevant items in the schedule of

quantities shall include full compensation for all possible additional costs which may arise from the above and no claims for extra payment due to inconvenience as a result of the modus operandi will be considered.”

B1503 TEMPORARY TRAFFIC-CONTROL FACILITIES

Replace the first sentence of the first paragraph with the following: “The contractor shall provide, erect and maintain the necessary traffic-control devices, road signs, channelisation devices, barricades, warning devices and road markings (hereinafter referred to as traffic-control devices) in accordance with these special provisions and as shown on the drawings and in the SARTSM and remove them when no longer required. It shall be incumbent upon the contractor to see to it that the abovementioned traffic-control devices are present where required at all times and are functioning properly.” Replace the last sentence of the second paragraph with the following: "Traffic-control facilities no longer required at the site of a deviation or a lane closure shall be moved for re-use. Traffic-control facilities lost or damaged by the contractor shall be replaced at his own cost. Where it can be proved that loss of or damage to such facilities is beyond the contractor's control and not the result of his actions or omissions, the engineer may order the facilities to be replaced and paid for at scheduled rates." Replace the third paragraph with the following: “The type of construction, spacing and placement of traffic-control devices shall be in accordance with the SARTSM. The recommended arrangements of the traffic control devices illustrated and/or drawings issued by the engineer shall not be departed from without prior approval of the engineer. The arrangements expected to be most commonly used in the contract are given on the tender drawings. The details shown for spacing and placement of traffic-control facilities may however, be revised at the discretion of the engineer where deemed necessary to accommodate local site geometry and traffic conditions.” a) Traffic control devices

Add the following at the end of the last paragraph: “At each signalised traffic control point, an all-weather shelter of at least three (3) square metres capable of accommodating two operators, with a clear window, a stable door, two chairs and a portable chemical toilet that shall be regularly maintained, shall be provided. Each control point shall have a 2 (two) phased signal system mounted on 3m high steel poles complete with all electrical wiring, a floodlight system of at least 2x400W metal halide floodlights mounted onto a 9m high pole to light up the traffic control point and lighting along the road where the traffic will queue. The provision shall include for a sufficient continuous power supply to operate each traffic control point. Included in the establishment and operation of the traffic control devices shall be a communication system that allows the operators to communicate with each other. At each traffic control point, plastic moveable barriers, fitted with STOP signs to both sides, shall be provided to prevent vehicles from utilising the closed road lanes. These barriers shall be moved to open and close the relevant lanes for road users. Records of opening and closing of closures and traffic counts shall be kept and submitted daily to the traffic safety officer.”

Page 161: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-199

b) Road signs and barricades

Add the following: “The contractor shall be responsible for the protection and maintenance of all signs, and shall at his own cost replace any that have been damaged, lost, or stolen. All temporary road signs required to remain in position for some time shall be pole mounted as shown on the drawings. All temporary road signs required to be moved more often shall be mounted on portable supports for the easy moving of signs to temporary positions. The only permitted method of ballasting the sign supports shall consist of durable sandbags filled with sand of adequate mass to prevent signs from being blown over by wind. The cost of the sandbags shall be included in the tendered rates for the various types of temporary road signs. The covering of permanent road signs, if applicable, shall be by utilizing a suitable and durable covering that shall be pulled over the sign in the form of a hood and fastened to the signposts. Plastic bags or other materials and fastened by means of adhesive tape shall not be permitted. The cost of covering of permanent road signs shall be included in the tendered rates of items B15.01 and B15.10.”

c) Channelisation devices and barricades

Add the following: “The use of drums as channelisation devices shall not be permitted. Drums may however be used to set up barriers as provided for in sub-clause 1503(d). Delineators shall:

(i) comply with the manufacturing and reflective requirements of the SARTSM

and the blades shall be reversible with dimensions as indicated on the drawings;

(ii) have smooth and round edges and be mounted on a post and base. All

components shall be of durable plastic material; (iii) have the lower edge of the reflective part of the delineator mounted not lower

than 250mm above the road surface; (iv) be capable of withstanding the movement of passing vehicles and gusting

winds up to 60km/h in typical working conditions without falling over. To achieve this, the base shall be at least 0,18m2 and ballasted by its own weight or with sandbags filled with sand;

(v) together with its mounting be designed such that it will collapse in a safe

manner under traffic impact.

Traffic cones manufactured in a fluorescent red-orange or red plastic material may be used only at short term lane deviations during daylight. Cones shall not be used on their own, but shall be interspersed with delineators at a ratio not exceeding 3:1. Cones used on all deviations shall be 750mm high. Lane closures which continue into the night time shall be demarcated by delineators only. On section of road where the centreline has been obliterated, delineators shall be provided on both road edges at minimum 200m spacing on straight sections and at least 3 (three) visible on all curves.”

Page 162: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-200

e) Warning devices

Add the following: “All construction vehicles and plant used on the works shall be equipped with rotating amber flashing lights and warning boards as specified. All vehicles and plant before being allowed onto the site shall obtain a clearance permit from the engineer.

(i) Vehicle mounted flashing lights

Rotating lights shall have an amber lens of minimum height of 200mm and shall be mounted in such a way as to be highly visible from all directions. The lights on construction vehicles shall not be switched on while vehicles are being operated on unrestricted sections of a public road, but shall be switched on while construction vehicles are operating within the accommodation of traffic area, as the vehicles decelerate to enter a construction area, and as the vehicles accelerate to the general speed when entering the road from a construction area. Lights on plant shall operate continuously while the plant is working alongside sections of road open to public traffic within the work areas. All LDV's and cars operating on site shall also be equipped with rotating amber flashing lights which shall be placed so as to be highly visible from all directions and operated continuously while the vehicles are manoeuvring in or out of traffic or are travelling or parked alongside roads open to public traffic within the work areas. Rotating lights and the "construction vehicle" signs on the contractor's vehicles and plant shall not be paid for separately but shall be included in the rates covering the use of the vehicles. The contractor shall apply and maintain lights together with temporary mounting brackets, to the approval of the engineer. Vehicles and plant that do not comply with these requirements shall be removed from the site.

(ii) Sign mounted flashing lights

Two amber flashing lights shall be vertically mounted on top of the traffic signs at each end of each traffic accommodation section as shown on the drawings. The lights shall be operated during the hours of darkness.

(iii) Flashing Illuminated Arrow Board

The arrow board shall be made up of light sources mounted on a backing board. A single shaft arrow will be required that can be used for both left and right directions. The light sources must be of LED type to improve visibility if used also during day time. The arrow board shall be used at lane drops as described B1502.”

f) Road Markings

Add the following new paragraphs: “Temporary road marking shall be reinstated before the road is opened to full width traffic. Temporary road marking shall consist of heavy pre-marking, and/or retro-reflective road marking paint, and/or temporary road studs, as directed by the engineer. Temporary road studs shall be installed at double the spacing and shall be fixed to the road surface with the bitumen rubber crack sealant to allow for easy removal by application of gentle heat. Temporary road marking lines for demarcation of temporary traffic lanes, on the final road surface shall not be allowed, except if approved by the engineer. Should temporary road marking lines be approved, it shall consist of one of the following as directed by the Engineer:

Page 163: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-201

(i) Construction grade tape for temporary road marking which can be removed

by applying gentle heat. The tape shall be foil backed, adhesive, reflective tape. The tape shall be capable of being easily removed from the road surface by the application of gentle heat.

(ii) Removable road marking paint.”

Add the following sub-clauses:

“g) Other traffic control measures ordered by the engineer

The engineer may instruct the contractor to provide any other road sign, reflective tape, etc. not measured in standard payitems. Such road signs shall conform to the requirements of the SARTSM, or specification provided by the engineer. Similarly, in order to ensure that the travelling public is kept fully informed and warned on matters relating to the accommodation of traffic, construction sign posting and the effect of the construction on the free flow of traffic through the site, the engineer may arrange for advertising in the press and/or for other forms of publicity.

h) Flagmen

Flagmen shall be provided where shown on the drawings or required by the specification. During the daytime, at least two flagmen shall be provided at each traffic control point in addition to the STOP/GO sign operator, one flagman at the first speed reduction sign and a second roving flagman at least a 100m behind the last vehicle in the queue to indicate to the traffic to stop. At night time all flagmen shall be equipped with a suitably visible strobe, and a torch at each traffic control point as well as the traffic light operator. Where the shoulder of the road is closed to traffic, flagmen shall be provided at the leading ends of closures during daytime. These flagmen shall be provided at the first speed reduction sign to warn the traffic about the closure. No flagmen shall be on duty for a period of more than 10 hours per day. Flagmen shall be adequately trained in the standard flagging techniques as described in the SARTSM (refer to figure 13.23 of detail 13.23.1) and be provided with conspicuous clothing such as safety jackets utilizing retro-reflective and/or fluorescent panels in red, yellow and/or white. Flagmen shall have in their possession, at all times, certification that they have attended and passed an accredited course in flagging techniques before being allowed onto the construction site. Flags shall be made from bright red or red-orange material and shall be square with a minimum side length of 600mm. The flag shall be attached to a staff at least 1,0m in length. In terms of lateral clearance and safety, flagmen shall stand on the shoulder of the lane of traffic that is being controlled and under no circumstances shall flagmen be permitted to stand within the traffic lane. In order to obtain maximum visual impact for the travelling public, flagmen shall stand-alone.”

B1510 EXISTING ROADS USED AS DIVERSIONS

Add the following: "The contractor shall indemnify the employer against all proceedings, claims, actions, damages and costs which may arise from or be related to damage to vehicles or property or injury to persons as a result of loose stones or aggregates on the road surface or as a result of bituminous applications during the construction of the works. The contractor shall arrange his activities so that construction traffic and equipment do not unnecessarily obstruct public traffic or force it to a complete standstill. The flow of public traffic shall always take precedence and the contractor shall not stop or delay public traffic to make way for construction traffic."

Page 164: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-202

B1513 ACCOMMODATION OF TRAFFIC WHERE THE ROAD IS CONSTRUCTED IN HALF-

WIDTHS

Delete paragraphs 5 and 7 and add the following at the end of paragraph 6: “During the night, the traffic shall be controlled utilising traffic signals as specified in clause B1503.”

Add the following as a final paragraph to this clause: “The contractor shall programme the works in such a way to maintain two-way traffic within the contract limits during the contractor’s annual shutdown period between December and January. The contractor shall further ensure that there is no vertical step between two opposing traffic lanes. Failure to comply with these specifications will entitle the Engineer to apply a lane occupation levy.”

B1517 MEASUREMENT AND PAYMENT

Insert the following paragraph after the heading:

“The contractor’s tendered rates for the relevant items in the schedule of quantities shall include full compensation for all possible additional costs which may arise from the above and no claims for extra payment due to inconvenience as a result of the modus operandi will be considered.” Amend item 15.01 to read as follows:

“Item Unit B15.01 Accommodating traffic and maintaining temporary deviations:

(a) On the route R721 (A34) ................................................................... kilometre (km)” Replace the first paragraph with the following: “The unit of measurement shall be the kilometre, measured along the centre lines of the road, the ramps from the noses and the cross roads where construction work is carried out. Accommodation of traffic shall be measured once only, that is no separate payments shall be made for lane and shoulder rehabilitation, slurry, reseal, asphalt overlay, side drains, installation of street lighting, etc. Only the net distance of the road shall be measured and overlapping distances during staged construction shall not be measured. A distinction shall be made between accommodation of traffic on the through road and accommodation of traffic on the ramps and cross roads of interchanges. In the second paragraph, replace the comma after “deviations” at the start of the third line with a full stop and delete the remainder of this first sentence. Also delete the whole of the second sentence, which refers to compensation for the traffic safety officer. In the third paragraph second sentence, insert a full stop after “use” and delete the remainder of the sentence." Item Unit B15.03 Temporary traffic control facilities (a) Flagmen Replace the 1st paragraph of the payment description to the following:

“The unit of measurement shall be a full day and night worked by flagmen. A man-day shall be deemed to comprise of a number of shifts within a twenty four hour period. Shifts of 12 hours and less shall be measured as half of a man-day.”

Amend sub-item (h) to read as follows:

Page 165: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-203

(h) Delineators (TW 401 and TW402)

(i) 800 mm x 200 mm overall size: (1) Single sided, reversible ............................................................... number (No) (2) Double sided blade ...................................................................... number (No)

Add the following sub-item: “n) Other traffic control measures ordered by the engineer

(i) Provision of other traffic control measures .................. provisional (Prov) sum (ii) Handling costs and profit in respect of

sub-item B15.03(n)(i) ............................................................. percentage (%)

Expenditure under this payment item, (e.g. media releases or other signs to deliver information to the public) shall be made in accordance with sub-clause 13.5 of FIDIC Conditions of Contract for the supply and installation of any additional signs or other traffic control measure ordered by the engineer in accordance with clause B1503(g). The tendered percentage is a percentage of the actual amount spent under subitem B15.03(n)(i), which shall include full compensation for the handling costs of the contractor, and the profit in connection with providing other signs and traffic control measures ordered by the engineer.” Add the following at the end of the last paragraph of the payment description: “However, allowance has been made in sub-item (h) Delineators for double the quantity of delineators required to execute the works. Payment under this item will be made up to the maximum quantity scheduled.” Delete payment items 15.08 and 15.09 as maintenance of the road and/or bypasses are paid under items 39.01, 39.02, 39.03, 39.04, 41.01, 41.03, 42.01, 42.02, 42.12, 42.13 and 42.20. Item Unit B15.04 Relocation of traffic control facilities: Replace the first paragraph with the following: “Except for the movement of barriers no payment for this item shall be made under this contract. All costs related to relocation of traffic control facilities shall be deemed to be included in the other pay items in this section.” Item Unit B15.10 Accommodation of traffic where the road is constructed

in half-widths .......................................................................... kilometre (km)

In the second paragraph delete from the third line the expressions “flagmen”, “guards”, and “lights”. Add the following paragraphs: “Half-width construction is defined as construction work on the shoulder and one lane and only where 2-way traffic cannot be accommodated. Also, no slurry, seal and asphalt overlay works shall in any circumstances be measured under this item and shall be included in item B15.01 for the payment thereof. Cognisance should be taken that for the specified construction sections controlled by temporary traffic signals for half-width construction, payment shall be made once only and payment for the change over of the trafficked lanes shall not be made. Where payment is made for a section of road in item B15.10, payment shall not be made under item B15.01.”

Page 166: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-204

Amend item 15.11 to read as follows: “B15.11 Signalised Traffic control devices

(a) Providing signalised traffic control devices ............................................ number (No)

The unit of measurement shall be the number of traffic control devices provided (as described under clause B1503(a)) where a traffic control device is deemed to be 2 (two) signalised points, one at each end of a closure. The tendered rate shall include full compensation for the provision of complete sets of signalised traffic control devices as specified. 75% of the rate offered will be payable when the traffic control devices have been provided on site ready for use and 25% when finally removed from the site.

(b) Operating signalised traffic control devices ........................................... month device

The unit of measurement shall be the month device or part thereof that the signalised traffic control device is operated.

The tendered rate shall include full compensation for all costs necessary to operate and maintain the signalised traffic control devices in full working order for 24 hours per day in compliance with the specification and shall include for 2 (two) operators per shift. Also included in the tendered rate shall be the cost of operation of the communication system between the traffic control devices.”

Add the following payitems: “Item Unit “B15.14 Amber flashing lights mounted on signs .............................. number (No) The unit of measurement shall be the number of sets provided. The tendered rate shall include full compensation to provide, erect, operate and maintain a set of 2 (two) amber flashing lights per sign at each end of the traffic accommodation sections. It shall also include the provision of power to operate the lights, replacing bulbs as required and keeping the lenses clean and visible. Item Unit B15.15 Provision of traffic safety equipment for visitors

(a) Safety jackets ....................................................................................... number (No) (b) Hard hats ............................................................................................... number (No)

The unit of measurement shall be the number of each item provided as specified, and approved by the engineer. The tendered rates for the various safety items shall include full compensation for provision thereof and maintenance in good working order. Item Unit B15.16 Provision of traffic safety

(c) Traffic safety officer ......................................................................................... month

The unit of measurement shall be the month (or part thereof) that the specified duties of the traffic safety officer are performed, irrespective of the number of traffic safety officers employed in any 24 hour day. The tendered rate shall include full compensation for the cost of the traffic safety officer(s) to conduct the duties as specified in sub-clause B1502(i) and includes the provision of his

Page 167: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-205

own vehicle, fuel, vehicle maintenance and insurance and the cost of the cellular telephone and all other incidentals related to the performance of his duties.

(d) Traffic safety vehicle(s) .................................................................................... month

The unit of measurement shall be the month (or part thereof) that the safety vehicle is on site and in continuous use in the performance of traffic safety. The rate tendered shall include the provision of the traffic safety vehicle, fuel, vehicle maintenance and insurance costs, drivers, labourers and all other incidentals related to the performance of the traffic safety duties. Item Unit

B15.17 Penalties

(a) Fixed penalty per occurrence ............................................................... number (No) (b) Time related penalty ..................................................................................... hour (h)

In subitem B15.17(a), a fixed penalty of R10 000.00 per occurrence shall be deducted for each and every occurrence of non-compliance with any of the requirements of section 1500 of the standard specifications and section B1500 of the project specifications. In addition, in subitem B15.17(b), a time related penalty of R1000.00 per hour over and above the fixed penalty in subitem B15.17(a) shall be deducted for non-compliance to rectify any defects in the accommodation of traffic within reasonable time after an instruction to this effect has been given by the engineer. The engineer’s instruction shall state the time in hours for re-instatement of the defects. Should the contractor fail to adhere to the instruction, the time related penalty will be applied from the time the instruction was given. Item Unit

B15.18 Assistance by traffic officer

(b) Provision of traffic officer ........................................................ Prime Cost( PC) Sum (b) Handling costs and profit in respect of sub-item B15.18 .................. Percentage (%)

The provisional sum provided to cover the cost of acquiring the assistance of a traffic officer and traffic vehicle (equipped with a blue light) to assist in closing of lanes or any other accommodation of traffic as ordered by the engineer in terms of the specifications shall be expended in accordance with the provisions of clause 45 of the FIDIC Conditions of Contract. The tendered percentage is a percentage of the actual amount spent under subitem B15.18, which shall include full compensation for the cost of acquiring the assistance of a traffic officer and traffic vehicle.”

Item Unit

B15.19 Accommodation of traffic as and when required by the engineer ........ hours per lane kilometre (hr/lane-km)

The unit of measurement shall be the number of hours (or any portion of an hour) per lane kilometre that special accommodation of traffic is required by the Engineer. The tendered rate shall include full compensation for providing all plant, equipment, tools, transport, labour, supervision, flagmen, road signs, lights, barricades and all other incidentals necessary for the proper and safe handling of traffic as specified when required by the engineer.”

Page 168: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-206

SECTION B1600: OVERHAUL B1601 SCOPE

Insert in the second line between ‘’excavation” and “or stockpile” the following:

“ …, crushing and screening,” B1602 DEFINITIONS

(a) Overhaul material

(iv) Insert “selected layers” before “subbase” in the first line. Insert the following as a final paragraph “Material procured from commercial sources shall not be regarded as overhaul material.”

b) Overhaul

Replace the sub-clause with: “Regardless that the Standard Specification makes allowance for payment of restricted overhaul payment shall only be made for material hauled in excess of 1 kilometre. Overhaul shall be measured as the product of the volume of material hauled and the overhauled distance.

c) Haul distance

Add the following paragraph: “Where material from one carriageway of a road is to be used on the opposite carriageway, the haul route shall be on the national route and crossing over at the nearest interchange or approved median crossing point. For this situation, the haul distance shall be measured from the position of obtaining the material, along the carriageway until centre point of the next interchange or approved median crossing point, and then back along the other carriageway. Only the distance on the national road will be measured and additional distances for travelling on the ramps, loops and cross roads will not be considered. Return travel may have to be along other roads but will not be measured separately. Existing municipal streets can be used for haul of material.

d) Free-haul distance

Replace the last sentence with: “This distance shall be 1 kilometre in the case of all overhaul materials and this specification shall be deemed to have replaced the ‘free-haul’ distance in all other sections of the standard specifications.”

Page 169: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-207

B1603 MEASUREMENT AND PAYMENT

Amend item 16.02 as follows: “Item Unit B16.02 Overhaul on material hauled in excess

of 1 km ......................................................... cubic meter - kilometre (m3km)”

Delete the first paragraph of the first set of notes and replace it with the following: “Only ordinary overhaul for haul in excess of 1.0 km will apply to all types of fill and layerwork materials. No restricted overhaul will be applicable on this contract.”

Page 170: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-208

SECTION B1700: CLEARING AND GRUBBING B1701 SCOPE

Add the following as a final paragraph: “Clearing and grubbing for the construction of site offices shall not be measured separately and shall be deemed to be included in the rates tendered for item B13.01.”

B1702 DESCRIPTION OF WORK

c) Conservation of topsoil

Add to the end of the 1st paragraph: “The depth of topsoil removed shall be reliant on the terrain, suitability of material and topsoil requirements of the work. Generally the contractor will not be required to remove topsoil to more than an average depth of 400mm unless approved by the engineer before commencing with topsoil removal from any particular area.” Replace the second paragraph of this clause with the following: “After clearing and grubbing, all topsoil shall be removed to either windrows alongside the construction area or to stockpile. Where ordered by the engineer, any topsoil that shall be required for the topsoiling of new banks and cuts, but which cannot be accommodated within the construction site, shall be loaded and hauled to the designated stockpile area where it shall be placed in temporary stockpiles for later use in the rehabilitation of the site affected by construction activities. Where new borrow pits are to be opened up the topsoil shall first be removed (independently of the overburden) and placed in temporary stockpiles at the edge of the borrow pit. The moving of topsoil from windrow or the loading of topsoil from temporary stockpiles and the placing and spreading thereof on cut or fill slopes or on borrow pit spoil sites, is covered in Section 5800.”

B1704 MEASUREMENT AND PAYMENT

Add the following payment item: “Item Unit B17.07 Removal and temporary stockpiling of topsoil:

(a) In windrows alongside the work area ............................................. cubic metre (m3) (b) In temporary stockpiles after loading material

into trucks including 1,0km freehaul ............................................... cubic metre (m3)

The unit of measurement for items (a) to (c) shall be the cubic metre of topsoil removed to windrow or temporary stockpile. The volume of topsoil removed shall be measured in cut, calculated from the difference in cross-sections of the natural ground level before the commencement of clearing to cross-sections taken after the removal of the topsoil. The contractor shall constantly liaise and agree with the engineer as to the depth of topsoil to be removed. Where, in the opinion of the engineer, material that would normally be classed as topsoil has also been excavated, the excavation shall be backfilled and compacted with selected material at the contractor’ expense. Should material that is deemed by the engineer not to be topsoil, be removed and stockpiled together with material classed as topsoil, the contractor shall be responsible for the removal of this unsuitable soil from the stockpile and the replacement of the quantity of topsoil contaminated by the unsuitable material at his cost. The quantity of topsoil to be replaced shall be determined by the engineer. The rates tendered shall include for the excavation of the topsoil and where required, the loading and hauling thereof to temporary stockpile as well as the maintenance of the

Page 171: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-209

stockpile until re-use of the material. The rates tendered shall also include for all supervision required to ensure that only topsoil is removed.”

Page 172: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-210

SECTION B1800: DAYWORKS B1801 SCOPE

This section covers the listing of daywork items in accordance with sub-clause 13.6 of the FIDIC Conditions of Contract, for the use in determining payment for work which cannot be quantified in specific units in the Pricing Schedule, or work ordered by the engineer during the construction period which was not foreseen at tender stage and for which no applicable rate exists in the Pricing Schedule.

B1802 ORDERING OF DAYWORK

No daywork shall be undertaken unless written authorisation has been obtained from the engineer.

B1803 MEASUREMENT AND PAYMENT

Item Unit B18.01 Personnel

(a) Unskilled labour ............................................................................................ hour (h) (b) Semi-skilled labour ....................................................................................... hour (h) (c) Skilled labour ................................................................................................ hour (h) (d) Ganger .......................................................................................................... hour (h) (e) Foreman ....................................................................................................... hour (h)

Item Unit B18.02 Equipment (a) Specify .......................................................................................................... hour (h)

Sixty percent (60%) of the hourly rate tendered or agreed will be paid in respect of plant which is being employed for daywork, but standing idle on the specific instructions of the Engineer, as full compensation for idle costs of daywork plant. Item Unit B18.03 Materials (a) Procurement of materials ...................................................... provisional (Prov) sum (b) Contractor's handling costs, profit and all other charges

in respect of sub-item B1803(a) ....................................................... percentage (%)

Item Unit B18.04 Transport (a) LDV (2 000 cc) ...................................................................................... kilometre (km) (b) Flatbed truck (5 ton) ........................................................................... kilometre (km) (c) Tipper (10 m³) ..................................................................................... kilometre (km) The unit of measurement for items B18.01 and B18.02 shall be the hour for the item of equipment or personnel. Non-working hours for transport breakdown, lack of operator of any other reason shall not be measured. The time shall be taken from the time that the personnel and/or equipment depart until return. Measurement shall only be for work instructed and directed by the engineer, where the engineer considers no other appropriate rate is applicable in the Pricing Schedule. Prior to the commencement of any work by the personnel described under item B18.01 the contractor must obtain written consent from the engineer regarding their classification in terms of "unskilled", semi-skilled" and "skilled" personnel.

Page 173: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-211

The tendered rates for labour under B18.01 shall include full compensation to cover overhead charges and profit, leave pay, bonuses, subsistence, allowances, Employer's contributions, additional payment for overtime where applicable, insurances, housing, site supervision, use of small hand tools and appliances, non -mechanical plant and equipment and consumable stores, for all administrative, supervisory, operative and contingent costs, relating to the supply of personnel. The tendered rates for plant for item B18.02 shall be an all-inclusive hire charge for the use of the vehicle and driver or plant/equipment and operator and shall apply only to vehicles plant and equipment nominated in writing by the engineer, for all administrative, supervisory, operative and contingent cost, and profit relating to the running of the plant. The unit of measurement for subitem B18.03(a) shall be the amounts actually paid for the procurement of materials to be purchased and shall be made in accordance with the provision of the FIDIC Conditions of Contract. Only the actual quantities of materials used, as verified by the engineer, shall be paid for. The percentage tendered for subitem B18.03(b) shall be the percentage of the amounts actually paid for the procurement of materials as ordered under subitem B18.03(a) and shall be in full and final compensation in respect of the contractor's handling costs, profit and all other charges in connection with the procurement and supply of the materials to the point of usage. The unit of measurement for item B18.04 shall be the kilometre distance that the vehicle travelled for transporting personnel and/or plant. All travelling shall be approved by the engineer. The tendered rate for item B18.04 shall include full compensation for the cost of the vehicle including fuel, maintenance depreciation and running costs. The above mentioned tendered rates shall be full compensation for the various items as specified and no further profit shall be paid.

Page 174: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-212

COLTO SERIES 2000: DRAINAGE SECTION B2100: DRAINS B2101 SCOPE

Amend the first paragraph to read: “This section covers all work both rehabilitative and new work in connection with the excavation and construction of open drains, subsoil drainage and banks and dykes at the locations and to the sizes, shapes, grades and dimensions as shown on the drawings or as directed by the engineers, and the test flushing of subsoil drains.”

B2104 SUBSOIL DRAINAGE

a) Materials

(i) Pipes

Amend this sub-clause by adding the following to the end of the third paragraph: “(category-heavy duty) or SABS 1601 (stiffness class 350) The pipes to be used shall be either slotted u PVC pipes or perforated HDP pressure pipes, 100mm ID.” Pipes must be stored in a shaded area without exposure to direct sunlight.

(ii) Natural permeable material

Add the following to the 3rd paragraph: “The crushed stone shall be coarse (20mm nominal) and shall be washed clean of all fines”

(iii) Synthetic-fibre filter fabric

Under item (4) Selection, of this sub-clause, replace the 1st paragraph with the following: “The filter-fabric used for subsoil drains shall be grade 2 and shall satisfy the criteria for this grade of geotextile as given in Table 2104/2.”

Add the following item: “(5) Testing General:

The tests to be carried out on geo-textiles relate to the material and the

method of manufacture and are mainly to ascertain that the correct grade of geo-textile is supplied, and that the material is equivalent in quality to that selected and specified for use in the works. The contractor will be required, on the request of the engineer, to submit a certificate by an approved laboratory to prove compliance with specified tests as stated in B8114 without additional cost to the employer.

Page 175: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-213

b) Construction of subsoil drainage systems

Add the following sub-clause:

“(v) Proving of pipes in subsoil drainage systems

On completion of the pipe laying and prior to backfilling, all pipe joints shall be surveyed as proof of their installation to line and level. After backfilling the pipes shall be proved by pulling through a cylindrical cleaning brush followed by a wooden mandrill ± 400mm long and 5mm in diameter less than the bore of the pipe. Proving of pipes shall not be paid for separately and the cost thereof shall be deemed to be included in the rate tendered for laying the pipe.”

B2106 MANHOLES, OUTLET STRUCTURES AND CLEANING EYES

Insert the following paragraph after the last paragraph: "The end of each subsoil outlet shall be marked with a 300mm x 300mm perspex plate fixed to the top portion of the fence line opposite each subsoil outlet structure in accordance with the details on the Drawings.”

B2107 MEASUREMENT AND PAYMENT Item Unit B21.01 Excavation for open drains Add the following to the penultimate paragraph: “The tendered rate shall also include full compensation for trimming the open drains” Item Unit B21.03 Excavation for subsoil drainage systems Add the following subitem: “(c) Extra-over item 21.03(a) for excavating through stabilised

layers of existing pavement ........................................................... cubic metre (m3)”

Add the following to the second paragraph: “Excavation in stabilised pavement material shall be paid only in subitem (c) and shall not be paid as an extra over for hard material in subitem (b). For subitem (c), the tendered rate shall also include full compensation for backfill with soilcrete.” Item Unit B21.04 Impermeable backfilling to subsoil drainage systems Add the following sub-items: “(a) Unstabilised natural gravel ............................................................. cubic metre (m3) (b) G5 material stabilised with 4% stabilising agent ........................... cubic metre (m3)” Amend pay items B21.06 to read as follows:

“B21.06 Natural permeable material in subsoil drainage systems (washed

crushed stone)” Item Unit

B21.12 Concrete outlet structures, manhole boxes, Junction

boxes, and cleaning eyes for subsoil drainage systems .... number (No)”

Page 176: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-214

Add the following: “The tendered rate shall also include full compensation for procuring and finishing the galvanised woven wire mesh, cutting, waste, installing the wire mesh at outlets and keeping the wire mesh in the pipe openings clean for the duration of the contract period.” Add the following payment items: “Item Unit B21.20 Exposing of existing subsoil drains ................................ cubic metre (m3) The unit of measurement shall be the cubic metre of material removed by hand to expose the drain. The tendered rate shall include full compensation for all labour and tools required for removing the material. The re-instatement of the drain shall be paid for under the relevant items for constructing a new drain. Item Unit B21.21 Clearing of subsoil drains ............................................................ metre (m) The unit of measurement shall be the metre of drain cleared with a sewer cleaning rod and thorough flushing on the instruction of the engineer. The tendered rate shall include full compensation for all labour, equipment, tools and transport required for clearing subsoil drains and for disposal of the cleared material to approved sites.” Item Unit

B21.22 Subsoil outlet marker board .................................................... number (No) The unit of measurement is the number of 300 mm x 300 mm perspex plate subsoil outlet marker boards fixed to the top portion of the fence line opposite each subsoil outlet structure in accordance with the details on the Drawings. The tendered rate shall include full compensation for procuring and furnishing the subsoil outlet marker board, galvanizing and fixing the board to the fence. Item Unit B21.23 Break into existing drainage structures and install subsoil drain pipe .................................................................................. number (No) The unit of measurement is the number of subsoil drain pipes built into existing drainage structures in accordance with the details on the drawings or as instructed by the engineer. The tendered rates shall include full compensation for supplying all labour, constructional plant and materials required, for all excavation, breaking into existing drainage structures, building pipes into the newly formed accesses, sealing around the pipes and making the joints watertight, breaking out existing benching and channelling where required and reconstructing them complete with granolithic rendering to suit the new pipe arrangement, backfilling and compacting to 90% of modified AASHTO density, transporting (including all haul) and disposing of all surplus excavated material and debris to approved dumping sites provided by the contractor, and dealing with the flows in the existing structures. No distinction will be made between different types of structures, or diameters of subsoil drain pipes.”

Page 177: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-215

SECTION B2200: PREFABRICATED CULVERTS B2201 SCOPE

Add the following: "This section also covers the replacing and/or lengthening of existing culverts, modification of and repairs to existing catch pits."

B2203 MATERIALS

b) Portal and rectangular prefabricated concrete culvert units

Replace this sub-clause with the following: "Precast concrete units shall comply with the requirements of the latest SANS 986:2006 specification. Prior to the manufacture of any units the manufacturer shall submit his Quality Plan to be approved by the engineer before delivery of any units to site. As part of the Quality Plan submitted for approval copies of calibration certificates of both gauges used for proof loads and cover meters used at the factory shall be supplied to the engineer. The originals of these certificates shall at all stages also be available for inspection at the factory premises. The manufacturer shall check each precast unit for cover compliance, and random checking of units shall not be permitted. The engineer's representative may visit the factory at any stage to ascertain adherence to the quality plan as well as to check covers before delivery to site. Any substandard cover shall result in the batch being rejected. Should the manufacturer not be adhering to their Quality Plan the engineer may exercise the right to reject the use of products from the manufacturer concerned. The Employer shall also be informed in all such cases. For durability requirements due to the reduced cover provided for pre-cast culverts all durability testing shall be done in accordance to Clause B6404(h) shall fall within the severe category. For units within the 5km zone from the coast the very severe category shall be used and increased cover shall be as specified by the engineer."

B2204 CONSTRUCTION METHODS

Replace the 2nd paragraph with the following: "Culverts shall generally be lengthened according to the "embankment method". The contractor shall at all times ensure that the existing drainage is at all times maintained and any damage caused as a result of blocked culverts during construction shall be repaired at the contractor's expense. New culverts shall generally be constructed according to the “trench method” unless otherwise indicated on the drawings. The bottom of the excavation for culverts that are to be replaced or lengthened shall be inspected by the engineer prior to the placing of the bedding material. If the material is found to be suitable, it shall be ripped to a depth of 150mm below the bottom of bedding level and re-compacted to at least 93% Mod. AASHTO density. Where the material is found to be unsuitable, it shall be removed to a depth specified by the engineer and then replaced with selected material compacted to at least 93% Mod. AASHTO density in layers not exceeding 150mm thickness."

B2215 SERVICE DUCTS

Insert the following at the end of the 1st paragraph: ”(v) HDPE Sleeve Pipes

HDPE sleeve pipes shall be:

Page 178: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-216

1. Corrugated cable ducts complying with the requirements of SANS IEC 61386-

24: 2005 for sleeves to be laid in trenches. 2. HDPE pipes for drilling shall be manufactured from PE63 – PN4 and shall

comply with the requirements of SANS 427.”

Insert the following as a new 4th paragraph “Where drilling is required for installation of service ducts, a drilling pit shall be excavated on the one side of the road from where drilling is to be conducted. The pit shall be of adequate size to permit free standing of the operator and drilling equipment. On the other side of the road, a receiving pit is to be excavated. Both pits shall be backfilled after completion of the drilling, using the excavated material compacted in 150mm layers to a minimum density of 93% of modified AASHTO. Drilling shall be carried out from the one side of the road in positions and to levels as shown on the drawings and/or as instructed by the engineer. The hole shall be of adequate size to accommodate the required service duct. The permissible deviation in level of the hole between the two sides of the road shall not exceed 500mm. The service duct shall be installed through the drilled hole and shall be extended to above ground.” Add the following at the end of the penultimate paragraph

“Before closing, all sleeves or ducts shall be proved as specified in sub-sub-clause B2104(b)(v).”

B2218 MEASUREMENT AND PAYMENT Item Unit B22.01 Excavation ............................................................................................................ Add the following sub-item: “Item Unit

B22.01 (c) Extra-over sub-item 22.01(a) for excavation by hand ........... cubic metre (m3)

The unit of measurement shall be the cubic metre of material excavated by means of labour using hand tools only. This item shall only apply where the dimensions of the area to be excavated are such as to render excavation by machinery impractical and where the engineer has specifically ordered or authorised excavation by hand. This item shall not apply where machine excavation would have been possible but the contractor chooses to use hand excavation instead. The tendered extra-over rate shall include full compensation for all additional costs in excavating the material using hand held tools.” Item Unit B22.12 Removing existing concrete to a maximum size of 300mm Insert the following after the word “demolition” in the 2nd paragraph of the payment description: “... to a specified maximum size of 300mm” Item Unit B22.23 Service ducts Add the following sub payment item: “(c) Installation by drilling (type and diameter indicated) ................................. metre (m)

Page 179: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-217

The tendered rate for (c) shall be as for (a) or (b) and shall also include full compensation for all labour and equipment for the complete drilling process. Any requirement for shoring shall be paid under payment item B61.51.”

Page 180: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-218

SECTION B2300: CONCRETE KERBING, CONCRETE CHANNELLING, CHUTES AND DOWNPIPES AND CONCRETE LINING FOR OPEN DRAINS B2301 SCOPE

Add the following to this clause: “This section also covers the replacement of damaged concrete kerbing, channelling and lining.”

B2304 CONSTRUCTION

b) Prefabricated concrete kerbing and channelling Amend the end of the 2nd paragraph to read as follows: “... road junctions, where the kerb units shall be 0,5 m in length for curve radii between 5,0 m and 20,0 m and 0,3 m in length for curve radii between 1,0 m and 5,0 m. For curves with a radius less than one metre the kerbs shall be cast in situ. Any associated prefabricated concrete channelling units shall also comply with the above requirements."

Add the following sub-clause: “l) Demolition of existing kerb and channel and concrete lined drains

Where shown on the drawings and/or indicated by the engineer, the existing kerb and channel and concrete lined drains shall be demolished to a specified maximum size, removed and transported to an approved spoil site as provided by the contractor...”

B2307 MEASUREMENT AND PAYMENT

Add the following payment items: “Item Unit B23.16 Demolition and removal of existing kerbs

and/or channel, concrete lined drains (300 mm maximum size) ..................................................... cubic metre (m3)

The unit of measurement shall be the cubic metre (m3) of material measured in situ before demolition or excavation. The tendered rate shall include full compensation for breaking up the existing concrete or reinforced concrete to a specified maximum size, removal from site to an approved spoil site, clearing the excavation of all loose debris and to backfill the excavation where new concrete is not required. Overhaul will be paid under item B16.02. Item Unit B23.17 Extra over item 23.01 for concrete kerbing on curves

(a) on curves of radii more than or equal to 5,0 m but less than 25,0 m ........ metre (m)

The unit of measurement shall be the metre of concrete kerbing or kerbing and channelling combination complete as constructed, measured along the front face of the kerb. The tendered rate shall include full compensation for the additional costs involved in setting out, preparing and constructing as specified on curves with radii less than 20 m.”

Page 181: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-219

COLTO SERIES 3000: EARTHWORKS AND PAVEMENT LAYERS OF GRAVEL OR CRUSHED STONE SECTION B3200: SELECTION, STOCKPILING AND BREAKING DOWN THE MATERIALS FROM BORROW PITS, CUTTINGS AND EXISTING PAVEMENT LAYERS AND PLACING AND COMPACTING THE GRAVEL LAYERS B3203 STOCKPILING THE MATERIAL

In the first paragraph, in the first sentence insert the following before “borrow pits”: “commercial sources, existing pavement layers, ...” In the third paragraph, replace the second and third sentences with: “Before any stockpiling may be done the area shall be cleared of topsoil to a sufficient depth that will subsequently allow for the complete rehabilitation of the site with a cover of topsoil that does not exceed 100mm in depth and is not less than 75mm in depth. If there is insufficient topsoil; the contractor shall acquire whatever balance is needed to rehabilitate the area at his own cost. No make-up topsoil shall be taken from the road reserve. The topsoil shall be stored in an area that shall not be affected by construction activities nor impede the natural flow of water. The topsoil so windrowed or stockpiled and its surrounds shall be kept free of all undesirable vegetation. The contractor shall not commence his stockpiling activities without prior written approval from the engineer that the site has been adequately prepared. Stockpile sites shall be graded smooth with an adequate slope to ensure proper drainage. The surface shall be watered and compacted to a depth of at least 150 mm and to a density of 90% of modified AASHTO density. The compacted surface shall be firm. Upon completion, the surface shall be swept clean. Stockpile sites shall be large enough to allow the different types of material to be stockpiled without overlapping or exceeding the limits of the prepared site. Enlargement of the stockpile sites after the stockpiles have been placed will not be permitted without the engineer's approval. After the stockpiled material has been removed, the site shall be reinstated as closely as possible to its original condition by ripping of the affected areas, re-landscaping if necessary, re-instatement of the topsoil and re-vegetation.”

B3204 BREAKING-DOWN THE MATERIAL

(b) Further breaking-down of pavement material

Add the following at the end of the 1st paragraph: “This shall apply mutates mutandis for in situ recycling of pavement layers.”

B3208 PLACING AND COMPACTING THE MATERIALS IN LAYER THICKNESSES 0F 200mm

AND LESS AFTER COMPACTION Add the following before the 1st paragraph: “In the case of in situ reconstruction of existing pavement layers, the contents of this clause shall apply regardless of the layer thickness after compaction.” (c) In place reworking of pavement layers

Add the following paragraphs:

“Where the new layer is to be constructed by in situ recycling one or more existing pavement layers, with or without the addition of extra material, the preparation procedures of subclause B3403 and B3512 shall apply so as to achieve a uniform pulverised layer complying with the target grading as specified in Table 3402/7.

Page 182: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-220

The recycled layer shall not contain more than 40% of recycled asphalt or bituminous layers (RAP) measured as after compaction thickness of the designed layer. New layers thicker than 200mm constructed using the above processes may be permitted by the engineer if the contractor can provide sufficient proof that his recycler has the capability to provide a homogenous layer with respect to moisture, stabiliser content and compaction.”

Add the following new sub-clause:

d) Construction joints in new layers

Where construction joints are formed between adjacent portions of the same layer the following conditions shall apply:

(i) Joints shall be either at right angles or parallel to the road centreline. (ii) Joints in successive layers shall not correspond with those of the layers below

and shall be offset at a minimum of 150mm or as indicated on the drawings. (iii) The need for and positions of all proposed joints shall be approved by the

engineer prior to the commencement of work. (iv) During the creation of a joint in a layer, the existing material or the material

previously placed for the specific layer shall either be cut back sufficiently (minimum 150mm) to ensure the incorporation of any loose or disturbed material, or ripped (minimum 150mm) and compacted together with the new portion of the layer to be constructed or only re-compacted together with the new portion of the layer as may be required by the engineer to ensure that a sound fully compacted joint is formed.”

B3212 MEASUREMENT AND PAYMENT

In the introductory paragraph replace the comma after “below” in the penultimate line with a full stop and delete the remainder of the paragraph. Add the following as a 2nd paragraph: “Separate payment for work applicable to these payment items shall be made under the relevant sections in these specifications pertaining to the construction material required. For example, material procured from borrow that is crushed and screened for use in selected and sub-base layers shall be measured for payment under Section 3400: PAVEMENT LAYERS OF GRAVEL MATERIAL as: 34/32.01(d) and 34/32.03(d) etc., whichever is the relevant pairing of pay items under sections 3200/3400.”

Page 183: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-221

SECTION B3300: MASS EARTHWORKS B3302 MATERIALS

b) Fill

Add the following under item (iv): “The maximum swell at 100% Mod AASHTO compaction shall not be more than 2%.”

B3303 CLASSIFICATION OF CUT AND BORROW EXCAVATION Classification of cut and borrow excavation shall be revised as follows:

“a) Classes of excavation

(ii) Intermediate excavation

No distinction shall be made between soft and intermediate excavation, and all intermediate excavation shall be classified and measured as soft excavation.”

B3305 TREATING THE ROADBED

a) Removing unsuitable material

Replace “or” in the eight line of the third paragraph with “and”

d) In situ treatment of roadbed

Add the following after the second paragraph: “Shales and mudstone shall be treated as directed by the engineer.”

B3306 CUT AND BORROW

e) The temporary stockpiling of materials

Replace the contents of this subclause with the following: "The contractor shall plan his activities in such a manner so that materials excavated from borrow areas and cuttings can be directly transported to and placed at the designated points. The temporary stockpiling of material will not be paid for separately unless instructed by the engineer, and full compensation will be deemed to have been included in the rates tendered for the various payment items for work for which the stockpiled material is to be used."

g) General

Add the following after the first sentence of the second paragraph: "The final cut surface in hard excavation shall not be more than 0,5 m below the specified slope face, measured at right angles to the strike and dip directions of the slope face."

B3307 FILLS

a) General

Add the following: "Where existing embankments are to be widened, or where new embankments are to be constructed adjacent to existing embankments, the existing side slopes shall be

Page 184: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-222

benched as specified in subclause 3307(d) and in accordance with the details on the drawings. In addition the material in the fill widening shall, unless otherwise instructed by the engineer, be compacted as follows:

(i) where the thickness exceeds 1,5 m, it shall be compacted to a minimum of

93% modified AASHTO density to a depth of at least 1,5 m below the final road level; or

(ii) where the thickness is less than 1,5 m, the in situ roadbed and fill material

shall be compacted to 93% modified AASHTO density."

d) Benching

Replace the first sentence of the second paragraph with the following: "The dimensions of benches as well as the extent to which existing fills have to be cut back to form benches shall be as indicated on the drawings or indicated by the engineer." Add the following after the second paragraph: "In order to obtain sufficient working width for road-building equipment when the existing road fill is widened, it may be necessary to form benches that extend beyond the normal road prism or to cut back into the existing road fill or both. The contractor shall submit his proposals in this regard to the engineer for approval before proceeding with such work. The contractor will be paid in accordance with the relevant payment items for work required to obtain a working width of up to 4 m. Additional work required to provide a working width in excess of 4 m shall be at the contractor's expense."

B3312 MEASUREMENT AND PAYMENT

Amend the description of item 33.14 to read as follows: “Item Unit B33.14 Extra over item 33.04 for excavating non-cemented material from the

pavements and fills of existing roads ............................. cubic metre (m3)” Delete the second paragraph of the description of measurement and payment for item

33.14 and replace the third paragraph with the following:

“The tendered rate will be paid extra over the tendered rate for item 33.04 and shall include full compensation for making excavations in existing pavements.” Add the following item: “Item Unit B33.21 Fill constructed with material from temporary (not designated)

stockpiles or directly from existing pavement layers and existing road prisms, irrespective of material type, including all haul:

(a) Gravel material in compacted layer thicknesses of 200 mm and less:

(i) Compacted to 93% of modified AASHTO density ......... cubic metre (m³)

The unit of measurement is the cubic metre of material measured in the compacted fill. The quantity measured shall be calculated by the method of average end areas from levelled cross-sections prepared from the ground line after clearing and grubbing and the removal of topsoil and the completion of any preparatory roadbed treatment which may have been ordered by the engineer, but prior to the construction of the fill, and the final specified or authorised fill cross-section superimposed at 20 m intervals along the centre line of the road.

Page 185: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-223

All measurement shall be neat and no payment will be made for that part of the fill placed in excess of the authorised cross-section shown on the drawings or instructed by the engineer, irrespective of the tolerances in workmanship allowed under the contract. Where the roadbed has subsided under the fills, the quantities shall be adjusted to make allowance for such subsidence, as set out in the note at the beginning of clause 3312. Measurement of fill shall distinguish between the alternative methods of processing and compacting.

The sources shall be points where existing pavement layers have been excavated or milled out or stockpiled and deemed to be acceptable for their use in the new fills elsewhere within the project boundaries. Fill and pavement layers from existing ramps or materials to be excavated or milled out from the existing pavements on sections that require repair or rehabilitation shall be included in this item. Where measurement by cross-sections is considered by the engineer to be impractical, the compacted volume of the material may be taken as equal to 70% of the loose volume of material in the hauling vehicles as an alternative method of measurement. The tendered rates shall include full compensation for the costs of procuring, furnishing and transporting the materials over an unlimited free-haul distance from the sources to the site, for placing, breaking down if required, preparing, processing, shaping, watering, mixing and compacting the materials to the densities or in the manner specified, and for removing and disposing of all oversize material from the road after processing, including transport for an unlimited haul distance to approved dumping sites provided by the contractor.”

Page 186: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-224

SECTION B3400: PAVEMENT LAYERS OF GRAVEL MATERIAL B3402 MATERIALS

a) General

Add the following at the end of the second paragraph: "For chemically stabilised layers the material shall conform to the requirements in table B3402/5. For bitumen stabilised layers the material shall conform to the requirements in table B3402/6. For cold in situ recycled layers the target grading shall be as indicated in table B3402/7" Add the following after the second paragraph: “Distinction shall be made between crushed and natural G4, G5 and G6 materials. Where the crushing and/or screening of these materials has been specified, the combined grading shall conform to the grading limits specified for G4 class material in Table B3402/1. The same shall apply for all materials obtained from commercial sources.” Replace the nominal maximum size of G4 material in table 3402/1 with “50 mm” for both uncrushed and crushed material. Replace the grading modulus sections in Table 3402/1 with:

GRADING

Nominal aperture size of sieve (mm)

Percentage passing through sieve by mass

The percentage

by mass passing the

2,00mm sieve shall not be less than 20% not more than 70%

None specified

Crushed material

produced by multi-

stage crushing

and screening

Uncrushed material or

material produced by single

stage crushing

53

None specified

50 100

37,5

28

20 61 – 91

14 48 - 82

5 31 - 66

2 20 - 50

0,425 10 - 30

0,075 5 - 15

GRADING MODULUS (GM)

2,4 ≥ GM ≥ 1.,5 2,4 ≥ GM ≥ 1,5

2,6 ≥ GM ≥ 1,2

Note: Refer to standard COLTO table for COLTO grading if required

Page 187: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-225

Replace Table 3402/5 with: "TABLE B3402/5: REQUIREMENTS FOR CHEMICALLY STABILISED LAYERS

Classification C1 C2 C3 C4

Material before treatment

At least G2 quality

At least G4 quality

At least G5 quality

At least G6 quality

PI after treatment

Non-plastic Non-plastic 6 max. *(1) 6 max. *(1)

UCS (MPa) *(2) 6 min. 4 min. 1,5 min 0,75 min.

ITS (kPa) *(3) - - 250 min. 200 min.

WDD (% loss) 5 max. 10 max. 20 max. 30 max.

Note: * (1) For materials derived from the basic crystalline rock group, the Plasticity Index after

stabilisation shall be non-plastic. * (2) Unconfined Compressive Strength @ 100% Mod. AASHTO density * (3) Indirect tensile Strength @ 100% Mod. AASHTO density (Rapid Curing) * (4) Wet/Dry Durability according to Method B 8110"

b) Compaction requirements

Amend the compaction requirements as follows: “

Pavement Layer Compaction Requirements (% of Mod.

AASHTO)

Lower selected layer 93%

Upper selected layer 95%

Stabilised (cement) subbase layers

96% average (of upper and lower subbase layers) with 97% for the upper subbase layer

Unstabilised subbase layers 97% (upper and lower subbase)

Base Class 40/19 CRCP base, 4.8 MPa (minimum) flexural strength

Shoulder 93%

Fills 93%

B3405 CONSTRUCTION TOLERANCES

(a) Level

Replace the table in the sub-sub-clause with the following:

“ H90

Hmax

Selected layers 25 mm 33 mm Sub-base layers 15 mm 20 mm Base layers 12 mm 15 mm Shoulders 25 mm"

Page 188: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-226

Add the following:

"Level control for the various pavement layers shall be done at least at the following intervals in the longitudinal direction:

Layer Interval

Selected layer, sub-base, shoulders and wearing course 20 m

Base 10 m

(b) Layer thicknesses

Replace the table in the sub-sub-clause with the following:

“ D90 Dmax

Dave

Selected layers 25 mm 35 mm 8 mm Sub-base layers 18 mm 24 mm 5 mm Base layers 15 mm 22 mm 5 mm Shoulders 30 mm 0 mm"

B3406 QUALITY OF MATERIALS AND WORKMANSHIP

Replace the second paragraph with the following: "Test results and measurements will be assessed in accordance with the provisions of Section 8200."

B3407 MEASUREMENT AND PAYMENT Amend the following payment item: Item Unit B34.01 Pavement layers constructed from gravel obtained from commercial sources: The unit of measurement shall be the cubic metre of compacted gravel pavement layer,

the quantity of which shall be calculated in accordance with the authorized dimensions of the completed layer. The quantity shall not be calculated from the delivery notes

The tendered rate shall include full compensation for procuring material from a commercial source and placing the material including unlimited freehaul.

Page 189: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-227

SECTION B3500: STABILIZATION B3502 MATERIALS

a) Chemical stabilizing agents

Delete sub-clauses (ii) Ordinary Portland cement and (iii) Portland blast-furnace cement and replace with the following: "Cement shall comply with the relevant requirements of SANS 50197-1:2000. The use of strength classes greater than 32,5 shall not be permitted. On this contract CEM IV B-V (32,5N) shall be used for stabilization purposes.”

B3503 CHEMICAL STABILIZATION

a) Preparing the layer

Insert the following before the first paragraph: “Moisture content tests shall not be undertaken more than one day in advance of in situ stabilization operations. Care shall be taken to ensure that samples are representative of the in situ material. Checks shall be conducted when wet weather occurs between initial testing and work commencing on any section.”

b) Applying the stabilizing agent

Replace the second sentence of the second paragraph with the following: “Spreading shall only commence when the engineer is satisfied that the correct quantity of stabilizing agent has been placed on the layer and has given permission that the stabilizing agent may be spread uniformly over the entire surface to be treated."

h) Curing the stabilized work

Add the following to method (ii): "The covering material shall be placed by end-tipping, spread, and not compacted until the underlaying layer has cured for at least 7 days." Add the following to paragraph: “Method (iii) and (iv) shall not be applicable.”

i) Construction limitations

Replace the fourth paragraph starting with “No stabilization ...” with the following:

“No stabilization shall be done during windy conditions, wet weather or with falling air temperatures (7°C and dropping), or during rising air temperatures (when the air temperature is below 3°C). The surface temperature of a compacted stabilized layer shall not be allowed to fall below 1°C during the first three (3) days after stabilization. The contractor shall be responsible for taking the necessary precautions to prevent the layer from freezing. All stabilized layers damaged by rain, frost or by the formation of ice in the layer shall be removed and replaced by the contractor at his own expense. The contractor shall make allowance for these requirements in his construction programme.”

Page 190: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-228

In Table 3503/1, delete “8 hours” for Ordinary portland cements and cement blends and replace with “6 hours”.

B3506 TOLERANCES

b) Uniformity of mix (chemical stabilisation)

Test method (i) to be used.

Replace the full stop at the end of paragraph (i) with the following: “using the formula (Sn / Xn) where: Sn is the standard deviation of stabilizer Xn is the average stabilizer content.”

B3509 QUALITY OF MATERIALS AND WORKMANSHIP

Add the following after the second paragraph: “The test results and measurements will be judged in accordance with the provisions of Section 8200. Bitumen stabilised layers shall be judged on the same criteria as chemically stabilised layers.”

Add the following paragraphs: "The engineer shall be notified in good time to enable him to conduct tests himself. Sample preparation and testing for cement stabilization testing shall be done by means of the Rapid Cure Method as described in clause B8110 while bitumen stabilisation sampling and testing shall be in accordance with the latest edition of the TG2. The stabilized material sampled from the layer for the compaction of modified AASHTO briquettes, shall be prepared according to SANS 3001; GR54; i.e. discard material coarser than a 37,5 mm test sieve, and compacted according to SANS 3001; GR31.

Any delamination of the completed layer (biscuiting), identified by the hollow sound caused when a chain is dragged over the stabilized layer, shall be removed and repaired prior to the construction of subsequent layers. The repair method shall be approved by the engineer. No payment will be made for repairs.

B3510 MEASUREMENT AND PAYMENT Item Unit

B35.02 Chemical stabilizing agent: (a) CEM IV B-V (32,5N) ton (t)

Replace the full stop at the end of the third paragraph with the following: " and layer dimensions."

Amend the payment item as follows:

“B35.13 Extra over Items 35.01 for trial sections .............................................................................. cubic metre (m3)”

Page 191: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-229

B3513 PROTECTION AND MAINTENANCE

(a) Trafficking the completed layer

(i) Cementitious stabilisation

Under no circumstance shall traffic be allowed to travel on layers of cement stabilised material.

(b) Maintenance of the stabilised layer

Until the surfacing is applied, the contractor shall maintain the surface integrity of the new layer by deploying staff on a daily basis to visually monitor all sections under traffic and take immediate action as soon a signs of ravelling are detected. Such action shall include the local application of dilute emulsion (applied by hand using a large paint brush) or the application of a further fog spray. Where damage occurs as a consequence of the surfacing not being applied within the time limits specified in clause B3513 (c) below, the engineer shall have the right to summarily reject the affected layer and the contractor will have no recourse for the costs he incurs in removing the layer and replacing it with fresh stabilised material.

(c) Application of surfacing

To prevent environmental degradation and/or abrasion damage, new base layers shall be surfaced as soon as the moisture content at all positions within the layer is below 50% of optimum moisture content according to SANS 3001-GR30 (replaced TMH 1, Method A7). The maximum time delay between completing a new base layer and applying the surfacing shall be 14 days (with due allowance made for inclement weather).”

Page 192: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-230

SECTION B3900: PATCHING AND REPAIRING EDGE BREAKS B3901 SCOPE B3907 MEASUREMENT AND PAYMENT

Item Unit B39.02 Excavation in existing pavements for patching in: Make the following correction to sub item (c): Change the unit of measurement from “square metre” to “cubic metre”. Add the following clause:

“B3908 CONSTRUCTION TOLERANCES, FINISH REQUIREMENTS AND RESTRICTIONS

The final riding surface on any particular point on patches or between the patch and existing surface shall not deviate more than 5mm from the bottom of a 3m long straight edge.”

Page 193: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-231

COLTO SERIES 5000: ANCILLARY ROADWORKS SECTION B5100: PITCHING, STONEWORK AND PROTECTION AGAINST EROSION B5102 MATERIALS

a) Stone

Replace the 2nd paragraph with the following: “Unless suitable stone can be located on site, the stone for pitching shall come from commercial sources but, from whatever source, its use shall be subject to the prior approval of the engineer.”

c) Sand

(ii) Sand for bedding

Replace this sub-sub-clause with the following: Sand for bedding used for paving blocks shall not contain any deleterious impurities and shall comply with the requirements given in table B5102/1. TABLE B5102/1

Sieve size (mm) Percentage passing

10 100

5 95 – 100

2 73 – 86

1 43 - 78

0,600 25 – 60

0,300 10 - 30

0,150 5 – 15

0,075 5 - 10 Note: Refer to standard COLTO table for COLTO grading if required

B5106 SEGMENTAL BLOCK PAVING

d) Edge beams

Add the following paragraph: “Where concrete edge beams are constructed the relevant specifications under section 2300 shall apply."

Page 194: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-232

SECTION B5500: FENCING B5501 SCOPE

Add the following: “This section also covers the repairing of existing fences that form part of the permanent work and/or routine maintenance”

B5514 MEASUREMENT AND PAYMENT

Add the following payitem: “Item Unit B55.10 Repairing existing fences ...................................................... kilometre (km) The unit of measurement for repairing existing fences shall be the kilometre of existing fence repaired on the instruction of the engineer. The tendered rate shall include full compensation for untying the existing fence (where necessary) and reinstating it, tying of droppers and repairing and re-aligning of standards to the satisfaction of the engineer as well as for coiling and stacking material unsuitable for re-use. Fencing material replaced shall be paid for under items 55.02 and 55.03. If the existing fence is damaged by the contractor’s construction activities, the contractor shall repair the fence at his own cost.”

Page 195: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-233

SECTION B5600: ROAD SIGNS B5601 SCOPE

Replace “South African Road Traffic Signs Manual” in the second paragraph with: “SADC Road Traffic Signs Manual”

B5603 MANUFACTURING OF ROAD SIGN BOARDS AND SUPPORTS

a) Road signboards

Add the following: “The contractor shall make every effort to ensure that signboards are correct in all respect and before dispatching the boards from the manufacturer’s factory shall provide the engineer with a 100mm x 150mm colour photograph of each sign face for approval of the correctness of the legend. Such approval will not imply final acceptance of the board. If the contractor is in any doubt as to the correctness of the sign detail, the sign designer shall be contacted for verification.” (ii) Steel profile road signboards

Add the following: “Chromadek section shall be assembled in accordance with the details of Standard Plans SP-B-12-Sheets 4 and 5 and SP-B-4-Sheets 33E and 34E. Where the letter or legends cross the horizontal joints of the sign panels, the letter shall be cut on the joint and both ends folded around the radius. Retro-reflective material to adjoining Chromadek panels on a sign shall be practical visual match of the specified colour.”

B5604 ROAD SIGN FACES AND PAINTING

Add the following sub-clause: “e) Application of retro-reflective material

All sign faces shall be faced with retro-reflective material. Painted front sign faces shall not be used. Where applied to Chromadek sections, retro-reflective material shall be applied as specified for aluminium section in Clause 5603(d) of the Standard Specification, and of Clause B5603(a)(ii) of this Project Specification.”

B5605 STORAGE AND HANDLING

Add the following: “The following shall not be allowed on the sign face: Drilling of holes, except for the fastening of overlays Application of any form of adhesive Cleaning with any chemicals that are not specifically approved by the manufacturer of

the retro-reflective material. Covering the sign face with an impermeable material that does not allow free circulation

of air.”

Page 196: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-234

B5606 ERECTING ROAD SIGNS

c) Erection

Add the following: “After erection the signboard shall be thoroughly cleaned with a cleaning agent approved by the retro-reflective material’s manufacturer. All vegetation obstructing the new or replaced sign board shall be removed and disposed of as instructed by the engineer.”

B5608 DISMANTLING, STORING AND RE-ERECTING EXISTING ROAD SIGNS

Add the following: “Existing overhead and ground mounted road signs that are being replaced by new signs shall be dismantled and disposed of by the Contractor. Where possible the dismantling of the signs shall not be before the replacement sign is erected and displayed. Where dismantling of the sign is required before erection of the replacement sign, the dismantling shall not take place until immediately before work is to commence on the replacement, and the replacement shall be completed and the new sign displayed as soon as possible thereafter (within 72 hours). Dismantling shall include sign panels and ground mounted sign supports. Ground mounted sign supports shall be cut off just below ground level. Material excavated for removal of buried poles shall be replaced, and any depression made good using excess material from excavation for new signs. Payitems are provided in the Pricing Schedule. Payment will differentiate between different types of sign panels.”

B5609 MEASUREMENT AND PAYMENT

Item Unit B56.01 Road sign boards with painted or coloured semi-matt

background. Symbols, lettering, and borders in semi-matt black or in Class I retroreflective material, where the sign board is constructed from

Amend the last two lines of the second paragraph to read: “completion, delivery, installation of the road sign board complete as specified, and the removal and disposal of all vegetation obstructing the motorists’ view of the new or replaced sign board.” Add the following payment items: “Item Unit B56.10 Danger plates at culverts/structures

600 x 150mm ............................................................................. number (No)

The unit of measurement shall be the number of danger plates provided and erected in accordance with the drawings. The tendered rate shall include full compensation for all labour and material, painting, posts, excavation, backfilling with soil etc., as may be necessary for completing the work in accordance with the details shown on the drawings.

Page 197: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-235

SECTION B5700: ROAD MARKINGS B5701 SCOPE

Replace “South African Road Traffic Signs Manual” in the second paragraph with: “SADC Road Traffic Signs Manual” Replace the words “ordinary road marking paint” with “solvent borne road marking paint”. Replace “BS 3262” with “EN 1436”. Replace “Hot melt plastic road marking” with “thermoplastic road marking”.

B5702 MATERIALS

Insert the following before subclause (a) Paint: “The selection of the appropriate road marking paint and materials for permanent road markings to ensure conformance with the requirements of this specification rests with the contractor. Such paint and material shall have technical characteristics (brightness, luminance, skid resistance, durability) equal to or greater than road marking paint and materials specified in subclauses 5702(a), (b) and B5702(c). Where plastic road-marking material (hot-melt plastic (also known as thermoplastic) and two-component (also known as cold plastic)) is used, the contractor shall obtain an approved guarantee from the manufacturer that the paint complies with the specification. This shall be submitted to the Engineer on request.”

Replace sub-subclause B5702(a)(i) with the following: “(i) Road marking paint

Road marking paint shall be Type 1 as specified in SANS 731-1. Only paint, manufactured in a SANS approved and accredited facility shall be accepted. The no-pick-up time of road-marking paint shall comply with the Class 1 requirement in accordance with SANS 731-1. The paint shall be delivered at the site in sealed containers marked in accordance with SANS 731-1. The viscosity of the paint shall be such that it can be applied without being thinned down.”

Replace sub-subclause B5702(a)(iii) with the following:

“(iii) Thermoplastic road marking material

Thermoplastic road marking material shall comply with the requirements of EN 1436, and EN 1423: 1998 for drop-on glass beads for road marking and anti-skid aggregates and mixtures thereof. Blending of thermoplastic road marking material and glass beads shall comply with EN 1424: 1998. The binder shall be an elasticized synthetic resin and the material shall be reflectorized by mixing in 25% by mass Class A glass beads in accordance with EN 1424: 1998. An additional topping of glass beads shall be applied to the hot surface of the material for instant retro-reflectivity. The white road marking material shall contain 6% by mass minimum titanium dioxide content and shall have a skid resistance of 45 S.R.T. – units or higher. SABS Method 1248: 1995 shall be used for determination of traffic wear index; indication of durability. The following minimum lumination values are required for the completed product:

Page 198: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-236

250 mcd/m2.lux & 120 mcd/m2.lux for white & yellow lines respectively, at 30 days after application.

200 mcd/m2.lux & 100 mcd/m2.lux for white & yellow lines respectively, at 6 months after application.

Determination of coefficient of retro-reflected luminance by means of portable retro-reflectometer shall be carried out using SANS 6261: 2008. Application of the permanent roadmarking will thus have to be performed within the first 6 months of the 12 month defects liability period to allow for the second measurement to fall within the contract dates. Should the application of the permanent road-marking fall outside the first half of the defects liability period for whatever reason, the settlement of the retention money will be delayed until the second measurement of luminance can be performed at the stipulated time and the required adjustment can be made to the tendered rate (if required).

Two-component cold plastic road marking material shall be used for symbols, arrows and letters (hand painted markings) unless otherwise instructed by the Engineer.”

Add the following sub-subitem:

“(v) Cold plastic road marking material

Cold plastic road marking material shall be used for symbols, arrows and letters (hand painted markings) and shall consist of a solvent-free reactive acrylic resin, stuffing, beads and pigment to which a hardener shall be added. Application is carried out using a trowel. Material applied by paint brush shall not be used.

Cold plastic road marking material shall be reflectorized by mixing in 25% by mass (or 400g/m2) Class A glass beads in accordance with EN 1424: 1998. An additional topping of glass beads is applied to the wet surface of the material after application and will comply with EN 1423: 1997.”

b) Roadstuds

Replace the clause with the following:

“Permanent and temporary road studs shall comply with the requirements of the European Standard for road studs IS EN 1463. The road studs to be used on this contract shall be of type Road Stud Application 1 (RSA-1) and Road Stud Application 3 (RSA-3). Road studs for the areas of application shall be supplied and installed in accordance with the requirements set out in Table B5702/1 with reference to IS EN 1463.

Page 199: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-237

TABLE B5702/1

Classification Area of Application

RSA-1 RSA-2 RSA-3 RSA-T

Description Bi-directional Bi-directional Circular

Cats-Eye Bi-directional

Material Galvanized Cast Iron

Plastic Glass Plastic

Design Type A Type A Type A Type A

Use Type P Type P Type P Type T

Reflector Type 1 Type 1 Type 1 Type 2

Reflectivity R1 R1 R1 Not Specified

Installation System

Anchored Bonded Embedded Self Adhesive or

Bonded

Height above Road

H3 H3 H3 H1

Dimensions (min-footprint)

100mmx80mm 100mmx100mm 100mm

dia 100mmx100mm

Colours W – R - Y W – R -Y W W – R - Y

Road Trials S1 S1 S1 Not Applicable

Add the following sub-item: “c) Retro-reflective beads

Retro-reflective glass beads shall be applied to the wet paint, thermoplastic and cold plastic. The beads shall comply with Class A beads in accordance with EN 1424: 1998, with the following requirements or as approved by the Engineer:

colour : crystal clear

roundness : > 80%

size range of : 14 – 200 US Mesh (75 – 1400 Microns)

refractive index : > 1.5

specific gravity : ± 2.5

granulometry :

CUMULATIVE RETAINED MASS

SIEVE MINIMUM MAXIMUM

1700 0 2

1400 0 10

1180 5 30

850 40 80

600 70 100

425 80 100

355 90 100

212 95 100

PAN 100 100

The beads shall be delivered to the site in sealed bags, marked with the name of the manufacturer, the batch number and an inspection seal of SANS, confirming that the beads form part of a lot tested by SANS and comply with the requirements of EN 1424: 1998. Alternatively, the Contractor shall at all times have a SANS certificate on the site, identifying the batches to which the inspection seals apply and certifying that they have been tested by SANS, and comply with the requirement of EN 1424: 1998.”

Page 200: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-238

B5704 MECHANICAL EQUIPMENT FOR PAINTING

Add the following sentence at the end of the first paragraph:

”The road-marking machine shall be fitted with a device to guide the operator to the centre of the line to be painted. This device shall be used at all times of operation.”

B5705 SURFACE PREPARATION

Add the following at the end of the second paragraph: “The onus is on the contractor to ensure that the surface on which the road markings are to be applied is sufficiently clean and dry to ensure that the quality of the road markings will not be adversely affected. The contractor is also responsible for protecting road studs from being painted over, and the subsequent cleaning thereof if such over-painting did occur.”

B5706 SETTING OUT THE ROAD MARKINGS

Insert the following before the first paragraph: “Where road markings are to be replaced after any construction activity, it is essential that all existing road marking be accurately surveyed and referenced before commencement of such construction activities which will obliterate the existing road markings. The position of barrier lines shall be re-assessed on site by the engineer before the contractor commences with the road marking.”

B5707 APPLYING THE PAINT

Insert the following before the first paragraph:

“The Contractor’s establishment on site and general obligation shall be deemed to fully include the establishment of the road-marking team, irrespective of the number of times the road-marking team is required to be on site or is required to move within the site. Provision is also made under item B57.07 for de-establishment and re-establishment in the contract or maintenance period if such action is required by delays not attributable to the contractor and/or ordered by the Engineer.”

Replace the sixth paragraph with the following: “Solvent borne road marking paint shall be applied at a nominal rate of 0,42ℓ/m2 or as directed by the Engineer. Thermoplastic road marking shall be applied at a nominal rate of 2,5 kg/m2 to achieve a minimum thickness of 1,25mm to 1,5mm or as directed by the Engineer. The two-component road marking material shall be applied by hand by means of a trowel. The desired symbol or line shall be marked with a tape or a template on the road surface. Thereafter apply the required volume of material and spread uniformly over the entire area. When dry/set, remove the tape or template. A spreading rate of 4,5kg/m2 is estimated to achieve a 2,0mm material thickness. In order to ensure proper coverage on all types of surfaces the Engineer may order an increase in the above nominal application rates. Payment for these variations in application rates shall be made under item 57.04. A daily log-sheet, provided by the Employer, shall be completed and signed by the Contractor and the Engineer’s representative, recording the quantities of paint and glass beads used on that day and shall be available for inspection at all times. The completed and signed log-sheet for the period covered by a payment certificate shall be attached to the payment certificate.”

Replace the last paragraph with the following:

“Solvent-based road marking as specified by the Engineer shall be carried out within 14 days of opening the road full width to traffic after the completion of the surfacing.

Page 201: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-239

If in the in the opinion of the Engineer, conditions are unsafe, the centre-line shall be painted immediately after 2,0 km of continuous road has received a new asphalt layer, or 4,0 km of continuous road has received a new seal surfacing.”

B5708 APPLYING THE RETRO-REFLECTIVE BEADS

In the first paragraph, replace the nominal application rate of 0,8kg/litre with “400gm/m2”. Replace the second paragraph with the following: “The thermoplastic road marking material and two-component road marking material shall contain insitu glass beads of minimum content of 25% in order to obtain night visibility (reflectivity). The contractor shall immediately apply additional glass beads at 400g/m2 to obtain immediate reflectivity. The beads shall be sprayed onto the road marking layer by means of a pressure sprayer. Where letter, symbol, traverse line and island road marking is undertaken by hand, the glass beads may be applied by hand if approved by the Engineer. Prior to any hand application work, the contractor shall first request approval from the Engineer.” Add the following: “Beads shall be applied in accordance with EN 1424.”

B5710 TOLERANCES

Add the following paragraphs to subclause (c) Alignment of markings: ”When an unbroken line and a broken line are painted alongside each other, the beginning and the end of the unbroken line shall coincide with the beginning of one broken line and the end of another broken line. When existing lines are repainted, the new markings shall not deviate more than 100mm in the longitudinal direction nor 10 mm in the transverse direction from the existing marking. The alignment of the road studs shall not deviate from the true alignment by more than

10mm and shall be positioned so that the reflective faces are within 5 of a right angle to the centre line of the road.” Add the following subclause:

“e) Testing

(1) Plant

Before painting any permanent road markings, the Contractor shall satisfy himself and the Engineer, by painting test lines on a section of pavement other than the section required to be marked:

(i) that the painting machine is in good working order and properly

adjusted; (ii) that the operator is fully experienced; and (iii) that the machine sprays at the specified rate of paint application.

The Contractor shall bear the cost of all materials and workmanship required for the above plant tests. In addition, the Contractor shall conduct random paint thickness tests and dip/spread tests as required by the Engineer.”

B5711 GENERAL

Insert the following into the last sentence of the last paragraph between “black paint” and “or chemical paint remover”: “, bituminous emulsion, slurry”

Page 202: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-240

Add the following to the last paragraph: “Where black paint is used, it shall be matt.” Add the following clause: ”The Contractor shall provide temporary traffic control facilities in accordance with Section 1500 of the COLTO’s standard specifications for road and bridge works to ensure traffic safety where work is being executed. Property and/or road signs damaged by the Contractor, his personnel, his agents or sub-contractors shall be repaired or restored to their condition prior to the damage at his own cost.”

B5712 FAULTY WORKMANSHIP OR MATERIAL

Add the following paragraphs to this item: ”The Contractor shall rectify in an acceptable manner and at his own costs; all marking that do not comply with the specified requirements. While work is in progress, tests shall be carried out on materials and/or the quality of work to ensure compliance with the specified requirements. The sampling methods are specified in SANS 731-1. The sampling methods described in TMH5 shall be followed where applicable.”

B5713 PROTECTION

Add the following paragraph ”Traffic cones shall not be smaller than 750mm in height and shall be placed on the road not further than 48m apart. Cones shall not be removed before the paint on the road has hardened to such an extent that it will not be damaged by traffic and the adhesive of the road studs has hardened to such an extent that the studs will not turn or become loose. All marks on the road caused by traffic driving over wet paint shall be removed by the Contractor at his own cost.”

B5714 MEASUREMENT AND PAYMENT

Amend the heading for payitem B57.03 as follows: “B57.03 Thermo-plastic road-marking paint ...................................... kilometre (km)” Add the following after the third paragraph: “Full payment of the tendered rate will be applicable upon completion of the application of the road-marking paint. However, should the coefficient of retro-reflected luminance fall below the required minimum levels as specified in paragraph B5702 above, payment will be reduced on the following sliding scale : White lines:

Below 250 mcd/m2.lux at 30 days : minus 10 % of the tendered rate

Below 200 down to 180 mcd/m2.lux at 6 months : minus 10% of the reduced rate

Below 180 down to 160 mcd/m2.lux at 6 months : minus 20% of the reduced rate

Below 160 down to 140 mcd/m2.lux at 6 months : minus 30% of the reduced rate

Yellow lines:

Below 120 down at 30 days: minus 20 % of the tendered rate

Below 100 down to 80 mcd/m2.lux at 6 months: minus 20% of the reduced rate

The reduction in the tendered rate applicable for failing to meet the specified minimum luminance level at the 30 days and 6 months measurement dates shall be applied accumulative in the certificate immediately following the date of measurement.”

Amend payitem B57.05 as follows:

Page 203: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-241

“Item Unit B57.05 Roadstuds (installation and maintenance) ........................... number (No)” Add the following after the first sentence of the second paragraph: “No additional payment will be made should temporary or permanent road studs be replaced if lost or broken during the construction period or during the Defects Notification Period.” Item Unit B57.06 Setting out and pre-marking the lines (excluding traffic

island markings, lettering and symbols) ............................. kilometre (km)

Add the following: “Referencing of existing barrier lines and other road marking lines prior to milling and other operations, shall be included in the tendered rate for setting out and pre-marking.” Amend payitem 57.07 by replacing the payitem heading with the following: “Item Unit B57.07 Re-estabilshing the painting unit at the end of the

defects notification period lump sum”

In the 4th line of the 1st paragraph delete the word “maintenance” and replace with “defects notification” Add the following payitems: “Item Unit

B57.11 Re-establishing the painting unit on instruction of the

Engineer during the construction period .............................. number (No)

The unit of measurement shall be the number of times the painting unit is re-established on site on instruction of the Engineer. The Contractor’s establishment on site and general obligation shall be deemed to fully include the establishment of the road-marking team, irrespective of the number of times the road-marking team is required to be on site or is required to move within the site. Provision is made under payment item 57.07 for de-establishment and re-establishment in the contract or maintenance period if such action is required by delays not attributable to the contractor and/or ordered by the Engineer. The tendered rate shall include full compensation for re-establishing the complete painting unit on the site and the subsequent removal of all special equipment, personnel, etc., for painting the road-traffic markings during the construction period."

Page 204: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-242

SECTION B5800: LANDSCAPING AND PLANTING PLANTS B5801 SCOPE AND DEFINITION

a) Delete this paragraph and replace with

“This section includes all areas affected by construction activities. It includes landscaping, grassing, rehabilitation, erosion protections and planting trees and shrubs.

b) Definition

WEEDS Delete the following: “(as listed in bulletin 413 issued by the Department of Agriculture, Directorate of Agricultural Information)” and replace it with: “(as listed in the Conservation of Agricultural Resources Act)”

B5802 MATERIALS

c) Grass seeds

Add the following: “The grass seed mixture shall be as follows:

i) Cynodon dactylon 3,7 kg/ha ii) Tragus bertoronianus 2,5 kg/ha iii) Heteropogon contortus 15,0 kg/ha iv) Chloris gayana 5,0 kg/ha v) Eragrostis curvula 7,5 kg/ha vi) Chloris virgata 0,5 kg/ha vii) Digitaria eriantha 2,5 kg/ha viii) Melinis repens 2,0 kg/ha ix) Aristida congesta subsp. Congesta 0,8 kg/ha x) Cymbopogon excavatus 2,5 kg/ha

Total 42,0 kg/ha”

g) Topsoil

Add the following at the end of the first paragraph: “The contractor shall be responsible for the control of any germination of weed seeds within topsoil used on site.” Add the following at the end of the second paragraph: “Areas such as stockpiles, borrow pits and spoil sites shall be stripped of all topsoil before work may commence within the area. Should a larger site for any of the above be required during construction, the contractor shall refer to the DEO for best practice methods on ensuring the preservation of the additional stripped topsoil.” Add the following paragraph: “The topsoil shall be kept free of all foreign material generated during construction. This shall include all stone and bituminous products. Topsoiling shall not be accepted should it contain any of the above material.”

Page 205: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-243

B5804 PREPARING THE AREAS FOR PLANTS

b) Areas which do not require topsoil

Replace: “50mm” with “20mm “ and “150mm” with “20mm” Add the following: “In areas with large natural rock, i.e. not blasted or excavated rock, these rocks may be placed so as to look like a natural part of the landscape”

Add the following sub-clause:

“g) Removal of undesirable vegetation

During the course of the Contract the engineer may instruct the contractor to physically remove undesirable vegetation from within the road reserve. Such an operation will take place before the flowering stage of the undesirable vegetation upon written instruction from the engineer, but shall not relieve the contractor of his obligation towards weeding sodded, grassed areas as described under 5806(a) and any area directly affected by any construction activity. Should the contractor fail to respond to the written instruction from the engineer for the removal of the aforementioned undesirable vegetation before flowering, the contractor shall be held contractually responsible for any growth or seeding of said vegetation for a period of not less than twenty four (24) months in the affected area.”

B5805 GRASSING

f) Sowing by hand

Delete the following: “If approved by the engineer,” Replace the second sentence with: “The top 20mm of prepared topsoil shall be raked away in sections, the seed shall then be spread uniformly within the prepared area. The top 20mm topsoil shall then be raked over the seedbed, ensuring an even thickness. This method is to be systematic, and where applicable, follow the contours of any slopes.” Add the following: “The thickness of the topsoil layer shall be as specified by the engineer. The preparation of the soil of the soil for areas to be grassed is to include scarifying just before sowing the grass seed. Should erosion of any kind (by animal, wind or rain) have occurred before the contractor applies the grass seed, the slope shall be re-instated, at the contractor’s cost, to its original, erosion free state before seeding. The types and mixtures of seeds to be used shall be as specified in the project specifications. The contractor shall be solely responsible for establishing an acceptable grass cover, and any approval by the engineer of seed mixtures intended for use by the contractor shall not relieve him of his responsibility”.

Page 206: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-244

B5808 GENERAL

Add the following subitems: “f) Weeding

The contractor shall maintain all areas affected by construction activities free of all undesirable plant species. They shall be removed before the flowering stage of each species. Should the contractor fail to remove the alien plant species before flowering he shall be held responsible for alien plant removal within the affected area, for an additional period of one year, over and above the contractual one year defects liability period. The method for the removal of undesirable plant species shall be either by hand, which shall include the removal of the complete root system, or by chemical means, through the use of a registered selective herbicide. A registered, licensed pest control operator, licensed for the industrial application of herbicides, shall only administer the application of the herbicide.

g) Establishment of vegetation within areas disturbed by construction activities

The engineer shall assess any area within the construction boundaries that has been disturbed by construction activities, but which is not scheduled for formal revegetation within the contract. The assessment shall include whether re-vegetation is required. These disturbed areas, none the less remain the contractor’s responsibility for the removal of alien vegetation (see 5807(e)).”

B5809 MEASUREMENT AND PAYMENT

Add the following payitem: “Item Unit B58.12 Removal of undesirable vegetation ........................... kilometre (km) The unit of measurement shall be the linear kilometre measured along the road centerline and within the road reserve, and measured each time the contractor has been instructed by the engineer to remove the undesirable vegetation under this payitem. This item shall not include areas of undesirable vegetation that have occurred within areas affected by construction activities, which are considered a contractual obligation (5807(e)). The tendered rate shall include full compensation for all plant, equipment, labour and consumables required to effectively remove the undesirable vegetation, including the entire root system, and disposing by approved means.”

Page 207: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-245

SECTION B5900: FINISHING THE ROAD AND ROAD RESERVE AND TREATING OLD ROADS B5901 SCOPE

In the first line of the second paragraph, insert the following after ‘this section’ “…distinguishes between new construction and renewal construction. When construction is new, as in the case of new alignments for example, then this section ”

B5902 FINISHING THE ROAD AND ROAD RESERVE

Retain the existing paragraphs as sub-clause: “a) New construction”

Replace the sixth paragraph with: “All materials resulting from the finishing operations shall be disposed of at approved spoil sites.”

Add the following: “b) Renewal construction

After completing construction work within the site, the contractor shall ensure that all construction generated or related material that may have been swept, windrowed, stockpiled, stored or spread beyond the road surface is removed. This shall be done before any other rehabilitation work is undertaken, including shaping, topsoiling and grassing. Should, during the removal of construction generated or related material, existing vegetation or topsoil be disturbed or destroyed, the contractor shall, at his own cost, re-instate the road reserve to its original state. This shall include ripping, should the construction material have compacted the existing surface. Culvert in lets and outlets, culvert barrels, and open drains shall be cleared of debris, soil, silt and other material generated from the construction activities. The surfacing shall be cleared of all dirt, mud and foreign objects. Dragging, pushing or scraping material across the finished surfacing shall not be permitted. All junctions, intersections, islands, kerbing and other elements making up the completed works shall be neatly finished off. The contractor shall ensure that all undesirable plants have been removed from the road reserve and borrow pit areas. All materials resulting from the finishing operations shall be disposed of at approved spoil sites.”

Page 208: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-246

COLTO SERIES 6000: STRUCTURES SECTION B6100: FOUNDATIONS FOR STRUCTURES B6103 GENERAL

a) Subsurface Data

Add the following: “It is expressly understood that, while all subsurface information is given in good faith, the correctness of the information furnished is not guaranteed. Where the actual foundation conditions encountered are considerably at variance with conditions visualised and described in the Contract documents and those terms for which the rate or price provided for in the Contract is rendered unreasonable or inapplicable, such other rate or price consistent with the rates set out in the Contract shall be fixed as set out in Clause 13 of the FIDIC Conditions of Contract subject always to a founding depth variation not exceeding 2.5m in any foundation component (except piling depth) of the permanent structure not, by itself, being held to constitute cause for variation for the Contract rates or prices.”

B6104 ACCESS AND DRAINAGE

c) Drainage

Add the following: “Where dewatering and keeping dry of excavations has not been billed separately as per item 61.03 “Access and Drainage”, it shall be deemed to be included in the rates tendered and paid for excavation and backfill.”

B6105 EXCAVATION

a) General

Add the following: “Excavation required for diverting, channelling or widening streams within 5.0m of concrete structures shall be measured and paid for under item 61.02. Excavations beyond the 5.0m limit shall be measured and paid for under the appropriate items in Sections 2100 and 3300.”

c) Excavation

Add the following paragraphs: “Where excavation is in soft material, the final 0.75m and in the case of hard material, the final 0.25m of material shall be removed using suitable hand tools such as pick and shovel or pneumatic tools. During construction of the river bridges the Contractor will only be permitted to construct, subject to the approval of the Directorate of Water Affairs, low level causeways access the rivers that cause negligible backing up and cofferdams around the piers and abutments for the construction of the foundations using material excavated in the road prism consisting of natural alluvial deposits of sand boulders, etc. These obstructions must be removed at the end of the contract and the river and banks restored to their original condition.

g) The safety of excavations

Add the following paragraph:

“The design for shoring, signing of the drawings and inspection prior to construction of the permanent works of excavations to ensure it is safe shall be undertaken by the contractor’s competent person, who shall be a professional engineer with the

Page 209: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-247

relevant experience. The contractor shall ensure that all temporary works undertaken shall comply with the relevant sections of the Occupational Health and Safety Act and the Construction Regulations”.

B6106 FOUNDING

Add the following clause at the end of the last paragraph: “Where foundation slabs or pile caps are cast directly against the face of the excavations, the volume of concrete measured for payment shall be the total volume of concrete placed or the volume based on the plan dimensions detailed on the drawings plus a 100mm allowance for overbreak on each applicable side whichever is the lesser. No formwork to the footing shall be measured when the concrete is cast against the face of the excavations”.

B6109 FOUNDATION FILL

In the 5th paragraph, 7th line delete “60” substitute “45”. Add the following after the 6th paragraph: “Concrete blinding shall extend 100mm all round beyond the horizontal dimensions of all formed footings to facilitate placing of the formwork, unless otherwise directed by the engineer. In the case of structures where excessive ground water is encountered, the blinding layer may extend over the full plan area of the base of the excavation and beyond the edge of the foundation where required. Payment shall be made for the quantity of concrete calculated as the product of the specified thickness of blinding layer and the actual area of blinding placed subject to a maximum distance of 500mm beyond the edge of the foundation.”

Page 210: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-248

SECTION B6200: FALSEWORK, FORMWORK AND CONCRETE FINISH B6204 DESIGN

a) General

Add the following: “The Contractor shall submit to the Engineer at least 4 weeks before the structure is scheduled for construction a detailed analysis showing the effect of the stresses that will be induced by the Contractor’s chosen method of construction. The cost of any additional prestressing, reinforcing steel, concrete, etc. required as a result of the Contractor’s chosen method of construction shall be to the Contractor’s account. No construction shall commence until the Engineer has given his written approval.”

b) Falsework

“Unless instructed otherwise by the Engineer, the Contractor shall submit his design criteria and detailed drawings of the staging to the formwork. The design, signing of the drawings and inspection of the falsework prior to construction of the permanent works shall be undertaken by the contractor’s competent person, who shall be a professional engineer with the relevant experience.”

B6205 CONSTRUCTION

b) Formwork

(i) General

Add the following: “Formwork to faces of structures with a gradient equal to or greater than ten vertical to one horizontal shall be classified as vertical formwork. Formwork to faces of structures with a gradient less than ten vertical to one horizontal, or equal to or greater than one vertical to ten horizontals, shall be classified as inclined formwork. Formwork to faces of structures with a gradient of less than one vertical to ten horizontal shall be classified as horizontal formwork.”

(ii) Formwork to exposed surfaces

Add the following: “The formwork at construction joints shall have moulding strips 25mm x 25mm neatly butted and set at the position of the construction joint”.

(vi) Permanent formwork

Add the following paragraph: “Anchor ties shall be designed to resist full buoyancy forces and details of such shall be submitted to the engineer for approval. Void formers shall be held in position in order that no movement exceeding 1% of the deck thickness takes place during concreting.”

d) Class F3 surface finish

Replace the second paragraph with the following:

“The use of steel forms shall be permitted to form surfaces for which Class F3 surface finish has been specified, provided that only undamaged forms shall be used for such work and that the forms shall be subject to the approval of the engineer.”

Page 211: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-249

SECTION B6300: STEEL REINFORCEMENT FOR STRUCTURES B6306 PLACING AND FIXING

Replace the second and third paragraphs with the following: “The concrete cover for all structural concrete shall be within the acceptance ranges shown in Table B6404/6. Prior to fixing the steel, samples of the proposed cover and spacer blocks shall be submitted to the engineer along with a written statement for in situ manufacture, if applicable, for approval. Overlap of steel reinforcement bars shall be such that the cover to the lapped bars remains constant at the specified cover.”

B6307 COVER AND SUPPORT

Amend the second paragraph as follows: Replace the second sentence, commencing with: ”Where no cover is indicated…shown in Table 6306/1” with the sentence “Where no cover is indicated, the contractor shall inform the engineer who shall after consultation with the design engineer indicate the required cover in writing and the as-built drawings shall indicate such cover”. Add the following to the end of the fifth paragraph: “Concrete cover and spacer blocks shall be made using the same cement and aggregate type as the main concrete with the same water/ cement ratio so that differences in shrinkage, thermal movements and strain are minimised. Cover blocks shall be water cured by submersion for a minimum of 7 days and thereafter kept submerged in water until immediately before fixing onto reinforcing steel. Where concrete cover blocks, subsequent to fixing, have visually dried out they shall be remoistened by an appropriate method so that they are damp before the placing of concrete. Only semi-spherical concrete cover blocks shall be used. Where fixing wire is inserted into cover blocks, it shall be galvanised. Cover and spacer blocks manufactured from other materials e.g. plastic or wood, shall not be permitted. All cover blocks regardless of the type of material manufactured from, shall not be visible on exposed concrete surfaces.” Delete Table 6306/1 in its entirety. Add the following paragraph: “Where the concrete cover specified has not been achieved after cover tests have been carried out in accordance with clause B8106(j), reduced payment as determined under clause B8212 shall be applied to all the relevant payitems under section 6300.”

Page 212: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-250

SECTION B6400: CONCRETE FOR STRUCTURES B6401 SCOPE

Add the following paragraph: “The contractor shall take and submit samples of materials and/or mixtures to the engineer who must approve mix designs before construction work can commence.”

B6402 MATERIALS

a) Cement

Replace the colon at the end of the first paragraph with a comma, and add the following: “taking into account the adoption of the new SANS 50197-1:2000 code for cements: (refer to C&CI website www.cnci.org.za)” Add the following paragraphs: “The type of cement to be used in any concrete element shall take into account the environmental conditions and durability requirements at the location of the site of the works, and shall be as approved by the engineer. With the exception of the standard SANS approved cement blends supplied by the primary cement producers, the blending of CEM1 and extenders shall not be permitted unless specifically approved by the engineer on the basis of an acceptable quality assurance procedure.

b) Aggregates

Delete the remainder of the sentence after “exceed” in sub-clause (i)(1) and replace with the following: “150% of that of the reference norite aggregate or any of the other three reference aggregates” Delete the remainder of the sentence after “exceed” in sub--clause (i)(2) and replace with the following: “200% and of the coarse aggregate 175% of that of the reference norite aggregate or any of the other three reference aggregates” Delete the remainder of the sentence after “exceed” in the first paragraph of sub-clause (i)(3) and replace with the following: “235% of that of the reference norite aggregate or any of the other three reference aggregates” Delete the entire last paragraph of sub-sub-sub-clause (i)(3) commencing with “The drying shrinkage of concrete…” Add the following sub-sub-clause:

“(vi) The maximum chloride ion content of fine aggregate shall be 0,03% by mass

of aggregate as specified by SANS 1083:2002. Where concrete is situated in a chloride environment the value shall be reduced from 0,03% to 0,01%.”

Page 213: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-251

d) Water

Add the following: “Water for concrete other than prestressed concrete, shall not contain chlorides, calculated as sodium chloride, in excess of three thousand parts per million (3000ppm) nor sulphates, calculated as sodium sulphate, in excess of two thousand parts per million (2000ppm). Water for curing concrete shall not contain impurities in sufficient amount to cause discolouration of the concrete or produce etching of the surface. No sea-water or water containing salts shall be used. No water shall be added on site to ready mix concrete prior to placing to improve workability. All concrete delivered to site shall be checked for workability using the slump cone test and slump measured outside of the limit set from the design mix shall be rejected.”

e) Admixtures

Add the following sub-sub-clauses:

“(v) Admixtures, which have a retarding effect on the rate of hydration of the

cement, may not be used when the concrete temperature is below 20°C. (vi) A retarding admixture shall be used if the temperatures of concrete mixes

using cements of strength class 42.5 or higher is between 20 to 30°C or where the ambient temperature is between 20 to 30°C.”

Add the following: “Note: Only admixtures of the type that do not increase the water content of the mix will be considered by the Engineer. In addition, no admixtures shall be added on site to ready mix concrete prior to placing to improve workability.”

B6408 CONSTRUCTION JOINTS

a) General

Add the following: “No construction joints other than those indicated on the drawings will be permitted without the written approval of the engineer. In all cases the proposed method of forming the joint shall be discussed and agreed with the engineer.”

B6409 CURING AND PROTECTION

Add the following to the end of sub-clause 6409(f): “Where a curing compound is used, it shall consist of an approved water based low viscosity clear wax emulsion applied in accordance with the manufacturer’s instructions.” Add the following paragraphs to the end of this sub-clause: “Where curing by retention of formwork is used as the only method of curing the concrete, it must be left in place for the minimum period specified in Table 6206/1 but in no instance shall it be less than 7 days. The materials used for formwork shall take into account properties such as thermal insulation and moisture absorption when assessing the suitability of the material, to the approval of the engineer. If impermeable curing membranes are to be used as a curing method, they shall be installed at the same time as formwork is removed and no portion of a concrete surface

Page 214: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-252

may be left unprotected for a period in excess of 2 hours. If the surface is an unformed finish e.g. top of deck slab, then the surface must be protected immediately by appropriate methods approved by the engineer after it is finished, without damage to that surface, since it is vulnerable to plastic shrinkage cracking due to high rates of evaporation while the concrete is still in a plastic state. Plastic shrinkage and settlement shall not be permitted on any of the structural elements since it compromises the durability of the concrete. In order to prevent early settlement and shrinkage of the concrete, the concrete placed shall be re-vibrated after initial compaction while the concrete is still in a plastic state. Any remedial measures shall be as approved in writing by the engineer. On bridge decks, the top surface shall be cured using the method described in clause 6409(d) i.e. “Constantly spraying the entire area of exposed surfaces with water”. For all concrete curing shall be excluded from the make-up of rates for measurement under items B64.01 and B64.02 and will paid for separately under payitem B64.07. Where the application of a curing compound is used, the type and nominal application rate thereof shall be as specified in the schedule of quantities or to the manufacturer’s nominal specified rates.”

B6410 ADVERSE WEATHER

Add the following sub-clause: “d) Temperature and hydration of concrete

Site batched concrete: The temperature of concrete delivered to site shall be within the range 10°C to 30°C. Concrete which has a temperature outside of this range shall not be placed in the structure. Ready mix concrete: In the case of ready mix concrete the temperature limits at point of delivery shall be as specified in SANS 878 2004 unless the engineer has specified other limits due to specific design requirements. If slump loss occurs at concrete temperatures of over 30°C and more than two hours after mixing, the concrete shall be rejected. Also if after addition of allowed water the concrete begins to stiffen again such as to place in doubt that full compaction and finishing can be achieved, the concrete shall be rejected. Care must also be taken not to cast concrete onto hot steel shutters as this might induce cracking. The rate of hydration of the cement in the concrete shall be such that the concrete can be placed and properly compacted within 2 hours after the addition of water to the mix ingredients. The initial set of the concrete shall not be unduly delayed due to inappropriateness of admixtures or cement type, which could promote bleeding.”

B6413 PRECAST CONCRETE

Add the following final paragraph: "Precast concrete units shall comply with the requirements of the latest SANS 986:2006 specification. Prior to the manufacture of any units the manufacturer shall submit his Quality Plan to be approved by the engineer. The quality plan must incorporate all requirements and frequency for durability index testing i.e. Sorptivity, Oxygen Permeability, Chloride Conductivity (if required) and Cover Testing. As part of the Quality Plan submitted for approval, copies of calibration certificates of both gauges used for proof loads and cover meters used at the factory shall be supplied to the engineer. The originals of these certificates shall at all stages also be available for inspection at the factory premises. The manufacturer shall check each precast unit for cover compliance, and random checking of units shall not be permitted. The engineer's representative may visit the factory at any stage to ascertain adherence to the quality plan including test results from the durability index testing as well as to check covers before delivery to site. Any substandard cover shall result in the applicable structural element or part thereof being rejected. Should the manufacturer not be adhering to their Quality Plan the engineer may exercise the right to reject the use

Page 215: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-253

of products from the manufacturer concerned. The Employer shall also be informed in all such cases. For durability requirements due to the reduced cover provided for precast culverts, all such durability testing shall be done in accordance with clause B6404(h). "

B6414 QUALITY OF MATERIALS AND WORKMANSHIP

a) Criteria for compliance with the requirements

Add the following paragraphs after the first paragraph: “The cores shall be taken from the Trial Panels cast using the design mixes made in the laboratory. Where the site is remote from the laboratory, the Trial Panels may be cast at the laboratory in accordance with the requirements of sub-clause B8106(g). In the event that for ‘W’ classed concrete strength requirements the actual achieved average cube strengths of an element are less than 85% of the target mean strength needed to meet durability requirements or less than 100% of the target mean strength to meet strength requirements, it may result in the durability parameters not meeting the prescribed targets and the engineer will instruct the taking of cores from the test panel and structure for additional testing. The cost of these in situ tests shall be borne by the contractor. The approved quality control criteria for process control testing for durability concrete shall be coring and testing of test panels. The frequency of manufacture and coring of test panels shall be as ordered by the engineer and indicated in Tables B8106/1 and B8106/2. Tests B8106(g)(i), (ii) and (iii) (when required), shall be conducted on cores extracted from the test panels when the concrete reaches the age of at least 28 days. To allow for variability in the material potential, the type of chloride conductivity values shall be limited to 90% of the values indicated in table B6404/5. Test no. B8106(g)(iv) shall be conducted to confirm that the specified depth of concrete cover has been achieved. The frequency of these tests shall be as described under item B8106(g). The test results shall be accepted or rejected on the criteria set out in Table B6404/4 and B6404/5 based on the following categories: (i) Full acceptance

Concrete shall be accepted unconditionally and full payment shall be made.

(ii) Conditional acceptance

Concrete may be accepted, based on the cube strength and durability index results with a warning that construction methods be examined to improve the durability criteria. A reduced payment shall be applied to all the relevant payitems of the specific element under B6300 where the cover requirements are not achieved and B6400 where the oxygen permeability and strength requirements are not achieved for the non-conforming element or concrete pour as set out in Tables B8212/1 and B8212/2. The decision to accept the substandard concrete at reduced payment shall rest solely with the Employer. Should the test result(s) indicate conditional acceptance of the element tested, the Contractor shall have the option of carrying out additional tests (on 4 extracted cores) on that element of the structure, at his own expense to confirm or disapprove the original test result(s). These cores shall be extracted within 56 days from the date of the element being cast. Should the additional test confirm the original test result, then the original test result shall serve to determine payment in accordance with Tables B8212/1 and B8212/2.

Page 216: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-254

Should the additional test show that the structure meets the targets, the penalty shall be halved.”

(iii) Rejection

The concrete shall be removed and replaced with fresh concrete at the expense of the contractor, as directed by the engineer.

B6416 MEASUREMENT AND PAYMENT

Add the following payment items at the end of clause B6416: “Item Unit B64.07 Curing of concrete: (a) Wingwalls with curing compound ................................................ square metre (m2)

The unit of measurement shall be the square metre of completed concrete element cured using an approved method as described in clause B6409 of these Project Specifications. The tendered rates shall include full compensation for providing the curing agent and applying it to the fresh concrete surface by means of an approved pressure distributor (or other approved methods of application) in accordance with the manufacturer’s specified nominal rates of application. Wet fine mist spray curing is also permitted providing it is done for 7 days. Payment will also be made under this item if this is the preferred method to be used. Should no curing method be specified at time of tender then it will be assumed wet fine mist spray curing is to be done. Partial payment shall be applied in the event that the engineer allows conditional acceptance.

Page 217: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-255

COLTO SERIES 7000: SUNDRY STRUCTURES SECTION B7100: CONCRETE PAVEMENTS B7101 SCOPE

Add the following paragraphs: “The contractor shall take and submit samples of materials and/or mixtures to the engineer who must approve designs before construction work can commence.

This section shall also cover the re-sealing of all joints in the longitudinal weakened plane, transverse and longitudinal contraction and longitudinal construction joints (where directed by the engineer) in the existing concrete pavement. Concrete may be obtained from either commercial sources or from an on-site Karoo batch plant. All concrete will be placed by hand to enhance the labour component of the Works”

B7102 MATERIALS

Add the following paragraph before sub-clause 7102(a): “Materials shall comply with the requirements of Series 7100 except for the following additional/amendments contained in this clause.” a) Cement

Add the following to the end of the clause:

“In order to avoid the possibility of Alkali Silica Reaction (ASR), the following shall be taken into account when designing the mixes:

(i) Where the cementitious contents is less than 350kg/m3, the maximum

equivalent sodium monoxide content (calculated as Na2O) permitted shall be 0.60%, unless a test certificate from the CSIR (Built Environment) is provided stating that the long term testing has proved the aggregate to be non-reactive.

(ii) Where the cement content exceeds 350kg/m3, the maximum equivalent sodium monoxide content permitted shall be 2.1kg/m3 of concrete.

(iii) Where potentially reactive aggregate is used, the maximum cement content shall be 400kg/m3 and the equivalent sodium oxide (Na2O) content permitted shall be 2.4kg/m3 of concrete.

(iv) The contractor shall prior to the use of cement provide test certificates from an approved laboratory confirming the equivalent sodium oxide (Na2O) content of the batch of cement to be used.

(v) Special literature should be consulted e.g. Fulton’s Concrete Technology.”

e) Materials for joints

(iii) Silicone sealant

Add the following to this sub-sub-clause: “A requirement of this contract shall be that the liquid sealant used in the joint grooves shall comply with a performance guarantee which shall be subject to conditions stipulated in the special conditions and project specifications. The requirements to which the liquid sealant shall conform during the guarantee period shall be in accordance with the functional conditions of the sealant described in Chapter 5 Part F. Materials used for sealing of joints shall not be older than six (6) months. The age of sealant shall be certified by an approved testing facility.

Page 218: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-256

The silicone sealant must be applied by means of pumping the sealant from a storage contained through compressed air powered pumping equipment and applied to the joint slot by means of nozzles designed to ensure that the slot is filled with sealant as indicated on the drawings. Application of the sealant to the joint slot by hand shall not be permitted.”

B7103 REQUIREMENTS IN RESPECT OF CONCRETE

d) Specified strength

Add the following paragraph: “The required 28 day flexural strength shall be 4,2 MPa.”

B7116 WEAKENED PLANE JOINTS

Add the following sub-clause: “c) Removal of existing joint seals

Existing joint seals shall be removed from the existing joints. The joints shall be reamed, cleaned and washed to the requirements of the joint sealant manufacturer. Seals shall be removed immediately prior to the resealing operation and no sections of pavement shall be left unsealed while being trafficked unless written permission has been obtained from the engineer.

The contractor shall submit a complete method statement for approval by the engineer before the resealing of any joints commence. The engineer will have 5 days to study and comment on the method statement before approval shall be given”

B7127 MEASUREMENT AND PAYMENT Item Unit B71.01 Concrete trial pavement

(b) Manual construction ..................................................................... square metre (m2)

Add the following paragraph before paragraph one: “All concrete shall be placed by hand. The tendered rate for hand-placed concrete shall include full compensation for the more difficult work, and incidentals required for placing the concrete by hand. It shall also include full compensation for all the required formwork”

Item Unit B71.02 Concrete pavement (220mm thick) excluding texturing and curing ................................................................................................ square metre (m2)

Add the following paragraph before paragraph one: “All concrete shall be placed by hand. The tendered rate for hand-placed concrete shall include full compensation for the more difficult work, and incidentals required for placing the concrete by hand. It shall also include full compensation for all the required formwork”

Amend item 71.03 as follows: Item Unit 71.03 Extra over items 71.02 for concrete pavement requiring hand placing ..................................................................................................... square metre (m2)

Add the following paragraph before paragraph one:

Page 219: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-257

“No payment for item 71.03 shall be made under this contract as all concrete shall be placed by hand.”

Item Unit B71.06 Joints

”(e) Tie-bars (2000mm long, 20mm diameter) ............................................ number (No)

Add the following paragraph after paragraph seven: “No payment for item B71.06 (e) shall be made under this contract. All costs related to transverse construction joints (type T1) shall be deemed to be included in other pay items in this seciton.”

Item Unit

B71.06 Joints

Add the following subitem:

”(i) CRCP edge- and terminal structures complete as per dwg SNA/BP1506-C-CRP-02: (a) Anchor beam AB1 ................................................................................ metre (m) (b) Anchor beam AB2 ................................................................................ metre (m) (c) Thickened edge L3 ............................................................................... metre (m)

The unit of measurement shall be the metre of edge- or terminal structure complete as shown on drawing SNA/BP1506-C-CRP-02. The tendered rate for subitems B71.06 (i) (a) to (c) shall include full compensation for the costs involved in setting out, preparing and constructing the concrete structures.”

Add the following payitem: “Item Unit B71.22 Excavations for anchor beams AB1 and AB2 and thickened edge detail, L3 (refer to drawing SNA/ BP1506-C-CRCP-01):

(a) Excavating pavement layers situated from 0m up to 1.0m ............. cubic metre (m³) (b) Excavating soft material in depth exceeding 1.0m and up to 1.5m .............................................................................................. cubic metre (m³) (c) Extra over subitem B71.22 (b) for excavation in hard material ....... cubic metre (m³)

The unit of measurement shall be the cubic metre of material excavated by hand in accordance with the authorized dimensions, measured in place before excavation. Irrespective of the total depth of excavation, the quantity of the material in each depth range shall be measured and paid for separately. The tendered rates shall include full compensation for the excavation of the material to the required lines, levels and grades, all temporary shoring and strutting, and the disposal of the material as directed, including a free haul of 1,0 km. For payment purposes no distinction shall be made between stabilised and unstabilsied material for subitem (a). However a distinction shall be made between soft and hard material, as defined in clause 2105 under Section 2100 for subitem (b).”

Page 220: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-258

COLTO SERIES 8000:SUNDRIES SECTION B8100: TESTING MATERIALS AND WORKMANSHIP B8102: TESTING METHODS Insert the following as a new first paragraph:

“Where reference is made to TMH test methods in this specification or the standard specifications, it shall be replaced with the relevant current published SANS test method.”

B8103: THE COSTS OF TESTING

(a) Process Control

Rename the heading as “Materials Quality Control” and replace the contents with the following: “Testing shall be undertaken by a combined laboratory facility for process control (where the process control testing can be utilised as acceptance control), acceptance control and correlation testing subject to the following requirements laid down by the Employer:

(i) The contractor accepts the test results of the combined laboratory. Should

there be any doubts with regard to certain test results, this will be settled by an independent laboratory mutually agreed upon. The cost in such cases will be to the account of the party at fault. The contractor shall apply in writing, quoting this clause, as to which specific tests are in doubt, providing test reference numbers and details as to the reasons why the test result is in doubt.

(ii) The contractor accepts that the engineer will be in charge of the combined

laboratory.

(iii) The contractor will be allowed to place a permanent representative in the combined laboratory to observe the laboratory operations. The cost of such representation cannot be claimed as a payment contribution towards payment item B81.04, but will be for the account of the contractor. The contractor shall indicate in writing within 14 days of the commencement date if such representation will be required or declined.

The total cost of the combined laboratory for the fifteen (15) month contract period has been estimated at R 3 500 000-00 (excl. CPA and VAT).

The estimated cost per month to establish and operate the combined laboratory for the contract period as listed above, allows for the following items:

(i) Establishment of laboratory buildings (ii) Salaries and labour for all laboratory staff members (iii) Housing for all laboratory staff members (iv) Transport requirements (based on distance) for staff and material testing (v) Provision of laboratory equipment (as required for the contract)

A pay item for the monthly contribution from the contractor’s interim payment certificates has been provided under payment item B81.04.”

B8105 TESTING OF AGGREGATES

Add the following sub-clause: “g) Determination of Ethylene Glycol Durability Index

The Ethylene Glycol Durability Index shall be determined as follows:

(i) Apparatus

Page 221: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-259

Suitable pans or basins Ethylene Glycol solution Stirring rod

(ii) Method

Obtain three or more representative samples from the source to be evaluated. If not already crushed, crush the material in order to obtain sufficient minus 19mm plus 13mm sized aggregate in order to totally cover the bottom of the basin or pan with a single layer of stone. Add sufficient ethylene glycol to each basin ensuring that every aggregate particle is completely submerged. After soaking for 24 hours, gently stir the aggregate and allow to settle. Observe and record the response of the aggregate to the ethylene glycol according to the criteria listed in (iii) below. Continue the above cycle at intervals of 24 hours for a further 4 days, in each case recording the observed response. After 5 days allow the samples to remain submerged in the solution and observe and record the disintegration response after a total period of 15, 30 and 60 days have elapsed.

(iii) Classification of response

After each cycle, classify and record the response of the aggregate as follows: DISINTEGRATION CLASS Class 1: No obvious effects, or only very minor spalling of sand sized particles or very small flakes. Class 2: Splitting of rock, accompanied by any other disintegrative effects. Class 3: Fracturing (spheroidal and/ or internal) without extensive spalling or distortion. Class 4: Fracturing (spheroidal and/or internal) with extensive spalling or distortion. Class 5: Complete disintegration. TIME CLASS The time factor in the above disintegrative process is classified according to the time taken for the most serious effect of the expansive stresses to occur i.e. Class 4: 0 - 5 days Class 3: 6 - 15 days Class 2: 16 - 30 days Class 1: 31 - 60 days Class 0: Over 60 days

(iv) Determination of Glycol Durability Index

The Ethylene Durability Index is determined by adding the class number as assigned for the specific disintegrative response observed to the class number as assigned for the period for this response to occur. A durability index ranging from 1 (no response) to 9 (rapid and complete disintegration) is thus determined.”

Page 222: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-260

B8108 DETERMINING THE TOTAL APPROXIMATE DRY BULK RELATIVE DENSITY AND THE APPARENT DENSITY

Add the following at the end of this clause: “For materials where the total water absorption, when determined according to SANS 3001-AG20 (replacing TMH1 Method B14) and SANS 3001-AG21 (replacing TMH1 Method B15), is in excess of 1,5%, the Apparent Density shall be calculated in accordance to the following formula:

This formula shall be used as an alternative to note (5) regarding soaking period, when so instructed by the engineer."

B8110 TESTS RELATING TO CHEMICAL STABILISATION

Add the following sub-clause:

“d) The Wet-Dry Durability Test for cement and/or lime-treated materials using the hand-brush method (SANRAL METHOD)

1. Scope

This method covers the procedure for determining the soil-cement losses obtained by repeated wetting, drying and hand brushing of hardened soil-cement specimens (see 5.4).

2. Apparatus

2.1 A moisture curing room capable of maintaining a relative humidity of 95

to 100 percent and a temperature of 22 to 25°C, or suitable plastic bags capable of holding specimens and carriers in an air tight condition in a water bath as described in 2.2 below.

2.2 A suitable water bath with thermostatic control capable of maintaining

a temperature of 22 to 25°C. 2.3 A balance to weigh up to 10kg, accurate to 0.5g. 2.4 A drying oven capable of maintaining temperatures of 71 ± 3°C and 110

± 5°C. 2.5 A wire scratch brush made of 50mm by 1.6mm flat 26 gauge wire

bristles assembled in 50 groups of 10 bristles and mounted to form five longitudinal rows and 10 transverse rows on a 200 by 65mm wooden block.

3. Method

3.1 Preparation of specimens

Prepare specimens in accordance with the procedure described in the Appendix to method A19 in the TMH 1 with the following exceptions: Use the material passing the 37.5mm sieve and discard the material remaining on the sieve. Use the apparatus and compaction method as described in SANS 3001-GR30 (replacing TMH 1 method A7) (100% Modified AASHTO at predetermined OMC).

(b -a)

(d - a) + { (w - 1.0)/100 x (b - a) } - (c - b)

Page 223: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-261

3.2 Curing of specimens

Rapid cure the specimens (see 5.6). Alternatively, and where instructed by the engineer, the specimens may be cured for seven days at a relative humidity of 95% to 100% and a temperature of 22°C to 25°C in a suitable curing room or in plastic bags and a suitable water bath.

3.3 Wetting, drying and brushing

After curing, remove the specimens from the curing room or plastic bags, allow to cool and submerge them in water at room temperature for a period of five hours. Remove the specimens from the water and place them in an oven at 71°C for 42 hours. Remove the specimens from the oven. Give each specimen two firm strokes over the full surface area with the wire scratch brush. The brush must be held parallel to the long axis of the specimen or parallel to the ends as required to cover all areas of the specimen. Apply these strokes to the full height and width of each specimen with a firm stroke corresponding to approximately 13.5 kN force (see note 5.5).

3.4 Determination of soil-cement losses

After 12 cycles, dry the specimens to constant mass at 100°C and determine the oven dry mass of the specimens. The data collected will permit the calculation of the soil-cement losses of the specimens after the prescribed 12-cycle test.

4. Calculations

4.1 Calculate the soil-cement loss of the specimens as a percentage of the

original oven-dry mass of the specimens as follows:

L = W - N x 100 W

Where L = soil-cement loss (%) W = original calculated oven-dry mass (g) (calculated according to paragraph 3.5 in the Appendix to method A19 in the TMH 1). N = final oven-dry mass (g).

4.2 The percentage loss shall be calculated and reported to the nearest 0.1

percent. The results are normally required for stabilisation design purposes and should be reported graphically against relevant cement contents.

5. Notes

5.1 Mass determinations of the specimens before and after brushing are

usually made at the end of each cycle during research or special investigations.

5.2 Care is required when assessing results obtained on very coarse

graded materials as "plucking" out of the aggregate pieces during the brushing process could result in very high losses of material, which may however not be truly indicative of its potential erosion resistance.

5.3 If it not possible to run the cycle continuously because of Sundays or

holidays, or for any other reason, the specimens should be held in the oven during the layover period.

Page 224: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-262

5.4 The test was originally developed to determine wet-dry durability of

cement-treated material. It can, however, be used with equal success on material tested with other chemical stabilizers, for example lime, or mixes of lime and milled blast furnace slag, or cement and milled blast furnace slag.

5.5 The pressure of the brushing stroke is determined as follows:

Clamp a specimen in a vertical position on the edge of a platform scale and zero the scale. Apply vertical brushing strokes to the specimen and note the force necessary to register approximately 1.36kg.

5.6 Rapid curing:

Seal each specimen airtight in a suitable container or plastic bag. Carefully place the briquettes on suitable holders or in pans and place in the oven at the relevant temperature and period given below:

Stabilizing agent Temp (°C) Time (Hours)

Cement 70 – 75 24 ±0.5

PBFC 70 - 75 24 ±0.5

Lime 60 ±2 45 ±1

Lime / FA 60 ±2 45 ±1

Lime / MBFS 60 ±2 45 ±1

B8117 MEASUREMENT AND PAYMENT

Amend payitem 81.02 as follows: Item Unit B81.02 Other special tests requested by the engineer

"(a) Cost of testing ...................................................................... (Provisional sum) (b) Handling cost and profit in respect of subitem B81.02(a) .. (Provisional sum)

The provisional sum provided to cover the cost of special tests as requested by the engineer in terms of clause 8115 shall be expended in accordance with the provisions of the FIDIC Conditions of Contract. Payment will not be made for any special tests should the result indicate that the specifications have not been complied with. The tendered percentage for subitem B81.02(b) shall include full compensation for all handling costs and profit of the contractor in connection with subitem B81.02(a).” Add the following payment items before the “Note:” “B81.04 Financial contribution for the combined laboratory .................... month The unit of measurement shall be the month. The negative rate tendered per month shall cover the contractor’s contribution towards the establishment and operation of the combined laboratory over the contract period including any approved extension of time, and shall be deducted from the contractor’s payment certificates.

The contractor’s tendered contribution for the establishment and operation of the combined laboratory shall be deducted monthly from the payment certificates over the contract period, including approved extension of time. However, excluded from the tendered contribution shall be the costs of all other special tests requested by the engineer.” Insert “(a) & (b)” after “81.03” in the 1st line of the 2nd paragraph of the Note

Page 225: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-263

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 SECTION C: ENVIRONMENTAL MANAGEMENT PLAN

Page 226: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-264

SECTION C: ENVIRONMENTAL MANAGEMENT PLAN TABLE OF CONTENTS PAGE

C1001 SCOPE .............................................................................................................................. C-265

C1002 DEFINITIONS .................................................................................................................... C-265

C1003 LEGAL REQUIREMENTS ................................................................................................. C-266

C1004 ADMINISTRATION OF ENVIRONMENTAL OBLIGATIONS ............................................ C-268

C1005 TRAINING .......................................................................................................................... C-269

C1006 ACTIVITIES/ASPECTS CAUSING IMPACTS ................................................................... C-270

C1007 ENVIRONMENTAL MANAGEMENT OF CONSTRUCTION ACTIVITIES ........................ C-272

C1008 AREAS OF SPECIFIC IMPORTANCE .............................................................................. C-279

C1009 REHABILITATION ............................................................................................................. C-280

C1010 RECORD KEEPING .......................................................................................................... C-280

C1011 COMPLIANCE AND PENALTIES...................................................................................... C-280

C1012 PROJECT SPECIFIC CONDITIONS ................................................................................. C-282

Page 227: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-265

C1001 SCOPE

The South African National Roads Agency SOC Limited (SANRAL) recognises environmental management as a key component of road infrastructure development and as part of its environmental policy has developed this Environmental Management Plan (EMPl) as a tool for continual improvement in environmental performance.

This EMPl prescribes the methods by which proper environmental controls are to be implemented by the Contractor. The duration over which the Contractor’s controls shall be in place cover the construction period of the project as well as the limited time after contract completion defined by the Conditions of Contract for Construction for Building and Engineering Works Designed by SANRAL (1999 edition) published by the Federation Internationale des Ingenieurs-Conseils (FIDIC) as the Defects Notification Period (maintenance period). The provisions of this EMPl are binding on the Contractor during the life of the contract. They are to be read in conjunction with all the documents that comprise the suite of documents for this contract, particularly the conditions of any environmental authorisation and associated Environmental Management Programme (EMPr). In the event that any conflict occurs between the terms of the EMPl and the project specifications or environmental authorisation, the terms herein shall be subordinate. The EMPl is a dynamic document subject to similar influences and changes as are brought by variations to the provisions of the project specification. Any changes to the EMPl and/or environmental authorisation cannot occur without being submitted to SANRAL who will manage the process of amending the EMPI. The EMPl identifies the following: - Relevant parties and their responsibilities; - Construction activities that will impact on the environment; - Specifications with which the Contractor shall comply in order to protect the

environment from the identified impacts; and - Actions that shall be taken in the event of non-compliance.

C1002 DEFINITIONS

Alien Vegetation: undesirable plant growth which includes, but is not limited to all declared category 1 and 2 listed invader species as set out in the Conservation of Agricultural Resources Act (CARA), 1983 regulations. Other vegetation deemed to be alien are those plant species that show the potential to occupy in number, any area within the defined construction area and which are declared to be undesirable. Construction Activity: any action taken by the Contractor, his sub-contractors, suppliers or personnel during the construction process as defined in the contract documents. Environment: the surroundings within which the contract exists and comprises land, water, atmosphere, micro-organisms, plant and animal life (including humans) in any part or combination thereof as well as any physical, chemical, aesthetic or cultural inter-relationship among and between them.. Environmental Aspect: any component of a contractor’s construction activity that is likely to interact with the environment. Environmental authorisation: a written statement from the National Department of Environmental Affairs, (DEA), with the general and specific conditions and the EMPr recording its approval of an application for a planned undertaking that triggers listed activities in the Environmental Impact Assessment (EIA) regulations of the National Environmental Management Act (NEMA). Environmental Impact: any change to the environment, whether desirable or undesirable, that will result from the effect of a construction activity. An impact may be the direct or indirect consequence of a construction activity.

Page 228: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-266

Environmental Impact Assessment (EIA): a systematic process of identifying, assessing and reporting environmental impacts associated with an activity and includes basic assessment and scoping and environmental impact reporting. Environmental Management Programme (EMPr): the embodiment of this EMPl to ensure that undue or reasonably avoidable adverse impacts of a development are prevented, and to ensure that positive impacts are enhanced. It thus addresses the how, when, who, where and what of integrating environmental mitigation and monitoring measures through identified projects. Road Reserve: a corridor of land, defined by co-ordinates and/or proclamation, within which the road, including access intersections or interchanges, is situated. A road reserve may, or may not, be bounded by a fence. Site; the site is defined in the FIDIC Conditions of Contract and in the scope of works. It is bound by the limits of construction as shown in the drawings or the title of the project and extends to also include the following:

- Areas outside the construction zones where accommodation of traffic is placed; - All borrowpits defined in the applications approved by the relevant Department of

Mineral Resources (DMR); - All haul roads constructed by the Contractor for purposes of access; - Any non-adjacent sites specified in the contract documentation; - The Contractor’s and his subcontractors’ camp sites.

For the purposes of this EMPl, the site includes areas outside of, but adjacent to, the road reserve that may be affected by construction activities. Spoil material: is material unsuitable for construction of the road pavement and for which no other useful purpose can be found in additional works on the project (e.g. for the provision of protection berms). Such material is considered as waste material that requires spoiling at convenient areas to be identified by the Engineer and/or Contractor within the Site. Spoil material does not require removal to a designated landfill site unless it contains identifiable hazardous contaminants.

C1003 LEGAL REQUIREMENTS

(a) General Construction shall be according to the best industry practices, as identified in the project documents. This EMPl, which forms an integral part of the contract documents, informs the Contractor as to his duties in the fulfilment of the project objectives, with particular reference to the prevention and mitigation of environmental impacts caused by construction activities associated with the project. The Contractor should note that obligations imposed by the EMPl are legally binding in terms of this contract. In the event that any rights and obligations contained in this EMPl contradict those specified in the standard or project specifications then the latter shall prevail.

(b) Statutory and other applicable legislation The Contractor is deemed to have made himself conversant with all legislation pertaining to the environment, including provincial and local government ordinances, which may be applicable to the contract. Major environmental legislation, as amended from time to time, includes but is not limited to the following:

(i) Conservation of Agricultural Resources Act (Act No. 43 of 1983)

This act provides for control over the utilisation of the natural agricultural resources of South Africa in order to promote the conservation of soil, water sources and vegetation, as well as combating weeds and invader plants.

(ii) The Constitution (Act 6 of 1996)

Page 229: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-267

The Constitution states that everyone has the right to an environment that is not harmful to their health or well-being, and to have the environment protected through reasonable legislative and other measures to prevent pollution and ecological degradation; promote conservation and ensure ecologically sustainable development and use of natural resources.

(iii) Mineral and Petroleum Resources Development Act (Act No. 28 of 2002)

This act makes provision for equitable access to, and sustainable development of, minerals and petroleum resources.

(iv) National Environmental Management Act (NEMA), (Act No. 107 of 1998)

This act supports the Bill of Rights within the Constitution and highlights principles of sustainable development including preservation of ecosystems and biological diversity and avoidance, minimisation and remediation of pollution and environmental degradation. It also sets the stage for the EIA Regulations.

(v) National Environmental Management: Air Quality Act (Act No. 39 of 2004)

This act provides reasonable measures for the prevention of pollution and ecological degradation; and provides for specific air quality measures; for national norms and standards regulating air quality monitoring, management and control by all spheres of government.

(vi) National Environmental Management: Biodiversity Act (Act No. 10 of 2004)

This act makes provisions to accomplish the objectives of the United Nations’ Convention on Biological Diversity. SANRAL may be required to apply for permits to conduct certain listed activities which, together with the listed threatened or protected species, may be identified by the Minister.

Section 73 (3) of this act empowers a competent authority to direct a person to take steps to remedy any harm to biodiversity resulting from the actions of that person or as a result of occurrence of listed invasive species occurring on land on which that person is the owner. Thus SANRAL may be directed to remedy harm caused by listed invasive species.

(vii) National Environmental Management: Protected Areas Act (Act No. 57 of

2003)

This act provides for the protection and conservation of ecologically viable areas representative of South Africa’s biological diversity, natural landscapes and seascapes.

(viii) National Environmental Management: Waste Act (Act No. 59 of 2008)

This act aims to regulate waste management practices through provision of national norms and standards, specific waste measures, licensing and control of waste activities, remediation of contaminated land as well as providing for compliance and law enforcement.

(ix) National Forests Act (Act No. 84 of 1998)

This act makes provision for promoting the sustainable management and development of forests, and for the protection of certain forests and trees for environmental, economic, educational, recreational, cultural, health and spiritual purposes.

Page 230: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-268

(x) National Heritage Resources Act (Act No. 25 of 1999)

This act provides for an integrated and interactive system for identification, assessment and management of South Africa’s heritage resources, and empowers civil society to nurture and conserve their heritage resources.

(xi) National Water Act (Act No. 36 of 1998)

This act makes provision for the protection of surface water and groundwater and their sustainable management for the prevention and remediation of the effects of pollution, as well as for the management of emergency situations.

(xii) The South African National Roads Agency Limited and National Roads Act

(Act No. 7 of 1998) C1004 ADMINISTRATION OF ENVIRONMENTAL OBLIGATIONS

Copies of this EMPl shall be kept at the site office and must be distributed to all senior contract personnel who shall familiarise themselves with its contents. Implementation of this EMPl requires the involvement of several stakeholders, each fulfilling a different but vital role as outlined herein, to ensure sound environmental management during the construction phase of a project.

(a) SANRAL

SANRAL and anyone acting on SANRAL’s behalf is accountable for the potential environmental impacts of any activities that are undertaken and is responsible for managing these impacts.

(b) The Engineer

The Engineer has been appointed by, and acts for, SANRAL as its on-site implementing agent and carries the responsibility to ensure that the Contractor undertakes its construction activities in such a way that SANRAL’s environmental responsibilities are not compromised. The Engineer will, within seven days of receiving a contractor’s request for approval of a nominated Designated Environmental Officer (DEO), approve, reject or call for more information on the nomination. The Eengineer will be responsible for issuing instructions to the DEO where environmental considerations call for action to be taken. If in the opinion of the Engineer the DEO is not fulfilling his/her duties in terms of this EMPl, the Engineer may, after discussion and agreement with SANRAL, exercise his powers under FIDIC general conditions of contract and instruct replacement of the DEO in writing and with stated reasons.

(c) The Contractor

The Contractor is responsible for project delivery in accordance with the prescribed specifications, among which this EMPl shall be included. The Contractor shall receive and implement any instruction issued by the Engineer relating to compliance with the EMPl including the removal of personnel or equipment. Compliance with the provisions contained herein or any condition imposed by the environmental approvals shall become the responsibility of the Contractor through an approved Designated Environmental Officer (DEO). The Contractor shall nominate a person from among his site personnel to fulfil this function and submit to the Engineer for his approval the curriculum vitae of the proposed DEO. This request for approval shall be given, in writing, at least fourteen days before the commencement of any construction activity clearly setting out reasons for the nomination, and with sufficient detail to enable the Engineer to make a decision.

Page 231: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-269

(d) The Designated/Dedicated Environmental Officer (DEO)

Once a nominated representative of the Contractor has been approved he/she shall become the DEO and shall be the responsible person for ensuring that the provisions of this EMPl are complied with during the life of the contract. The DEO shall submit regular written reports to the Engineer, but not less frequently than once a month. The DEO may undertake other construction duties unless the Appendix to Tender prescribes this position as ‘dedicated’ as opposed to the standard position being ‘designated’. However, the DEO’s environmental duties shall hold primacy over other contractual duties and the Engineer has the authority to instruct the Contractor to reduce the DEO’s other duties or to replace the DEO if, in the Engineer’s opinion, he/she is not fulfilling his/her duties in terms of the requirements of this EMPl. Such instruction will be in writing clearly setting out the reasons why a replacement is required. As a minimum the DEO shall have an accredited diploma qualification in environmental or natural sciences or equivalent and a minimum of 2 years’ experience in a similar role in construction or other environmental regulatory field. In addition to the compliance duties relating to EMPl the DEO shall also provide full cooperation whenever the Contractor is subjected to regular environmental audits.

(e) Environmental Control Officer (ECO)

The Environmental Control Officer (ECO) is an independent environmental specialist appointed by the Engineer to objectively and regularly monitor the Contractor’s compliance with the conditions of the authorisations issued for the project and the approved EMPr (that is this EMPI augmented with specifics of the project). These are external audits and the regularity is determined by the environmental authorisations.

C1005 TRAINING

(a) Qualifications

The (DEO) shall have the minimum qualifications as prescribed above, and must be conversant with all legislation pertaining to the environment applicable to the contract. He/she must be appropriately trained in environmental management and possess the skills necessary to impart environmental management skills to all personnel involved in the contract. The Contractor shall ensure that adequate environmental training takes place. All employees shall have been given an induction presentation on environmental awareness. Where possible, the presentation needs to be conducted in the language of the employees.

(b) Content

Apart from induction environmental training should, as a minimum, include the course content below and no induction or course should be given until the Engineer has been afforded the opportunity to appraise it and provide comment.

(i) The importance of conformance with all environmental policies and the

consequences of departure from standard operating procedures;

(ii) Environmental impacts, actual or potential, caused by work activities, prevention measures to avoid them and mitigation measures when they occur;

(iii) Work force roles and responsibilities in achieving conformance with the

environmental policy and procedures, including emergency preparedness and response requirements; and

Page 232: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-270

(iv) The environmental benefits of improved personnel performance.

(c) Induction

In the case of permanent staff the Contractor shall provide evidence that such induction courses have been presented. In the case of new staff (including contract labour) the Contractor shall inform the Engineer when and how he intends concluding his environmental training obligations.

C1006 ACTIVITIES/ASPECTS CAUSING IMPACTS

Typical environmental aspects and impacts associated with road construction are listed in Table 1: Aspects and Impacts Associated with Road Construction. Actual impacts will differ from project to project and, therefore, so may the mitigation measures employed. The commonest aspects and impacts are addressed separately and typical avoidance and/or mitigation measures described. The list and descriptions are not by any means exhaustive and they shall be used for guideline purposes only. Table 1: Aspects and Impacts Associated with Road Construction

Aspect Impact

Waste generation/storage Water pollution; nuisance; visual impact

Water use and stormwater discharge Change in flow regime and/or reduction in downstream availability; soil erosion: water pollution

Vehicle use and maintenance Air pollution; noise

Chemical/fuel storage Water/air/soil pollution; health impacts; accidents e.g. spills, fire

Site clearing; earthworks; layer-works; seal works

Change in landform; impact on heritage resources; noise; soil erosion; air pollution

River bridges; installing drainage structures

Water pollution; impact on river flows; noise

Land acquisition Loss of land &/or livelihood; change in landuse;

Acquisition of building material from borrow pits

Change in landform and use

(a) General approach

The role of the DEO cannot be underestimated and once approved he/she shall be on the site at all times, and before the Contractor begins each construction activity he/she shall give to the Engineer a written statement setting out the following:

(i) The type of construction activity about to be started. (ii) Locality where the activity will take place. (iii) Identification of the environmental aspects and impacts that might result from

the activity. (iv) The methodology of impact prevention for each activity or aspect. (v) The methodology of impact containment for each activity or aspect. (vi) Identification of the emergency/disaster potential for each activity (if any) and

the reaction procedures necessary to mitigate impact severity. (vii) Treatment and continued maintenance of impacted environment.

The Contractor shall programme his work in such a way that each cause and effect of a construction activity is also identified and the activity planned so as to prevent any impact from happening and shall demonstrate that he is capable of carrying out any repair and reinstatement of the damaged environment. These requirements shall be concurrent with the time constraints to produce method statements for each construction activity in compliance with the provisions of these project specifications. The Contractor shall provide such information in advance of any or all construction activities provided that new submissions shall be given to the Engineer whenever there is a change or variation to the original. The Engineer may provide comment on the methodology and procedures proposed by the DEO, but he shall not be responsible for the Contractor’s chosen measures

Page 233: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-271

of impact mitigation and emergency/disaster management systems. However, the Contractor shall demonstrate at inception and at least once during the contract that the approved measures and procedures function properly.

(b) Spillages

Streams, rivers and dams shall be protected from direct or indirect spillage of pollutants such as refuse, garbage, cement, concrete, sewage, chemicals, fuels, oils, aggregate, tailings, wash water, organic materials and bituminous products. In the event of a spillage, the Contractor shall be liable to arrange for professional service providers to clear the affected area. Responsibility for spill containment and treatment (whether hazardous or not) lies with the Contractor. The individual causing a spill, or who discovers a spill, must report the incident to his/her DEO or to the Engineer. The DEO will assess the situation in consultation with the Engineer and act as required. In all cases, the immediate response shall be to contain the spill. The exact treatment of polluted soil / water shall be determined by the Contractor in consultation with the DEO and the Engineer. Areas cleared of hazardous waste shall be re-vegetated according to the Engineer’s instructions. Should water downstream of the spill be polluted, and fauna and flora show signs of deterioration or death, specialist hydrological or ecological advice will be sought for appropriate treatment and remedial procedures to be followed. The requirement for such input shall be agreed with the Engineer. The costs of containment and rehabilitation shall be for the Contractor’s account, including the costs of specialist input as well as the sampling and testing of the water quality upstream and downstream of the spill. Water quality sampling and testing, and further treatment shall continue until upstream and downstream results correspond with each other.

(c) Water use and control

The Contractor’s use of water shall take into consideration that it is a scarce commodity, and shall be optimised. Authorisation shall be obtained from the Department of Water and Sanitation (DWS) before water is drawn from streams or new boreholes developed.

The Contractor shall also ensure that any stream deviations or diversions are undertaken in such a manner that the impact on the environment is minimised. Method statements shall be submitted to the Engineer for comment, detailing how the work will be undertaken, what risks are foreseen and what measures will be employed to minimise such risks. Notwithstanding any comments by the Engineer, no work on stream deviations or diversions shall be undertaken in accordance with the General Authorisation.

The quality, quantity and flow direction of any surface water runoff shall be established prior to disturbing any area for construction purposes. Cognisance shall be taken of these aspects and incorporated into the planning of all construction activities. Before a site is developed or expanded, it shall be established how this development or expansion will affect the drainage pattern. Recognised water users / receivers shall not be adversely affected by the expansion or re-development. No water source shall be polluted in any way due to proposed changes. Streams, rivers, pans, wetlands, dams, and their catchments shall be protected from erosion and flooding by dredging, daylighting, removal of debris and vegetation, etc. These shall also be protected from direct or indirect spillage of pollutants such as refuse, garbage, cement, concrete, sewage, chemicals, fuels, oils, aggregate, tailings, wash water, organic materials and bituminous products. The Contractor shall submit to the Engineer his proposals for prevention, containment and rehabilitation measures against environmental damage of the identified water and drainage systems that occur on the site. Consideration shall be given to the placement of sedimentation ponds or barriers where the soils are of a dispersive nature or where toxic fluids are used in the construction process. The

Page 234: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-272

sedimentation ponds must be large enough to contain runoff so that they function properly under heavy rain conditions up to 1:5 year severity.

The Contractor shall submit to the Engineer the results of the baseline water quality test taken above and below the site of the proposed activity, and thereafter monthly testing results or at the frequency as may be specified by the Water Use Licence/General Authorisation, where applicable. No taking-over can be authorised until the water quality is shown to be at pre-construction levels or better.

(d) Vegetation management

The Contractor shall be responsible for the management of vegetation by protection of indigenous vegetation, especially identified protected species, and the prevention of alien vegetation germinating in areas disturbed by road construction activities within and outside the road reserve. This includes, for example, service roads, stockpile areas, stop/go facilities, windrows and wherever material generated for or from road construction has been stored temporarily. This responsibility shall continue for the duration of the defects notification period. The project specification may instruction the removal of CARA and/or NEMBA-listed category 1 and 2 alien species and planting of specified indigenous species.

(e) Dust control

Dust caused by construction activities shall be controlled by means such as water spray vehicles and applied at sufficient frequency so as not to cause nuisance to adjacent habitation or affect farming activities or natural vegetation. Vegetation cover should also be kept for as long as possible to reduce the area of exposed surfaces. Dust emissions from batching and screening plants shall be subject to the relevant legislation and shall be the subject of inspection by the relevant authorities.

(f) Noise control

The Contractor shall endeavour to keep noise generating activities to a minimum. Noises that could cause a major disturbance, for instance blasting and crushing activities, should only be carried out during the hours prescribed by the conditions of contract (i.e. normal hours). Should such noise generating activities have to occur at any time outside normal hours the people in the vicinity of the noise-generating activity shall be warned about the noise well in advance and the activities kept to a minimum. Relevant legislation shall also be taken into consideration, and any practical mitigation measures adopted. No noise generating activity outside of normal hours, regardless of its proximity to residences, can take place without application to the Engineer for approval. The application shall be accompanied by the noise containment measures proposed.

(g) Energy consumption

The Contractor shall take into consideration the impacts of high energy consumption, both from a cost and emissions point of view. Energy use shall be minimised, and where possible, alternative energy sources such as solar utilised. Furthermore, the Contractor shall undertake a study of the consumption of carbon units his chosen method of construction produces in the execution of his programme. In conjunction with the Engineer who will provide complete cooperation in this study, a month by month output shall be compiled and efforts made to see how these outputs can be curtailed and reduced.

C1007 ENVIRONMENTAL MANAGEMENT OF CONSTRUCTION ACTIVITIES

The Contractor shall undertake “good housekeeping” practices during construction as stated in the COLTO Standard Specifications for Roads and Bridges and the FIDIC conditions of contract. This will help avoid disputes on responsibility and allow for the smooth running of the contract as a whole. Good housekeeping extends beyond the wise practice of construction methods that leaves production in a safe state from the ravages of

Page 235: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-273

weather to include the care for and preservation of the environment within which the site is situated. The construction activities addressed below shall become part of the Contractor’s obligations regarding his programme of work and incorporated into the required method statements for workmanship and quality control.

a) Site establishment

i) Site Plan

The site refers to an area with defined limits on which the project is located. The Contractor shall establish his construction camps, offices, workshops, staff accommodation and testing facilities on the site in a manner that does not adversely affect the environment. However, before any site establishment can begin, the Contractor shall submit to the ECO for his comments and to the Engineer for his approval, plans of the exact location, extent and construction details of these facilities and the impact mitigation measures the Contractor proposes to put in place.

The plans shall detail the locality as well as the layout of the waste management facilities for litter, kitchen refuse, sewage and workshop-derived effluents. The site offices should not be sited in close proximity to steep areas, as this will increase soil erosion. Preferred locations would be flat areas along the route. If the route traverses water courses, streams and rivers, it is recommended that the offices, and in particular the ablution facilities, aggregate stockpiles, spoil areas and hazardous material stockpiles are located as far away as possible from any water course. No camp establishment, including satellite camps, can be placed within 150 metres of an identified wetland unless the Contractor has applied to DWS and received authorisation to do so. Regardless of the chosen site, the Contractor’s intended mitigation measures shall be indicated on the plan. The site plan shall have been submitted and approved before establishment commences. Detailed, electronic colour photographs shall be taken of the proposed site before any clearing may commence. These records are to be kept by the ECO and the Engineer for consultation during rehabilitation of the site in order that rehabilitation is, as a minimum, done to a standard similar to pre-construction activities.

ii) Vegetation

The Contractor has a responsibility to inform his staff of the need to be vigilant against any practice that will have a harmful effect on vegetation. The natural vegetation encountered on the site is to be conserved and left as intact as possible. Vegetation planted at the site shall be indigenous and in accordance with instructions issued by the Engineer. Only trees and shrubs directly affected by the works, and such others as may be indicated by the Engineer in writing, may be felled or cleared. In wooded areas where natural vegetation has been cleared out of necessity, the same species of indigenous trees as were occurring shall be re-established. Protected trees may not be removed without a permit from the Department of Agriculture, Forestry and Fisheries. Contravention of a notice of listed protected tree species under the National Forests Act, 1998 is regarded as a first category offence that may result in a fine or imprisonment for a period up to three years, or to both a fine and imprisonment. The DEO must be conversant with the latest gazette of declared protected trees. Rehabilitation shall be undertaken using only indigenous tree, shrub and grass species. Special attention shall be given to any search and rescue operation identified during the environmental assessment process and any removal to an on site nursery for continuous nurturing and protection and later replanting.

Page 236: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-274

Any proclaimed weed or alien species that propagates during the contract period shall be cleared by hand before seeding. Fires shall only be allowed in facilities or equipment specially constructed for this purpose. The need for a firebreak shall be determined in consultation with the Engineer and the relevant authorities, and if required a firebreak shall be cleared and maintained around the perimeter of the camp and office sites.

iii) Water management

Water for human consumption shall be available at the site offices and at other convenient locations on site. All effluent water from the camp/office sites shall be disposed of in a properly designed and constructed system, situated so as not to adversely affect water sources (streams, rivers, pans, dams etc.). Only domestic type wastewater shall be allowed to enter this system.

iv) Heating and cooking fuel

The Contractor shall provide adequate facilities for his staff so that they are not encouraged to supplement their comforts on site by accessing what can be taken from the natural surroundings. The Contractor shall ensure that energy sources are available at all times for construction and supervision personnel for heating and cooking purposes.

b) Sewage managment

Particular reference in the site establishment plan shall be given to the treatment of sewage generated at the site offices, site laboratory and staff accommodation and at all localities on the site where there will be a concentration of labour. Sanitary arrangements should be to the satisfaction of the Engineer, the local authorities and legal requirements. Safe and effective sewage treatment will require one of the following sewage handling methods: septic tanks and soak-aways, dry-composting toilets such as “enviro loos”, or the use of chemical toilets which are supplied and maintained by a specialist service provider. The type of sewage management will depend on the geology of the area selected, the duration of the contract and proximity (availability) of providers of chemical toilets. Should a soak-away system be used, it shall not be closer than 800 metres from any natural water course or water retention system. The waste material generated from these facilities shall be serviced on a regular basis. The positioning of the chemical toilets shall be done in consultation with the Engineer. Toilets and latrines shall be easily accessible and shall be positioned within walking distance from wherever employees are employed on the works. Use of the veld for this purpose shall not, under any circumstances, be allowed. Outside toilets shall be provided with locks and doors and shall be secured to prevent them from blowing over. The toilets shall also be placed outside areas susceptible to flooding. The Contractor shall arrange for regular emptying of toilets and shall be entirely responsible for enforcing their use and for maintaining such latrines in a clean, orderly and sanitary condition to the satisfaction of the Engineer.

c) Waste management

The Contractor’s intended methods for waste management shall be outlined and implemented at the outset of the contract, and shall be to the satisfaction of the Engineer. Opportunities for avoiding, reducing, reusing and recycling of materials should be identified upfront, as should constraints for their implementation. All personnel shall be instructed to dispose of all waste in the proper manner.

i) Solid waste

Page 237: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-275

Solid waste shall be stored in an appointed area in covered, tip-proof metal drums or similar container for collection and disposal. Disposal of solid waste shall be at a licensed landfill site or at a site approved by the relevant authority in the event that an existing operating landfill site is not within reasonable distance from the project area. No waste shall be burned or buried at or near the project area.

ii) Litter

No littering by construction workers shall be allowed and particular emphasis on litter control measures shall apply at stop/go facilities. During the construction period, the various contractors’ facilities shall be maintained in a neat and tidy condition and the site shall be kept free of litter. At all places of work the Contractor shall provide litter collection facilities for later safe disposal at approved sites.

iii) Hazardous waste

Hazardous waste such as oils shall be disposed of at an approved landfill site. Special care shall be taken to avoid spillage of bitumen products such as binders or pre-coating fluid to avoid water-soluble phenols from entering the ground or contaminating surface water. Under no circumstances shall the spoiling of bituminous products on the site, over embankments, in borrow pits or any burying, be allowed. Unused or rejected bituminous products shall be returned to the supplier’s production plant. Any spillage of bituminous products shall be attended to immediately and affected areas shall be promptly reinstated to the satisfaction of the Engineer.

iv) Construction and demolition waste

The opportunity for recycling and reuse of construction and demolition waste as fill for road embankments, land reclamation and drainage control must first be explored and take priority before the option of declaring these materials a ‘waste’. The Contractor is encouraged to actively engage with authorities and landowners adjacent to the site and identify where such ‘waste’ materials can be usefully deployed to repair existing environmentally damaged areas such as erosion dongas.

d) Control at the workshop

The Contractor’s management and maintenance of his plant and machinery will be strictly monitored according to the criteria given below.

i) Hazardous Material Storage

Petrochemicals, oils and identified hazardous substances shall only be stored under controlled conditions. All hazardous materials such as bitumen binders shall be stored in a secured, appointed area that is suitably fenced, bunded and has restricted entry. Storage of bituminous products shall only take place using suitable containers to the approval of the ECO and the Engineer. The Contractor shall provide proof to the Engineer that relevant authorisation to store such substances has been obtained from the relevant authority. In addition, hazard signs indicating the nature of the stored materials shall be displayed on the storage facility or containment structure. Before containment or storage facilities can be erected, the Contractor shall furnish the Engineer with details of the preventative measures he proposes to install in order to mitigate pollution of the surrounding environment from leaks or spillage. The preferred method shall be a concrete floor that is bunded. Any deviation from

Page 238: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-276

the method will require proof from the relevant authority that the alternative method proposed is acceptable to that authority. The proposals shall also indicate the emergency procedures in the event of misuse or spillage that will negatively affect an individual or the environment.

ii) Fuel and gas storage

The Contractor shall take cognisance of the limits set by legislation for the storage of fuels and acquire the necessary authorisation for storage capacity beyond these. An adequate bund wall, 110% of volume, shall be provided for fuel and diesel areas to accommodate any leakage spillage or overflow of these substances. The area inside the bund wall shall be lined with an impervious lining to prevent infiltration of the fuel into the soil. Any leakage, spillage or overflow of fuel shall be attended to without delay. Gas welding cylinders and LPG cylinders shall be stored chained in a secure, well-ventilated area exterior to any building wall.

iv) Oil and lubricant waste

Used oil, lubricants and cleaning materials from the maintenance of vehicles and machinery shall be collected in a holding tank and sent back to the supplier. Water and oil should be separated in an oil trap. Oils collected in this manner, shall be retained in a safe holding tank and removed from site by a specialist oil recycling company for disposal at approved waste disposal sites for toxic/hazardous materials. Oil collected by a mobile servicing unit shall be stored in the service unit’s sludge tank and discharged into the safe holding tank for collection by the specialist oil recycling company. Drip trays shall be used to collect any lubricants or fuel spilled where any vehicle and machinery are repaired or refuelled. The lubricants and fuel collected shall be handled as specified above. All used filter materials shall be stored in a secure bin for disposal off site. Any contaminated soil shall be removed and replaced. Soils contaminated by oils and lubricants shall be collected and disposed of at a facility designated by the local authority to accept contaminated materials.

e) Clearing the site

In all areas where the Contractor intends to, or is required to clear the natural vegetation and soil, either within the road reserve, or at designated or instructed areas outside the road reserve, a plan of action shall first be submitted to the Engineer for his approval. Working areas shall be clearly defined and demarcated on site to minimise the construction footprint. ‘No-go- areas’ and other sensitive areas shall also be clearly demarcated on site, and staff must be made aware of them. The plan of action shall contain a photographic record and chainage/land reference of the areas to be disturbed. This shall be submitted to the Engineer for his records before any disturbance/stockpiling may occur. The record shall be comprehensive and clear, allowing for easy identification during inspections.

f) Soil management

i) Topsoil

Topsoil shall be removed from all areas where physical disturbance of the surface will occur and shall be stored and adequately protected. The contract will provide for the stripping and stockpiling of topsoil from the site for later re-use. Topsoil is considered to be the natural soil covering, including all the vegetation and organic matter. Depth may vary at each site. The areas to be cleared of topsoil shall include all storage areas. All topsoil stockpiles and windrows shall be maintained throughout the contract period in a weed-free condition. Weeds appearing on the stockpiled or windrowed topsoil shall be

Page 239: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-277

removed by hand. Soils contaminated by hazardous substances shall be disposed of at an approved waste disposal site. The topsoil stockpiles shall be stored, shaped and sited in such a way that they do not interfere with the flow of water to cause damming or erosion, or itself be eroded by the action of water. The Contractor shall ensure that no topsoil is lost due to erosion – either by wind or water. Areas to be top-soiled and grassed shall be done so systematically to allow for quick cover and reduction in the chance of heavy topsoil losses due to unusual weather patterns. The Contractor’s programme shall clearly show the proposed rate of progress of the application of topsoil and grassing. The Contractor shall be held responsible for the replacement, at his own cost, for any unnecessary loss of topsoil due to his failure to work according to the progress plan approved by the Engineer. The Contractor’s responsibility shall also extend to the clearing of drainage or water systems within and beyond the boundaries of the road reserve that may have been affected by such negligence.

ii) Subsoil

The subsoil is the layer of soil immediately beneath the topsoil. It shall be removed, to a depth instructed by the Engineer, and if not used for road building it shall be stored and maintained separately from the topsoil so that neither stockpile is contaminated by the other. This soil shall be used for rehabilitation purposes by first spreading it over the excavated slopes without interfering with or contaminating the stockpiled topsoil. Whilst in stockpile it shall be maintained free from erosion and weed infestation in the same way as for topsoil stockpile maintenance.

g) Earthworks and layerworks

This section includes all construction activities that involve the mining of all materials, and their subsequent placement, stockpile, spoil, treatment or batching, for use in the permanent works, or temporary works in the case of deviations. Before any stripping prior to the commencement of construction, the Contractor shall have complied with the requirements of this EMPl. In addition, the Contractor shall take cognisance of the requirements set out below.

i) Quarries and borrow pits

The Contractor’s attention is drawn to the requirement of the Department of Mineral Resources, that before entry into any quarry or borrow pit, an Environmental Authorisation for the establishment, operation and closure of a quarry or borrow pit shall have been approved by the Department. It is the responsibility of the Contractor to ensure that he is in possession of the authorisation prior to entry into the quarry or borrow pit. The conditions imposed by the relevant authorisation are legally binding on the Contractor and may be more extensive and explicit than the requirements of this specification. In the event of any conflict occurring between the requirements of the specific authorisation and this EMPI, the former shall apply.

ii) Excavation, hauling and placement

The Contractor shall provide the ECO and the Engineer with detailed plans of his intended construction processes prior to starting any cut or fill or layer. The plans shall detail the measures by which the impacts of pollution (noise, dust, litter, fuel, oil and sewage), erosion, vegetation destruction and deformation of landscape will be prevented, contained and rehabilitated. Particular attention shall also be given to the impact that such activities will have on the adjacent built environment. The Contractor shall demonstrate his “good housekeeping”, particularly with respect to closure at the end of every day so that the site is left in a safe condition.

Page 240: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-278

iii) Spoil sites

The Contractor shall be responsible for the safe siting, operation, maintenance and closure of any spoil site he uses during the contract period, including the defects notification period. This shall include existing spoil sites that are being re-entered. Before spoil sites may be used proposals for their locality, intended method of operation, maintenance and rehabilitation shall be given to the ECO for his/her comments and to the Engineer for his approval. The location of these spoil sites shall have signed approval from the affected landowner before submission to the ECO and the Engineer. No spoil site shall be located within 500m of any watercourse. A photographic record shall be kept of all spoil sites for monitoring purposes. This includes before the site is used and after re-vegetation. The use of approved spoil sites for the disposal of any waste shall be prohibited. Spoil sites will be shaped to fit the natural topography. Depending on availability these sites shall receive a minimum of 75mm topsoil and be grassed with the recommended seed mixture. Appropriate grassing measures to minimise soil erosion shall be undertaken by the Contractor. This may include both strip and full sodding. The Contractor may motivate to the Engineer for other acceptable stabilising methods. The Engineer may only approve a completed spoil site at the end of the defects notification period upon receipt from the Contractor of a landowner’s clearance notice.

iv) Stockpiles

The Contractor shall plan his activities so that materials excavated from borrow pits and cuttings, in so far as possible, can be transported direct to and placed at the point where it is to be used. However, should temporary stockpiling become necessary, the areas for the stockpiling of excavated and imported material shall be indicated and demarcated on the site plan submitted in writing to the Engineer for his approval. The Contractor’s proposed measures for prevention of environmental damage, containment and subsequent rehabilitation shall also be submitted. The areas chosen shall have no naturally occurring indigenous trees and shrubs present that may be damaged during operations. Care shall be taken to preserve all vegetation in the immediate area of these temporary stockpiles. During the life of the stockpiles the Contractor shall at all times ensure that they are positioned and sloped to create the least visual impact, constructed and maintained so as to avoid erosion of the material and contamination of surrounding environment and kept free from all alien/undesirable vegetation. After the stockpiled material has been removed, the site shall be re-instated to its original condition. No foreign material generated / deposited during construction shall remain on site. Areas affected by stockpiling shall be landscaped, top soiled, grassed and maintained at the Contractor’s cost until clearance from the Engineer and the land owner is received. Material milled from the existing road surface that is temporarily stockpiled in areas approved by the Engineer within the road reserve, shall be subject to the same condition as other stockpiled materials. Excess materials from windrows, in situ milling or any leftover material from road construction activities may not be swept off the road and left unless specifically instructed to do so in the contract documentation or under instruction from the Engineer. The ECO shall comment on and the Engineer shall approve the areas for stockpiling and disposal of construction rubble before any operation commences and shall approve their closure only when they have been satisfactorily rehabilitated.

Page 241: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-279

v) Blasting activities

Wherever blasting activity is required on the site (including quarries and/or borrow pits) the Contractor shall rigorously adhere to the relevant statutes and regulations that control the use of explosives.

h) On site plant

i) Crusher, screening plants and concrete batching plants

Crushing plants and concrete batching plants, whether sited inside or outside of defined quarry or borrow pit areas, shall be subject to the requirements of the applicable industrial legislation that governs gas and dust emissions into the atmosphere. Such sites will be the subject of regular inspections by the relative authorities during the life of the project. In addition, the selection, entry onto, operation, maintenance, closure and rehabilitation of such sites shall be the same as for those under section C1007(g)(i) of this EMPl, with the exception that the Contractor shall provide additional measures to prevent, contain and rehabilitate against environmental damage from toxic/hazardous substances. In this regard the Contractor shall provide plans that take into account such additional measures as concrete floors, bunded storage facilities, linings to drainage channels and settlement dams. Ultimate approval of these measures shall be from the relevant authority, as shall approval of closure. The Engineer will assist the Contractor in his applications to the relevant authority. Screening activities shall be undertaken so that dust and noise is minimised. This can be done by carefully choosing the site for the activity, and by using slightly damp material. Effluent from concrete batch plants and crusher plants shall be reused where possible or treated in a suitable designated sedimentation dam to the legally required standards to prevent surface and groundwater pollution. The designs of such a facility should be submitted to the Engineer for approval.

ii) Asphalt Plant

Asphalt plants shall be subject to the applicable legislation that governs establishment and operation of batching plants. The Contractor shall be responsible to obtain the necessary permit from the relevant authority. Operation of the plant shall conform to the same requirements as for a crushing plant or concrete batching plant under C1007(h)(i) above.

C1008 AREAS OF SPECIFIC IMPORTANCE

Any area, as determined and identified within the project documents as sensitive or of special interest within the site shall be treated according to the express instructions contained in these specifications or the specific environmental authorisation, as well as the approved EMPr. The Contractor may offer alternative solutions to the Engineer in writing should he consider that construction will be affected in any way by the hindrance of the designated sensitive area or feature. However, the overriding principle is that such defined areas requiring protection should not be changed. Every effort to identify such areas within the site will have been made prior to the project going out to tender. The discovery of other sites with archaeological or historical interest that have not been identified shall receive ad hoc treatment. a) Archaeological sites

If an artefact on site is uncovered, work in the immediate vicinity shall be stopped immediately. The Contractor shall take reasonable precautions to prevent any person from removing or damaging any such article and shall immediately upon discovery thereof inform the Engineer of such discovery. The South African Heritage Resource Agency (SAHRA) is to be contacted, and a SAHRA-registered archaeological consultant may undertake the necessary work involved in confirming

Page 242: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-280

the find and advising on how it should be preserved or removed. Work may only resume once clearance is given in writing by the archaeologist. (Read with FIDIC condition of contract clause 4.24) If a grave or midden is uncovered on site then all work in the immediate vicinity of the graves/middens shall be stopped and the Engineer informed of the discovery. The South African Heritage Resource Agency and the South African Police Services (SAPS) should be contacted and in the case of graves, arrangements made for an undertaker to carry out exhumation and reburial. The undertaker will, together with SAHRA, be responsible for attempts to contact family of the deceased and for the place where the exhumed remains can be re-interred.

C1009 REHABILITATION

The Contractor shall be responsible for the re-establishment of grass within the road reserve boundaries for all areas disturbed during construction. This includes, for example, service roads, stockpile areas, stop/go facilities, windrows and wherever material generated for, or from, construction has to be stored temporarily, and designated or instructed areas outside the road reserve. It also includes the area where site offices were erected which may require rehabilitation at the end of the contract. All construction material, including concrete slabs and barbecue (braai) areas shall be removed from the site on completion of the contract unless written approval from the relevant landowner demonstrates it is to be left in place. Responsibility for re-establishment of vegetation shall extend until expiry of the defects notification period. However, SANRAL reserves the right to continue holding retention monies (or not releasing guarantees in lieu of retention) depending upon the state of cover at the end of the defects notification period. Such extension may continue until closure of the relevant quarry or borrow pit has been secured, Rehabilitation of affected areas should be undertaken as early as possible when the relevant activities are done in order to reduce further environmental damage. All re-vegetation should be undertaken using indigenous vegetation. The standard of rehabilitation should be to the satisfaction of the Engineer and the relevant authorities. The Department of Minerals Resources will only issue closure certificates for borrow pits and quarries when they are satisfied with the rehabilitation undertaken. It should also be noted that in some cases there is a requirement for a final environmental audit covering the extent of the project.

C1010 RECORD KEEPING

The Engineer and the DEO will continuously monitor the Contractor’s adherence to the approved impact prevention procedures and the DEO shall submit regular written reports to the ECO and to the Engineer at least once a month. The DEO will report the environmental compliance performance of the project at regular site meeting. The Engineer shall issue to the Contractor a notice of non-compliance whenever transgressions are observed. The DEO shall document the nature and magnitude of the non-compliance in a designated register, the action taken to discontinue the non-compliance, the action taken to mitigate its effects and the results of the actions. The non-compliance shall be documented and reported to the Engineer in the monthly report. Copies of all authorisations shall be kept on site and made available for inspection by visiting officials from SANRAL, relevant authorities or internal/external auditors.

C1011 COMPLIANCE AND PENALTIES

The Contractor shall act immediately when a notice of non-compliance is received and correct whatever is the cause for the issuing of the notice. Complaints received regarding activities on the construction site pertaining to the environment shall be recorded in a dedicated register and the response noted with the date and action taken. This record shall be submitted with the monthly reports and an oral report given at the monthly site meetings. Any non-compliance/omissions with the procedures in this EMPl, environmental authorisations and the approved EMPr constitute a breach of the Conditions of Contract.

Page 243: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-281

Regulatory financial penalties imposed on SANRAL shall be passed onto the defaulting parties.

Page 244: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-282

C1012 PROJECT SPECIFIC CONDITIONS TABLE 7/1: MECHANISMS THAT CAUSE ENVIRONMENTAL IMPACTS DURING CONSTRUCTION ACTIVITIES

Section Contents

Environmental Impacts

Pollution Type Deformation of Landscape

Soil erosion Alien Vegetation Sensitive Areas

1300 Camp Establishment

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

All Camp Sites

1400 Housing, Offices and laboratories

Waste treatment Hazardous waste Water supply Spillage Storage Noise/lights

Selection of site Preserve indigenous vegetation Preserve topsoil Demarcate sensitive areas

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

All Camp Sites

1500 Accommodation of Traffic

Waste treatment Hazardous waste Water supply Spillage Storage Noise/lights Dust control

Selection of site Preserve indigenous vegetation Preserve topsoil Demarcate sensitive areas Maintenance of windrows

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Whole site, especially stop/ go areas

1600 Overhaul

Spillage Storage Noise/lights Dust control Exhaust fumes Washing waste

Turning circles Parking areas

Restrict access to sensitive areas

Protection of indigenous vegetation Preserve topsoil

Whole site

1700 Clearing and grubbing

Waste treatment Hazardous waste Water supply Noise /lights Dust control

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Protection of indigenous vegetation Preserve topsoil

Site camps and stock pile areas

2100 -2400

Drainage

Waste treatment Hazardous waste Water supply Spillage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

All Stock pile areas

Page 245: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-283

Section Contents

Environmental Impacts

Pollution Type Deformation of Landscape

Soil erosion Alien Vegetation Sensitive Areas

Storage

3100 Borrow pits

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

N/A

3200 Stockpiling

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

All stock pile areas

3300 Mass Earthworks

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Whole site

3400 - 3900

Pavement layers

Waste treatment Hazardous waste Water supply Spillage Storage Noise / lights Dust control

Selection of site Preserve indigenous vegetation Preserve topsoil Demarcate sensitive areas Maintenance of windrows

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Whole site

4100 Asphalt works / sealing operations

Waste treatment Hazardous waste Water supply Spillage Storage Noise / lights Dust control Smoke control

Selection of site Preserve indigenous vegetation Preserve topsoil Turning circles Parking areas

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil

N/A

Page 246: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-284

Section Contents

Environmental Impacts

Pollution Type Deformation of Landscape

Soil erosion Alien Vegetation Sensitive Areas

Storage of materials

5000 Ancillary roadworks

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Whole site including fence line

6000 Structures

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

N/A

7000 Concrete pavements etc.

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Whole site

Page 247: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-285

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 SECTION D: SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY

PARTICIPATION

Page 248: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-286

SECTION D: SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY LIAISON TABLE OF CONTENTS PAGE

D1001 SCOPE .............................................................................................................................. C-287

D1002 DEFINITIONS AND APPLICABLE LEGISLATION ............................................................ C-287

D1003 CONTRACT PARTICIPATION .......................................................................................... C-288

D1004 COMMUNITY LIAISON ..................................................................................................... C-289

D1005 TRAINING .......................................................................................................................... C-291

D1006 LABOUR ENHANCED CONSTRUCTION ......................................................................... C-295

D1007 MEASUREMENT AND PAYMENT .................................................................................... C-295

Page 249: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-287

D1001 SCOPE

This section covers construction aspects relating to the processes by which the construction industry develops emerging and established small contractors, preferably from the Target Area. It also deals with labour enhanced construction by encouraging the engagement and training of labour recruited from local communities.

D1002 DEFINITIONS AND APPLICABLE LEGISLATION

(a) Definitions

Unless inconsistent with the context, in these specifications, the following terms, words or expressions shall have the meanings hereby assigned to them:

(i) Contract Participation

Contract Participation is a process by which the Employer implements Government’s objectives by setting targets relating to small contractor development and labour enhancement which the Contractor shall achieve as a minimum.

(ii) Contract Participation Goal (CPG)

Contract Participation Goal is the monetary value of the targets set by the Employer in the Contract Participation process.

(iii) Contract Participation Performance (CPP)

Contract Participation Performance is the measure of the Contractor’s progress in achieving the CPG.

(iv) Labour

Labour is the Contractor’s and Subcontractor’s personnel whose monthly earnings are derived from hours worked for a fixed hourly rate which is adjusted from time to time by legislation (as a statutory minimum) and the Contractor’s and Subcontractor’s employment policies.

(v) Target Area

Target Area is a defined area from which the Contractor is expected to recruit Targeted Labour. The Target Area for this contract is as indicated in the Appendix to Tender.

(vi) Targeted Enterprise

An enterprise which: a) is a contractor registered with the Construction Industry Development

Board in a contractor grading designation from 2 to 7 and status as potentially emerging; and

b) the Contractor has no equity holding in; and c) is a sub-contractor who undertakes work within its registered CIDB

category; and d) is registered in terms of the Company’s Act, 2008 (Act No. 71 of 2008)

or Close Corporation Act, 1984 (Act No. 69 of 1984); and e) is registered with the South African Revenue Service.

(vii) Target Groups

A Target Group is a specific section of the population who are South African citizens or have the legal right to work in South Africa and who are distinguished by gender, age or disability.

Page 250: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-288

(viii) Targeted Labour

Targeted Labour is Labour recruited from the Target Area, who permanently reside in the Target Area or who are recognized as being residents of the Target Area on the basis of identification and association with and recognition by the residents of the Target Area.

(b) Applicable Legislation

The following Acts, as amended from time to time, are predominant amongst those which apply to the construction industry and are listed here for reference purposes only:

(i) The Constitution of South Africa; (ii) Public Finance Management Act No. 1 of 1999; (iii) Preferential Procurement Policy Framework Act No. 5 of 2000; (iv) Construction Industry Development Board Act No. 38 of 2000; (v) Broad-Based Black Economic Empowerment Act No. 53 of 2003.

D1003 CONTRACT PARTICIPATION

(a) Objective

A major objective of Government is to extend economic opportunities and entrepreneurial capacity to all localities by the optimum utilisation of the resources existing in the vicinity of projects, the development of these resources in the execution of the project, and by maximising the amount of project funds retained within the project locality. To this end, the contractor shall preferably recruit Targeted Enterprises from the Target Area.

(b) Contract Participation Targets

Contract participation is the process by which the Employer implements Government’s objectives. The Employer sets targets for construction by specified entities the rand value for which is based on the services and work undertaken by the specified entities and measured as a percentage of the Contractor’s final certified value of work completed (excluding VAT) measured at the date of issue of the Taking-over Certificate. The Contractor is obliged to commit to or exceed the targets stated in the Appendix to Tender. As far as it is practical, the Contractor should consider utilising small contractor resources from communities immediately adjacent to the contract before considering from wider areas.

(c) Contract Participation Goal (CPG)

The CPG is the monetary value of the targets set by the Employer and will be calculated as follows: CPG = final contract value (excluding VAT) x (% Targeted Labour + % Targeted Enterprise) The final contract value is the total value of certified work measured at the date of issue of the Taking-Over Certificate.

(d) Contract Participation Performance (CPP)

The CPP is the monetary value of the Contractor’s actual progress towards achievement of the CPG calculated as follows: CPP = total value (excluding VAT) of Targeted Labour contribution + Targeted Enterprise contribution The Contractor’s participation performance will be measured monthly in order to monitor the extent to which he is striving to reach the CPG. The basis of monitoring shall be the levels of the individual contributions for Targeted Labour, Targeted

Page 251: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-289

Enterprises and Target Groups. Monthly returns, in the format provided by the Employer, are required from the Contractor and shall be submitted with each interim payment certificate. To assist in the measurement of CPP the Contractor shall include in his contract programme details of how he will achieve the CPG. The detail shall be provided not later than 1 (one) month after the engineer has accepted the original construction programme and updated with every subsequent revision. As an incentive to encourage the Contractor to exceed the CPG, a bonus is offered, measured as follows: The bonus = 0.05 x (CPP – CPG) up to a maximum of R75 000.00. Any bonus due (or portion thereof) shall be calculated on the final contract value. No bonus shall apply if either the Targeted Labour, Targeted Enterprises and/or any individual sub-targets for CIDB grading and/or Target Groups are not reached. Conversely, failure to reach the CPG or any individual Target Group targets shall render the Contractor liable for a penalty as prescribed in clause 8.7 of the FIDIC Conditions of Contract. Penalties shall be calculated as follows:

Penalty = 0.5 x {[(0.4 x TL) + YL + WL] + [(0.6 x TE) + YE + WE]} Where: TL = Monetary value of the shortfall on the Targeted Labour target YL = Monetary value of the shortfall on the Youth Labour target WL = Monetary value of the shortfall on the Women Labour target TE = Monetary value of the shortfall on the Targeted Enterprises target YE = Monetary value of the shortfall on the Youth Owned companies target WL = Monetary value of the shortfall on the Women Owned companies target Where shortfall means the difference between the monetary value of the target less the monetary value of the actual achievement reached for the specific target. It shall be monitored on a monthly basis and the penalty will be applied on the final contract value.

(e) Accredited Registration

CPP for Targeted Enterprises shall only be accepted if the respective Targeted Enterprises for which services or work is being claimed as having been performed, is registered with CIDB in one of the defined categories. In addition, documentary evidence that such Targeted Enterprises are registered with the South African Revenue Services (SARS) shall be lodged with the engineer before the work or service may be considered as having been performed by a Targeted Enterprise. The responsibility for producing evidence of the respective registration documentation shall rest with the Contractor. The Contractor shall assume responsibility for the compilation and maintenance of comprehensive records detailing each Targeted Enterprise progress during construction, starting from the award of a subcontract to a Targeted Enterprise until the successful completion of the subcontract work or termination of the subcontract. The Contractor may engage a small contractor who is not yet registered as a Targeted Enterprise and it then becomes a responsibility of the Contractor to assist with the registration process. If not successfully registered within the contract period, work completed by that small contractor shall not count towards CPP.

D1004 COMMUNITY LIAISON

“The purpose of community liaison is to create awareness between the Contractor and communities through which the contract passes. There is no need on this contract to create

Page 252: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-290

a project liaison committee (PLC), although it may be advisable that a community relations officer (CRO) is appointed from the Contractor’s ranks, for the specific purpose of acting as liaison between management and hired labour.”

(a) Purpose

In order to give effect to the need for transparency in the process of delivering services, the contractor should liaise with the community throughout the life cycle of the contract. This may be achieved through structured engagement between those responsible for the delivery of the contract and the communities adjacent to the contract.

(b) Structure and composition

A public liaison committee (PLC) may be established as a communication structure that interacts with all parties involved with the contract. The composition of the PLC comprises representation by the Employer, the Contractor, the engineer and formal structures within the communities. The Contractor is advised to make use of established community communication channels and appoint from among his site personnel a responsible person, (community relations officer (CRO)), to participate in the PLC business. Should the locality and size of the contract warrant the need for a project liaison officer (PLO) such appointment will be made by the engineer as part of the engineer’s staff.

(c) Use of the PLC

The Contractor is encouraged to utilise the community liaison process in order to facilitate harmonious relationships on the contract. Some of the suggested elements of construction activity that should be discussed by the PLC are, (i) Targeted Enterprises with whom the Contractor is already contractually

committed prior to the commencement of the contract, (ii) Assist the contractor withe the recruitment of Targeted Labour, (iii) Assistance with general community/project liaison, (iv) The need for training.

(d) Use of the PLO

The purpose of the PLO is to facilitate liaison between the community, community structures, local authorities, the contractor and the engineer. The engineer and contractor shall, at the start of the contract, agree on the duties of the PLO which may include the following: (a) communicating the labour requirements with regards to numbers and skills to

the community; (ii) determining, in consultation with the contractor, the needs of the labour for

training; (iii) identifying possible labour disputes and to assist in their resolution; (iv) informing labour of their conditions of temporary employment and to inform

labourers as soon as possible when their period of employment will be terminated;

(v) attending disciplinary proceedings to ensure that hearings are fair and reasonable;

(vi) attending meetings in which the community and/or labour is present or is required to be represented;

In terms of the Conditions of Contract, all labour recruitment, employment and associated risks shall remain the sole responsibility of the contractor.

Page 253: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-291

D1005 TRAINING

(a) Purpose of training

The Employer has no service agreement or memorandum of understanding with any education and training quality assurance body and, therefore, does not function as the employer as defined under any three-party-agreement between the learner, the training provider and the employer. But the Employer desires similar outcomes to such agreements; specifically to train Targeted Enterprises and Targeted Labour and equip them with residual skills that can be used to gain meaningful future employment and qualifications that permit continued access to further learning and qualifications within a defined programme. The Employer will facilitate training and in this capacity demands continuous involvement in the necessary decision making and quality control process of the anticipated training within a skills program which identifies multiple but connected and full learnerships. The training shall be at both a theoretical and practical level and in accordance with the various laws and regulations contained in the South African Qualification Authority (SAQA) statutes. Wherever in this section reference is made to the selection and training of learners, any person, employed by any national, provincial or local authority, being it full time or part time, is expressly excluded from being considered for this training. The complete training programme shall be approved by the engineer before training can commence.

(b) Skills analysis

Before any training programmes can be approved the contractor shall complete a skills audit of his own employees and those of his subcontractors to determine existing qualifications and education received. The outcome of the analysis shall be used to create a training programme that will benefit both the employee and the construction industry at large. A separate skills analysis shall be conducted for the Targeted Enterprises with the specific purpose of identifying programmes that will develop and improve the ability of the owners of those enterprises to better manage their companies. The skills analyses and subsequent training programmes must be provided by a suitably qualified training practitioner (the training manager) whose services the contractor shall procure.

(c) The training provider

The training manager shall be the training provider in terms of his obligations and commitment to undertake the training required. In the event that the training manager does not himself have the requisite training qualifications he may include as part of his management team a person who does. Such person may be an institution/organisation, company, collaborative partnership or consultancy in which case, whoever is approved from that entity shall be dedicated to provide all training once the programme has been approved by the engineer. The training provider must be accredited and have in its employ Practitioners and/or Assessors registered with the Construction Education Training Authority (CETA) and who must have the necessary certified proof. Accreditation and registration proof shall be current, valid and list the NQF levels and unit standards for which he/she is accredited. The training and competency levels required of the training provider are given in the table below:

TABLE D1005/1: QUALIFICATIONS FOR TRAINING PERSONNEL

Page 254: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-292

Designation Title & Unit Standard No NQF Level

Credit

Practitioner Train the trainer; No 7384 4 16

Assessor Conduct outcome base assessment; No

115753 5 15

Moderator Conduct moderation of outcome based

assessment; No 115759 6 10

In addition to the above qualifications, and in keeping with current CETA practical experience requirements for registration as a trainer, NQF level 4 training courses shall only be provided by a practitioner/assessor with NQF Level 5 (one level up) credentials. For this project the Employer requires the further qualification that assessors/moderators means persons who have been employed for at least 5 years as a site agent managing construction processes in the specific fields of roads maintenance, roads new construction, roads rehabilitation, structures, etc. It may be appropriate and effective to have different calibre/experienced personnel for each of the fundamental, core and elective training and assessment elements. In other words because the elective unit standards are more vocationally orientated and require specialist input, it is not expected that a single trainer/assessor will have all the necessary skills. In such cases, the training provider shall acquire an appropriate Practitioner/Assessor to perform elective training duties. Such appoint-ments shall be approved by the Employer.

(d) Training

(i) Skills programme

Recognised Prior Learning of each employee shall be investigated, and taken into account and incorporated into each skills programme along with the additional competencies identified as being capable of providing a full learnership outcome. It is recognised that the programme may consist of several unit standards but totalling insufficient credits for a full learnership qualification. Nevertheless, the competencies and credits achieved in a skills program should contribute to a full learnership by a later acquisition of the outstanding Unit Standards required for the full learnership. The skills programme must also be geared in such a way that a selected number of applicable and urgently required unit standards will equip a learner with the minimum skills to become economically involved in the execution of the works as soon as possible. Studying for any learnership requires minimum literacy and numeracy competencies as defined by SAQA. The actual literacy and numeracy levels inform the training provider on how to conduct the selection process. Learners with grade 12 literacy, numeracy and computer skills will, in most cases, comply with the minimum learning necessities. However, a baseline assessment (for example by conducting mini RPL enquiries and tests) may be required to ensure that the competency levels still exist. Some fill-in skills programme of fundamental unit standards may be needed. Learners identified as having already acquired some tertiary training, particularly in the field of civil engineering, may be better suited to a more specialised learner programme. In other words the skills programme must reflect a degree of flexibility to cater for the different levels of competencies the selected learners will have and a single programme suitable for all learners should not be considered. All training shall take place within normal working hours, or as agreed with the trainees.

Page 255: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-293

(ii) Targeted learnerships

The essential SAQA learnership criteria that must be applied by the training provider are given below for the sake of providing sufficient detail for the contractor to understand the Employer’s requirements:

minimum credits for qualification;

fundamental unit standards and credit values;

core unit standards and credit values;

elective units standards and credit values;

assumption that NQF level 3 language, computer and mathematical competencies exist;

RPL processes;

exit level outcomes;

Notwithstanding the appearance of the above criteria in the contract document, they are not exhaustive and the training provider must apply the systems and processes provided by the relevant SAQA and other related legislation pertinent to training. The training provider shall constantly consult the SAQA website (www.saqa.org.za) page to ensure that the most current unit standard is used. In the event of any conflict, the legislated requirements shall apply. Before qualifying, the learners will be expected to demonstrate competence in a practical situation that integrates the assessment of all specific outcomes, for all unit standards in the learnership programme. When considering learnerships and skills programmes the training provider shall distinguish between levels of learning required. NQF level 5 training is not anticipated but may be applicable for some members of existing small contractors’ staff. The main training focuses on NQF levels 4 and 3. The former level is for the qualification title National Certificate: Supervision of Construction Processes, and is the prerequisite qualification for NQF level 5, National Diploma: Management of Civil Engineering Construction Processes. The NQF level 3 qualification title is National Certificate: Construction Roadworks. It may be necessary to include additional core unit standards (e.g. “tendering” as an additional unit standard for NQF level 4) in order to achieve project development objectives and identification of any additional unit standards shall be discussed with the engineer and cannot be implemented without prior approval.

(iii) Learning material

Learning material is required for each unit standard. This learning material is like prescribed books for other qualifications. It is a requirement for all the learners to receive a copy, to learn the contents, and also to serve as a reference source after qualification. The SAQA unit standards define the content of the learning material. The learning material must not only comply with the SAQA and CETA guidelines but must, and most importantly, be technically and practically aligned to road construction or road maintenance. Any input from a subject matter expert required to ensure the appropriateness of a particular unit standard subject is to be included in the training provider’s costs. The requirements to be addressed in learning material as outlined by the SAQA unit standard are, amongst others, the following:

The purpose of the unit standard;

Each of the specific outcomes (normally 4 per unit standard);

Each of the assessment criteria (normally 4 per specific outcome);

The range as is defined for each specific outcome;

The critical cross-field outcomes for the unit standard;

The unit standard essential embedded knowledge.

Page 256: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-294

(iv) Student experiential training

The Employer may provide students to the contractor to provide experiential training. The contractor is required to provide experiential training to the university or university of technology undergraduate students in accordance with the academic institution requirements. The contractor shall also provide the students with all the tools (including appropriate information technology hardware and software) and space necessary to carry out engineering work as if they were the contractor’s own permanent staff Reporting on training progress of each student shall be compiled according to the formats and intervals set be the relevant academic institution.

(e) Training facilities

The Contractor shall be responsible for the provision of everything necessary for the delivery of the various training workshops and modules including: (i) A suitable venue with sufficient furniture, lighting and power (ii) All necessary stationery consumables and study material (iii) Transport for attendants

Before commencing with any structured training the Contractor shall submit his intended programme to the engineer for approval of its subject content and proposed trainers, and the Contractor shall, if so instructed by the engineer, alter or amend the programme and/or course content.

(f) Generic skills training

Generic skills shall be taught where the need for these has been identified as being necessary. In this regard the contractor shall make representation to the engineer, who shall approve candidates that should attend such courses as thought appropriate. Those selected shall receive formal generic skills training in a programmed and progressive manner. The PLC and/or the engineer may also identify a need for generic skills training. Typical training programmes could comprise some or all of the following modules: (i) Basic hygiene and HIV/AIDS awareness (ii) Road safety (iii) Basic management of the environment (iv) Tourism awareness and opportunities (v) Managing personal finance

(g) Keeping of records

The training provider shall keep comprehensive records of the training given to each trainee and ensure that trainees’ successful completion of successive unit standards are entered onto the national database. With successful completion of generic skills courses each trainee shall be issued with a certificate indicating the course contents as proof of attendance and completion. The contractor shall keep a register of certificates issued in this regard. Whenever required, the contractor shall provide copies of such records to the engineer.

Page 257: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-295

D1006 LABOUR ENHANCED CONSTRUCTION

The Contractor's attention is drawn to the fact that it is an objective of the contract to maximise the labour content of certain operations or portions thereof. In this regard, where the specified work allows for a choice between mechanical or labour-enhanced means, the former should generally be kept to the practical minimum. Before commencing with any labour enhanced operations the Contractor shall discuss his intentions with the engineer, and shall submit to the engineer on a monthly basis, daily labour returns indicating the numbers of temporary personnel employed on the works and the activities on which they were engaged. For this contract the placing of concrete is earmarked for labour-enhanced construction methods. However labour-enhanced construction methods are not limited to the placing of concrete and the contractor is encouraged to include other activities which are suitable and practical.

D1007 MEASUREMENT AND PAYMENT

Item Unit

D10.01 Community participation

(a) Cost of community participation and PLC support ......... provisional sum (Prov) sum (b) Handling cost and profit in respect of sub-item D10.01(a) ................ percentage (%)

The provisional sum shall be used to cover the direct costs incurred by attending members of the PLC that the contractor establishes. The rate of compensation shall be at a fair rate agreed by the engineer. In accordance with clause 13.5 of the FIDIC Conditions of Contract, the tendered percentage for sub-item D10.01(b) shall include full compensation for all handling costs and profit of the contractor in connection with sub-item D10.01(a). The assistance provided by the contractor to the PLC in the form of in-task training, arranging service providers, appointment and services of a community relations officer shall not be paid from the provisional sum. The contractor’s costs to render such assistance shall be deemed to have been included in his rate offered for pay sub-item B13.01(c), Contractor’s Establishment on Site and General Obligations: Time Related Obligations.

Item Unit

D10.02 Training

(a) Generic skills (i) Training Costs ................................................................ prime cost (PC) sum (ii) Handling cost and profit in respect of subitem

D10.02(a)(i) .............................................................................. percentage (%)

(b) NQF level 3 training (i) Training Costs ................................................................. prime cost (PC) sum (ii) Handling cost and profit in respect of subitem

D10.02(b)(i) ............................................................................. percentage (%)

(c) NQF level 4 training (i) Training Costs ................................................................. prime cost (PC) sum (ii) Handling cost and profit in respect of subitem

D10.02(c)(i) ............................................................................. percentage (%)

(d) Student experiential training (i) Student stipend ............................................................... prime cost (PC) sum (ii) Provision of experiential training ................................................ person month

(e) Other costs during training ................................................................ provisional sum

(f) Training venue ............................................................................................ lump sum

The prime cost sum under sub-items D10.02(a)(i), D10.02(b)(i) and D10.02(c)(i) shall be paid in accordance with the provision of sub-clause 13.5 of the FIDIC Conditions of Contract. The prime cost sums shall include all charges for provision and delivery of the

Page 258: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-296

service by accredited trainers including the cost of undertaking the required skills audits and analyses and creation of the individual training programmes. The rates tendered under sub-items D10.02(a)(ii), D10.02(b)(ii) and D10.02(c)(ii) shall be deemed to cover all costs required to organise accredited trainers to provide training and shall include the contractor's handling cost, profit, record keeping, reporting and all other costs in connection therewith. The prime cost sum under sub-item D10.02(d)(i) shall be paid in accordance with the provision of sub-clause 13.5 of the FIDIC Conditions of Contract. The prime cost sum shall cover the monthly stipend as prescribed by the Employer to be paid to students. The unit of measurement for sub-item D10.02(d)(ii) shall be the person-month, with pro-rata payments made for partial months for training provided based on a 23 working day month. The rate tendered under sub-item D10.02(d)(ii) shall include full compensation for the Contractor to provide training to the students provided by the Employer inclusive of all costs to communicate with the Employer and any other body or organisation in respect of work assigned to the students. The rate tendered shall include telephone calls and charges, stationery and information technology hardware, software, connection or licence costs and lost production, profits and all other incidentals as well as all administrative and overhead costs. The provisional sum under pay item D10.02(e) shall be paid in accordance with the provision of sub-clause 13.5 of the FIDIC Conditions of Contract. The provisional sum shall include wages of trainees during the duration of the courses, provision of meals, transport and all other incidentals required by the trainees and approved by the engineer. No mark-up is payable to the contractor under this item. The unit of measurement for pay item D10.02(f), shall be the lump sum. The sum tendered shall include full compensation for the provision of the training venue, for all necessary lighting, power, furniture, stationery, consumables and study material and all other costs necessary to maintain the venue for the duration of the contract. Payment of the lump sum shall be made in two instalments as follows: The first instalment, 75% of the lump sum, shall be paid after the contractor has met all his obligations regarding the provision of the training venue as specified. The second and final instalment, 25% of the lump sum, shall be paid after the provision of all the accredited training as specified in the document.

Item Unit D10.03 Bonus ......................................................................... provisional (Prov) sum

The provisional sum shall cover any CPP bonus due as specified in clause D1003. The provisional sum shall be expended in accordance with clause 13.5 of the FIDIC Conditions of Contract. Note: No separate payment shall be made for any costs incurred by the Contractor, whether direct or indirect, for his efforts in accomplishing the specified requirements, and which are not recoverable from the pay-items allowed. Such costs shall be deemed to have been included in the rate offered under pay sub-item 13.01(c), Contractor’s Establishment on Site and General Obligations: Time Related Obligations. No payment, nor pro rata payment, shall be made for trainees that, once selected, do not attend or only partially complete structured training courses. The contractor’s own staff may attend the courses provided. However, such attendants from the contractor’s staff shall not be considered for measurement and payment purposes unless they also qualify as Targeted Labour.

Page 259: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-297

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 SECTION E: REQUIREMENTS OF THE OCCUPATIONAL HEALTH AND SAFETY ACT AND

REGULATIONS Note to tenderer: Wherever reference is made in this section of the Scope of Works to contractor this is the equivalent of the principal contractor in the Occupational Health and Safety Act and Regulations. Similarly, reference to subcontractors is equivalent to other contractors.

Page 260: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-298

SECTION E: REQUIREMENTS OF THE OCCUPATIONAL HEALTH AND SAFETY ACT AND REGULATIONS TABLE OF CONTENTS PAGE

E1001 SCOPE .............................................................................................................................. C-299

E1002 GENERAL OCCUPATIONAL HEALTH AND SAFETY PROVISIONS .............................. C-299

E1003 OPERATIONAL CONTROL ............................................................................................... C-304

E1004 PROJECT/SITE SPECIFIC REQUIREMENTS ................................................................. C-306

Page 261: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-299

E1001 SCOPE

This part of the specification has the objective to assist the contractor entering into contracts with the Employer that they comply with the Occupational Health and Safety (OH&S) Act, No. 85 of 1993, as well as all applicable Regulations. Compliance with this document does not absolve the contractor from complying with minimum legal requirements and the contractor remains responsible for the health and safety of his employees and those of his Mandataries. The contractor shall therefore include this part of the specification to any contract that he may have with subcontractors and/or suppliers. This section covers the development of a health and safety specification that addresses all aspects of occupational health and safety as affected by this contract. It provides the requirements that the contractor shall comply with in order to reduce the risks associated with this contract, which may lead to incidents causing injury and/or ill health. In this matter the spirit and intention of Regulation 5(1)(l) of the Construction Regulations, 2014 regarding negotiations between the parties, related to the contents and approval of the Health and Safety Plan, must be complied with.

E1002 GENERAL OCCUPATIONAL HEALTH AND SAFETY PROVISIONS

(a) Hazard Identification and Risk Assessment (Construction Regulation 9)

(i) Risk Assessments

Clause E1004 contains a generic list of risk assessment headings that have been identified by the Employer as possibly applicable to this contract. It is, by no means, exhaustive and is offered as assistance to the contractor.

(ii) Development of Risk Assessments

The contractor shall, before the commencement of any construction work or work associated with the aforesaid construction work and during such work, conduct a risk assessment by a competent person and the risk assessment so produced shall form part of the OH&S plan and be implemented and maintained as contemplated in Construction Regulation 9(1). Competence is a factor of training, knowledge, experience and/or appropriate qualifications. Where proof of competence is required by the Regulation, a concise CV must be attached to the appointment letter. The risk assessment shall include, as far as is reasonably practicable, at least: the identification of the risks and hazards to which persons may be

exposed; the analysis and evaluation of the risks and hazards identified, inclusive

of a residual risk rating methodology. The method to be used is not prescribed;

a documented plan of safe work procedures, to mitigate, reduce or control those residual risks that have been identified as unacceptably high, by means of the rating system;

a monitoring plan; a review plan, inclusive of dates to be adhered to; and ergonomic related risks are to be analysed, evaluated and addressed

as part of the process. Based on the risk assessments, the contractor shall develop a set of site-specific OH&S rules that shall be applied to regulate the OH&S aspects of the construction. The risk assessments, together with the site-specific OH&S rules shall be submitted to the Employer before construction on site commences. Despite the more advanced (or site specific) risk assessments listed below in clause E1004: PROJECT/SITE SPECIFIC REQUIREMENTS, the Employer would have conducted a baseline risk assessment before work commence and made the same available to the contractor. This does not mean that all possible Risk Assessments must be attended to before work commences, but

Page 262: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-300

that all relevant Risk Assessments receive the necessary attention as the contract progresses, and this is the responsibility of the contractor. All variations to the scope of work shall similarly be subjected to a risk assessment process.

(iii) Review of Risk Assessment

The contractor shall review the hazard identification, risk assessments and standard working procedures at each production planning and progress report meeting as the contract work develops and progresses and each time changes are made to the designs, plans and construction methods and processes. The contractor shall provide the Employer, subcontractors and all other concerned parties with copies of any changes, alterations or amendments as contemplated above.

(b) Legal Requirements

The contractor shall, as a minimum, comply with: The Occupational Health and Safety Act and Regulations (Act 85 of 1993), an up-

to-date copy of which shall be available on site at all times. The Compensation for Occupational Injuries and Diseases Act (Act 130 of 1993), an

up-to-date copy of which shall be available on site at all times. Where work is being carried out on a “mine”, the contractor shall comply with the

Mines Health and Safety Act and Regulations (Act 29 of 1960) and any other OH&S requirements that the mine may specify. An up-to-date copy of the Mines Health and Safety Act and Regulations shall be available on site at all times.

(c) Structure and Responsibilities

(i) Overall Supervision and Responsibility for OH&S

It is a requirement that the contractor, when he appoints subcontractors in terms of Construction Regulations 7(1)(c), 7(1)(d), 7(1)(f) and 7(3) includes in his agreement with such subcontractors the following:

OH&S Act (85 of 1993), Section 37(2) agreement: “Agreement with

Mandatary” OH&S Act (85 of 1993), Section 16(2) appointee/s as detailed in

his/her/their respective appointment forms. (Where applicable)

(ii) Further (Specific) Supervision Responsibilities for OH&S

The contractor shall appoint designated competent employees and/or other competent persons as required by the Act and Regulations. Below is a generic list of identified appointments and may be used to select the appropriate appointments for this contract. The contractor shall note that it is a generic list only and is intended for use as a guideline.

Appointment Regulation

Construction manager (Contractor’s Representative), Assistant Construction Manager, Construction Supervisor, Assistant Construction Supervisor

(Construction Regulation 8(1), 8(2), 8(7) and 8(8)

Construction Vehicles and Mobile Plant/Machinery Supervisor

(Construction Regulation 23)

Demolition Supervisor (Construction Regulation 14)

Drivers and Operators of Construction Vehicles or Plant

(Construction Regulation 23)

Electrical Installation and machinery on construction sites

(Construction Regulation 24)

Page 263: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-301

Emergency/Security/Fire Coordinator

(Construction Regulation 29)

Excavation Supervisor (Construction Regulation 13)

Explosive actuated fastening device

(Construction Regulation 21)

Fall Protection Supervisor (Construction Regulation 10)

First Aider (General Safety Regulation 3)

Fire Equipment Inspector (Construction Regulation 29)

Temporary Works designer and Temporary Works Supervisor

(Construction Regulation 12)

Hazardous Chemical Substances Supervisor

(HCS Regulations)

Incident Investigator (General Admin Regulation 29)

Ladder Inspector (General Safety Regulation 13A)

Cranes (Construction Regulation 22)

Materials Hoist Inspector (Construction Regulation 19)

OH&S Committee (OH&S Act Section 19)

Construction OH&S Officer (Construction Regulation 8(5) & 8(6)

OH&S Representatives (OH&S Act Section 17)

Person Responsible for Machinery

(General Machinery Regulation 2)

Scaffolding Supervisor (Construction Regulation 16)

Stacking & Storage Supervisor (Construction Regulation 28)

Structures Supervisor (Construction Regulation 11)

Suspended Platform Supervisor (Construction Regulation 17)

Tunnelling Supervisor (Construction Regulation 15)

Bulk Mixing h Plants (Construction Regulation 20)

Working on/next to Water Supervisor

(Construction Regulation 26)

Welding Supervisor (General Safety Regulation 9)

It is a requirement that a part-time Construction health and safety officer is appointed as per Construction Regulation 8(5) and that the Construction health and safety officer complies with the requirements of construction Regulation 8(6). In addition the Employer requires that a Traffic Safety Officer be appointed. The above appointments shall be in writing and the responsibilities clearly stated together with the period for which the appointment is made. This information shall be communicated and agreed with the appointees. Notice of appointments shall be submitted to the Employer. All changes shall also be communicated to the Employer. The contractor shall, furthermore, provide the Employer with an organogram of all subcontractors that he/she has appointed or intends to appoint and keep this list updated and prominently displayed on site.

(iii) Designation of OH&S Representatives (Section 17 of the OH&S Act)

Where the contractor employs more than 20 persons (including the employees of subcontractors) he has to appoint one OH&S representative for every 50 employees or part thereof. This is a minimum (legal) requirement. The contractor may at his own discretion appoint more OH&S Representatives according to site specific requirements. General Administrative Regulation 6 requires that the appointment or election and subsequent designation of the OH&S representatives be conducted in consultation with employee representatives or employees. (Section 17 of the Act and General Administrative Regulation 6 & 7). OH&S representatives shall be designated in writing and the designation shall include the area of responsibility of the person and term of the designation. OH&S representatives must be experienced, permanently employed by the contractor or his subcontractors, trained and able to move freely within their designated area of responsibility.

Page 264: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-302

(iv) Duties and Functions of the OH&S Representatives (Section 18 of the OH&S Act)

The contractor shall ensure that the designated OH&S representatives conduct continuous monitoring and regular inspections of their respective areas of responsibility, focusing on unsafe acts and unsafe conditions and report thereon to the contractor. OH&S representatives shall participate in accident or incident investigations. OH&S representatives shall attend all OH&S committee meetings.

(v) Appointment of OH&S Committee (Sections 19 and 20 of the OH&S Act)

The contractor shall establish an OH&S committee, which shall meet at least once a month.

(d) Administrative Controls and the Occupational Health & Safety File

(i) The OH&S File (Construction Regulation 7(1)(b))

As required by Construction Regulation 7(1), the contractor and subcontractors shall each keep an OH&S file on site. The following index is neither exhaustive nor prescriptive but recommended as a guide for the contents of the OH&S file: Notification of construction work (Construction Regulation 4) where

applicable Latest copy of OH&S Act (General Administrative Regulation 4) Proof of registration and good standing with COID Insurer (Construction

Regulation 5(1)(j) OH&S plan agreed with the Employer including the underpinning risk

assessment/s and method statements (Construction regulation 7(1)) Copies of OH&S committee and other relevant minutes Designs/drawings (Construction Regulation 7(1)(e) A list of subcontractors including copies of the agreements between the

parties and the type of work being done by each subcontractor (Construction Regulation 7(1)(f))

Appointment/designation forms as per sub-sub-clause E1002(a)(i) and (ii).

Registers as follows: - Accident/Incident register (Annexure 1 of the General

Administrative Regulations) - OH&S representatives’ inspection register - Asbestos demolition and stripping register - Bulk mixing plant inspections - Construction vehicles and mobile plant inspections by controller - Daily inspection of vehicles, plant and other equipment by the

operator/driver/user - Demolition inspection register - Designer’s inspection of structures record - Electrical installations, -equipment and -appliances (including

portable electrical tools) - Excavations inspection - Explosive actuated fastening device inspection, maintenance,

issue and returns register (incl. cartridges and nails) - Fall protection inspection register - First aid box contents - Fire equipment inspection and maintenance - Temporary works inspections - Hazardous chemical substances record - Ladder inspections - Lifting equipment register - Materials hoist inspection register - Machinery safety inspection register (incl. machine guards, lock-

outs etc.) - Scaffolding inspections

Page 265: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-303

- Stacking and storage inspection - Inspection of structures - Inspection of suspended platforms - Inspection of tunnelling operations - Inspection of vessels under pressure - Welding equipment inspections - Inspection of work conducted on or near water - Welfare facilities as provided

(e) Notification of Construction Work (Construction Regulation 3)

The contractor shall, where the contract meets the requirements laid down in Construction Regulation 4 prior to commencement notify the Department of Labour of the intention to carry out construction work and use the form (Annexure 2 in the Construction Regulations) for the purpose. A copy shall be kept on the OH&S file and a copy shall be forwarded to the Employer for record keeping purposes.

(f) Training and Competence

The training required by the Act and Regulations shall be included in the contractor’s OH&S plan. The contractor shall be responsible for ensuring that all relevant training is undertaken. Only accredited training providers shall be used for the regulatory OH&S training. The contractor shall ensure that his and his subcontractors’ personnel appointed are competent and that all training required for doing the work safely and without risk to health, has been completed before work commences. The contractor shall ensure that follow-up and refresher training is conducted as the contract work progresses and the work situation changes. This does not absolve any subcontractors from their responsibilities as Employers. Records of all training must be kept on the OH&S file for auditing purposes.

(g) Consultations, Communication and Liaison

OH&S liaison between the Employer, the contractor, the subcontractors, the designer and other concerned parties will be through the OH&S committee as contemplated in sub-sub-clause E1002(c)(v). In addition to the above, communication may be directly to the Employer or his appointed agent, verbally or in writing, as and when the need arises. Consultation with the workforce on OH&S matters will be through their construction managers and supervisors, OH&S representatives and the OH&S committee. The contractor shall be responsible for the dissemination of all relevant OH&S information to the subcontractors e.g. design changes agreed with the Employer and the designer, instructions by the Employer and/or his/her agent, exchange of information between subcontractors, the reporting of hazardous/dangerous conditions/situations etc. The contractors’ most senior manager on site shall be required to attend all OH&S meetings.

(h) Checking, Reporting and Corrective Actions

(i) Monthly Audit by Employer (Construction Regulation 5(1)(o)

The Employer will conduct monthly health and safety and document verification audits in compliance with Construction Regulation 5(1)(o) in order to ensure that the contractor has implemented and is maintaining the agreed and approved OH&S plan.

(ii) Other Audits and Inspections by the Employer

The Employer reserves the right to conduct other ad hoc audits and inspections as deemed necessary. This will include site safety walks.

Page 266: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-304

(iii) Contractor’s Audits and Inspections

The contractor must conduct his own regular internal audits to verify compliance with his own OH&S management system, as well as with this specification. The contractor shall furthermore ensure that each subcontractor`s health & safety plan is being implemented by conducting periodic audits at intervals mutually agreed between the contractor and subcontractors, but at least once per month.

(iv) Inspections by OH&S Representative’s and other Appointees

OH&S representatives shall conduct weekly inspections of their areas of responsibility and report thereon to their foreman or supervisor whilst other appointees shall conduct inspections and report thereon as specified in their appointments e.g. vehicle, plant and machinery drivers, operators and users must conduct daily inspections before start-up.

(v) Recording and Review of Inspection Results

All the results of the abovementioned inspections shall be in writing, reviewed at OH&S committee meetings, endorsed by the chairman of the meeting and placed on the OH&S File.

(i) Accidents and Incident Investigation (General Administrative Regulation 9)

The contractor and his subcontractors shall coordinate their investigation of all accidents/incidents where employees and non-employees were injured to the extent that he/she/they had to be referred for medical treatment by a doctor, hospital or clinic. The results of the investigation shall be entered into an accident/incident register listed in sub-sub-clause E1002(d)(i). The affected subcontractor shall be responsible for the investigation of all minor and non-injury incidents as described in Section 24(1)(b) & (c) of the Act and keeping a record of the results of such investigations including the steps taken to prevent similar accidents in future.

(j) Reporting

The contractor shall provide the Employer with copies of all statutory reports required in terms of the Act within 7 days of the incident occurring. In addition, the contractor shall update monthly the Disabling Injury Frequency Ratio (DIFR) and display this information on a signboard at the site office.

(k) Medical certificate of fitness (Construction Regulation 7 (1) (g) and 7 (8) The Contractor as well as subcontractor (where appointed) shall ensure that all their employees have a valid certificate of fitness, specific to the construction work to be performed and issued by an occupational health practitioner, in the form of Annexure 3 to Government Gazette No. 37305 of 7 February 2014.

E1003 OPERATIONAL CONTROL

(a) Operational Procedures

Each construction activity shall be assessed by the contractor so as to identify operational procedures that will mitigate against the occurrence of an incident during the execution of each activity. This specification requires the contractor: - to be conversant with all relevant Regulations; - to comply with their provisions; - to include them in his OH&S plan where relevant.

(b) Emergency Procedures

Page 267: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-305

Simultaneous with the identification of operational procedures (per sub-clause E1003(a) above), the contractor shall similarly identify and formulate emergency procedures in the event an incident does occur. The emergency procedures thus identified shall also be included in the contractor’s OH&S plan, and communicated as part of induction training. It is the responsibility of the first aid worker, together with the construction supervisor, to make an assessment regarding the severity of injuries and which actions are appropriate. For example: transfer to a medical facility by ambulance or helicopter.

(c) Personal & Other Protective Equipment (Sections 8/15/23 of the OH&S Act)

The contractor shall identify the hazards in the workplace and deal with them. He must either remove them or, where impracticable, take steps to protect workers and make it possible for them to work safely and without risk to health under the hazardous conditions. Personal protective equipment (PPE) should, however, be the last resort and there should always first be an attempt to apply engineering and other solutions to mitigating hazardous situations before the issuing of PPE is considered. Where it is not possible to create an absolutely safe and healthy workplace the contractor shall inform employees regarding this and issue, free of charge, suitable equipment to protect them from any hazards being present and that allows them to work safely and without risk to health in the hazardous environment. It is a further requirement that the contractor maintain the said equipment, that he instructs and trains the employees in the use of the equipment and ensures that the prescribed equipment is used by the employee/s. Employees do not have the right to refuse to use/wear the equipment prescribed by the Employer and, if it is impossible for an employee to use or wear prescribed protective equipment through health or any other reason, the employee cannot be allowed to continue working under the hazardous condition/s for which the equipment was prescribed but an alternative solution has to be found that may include relocating or discharging the employee. The contractor shall include in his OH&S plan the PPE he intends issuing to his employees for use during construction and the sanctions he intends to apply in cases of non-conformance by his employees. Conformance to the wearing of PPE shall be discussed at the weekly inspection meetings.

(d) Other Regulations

Wherever in the Construction Regulations or this specification there is reference to other regulations (e.g. Construction Regulation 24: Electrical Installations and Machinery on Construction Sites) the contractor shall be conversant with and shall comply with these regulations.

(e) Public Health & Safety (Section 9 of the OH&S Act)

The contractor shall, as far as is reasonably practicable, be responsible for ensuring that non-employees affected by the construction work are made aware of the dangers likely to arise from said construction work as well as the precautionary measures to be observed to avoid or minimise those dangers. This includes: Non- employees entering the site for whatever reason The surrounding community Passers by to the site

Page 268: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-306

E1004 PROJECT/SITE SPECIFIC REQUIREMENTS

The following is a generic list of Risk Assessment and Site specific health and safety specification prepared by the Employer in terms of construction Regulation 5(1)(a) and 5(1)(f): Clearing and Grubbing of the area/site Site establishment including:

- Office/s - Secure/safe storage for materials, plant and equipment - Ablutions - Sheltered eating area - Maintenance workshop - Vehicle access to the site

Dealing with existing structures Location of existing services Installation and maintenance of temporary construction electrical supply, lighting and

equipment Adjacent land uses/surrounding property exposures Boundary and access control/public liability exposures (NB: the Employer is also

responsible for the OH&S of non-employees affected by his/her work activities.) Health risks arising from neighbouring as well as own activities and from the

environment e.g. threats by dogs, bees, snakes, lightning etc. Exposure to noise Exposure to vibration Protection against dehydration and heat exhaustion Protection from wet and cold conditions Dealing with HIV/Aids and other diseases Use of portable electrical equipment including

- Angle grinder - Electrical drilling machine - Circular saw

Excavations including - Ground/soil conditions - Trenching - Shoring - Drainage of trench

Welding including - Arc welding - Gas welding - Flame cutting - Use of LP gas torches and appliances

Loading and offloading of trucks Aggregate/sand and other materials delivery Manual and mechanical handling Lifting and lowering operations Driving and operation of construction vehicles and mobile plant including

- Trenching machine - Excavator - Bomag roller - Plate compactor - Front end loader - Mobile cranes and the ancillary lifting tackle - Parking of vehicles and mobile plant - Towing of vehicles and mobile plant

Use and storage of flammable liquids and other hazardous substances e.g. petrol, diesel, cement, asphalt, bituminous materials and similar

Layering and bedding Installation of pipes in trenches Pressure testing of pipelines Backfilling of trenches Protection against flooding Gabion work Use of explosives Protection from overhead power lines

Page 269: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-307

As discovered by the contractor’s hazard identification exercise As discovered from any inspections and audits conducted by the Employer or by the

contractor or any subcontractor on site As discovered from any accident/incident investigation.

Page 270: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-308

TABLE E1004: BASELINE RISK ASSESSMENT

Ref. No.

Activity / Location

Hazard (Energy)

Description of Risk Scenario (Unwanted Event)

Initial Risk Rating

Control Measures Likelihood Consequence Risk

Rating

1. Site and Laboratory Establishment

1-1 Clearing the area Mechanical - Moving Mobile Equipment or Light Vehicle

Vehicle collision due to congested work area

Possible Major High Flagman to control traffic and be visible. Area shall be visibly demarcated where employees are working. Dedicated walkways to be established.

Particulates and Aerosols - Dust

Exposure to dust Likely Medium Moderate Provide workers with dust masks. Medicals to be checked to ensure that workers do not suffer from any lung disease.

Chemical - Carcinogen Sun exposure due to extreme heat conditions

Likely Medium Moderate Issue workers with UV protection sun block or provide them with long sleeve shirts and protective head covering.

Thermal - Heat Heat stress due to extreme heat conditions

Possible Medium Moderate Adequate water supply. Ensure workers are medically fit for the type of activity that they may be exposed to. Adhere to the thermal requirements.

Thermal - Cold Hypothermia due to low body temperature

Possible Medium Moderate Contractors to ensure employees are issued with appropriate clothing for outdoor work, wind, rain, cold etc. Adhere to the thermal requirements.

Chemical - Venom Working in bushy areas causing snake, spider or insect bites

Rare Serious Moderate Provide training awareness on types of snakes, insects and spiders in the area.

Fire - Fire Injury to workers and smoke inhalation

Rare Serious Moderate Fire extinguishers to be placed at all danger points and smoking only allowed in demarcated areas. No open fires allowed on site.

1-2 Fence erection Ergonomic - Exertion Back injuries due to incorrect posture Possible Serious High No person to lift more than a third of their body weight. Make use of secured ladders to prevent over exertion.

Gravitational - Slip, Trip or Fall (Same Level)

Foot or ankle injury due to ground conditions or incorrect footing

Possible Serious High Ensure area is free from obstructions.

Electrical - Electricity Damage to underground services Possible Serious High Drawings of existing services to be made available.

1-3 Container offloading

Weather - High Wind Property damage due to containers blowing over

Possible Serious High Box / office containers to be anchored.

Mechanical - Moving Mobile Equipment or Light Vehicle

Substandard lifting machine resulting in property damage

Possible Serious High

All lifting equipment and lifting machinery to be certified and load tested. Operator competency. Area to be levelled and compacted before positioning crane and inspected prior to work commencing. Outrigger pads to be used at all times while lifting. No lifting allowed under overhead power lines within a radius of 5m. Barricade area to prevent unauthorised entry. Monitor wind speed. Guide ropes to be used when lifting or offloading in order to control lift.

1-4 Electrical installation

Electrical - Electricity Electrocution due to live electrical conductors

Likely Major Critical

Ensure that only competent and registered electricians does the job. Certificate of compliance to be issued to the Principal Contractor. Safety checks to be performed on all electrical appliances. Lock out procedure to be adhered to.

1-5 Security Unuathorised entry Theft due to site laydown area not being locked or guarded.

Likely Serious High Security gates to be locked when nobody is at the office

2. Road Patching

Page 271: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-309

Ref. No.

Activity / Location

Hazard (Energy)

Description of Risk Scenario (Unwanted Event)

Initial Risk Rating

Control Measures Likelihood Consequence Risk

Rating

2-1 Traffic accommodation

Mechanical - Moving Mobile Equipment or Light Vehicle

Vehicles colliding into workers Possible Major High Traffic control to be done accordingly before any work commences. All traffic accommodation to comply with SADC RTSM Ch.13 vol.2. Stop/Go system to be employed.

2-1 Transport material and equipment to work area

Mechanical - Moving Mobile Equipment or Light Vehicle

Vehicle collision due to speeding Possible Serious High Adhere to speed limits. Driver to have valid licence

Ergonomic - Exertion Back injuries due to handling of heavy equipment

Possible Medium Moderate Manual handling training to personnel

2-2 Offloading of machinery

Gravitational - Falling or Rolling Object

Standing on a downhill resulting in plant rolling to fast and can lead to injuries to workers

Possible Serious High Do not stand on hills when offloading machinery. Ensure operators that offload machinery are competent

2-3 Cut existing surface seal and edges

Acoustic - Noise Hearing loss due to high noise levels Possible Medium Moderate Provide the required earmuffs or earplugs depending on the noise ommitted from power tools. Ensure workers that do not suffer from hearing loss.

Particulates and Aerosols - Dust

Dust exposure Likely Medium Moderate Provide workers with dust masks. Medicals to be checked to ensure that workers do not suffer from any lung disease.

Foreign objects Eye injuries due to flying particles Possible Serious High Safety goggles to be provided to workers

Ergonomic - Awkward Posture

Muscle strain due to awkard cutting position

Possible Medium Moderate Ensure ergonomics training presented to workers. Rotate workers where required

2-4 Excavation works Particulates and Aerosols - Dust

Dust exposure Likely Medium Moderate Provide workers with dust masks. Medicals to be checked to ensure that workers do not suffer from any lung disease.

Electrical - Electricity Damage to underground services Possible Serious High Drawings of existing services to be made available.

Gravitational - Slip, Trip or Fall (Same Level)

Falling into excavations due to no barriers

Possible Serious High Barricade excavations that cannot be closed immediately.

Gravitational - Slip, Trip or Fall (Same Level)

Falling into excavations due to no safe access provided

Possible Serious High Dedicated safe access and egress points.

Weather - Flooding Possible collapse Possible Serious High

Competent appointed persons responsible for excavations. Shoring and battering done as appropriate to prevent collapse and fall of material into excavations. Solid barricading for all excavations to prevent people falling into excavations. Dedicated safe access and egress points.

Mechanical - Moving Mobile Equipment or Light Vehicle

Plant to close to excavations leading to loose material falling into excavations

Possible Serious High Competent appointed persons to check ground stability for work close to excavations.

2-5 Load and haul material

Mechanical - Moving Mobile Equipment or Light Vehicle

Vehicle collision due to congested work area

Possible Serious High Dedicated driving routes and rotating lights to be used. All mobile plant to be fitted with reverse alarms.

Mechanical - Moving Mobile Equipment or Light Vehicle

Plant speeding causing accidents Possible Serious High Site rules regarding speed limit/No unauthorised vehicles & pedestrians beyond a certain point sign

Mechanical - Moving Mobile Equipment or Light Vehicle

Intoxicated operators or drivers causing accidents

Possible Serious High Drivers to have valid competency and drivers licence. Alcohol breathalyser tests to be done.

Page 272: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-310

Ref. No.

Activity / Location

Hazard (Energy)

Description of Risk Scenario (Unwanted Event)

Initial Risk Rating

Control Measures Likelihood Consequence Risk

Rating

Particulates and Aerosols - Dust

Dust exposure Possible Medium Moderate Provide employees with dust masks, Medicals to be checked to ensure that workers do not suffer from any lung disease. Wet roads where applicable to control dust emissions.

Physiological - Fatigue Vehicle accidents due to long working hours

Possible Serious High Operators to have breaks to prevent fatigue.

2-6 Regravelling Mechanical - Moving Mobile Equipment or Light Vehicle

Vehicle collision due to congested work area

Possible Serious High Dedicated driving routes and rotating lights to be used. All mobile plant to be fitted with reverse alarms.

Vibrational - Whole Body Vibration

Long exposure time without breaks may result in muscular disorder

Possible Serious High Operators to be given brief breaks during working time to limit exposure.

Acoustic - Noise Hearing loss due to high noise levels Possible Medium Moderate Provide the required earmuffs or earplugs depending on the noise ommitted from power tools. Ensure workers that do not suffer from hearing loss.

3 Sealing

3-1 Load and haul material

Mechanical - Moving Mobile Equipment or Light Vehicle

Vehicle collision due to congested work area

Possible Serious High Dedicated driving routes and rotating lights to be used. All mobile plant to be fitted with reverse alarms.

Mechanical - Moving Mobile Equipment or Light Vehicle

Plant speeding causing accidents Possible Serious High Site rules regarding speed limit/No unauthorised vehicles & pedestrians beyond a certain point sign

Mechanical - Moving Mobile Equipment or Light Vehicle

Intoxicated operators or drivers causing accidents

Possible Serious High Drivers to have valid competency and drivers licence. Alcohol breathalyser tests to be done

Particulates and Aerosols - Dust

Dust exposure Possible Medium Moderate Provide employees with dust masks, Medicals to be checked to ensure that workers do not suffer from any lung disease. Wet roads where applicable to control dust emissions

Physiological - Fatigue Vehicle accidents due to long working hours

Possible Serious High Operators to have breaks to prevent fatigue.

3-2 Bitumen application

Chemical - Irritant Emulsion splashing into eyes Possible Serious High Wear the required Personal Protective Equipment and adhere to the MSDS

Thermal - Heat Burns due to hot emulsion Possible Serious High Wear the required Personal Protective Equipment and adhere to the MSDS. Fire extinguishers to be nearby. Adeqaute signage to be displayed to state hpt surfaces.

Explosion - Explosion Gas explosion Possible Severe Critical Ensure gas bottles have the required flashback arrestors. Hoses must be tested regularly

Vibrational - Whole Body Vibration

Long exposure time without breaks may result in muscular disorder

Possible Serious High Operators to be given brief breaks during working time to limit exposure.

Acoustic - Noise Hearing loss due to high noise levels Possible Medium Moderate Provide the required earmuffs or earplugs depending on the noise ommitted from power tools. Ensure workers that do not suffer from hearing loss.

Fire - Fire Fire due to sparks caused Possible Serious High Prevent sparks by using non-spark and explosion proof tools and equipment. Eliminate naked flames where possible. No smoking is allowed during the application.

Page 273: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-311

Ref. No.

Activity / Location

Hazard (Energy)

Description of Risk Scenario (Unwanted Event)

Initial Risk Rating

Control Measures Likelihood Consequence Risk

Rating

Control static electricity by ensuring the electrical earthing of containers, plant and equipment during product transfer to prevent sparks.

Physiological - Fatigue Vehicle accidents and worker injuries due to long working hours

Possible Serious High Operators and workers to have breaks to prevent fatigue.

4 Ancillary Roadworks

4-1 Repair of guardrails

Ergonomic - Awkward Posture

Back pain due to constant bending position

Possible Serious High Reduce exposure limit.

Sharp Object Hand injured due to sharp objects Possible Medium Moderate Wear required gloves

4-2 Replace fencing Ergonomic - Exertion Back injuries due to incorrect posture Possible Serious High No person to lift more than a third of their body weight. Make use of secured ladders to prevent over exertion

Gravitational - Slip, Trip or Fall (Same Level)

Foot or ankle injury due to ground conditions or incorrect footing

Possible Serious High Ensure area is free from obstructions

Sharp Wires Hand injured due to sharp objects Possible Medium Moderate Wear required gloves

4-3 Road markings Chemical - Irritant Fume inhalation Possible Medium Moderate Provide workers with respiratory protection

Chemical - Irritant Skin irritation Possible Medium Moderate Provide workers with the required personal protective clothing. Adhere to MSDS

5 General

5-1 Refuelling of plant Fire - Fire Injury to workers and smoke inhalation

Possible Medium Moderate Fire extinguishers to be placed in working area. No smoking while refuelling. No makeshift funnels allowed to be used.

5-2 Maintenance of plant

Mechanical - Moving Object (Mechanically or Manually)

Injury to mechanics due to plant not swtiched off

Possible Serious High Ensure plant is locked out before any maintenance takes place. Keys to be kept with the mechanic on duty

Mechanical - Moving Mobile Equipment or Light Vehicle

Injury to mechanics due to plant moving

Possible Serious High Stop blocks to be placed in front and back of the machine

5-3 Working in the vicinity of road traffic

Mechanical - Moving Mobile Equipment or Light Vehicle

Struck by passing vehicles due to traffic

Possible Major High Traffic control to be done accordingly before any work commences. All traffic accommodation to comply with SADC RTSM Ch.13 vol.2. Stop/Go system to be employed.

Public access Public entering work area that can get injured

Possible Serious High Dedicated walk areas to be established. Community to be informed of where the construction activities will take place

5-4 Working outdoors Thermal - Heat Heat stress due to extreme heat conditions

Possible Medium Moderate Adequate water supply. Ensure workers are medically fit for the type of activity that they may be exposed to.

Thermal - Cold Hypothermia due to low body temperature

Possible Medium Moderate Contractors to ensure employees are issued with appropriate clothing for outdoor work, wind, rain, cold etc. Adhere to the thermal requirements.

Chemical - Venom Working in bushy areas causing snake, spider or insect bites

Rare Serious Moderate Provide training awareness on types of snakes, insects and spiders in the area. Emergency procedure to provide contact details and the process to follow

Particulates and Aerosols - Dust

Exposure to dust Possible Medium Moderate Provide workers with dust masks. Medicals to be checked to ensure that workers do not suffer from any lung disease.

5-5 Working in remote areas

Electrical - Electricity Electrocution due to overhead power lines

Possible Severe Critical Ensure compliance with SANS 10280.

Page 274: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-312

Ref. No.

Activity / Location

Hazard (Energy)

Description of Risk Scenario (Unwanted Event)

Initial Risk Rating

Control Measures Likelihood Consequence Risk

Rating

Chemical - Venom Working in bushy areas causing snake, spider or insect bites

Rare Serious Moderate Emergency preparedness and response plan to cover the surrounding towns with emergency services.

Mechanical - Moving Mobile Equipment or Light Vehicle

Vehicle accidents Possible Serious High Emergency preparedness and response plan to cover the surrounding towns with emergency services.

5-6 Lab testing Radiation - Ionising Radiation

Exposure to radiation causes cancer Possible Serious High Reduce exposure time. Ensure compliance with the Nuclear Regulations.

5-7 Use of power tools Acoustic - Noise Noise induced hearing loss Possible Medium Moderate Provide the requried earmuffs or earplugs depending on the noise ommitted. Ensure workers do not suffer from hearing loss.

Ergonomic - Awkward Posture

Back pain due to constant bending position

Possible Serious High Reduce exposure time

Electrical - Electricity Electric shock due to defective cable insulation

Possible Serious High Inspect all power tools before use.

Particulates and Aerosols - Dust

Dust inhalation causing lung infection due to dust exposure

Possible Medium Moderate Provide workers with dust masks. Ensure workers do not suffer from any lung disease.

Vibrational - Hand / Arm Vibration

Carpel tunnel syndrome due to long exposure time

Possible Serious High Reduce exposure time

Mechanical - Moving Component of Fixed Machinery

Entanglement of worker due to loose clothing

Possible Serious High Ensure no loose clothing and that machine is adequately guarded.

Elastic - Object under Tension or Compression

Whip lash caused by slings not tightly secured

Possible Serious High Compressors to be equipped with the safety slings for pneumatic power tools and pressure test certificate to be produced according to Pressure Equipment Regulations.

Page 275: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-313

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 SECTION F: BUILDING WORKS PROJECT SPECIFICATIONS SERIES 12000: BUILDING WORKS

Page 276: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-314

SECTION F: BUILDING WORKS PROJECT SPECIFICATIONS TABLE OF CONTENTS PAGE

F12 001 SCOPE ........................................................................................................................... C-315

F12 002 INTERPRETATIONS ..................................................................................................... C-315

F12 003 GENERAL ...................................................................................................................... C-315

F12 004 COMMERCIAL PRODUCTS.......................................................................................... C-315

F12 005 SAMPLES ...................................................................................................................... C-315

F12 006 MATERIALS ................................................................................................................... C-315

F12 007 PLANT ............................................................................................................................ C-321

F12 008 CONSTRUCTION .......................................................................................................... C-321

F12 009 TOLERANCES ............................................................................................................... C-329

F12 010 TESTS ............................................................................................................................ C-330

F12 011 MEASUREMENT AND PAYMENT ................................................................................ C-330

Page 277: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-315

SERIES 12000: BUILDING WORKS F12 001 SCOPE

This section specifies the general requirements for the construction of new buildings and/or alterations and renovations to existing buildings.

F12 002 INTERPRETATIONS

Supporting specifications

Project Specification;

SABS 1200 A or SABS 1200 AA as applicable;

SABS 1200 C;

SABS 1200 D or SABS 1200 DA as applicable;

SABS 1200 G or SABS 1200 GA or SABS 1200 GB as applicable. F12 003 GENERAL

Building work shall be carried out in accordance with the National Building Regulations and Building Standards Act, 1977, and these specifications.

References to specifications and codes of practice of the South African Bureau of

Standards shall be taken to be references to the latest edition of such specifications and codes of practice as amended. Where possible the SAGS mark shall appear on all articles, materials or items where it is required to comply with such SAGS specification.

F12 004 COMMERCIAL PRODUCTS

In all instances where the Contractor handles, stores, uses, applies or fixes commercial products, the work shall be strictly carried out according to the instructions of the manufacturer of such products.

F12 005 SAMPLES

The Contractor shall furnish without delay, such samples as called for or may be called for by the Engineer. Materials or workmanship not corresponding with approved samples, may be rejected by the Employer and shall be removed from the works at the cost of the Contractor.

F12 006 MATERIALS

(a) Cement

Cement shall be ordinary portland cement complying with the requirements of SABS 471.

(b) Water

Water shall be clean and free from clay, silt, oil, acid, alkali, organic or other matter

which would impair the required strength and durability of mortar, plaster or floor screed.

(c) Aggregate

Sand for plaster and mortar shall comply with the requirements of SABS 1090,

whereas the aggregates for normal and granolithic floor screeds shall comply with the requirements of BS1199 and BS1201 respectively.

Page 278: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-316

(d) Burnt clay bricks

Burnt clay bricks shall comply with the requirements of SABS 227 and shall also be equal in all respects to the three samples of each type of brick furnished by the Contractor prior to commencement of the works and as approved by the Engineer.

General purpose (special) bricks shall be used in foundation walls and lintels.

The colour and texture of face bricks shall be as specified in the project

specifications. Care shall be taken to avoid damage to arises and faces during transport and handling.

Fire bricks shall be of well burnt refractory fire clay, resistant to spalling and

cracking and of same size as the ordinary bricks.

(e) Concrete masonry units Precast concrete masonry units shall comply with the requirements of SABS 1215

and shall be solid unless specified otherwise in the project specifications.

(f) Wall ties Wall ties shall comply with the requirements of SABS 28.

(g) Air bricks

Air bricks shall be well-burnt terra-cotta air bricks in external faces of walls and

250 mm x 150 mm rectangular gypsum air bricks covered with copper mosquito gauze in internal faces.

(h) Brick reinforcement

Brick reinforcement shall be hard drawn mild steel comprising two 3,15 mm diameter wires spaced 75 mm apart and 2,8 mm diameter cross wires spaced at not exceeding 300 mm apart welded to main wires.

(i) Damp-proof membrane

Damp-proof membrane under floors, unless otherwise specified, shall be of polyethylene sheeting complying with the requirements of SABS 952 as Type C-plain surfaces specified therein, 250 microns in dry areas and 375 microns in wet areas.

(j) Damp-proof course in walls

Horizontal and vertical damp-proof course, unless otherwise specified, shall be of bituminous sheeting complying with the requirements of SABS 248 and as Type FV (Fibre Base) sheeting or as Type GH (Hessian Base) sheeting specified therein, or of polyethylene sheeting complying with the requirements of SABS 952 and as Type A-plain surfaces 450 microns or as Type B-embossed surfaces 375 microns as described therein.

(k) Structural timber

Structural timber, unless otherwise specified, shall be of South African softwood (pine) complying with the requirements of SABS 563 or SABS 1245 and, unless otherwise specified or shown on the drawings, shall be of Grade 4 and shall be marked as laid down in the specification.

Roof battens and other structural timbers not less than 50 mm or more than

65 mm in width and not less than 38 mm or more than 50 mm thickness, shall be of South African softwood (pine) complying with the requirements of SABS 653.

All structural timber shall bear the full standardization mark of the South African Bureau of Standards.

The tolerance by which "actual" dimensions may vary from the "nominal" dimensions specified or stated on drawings of South African sawn structural

Page 279: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-317

softwood, shall be as laid down in SABS 563, SABS 653 and SABS 1245 where relevant.

(l) Galvanised steel roofing sheets

Galvanised steel roofing sheets shall be of the profile as scheduled or shown on the drawings, of 0,50 mm thick mild steel (before galvanising) and shall be galvanised on both sides to the requirements of SABS 934 for a Class Z250 coating, unless a Class Z600 coating is specified, and shall be passivated.

(m) Metal ridging for steel covered roofs

Galvanised iron ridging for ridges and hips of steel covered roofs shall be of

0,50 mm thick flat mild steel (before galvanising), galvanised as specified for roofing sheets in clause 3.12

. (n) Framed and ledged batten doors

Softwood doors

To be 44 mm thick framed and ledged batten doors complying with the requirements of SABS 545, but the timber shall comply with the requirements of SABS 1359 and shall be of clear grade.

Hardwood doors

To be 44 mm thick framed and ledged batten doors complying with the requirements of SABS 545, but the timber shall comply with the requirements of SABS 1099 and shall be of clear grade. The hardwood shall be solid without any laminations.

(o) Flush doors

Flush doors shall be solid laminated, chip core or hollow-core as specified and shall comply with the requirements of SABS 545. All glue used in the manufacture of the doors shall comply with the requirements of the above specification.

Unless otherwise specified, face veneers shall be rotary cut, and shall be of timber specified or where doors are to be painted shall be of timber suitable for painting. Edge-strips to conceal the vertical edges of doors shall be not less than 10 mm thick and of the same timber as face veneers; edge strips to meeting edges of doors in two leaves where edges are to be rebated, shall be not less than 20 mm thick.

Faces of doors shall be machine-sanded to a smooth and even surface.

All glueing together of core strips and glueing on of veneers, edge-strips, etc. shall be done under hydraulic pressure.

The top and bottom edges of doors showing end grain, shall be sealed with lacquer, or other suitable material, before leaving the manufacturer's works, and similarly sealed after doors are fitted into frames if the edges of doors are disturbed during fitting.

(p) Ironmongery

All ironmongery shall be of best quality and shall be approved by the Engineer, before fixing.

Screws for fixing of articles shall be of similar metal than the articles. Locks shall comply with the requirements of SABS 4 and shall be supplied with two keys each.

Unless otherwise specified, interior and exterior doors shall be fitted with two and four lever heavy-duty mortice locks respectively, which shall be master-keyed.

No key shall pass a second lock. On no account shall the keys be delivered with the doors or locks to the building site. Failure to observe these instructions may entail the provision of new locks and keys.

Page 280: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-318

(q) Pressed steel door frames

Pressed steel door frames shall comply with the requirements of SABS 1129 and shall be constructed of 1,6 mm thick mild steel sheeting, pressed or rolled to the required shapes, properly mitered, welded and reinforced.

Frames shall be of widths required to suit the thickness of walls into which they are built and shall be fitted with suitable tie-bars and braces at bottom, and lugs for building in, three to each jamb of frames without fanlights and four to each jamb of frames with fanlights.

Where fanlights are shown over doors, the frames shall be fitted with transoms of pressed or rolled steel sheet as above and rebate for fanlights and for doors. if required.

The rebates in frames and transoms for doors and fanlights shall be of width required to suit the thickness of doors and fanlights.

Frames-shall each be fitted in the rebate of one jamb with a pair of approved 80 mm steel butt hinges, and transom to opening fanlights hung at bottom shall each be fitted with a pair of approved 75 mm steel butt hinges, all set flush into recesses in frames and either fixed with countersunk screws or securely welded on.

Frames shall be holed as and where required for screws fixing fanlight openers, keeps of spring catches, etc. Where fanlights are shown to be fixed into frames, the frames shall be holed in the rebates, for screws, securing the fanlights, four to each frame.

Frames shall each be fitted in one jamb, with approved chromium plated or stainless steel (unless otherwise specified) adjustable striking plate keep, boxed in at back of frame with sheet metal box welded on, and not less than two rubber buffers.

All welding shall be cleaned off smooth and flush on exposed faces and frames shall be cleaned and primed as described for steel windows before leaving the manufacturer's works.

(r) Steel doors, sidelights and fanlights

Steel doors, sidelights and fanlights shall, in the case of stock types, comply with the requirements of SABS 727, and in the case of purpose made types with the constructional and other requirements of the above specification wherever applicable, and shall in addition be equipped with the following:

Suitable weather bars where required to render doors, etc., perfectly watertight;

Suitable lugs, or holes at the same spacing as the standard fixing lugs, for screwing frames to plugs in the concrete, where frames of doors, etc. are to be fixed to concrete columns, beams, etc.,

A primer as described for steel windows, except where hot-dip galvanising is prescribed.

Doors, sidelights and fanlights, unless otherwise shown shall be of "one piece" construction, but where shown to be in two or more "one piece" units, the units shall be coupled together with standard coupling-mullions and/or transoms.

Bottom openings in doors and sidelights shall be fitted with kicking plates of one thickness of 1,6 mm thick mild steel sheet fixed with metal beads.

Frames of outward opening doors shall be fitted at bottom with sills of door framing section (stepped sills) and of inward opening doors with metal ties, welded to frames, for embedding in thresholds (flush sills).

Stock doors, sidelights and fanlights shall be of the types shown on drawings and purpose made doors, sidelights and fanlights shall be constructed to the forms and sizes shown on drawings.

Unless otherwise specified, the doors shall be of not less than 33 mm universal sections and the sidelights and fanlights of standard 25 mm sections.

Fanlights shall be hung and fitted as described for steel windows in clause 3.39.

Page 281: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-319

(s) Steel windows

Stock residential and industrial type steel windows shall comply with the requirements of SABS 727 and all other types both stock and purpose made shall comply with the constructional and other requirements of the above specification wherever applicable, and shall in addition be equipped with the following:

Suitable weather bars where required to render the windows perfectly watertight;

Suitable lugs, or holes at the same spacing as the standard fixing lugs, for screwing frames to plugs in the concrete where frames of windows are to be fixed to concrete columns, beams, etc.,

Windows and components, except where specified to be hot-dip galvanised, shall before leaving the manufacturer's works, be cleaned by acid pickling rinsing and drying, as laid down in SABS code of practice 064, or by other approved means, to remove all scale, rust, grease, oil and foreign matter and then primed with red oxide zinc chromate primer complying with the requirements of SABS 909, applied by dipping or by means of spray gun.

Ventilators hung at side to open out in windows above ground floors and not accessible for cleaning from an adjoining opening ventilator in the same window or from verandahs, balconies and the like, shall be hung on projecting hinges.

Windows, unless otherwise specified, shall be of "one piece" construction, but where shown to be in two or more "one piece" units, shall be coupled together with standard coupling mullions and/or transoms.

Windows shall be fitted with solid brass handles, stays, catches and other fittings, those to windows constructed of universal sections having polished finish and to all other windows rumbled finish. The fittings shall be fixed in such a way as to be removable after windows are glazed.

(t) Glass for glazing

Glass for glazing shall comply with the requirements of CKS 55.

Glass not exceeding 0,75 square meter surface area of glass pane, shall be flat drawn clear sheet glass of "QQ" quality (ordinary glazing quality) and of 3 mm thickness.

Glass exceeding 0,75 square meter and up to 1,5 square meters surface area of glass pane, shall be clear float glass of "GG" quality (glazing quality) and of 4 mm thickness.

Laminated safety glass for glazing shall be of "SQ" quality (selected glazing quality) and of 6 mm thickness unless otherwise specified. If high impact strength glass is used, whether cut to size or not, the stencil mark is to appear in a prominent place on the glass.

Toughened safety glass for glazing up to 3 square meters shall be, unless otherwise specified, of 4 mm thickness and must be ordered to the correct size as toughened glass can not be cut, and each piece of glass to be marked in a clear and permanent fashion. (For bigger sizes, manufacturer's instructions are to be followed).

Any pane of glass installed in any door shall, where not made of safety glass, be not more than I m² in area and shall have a nominal thickness of not less than 6 mm.

Obscure glass for glazing, unless otherwise specified, shall be Arctic or other similar approved figured rolled glass, of a nominal thickness of not less than 3 mm for glass panes up to a surface area of 0,75 m² and not less than 5 mm over 0,75 m².

Putty for glazing shall comply with the requirements of SABS 680, of Type I for glazing in wood and of Type 11 for glazing in steel windows, doors, etc. Putty used for glazing in unpainted hardwoods, shall be tinted to match the colour of the wood.

(u) Paints

All materials for paintwork for which South African Bureau of Standards specifications have been published, shall comply with the requirements of such specifications and shall bear the standardization mark of the South African Bureau

Page 282: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-320

of Standards on the container or packing. Materials for paintwork for which no SABS specifications have been published shall be of brand and manufacture approved by the Engineer.

All materials for paintwork must be brought on to the site in unopened containers and no adulteration will be allowed.

Undercoats for paintwork shall be as supplied by the manufacturer of the paint being used for the finishing coat.

Paints shall be suitable for application on the surfaces on which they are to be applied, and those used externally shall be of exterior quality or suitable for exterior use.

If necessary, paints shall be strained free from skins and similar impurities immediately before application.

The various primers, undercoats, paints and distempers shall comply with the requirements of the specifications quoted hereunder and shall be of the type of grade stated, viz:

(i) Primers

For wood:

SABS 678. Type I shall be used on exterior woodwork and Type III on interior woodwork.

For metal:

o Dip or spray application (red oxide zinc chromate). For steel windows, doors, door jambs, and other articles normally dip or spray primed in the manufacturer's works: SABS 909.

o Brush application (zinc chromate). For all metal surfaces primed on site and then painted: SABS 679, Type I.

For structural steel (red lead) SABS 312, Type II, Grade I.

For galvanised iron SABS 912.

For galvanised metal surfaces and surfaces of non-ferrous metals

Wash primer (metal etch primer) : SABS 723.

(ii) Undercoats

For all surfaces under, HIGH GLOSS, OIL GLOSS, FLAT and EGGSHELL finishing paints : SABS 681, Type If.

(iii) Paints

High gloss SABS 630

Oil gloss SABS 631

Flat and eggshell SABS 515

Emulsion paint (interior) SABS 633, Grade I

Emulsion paint (exterior) SABS 634, Synthetic Polymer Base

Type, but pure acrylic resin base for fibre-cement surfaces

Aluminium paint SABS 682, Grade II

Roof paint SABS 683, Type B

Structural steel paint SABS 684, Type B

Epoxy tar SABS 801 (types as specified)

(iv) Distemper

SABS 322

Page 283: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-321

(v) Varnish for interior use

SABS 887, Type I with eggshell finish.

F12 007 PLANT

The Contractor shall have at his disposal the normal plant necessary for the proper and neat completion and rounding off of all facets of the building work.

F12 008 CONSTRUCTION (a) BRICKLAYER (i) Cement Mortar

Cement mortar shall, unless otherwise specified, be composed of four parts by volume of sand and one part by volume of cement for normal brickwork, and three parts by volume of sand and one part by volume of cement for reinforced brickwork.

The ingredients for cement mortar shall be measured in proper gauge boxes on a boarded platform and thoroughly mixed. Alternatively mixing may be by means of an approved mechanical batch mixer. Only when the dry ingredients have been thoroughly mixed and a mixture of uniform colour has been obtained may the water be added in sufficient quantity to obtain mortar with the required consistency.

Care shall be taken in mixing cement mortar to remove from the mixing machine or platform any old mortar that has already set, as such mortar must not be incorporated in any new batch.

Cement mortar shall be produced in such quantities as can be used before commencing to set, as no cement mortar that has once commenced to set shall be used in any way.

(ii) Brickwork

Brickwork, wherever practicable and not otherwise specified, shall be built in English bond. No false headers shall be used, and none but whole bricks employed, except where legitimately required to form bond.

The brickwork, unless otherwise specified, shall be built in 4:1 cement mortar. Brick arches and brick lintels shall be built in 3:1 cement mortar.

The bricks shall be laid on a solid bed of mortar and all joints thoroughly grouted up solid throughout the whole width of each course.

The brickwork shall be carried up in a uniform manner, no portion being raised more than 1,2 m above an adjacent portion.

The bricks shall be well saturated with water, in the stack or dump, approximately two hours before being used. The tops of walls left off, shall be well wetted before work is recommenced.

All rough and fair cutting and cutting of splays, skewbacks, chamfers, etc., shall be properly performed.

All necessary openings for pipes, etc., shall be formed or left and made good after pipes, etc., are fixed in position.

Walls generally shall be taken up two courses above panelled ceilings in the same mortar as the wall below and cut between ties, etc.

Where hollow concrete masonry units are used brickforce shall be built into the walls every third course. Mortar for hollow concrete masonry units shall consist of one part cement, two parts lime and nine parts sand by volume. All cavities below floor level shall be filled with Grade 15 MPa/19 mm concrete.

(iii) Mortar Joints

Mortar joints to brickwork generally shall be 10 mm in thickness.

The joints in brickwork receiving plaster, tiling or similar finishings, shall be raked out whilst the mortar is soft to form key for the plaster or mortar backing. The depth of the raking out will depend on the condition of the

Page 284: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-322

bricks; the rougher the bricks on face the shallower the raking out and the smoother the bricks the deeper the raking out.

The joints in brickwork shall be flushed off where walls are to be bagged, in readiness for the bagging.

(iv) Brickwork In Thicknesses

Walls built in two or three thicknesses shall be tied together with and including metal ties of sufficient length to allow not less than 75 mm of each end to be built into brickwork and shall be spaced not more than I m apart to every third course and staggered.

(v) Brickwork In Linings

Linings to concrete shall be tied with and including 4 mm diameter galvanised crimped wire ties of necessary length to allow 75 mm to be bedded into concrete and 75 mm of the other end to be built into brickwork and evenly spaced I m apart to every third course and staggered.

(vi) Half Brick Thick Walls

Half brick thick walls shall be built in 4:1 cement mortar and reinforced with 75 mm wide brick reinforcement, one row to every eighth course in height, and built 80 mm into main connecting walls. The reinforcement shall be lapped 150 mm at end joints, where these are necessary, and 75 mm at angles.

(vii) Reinforced Brick Lintels

Reinforced brick lintels shall be built with sound machine made bricks, in 3:1 cement mortar, with all vertical and horizontal joints filled solid with mortar throughout the required number of courses and to a distance of at least 330 mm on either side of the clear opening.

The number of courses in lintels over the various size openings shall be as specified in table hereunder, and reinforcing steel wires or rods shall be built into the first horizontal joint over the bottom course as laid down therein, viz.:

LINTEL SPAN NUMBER OF COURSES

REINFORCEMENT

Not exceeding 1 m 4 One row of 75 mm wide brick reinforcement for each half brick width soffit.

Over 1 m to 1,5 m 6 One row of 75 mm wide brick reinforcement for each half brick width soffit.

Over 1,5 m to 2 m 7 Three 6,3 mm diameter mild steel rods for each half brick width of soffit.

The reinforcing wires and rods shall be of length at least equal to the width of the clear opening plus 330 mm at each end. The reinforcement shall be evenly spaced in the brick joints, with the outer wires or rods having at least 20 mm cover from face of brickwork.

Brick lintels in 270 mm thick cavity walls shall be built in two half brick thicknesses in stretcher bond, with inner face of outer thickness for a depth of three courses above soffit, covered with sheeting as for damp-proof course, the full length of lintels, and space between the two thicknesses for the depth of the sheeting filled in solid with Grade 15 MPa/19 mm concrete. Where cavities continue above lintels, the sheeting shall be taken up and turned on to top of first course of brickwork to inner thickness of wall, above the concrete filling in lintels.

Page 285: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-323

The lintels, except where built over pressed steel door frames and the like, shall be supported on temporary formwork left in position for at least fourteen (14) days.

(viii) Beam Filling

Beam filling, unless otherwise specified, shall be half brick thick, built in similar mortar as used in the walls below, cut in between roof timbers and carried hard up to underside of roof covering, and flushed up in mortar.

(ix) Bagged Finish to Brickwork

Bagged finish to brickwork, if done whilst the mortar in joints is still soft, shall be formed by rubbing over the wail surfaces with wet rough sacking, until all joints and crevices are filled up and an even surface is obtained. Mortar, as used for building the brickwork, shall be added as may be necessary.

If bagging to walls is done after the mortar in joints has set the wall surfaces shall be rubbed over with wet rough sacking as above, but cement grout shall be added as necessary to fill up the joints and crevices and to obtain an even surface.

(x) Building-in In Brickwork

Ends of timbers, holdfasts, cramps, gratings, air bricks, dowels, etc., shall be built-in in cement mortar.

Door and window frames and the like shall be set up in positions for building in and securely strutted to prevent distortion whilst the brickwork, lintels, etc., are being built.

Pressed steel door frames shall be grouted in solid at back with cement mortar as the work proceeds.

Wood slips, fixing bricks, hoop iron, roof ties, etc., shall be built in as the work proceeds.

Ventilators shall be built into openings formed in the walls, in 3:1 cement mortar, and grouted in solid with similar mortar and wall finishes made good if disturbed.

Wood frames to doors, windows, etc., shall be set up in position for building in as described and built in as the work proceeds with cramps to jambs of 1,6 mm thick galvanised hoop iron, 32 mm wide, with ends turned 50 mm up against stiles of frames and each twice screwed to frame, and built 450 mm into wall with end turned up into brickwork joint. Cramps shall be built in approximately 0,3 m up from bottom and approximately 0,3.m down from head of frames and intermediately at not exceeding 0,85 m apart. No frame shall have less than two cramps to each jamb irrespective of height.

Cramps to frames in 270 mm thick cavity walls shall be cranked as necessary and built into inner and outer thicknesses of walls alternately.

The stiles of wood door frames, and similar frames not having sills framed in, shall be dowelled to concrete, brick, stone and similar thresholds with 10 mm diameter mild steel dowels 75mm long, one to each stile.

(xi) Securing of Roofs

Roof trusses shall be fixed at each support to walls with ties of 1,2 mm thick galvanized hoop iron, 30 mm wide, built 900 mm deep into brickwork or embedded 300mm deep into concrete or wrapped around bottom layer of reinforcing in a reinforced concrete beam and, unless otherwise specified, wrapped over truss and fixed with four galvanised nails, 60 mm long and taken up to and lapped round the near in and well spiked thereto.

Page 286: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-324

(xii) Bedding and Pointing

All door, window and similar frames shall be bedded and pointed in 3:1 cement mortar. All wall plates shall be set true and level and bedded in 4:1 cement mortar.

Steel door and window frames shall be carefully pointed all round and made perfectly watertight.

Where steel door and window frames are specified to be pointed with mastic compound they shall be pointed all round externally with an approved waterproof compound, of such composition that it will not stain surrounding surfaces, and that it will adhere tenaciously, remain plastic without sagging or running, be capable of accommodating any normal movement of the joint sealed, and will receive paint without "bleeding". The pointing material shall be forced into the joints, which shall have been previously prepared to receive same, by means of a pressure gun, or by other suitable method, all in accordance with the manufacturer's instructions.

(xiii) Faced Brickwork

Faced brickwork shall be built fair and the joints shall be square recessed to a depth of approximately 6 mm, formed with a square jointing tool well pressed into the joints as the work proceeds.

The Contractor shall construct a test section of 10 m2 which shall be approved by the Engineer, before continuing with faced brickwork.

Face bricks shall be sorted by the brick manufacturer at his yard or by the Contractor on the site, to ensure that proper mixing of the bricks within the colour range of each type of facing brick being used is obtained; sudden changes in the general colour of face work in any one type of facing brick will not be acceptable.

Sand in mortar for all faced brickwork shall all be from one source.

Faced brickwork shall be kept perfectly clean and rubbing down of the brickwork shall not be allowed. Scaffold boards shall be turned back during rain to avoid splashing. Soiled brickwork shall be cleaned at the Contractor's expense, and the cleaning method shall be approved by the Engineer.

(xiv) Asbestos Cement Sills

Sills shall be in single lengths cut between reveals, fitted with fixing lugs and solidly bedded in 3:1 cement mortar with a slight projection beyond the finished wall face below.

Internal sills shall be level. External sills shall be set sloping on cut brickwork or on fine concrete filling under.

(xv) Protect And Clean Down Brickwork, Etc.

Angles of face brickwork, reveals, steps, etc., liable to damage shall be covered up and protected during the progress of the remaining work, and any damage done shall be made good at the Contractor's expense and to the satisfaction of the Engineer.

Face brickwork and brick and tile sills, copings, etc., shall be cleaned down as the work proceeds, and surfaces liable to be soiled by mortar or plaster splashes during the progress of the remaining work shall be covered with paper, pasted on, or by other approved means. At completion of the works the coverings shall be removed and the surfaces again cleaned down to the satisfaction of the Engineer.

Any detergent or other materials used in the cleaning down of face, brickwork, etc., shall be of such nature that will not harm adjoining paint and other finishings in any way.

All tile and other pavings shall be thoroughly cleaned off after laying to remove all traces of mortar and other substances, covered up and protected from damage during the progress of the works, and again cleaned off at completion.

Page 287: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-325

(b) PLASTERER AND PAVIOR (i) Cement Plaster

Cement plaster for one coat work on walls shall be composed of four parts of sand and one part of cement for internal work, and five parts of sand and one part of cement for external work, all by volume, and mixed as described for cement mortar in clause 5.1.1.

Cement plaster on concrete surfaces shall be composed of three parts by volume of sand and one part by volume of cement.

(ii) Thickness Of Plaster

Plaster on walls shall be not less than 12 mm or more than 20 mm in thickness, and plaster on concrete ceilings and beams shall be not less than 9 mm or more than 16 mm in thickness, unless otherwise specified.

(iii) Application Of Plaster

Walls shall be well wetted before plastering is commenced.

The surfaces of internal plaster shall be steel trowelled to a smooth, even and true finish. External plaster shall be finished to a true and even surface with a wood float. All plaster surfaces shall be free from blemish.

Plaster shall be returned into reveals and soffits of openings, and all angles shall be true and straight with salient angles slightly rounded.

The rendering coat of plaster in two coat work shall be approved by the Engineer before the setting coat is applied, and notice shall be given to the Engineer when it is ready for inspection.

All cracks, blisters and other defects shall be cut out and made good and the whole left perfect at completion.

(iv) Power Floated Finish

Power floated finish to floors etc., unless otherwise specified, shall be floated mechanically to smooth and even surfaces before the concrete has set. Small surfaces and inaccessible places to be floated by hand in a similar way. Under no circumstances is cement mortar to be added while floating the concrete.

(c) WATERPROOFING (i) Damp-proof Course In Walls

The damp-proof course shall be the full thickness of walls above foundations and shall be laid without longitudinal joints. At end joints, angles and intermediate junctions the sheeting shall be lapped 150 mm.

Where so specified all laps in the damp-proof course shall be sealed over the whole area of laps, to an approved method. Care shall be taken not to tear or otherwise damage the sheeting.

(ii) Damp-proof Membrane

The damp-proof membrane under floors, etc., shall be laid in the widest practical widths to minimise joints and shall be turned up, dressed to load bearing walls and if applicable lapped with the damp-proof course in the walls. All joints shall be sealed with pressure sensitive tape applied over the leading edge of the joint.

(iii) Expansion Joints

Expansion joints shall be at least 10 mm wide and filled in with approved bitumen impregnated soft board or closed cell expanded polyethylene strip. Expansion joints shall be sealed with a two component polysulphide joint sealer, 12 mm deep, according to instructions of the manufacturers.

Page 288: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-326

(d) CARPENTER AND JOINER (i) Protection Of Timber On Site

Timber stored on site shall be properly stacked when received, and adequately protected against extremes of weather and exposure to the sun, until required for use.

(ii) Lengths Of Timbers And Methods Of Jointing

Plates, purlins, battens, laths, slats, etc., shall be in single lengths, but where this is not possible the end joints will be formed as described below. The jointing of plates, battens, etc. at junctions and angles shall also be formed as stated hereunder, viz:

Wall plates shall be halved at joints and well spiked together, and also at junctions and angles;

Purlins shall be splayed or spliced at joints and, unless otherwise specified, using timber side plates of the same dimensions as purlins, not less than 600 mm long and four times bolted with M10 mild steel bolts, with two washers each. Adjacent purlins shall not be splayed or spliced in the same bay or on the same rafter;

Sawn battens, laths, slats, etc., shall be butt jointed at heading joints and angles, and wrought battens, laths, slats, etc., shall be splayed at heading joints and mitered at angles, all over points of support and where adjacent, shall not be jointed on the same rafter.

(iii) Purlins

Unless otherwise specified, purlins shall be 50 mm x 76 mm and shall be securely nailed to roof timbers at not exceeding 1,14 m centers, ranging perfectly straight and square to the roof with but joints at heading joints and angles and in the case of wrought purlins splayed joints at heading joints and mitered joints at angles.

(iv) Steel Roofing Sheets

The sheets shall be secured 'to wood purlins with approved galvanised iron roofing screws each provided with a plastic or asphalt felt washer and a galvanised steel cup washer over the plastic or felt washer.

Screws and bolts at ends of sheets and at end laps shall be spaced at not exceeding two corrugations apart wherever possible, but in no case more than three corrugations apart, and at intermediate purlins at not more than four corrugations apart; screws or bolts shall, in all cases, be provided in the outermost corrugations of the upper sheets.

All necessary cutting to sheets shall be properly performed. Cut edges at sides of valleys, and elsewhere exposed, shall be perfectly straight.

At exposed verges of roofs the iron shall be finished with neatly formed rolls.

The sheets shall have side laps of not less than one and a half corrugations. The minimum roof slopes and sheet end laps shall be,' unless otherwise specified, as prescribed in Table 2 of Schedule 2 of Part L of the National Building Regulations and Building Standards Act, 1977.

(v) Metal Ridging For Steel Covered Roofs

The ridging shall be 450 mm girth with roll top and bent down edges, and shall be lapped 225 mm at end joints, cut and properly lapped and fitted at intersections of ridges, hips and valleys, and close beaten into corrugations of roofing iron. Roll shall be closed at feet of hips and at end of ridging.

Ridging shall be fixed with screws to wood purlins and hook bolts to steel purlins, with washers under heads and nuts, respectively, all as described for fixing roofing sheets, and spaced at not exceeding 300 mm centers.

Page 289: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-327

(e) GLAZIER (i) Fixing Of Glass

Glass fixed with glazing beads in unpainted hardwood doors shall be bedded on strips of rubber, velvet, leather, or felt turned over on to both sides of glass in the rebates to form a soft packing between the glass and the woodwork. In all other cases the glass shall be well bedded in back putty in the rebates.

Glass rebates, other than in unpainted hardwood doors, shall be primed before glazing.

Glass panes exceeding 0,5 m² in surface area and fixed with putty only in wood doors, sashes and the like shall be secured in addition with glazing sprigs, and in steel windows and doors with glazing pegs or clips inserted in holes in the steel framing.

Glass panes shall have adequate clearance between the edges of glass and the rebates.

Putty shall be carefully trimmed and cleaned off with front putty worked to within 3 mm of the sight lines.

(f) PAINTER (i) Preparatory Work

General

All floors must be swept clean and walls dusted down, and surfaces not being painted such as face brickwork, sills, floors and stained woodwork covered up and protected against spotting, before any painting is commenced.

No sweeping or dusting shall be done whilst painting is in progress or whilst paint is still wet.

On woodwork

Woodwork being painted shall be well brushed down, knots treated with knotting, and all surfaces primed, stopped with hard stopping and rubbed down to an even surface ready to receive the paint.

Woodwork being oiled or stained shall have all plaster stains, pencil marks and other surface discolourations and blemishes carefully removed, and stopped with tinted stopping and well rubbed down.

On metalwork

All metal surfaces being painted, except steel structures shall be cleaned of all rust, scale and dirt by scraping or by means of steel wire brushes; also all oil and grease shall be removed and a perfectly clean surface obtained. If necessary the surface shall be decreased immediately before applying the priming coat, by the use of a suitable grease-removing solvent; any salt deposits on the metal surfaces as may occur in industrial and marine atmospheres shall be removed by the use of a suitable detergent and the surface then thoroughly rinsed and allowed to dry.

New galvanised metal surfaces and surfaces of all non-ferrous metals, which are to be painted, shall be cleaned down as above and given one coat of wash primer (metal etch primer).

Protective coatings on new galvanised metal surfaces, applied by the manufacturers to prevent storage stain and white rust, shall be completely removed by the use of a suitable cleaning agent and the surfaces thoroughly rinsed and allowed to dry, before the surfaces are primed or painted.

After cleaning off rust on metalwork those portions so affected shall be treated with an approved rust inhibitor.

Page 290: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-328

On plaster

All plastered wall, ceiling and such like surfaces being painted or distempered shall be filled where necessary with suitable stopping or patching plaster and the whole rubbed down ready to receive the finishings.

(ii) Surfaces To Be Dry

All plastered wall, ceiling and similar surfaces shall be perfectly dry and in a fit state to receive the finishings, before the work is put in hand.

(iii) Priming

Wood, metal and other surfaces normally primed before being painted shall be prepared and primed as before described in readiness to receive the specified paint system.

Backs of wood door and similar frames and surfaces of other new or refixed joinery in contact with brickwork, etc., and built in as the work proceeds, shall be primed before building in whether the articles are to be painted or not, to prevent moisture seeping into the wood from the mortar bedding.

Wood surfaces shall be knotted, primed and stopped before being coated with emulsion paint or distemper.

Tongued and grooved and rebated edges of boards in batten doors, and other suchlike inaccessible parts of joinery shall, before the joinery is assembled, be primed or where the joinery is to receive a finish other than paint, be given one coat of such other finishing material.

Priming to external structural timbers shall be applied before the timbers are fixed in position and shall include all wrought surfaces, such as backs of fascia and barge boards.

(iv) Application of Paint

All coats of paint shall be thoroughly dry before subsequent coats are applied and rubbed down where necessary.

All work shall be finished to colour approved by the Engineer. The tints of undercoats shall approximate those of the finishing colour and in order to indicate the number of coats applied and to avoid misses when applying a succeeding coat, a slight difference shall be made in tint of each coat.

Priming on wood surfaces shall be by brush application. Priming on surfaces other than wood shall be by brush application or if in the opinion of the Engineer, the primer and the surfaces are considered suitable for roller application, the primer may be so applied. Priming applied by brush application shall be well brushed in to obtain maximum penetration.

Undercoat and finishing coats may be applied by brush or roller.

The use of spray gun on site for application of paint will not be permitted, except in the case of cellulose and other special cases where spraying is the accepted method of application; in cases where spraying is permitted all surrounding surfaces shall be properly masked.

The finishing coat on woodwork and metalwork, unless otherwise specified, shall be of high gloss paint. All materials shall be used in strict accordance with the manufacturer's instructions.

(g) PROTECTION AND CLEANING OF WORKS

The Contractor shall provide all necessary dust sheets, covers, etc., and shall exercise all necessary care to prevent marking surfaces of walls, floors, ceilings, 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 or dirt arising from the operations. Any surface disfigured or otherwise damaged shall be

Page 291: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-329

completely renovated or replaced as necessary, to the Engineer's approval, by the Contractor at his own expense.

The Contractor shall test all doors, fanlights and windows and all other fittings for proper operation and effect the required rectification prior to the handing over of the building

The premises shall be left clean and fit for occupation at the completion of the work.

F12 009 TOLERANCES (a) BASIS OF MEASUREMENT (i) General

Permissible deviations will apply in the case of linear dimensions, position, and level. The Contractor shall construct each of the various parts of the works within the limits of the applicable permissible deviations set out in clause 6.2 unless some other degree of accuracy is required in terms of the project specification or is shown on the drawings.

(ii) Methods Of Measurement Of Deviations

Certain deviations will be measured as set out below:

Any deviation from flatness of a plane surface, will be measured as the maximum deviation of the surface from any straight line of length 3 m joining two points on the surface, determined by means of a straight edge the ends of which are supported on identical blocks of suitable thickness placed one over each of the points.

Any abrupt change in a continuous surface, including-a local depression or peak in a floor or wall, will be measured as specified above.

Out-of-squareness of a corner or an opening or an element such as a column will be measured by taking the longer of two adjacent sides as the base line, and determining any departure from the perpendicular of the side at either end of this base line.

(b) PERMISSIBLE DEVIATIONS

The permissible deviations for elements or components shall be as follows:

(i) Position on plan of any edge or surface measured from the nearest grid line or agreed centre line ± 25 mm

(ii) Linear (other than cross-section) dimensions ± 30 mm

(iii) Cross-section dimensions 10 + 20 mm

(iv) Level (deviation from designed level with reference to the nearest transferred datum (TD) of the upper or lower surface, as may be specified, of any slab or other element or component) ± 10 mm

(v) Out-of-squareness of a corner or an opening or an element such as a column (See clause F12 109(a)(ii)) for short side of length:

up to and including.0,5 m ± 5 mm

over 0,5 m up to and including 2 m ± 15 mm

over 2 m up to and including 4 m 20 mm

(vi) Exposed surface (including floor slabs and paving):

Flatness of plane surface ± 5 mm

Abrupt changes in a continuous surface ± 5 mm

(vii) Exposed surface to be plastered or receive normal or granolithic screeds:

Flatness of plane surface ± 10 mm

Abrupt changes in a continuous surface ± 5 mm

(viii) Surface of plaster and normal or granolithic screeds ± 5 mm

Page 292: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-330

F12 010 TESTS (a) GENERAL

The Engineer shall have free access to the works for taking samples and carrying out tests. The Contractor shall render any assistance necessary. If so required, the Contractor shall provide storage and protection of such samples on site.

F12 011 MEASUREMENT AND PAYMENT (a) GENERAL

All items in this section will be measured by number, square metre or linear metre completed and the tendered rates shall include full compensation for the supply, delivery, handling and installation of all materials, the provision of all necessary labour and supervision, transport, plant, equipment and incidentals necessary to complete, protect and maintain the works as specified or as shown on the drawings. Where a lump sum is required for a complete structure the tendered rate shall include all items and contingencies, as specified in this section or as shown on the drawings.

(b) SCHEDULED ITEMS

Item Unit

F12.01 Brickwork

(a) Clay bricks 110 mm (Internal).................................... square metre (m²)

(b) 110 mm Facebrick to match existing.......................... square metre (m²)

(c) Demolish 220 mm brickwall........................... ............ square metre (m²)

(d) Demolish 110 mm brickwall........................... ............ square metre (m²)

Brickwork will be measured on the centre line of the walls. Areas occupied in walls by windows and doors will be excluded from the areas measured, and corners and intersections common to more than one brick wall will be measured once only.

The rate for new brickwork shall cover the cost of brickwork complete as specified, including test sections where specified, pointing, providing brick and prestressed lintels, as specified, brick reinforcement and ties, etc., the building in of conduits, beams, pipe sleeves, doors and windows, the raking out of joints and the filling of cavities in cavity walls and walls constructed of hollow concrete masonry units, below floor level and elsewhere where specified.

The rate for the demolish of brickwork shall cover the cost for breaking down, making good and the building in of door frames. The rate shall also include for the removal of the debris from the site and spoiling at an approved spoil site. No overhaul will be payable on this item.

Item Unit

F12.02 Air Bricks..............................................................................number (No)

The rate shall cover the cost of providing and building in the air bricks as specified.

Page 293: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-331

Item Unit

F12.03 Window Sills

(a) External………………………………………………………….. metre (m)

(b) Internal................................................................................... metre (m)

The rate shall cover the cost of providing and building in face bricks, asbestos cement sheets or any other material prescribed, as well as all accessories specified.

Item Unit

F12.04 Plaster Work ……...………………………………………. square metre (m2)

The rate shall cover the cost of the construction of the plaster work, including the supply of all materials, mixing, applying, finishing, forming reveals, joints, etc., complete as specified.

Item Unit

F12.05 Waterproofing

(a) Damp-proof membrane under floors…………… square metre (m2)

The unit shall be the net length or area of waterproofing installed. The length or area of overlaps shall not be measured for payment.

The rate shall cover the cost of providing and laying all material as specified, including the sealing of all laps and joints, complete as specified.

Item Unit

F12.06 Structural Timber

(a) Gang-nail trusses ................................................................ number (No)

(b) Wall plate (76 x 38 mm SAP Grade 4) ................................. metre (m)

(c) Purlins (75 x 50 SAP Grade 4) .............................................metre (m)

The rate shall cover the cost of the supply of all materials, manufacture, cutting, waste, laps, joints and fixing of the timber as indicated, including nails, bolts, nuts, washers, hoop irons, ties and other fixtures required, complete as specified.

Item Unit

F12.07 Roof Covering:

(a) New 0,58 mm thick heavy industrial Z450 spelter galvanised steel sheeting matching the existing .............................. square metre (m²)

(b) Remove existing and re-use .................................. square metre (m2)

The rate for new roofing shall cover the cost of providing and fixing all roof covering material as prescribed, including bullnosing, all flashings, soakers, valleys, ridge coverings, roofing screws and all other fixtures required to complete the work, as specified.

The rate for removing and re-using of existing sheeting shall cover the cost for removing sheeting including purlins, fixing into new position including all screws and all other fixtures required to complete the work, as specified.

Item Unit

Page 294: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-332

F12.08 Joinery

(a) Doors .............................................................................. number (No)

(b) Skirtings (19mm Meranti with 19mm Meranti quadrant). .....metre (m)

The rate shall cover the cost of the supply of all material, manufacture, cutting, waste, fixing and installation of the joinery items, complete as specified.

The rate for doors shall also cover the cost of the door frames and all accessories, such as hinges, hooks, bolts, locks, latches, etc., and of damp-proof course on both sides and above door frames in cavity walls, as specified.

Item Unit

F12.09 Metalwork………………………………...................................number (No)

The rate shall cover the cost of supplying all material, manufacture, applying priming coat of paint or galvanising, as specified, delivery and building in of units, including burglar proofing where specified, locks, catches, glazing, etc., and of damp-proof course under all windows and on both sides and above frames in cavity walls, as specified.

Item Unit

F12.10 Painting ………………………….………………..............square metre (m2)

Only the surface covered by the final finishing coat shall be measured.

The rate shall cover the cost of surface preparation, supplying and applying all the coats of paint, repairing any damaged surfaces, and all materials necessary for completing the work. Item Unit

F12.11 Cloakroom Wash Basin …………………………..…………..number (No)

A Cloakroom wash basin with 2 tap holes, wall hung with wash basin fixations of approved colour complete with one 15 mm raised nose pillar tap, chrome plated (SABS 226, Type 2), (Cobra fig, 211or similar approved), Sink waste, chrome plated, with 62 mm 'F flange, 45 mm long shank, with back nut plug with chain and stay (Cobra fig. 317 or similar approved) and 'P' trap with cleaning eye.

Also included, a 15 mm stop tap (SABS Type 1: conex compression type, Cobra fig.131 or similar approved), a 15 mm 460/2 copper pipe and connection between the erf connection and the wash basin, including all bends, clamps and fittings. A 50 mm PVC outlet pipe between the 'P' trap of the washbasin and the 110 mm Ø outlet of the washdown pan.

The rate must include all materials and labour and all other costs to supply and install the items as specified above.

Item Unit

F12.12 Washdown and Cistern ……………………………………….number (No)

Washdown w/c porcelain pan of approved colour complete with `P' trap horizontal outlet and double flap toilet seat, floor mounted onto concrete.

(Torrente washdown w/c pan TT2 with 'P' trap or similar approved.)

9 Litre white bow-level, reversable, thermoplastic front flush cistern to SABS 821:1990 with valve discharge, internal overflow, complete with 15 mm plastic ballvalve, handle mechanism on flushpipe and wall fixing screws and plugs (Shires Polo or similar approved).

Also including a 1,4' fullway ballocock, chrome plated copper to copper compression type (SABS 1056, CLASS 20), Cobra Fig. 1075 or similar approved.

Page 295: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-333

110 mm Ø PVC (SV) sewer pipe connected between the sewer erf connection and the outlet of the washdown pan, also including a 110 mm long radius bend, a rubber ring vent horn bend (50 mm vent on heel), a 110 mm x 50 mm single reducing junction and connection pipe to washdown pan.

A 15 mm 460/2 copper pipe connecting the cistern to the water erf connection, including all bends, connections, clamps, etc as required.

The rate must include all materials and labour and all other costs to supply and install the items as specified above.

Item Unit

F12.13 Electrical geyser................................................................. number (No)

A 200 liter 400 kPa high pressure geyser installed complete on wall brackets fixed to wall with 4/12 mm diameter expansion bolts, with stop valve, overflow, vacuum breaker and all connections to hot and cold water lines.

The rate must include all materials and labour and all other costs to supply and install the items as specified above.

Item Unit

F12.14 Shower rose.......................................................................... number (No)

Chrome shower rose 150 mm diameter connected to 15 mm diameter brass hot and cold undertile stop valves with chrome handles complete with 200 mm x 200 mm x 200 mm galvanised expanded metal vandal resistant cover fixed to brickwall with 4/10 mm diameter expansion bolts tack welded to prevent removal.

The rate must include all materials and labour and all other costs to supply and install the items as specified above.

Item Unit

F12.15 Drop-in standard sink........................................................... number (No)

Grade 304 18/10 stainless steel single end bowl with 2 tap holes, size 900 x 535 x 150 mm deep, dropped onto 1200 mm modular kitchen unit, sealed all round with marine silicone sealant. Sink complete with two 15 mm raised nose pillar taps, chrome plated (SABS 226, Type 2), (Cobra fig, 211 or similar approved), Sink waste, chrome plated, with 62 mm 'F flange, 45 mm long shank, with back nut plug with chain and stay (Cobra fig. 317 or similar approved) and 'P' trap with cleaning eye.

Also included a 15 mm 460/2 copper pipe and connection between the erf connection and the sink, including all bends, clamps and fittings. A 50 mm PVC outlet pipe between the 'P' trap of the sink and the 110 mm Ø gulley.

The rate must include all materials and labour and all other costs to supply and install the items as specified above.

Item Unit

F12.16 Toilet roll holder................................................................. number (No)

Franke stainless steel vandal proof toilet roll holder to hold two toilet rolls, securely fixed to wall.

The rate must include all materials and labour and all other costs to supply and install the items as specified above.

Page 296: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-334

Item Unit

F12.17 Tiling …………………….…………………………………square metre (m²)

Tiles to be fixed to floors with straight joints in both directions with the recommended adhesive flush pointed.

The rate must include all materials and labour and all other costs to supply and install the items as specified above.

Item Unit

F12.18 Ceilings

(a) Brandering (38 mm x 38 mm) ............................................. metre (m)

Brandering securely fixed at 450 mm centres to underside of trusses or beams as per manufacturer’s specifications and perfectly lined to receive ceiling board.

The rate must include all materials and labour and all other costs to supply and install the items as specified above.

(b) Ceiling ................................................................... square metre (m²)

6 mm Nutec ceiling board complete with H-cover strips and 75 mm coved cornice, fixed at right angles to brandering using 25 mm streaker screws at 150 mm centres to brandering.

Ceiling to be painted two layers of Plascon Wall & All paint with base coat and undercoat complete (colour white).

The rate must include all materials and labour and all other costs to supply and install the items as specified above.

Item Unit

F12.19 Sisalation ………………………………………………….square metre (m²)

Prior to fixing the roof the contractor shall cover the whole roof area with sisalation reinforced aluminium foil. The sisalation shall be laid from one side to the other, and over-lapping 140 mm at joints. All in accordance with the manufacturer’s specifications. 410 RSA sisalation is to be used. The rate must include all materials and labour and all other costs to supply and install the items as specified above.

Item Unit

F12.20 Drywalling………………………………………………….square metre (m²)

12,5 Gypsum plasterboard attached complete on both sides to steel floor/roof track and studs. Joints fibre taped and smoothed with Rhinoglide.

The tendered rate shall also include the 75 x 12 mm Meranti skirting and 19 mm quadrant and a 75 mm coved cornice. Door frames, doors and painting measured elsewhere. The rate must include all materials and labour and all other costs to supply and install the items as specified above.

Page 297: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-335

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N001-170-2011/2 THE UPGRADING OF THE KROONSTAD TRAFFIC CONTROL CENTRE ON NATIONAL ROUTE N1 SECTION 17 SECTION G: ELECTRICAL WORKS PROJECT SPECIFICATIONS Notes to Tenderer: 1. In certain clauses the Standard Specifications allow a choice to be specified in the

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

2. The number of each clause and each payment item in this part of the project specifications consists of the prefix PI followed by a number corresponding to the number of the relevant clause or payment item in the standard specifications. The number of a new clause or a new payment item which does not form part of a clause or a payment item in the standard specifications and which is included here, is also prefixed by PI followed by a new number. The new numbers follow on the last clause or item number used in the relevant section of the standard specifications.

Page 298: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-336

SECTION G: ELECTRICAL WORKS PROJECT SPECIFICATIONS TABLE OF CONTENTS PAGE

PART 1 - GENERAL ........................................................................................................................ C-338

PART 2 – INSTALLATION DETAILS ............................................................................................... C-346

PART 3 – QUALITY SPECIFICATIONS .......................................................................................... C-357

PART 4 – PARTICULAR SPECIFICATION ..................................................................................... C-372

Page 299: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-337

SECTION G: ELECTRICAL WORKS PROJECT SPECIFICATIONS PART-1: GENERAL TABLE OF CONTENTS PAGE

1.1 TESTS ................................................................................................................................... C-338

1.2 MAINTENANCE OF INSTALLATIONS ................................................................................. C-338

1.3 REGULATIONS ..................................................................................................................... C-338

1.4 NOTICES AND FEES ........................................................................................................... C-338

1.5 SCHEDULE OF FITTINGS ................................................................................................... C-338

1.6 QUALITY OF MATERIALS .................................................................................................... C-338

1.7 CONDUIT AND ACCESSORIES .......................................................................................... C-339

1.8 CONDUIT IN ROOF SPACES .............................................................................................. C-340

1.9 SURFACE MOUNTED CONDUIT......................................................................................... C-340

1.10 CONDUIT IN CONCRETE SLABS........................................................................................ C-340

1.11 FLEXIBLE CONNECTIONS FOR CONNECTING UP OF STOVES,

MACHINES, ETC. ................................................................................................................ C-341

1.12 WIRING ................................................................................................................................. C-341

1.13 SWITCHES AND SOCKET OUTLETS ................................................................................. C-342

1.14 SWITCHGEAR ...................................................................................................................... C-342

1.15 SWITCHBOARDS ................................................................................................................. C-342

1.16 WORKMANSHIP AND STAFF .............................................................................................. C-342

1.17 CERTIFICATE OF COMPLIANCE ........................................................................................ C-343

1.18 EARTHING OF INSTALLATION ........................................................................................... C-343

1.19 MOUNTING AND POSITIONING OF LUMINAIRES ............................................................ C-344

Page 300: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-338

SECTION G: ELECTRICAL WORKS PROJECT SPECIFICATIONS PART 1 - GENERAL 1.1 TESTS After completion of the works and before first delivery is taken, a full test will be carried out on

the installation for a period of 30 days to determine the satisfactory working thereof. During this period the installations will be inspected and the contractor shall make good, to the satisfaction of the Engineer, any defects which may arise. The contractor shall provide all instruments and equipment required for testing and any water, power and fuel required for the commissioning and testing of the installations at completion.

1.2 MAINTENANCE OF INSTALLATIONS

With effect from the date of the First Delivery Certificate the contractor shall at his own expense undertake the regular servicing of the installation during the Defects Liability Period and shall make all adjustments necessary for the correct operation thereof.

If during the said period the installation is not in working order for any reason for which the

contractor is responsible, or if the installation develops defects, the contractor shall immediately, upon being notified thereof, take steps to remedy the defects and make any necessary adjustments. Should such stoppages however be so frequent as to become troublesome, or should the installation otherwise prove unsatisfactory during the said period the contractor shall, if called upon by the Engineer or the Employer, at his own expense replace the whole of the installation or such parts thereof as the Engineer or the Employer may deem necessary, with apparatus specified by the Engineer or the Employer.

1.3 REGULATIONS The installation shall be erected and tested in accordance with the Acts and Regulations as

indicated in the scope of works 1.4 NOTICES AND FEES

The Contractor shall give all notices required by and pay all necessary fees, including any inspection fees, which may be due to the local Supply Authority.

On production of the official account, only the net amount of the fee charged by the Supply Authority for connection of the installation to the supply mains, will be refunded to the Contractor by the Client.

1.5 SCHEDULE OF FITTINGS

In all instances where schedule of light, socket outlet and power points are attached to or included on the drawings, these schedules are to be regarded as forming part of the specification.

1.6 QUALITY OF MATERIALS

Only materials of first class quality shall be used and all materials shall be subject to the approval of the Employer. Specifications for various materials to be used on this Contract are attached to and form part of this specification.

Page 301: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-339

Wherever applicable the material is to comply with the relevant South African National Standards, Specifications, or to IEC or British Standard Specifications, where no SANS Specifications exist.

Materials wherever possible, must be of South African manufacture.

1.7 CONDUIT AND ACCESSORIES

The type of conduit and accessories required for the service, i.e. whether the conduit and accessories shall be of the screwed type, plain-end type or of the non-metallic type and whether metallic conduit shall be black enamelled or galvanised, is specified in Part 2 of this specification.

Unless other methods of installation are specified for certain circuits, the installation shall be in conduit throughout. No open wiring in roof spaces or elsewhere will be permitted.

The conduit and conduit accessories shall comply fully with the applicable SANS specifications as set out below and the conduit shall bear the mark of approval of the South African Bureau of Standards.

a) Metallic conduit and accessories: SANS 60614 and SANS 61035, parts 1 and 2. b) Non-metallic conduit and accessories: SANS 950

All conduit fittings except couplings, shall be of the inspection type. Where cast metal conduit accessories are used, these shall be of malleable iron. Zinc base fittings will not be allowed.

Bushes used for metallic conduit shall be provided in addition to locknuts at all points where the conduit terminates at switchboards, switch-boxes, draw-boxes, etc. Draw-boxes are to be provided in accordance with the “Wiring Code” and wherever necessary to facilitate easy wiring. For light and socket outlet circuits, the conduit used shall have an external diameter of 20mm. In all other instances the sizes of conduit shall be in accordance with the “Wiring Code” for the specified number and size of conductors, unless otherwise directed in part 2 of this specification or indicated on the drawings. Only one manufactured type of conduit and conduit accessories will be permitted throughout the installation. Running joints in screwed conduit are to be avoided as far as possible and all conduit systems shall be set or bent to the required angles. The use of normal bends must be kept to a minimum with exception of larger diameter conduits where the use of such bends is essential.

Under no circumstances will conduit having a wall thickness of less than 1,6mm be allowed in screeding laid on top of concrete slabs. Bending and setting of conduit must be done with special bending apparatus manufactured for the purpose and which are obtainable from the manufacturers of the conduit systems. Damage to conduit resulting from the use of incorrect bending apparatus or methods applied must on indication by the Engineers inspectorate staff, be completely removed and rectified and any wiring already drawn into such damaged conduits must be completely renewed at the Contractor’s expense. Conduit and conduit accessories used for flame-proof or explosion proof installations and for the suspension of luminaires as well as all load bearing conduit shall in all instances be of the metallic screwed type. All conduit and accessories used in areas within 50 km of the coast shall be galvanised to SANS specifications. Tenderers must ensure that general approval of the proposed conduit system to be used is obtained from the local electricity supply authority prior to the submission of their tender. Under no circumstances will consideration be given by the Employer to any claim submitted by the

Page 302: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-340

Contractor, which may result from a lack of knowledge in regard to the supply authority’s requirements

1.8 CONDUIT IN ROOF SPACES

Conduit in roof spaces shall be installed parallel or at right angles to the roof members and shall be secured at intervals not exceeding 1,5m by means of saddles or conduit clips nailed to the roof timbers. Where non-metallic conduit has been specified for a particular service, the conduit shall be supported and fixed with saddles with a maximum spacing of 450 mm. The Contractor shall supply and install all additional supporting timbers in the roof space as required. Under flat roofs, in false ceilings or where there is less than 0,9m of clearance, or should the ceilings be insulated with glass wool or other insulating material, the conduit shall be installed in such a manner as to allow for all wiring to be executed from below the ceilings. Conduit runs from distribution boards shall, where possible terminate in fabricated sheet steel draw-boxes installed directly above or in close proximity to the boards.

1.9 SURFACE MOUNTED CONDUIT

Wherever possible, the conduit installation is to be concealed in the building work; however, where unavoidable or otherwise specified under Part 2 of the specification, conduit installed on the surface must be plumbed or levelled and only straight lengths shall be used. The use of inspection bends is to be avoided and instead the conduit shall be set uniformly and inspection coupling used where necessary. No threads will be permitted to show when the conduit installation is complete, except where running couplings have been employed. Running couplings are only to be used where unavoidable, and shall be fitted with a sliced couplings as a lock nut. Conduit is to be run on approved spaced saddles rigidly secured to the walls. Alternatively, fittings, tees, boxes, couplings etc., are to be cut into the surface to allow the conduit to fit flush against the surface. Conduit is to be bedded into any wall irregularities to avoid gaps between the surface and the conduit. Crossing of conduits is to be avoided, however, should it be necessary purpose-made metal boxes are to be provided at the junction. The finish of the boxes and positioning shall be in keeping with the general layout. Where several conduits are installed side by side, they shall be evenly spaced and grouped under one purpose-made saddle. Distribution boards, draw-boxes, industrial switches and socket outlets etc., shall be neatly recessed into the surface to avoid double sets. In situations where there are no ceilings the conduits are to be run along the wall plates and the beams. Painting of surface conduit shall match the colour of the adjacent wall finishes. Only approved plugging materials such as aluminium inserts, fibre plugs, plastic plugs, etc., and round-head screws shall be used for fixing saddles, switches, socket outlets, etc., to walls, wood plugs and the plugging in joints in brick walls are not acceptable.

1.10 CONDUIT IN CONCRETE SLABS

Page 303: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-341

In order not to delay building operations the Contractor must ensure that all conduits and other electrical equipment which are to be cast in the concrete columns and slabs are installed in good time. The Contractor shall have a representative in attendance at all times when the casting of concrete takes place. Draw-boxes, expansion joint boxes and round conduit boxes are to be provided where necessary. Sharp bends of any nature will not be allowed in concrete slabs. Draw and/or inspection boxes shall be grouped under one common cover plate, and must preferable be installed in passages or male toilets. All boxes, etc., are to be securely fixed to the shuttering to prevent displacement when concrete is cast. The conduit shall be supported and secured at regular intervals and installed as close as possible to the neutral axis of concrete slabs and/or beams. Before any concrete slabs are cast, all conduit droppers to switchboards shall be neatly spaced and rigidly fixed.

1.11 FLEXIBLE CONNECTIONS FOR CONNECTING UP OF STOVES, MACHINES, ETC.

Flexible tubing connections shall be of galvanised steel construction, and in damp situations of the plastic sheathed galvanised steel type. Other types may only be used subject to the prior approval of the Employer’s site electrical representative. Connectors for coupling onto the flexible tubing shall be of the gland or screw-in types, manufactured of either brass or cadmium or zinc plated mild steel, and the connectors after having been fixed onto the tubing, shall be durable and mechanically sound. Aluminium and zinc alloy connectors will not be acceptable.

1.12 WIRING

Except where otherwise specified in Part 2 of this specification, wiring shall be carried out in conduit throughout. Only one circuit per conduit will be permitted. No wiring shall be drawn into conduit until the conduit installation has been completed and all conduit ends provided with bushes. All conduits to be clear of moisture and debris before wiring is commenced. Unless otherwise specified in Part 2 of this specification or indicated on the service drawings, the wiring of the installation shall be carried out in accordance with the “Wiring Code”. Further to the requirements concerning the installation of earth conductors to certain light points as set out in the “Wiring Code”, it is a specific requirement of this document that where plain-end metallic conduit or non-metallic conduit has been used, earth conductors must be provided and drawn into the conduit with the main conductors to all points, including all luminaires and switches throughout the installation. Wiring for lighting circuits is to be carried out with 1,5mm² conductors and a 1,5mm²-earth conductor. For socket outlet circuits the wiring shall comprise 4mm² conductors and a 2,5mm²-earth conductor. In certain instances, as will be directed in Part 2 of this specification, the sizes of the aforementioned conductors may be increased for specified circuits. Sizes of conductors to be drawn into conduit in all other instances, such as feeders to distribution boards, power points etc., shall be as specified elsewhere in this specification or indicated on the drawings. Sizes of conductors not specified must be determined in accordance with the “Wiring Code”. The loop-in system shall be followed throughout, and no joints of any description will be permitted. The wiring shall be done in PVC insulated 600/1000 V grade cable to SANS 60227.

Page 304: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-342

Where cable ends connect onto switches, luminaires etc., the end strands must be neatly and tightly twisted together and firmly secured. Cutting away of wire strands of any cable will not be allowed.

1.13 SWITCHES AND SOCKET OUTLETS

All switches and switch-socket outlet combination units shall conform to the Employer Quality Specifications, which form part of this specification. No other than 16 A 3 pin sockets are to be used, unless other special purpose types are distinctly specified or shown on the drawings. All light switches shall be installed at 1,4m above finished floor level and all socket outlets as directed in the Schedule of Fittings which forms part of this specification or alternatively the height of socket outlets may be indicated on the drawings.

1.14 SWITCHGEAR

Switchgear, which includes circuit breakers, interlocked switch-socket outlet units, contactors, time switches, etc., is to be in accordance with the Employers Quality Specifications which form part of this specification and shall be equal and similar in quality to such brands as may be specified. For uniform appearance of switchboards, only one approved make of each of the different classes of switchgear mentioned in the Quality Specifications shall be used throughout the installations.

1.15 SWITCHBOARDS

All boards shall be in accordance with the types as specified, be constructed according to the detail or type drawings and must be approved by the Employer before installation. In all instances where provision is to be made on boards for the supply authority’s main switch and/or metering equipment the contractor must ensure that all requirements of the authorities concerned in this respect are met. Any construction or standard type aboard proposed, as an alternative to that specified must have the prior approval of the Employer. All busbars, wiring, terminals, etc., are to be adequately insulated and all wiring is to enter the switchgear from the back of the board. The switchgear shall be mounted within the boards to give a flush front panel. Cable and boxes and other ancillary equipment must be provided where required. Clearly engraved labels are to be mounted on or below every switch. The working of the labels in English and/or Afrikaans, is to be according to the lay-out drawings or as directed by the Employer’s representative and must be confirmed on site. Flush mounted boards to be installed with the top of the board 2,0m above the finished floor level.

1.16 WORKMANSHIP AND STAFF

Except in the case of electrical installations supplied by a single-phase electricity supply at the point of supply, an accredited person shall exercise general control over all electrical installation work being carried out. The workmanship shall be of the highest grade and to the satisfaction of the Employer. All inferior work shall, on indication by the Employer’s inspecting officers, immediately be removed and rectified by and at the expense of the Contractor.

Page 305: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-343

1.17 CERTIFICATE OF COMPLIANCE

On completion of the service, a certificate of compliance must be issued to the Employer’s Representative/Agent in terms of the Occupational Health and Safety Act, 1993 (Act 85 of 1993).

1.18 EARTHING OF INSTALLATION

Main earthing The type of main earthing must be as required by the supply authority if other than the Employers, and in any event as directed by the Employer’s representative, who may require additional earthing to meet test standards. Where required an earth mat shall be provided, the minimum size, unless otherwise specified, being 1,0m x 1,0m and consisting of 4mm diameter hard-drawn bare copper wires at 250mm centres, brazed at all intersections. Alternatively or additionally earth rods or trench earths may be required as specified or directed by the Employer’s authorised representative. Installations shall be effectively earthed in accordance with the “Wiring Code” and to the requirements of the supply authority. All earth conductors shall be stranded copper with or without green PVC installation. Connection from the main earth bar on the main board must be made to the cold water main, the incoming service earth conductor, if any and the earth mat or other local electrode by means of 12mm x 1,60 mm solid copper strapping or 16 mm² stranded (not solid) bare copper wire or such conductor as the Employer’s representative may direct. Main earth copper strapping where installed below 3m from ground level, must be run in 20 mm diameter conduit securely fixed to the walls. All other hot and cold water pipes shall be connected with 12mm x 0,8mm perforated for solid copper strapping (not conductors) to the nearest switchboard. The strapping shall be fixed to the pipework with brass nuts and bolts and against walls with brass screws at 150-mm centres. In all cases where metal water pipes, down pipes, flues, etc., are positioned within 1,6m of switchboards an earth connection consisting of copper strapping shall be installed between the pipework and the board. In vertical building ducts accommodating both metal water pipes and electrical cables, all the pipes shall be earthed at each distribution board. Roofs, gutters and down pipes Where service connections consist of overhead conductors, all metal parts of roofs, gutters and down pipes shall be earthed. One bare 10mm² copper conductor shall be installed over the full length of the ceiling void, fixed to the top purlin and connected to the main earth conductor and each switchboard. The roof and gutters shall be connected at 15m intervals to this conductor by means of 12mm X 0,8mm copper strapping (not conductors) and galvanised bolts and nuts. Self-tapping screws are not acceptable. Where service connections consist of underground supplies, the above requirements are not applicable. Sub-distribution boards A separate earth connection shall be supplied between the earth busbar in each sub-distribution board and the earth busbar in the Main Switchboard. These connections shall consist of a bare or insulated stranded copper conductors installed along the same routes as the supply cables or in the same conduit as the supply conductors. Alternatively armoured cables with earth continuity conductors included in the armouring may be utilised where specified or approved. Sub-circuits The earth conductors of fall sub-circuits shall be connected to the earth busbar in the supply board in accordance with SANS 10142.

Page 306: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-344

Ring Mains Common earth conductors may be used where various circuits are installed in the same wire way in accordance with SANS 10142. In such instances the sizes of earth conductors shall be equivalent to that of the largest current carrying conductor installed in the wire way, alternatively the size of the conductor shall be as directed by the Engineer. Earth conductors for individual circuits branching from the ring main shall by connected to the common earth conductor with T-ferrules or soldered. The common earth shall not be broken. Non-metallic Conduit Where non-metallic conduit is specified or allowed, the installation shall comply with the Employer’s standard quality specification for “conduit and conduit accessories”. Standard copper earth conductors shall be installed in the conduits and fixed securely to all metal appliances and equipment, including metal switch boxes, socket-outlet boxes, draw-boxes, switchboards, luminaires, etc. The securing of earth conductors by means of self-threading screws will not be permitted. Flexible Conduit An earth conductor shall be installed in all non-metal flexible conduit. This earth conductor shall not be installed externally to the flexible conduit but within the conduit with the other conductors. The earth conductor shall be connected to the earth terminals at both ends of the circuit. Connection Under no circumstances shall any connection points, bolts, screws, etc., used for earthing be utilised for any other purpose. It will be the responsibility of the Contractor to supply and fit earth terminals or clamps on equipment and materials that must be earthed where these are not provided. Unless earth conductors are connected to proper terminals, the end shall be tinned and lugged.

1.19 MOUNTING AND POSITIONING OF LUMINAIRES

The Contractor is to note that in the case of board and acoustic tile ceilings, i.e. as opposed to concrete slabs, close co-operation with the building contractor is necessary to ensure that as far as possible the luminaires are symmetrically positioned with regard to the ceiling pattern. The layout of the luminaires as indicated on the drawings must be adhered to as far as possible and must be confirmed with the Employer’s representative. Fluorescent luminaires installed against concrete ceilings shall be screwed to the outlet boxes and in addition 2 x 6mm expansion or other approved type fixing bolts are to be provided. The bolts are to be ¾ of the length of the luminaires apart. Fluorescent luminaires to be mounted on board ceilings shall be secured by means of two 40mm x No. 10 round head screws and washers. The luminaires shall also be bonded to the circuit conduit by means of locknuts and brass bushes. The fixing screws are to be placed ¾ of the length of the fitting apart. Earth conductors must be drawn in with the circuit wiring and connected to the earthing terminal of all fluorescent luminaires as well as other luminaires exposed to the weather in accordance with the “Wiring Code”. Incandescent luminaires are to be screwed directly to outlet boxes in concrete slabs. Against board ceilings the luminaires shall be secured to the brandering or joists by means of two 40mm x No. 8 round head screws.

Page 307: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-345

SECTION G: ELECTRICAL WORKS PROJECT SPECIFICATIONS PART-2: INSTALLATION DETAILS TABLE OF CONTENTS PAGE

HEADING 8

2.1 BRIEF SUMMARY OF WORK TO BE DONE ....................................................................... C-346

2.2 CABLE SLEEVE PIPES ........................................................................................................ C-347

2.3 NOTICES ............................................................................................................................... C-347

2.4 ELECTRICAL EQUIPMENT .................................................................................................. C-347

2.5 DRAWINGS ........................................................................................................................... C-347

2.6 BALANCING OF LOAD ......................................................................................................... C-347

2.7 SERVICE CONDITIONS ....................................................................................................... C-347

2.8 SWITCHES AND SOCKET OUTLETS ................................................................................. C-347

2.9 LIGHT FITTINGS AND LAMPS ............................................................................................. C-348

2.10 EARTHING AND BONDING ................................................................................................. C-348

2.11 MAINTENANCE OF ELECTRICAL SUPPLY ........................................................................ C-348

2.12 EXTENT OF WORK .............................................................................................................. C-348

2.13 SUPPLY AND CONNECTION .............................................................................................. C-348

2.14 CONDUIT AND WIRING ....................................................................................................... C-348

2.15 TELEPHONE INSTALLATION .............................................................................................. C-349

2.16 INTERCOM INSTALLATION ................................................................................................. C-349

2.17 POWER TRUNKING ............................................................................................................. C-349

2.18 POWER POINTS................................................................................................................... C-349

2.19 CABLES ................................................................................................................................ C-349

2.20 CABLE MARKERS ................................................................................................................ C-351

2.21 TAPE ABOVE CABLE ........................................................................................................... C-351

2.22 EXCAVATION ....................................................................................................................... C-351

2.23 LAYING, JOINTING AND MAKING OFF OF ELECTRICAL CABLES .................................. C-351

2.24 DISTRIBUTION BOARDS ..................................................................................................... C-352

2.25 DISTRIBUTION KIOSKS ....................................................................................................... C-352

2.26 DISTRIBUTION KIOSK AND EQUIPMENT .......................................................................... C-354

2.27 ASPECTS THAT NEED SPECIAL ATTENTION .................................................................. C-354

2.28 SCHEDULE OF LUMINAIRES TO BE USED ....................................................................... C-354

2.29 SCHEDULE OF DRAWINGS ................................................................................................ C-355

Page 308: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-346

SECTION G: ELECTRICAL WORKS PROJECT SPECIFICATIONS PART 2 – INSTALLATION DETAILS 2.1 BRIEF SUMMARY OF WORK TO BE DONE

This contract is for the street lighting from the National Route N1 Section 17 (Kroonstad Interchange) to Kroonstad Traffic Control Centre as well as the new electrical installation on the Kroonstad TCC building upgrades. The project consists of the installation of galvanised poles with single spigot configuration for installation of luminaires on the On- and Off-ramps and Over-pass road of the Interchange. The lighting shall be to SANRAL specifications and SANS / IEC 10098. Interchange to SANS 10098 A3b Category lighting specifications for maximum traffic of 300 vehicles per hour per lane at night on the On-ramps, Off-ramps and Cross Roads of the Interchange. Also forming part of the contract is the supply and installation of power and lighting for the upgraded building at the Kroonstad Traffic Control centre. The Electrical work shall include the following:

Arrange, co-ordinate and install the point of supply in accordance to the correspondence with and standards of the local supply authority and the electrical design drawings.

Supply, install, test and commission low voltage reticulation consisting of PVC SWA PVC cable and associated control and protection gear in existing roads and in the Kroonstad TCC area.

Supply, install, test and commission the lighting scheme consisting of galvanised poles and approved luminaires.

Supply, install, test and commission the power, lighting and UPS installation within the TCC complex.

Supply, install, test and commission the outdoor generator unit for the TCC complex.

All electrical reticulation for the street lighting project along the project route shall be encased in

20 MPa concrete (200 mm x 300 mm) that is 500 mm minimum below final ground level relative to the top of the encasement. All LV cables shall be totally encased in concrete and enforced using bonding agent and chicken wire mesh.

Testing and cleaning of all service sleeves is to be done before services are to be drawn through the sleeves after the Engineers approval.

Earthing of the poles.

Commissioning, aiming of luminaires and testing of system to the satisfaction of the Engineer shall form part of this contract.

Service tools and accessories.

As-built drawings and documentation. These aspects should be seen only as a brief summary of the scope of the work and not as a complete record. Quantities and volume of work shall also be read or obtained from the drawings and the rest of the specification. The General, Quality & Particular Specifications and Scheduled Items specifies the standard of workmanship and quality of material for the installation, the scope of which is specified in this Specification, on the Drawings and listed in the Schedules and, where applicable, in the Pricing Schedule. Where supplemented later in the Project Specification, Schedules, Bills of Quantities (where applicable) and Drawings with further specific requirements applicable to specific types of equipment or installations, the latter specification shall take precedence over this General Specification. Upon receiving a set of documents, Tenderers must make sure that all pages are included, in the correct numerical order as per the CONTENTS and that all the drawings are attached as per the SCHEDULE OF DRAWINGS. Should this not be the case it should immediately be brought to the attention of the Engineer for rectification.

Page 309: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-347

The Electrical Contractor shall be appointed in terms of the Conditions of Contract or Sub-contract, as applicable, that are contained in THE CONDITIONS OF CONTRACT. This Contract covers the supply, delivery, off-loading, storage, installation, testing, commissioning, aiming of luminaires and handing over in proper working order of the complete services installation as specified in the Specification and in all the constituent parts of this set of documents. All equipment provided by the contractor shall be new.

2.2 CABLE SLEEVE PIPES Where cables cross under roadways, other services and where cables enter buildings, the cables shall be installed in high-density polyethylene pipes or heavy duty class 34 uPVC sleeves with a wall thickness of not less than 1,5 mm thick and a smooth finish inside. The ends of all sleeves shall be sealed with a non-hardening watertight compound after the installation of cables. All sleeves intended for future use shall likewise be sealed with a draw wire inserted. Cables crossing the R721 (A34) where the road works will take place must be installed before said road works (pavement layers and concrete base) takes place. The cutting of newly place concrete for services crossing the road will not be allowed.

2.3 NOTICES The Contractor shall issue all notices and make the necessary arrangements with the Supply Authority, the local municipality, SANRAL and any other authority as may be required with respect to the installation.

2.4 ELECTRICAL EQUIPMENT All equipment and fittings supplied must be in accordance with the attached quality specification (Part 3 of this document), suitable for the relevant supply voltage, and frequency and must be approved by the Employer’s representative.

2.5 DRAWINGS The drawings generally show the scope and extent of the proposed work and shall not be held as showing every minute detail of the work to be executed. The position of power points, switches and light points that may be influenced by built-in furniture must be established on site, prior to these items being built in.

2.6 BALANCING OF LOAD

The Contractor is required to balance the load as equally as possible over the multiphase supply.

2.7 SERVICE CONDITIONS

All plant and equipment shall be designed for the climatic conditions appertaining to the service.

2.8 SWITCHES AND SOCKET OUTLETS

The installation of switches and socket outlets must conform to clause 13 of Part 1 of this specification.

Page 310: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-348

2.9 LIGHT FITTINGS AND LAMPS The installation and mounting of luminaires must conform to clause 19 of Part 1 of this specification. All fittings to be supplied by the Contractor shall have the approval of the Engineer / Employer. All lamps shall bear the approved mark of any of the following:

SANS

IEC

ANSI

CIE

ENERGY STAR

IESNA The light fittings must be of the type specified in the Schedule of Light Fittings.

2.10 EARTHING AND BONDING

The Contractor will be responsible for all earthing and bonding of the building and installation. The earthing and bonding is to be carried out strictly as described in clause 18 of Part 1 of this specification and to the satisfaction of the Employer’s representative.

2.11 MAINTENANCE OF ELECTRICAL SUPPLY All interruptions of the electrical supply that may be necessary for the execution of the work, will be subject to prior arrangement between the Contractor and the user Employer and the Employer’s representative.

2.12 EXTENT OF WORK The work covered by this contract comprises the complete electrical installation, in working order, as shown on the drawings and as per this specification, including the supply and installation of all fittings and also the installation of such equipment supplied by the Employer.

2.13 SUPPLY AND CONNECTION

The supply will be at 400/230 Volt 50Hz. The Contractor must arrange in good time with the local Municipality for the installation of the increased supply of 150amp 3 phase, 50Hz meter point and submit the account to the Employer’s Regional Office for payment. The Contractor will be responsible for the supply and installation of the supply cable from the meter box to the main LV distribution board (MDB). The size and length of the cable is listed in the Schedule of Cables and measured in the Bills of Quantities. Standby Plant The standby plant complete with automatic changeover control panel is to be supplied, installed and commissioned under this contract. The Contractor will be responsible for the supply and installation of the cable connections between the Main Distribution Board and the Charge- over Control Panel. The supply cables are listed in the Schedule of Cables and measured in the Bills of Quantities.

2.14 CONDUIT AND WIRING

Page 311: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-349

Conduit and conduit accessories shall be PVC, black enamelled /galvanised screwed conduit or black enamelled /galvanised plain end conduit in accordance with SANS codes. All conduits, regardless of the system employed, shall be installed strictly as described in the applicable paragraphs of clauses 4 to 8 of Part 1 of the specification. Wiring of the installation shall be carried out as directed in clause 9 part 1 of this specification. Where plain end conduit is offered all switches and light fittings must be supplied with a permanent earth terminal for the connection of the earth wire. Lugs held by switch fixing screws or self tapping screws will not be acceptable.

2.15 TELEPHONE INSTALLATION The Contractor shall allow for the complete installation of all conduits, outlet boxes, TELKOM Distribution boards, sleeve pipes, etc., required for the telephone system as shown on the drawings. The sizes of all telephone conduits are indicated on the drawings and must be installed in the floor slab. Galvanised steel draw-wires shall be installed in all conduits. End boxes must consist of a 50 mm x 100 mm x 100 mm outlet box fitted with suitable blank cover plates, flush mounted 0,4 m above floor level. The TELKOM Distribution Board must consist of a 150 mm x 600 mm x 600 mm metal box and hinged door with a 20 mm thick wooden backboard. The board must be flush mounted, 1,37 m above the floor.

2.16 INTERCOM INSTALLATION

The supply and installation of the intercom system is not included in this Contract. The Contractor shall allow for the complete supply and installation of all conduits and outlet boxes required for the intercom installation as shown on the drawings. The size of all conduits, boxes and mounting heights of the end boxes are indicated on the drawings. Galvanised steel draw-wires shall be installed in all conduits and the boxes fitted with suitable blank cover plates.

2.17 POWER TRUNKING The Contractor shall be responsible for the supply and installation of all power trunking complete with corner pieces, end pieces, junction pieces, supply conduits, cover plates and power outlets as specified and indicated on the drawings. The power trunking must comply with SANS 61084. The Contractor must ensure that the power trunking is installed to satisfaction of the Employer’s representative before commencing with the wiring of the power trunking.

2.18 POWER POINTS

Allow for the installation of power points and equipment as listed in the schedule and indicated on the drawings.

2.19 CABLES The Contractor shall supply and completely install all distribution cables as indicated on the drawings, and listed in the Schedule of Cables. The storage, transportation, handling and laying of the cables shall be according to first class practice, and the contractor shall have adequate and suitable equipment and labour to ensure that no damage is done to cables during such operations.

Page 312: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-350

The cable-trenches shall be excavated to a depth of 0,6 m deep below ground level and shall be 450 mm wide for one to three cables, and the width shall be increased where more than three cables are laid together so that the cables may be placed at least two cable diameters apart throughout the run. The bottom of the trench shall be level and clean and the bottom and sites free from rocks or stones liable to cause damage to the cable. The Contractor must take all necessary precautions to prevent the trenching work being in any way a hazard to the personnel and public and to safeguard all structures, roads, sewage works or other property on the site from any risk of subsidence and damage. In the trenches the cables shall be laid on a 75 mm thick bed of earth and be covered with a 150-mm layer of earth before the trench is filled in. All joints in underground cables and terminations shall be made by means of approved epoxy-resin pressure type jointing kits such as “Scotchcast”. Epoxy-resin joints must be made entirely in accordance with the manufacturer’s instructions and with materials stipulated in such instructions. Low voltage PVC cables are to be made off with sealing glands and materials designed for this purpose which must be of an approved make. Where cables are cut and not immediately made off, the ends are to be sealed without delay. The laying of cables shall not be commenced until the trenches have been inspected and approved. The cable shall be removed from the drum in such a way that no twisting, tension or mechanical damage is caused and must be adequately supported at intervals during the whole operation. Particular care must be exercised where it is necessary to draw cables through pipes and ducts to avoid abrasion, elongation or distortion of any kind. The ends of such pipes and ducts shall be sealed to approval after drawing in of the cables. Backfilling (after bedding) of the trenches is to be carried out with a proper grading of the material to ensure settling without voids, and the material is to be tamped down after the addition of every 150 mm. The surface is to be made good as required. On each completed section of the laid and jointed cable, the insulation resistance shall be tested to approval with an approved “Megger” type instrument of not less that 500 V for low tension cables. Earth continuity conductors are to be run with all underground cables constituting part of a low voltage distribution system. Such continuity conductors are to be stranded bare copper of a cross-sectional area equal to at least half that of one live conductor of the cable, but shall not be less than 4 mm² or more than 70 mm². A single earth wire may be used as earth continuity conductor for two or more cables run together, branch earth wires being brazed on where required. The sizes and routes of low voltage cables are indicated on the drawings and in these documents. Low voltage cables shall be PVC SWA PVC type with Copper conductors which shall comply with the requirements of SANS 1507 and those of the Quality Specification in all respects. All new cables shall be provided with enhanced armouring suitable for E.C.C. use and cable glands are to be provided complete with E.C.C. connection washers to allow for correct earthing techniques to be followed, as specified. Tenderers must base their cost for trenching in earth. Payment for cable trenching having a greater volume than that specified for the purpose will not be considered except where extra excavations are necessary to by-pass obstacles such as water pipes, drains, large boulders etc. In all such instances the amount of the extra excavations must be agreed upon on site between the Engineer or his representative/agent and the contractor. Cables shall be labelled, cable routes marked and terminated as per the requirements of the Quality Specification (Labels and Notices). The electrical contractor shall determine the present cable routes of all existing underground cables as and when required for the contract work and shall allow for this requirement as part of his tender sum. The dielectric shall consist of PVC suitable for general use, 600/1000V grade. It shall be distinctly coloured as detailed in Table I of SANS 1507 so as to identify the phase, neutral and earth conductors with the phase conductors being coloured red, white or blue, the neutral conductor black and the earth conductor green/yellow or green.

Page 313: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-351

The whole of the dielectric shall be coloured - surface painting or a longitudinal coloured stripe is not acceptable.

2.20 CABLE MARKERS The necessary number of cable markers must be installed so as to indicate the route of underground cables, as on the drawings. Where the direction of cables changes, this must be indicated on the surface by means of cable markers. Cable markers must be concrete pyramids, with measurements of 150 mm x 150 mm on the top and 250 mm x 250 mm at the bottom. Their height must be 300 mm. Brass plates must be cast into the tops of these pyramids in such a way that they cannot be removed easily. The words “ELECTRIC CABLE” must be punched onto these plates as well as the voltage of the cable and an arrow indicating the direction of the cable routes. The cable must be linked to the cable marker by a galvanized wire cast in the cable marker. Cable markers must be placed on the surface above all underground cables and must stand out 35 mm above ground level, unless they are a danger to pedestrians or traffic, in which case the tops of the markers must be flush with the level of the ground. Cable markers must be placed at the beginning and end of each cable route (e.g. where a cable goes into a cable kiosk or a building); at changes of direction; at all joints; above cable sleeve inlets and outlets, and along the whole cable route at distances not exceeding 50 meters. Low voltage cables shall be laid at a depth of 800 mm under final ground level.

2.21 TAPE ABOVE CABLE For all cables, a coloured plastic-marking tape shall be installed 200 mm above the cable. The tape shall be yellow, with red skull and crossbones with the words "ELECTRIC CABLE ". These markings shall not be more than 1m apart from centre to centre. Low voltage cables, cable terminations and cable joints shall comply with the requirements of the Quality and Particular Specification.

2.22 EXCAVATION The contractor shall be responsible for all trenching excavations unless specified to the contrary.

2.23 LAYING, JOINTING AND MAKING OFF OF ELECTRICAL CABLES

1. The use of the term “Inspector”, includes the engineer or inspector of the Employer or an empowered person of the concerned supervising consulting engineer’s firm.

2. No cable is to be laid before the cable trench is approved and the soil qualification of

the excavation is agreed upon by the Contractor and inspector.

3. After the cable has been laid and before the cable trench is back-filled the inspector must ensure that the cable is properly bedded and that there is no undesirable material included in the bedding layer.

4. All cable jointing and the making off of the cables must only be carried out by qualified

experienced cable jointers. Helpers of the jointers may not saw, strip, cut, solder, etc. The cable and other work undertaken by them must be carried out under the strict and constant supervision of the jointer.

5. Before the Contractor allows the jointer to commence with the jointing work or making

off of the cable (making off is recognized as half a joint) he must take care and ensure:

5.1 that he has adequate and suitable material available to complete the joint properly and efficiently. Special attention must be given to ensure the cable furrules and cable lugs are of tinned copper and of sufficient size. The length of the jointing lugs must be at least six times the diameter of the conductor,

5.2 that the joint pit is dry and that all loose stones and material are removed,

Page 314: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-352

5.3 that the walls and banks of the joint pit are reasonable firm and free from loose material which can fall into the pit,

5.4 that the necessary coffer-dams or retaining walls are made to stop the flow of

water into the joint pit, 5.5 that the joint pit is provided with suitable groundsheets so that the jointing work

is carried out in clean conditions, 5.6 that the necessary tents or sails are installed over the joint pit to effectively avert

unexpected rainfall and that sufficient light or lighting is provided, 5.7 that the necessary means are available to efficiently seal the jointing or cable end

when an unexpected storm or cloudburst occurs, regardless of how far the work has progressed,

5.8 that the cables and other materials are dry, undamaged and in all respects are

suitable for the joint work or making off,

6. Before the paper-insulated cables are joined, they must be tested for the presence of moisture by the cable jointers test. This consists of the insertion of a piece of unhandled insulated impregnated paper tape in warm cable oil heated to a temperature of 130± 5°C. Froth on the surface of the oil is an indication that moisture is present in the impregnated insulation and the amount of the froth gives an indication of the moisture present.

7. If the cable contains moisture or is found to be otherwise unsuitable for jointing or

making of the inspector is to be notified immediately and he will issue the necessary instruction to cope with the situation.

8. The joint or making off of paper insulated cables must not be commenced during rainy

weather. 9. Once a joint is in progress the jointer must proceed with the joint until it is complete and

before he leaves the site. 10. The jointer must ensure that the material and his tools are dry at all times, reasonably

clean and absolutely free from soil.

11. Relating to the jointing of the cable the following requirements apply:

11.1 All jointing must be carried out in accordance with recognized and tried techniques and comply strictly with the instructions given by the supplier of the jointing kit.

12. As far as cable end boxes are concerned the requirements as set out above are valid

where applicable.

2.24 DISTRIBUTION BOARDS In addition to clause 14 and clause 15 of Part 1 of this specification the following shall also be applicable to switchboards required for this service. Allow for a 30% spare capacity in each board. The Contractor shall supply and install the distribution boards as indicated on the drawings and listed in the distribution Board Schedule. All distribution boards shall comply with the quality specification in Part 3 of this specification, and be approved by the Employer’s representative.

2.25 DISTRIBUTION KIOSKS

All distribution kiosks and equipment shall comply with the requirements of the Quality Specification.

Page 315: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-353

Before the commencement of manufacture, detailed drawings of the proposed panels and boards are to be submitted to the Engineer or his representative/ agent for approval. Full schematic details of the layout and wiring of the boards are to be provided with these drawings. Kiosks, constructed of sheet metal, shall be waterproof and spacious enough to accommodate all equipment as described in the schedules. Sheet metal shall be galvanized. Welding materials shall be of the same quality as the base metal. After machining and before painting, all fat and grease shall be removed by using a suitable solvent. Ventilation slots or louvers fitted with gauze wire shall be provided at the doors or sides of all kiosks. All vents shall be vermin proof. Doors shall open 180° and shall be fitted with approved locks, which shall be of the 40 mm Viro or other and approved by the Engineer with hardened brass hasps and rust resistant mechanisms. Single doors may not exceed 610 mm in width. Access to the kiosk from the back shall be possible through doors. All Mini sub and Kiosk doors shall be equipped with a covered, tamper free, lock system for padlock that cannot be cut by a bolt cutter. The gland plate shall be manufactured of hot dipped, galvanised steel of 3 mm minimum thickness. Sufficient holes shall be pre-punched for the number and sizes of cables specified. The galvanized finish off all kiosks on the interior and exterior and on the panels on which switch gear is to be mounted shall be of a high quality and shall be suitable for exterior use. Galvanising shall be applied to surfaces prepared in accordance with SANS 121/ISO1461. Mounting shall be on a concrete plinth of adequate size to provide a skirt of at least 50 mm around the unit. The plinth shall be of adequate thickness to protrude 100 mm above ground while installed to a minimum depth of 300 mm below ground level. The earth shall be properly compacted to prevent the unit from tiling or subsiding. All equipment in the kiosk, except for the meters, shall be flush-mounted on a panel. These panels shall be fixed by means of peg-and-hole fixing at the bottom and key-operated latches at the top. Suitable handles or knobs shall be installed on the panels to facilitate removal. A solid copper bus bar shall be provided for each phase and neutral and shall be mounted on appropriately coloured ceramic or similar insulators. The colours of insulators shall correspond with the phase colours that are red, yellow, blue and black for the neutral. Bus bars shall be easily reachable. Except where otherwise prescribed, the minimum dimensions of the Bus bars shall be 6 mm x 25 mm x 300 mm long. A minimum clearance space of 100 mm shall be maintained between bus bars. Connection to bus bars shall be by using lugs, cadmium plated high tensile steel bolts, washers and nuts. A 6 mm x 25 mm x 330 mm solid copper-earthed bus bar shall be installed with a minimum of eight, 8 mm bolts, complete with spring washers, brass washers and nuts. The bus bar shall be provided with internal thread and the heads of the bolts shall be soldered in position at the back. The gland plate shall be bonded to the earth bar through a 70 mm² stranded copper conductor. The kiosk earthing shall consist of 3 lengths 70 mm² stranded copper conductors of 7 m each, installed in such a way to form 120° angles between the conductors (Crow foot). At the center of the 120° angle all wires shall be Exo-welded together with a 70 mm² earth conductor to the main earth bar of the kiosk. All earth wires shall enter the kiosk via the normal cable opening of the kiosk. The LV cables shall rise into the unit from below through a plinth opening and shall be fitted to the gland plate with suitable glands. The individual cores of the cables shall be equipped with lugs and connected to the bus bars. Services shall be connected to the three phases to provide a balanced load as far as possible. All wiring shall be neatly bundled with nylon ties and shall be arranged in horizontal and vertical directions only. All meters and circuit breakers shall be labelled with engraved plastic labels at least 1mm thick with 12mm letter size labels and shall be fitted to slide in frames. All kiosks shall be clearly marked to indicate the name and/or number of the kiosk and from where the kiosk is fed and the size of the feeder cable.

Page 316: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-354

Danger notices type WS7 to SANS 1186/1987 manufactured from plate aluminium, measuring approximately 150 mm x 150mm, shall be fitted to each door in a central easily visible position. Brass bolts and nuts shall be used to mount all ancillaries. Tenderers may present kiosks manufactured from fibreglass instead of materials as specified. Full particulars consisting of informal drawings, indicating size, construction and material used shall, however, be provided for approval before delivery of the kiosk. The contractor shall arrange for an inspection of the kiosk/s by the Engineer before delivery.

2.26 DISTRIBUTION KIOSK AND EQUIPMENT Supply, install and connect the new distribution equipment as specified. All equipment shall have a minimum fault current of 5kA unless specified otherwise. Allow for a 30% spare capacity in each board. The colour finish of the kiosk shall be galvanised 2.26.1 Power distribution low voltage kiosks Refer to Particular specifications for details. 2.26.2 Labelling Mini subs and Distribution kiosks shall be labelled as specified in the Quality Specification (Labels and Notices).

2.27 ASPECTS THAT NEED SPECIAL ATTENTION As the project progresses the contractor must indicate on his drawings any deviation that has occurred. The exact position of equipment must be shown on the contractor’s “as built” drawings. The completion certificates shall only be issued when the completed “as built” drawings from the contractor is received and approved by the Engineer. The contractor shall apply suitable proven methods for construction so that his activities will not constitute a hazard to the public or any adjacent property. All excavations shall be suitable safeguarded and barricaded especially during night-time, weekends or holidays and any other day of inactivity by the contractor. The contractor shall also ensure that excavations are shored or otherwise made safe. No additional payment will be made to the contractor for complying with these requirements.

2.28 SCHEDULE OF LUMINAIRES TO BE USED

TYPE WATT Location DESCRIPTION

D DOWN LIGHTS

D2 2x18 Ablution areas

Recessed Compact Fluorescent fitting complete with 2 x 18w CFL lamps. Lamp - cool white.

D3 6x3 Boardroom Adjustable circular recessed down light for LED lamps. 6x3w Dimmable complete with gears and power supply.

S FLUORESCENT

Page 317: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-355

TYPE WATT Location DESCRIPTION

S1 2x54 Offices

Single parabolic, surface mounted semi-direct fluorescent luminaire, with 2 x 54w T5 fluorescent lamps and reflective cross blades. Complete with Electronic control gear (ECG). Telescopic lamp holders.

S2 2x58 Kitchen Surface mounted, open channel luminaire, 2 x 54w T5 fluorescent lamps. Complete with Electronic control gear (ECG). Telescopic lamp holders.

F FLOOD LIGHTING

F1 LED Grounds High pressure, die cast aluminium and stainless steel lamp housing with high intensity LED flood lights. Extra Wide Beam on mid-hinge mast. IP65.

W BULKHEADS

W3 2x 18 Public toilets

and Guardhouse

Wall/Ceiling Mounted Round bulkhead with integrated clips and gasket to ensure sealing, 2x18w CFL lamps, preferable poly carbonate base.

W4 2x26 External

walls Wall mounted die cast aluminium luminaire, diffuser in acrylic or polycarbonate. 2x 26w CFL lamps.

W5 LED

Outside Guardhouse and impound

road.

Pole Mounted die-cast aluminium body, anodised aluminium heatshield with high impact acrylic lens. High intensity LED lamps.

STREETLIGHTS

L1-L4 LED Roads Pole Mounted, high intensity LED street lights , die cast aluminium housing with daylight switch, power supply and to be minimum rated IP 65, vandal resistant.

2.29 SCHEDULE OF DRAWINGS

The following drawings are part of the tender and should be priced accordingly. Drawing No. Title P105-17 Kroonstad Schematic Diagram P105-18 Kroonstad Street Light Layout P105-19 Kroonstad Electrical Detail P105-20 Kroonstad Sleeve Layout

Page 318: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-356

SECTION G: ELECTRICAL WORKS PROJECT SPECIFICATIONS PART-3: QUALITY SPECIFICATIONS TABLE OF CONTENTS PAGE

3.1 GENERAL ............................................................................................................................. C-357

3.2 REGULATIONS, LAWS AND BY-LAWS ............................................................................. C-357

3.3 ELECTRICAL/ELECTRONIC EQUIPMENT ......................................................................... C-357

3.4 TERMINOLOGY .................................................................................................................... C-357

3.5 LIAISON ................................................................................................................................ C-357

3.6 SUPERVISORY STAFF AND IDENTIFICATION .................................................................. C-358

3.7 SETTING OUT OF WORKS .................................................................................................. C-358

3.8 ERECTION OF EQUIPMENT ............................................................................................... C-358

3.9 CERTIFICATE OF COMPLIANCE BY AN ACCREDITED PERSON ................................... C-358

3.10 INSTALLATION TESTS ........................................................................................................ C-358

3.11 MATERIAL ............................................................................................................................. C-359

3.12 DELIVERY AND COMPLETION ........................................................................................... C-359

3.13 DRAWINGS ........................................................................................................................... C-359

3.14 LEVELLING AND PLUMBING .............................................................................................. C-359

3.15 INSTALLATION OF CABLES ................................................................................................ C-360

3.16 ELECTRICAL SUPPLY CABLES .......................................................................................... C-361

3.17 SLEEVES .............................................................................................................................. C-362

3.18 CABLE MARKERS ................................................................................................................ C-363

3.19 DRAWINGS ........................................................................................................................... C-363

3.20 LABELS AND NOTICES ....................................................................................................... C-363

3.21 CONDUCTORS ..................................................................................................................... C-364

3.22 EQUIPMENT OF SWITCHBOARDS AND DISTRIBUTION KIOSKS ................................... C-364

3.23 LUMINAIRES ......................................................................................................................... C-366

3.24 PHOTO-ELECTRIC SWITCHES........................................................................................... C-366

3.25 MAST LIGHTING................................................................................................................... C-366

3.26 LV KIOSK EQUIPMENT ........................................................................................................ C-368

3.27 DISTRIBUTION BOARDS ..................................................................................................... C-368

3.28 STANDBY GENERATOR ...................................................................................................... C-368

3.29 UNINTERRUPTABLE POWER SUPPLIES (UPS) ............................................................... C-370

Page 319: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-357

SECTION G: ELECTRICAL WORKS PROJECT SPECIFICATIONS PART 3 – QUALITY SPECIFICATIONS 3.1 GENERAL

This Quality specification defines the Generals of materials and equipment, installation work and ancillary work to be employed in the electrical installation contract or sub-contract. The Quality Specification defines the extent of work required.

3.2 REGULATIONS, LAWS AND BY-LAWS The supply and installation of the work shall be in agreement with the Conditions of the Contract with special attention to the following in particular: a) The Occupational Health and Safety Act no. 85 of 1993, as revised, whereby SANS 10142 is enclosed. b) Government notices. c) The local Municipal By-laws and any special requirements of the local supply authorities. d) The local Fire Office Regulations. e) Telkom Regulations f) Any special conditions specified in this specification. It must be clearly understood that, where differences in the Generals occur as stated in (a), (b), (c), (d), (e) and (f) or where additional requirements are required, the higher General requirements shall apply. In the event of any contradiction between (a), (b), (c), (d), (e) and (f), then (f) shall be accepted above the rest. Where any required by-law or regulation, which applies or becomes applicable during the execution of the electrical installation, is in conflict with the stipulation of the document, the former must have preference in all cases. The contractor must immediately notify the Engineer of such discrepancies. The contractor may not make any alterations to the installation before written sanction to do so is received from the Engineer or its representative.

3.3 ELECTRICAL/ELECTRONIC EQUIPMENT All the equipment must be properly protected against damage, faulty functioning or interference by any external factors such as static electricity, induced voltage, magnetizing forces, radio waves, etc., which may occur in the building. Equipment which is sensitive to interference and interference peaks in the electrical circuit; variations in voltage and frequency such as normally occur in the electrical distribution network, and the municipal supply to the building, which are inevitable, must be fitted with the necessary stabilizers, over and under-voltage protection equipment, suppressers, etc. Equipment must be so manufactured and installed (and provided with suppression), that it does not cause any interference to other equipment or in any way affect the functioning thereof.

3.4 TERMINOLOGY

Labels must indicate the functions of equipment and components in the distribution boxes and/or distribution boards. The terminology on the identification labels must be in English and Afrikaans.

3.5 LIAISON

The electrical contractor shall, in each case, provide the main contractor with all necessary information, dimensions, materials, etc., as called for in the specification, in good time. It is essential that the electrical contractor work in close collaboration with the principal contractor to ensure that where his services run in proximity with other services, there are no clashes. Failure to comply with the above may mean that corrective measures will have to be taken to correctly position the equipment. Any abortive work resulting will be entirely to the electrical contractor’s account.

Page 320: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-358

Where the electrical contractor is to provide electrical supplies to control panels forming part of other contract works, it is essential that the electrical contractor liaise fully with the particular contractor who must provide the electrical contractor with all information necessary so as to ensure that the supply cable terminates in the correct position and that the phase rotation complies with the equipment installed. Failure to do so may result in the electrical contractor being held responsible for the cost of removing and replacing not only his own but also the equipment of the main contractor and other contractors.

3.6 SUPERVISORY STAFF AND IDENTIFICATION

All work done on site shall at all times be under the direct and full time supervision of a contract manager who shall be a qualified installation electrician who will sign the certificate of compliance. Full particulars of the site organisation, complete with names of officials the Tenderer proposes to allocate to this project are to be submitted with this tender. For the duration of this contract the above detailed officials will be permanently assigned to this project and may only be relieved of their duties after prior agreement by the Engineer or his representative/agent. Whilst on the site all staff and labourers employed by the electrical contractor shall wear distinctively marked clothing bearing the name of the electrical contractor or his identification logo.

3.7 SETTING OUT OF WORKS

The electrical contractor shall be responsible for marking out and setting out of all equipment and plant. The position of items of electrical equipment and plant indicated on the drawings are to be taken as approximate. The exact position for fixing shall be obtained by site measurements. In case of doubt, decisions shall be obtained from the Engineer or his representative/agent.

3.8 ERECTION OF EQUIPMENT

The contractor shall be responsible for the erection and installation of all equipment supplied by him under this contract. In addition, the contractor shall be responsible for the care and maintenance of all electrical equipment after erection is completed until the first delivery of the specific section of the works. He shall ensure that the proper enclosure of all equipment is maintained at all times, that access doors and covers are opened only when necessary to work on the equipment and replaced afterwards, that the paint finish on all items is effectively protected and that all unused cable and conduit entries are effectively sealed.

3.9 CERTIFICATE OF COMPLIANCE BY AN ACCREDITED PERSON

On completion of the electrical installation the contractor shall complete the Certificate of Compliance for the electrical Installation in the form of Annexure 1 as described in the Occupational Health and Safety Act no. 85 of 1993, as amended, and obtainable from the Electrical Contracting Board of South Africa. This form must be handed to the Engineer or its representative.

3.10 INSTALLATION TESTS

Tests as stipulated in the " Occupational Health and Safety Act no. 85 of 1993, as amended, and in the "Code of Practice for the Wiring of Premises" SANS 10142 (as amended), must be done. These test report forms must be filled in fully and correctly in ink, signed by the installation electrician and handed to the Engineer or its representative. Tests must be conducted on site after the whole installation is complete, unless written the Engineer to the contrary grants permission. The tests must include a full-load test for an adequate period to ensure the satisfactory working of the installation. If negative test results are obtained, faults must be rectified and tests again done. The contractor must supply all testing apparatus, correctly calibrated.

Page 321: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-359

All tests shall be carried out in conjunction with and to the satisfaction of the Supply Authority and in the presence of the Engineer or his representative. The contractor shall make all arrangements for testing and inspection, the costs thereof being included in the Tender Price. Each length of cable shall be tested for insulation and polarity by means of a 1000 Volt Megger designed for that purpose. In the case of underground cables this shall be done before back filling. In addition, the earth-loop impedance of each conductor earth electrode shall be measured. The earth resistance shall be tested by means of an approved instrument. "Danger" notices shall be displayed at remote ends of cables under test. The contractor shall ensure that the installation is completed in every respect and that there are no major defects prior to notifying the Engineer (in writing) for a first delivery inspection. The Engineer will accept zero minor defects during the final inspection. Should the number of defects be exceeded at the final inspection then the Engineer will terminate that inspection and request that the contractor arrange an additional final inspection.

3.11 MATERIAL

Materials and equipment used in this installation must be of the best quality of their respective types, must meet the relative SANS or BSS specifications and must be installed to the satisfaction of the electrical Engineer or his representative. The contractor will be informed in writing if any material or workmanship is not of the required quality. In such a case the contractor must replace the material concerned or repair the installation to the satisfaction of the Engineer or its representative. If requested to do so, the contractor must provide samples of materials or equipment, for the approval by the electrical Engineer, before it may be installed. The samples will be kept for comparison with materials and equipment actually installed and will be returned after the contract has been satisfactorily completed.

3.12 DELIVERY AND COMPLETION

All contract materials shall be ordered timeously and delivered to site at dates suited to the agreed construction program. The successful Tenderer for the installation will be required to commence work immediately following notification of tender acceptance, and shall thereafter at all times maintain the progress required by the agreed completion program.

3.13 DRAWINGS

Submit to the Engineer duplicate prints of dimensioned general arrangement drawings of all switchboards, distribution boards, motor control centres, control boards and consoles, busbar trunking systems, rising mains systems, etc. Attend upon the Engineer, preferably with the manufacturers of the equipment, to discuss and agree any changes required in the drawings. Modify makers' drawings as directed and, after approval by the Engineer, provide at least four prints of each for distribution to the parties to the contract. On completion of the project update the drawings with any changes made during the course of the contract works and furnish the Engineer with the necessary prints for record purposes.

3.14 LEVELLING AND PLUMBING

All equipment shall be carefully levelled and plumbed, checked with a spirit level. Should any equipment be unsatisfactorily installed in this respect it shall be dismantled and reinstalled, the costs of making good to damaged structures, plaster and paint will be for the account of the contractor. It must be noted that boxes for imported accessories must be levelled and plumbed when installed, since the inserts cannot be levelled independently of the boxes.

Page 322: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-360

3.15 INSTALLATION OF CABLES 3.15.1 General

All cable sleeves manholes and cable markers are to be provided by the contractor unless otherwise specified. Others will provide cable ducts in the floors of buildings unless otherwise specified. Cable run indoors shall be supported on cable trays or cable rack, secured thereto by heavy duty plastic strapping. The cables shall be fixed at intervals not greater than those stipulated in SANS 10142 and shall be spaced sufficiently to avoid de-rating in terms of SANS 10142 – 1. Cables shall be individually fixed so that any one may be removed from a group without disturbing the others. Cables installed in trenches shall be installed at a depth of 800 mm below final ground level. All cable depth measurements shall be made to the top of the cable when laid directly in ground or to the top of the duct or sleeve where these are provided. The contractor may only deviate from the above depth provided prior authority in writing has been obtained from the Engineer. A yellow PVC cable warning tape with the wording "DANGER" shall be installed above all cables installed in cable trenches. Every run of cable shall be a single length without joints. Say that where a run exceeds the general drum length of where the length of a run is increased after the cable is delivered on site, a through box will be permitted. Such through boxes shall be so placed as to afford easy access for maintenance and repair; when they are required in underground cable runs the contractor shall provide special cable markers to locate them. All cable tails shall be provided with either cable lugs or ferrules as may be appropriate. At each sealing end straps-on cable markers shall be fixed, showing clearly and indelibly the number and size of cable cores and the destination of the cable.

3.15.2 Cable routes

Cables shall follow the routes shown on the drawings; the routes shall only be varied with the written permission of the Engineer. Where no routes are defined on the drawings the contractor may select routes to his reasonable preference but shall obtain written approval of them before installing the cables. The contractor shall, before trenching commences, familiarizes him with the routes and site conditions and the procedure and order of doing the work shall be planned in conjunction with the general construction program for other services and building requirements. The contractor shall acquaint himself with the position of all the existing services such as storm water pipes, water mains, sewer mains, gas pipes, telephone cables, etc. before any excavations are commenced. For this purpose he shall approach the Engineer’s representative, the local municipal authority and any other authority which may be involved, in writing. The Engineer reserves the right to alter any cable route or portion thereof in advance of cable laying. Payment in respect of any additional or wasted work involved shall be at the documented rates. The removal of obstructions along the cable routes shall be subject to the approval of the Engineer.

3.15.3 Trenching

Trenching shall be programmed in advance and the approved program shall not be departed from except with the consent of the Engineer. The contractor will be held responsible for damage to any existing services brought to his attention by the relevant authorities and shall be responsible for the cost of repairs. The contractor shall take all the necessary precautions and provide the necessary barriers, warning signs and/or lights to ensure that the public and/or employees on site are not endangered. The contractor shall ensure that the excavations will not endanger existing structures, roads, railways, other site constructions or other property. Trenches shall connect the points shown on the drawings in a straight line. The Engineer beforehand shall approve any deviations due to obstructions or existing services. Trenches shall be as straight as possible and shall be excavated to a depth of 800mm x 450mm wide. The bottom of the trench shall be of smooth contour, and shall have no sharp dips or rises, which may cause tensile forces in the cable during back filling.

Page 323: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-361

The excavated material shall be placed adjacent to each trench in such a manner as to prevent nuisance, interference or damage to adjacent drains, gateways, trenches, water furrows, other works, properties or traffic. Where this is not possible the excavated materials shall be removed from site and returned for back filling on completion of cable lying. Trenches across roads, access ways or footpaths shall not be left open. If cables cannot be laid immediately the contractor shall install temporary “bridges” or cover plates of sufficient strength to accommodate the traffic concerned. In the event of damage to other services or structures during trenching operations the contractor shall immediately notify the Engineer and institute repairs. Prior to cable laying the trench shall be inspected thoroughly and all objects likely to cause damage to the cables either during or after lying shall be removed. Where ground conditions are likely to reduce maximum current carrying capacities of cables or where the cables are likely to be subjected to chemical or other damage or electrolytic action, the Engineer shall be notified before installing the cables. The Engineer will advise on the course of action to be taken. Extreme care shall be taken not to disturb surveyor's pegs. These pegs shall not be covered with excavated material. If the surveyor's pegs are disturbed, a person qualified to do so shall replace them.

3.15.4 Bedding The bottom of the trench shall be filled across the full width with a 100 mm layer of concrete. After cable laying a further layer of 100 mm concrete shall be provided to extend to 100 mm above the cables.

3.15.5 Backfilling The contractor shall not commence with the backfilling of trenches without prior notification to the Engineer so that the cable installation may be inspected. Should the contractor fail to give a timeous notification, the trenches shall be re-opened at the contractor's cost. Such an inspection will not be unreasonably delayed. For all cables, a coloured plastic-marking tape shall be installed 200mm above the cable. The tape shall be yellow, with red skull and crossbones with the words "ELECTRIC CABLE". These markings shall not be more than 1m apart from centre to centre. Back filling shall be undertaken with soil suitable to ensure settling without voids. The maximum allowable diameter of stones present in the back fill material is 75mm. The contractor shall have allowed in his tender for the importation of suitable backfill material if required. The backfill shall be compacted in layers of 150mm and sufficient allowance shall be made for final settlement. The contractor shall maintain the refilled trench at his expense for the duration of the contract. Surplus material shall be removed from site and suitably disposed of. On completion, the surface shall be made good to match the surrounding area. In the case of roadways or paved areas the excavations shall be consolidated to the original density of the surrounding material and the surface finish reinstated.

3.15.6 Blasting No guarantee is given or implied that blasting will not be required. Should blasting be necessary and approved by the Engineer, the contractor shall obtain the necessary authority from the relevant Government Employers and Local Authorities. The contractor shall take full responsibility and observe all conditions and regulations set forth by the above authorities.

3.16 ELECTRICAL SUPPLY CABLES 3.16.1 General

All low voltage underground cables shall be stranded copper-core, 600/1000 Volt grade, multi-cored, PVC insulated, PVC covered, wire armoured with ECC (PVC/SWA/ECC). All cables shall comply with SANS 1507 as amended, where applicable. Cables shall be of new stock and must still be sealed when brought on site. If these conditions are not met it may lead to the cables being removed from the site and their being replaced with the correct type all at the contractor's expense.

Page 324: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-362

The contractor must do all measuring on site himself in respect of lengths of cable, earth wires and ditches required. The lengths given in the schedules are only allowed for tender purposes. Payments will only be made for the lengths of cable actually installed and at the tendered tariffs. In their tenders, Tenderers must allow for cut-off lengths of cables and bends. The storage, transport, handling and lying of cables must conform to approved and acceptable practice and must meet the requirements of SANS 10198 as amended. Cables which are cut and left open for a period of time before being coupled must be sealed in the prescribed manner. When such cable ends are flooded by water they must be subjected to the tests prescribed by the Engineer. The contractor shall have adequate suitable equipment and labour available to prevent damage to cables. Before the cable is installed, the cable trenches must be carefully inspected and any objects, which may damage the cable during or after installation, must be removed.

3.16.2 Sealing glands for PVC insulated cables The sealing glands must consist of a sleeve in which a conical bush screws into one side and a nickel-brass or galvanized steel lock nut is situated on the other side. The galvanizing must meet SANS 763 as amended standards. The sleeve must have a hollow groove on the side on which the cable enters the sleeve to house the top ring of the waterproofing mantle. The waterproofing mantle must be manufactured from non-weathering neoprene or other synthetic rubber and must be proof against water, oil and sunlight. These mantles must fit snugly over the sealing glands and the cables. Sealing glands must have a 150 screw thread and must be suitable for the specified cable sizes.

3.16.3 Cable joints Cable joints are not permissible except where specifically approved. No joints will be allowed where the specified length of cable appears on a drum.

3.17 SLEEVES

Cable sleeves shall be provided where shown on the drawings and wherever necessitated by installation conditions. Sleeves shall be of steel water pipe when traversing railways sidings, heavy duty tarmac, loading areas, etc.; they shall be of other approved materials where traffic loading is lighter. Cable sleeves shall not be less than 100 mm internal diameter unless specifically noted otherwise in the Project Specification; they shall be of continuously smooth bore with no snags or hitches en route and shall encompass only easy sweeping bends permitting the easy passage of the heaviest cable involved. No cable sleeve shall exceed ten meters without a manhole draw position, unless authorized in writing by the Engineer. Cable sleeves entering a floor cable duct shall be swept gently to the level of the bottom of the trench so that cables do not kink at entry to the trench. Cable sleeves brought to switchboards or distribution boards having no associated floor cable ducts, or brought to rising cable ducts shall be swept up easily so that the cable emerges vertically from the floor. In cases where the emerging cable is exposed to view, wooden dams shall be fitted round the cable at the top of the sleeve, and the floor screeded completely round the cable. The outer ends of cable sleeves entering buildings shall, after drawing in the cables, be water proofed with cable compound of low melting point. Sweeping bends shall be installed where sleeves enter distribution boards. Sharp sleeve bends are not acceptable. Cables attached to external walls must be placed in a recessed galvanized pipe from 300 mm below ground level into the meter box or into roof spaces complete with brass bushes at both ends. The ends of all sleeves shall be sealed with a non-hardening watertight compound after the installation of cables. All sleeves intended for future use shall likewise be sealed.

Page 325: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-363

3.18 CABLE MARKERS

The necessary number of cable markers must be installed so as to indicate the route of underground cables, as on the drawings. Where the direction of cables changes, this must be indicated on the surface by means of cable markers. Cable markers must be concrete pyramids, with measurements of 150 mm x 150 mm on the top and 250 mm x 250 mm at the bottom. Their height must be 300 mm. Brass plates must be cast into the tops of these pyramids in such a way that they cannot be removed easily. The words “ELECTRIC CABLE” must be punched onto these plates as well as the voltage of the cable and an arrow indicating the direction of the cable routes. The cable must be linked to the cable marker by a galvanized wire cast in the cable marker. Cable markers must be placed on the surface above all underground cables and must stand out 35 mm above ground level, unless they are a danger to pedestrians or traffic, in which case the tops of the markers must be flush with the level of the ground. Cable markers must be placed at the beginning and end of each cable route (e.g. where a cable goes into a cable kiosk or a building); at changes of direction; at all joints; above cable sleeve inlets and outlets, and along the whole cable route at distances not exceeding 50 meters.

3.19 DRAWINGS

As soon as is possible after the contract has been awarded to him, the contractor must submit two (2) copies of the following drawings to the Engineer for approval: Design and construction drawings of all distribution kiosks and high masts as specified. The following information must appear on the drawings: (a)A full lay out with the arrangement of the equipment in the distribution kiosks, and on which all measurements of the equipment and the construction are indication. (b)The position, fastening method and current rating of the bus bars. (c) The make, catalogue number and capacity of insulators, circuit breakers, fuses, contactors, etc. (d)A full layout of the foundation of the high mast indicating the high mast footprint, earth spike positions, etc. (e)Workshop drawings of the distribution board layout that is mounted on the inside of the high mast pole. (f)A full layout drawing of the high mast, indicating all the sections, lengths of the sections, photo-cell position, floodlight luminaire ring, etc. The Engineer’s approval of these drawings does not release the contractor from his responsibility to supply the distribution kiosks in terms of this contract.

3.20 LABELS AND NOTICES

The contractor shall arrange for the labelling of all equipment, instruments, meters, relays, cables, etc., as indicated below. Where identical items of equipment can be removed from their housings, e.g. MV circuit breaker carriages, plug-in relays etc., both the fixed and withdrawal portion are to be labelled identically. All labels shall be of a non-corrosive material or other back engraved white on black labels of the sizes indicated. They are to be located in purpose made holders or otherwise are to be screwed or riveted into position. "Dymo" tape or similar labels will not be accepted nor will labels, which are glued in position only. Labels on light poles shall comprise a black on yellow PVC sticker with the designated number. These labels shall be stuck onto the pole 4 m above ground level facing direction of vehicle travel to ensure easy identification by maintenance personnel. Prior to any equipment being labelled, the contractor shall request the Engineer to provide a complete labelling schedule for all items of equipment. Under no circumstances is equipment to be labelled in accordance with the tender drawings since any description thereon is for identification purposed during construction only and is unlikely to apply to the completed Works. The following list indicates the general labelling requirements but does not limit the extent of labelling required, which shall encompass the full extent of the equipment supplied, or in the case of existing equipment, any such which is affected by this Contract. 50 mm high lettering:

Substation and mini sub designation.

Outdoor switch gear designation.

Page 326: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-364

Transformer designation.

Distribution kiosk and fused feeder panel designation. 20 mm high lettering:

Main or sub-main board designation.

Control panel designation.

Indoor switch gear designation. 5 mm high lettering:-

Mini sub feeder breakers and isolators.

Distribution kiosk feeder breakers and isolators.

General distribution switchgear. This size shall be used to designate the conductor size and number of cores of each cable installed under this Contract. In addition, all feeder cables shall be labelled at both ends indicating from where/to cables are feeding. All kiosks shall be provided with a label in both official languages reading "In case of leakage or accidental contact, put off main switch immediately". All kiosks shall be provided with notices as required by the Machinery and Occupational Safety Act. All doors to such locations shall be fitted with the appropriate notices. Where more than one similar item of equipment is fed from the same board or control panel, the item itself shall be labelled, this being fixed in a permanent position, i.e. not attached to motors, pumps, etc., but to bases or adjacent thereto. The lettering shall be 50mm high. Each distribution board shall additionally bear a label indicating the source and size of the feeder to it. Labelling will be done with “Brother tape”. For example: DB.A (Normal) Fed from Mini-sub 5 95 mm² x 4 core cable + 70 mm² BCEW Each feeder must be labelled at both ends with “Brother tape” and a clear heat shrink to cover the tape. This label must indicate the size of the cable and from/to where the cable is feeding. For example: 95 mm² x 4 core cable + 70 mm² BCEW Fed from DB.A to DB.B Light switches, socket outlets, multi outlets, pop out boxes and isolators must be labelled indicating from/ to which DB and circuit it is feeding.

3.21 CONDUCTORS

Cables used for wiring the installation must be 250V grade PVC insulated cables. Heat resistant cables must be either asbestos insulated or heatproof PCP insulated (e.g. B.I.C.C. or other approved type). Cables must not be old stock and must be delivered on site with their seals unbroken. PVC insulated conductors must meet SANS 150 and 1507 as amended standards and bear the SANS mark. Conductors for light circuits must be 1,5 mm² and those for outlet socket circuits 2,5 mm², unless specified otherwise. Because of the distortion of insulating materials at temperatures above 57°C, PVC cables must not be directly attached to the terminal clamps of equipment such as stoves, geysers, built-in electrical heaters and any other electrical apparatus or equipment (including light accessories) of which the temperature exceeds 57°C.

3.22 EQUIPMENT OF SWITCHBOARDS AND DISTRIBUTION KIOSKS

The fault-breaking capacity of each breaker shall be certified by IEC test to be not less than the prospective fault levels marked on the wiring schedules. When used as main L.T. switches protecting transformers, they shall be submitted to the Supply Authority for trip testing. Moulded case circuit-breakers shall comply with IEC 157-1 or SANS 156:2007 as amended, shall be of fixed or draw-out execution as set out in the Project Specification. It shall have fault-

Page 327: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-365

breaking capacities certified by I.E.C. test to be equal to or greater than the prospective fault levels marked on the wiring schedules. Wherever possible, circuit breakers shall bear the SABS mark. Miniature circuit-breakers shall comply with SANS 156:2007 as amended and shall bear the SABS mark. The fault-breaking capacity of miniature circuit breakers shall be certified by SABS test to be not less than the values set out in the wiring schedules. Current-limiting circuit breakers, suitably certified, are acceptable in all cases. In general circuit-breaker overload trip systems of the thermal or hydraulic-magnetic types are equally acceptable. In cases where high ambient temperatures or widely varying extremes of ambient temperature are expected hydraulic-magnetic devices shall be preferred: alternatively thermal devices with ambient temperature compensation may be offered. Where circuit breakers have to sustain motor-starting currents and the like, circuit breakers shall be hydraulic-magnetic with appropriate tripping characteristics. Where described in the Project Specification as being for short-circuit protection only, the circuit breakers shall be supplied without overload trip devices. Switches shall comply with the requirements of SANS 60947 as amended and shall be capable of safely making onto fault currents of the magnitudes shown on the wiring schedules. Main switches of distribution boards shall additionally comply with the requirements of SANS 60947 applicable to switch-disconnectors. The main switches shall be rated for uninterrupted duty. Other switches shall be rated for 8-hour duty - the utilization category shall in all cases be AC22. All switches and switch-disconnectors shall bear the SABS mark. Contactors shall comply with SANS 60947 and shall be rated to perform not less than 1 000 000 operations at the current ratings and duties quoted on the wiring schedules. They shall be so fixed as to ensure adequate coil ventilation. Contactors shall comply with the detailed requirements set out later in this Specification. The internal wiring of switchboards shall be done with colour-coded PVC-insulated stranded conductors and shall include all phase, neutral, earth and control wires between equipment and to terminal blocks. Wiring channels shall be made spacious enough to permit the easy passage of all circuit wiring with adequate spacing between different circuits to promote ventilation. All the wires of each circuit or sub-circuit shall be braided together with approved strapping and shall be so arranged as to permit any individual circuit to be examined or renewed without disturbing any other circuits. Stranded conductors shall be terminated in crimped lugs of ferrules; manual crimping shall be done with makers' special tools which will not release until the full crimping pressure has been achieved; the ends of conductors from 50 mm² cross-sectional areas upwards shall be crimped by hydraulic machine. All labels shall be of plastic "sandwich board" material, the legends being engraved through the front plastic layer to the contrasting inner layer. The lettering of legends shall not be less than 6 mm high in sans-serif capitals; white lettering on black ground or black lettering on white ground shall be selected as necessary to ensure maximum legibility and contrast with the switchboard finish. All labels shall be secured by at least two bolts or rivets per label and shall be accurately level and central over their subjects. Bus bars shall be of copper or aluminium and shall comply with SANS 1195 as amended. Copper bus bars shall be tinned after fabrication; the current ratings shall be those assigned by the Copper Development Association. Aluminium bus bars shall be of bright finish; the current ratings shall be those assigned by Alcan Aluminium S.A. Ltd. Multiple bars shall be arranged with air gaps between the sections, equal to the section thickness. Insulating busbar supports shall be provided at intervals related to the prospective short-circuit fault currents, the following table being a guide for single-section bus bars:

Page 328: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-366

BUSBAR SECTION mm x mm

kA at 400 V FOR INSULATING SPACINGS OF

450 mm 610 mm 760 mm 915 mm

25 x 9,5 29 21 17 14

40 x 9,5 47 35 27 23

50 x 9,5 55 47 39 33

75 x 9,5 61 53 47 43

100 x 9,5 67 58 52 47

Cable sealing ends and glands shall be fixed to perforate metal gland plates or racks rigidly fixed in the boards and so positioned that terminating the cables is made easy.

3.23 LUMINAIRES

Luminaires identification Lighting outlets are numbered on the drawings. The numbering of the outlets defines the circuitry and control required. Each luminaire shall be furnished with the wattage and colour as specified or as implied by the catalogue number of the luminaires specified. The luminaire shall bear the SANS 60598-2-3 and SANS 60598-2-5 safety mark or equivalent International rating. The luminaire shall have a Ta rating not less than = 40ºC The luminaire shall be manufactured by an ISO 9002 accredited company. The luminaires company shall be a SANS Marked Bearing Company or International Equivalent.

3.24 PHOTO-ELECTRIC SWITCHES

This unit must consist of a photocell, thermal starter and switch. The body of this unit must be manufactured from strong material to protect it against tampering, and it must also have good anti-weathering features; it must be capable of withstanding ultra-violet rays and long periods of exposure to the sun. The unit must be a wall-mountable type and it must be fitted with a suitable mounting frame. The unit must be mounted over a 60 mm (diameter) round draw-box of which the lid must be fitted with a grommet to protect conductors entering the draw-box. The unit must be installed in such a way that it is not activated by any of the other light fittings. The unit must be pre-set in the factory so that it will switch on at an illumination level of approximately 54 Lux and switch off again at 108 Lux. A time delay of at least 15 seconds must be provided for to prevent the switch from being activated by lightning or other brief changes in the illumination level.

3.25 MAST LIGHTING Supply, install and commission a 20 m mast complete with 4 x 400w Metal Halide light fittings. The mast to be supplied and installed to include the following:

Concrete base design and installation on site

20 m mast

4 x high intensity LED flood lights

Electrical Control gear

Mechanical equipment for lowering and erecting of mast

Earthing and lighting protection

Design The high masts shall be designed to SANS 10225 Code of Practice. The mast manufacturer must be an ISO9001 2000 certified company. Proof of certification is to be submitted together with the tender document, failing which the tender may be disregarded.

Page 329: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-367

Design wind speed Terrain Category 2 with wind speed of 144 km/ hour Construction The mast shall be tapering uniformly to the top. All welds are to be carried out by coded welders, using both the CO2 and submerged-arc welding processes, depending on plate thicknesses and weld positions. Sample testing, using the DPI weld test procedure, shall be carried out as required. A full mast shaft design is to be submitted with the tender document. Failure to submit this documentation will result in a disqualification from the tender. The mast shall have sufficient space to permit the mounting of electrical equipment such as circuit breakers and a multi-pin socket. The mast shall be designed to carry the specified Luminaires in strict accordance with SANS 10225 code of practice for the design and construction of lighting mast. The following design calculations shall be submitted:

The mast in wind conditions

The mast during lowering Material and Corrosion protection All material used in the pivot construction shall be of AISI grade 316 stainless steel or equivalent. Steel used in the construction of the mast shall be similar to ISCOR high tensile steel to the JIS G3444 SKT500 quality specification or equivalent. All parts of the masts shall be hot dip galvanized to SANS 121: 2000 and ISO 1461: 1999 specifications after manufacture. No drilling, machining or welding shall be performed on the masts after galvanizing. Earthing and Lightning Protection A suitable lightning arrestor shall protrude at the top of the mast to protect the luminaires from a direct lightning strike. The lightning arrestor shall not be terminated directly on the connection box. The earthing and lightning arrestor shall comply with the following standards: SANS 1063: Earth rods, couplers and clamps, SANS 10199: The design and installation of an earth electrode, SANS 10313 / SANS 62305: The protection of structures against lightning. Earthing of the masts shall be by means of two 3 m lengths of 70 mm2 bare copper conductors in opposite directions of the mast 1000 mm below final ground level and terminate each on a 1,8 m x 16 mm2 copper earth electrodes driven into the trench. Additional to this earthing the LV cable armouring shall also be connected to the earth stud of the mast. The cost of this earthing shall be included in the rate. Electrical Portion An electrical York box (IP 65) shall be included in the rate. It shall contain a circuit breaker mounting rail and a 15A double-pole circuit breaker (curve 3, 5kA, 230V). Waterproof glands shall be included to terminate a 16 mm² or 25 mm² 4-core cable in the York box. The wiring to the luminaires shall be included in the rate as well as the glands needed to terminate these wires in the York box and luminaire. The York box must be securely affixed to the pole and shall be fully accessible. All masts shall be labelled on both sides by means of matt black paint and a minimum letter size of 75 mm. The labels shall be painted on the sides of each mast, facing 45 degrees towards approaching traffic at a height of 1,5 m from the ground.

Page 330: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-368

3.26 LV KIOSK EQUIPMENT

Rails shall be mounted in the LV compartment to accommodate the following LV equipment. The circuit breakers and switchgear shall be included in the rate. Each street light kiosk shall include the following equipment as per details on the drawings or schematic:

1 x on-load main circuit breaker. 1 x surge arresters. 1 x circuit breaker each for street light circuit. 1 x 60amp 3 phase contactors per street light circuit 2 x spare street light circuit breaker per street light Kiosk. 2 x 60amp 3 phase spare contactors per street light Kiosk 1 x Photo cell 2 x circuit breakers for the control circuit 1 x circuit breaker to feed additional streetlight Kiosk

3.27 DISTRIBUTION BOARDS

The front panels of normal supply, standby power and no-break supply sections shall be painted in distinctive colours as follows: Normal supply:Light Orange, colour B26 of SABS 1091. Standby power:Signal Red, colour A11 of SABS 1091. UPS supply:Light Blue, colour of SABS 1091. Refer to the DB schematic for details. The DB manufacture to supply three (3) x sets of drawings for approval prior to manufacture.

3.28 STANDBY GENERATOR

A Standby generator is required to provide standby power for the entire Kroonstad TCC site. The unit to be provided is a minimum 100kVA standby diesel powered generator. The unit is to be installed outdoors and should be fully enclosed and designed for outdoor installation. The generator to be designed as per SANS standards and to be supplied and installed complete with housing noise suppression, change-over panel. Design

The Standby generator shall be designed to SANS 8528: The Generator manufacturer must be an ISO9001 2000 certified company. Proof of certification is to be submitted together with the tender document, failing which the tender may be disregarded.

Specifications Genset Model: 110kVA, 50Hz Standby, Diesel generator, Enclosed Emergency Standby Power (ESP) Noise level: per SANS 8528 - <68-70dB @ 7m Output Voltage, 400/230V, 3 Phase, Wye, 4 Wire

Engine:

Engine to suite required generator set Engine Air Cleaner-Duty Rating, Medium Duty Engine Speed Governing, Electronic Governor Engine Coolant Heater, required: 240V Emissions per latest EU regulations

Genset Housing Sound Attenuated, Steel, Colour: Green, Intake and outlet Louvers

Exhaust System

Exhaust system to be complete with Silencer, Flexible Exhaust Pipe set and Bellows as required.

Cooling System

Genset Mounted Radiator complete with Engine Coolant

Primary Electrical Isolation

MCCB, 400V, IEC, 4 Pole

Page 331: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-369

Meters and Indicators

3 x MDI ammeters and ct’s Volt meter and selector switch Emergency stop button (latchable) Frequency meter Hours run meter Oil pressure gauge Engine temperature gauge Battery charger ammeter

Control System

Unit to have a control panel with the following minimum indication and alarms: Control Language, English Warning - Low Battery Voltage Warning - High Battery Voltage Shutdown - Fail To Start Shutdown - High AC voltage Shutdown - Over/Under Voltage Shutdown - Over/Under Speed Warning & Shutdown – Engine temperature Warning & Shutdown - Oil Pressure Warning & Shutdown - Coolant Temperature Warning & Shutdown – Fuel Level Emergency Stop Switch - External Display - Control LCD

Starting Batteries

Lead Acid Batteries, install in a lockable unit

Battery Charger

Set Mounted 240V.

Fuel Tank

To be incorporated within the Skid unit and to hold sufficient diesel for the generator operation on full load for a minimum period of 12Hrs. The unit to incorporate a spillage Catchment section with ease of cleaning and removing. Fuel Level alarm and shutdown Manual level gauge

Genset Testing

On-site installation, testing and commissioning to form part of the contract Test and commissioning Record

Warranty

Minimum 1 Year warranty

Maintenance Contract

1 Year to be included

Page 332: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-370

3.29 UNINTERRUPTABLE POWER SUPPLIES (UPS)

UPS units are to be supplied, installed and commissioned at Kroonstad TCC site as indicated on the drawings. The units to be provided are as per the schedule below. Full details are to be provided to the engineer for approval prior to ordering of the units. A full one year guarantee is to be provided. A full one year maintenance contract is also to be provided as part of the contract to ensure the one year guarantee.

TECHNICAL SPECIFICATIONS - UPS

Design The UPS units shall be designed to: SANS 62040 / IEC 62040: Uninterruptible power systems (UPS): Part 1: General and safety requirements for UPS Part 2: Electromagnetic compatibility (EMC) requirements Part 3: Method of specifying the performance and test requirements SANS 60950 / IEC 60950: Information technology equipment - Safety Part 1: General requirements The UPS manufacturer must be an ISO9001 2000 certified company. Proof of certification is to be submitted together with the tender document, failing which the tender may be disregarded.

UPS output power 10kVA / 9 kW

Power factor Minimum 0.9

Input voltage 3 Phase – 400 volts

Output voltage 3 Phase – 400 volts

Input frequency range 45-65 Hz

Bypass unit Yes

Battery type Maintenance free VRLA, NiCd

Battery size 7 - 9Ah

Charging method Float

Overload protection Yes

Back-up time (at full load) 20 minutes

Battery cabinet internal

Unit type Floor standing

Protection Circuit breakers

Bypass unit Yes

Guarantee / Warranty Minimum 1 year

Maintenance Contract 1 year to be included

Page 333: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-371

SECTION G: ELECTRICAL WORKS PROJECT SPECIFICATIONS PART-4: PARTICULAR SPECIFICATION TO LIGHTING SPECIFICATION TABLE OF CONTENTS PAGE

PI.1 SCOPE .................................................................................................................................. C-372

PI.2 INTERPRETATION ............................................................................................................... C-372

PI.3 MATERIAL ............................................................................................................................. C-373

PI.4 CONSTRUCTION EQUIPMENT ........................................................................................... C-374

PI.5 INSTALLATIONS................................................................................................................... C-374

PI.6 BACKFILLING ....................................................................................................................... C-375

PI.7 CONDUCT WITH RESPECT TO OBSTRUCTIONS ............................................................ C-376

PI.8 EXCAVATED MATERIAL ...................................................................................................... C-376

PI.9 ADMITTANCE TO PROPERTIES ON CABLE ROUTES ..................................................... C-376

PI.10 JOINTING CHAMBERS. .................................................................................................... C-377

PI.11 TRANSPORT OF CABLE DRUMS.................................................................................... C-377

PI.12 HANDLING OF DRUMS ON SITE..................................................................................... C-377

PI.13 ROLLERS .......................................................................................................................... C-377

PI.14 COMMUNICATION ............................................................................................................ C-377

PI.15 PULLING OF CABLE ......................................................................................................... C-377

PI.16 AMBIENT TEMPERATURE DURING CABLE LAYING .................................................... C-377

PI.17 CABLE BENDS .................................................................................................................. C-378

PI.18 CABLES LAYED IN SLEEVES, CABLE WAYS, ETC ....................................................... C-378

PI.19 SPACING BETWEEN CABLES AND OTHER SERVICES ............................................... C-378

PI.20 LV CABLE JOINTS ............................................................................................................ C-378

PI.21 MARKING OF CABLES ..................................................................................................... C-378

PI.22 REINSTATEMENT ............................................................................................................ C-378

PI.23 THE MARKING AND RECORDING OF CABLE ROUTES ............................................... C-379

PI.24 TOLERANCES................................................................................................................... C-379

PI.25 TESTS ............................................................................................................................... C-379

PI.26 MEASURING AND PAYMENT .......................................................................................... C-379

PI.27 CALCULATION OF QUANTITIES ..................................................................................... C-380

PI.28 SCHEDULED ITEMS ......................................................................................................... C-380

Page 334: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-372

SECTION G: ELECTRICAL WORKS PROJECT SPECIFICATIONS PART 4 – PARTICULAR SPECIFICATION PI : UNDERGROUND CABLE NETWORKS PI.1 SCOPE

This contract is for the street lighting from the National Route N1 Section 17 (Kroonstad Interchange) to Kroonstad Traffic Control Centre as well as the new electrical installation on the Kroonstad TCC building upgrades.

PI.2 INTERPRETATION

PI.2.1 SUPPORTING SPECIFICATION

The following specifications are part of this specification. a) SANS 97 : Electrical cables with impregnated paper insulation

b) SANS 1507 : Electrical cables and flexible cords with poly-vinyl chloride (PVC) insulation

c) SANS 10198 : The choice, handling and installation of electrical power cables with a rating not exceeding 33 kV

d) SANS 10142 : The wiring of premises Part 1: Low-voltage installations

PI.2.2 IMPLEMENTATION

This specification includes clauses which is in general applicable to underground network systems for electrical power supply. The interpretation of, and variations to this specification is explained in Section 2 of the project specification.

PI.2.3 TERMINOLOGY

The terminology in the applicable supporting specifications, as given in 2.1 and the following terminology applies to this specification: Phase sequence The sequence in which the phase voltages of a multiphase system reach its maximum values. Medium Voltage (MV) Voltages with RMS value higher than 1 000 V but less than 33 000 V. Cable A length of core (or a length of 2 or more cores, laid up) which, in total, can be provided with a mechanical housing. Low voltage (LV) Voltages with RMS value of 1 000 V or lower. Thermal resistivity The resistance against the flow of heat in a dielectric (Unit: K.m/W). Consumer distribution unit (CDU) A switch-box for LV service connections connecting the network and one or more consumer supply points.

Page 335: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-373

PI.2.4 ABBREVIATIONS

The abbreviations in the applicable part of the specification given in 2.1 and the following abbreviations applies to this specification. Al : Aluminium

Cu : Copper

MV : Medium voltage (see definition in 2.3)

CNE : Combined neutral and earth

LV : Low voltage (see definition in 2.3)

PVC : Poly-vinyl chloride

CDU : Consumer distribution unit (LV - distribution connecting box) (see def. in 2.3)

PI.3 MATERIAL

PI.3.1 GRADED BACKFILL MATERIAL

Graded backfill material must be used to cover the cable(s) and to ensure good embedding. The material must be earth with a low clay content, with a maximum PI of 6 and a maximum resistivity of 1,2 K.m/W and must be free of all plant materials, clots and stones with diameter bigger than 15mm, except in situations where other limits are specified in the project specifications. Sea or river sand is not acceptable because of its high thermal resistivity.

PI.3.2 GRADING

The contractor may not waste excavated material that complies with 3.1 by removing it. The contractor is not compelled to use selective methods of excavation. He is allowed, (but not forced) to sift the excavated material, treat or process the material in any other way to make it suitable to cover the cable(s) and to prevent material that is suitable for fill material or main fill material to become buried or contaminated. If suitable material for graded backfill material is not freely obtainable form excavations, the contractor must obtain material from other excavations on site or by opening quarries or by importing suitable material from commercial or other approved sources.

PI.3.3 CABLE ROUTE MARKERS

Cable route markers must be provided if required and according to the project specifications.

PI.3.4 CABLE JOINTS AND CABLE TERMINATIONS

Cable joints and cable terminations must be of an approved type, e.g. heat shrink or mechanical sealing type. All cable ends must be insulated via heat shrink. All high voltage cable joints must be done by an approved artisan. Paper insulated cable joints will be encased by a cast-iron joint box, designed for this purpose. The fill material must comply with BS 1858. XPLE cables must be jointed with heat shrink joints. The electrical continuity, screening and armouring may in no way be negatively influenced by the joint. All heat shrink terminations must be supplied as a unit, including all necessary parts. The termination must be designed for the specific cable and application. Outdoor terminations must be designed to prevent arcing under any pollution and weather conditions to which it may be subjected. Cable glands shall be used according to the manufacturer’s recommendations. All cable glands shall be manufactured from brass. Cable shoes must be “Hex” crimped onto the cable ends with a purpose made tool. Cable shoes must be encased with a heat shrink sleeve of which the colour corresponds with the phase of each cable core.

Page 336: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-374

PI.3.5 PLASTIC WARNING TAPE

Plastic warning tape must consist of a strip of polyethylene, at least 0,04mm thick and with a nominal width of 150mm or 230mm (as specified in the project specifications). The warning tape must be totally impregnated with pigment so that it corresponds with colour no. B26 (light orange) of SANS 1091 in a reasonable way. A black triangle and the flash symbol for electricity, which corresponds with sign WW7 of SANS 1186 as well as the words "DANGER, GEVAAR, INGOZI" must be printed on the full length of the tape with maximum intervals of 1 meter.

PI.4 CONSTRUCTION EQUIPMENT

PI.4.1 COMPACTION EQUIPMENT

Sufficient manual compaction equipment must be supplied for the compacting of the graded backfill material around and above the cables, sleeves and in trenches.

PI.5 INSTALLATIONS PI.5.1 GENERAL

Trench excavations must comply with the requirements of SANS 1200 LC and SANS 1200 DA. No cables may be laid before the site is cleaned and the mass earthworks, which is done by others, is completed. Every trench must be kept as straight as possible and must be dug to approved levels and measurements. The bottom must have an even contour. Trenches dug close to railway lines, walls, roads, drains, pipes, cables, structures and on similar places where the danger of sagging exists, must be secured against such dangers and it must be done in such a way as to prevent possible injuries to construction personnel and the public. All these excavations must be done to the satisfaction of the Engineer and the public authorities concerned. Bedding materials may not be laid until the trench has been approved by the Engineer. The Engineer might expect proof from the contractor that the minimum depth of bedding material is provided before giving authority for the cables to be laid.

PI.5.2 GUARDING, BARRICADES, LIGHTING AND TRAFFIC INTERSECTIONS

The contractor must arrange guarding, barricades, lighting and traffic intersections for work in public roads. This arrangement must comply with the applicable Road Traffic Ordinance, the requirements of the Occupational Health and Safety Act (Act 85: 1993), the project specification and the applicable requirements of sub clause 5.0 of SANS 1200 DA.

PI.5.3 PROTECTION OF STRUCTURES

In cases where work has to be done in the vicinity of buildings, bridges, tanks or other structures, the contractor must take all the necessary precautions as required by the Occupational Health and Safety Act (Act 85: 1993) and the Mines and Industries Act of 1956, (Act 27: 1956). These precautions shall include shoring where necessary, to ensure the safety of structures which is subject to danger during installation.

PI.5.4 PROTECTION OF SURFACE AND UNDERGROUND SERVICES

The contractor must take all the necessary precautions to protect all existing services (meaning services on the site, which is shown on the drawings) and he will be held responsible for all damages to these services, caused by his activities. All works and protection arrangements are subject to approval and it must only be done after consulting the owner(s) of the various services. Should a service be damaged, the contractor must immediately inform the Engineer and the authorities concerned. The contractor may not repair the damaged service, unless he is instructed to do so. In cases where no underground services are shown on the drawings or recorded, but the possible presence thereof cannot be discarded, the contractor must, in conjunction with the Engineer, establish if any such services exist within the applicable site area. The contractor must in good time complete such investigation before construction may start on the area

Page 337: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-375

concerned. A report must be issued to the Engineer whom will make the necessary arrangements for the protection, removal or relaying of the services prior to the commencement of any construction work. Upon the discovery an underground service previously not indicated on the drawings, this service will be classified as ‘n known service and the contractor will be held responsible for any damages thereof during all further works. In cases where such service is damaged with the initial discovery, the Employer will cover the costs of repairing the service, except if the Employer can prove that the contractor did not take the necessary precautions and that the damage could have been prevented. Should the authorities concerned prefer to make the changes or arrangement for protection of services on their own expenses, the contractor must co-operate with such authorities, and give reasonable access, working area and time to complete the necessary work. Permanent changes to or permanent relaying of services which is necessary to complete the work and which is authorised, will be compensated for, there will be no compensation for work carried out and not previously investigated by the Engineer and for which no written instructions were issued.

PI.5.5 CONDUCT WITH RESPECT TO WATER ON SITE

The contractor must give proper attention to water and remove it to ensure that the works are kept dry enough so the work can be properly executed. For this purpose he must provide, use and keep in order, pump equipment, water sand pens, pipes and other equipment that might be needed. He must also provide fresh drains, trenches, coffer-dams and other temporary works that might be necessary to keep damages, inconveniences and disturbances at a minimum.

PI.5.6 POLLUTION

The contractor must take all reasonable precautions to the satisfaction of the Engineer to keep dust disturbance, pollution of streams and inconveniences or annoyances to the public (or others) because of the execution of the work, at a minimum.

PI.5.7 SAFETY

The contractor must at all times provide proper and adequate precaution and safety arrangements on site. Should the contractor fail to comply with this requirement, the Engineer will take the necessary steps to ensure that this requirement is met and any costs incurred will be for the contractor’s account. Complying with this requirement does not exonerate the contractor of his responsibilities and duties in accordance with the Occupational Health and Safety Act (Act 85: 1993) and mines and Industries Act of 1956, (Act 27: 1956). Symbolic safety signs must comply with the applicable requirements of SANS 1186.

PI.5.8 MINIMUM BASE WIDTH OF TRENCHES

The minimum base width of each trench must be wide enough for the cable spacing which is specified in the project specifications. Each trench must be excavated in a way that half the specified width will be left on both sides of the designated centre line of the cable or group of cables. The trench width must be adequate for the proper compacting of the fill materials when backfilling is done. (In the case of trenches for cable sleeves or -ducts, see sub clause 5.1.1 of SANS 1200 LC).

PI.5.9 CLEANING OF ROUTE

The contractor must clean an area wide enough to ensure that his inspection is not obstructed along the cable trench as specified in SANS 1200 C. In cases where the cable trench falls within a servitude or passage-way of specified width, the damage to the vegetation of the named servitude or passage-way must be limited.

PI.6 BACKFILLING

PI.6.1 LV Cables

In trenches containing one or more low voltage cables, the approved fill material must be cautiously placed, in layers of 100mm un-compacted depth, throughout the width of the trench and then compacted to a minimum compacted depth of 150mm as specified in PI.5.10.3.

Page 338: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-376

PI.6.2 MV Cables

In trenches containing one or more high voltage cables the approved fill material must be placed in the trench as specified. Should the project specification require a layer of protective concrete slabs or plastic warning tape, this must cautiously be centred over the high voltage cable after the first layer of approved uncompressed fill material.

PI.6.3 Compaction

In areas subjected to road traffic and any other such area which is specified in the project specifications the trenches must be refilled in layers of maximum 150mm depth (after compaction) and in case of soil sticking together (clay material) it must be compacted up to 93% of the modified AASHTO-density or in the case of non-sticky soil (sandy material) up to 98% of the modified AASHTO-density. Machine compaction will not be permitted directly above the cable(s) or sleeve(s) before a layer of 300mm depth fill material has been placed on top of the cable(s) or sleeve(s). The machine compaction must be conducted in such a way that the forces superimposed on the cable(s) or sleeve(s) does not exceed that superimposed by ordinary pedestrians or light vehicle traffic when the cover is already 1 m deep. If road traffic is involved, the cable(s) must be protected by a cable-way or -sleeve of at least 100mm in diameter, through which the cable(s) can be drawn at any time. Cable-ways beneath subways must be cast in concrete in a suitable way, if it is required by the project specifications.

PI.6.4 Cables at different depths

In situations where cables are laid at different depths in a common trench, the same procedure for placing and compaction of the approved fill material beneath and on top of the upper cable applies as for the lower cable. In situations where cables have to be laid on top of each other the high voltage cables must be laid under the low voltage cables. (See drawing LC-1 in SANS 1200 LC).

PI.7 CONDUCT WITH RESPECT TO OBSTRUCTIONS

In cases where obstructions are encountered during excavation that demands changes to the trench or a special kind of trench, the contractor must have the Engineer’s approval to implement such changes before laying the cable(s).

PI.8 EXCAVATED MATERIAL

PI.8.1 Stacking

The excavated material must be placed along the trench in such a way that it does not obstruct or damage adjacent fences, trees, drains, gate openings and other properties and must be heaped up in such a way that traffic is not obstructed. Should this not be possible, the material must be removed from site, with the Engineer’s approval and brought back later to backfill the trench after the cable(s) has been laid. Surplus material must be removed by the contractor and on the contractors own expense.

PI.8.2 Removal of surplus material

Surplus material excavated from trenches must be removed from the trenches side or the servitude to a scheduled area within 0,5 km of the source, as nominated.

PI.9 ADMITTANCE TO PROPERTIES ON CABLE ROUTES Unless otherwise specified in the project specifications, the contractor must (on his own expense) provide owners, inhabitant and their vehicles with reasonable access to their properties which may be situated adjacent or near the cable route(s).

Page 339: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-377

PI.10 JOINTING CHAMBERS. Jointing chambers must be of approved size in order to make it possible for the cable jointer to work efficient and expeditiously. Every chamber must be adequately covered to as far as possible to prevent dust and moisture from penetrating and must be equipped with sufficient lighting, draining and ventilation for use during cable jointing.

PI.11 TRANSPORT OF CABLE DRUMS Cable drums must be carefully transported to prevent damage to the cables and to prevent disturbing the cables. Damaged cables will be rejected. Drums may not be off-loaded by simply allowing them to roll off the back of the truck onto the ground. Drums may only be rolled in the direction as indicated by the arrow painted on the drum by the manufacturer. (This will ensure that the correct tension is maintained and prevent the cable from damage later). Every drum may only have one cable length on it. Proper attention must be given to where the drums are to be off-loaded in order to prevent unnecessary moving thereof, eg. at joint locations.

PI.12 HANDLING OF DRUMS ON SITE Note: It is recommended that a correctly designed spreader must be used to load and unload the drums with a crane. Every drum must be mounted on jacks or on a cable-drum trailer with a horizontal supporting beam of suitable size and strength to handle the width and weight of the drum. The drum may not be allowed to rotate freely when the cable is rolled off. (Free rotation causes the cable to twist and loosen the windings, which can cause the inside armouring/insulation of the cable to be stretched). The cable must enter the trench from the top of the reel. All cables ends including that left on the drum or in a trench must be sealed to prevent the penetration of moisture into the cable. The free cable end on the drum must be fastened to the side of the drum.

PI.13 ROLLERS Rollers must be used when each cable is layed and must be carefully placed in the trenches to make sure the cable only lies on the rollers when it is pulled in.

PI.14 COMMUNICATION The contractor must ensure good communication between the operators at the pulling end and at the reel end of the cable while laying the cable(s).

PI.15 PULLING OF CABLE The cable may be pulled by hand or by a wrench, but the maximum tension in the cable as specified by the manufacturer, may not be exceeded. A cable grip must be used to pull the cable, but if specified by the project specification, a loop connected to the cable cores and sheathing must be used. A twist connection must be used between the loop and the rope used to pull the cable. In cases where cables have to be drawn around corners, well lubricated skid-plates or special corner rollers must be used. Skid-plates and rollers must be firmly secured and must be inspected regularly throughout the cable laying process to ensure that they work properly.

PI.16 AMBIENT TEMPERATURE DURING CABLE LAYING In accordance with the stipulations of 5.19.2, a cable may not be installed at an ambient temperature that: a) in the case of paper insulated cables, is lower than 10°C; or

b) in the case of PVC-insulated cables, is lower than 0°C.

Page 340: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-378

In situation where the ambient temperature is continuously at a low a temperature, the cable may be installed, with the written approval of the Engineer. Special arrangements are made to keep the cable temperature above the minimum temperature specified in 5.19.1 for at least 24 hours before installation.

PI.17 CABLE BENDS No cable bend may have a smaller radius than the minimum radius specified by the cable manufacturer. This radius shall never be less than the radius prescribed by the relevant SANS specification.

PI.18 CABLES LAYED IN SLEEVES, CABLE WAYS, ETC Cables laid under roads or railway lines, must be laid through sleeves or cable-ways that are strong enough to withstand the expected shock loads applied by traffic. The laying of cable-ways and sleeves must comply with the applicable requirements of SANS 1200 LB and SANS 1200 LC. After the cable-ways and sleeves had been laid, they must be cleaned thoroughly to remove roughness and sharp edges that can damage the cable. The ends of spare sleeves and cable-ways must be properly sealed and if the project specification requires a pull wire, this must be installed. The position of these sleeves and cable-ways must be identified in the project specifications.

PI.19 SPACING BETWEEN CABLES AND OTHER SERVICES The minimum spacing between electrical cables and other services must be in accordance with the project specifications. In case of trenches used for a number of electrical cables the minimum horizontal free space required to prevent de-rating of the cables, are as follows:

a) In the case of cables with a conductor size of not more than 70mm2 :75mm

b) In the case of cables with a conductor size of at least 70mm2:150mm

PI.20 LV CABLE JOINTS No joints are `allowed in distribution cables, accept where it is specifically authorised. The low voltage cable in a continuous cable run must be of one size, except where a change in cable size is necessary, in which case the change must be approved by the Engineer.

PI.21 MARKING OF CABLES An approved identification plate or label on which the following information is given, must be attached to every high voltage and low voltage cable in every substation, miniature substation and CDU: a) the size of the conductors;

b) the number of phases;

c) the route ("from" or "to");

d) the system voltages.

PI.22 REINSTATEMENT

The reinstatement of areas over cable- and pipe trench excavations must be executed as specified in sub clause 5.9 of SANS 1200 DB.

Page 341: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-379

PI.23 THE MARKING AND RECORDING OF CABLE ROUTES If required by the Engineer the cable run must be marked in such a way that the underground position thereof can be traced at any time. In case of straight runs, the cable route markers may be placed at intervals not exceeding 50 m or as specified by the Engineer. The contractor must measure and indicate on plan all the detail of the installed cable, the position of each cable run, the depth of each cable, as well as all the joints and cable-ways which are installed. The name of the cable jointer and the date on which the joint was made must be indicated on the plans and, if specified by the project specifications, on the cables as well. Drawings of the cable routes "as built" must be supplied immediately by the contractor to the Engineer after the contractor has finished the work covered by the contract.

PI.24 TOLERANCES Degree of accuracy II applies to approved backfill material and the placing thereof.

PI.25 TESTS

PI.25.1 DENSITY OF BEDDING AND BACK FILL MATERIAL

The Engineer may demand a density test to determine the grade of density at the bottom layer of the trench and of the approved back fill material. If the density is lower than specified (see 5.10.3) the Engineer may demand the removal of the material, replacing of the bottom layer or the back fill material with the same or other material, and the re-compaction, on the contractor's own expense. The contractor is responsible for all tests done as a result of the removing and replacing of material according to 7.1.2.

PI.25.2 ELECTRICAL TESTS

Every part of the cable network between CDU's and substations must be tested for electrical continuity and for insulation resistance. Acceptance tests must consist of the following.

a) Phase identification test A test must be done to determine if the connections between the end points are correct. All cables must be phased out before connected to the switchgear.

b) Insulation resistance test (Low voltage cables) The resistance of the insulation of every core to earth and to every other core must be determined. These tests must be done with a 2 000 V insulation resistance tester on paper and PVC insulated cables.

PI.26 MEASURING AND PAYMENT

PI.26.1 PRINCIPLES

The basic principals of measurement and payment for cable trench excavations is that the rate tendered for excavations covers the cost of excavations, the re-use of excavated material for back filling and the removal of all surplus material along the trench routes within 0,5 km from the source. The rate for the laying of the cable covers the cost of the handling and placing of the cable in the approved trench, as well as any other costs concerning the laying of the cables. Trench excavations for cables, etc. is measured volume wise, but can be measured according to length.

Page 342: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-380

Except when differently stated in the project specification or differently demanded, the depth will be measured from the ground level, along the centre line of the trench, down to the bottom of the specified bottom layer. The ground level is that which was formed after mass ground works was completed, measuring the excavated level or the backfilled level, except where another execution sequence is demanded. The source of the approved back fill material and the bottom layer is the contractors own responsibility. He is free to use approved material excavated from the side of the trench or other excavations on site, providing such material meats the applicable requirements. He is also free to buy one or both the materials from commercial sources or to excavate along the cable route at his own cost. Additional and separate payment for the backfill of over-excavations and the removal of surplus materials or any other unforeseen works will only be made if such works was specified by the Engineer. The requirements of sub clause 8.3.3 of SANS 1200 DA apply to additional transport distances. All additional distances will be measured only via the shortest route possible and only in one direction to the nearest 0,1 km measured and the volumes will be calculated as specified in 8.2.3.

PI.27 CALCULATION OF QUANTITIES

The length used for calculations is the total length of the cable, cable trench, etc from one end to the other or from one structure face to the next structure face. No deductions will be made for any manholes, etc. Excavations will be measured as if excavated with vertical sides, regardless of whether it was excavated with sloping sides. If volumetric measurements are required, the volume will be measured from the depths shown on the drawings or to the bottom of the specified base, whichever is the largest, and a minimum base width of 450 mm in the case of high voltage cables and 300mm in the case of low voltage cables. The volume of the backfill will be calculated from the minimum base with of the trench and the depth of the backfill needed. No allowance shall be made for loss of volume of the compacted material. Imported material as per 8.1.4 must be disposed of along the cable servitude within a distance of 50 m from the source unless specified otherwise by the project specifications. Additional transport of material if ordered must be handled as specified in sub clause 8.3.3.4 of SANS 1200 DB. Free haul as specified in sub clause 5.2.6.1 of SANS 1200 DA shall be applied. If supports are specified or ordered, the length of the supports will be measured for payment along the centre of the trench. This tariff includes works done as specified in 8.3.1.4(a).

PI.28 SCHEDULED ITEMS

PI.28.1 RETICULATION SYSTEM

1.1 Medium voltage and Low voltage Cable. Unit: m. The unit of measure shall be the cable length in meters supplied, installed, terminated and commissioned. All cable ends shall be labelled. The labels shall be included in the rate. Laying cables in trenches:

Measurement of cables laid in trenches shall be of the actual length of that part of a cable laid in the trench when the cable is finally installed.

Drawing cables into ducts, pipes and conduits:

(excluding supply and installation of ducts, pipes and conduits). Measurement of cables drawn into ducts, pipes and conduits shall be of the actual length of that part of a cable laid in ducts, pipes or conduits when the cable is finally installed.

Page 343: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-381

Rate only cable: Should the Municipality choose a different size cable, then the contractor will supply and install the approved 25 mm2 cable.

1.2 Medium voltage and Low voltage Cable Joint and Termination. Unit: No. The unit of measure shall be the number of joints and terminations supplied and installed. The joints and termination shall be rated for 1000V for LV cables and 11000V for MV cables and be made from termination glands or heat shrinkable material. 1.3 Trenching and Earth Works Excavation of all material for trenches, backfill, compaction and removal of excess material. The volumes of the cable sleeve, cable ways and cable trench excavations must be calculated according to the length and depth as shown on the drawings or to the bottom of the specified bedding, whichever is the largest and to the minimum base width specified in 3.4. The tariff covers the cost to comply with safety and protection regulations, except in the case of particular items listed to cover the cost of excavations, backfill and compaction as well as the removal of any excess material as specified. The tariff also covers the cost of the same works in tunnels if the contractor wishes to use this method of excavation. No additional payment will be made for such tunnels and no deductions will be allowed for the decrease in the amount of excavation quantities.

3.1. Hand pickable soil (soft soil). Unit: m³.

The unit of measure shall be the number of cubic metres of hand pickable soil removed from the trenches (see general specifications for definition of soil type). LV trenching to be 500mm deep and MV trenching to be 1000 mm deep. The maximum width of a trench shall be fixed at 450 mm.

3.2. Machine excavation (soft rock). Unit: m³. The unit of measure shall be the number of cubic metres of soft rock removed to form the trenches (see general specifications for definition of soil type). LV trenching to be 500 mm deep and MV trenching to be 1000 mm deep. The maximum width of a trench shall be fixed at 450 mm.

3.3. Hard rock (blasting). Unit: m³. The unit of measure shall be the number of cubic metres of hard rock removed to form the trenches (see general specifications for definition of soil type). LV trenching to be 500mm deep and MV trenching to be 1000mm deep. The maximum width of a trench shall be fixed at 450mm.

3.4. Back filling and compacting. Unit: m³.

The unit of measure shall be the number of cubic metres of backfilling and compaction done to close the trenches (the measurement shall be based on the size of the trench). When backfilling, every 150mm shall be compacted to 90% AASHTO. The size of the trench shall be from the top of the bedding to ground level with a trench width maximum of 450mm.

3.5. Sifting of local soil for bedding of the cables. Unit: m³. The unit of measure shall be the number of cubic metres of bedding sifted and installed in the trenches. The bedding shall have a thermal conductivity of at least 1.2 K.m/W and be approved by the Engineer prior to installation. A 6mm grid shall be used during the sifting process.

Page 344: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-382

The bedding shall be 150mm above and below the cable as well as cover the width of the trench (maximum of 450mm).

3.6.Import soil for bedding of cables. Unit: m.

The unit of measure shall be the number of cubic metres of imported soil and installed in the trenches. The bedding shall be 150mm below and 150mm above the MV cable.

3.7.110 mm PVC sleeves. Unit: m.

The unit of measure shall be the number of metres of 110mm PVC sleeves installed at a depth of 1100mm. Trenching measured elsewhere.

3.8.Cable Warning Tape. Unit: m.

The unit of measure shall be the number of metres supplied and installed (trenching measured elsewhere). The warning tape shall be installed 300mm above MV as well as LV cables. 3.9. Cable Protection slabs Unit: m. The unit of measure shall be the number of metres supplied and installed (trenching measured elsewhere). The cable protection slabs shall be concrete slabs be installed 300mm above MV cables. 1.4 Earthing and Lightning Protection. Unit: m.

(a) The unit of measure shall be the earth length in meters supplied and installed as per

drawings. The complete earthing and lightning system to be tested and certificate issued confirming compliance with SANS 10313 and SANS 10142. A Lightning Protection System (LPS) safety report and certificate of compliance is to be provided as part of the final handover documentation by a LPS designer/installer. The contractor to ensure that earth resistivity tests are carried out before and after the installation of the earth system.

(b) Earth rods are to be provided as indicated. Earth rods are to be extended as required to

achieve the required earth resistivity measurements. If earth resistivity is not achieved, further earth spikes and or earth wire to be installed to achieve the specified minimum readings. Only Cad-welds will be allowed for all inaccessible earth joints and terminations at earth bars.

(c) Earth wells to be provided at all clamped joints and test points. (d) Soil resistivity survey. Unit: Sum

The unit of measure shall be for the cost of conducting a complete soil resistivity survey for the area. Resistivity measurements shall be taken at, at least 5 locations and at the 11kV supply points. It shall include a certificate and recommendation regarding the soil conditions. 1.5 Supply and install Cable Markers. Unit: No.

The unit of measure shall be the cable markers supplied and installed. Cable markers shall be manufactured with concrete with embedded stainless steel labels indicating direction of cable and joint locations. Markers to be installed in all cable change of direction and joint positions. 1.6 LV Distribution Kiosk. Unit: No.

The unit of measure shall be the number of distribution kiosks supplied, installed, tested and commissioned complete with all distribution board equipment. The rate shall include all associated costs involved in bringing the LV kiosk to full operational status. A concrete plinth suitable for the Kiosk shall be included in the rate.

Page 345: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-383

The technical specifications of the kiosk shall comply with all relevant SANS standards. The Kiosk to be suitable for use and shall be a fully galvanised unit. An anti-theft locking mechanism shall be included as part of the kiosk. The kiosk must be earthed by means of an earth spike/s and 70 mm² earth wire. Earthing to be carried out and tested in terms of SANS 10142. If earth resistivity is not achieved, further earth spikes and or earth wire to be installed to achieve the specified minimum readings. Rails shall be mounted in the LV compartment to accommodate the following LV equipment. The circuit breakers and switchgear shall be included in the rate. Each street light kiosk shall include the following equipment as per details on the drawings or schematic:

1 x on-load main circuit breaker. 1 x surge arresters. 1 x circuit breaker each for street light circuit.

1 x 60amp 3 phase contactors per street light circuit

2 x spare street light circuit breaker per street light Kiosk.

2 x 60amp 3 phase spare contactors per street light Kiosk

1 x Photo cell

2 x circuit breakers for the control circuit

1 x circuit breaker to feed additional streetlight Kiosk

1.7 Negotiations with Supply Authorities for supplying MV Supply. Unit: Sum

The unit of measure shall be a Lump sum for the application for MV and two LV power supplies with the power Supply Authority of the area.

1.8 Electrical Connection Fee for the 200kVA 3 phase Supply Point. Unit: PC Sum

The unit of measure shall be a provisional sum for the Electrical Connection Fee to the Local Municipality for the 200kVA, 3 phase Supply Point. 1.9 Security for cable installation. Unit: L/Sum

The contractor is responsible to safeguard the all cable installation during construction up until the time of handover to the client. Security to be provided 24 hours, 7 days a week. Any theft or loss will be for the contractors account.

PI.28.2 BUILDING POWER AND LIGHTING SYSTEM

2.1 Distribution Boards and Panels Unit: No.

(a) The unit of measure shall be Supply and install distribution boards, complete with doors

where applicable, frames, subframes, chassis, fixtures, fittings, circuit breakers, spare space, busbar etc. as per specification, drawings and schematics as per SANS 1765.

(b) Existing distribution boards are to be upgraded and circuit breakers replaced as per schematic drawing. Existing circuits and equipment must be protected and integrity maintained at all times.

2.2 Conduits and Accessories Unit: m

(a) The unit of measure shall be the conduit length in meters supplied and installed. (b) All conduits are to be installed within brick walls or in concrete. This shall be undertaken

while the building work is still in progress. Conduits may only be surface mounted where specified or where the Engineer has given his written consent.

(c) PVC conduits per SANS 950 will be allowed for all conduit runs in walls or in concrete

unless specified otherwise in the specifications. All visible surface conduits to be Plain End Metal Conduit.

Page 346: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-384

2.3 Ducts and Power Skirting Unit: m The unit of measure shall be Power skirting and Ducts installed on surface. The rate shall include the supply and fixing of ducts on concrete surfaces, assuming low level work or alternatively high level with scaffolding provided. Fixing shall be done by means of shot fire, threaded studs or bolted rods. Work to be executed at heights not exceeding 3.5 m will be regarded as low level work.

2.4 PVC Insulated Copper Conductors Unit: m

The unit of measure shall be the supply and drawn in, PVC insulated copper conductors in conduit or trunking system in floor or on roof space for lights, plugs and power points, including connection to switches and equipment

2.5 Light Switches Unit: No

The unit of measure shall be the supply, installation and connection of 16 Amp light switches in flush boxes. The rate to include all mounting screws, labels and cover plate. 2.6 Switched socket outlets Unit: No

The unit of measure shall be the supply, installation and connection of 16 Amp switched socket outlets complete in 100 x 100 x 50mm boxes, mounting screws, labels and cover plates.

2.7 In-Line Isolators Unit: No

The unit of measure shall be the supply, installation and connection of isolator in extension box complete with box, mounting screw, labels and cover plate.

2.8 Photo Cells Unit: No

The unit of measure shall be the supply, installation and connection of a 30 Amp day light switch. Unit to comply with specifications and installed complete with mounting screws and brackets.

2.9 Testing and Commissioning of the complete Electrical Installation. Unit: Sum

The unit of measure shall be a Lump sum for the testing and commissioning of the entire electrical installation. Streetlight testing to include post installation Lux levels. 2.10 Issuing of Certificate of Completion for the complete Electrical Installation. Unit: Sum The unit of measure shall be a Lump sum for the issuing of a CoC for the electrical installation.

PI.28.3 LUMINAIRES

3.1General

All luminaires shall be supplied, installed, commissioned and aimed by the contractor. The Tenderer shall be responsible for installation of the fittings strictly according to the supplier’s requirements. Any defective luminaires found after installation will be the responsibility of the contractor and shall be replaced at his cost. The Tenderer shall supply a copy of the IES files on CD and a printed copy of the simulation report in Dialux format of the proposed luminaires. Failure to submit this information may render the tender Non Responsive. It is vital that valid and readable IES files are submitted at time of tender. Valid and readable files will be used to carry out simulation reports to verify paper copy simulation reports submitted. Should the simulation report carried out by the client not be the same as the paper copy received, this may render the tender non-responsive. IES files will also be tested by the client to verify that luminaires are compliant. The luminaire simulation

Page 347: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-385

report shall be done on DIAlux software and submitted in paper copy at time of tender. Only offered compliant luminaires will be further considered. Failure to submit any or all this information may render the tender non-responsive. All Luminaires shall comply with the following: 3.2 Luminaire (Type L1, L2). A94 Unit: No. The unit of measure shall be the number of luminaires supplied, installed on 11.8m high poles planted in the ground and commissioned. Each light fitting to be supplied with individual photocells. The luminaires will be supplied, installed, commissioned and aimed by the contractor. The Tenderer will be responsible for installation of the fittings strictly according to the supplier’s requirements. Any defective luminaires found after installation will be the responsibility of the contractor and shall be replaced at his cost. 3.3 Luminaire (Type L3, L4). Ramp A & Ramp C Unit: No. The unit of measure shall be the number of luminaires supplied, installed on 11.8m high poles and commissioned. Each light fitting to be supplied with individual photocells. The luminaires will be supplied, installed, commissioned and aimed by the contractor. The Tenderer will be responsible for installation of the fittings strictly according to the supplier’s requirements. Any defective luminaires found after installation will be the responsibility of the contractor and shall be replaced at his cost.

PI.28.4 POLES

4.1 General The unit of measure shall be the number of 11,8 m poles supplied, installed and commissioned. The pole price shall include the complete installation and mounting plate suitable for the site, earthing and lightning protection, electrical wiring and labelling of the mast. All wiring in the poles and to the luminaires, including circuit breakers and glands to complete the operation of the poles is included in the price.

Technical Specification for Steel Street Lighting Poles Unit: No. 1.0 SCOPE

This specification details the manufacture, supply, delivery, off‐loading and stacking of vertical

street lighting poles as specified below and in the Bill of Quantities as depicted on drawings.

2.0 TENDERER 2.1 Tenderers may submit alternatives that, in the tenderer’s opinion, are to the Clients

advantage economically and technically. Full technical details of these alternative offers shall be submitted with tender documents.

2.2 Tenderers shall quote on a per unit basis on the Tender Form for the estimated quantities

stated in the Bill of Quantities. 2.3 All drawings and documentation submitted shall become the property of SANRAL. 2.4 Tenderers shall note that the cost of all tests, required in this specification, shall be borne

by the TENDERER. Payment for deliveries shall not be made until test certificates have been submitted and approved.

2.5 Tenderers shall note that price, availability, and both installation and maintenance costs

will be taken into account in the adjudication process.

Page 348: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-386

2.6 Tenderers shall note that SANRAL reserves the right to accept more than one technically and contractually compliant tender and orders will be placed on the basis of price and availability.

2.7 Tenderers shall complete and submit the Tender Form, and Bills of Quantities and

Questionnaire with their tenders. Failure to comply with this requirement may render a tender liable for disqualification.

3.0 NORMATIVE REFERENCES The following standards contain provisions which, through reference in this text, constitute requirements of this specification. At the time of publication, the editions indicated were valid. SANS 10225 : The design and construction of lighting masts

SANS 15607 : Specification and qualification of welding procedures for metallic

materials - General rules

SANS 15609 : Specification and qualification of welding procedures for metallic materials - Welding procedure specification Part 1: Arc welding

SANS 62 : Steel pipes Part 1: Pipes suitable for threading and of nominal size not exceeding 150 mm

SANS 62: : Steel pipes Part 2: Screwed pieces and pipe fittings of nominal size not exceeding 150 mm

SANS 657 : Steel tubes for non-pressure purposes Part 1: Sections for scaffolding, general engineering and structural applications

SANS 121/ISO 1461 : Hot dip galvanized coatings on fabricated iron and steel articles - Specifications and test methods

4.0 REQUIREMENTS 4.1 System and service conditions The street lighting poles shall be for outdoor use in Kroonstad (Moqhaka) Municipality area of supply and shall be suitable for: (a) Climate : Dry, farming region

(b) Altitude : from sea‐level to 1400 m

(c) Ambient temperature : from ‐5°C to 40°C

(d) Pollution level and type : Inland

(e) Maximum relative humidity : 60 %

(f) Mean annual value of solar radiation: 1,0 kW/m2

(g) Average total annual rainfall : 1 000 mm

4.2 All items shall be manufactured from new materials. 4.3 Design Data 4.3.1 The steel tubes shall comply fully with SANS 657: Part 1 except where amended herein. 4.3.2 The steel street lighting poles shall be designed to support one luminaire of unit mass of approximately 15 kg. 4.3.3 The steel street lighting poles shall be manufactured of grade 300W steel or equivalent, in accordance with SANS 657 with a minimum yield stress of 300 MPa and a minimum tensile strength of 450 MPA. 4.3.4 The steel street lighting poles shall be capable of withstanding a fluctuating wind load in accordance with the requirements of SANS 10225.

Page 349: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-387

4.3.5 The maximum horizontal deflection at the spigot end, when subjected to two thirds of the design loading, shall not exceed 0,025 of the developed length above ground. 4.3.6 The maximum vertical deflection at the spigot end, when subjected to the mass of the luminaries shall not exceed 1,5 % of the total length of the pole. 4.3.7 Tenders must be accompanied by full technical details including comprehensive strength calculations certified by a qualified professional structural engineer. 4.4 Street lighting poles – 11.8m 4.4.1 The steel street lighting poles shall have minimum wall thicknesses as indicated on the drawings. 4.4.2 Protection sleeves shall be fully seal welded onto the steel street lighting poles. The dimensions of the protection sleeves shall be 600 mm long mild steel with a thickness of at least 3,5 mm and shall extend 300 mm above and below ground level. 4.4.3 Base plates, as per drawings shall be fitted to all steel street lighting poles. 4.4.4 A fuse box opening 300 mm long, 95 mm wide shall be provided 3000 mm above the ground line. All edges are to be free from burrs and protrusions. The pole dimensions shown shall be increased to provide the required modulus of section or, alternatively, interior reinforcing shall be provided, should either of these requirements be necessary. A M6 stainless steel set screw (for earthing purposes) shall be fitted adjacent to the stud which is used to fasten the cover plate for the fuse box opening. Alternative shapes of fuse ‐ box openings may be considered but drawings showing full details

of the proposed alternative arrangements shall be submitted with tender for approval. 4.4.5 Cover plate for fuse box opening: 4.4.5.1 A curved mild steel cover plate of the same wall thickness as the steel pole shall be fitted to cover the fuse box opening. The cover plate shall be permanently attached to the pole by a fixing mechanism eg chain which shall be welded onto both the cover plate and pole. The plate shall be secured in the closed position by means of a M10 _ 25 mm galvanized or stainless steel

stud welded to the pole, and a unique heptagonal (seven‐sided) M10 stainless steel or brass

nut. Once the cover is secured to the pole the nut shall not protrude beyond the diameter of the pole, and it shall only be possible to remove the nut with the aid of a tube spanner. The tenderer shall submit a fully detailed working drawing of any alternative cover and fixing mechanism offered, eg for cover plates of UV stabilised, impact resistant plastic. Due to the prevalence of removal and theft of cover plates by vandals within the area of supply, preference will be given to designs whereby the cover plate sits flush with the exterior surface in order to prevent external leverage by means of tools and other implements. 4.4.5.2 The cover plate shall fit against the steel streetlight pole to give a flush exterior appearance. A one piece silicon gasket (approximately 2 mm thick) shall be provided for sealing the cover plate to the pole. 4.4.6 Cable access: 4.4.6.1 For all steel street lighting poles, two 100 mm _ 65 mm slot shall be cut opposite one

another at 90o to the fuse‐box opening.

4.4.6.2 The slots shall be well radiused and free of burrs. 4.6 Alternative Designs 4.6.1 Alternative designs of steel street lighting poles may be considered for acceptance provided that the poles are supplied in one piece. 4.6.2 For the alternative design, the tenderer shall submit with its tender, fully dimensioned drawings, and design calculations. These designs and calculations shall have been carried out

Page 350: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-388

by a qualified professional structural engineer. Documentary proof of compliance with this requirement will be required. It shall be required that the fuse box opening, cover plates, cable entries, protection sleeves, fins, spigots and joints be in accordance with the drawings submitted. 4.7 Welding 4.7.1 All welding shall be continuous and in compliance with SANS 15607/SANS 15609. All welds shall be dressed where necessary. 4.7.2 No welded pieces (pipe reducers) shall be inserted in the poles. 4.7.3 All joints shall be bevelled prior to welding and shall present a symmetrical appearance after welding. 4.8 Protection against Corrosion

4.8.1 Before galvanizing, all weld slag shall be removed from each pole by shot‐ or sand‐blasting

and a visual inspection shall be carried out to ensure the efficiency of this operation.

4.8.2 All items shall be hot‐dip galvanized in accordance with SANS ISO 121/ISO 1461.

4.8.3 No plugging at the ends of the poles during galvanizing shall be acceptable. The process used, shall comply completely with the requirements of SANS ISO 121/ISO 1461 and the thickness of galvanizing shall comply with the thickness laid down in that standard for the various diameters. Manufacturers shall produce certificates to the satisfaction of the Engineer. Methods and Standards showing that the specified thickness of galvanizing has been attained. 5.0 MARKING 5.1 The steel street lighting pole shall be clearly stamped, 50 mm below the fuse box cover plate, with 12 mm number and letter punches with the following:

(a) the Contract number,

(b) the manufacturer’s name, and

(c) the pole size.

5.2 The lettering and numbers shall be clearly visible after hot‐dip galvanizing.

5.3 Alternative methods of marking poles may be considered provided that a full description of the marking process shall be submitted with the tender documents. 6.0 INSPECTION 6.1 In addition to the requirements listed below, all poles shall comply with the test requirements of Clause 7.12 of SANS 0225:1991. 7.0 PRIORITY OF WRITTEN SPECIFICATION In the event of any disagreement between the written specification and the drawings, the written specification will take priority over the drawing(s).

PI.28.5 CONCRETE ENCASEMENT OF SERVICES

In-situ 20 MPa Concrete Encasement of low voltage cables, sleeves for Low Voltage, I.T.S services and other future services. Labour & concrete materials included. Unit: m³ The unit of measure shall be the length of concrete encasement constructed and finished. The concrete encasement shall be 450 mm wide x 400 mm deep for service sleeves and 300 mm wide x 200 mm deep for cables alone. All LV and intermediate voltage cables shall be totally encased in concrete and enforced using bonding agent and chicken wire mesh.

Page 351: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-389

Encasements shall be done in one meter sections. Service sleeves are laid into position; as per construction drawings as well as shuttering installed to obtain a class F1 surface finish. The concrete encasement will be constructed of standard 20MPa concrete with 19mm grade crush stone size. Furthermore, cube tests shall be performed on the concrete and results submitted to the Engineer. One set of cubes shall be submitted to the engineer for independent testing.

PI.28.6 SLEEVES AND MANHOLES

6.1) 160 mm Diameter PVC Sleeves Unit: m.

The unit of measure shall be the length of 160 mm diameter PVC sleeves. Supply and install.

6.2) 160 mm Diameter PVC slow bends Unit: No.

The unit of measure shall be the slow bends for the 160 mm diameter PVC sleeves. Supply and install.

6.3) 110mm / 50mm Diameter PVC Sleeves Unit: m. The unit of measure shall be the length of 110mm and 50mm diameter PVC sleeves. Supply and install. 6.4) 110 mm and 50 mm Diameter PVC slow bends Unit: No.

The unit of measure shall be for the 110mm and 50mm diameter PVC bends for the 110 mm and 50mm PVC sleeves. Supply and install. 6.5) 1500mm x 900mm manholes with special locking access cover lids for Communication ITS services Unit: No. The unit of measure shall be Manholes for the ITS services. Supply and install. 6.6) Labelling of Manhole covers Unit: No. The unit of measure shall be Labelling of manhole covers with painted stencilled letters. Supply and install.

PI.28.7 STANDBY DIESEL GENERATOR Unit: No

110kVA fully enclosed, acoustic, outdoor diesel generator complete with automatic change over unit. To include 12 months maintenance and guarantee. The unit of measure shall be the supply, delivery, installation and commissioning of a Standby diesel Generator plant (refer to specification C3.3 item 3.28)

PI.28.8 UNINTERRUPTIBLE POWER SUPPLY (UPS) Unit: No

The unit of measure shall be the supply, delivery, installation of UPS Units (Refer to specification C3.3 item 3.29.)

PI.28.9 FENCING Unit: No

The unit of measure shall be the supply, delivery, installation of fencing around the generator unit complete with a lockable gate.

Page 352: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-390

PI.28.10 SPLIT AIR-CONDITIONING UNIT Unit: No

The unit of measure shall be the supply, installation and commissioning of split air-conditioning units as specified. The rate to include the fan unit, the compressor, supports, security cage, all electrical and control wiring between the fan and compressor unit.

PI.28.11 WEIGHING SOFTWARE AND ELECTRONIC EQUIPMENT

Prosecution and Weighing Software Unit: No System Operations and Functionality L/sum Upon entering the main weigh station vehicles queue in front of a traffic light and boom combination that controls access at the static scale approach. Only a single vehicle is allowed into the weighing area at any one time. The weighbridge operator otherwise known as the scale master initiates the process. Once the scale master initiates the process the ANPR camera at the entrance to the scale reads the truck’s registration number, then the traffic light in front of the scales turns green and the boom opens for the truck to enter. The scale master is required to enter the number of axles present per scale. The scale readings are added by means of an interface between the Weighing Control software and the Static Scale to the record. A public address system will allow one-way communication from the scale operator to the driver. A traffic light is located at the exit from the weighbridge to indicate to vehicles when they are allowed to proceed. The Weighing Control Software shall control the flow of vehicles by means of a control node encompassed by the following loop & boom combinations:

Exit from the static scale

Entry to the lane the main carriageway

Entry towards the holding area

The control node is formed by the road links within a closed cordon of loops &booms within which only one vehicle is allowed. If all the axles of the truck are within legal limits (and the total vehicle mass below legal limit), the record is closed, a green light is provided and the boom allowing access back to the road is opened (through the control node). If the truck has one or more overloaded axles the driver is informed that the truck is overloaded and that it has to be inspected, after which is will be kept in the holding yard until such time as its load and roadworthy concerns have been addressed. Once the truck has been parked the driver has to return to the prosecution office to receive the fine that will be issued by the prosecution system. The Weighing Control Software and Prosecution Software must be totally integrated so as not to allow any user intervention between the Weighing and Prosecution processes. The system will allow further passes of the same truck through the weighing process until none of the axles is overloaded, without issuing a fine. The contractor must be aware of the AARTO Act and the effect it will have on the contract once it has been awarded. The Weighing control Prosecution software must be fully AARTO ready and must be able to proof the function compliancy with the AARTO business processes. The operator should not be able to override the system to let an overloaded vehicle out of the system unless a permit number can be entered into the system. A relief vehicle (truck sent to share the load of an overloaded truck) shall gain access to the holding yard via the same approach (through the static scale) as all the other vehicles, and will be subject to the normal weighing process.

Page 353: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-391

The trucks from the holding yard will join the queue at the entrance to the weighbridge when they are ready to be weighed again. A vehicle that has been admitted to the holding yard not be able to leave the yard, except through the static weigh scale. All the data generated through the system (number plate records, photos, weights, etc.) shall be sent to central processors/servers for storage and further processing. The computer system should be expandable to allow records to be backed-up from the server and to be sent to a separate central overload control management centre (data consolidation & reporting office) if such a communications link is provided in future. Weighing Control software The software shall be able to control the flow of vehicles through the facility by means of traffic lights and access booms based on inputs received from loops, vehicle classifiers, data from the ANPR system and weighing results. The Weighing Control Software and the Prosecution software must be an integrated system (i.e. direct transfer of weighing results without human intervention). Prosecution Software In order for the overload control system to operate successfully, fines have to be issued without the possibility of being evaded or tampering. Fines will be issued, and the prosecution handled, by the appropriate law enforcement agencies. 1. Overload Fines at the TCC Overload fines will be issued directly to the driver of the vehicle at the main weigh station. The prosecution system will compile and print the notice directly based on the weighing information received from the Weighing Control software.

Page 354: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-392

2. Lane Transgression Fines The traffic officers will handle Lane transgression offences manually after such vehicles have been pulled over manually. 3. Fines for Avoiding Main Weigh Station Similar to the lane transgression fines, these fines must be issued manually by the traffic officers once the response vehicles have intercepted the vehicles that have avoided the weighbridge. The functions that are required in response to the tender specifications are the following:

Weighbridge management to control overloading and vehicle roadworthiness.

Contravention management from notices, summonses to Warrant of Arrest, to court administration and online Road Block assistance, inclusive of online access to Electronic National Transport Information System (eNaTIS) to retrieve the vehicle and owner data in respect of violations.

Image processing from digital and wet film images of speed and red light violations, retrieving the vehicle and owner data from eNaTIS online to print the Camera Notices notice within the shortest possible time,

Communication system for online access to offence data on eNaTIS and AARTO from the roadside to enable serving summonses and scanned Warrants of Arrest in addition to Roadblock assistance.

The system should have at least the following capabilities:

Enable the officer to view driver and vehicle information whilst the driver is being stopped at the weighbridge.

Notify drivers of their current status with regards to traffic contraventions by informing them of payable notices, summonses and Warrants of Arrest.

Verify driver's licences as being original, legal and still valid. The system should be capable of scanning the encrypted 2D barcode on the back of the licence and display the photograph and particulars relating to the driver to enable an assessment of the validity of a driver's licence if requested by an officer.

Verify the licensing and roadworthiness status of the vehicle on the eNaTIS, as well as any police marks that may have been recorded against the vehicle by the SAPS, such as a stolen vehicle or the possible use of the vehicle in criminal activities.

11.1 SITE SURVEILLANCE MODULE Unit: No. The unit of measure shall be the supply, installation and commissioning of the site surveillance module as specified. The rate to include the following: This module consists of cameras, recording equipment and cabling between them. The CCTV cameras are located at the weigh station and in such positions as to ensure maximum coverage of the site. Cameras are also used to record the daily operations. All cameras to to IP and Ethernet based. Outdoor PTZ cameras to have the following zoom capabilities:

Holding Area – 100 m

Exit Area – 50 m 11.2 ACCESS CONTROL MODULE Unit: No. The unit of measure shall be the supply, installation and commissioning of the Access Control module as specified. The rate to include the following: This module includes the personnel identification objects (such as ID cards), readers, electronic locks and an access control database for personnel and access history. The access control system controls personnel access to all buildings, and will be managed from a central location. 11.3 VEHICLE IDENTIFICATION MODULE Unit: No.

Page 355: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-393

The unit of measure shall be the supply, installation and commissioning of the Vehicle Identification Module as specified. The rate to include the following: This system includes the equipment such as Automatic Number Plate Recognition (ANPR) cameras, general identification cameras, vehicle presence sensors, and vehicle classification sensors. 11.4 DRIVER IDENTIFICATION MODULE Unit: No. The unit of measure shall be the supply, installation and commissioning of the Driver Identification Module as specified. The rate to include the following: This module is required for the interfacing with the eNaTIS and AARTO database to confirm driver and vehicle credentials. 11.5 COMMUNICATION HARDWARE MODULE Unit: No. The unit of measure shall be the supply, installation and commissioning of the Communication hardware module as specified. The rate to include the following: This module includes all the hardware required to establish communication both within the Kroonstad TCC and with external entities. Communications between the following entities are required:

Officer building at the screeners and the main Static Scale Facility

Communication between all facilities and response vehicles

Communication with external entities such as the eNaTIS database

Telephone and fax services via a National Telecommunications Service Provider.

Communication between field devices (Programmable Automated Controllers, CCTV Cameras, Access Control, and ANPR Cameras) and the servers of each facility.

Where possible the screening facilities are connected to the main static scale facilities via a fibre optic link (due to the large bandwidth and reliability of connection requirements). The system must allow for future expansion and the communication systems that such an expansion would require. Expansion could include the addition of satellite facilities, or linking the facility with other facilities in the region. 11.6 TRAFFIC CONTROL EQUIPMENT MODULE Unit: No. The unit of measure shall be the supply, installation and commissioning of the Traffic Control Equipment module as specified. The rate to include the following: This module includes all equipment required for the routing and directing a vehicle through the facility. It includes electronic signs (Traffic lights, lane instruction signs and variable message signs) and other traffic control equipment such as booms and loops on the premises as well as the interfaces to IO (Input/Output) Controllers. 11.7 DATA PROCESSING EQUIPMENT MODULE Unit: No. The unit of measure shall be the supply, installation and commissioning of the Data Processing Equipment module as specified. The rate to include the following: This system includes the servers and any other hardware or infrastructure required for data processing. In the case of servers that are located in a server room, server racks are to be included in the contract. The hardware to include data backup equipment.

Page 356: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-394

11.8 WEIGHING AND PROSECUTION SYSTEM MODULE Unit: No. The unit of measure shall be the supply, installation and commissioning of the Weighing and prosecution system module as specified. The rate to include the following: This module includes the software that is required for the weighing of vehicles, and subsequent issuing of fines should the vehicle be over its legal limit. Historically the prosecution software module would compile and issue traffic offences in terms of Section 56 of the road traffic act, but for future, the system must have the facility to issue transgression notices via the eNaTIS and AARTO systems. 11.9 MOBILE ENFORCEMENT SYSTEM Unit: No.

The unit of measure shall be the supply, installation and commissioning of the Mobile enforcement System module as specified. The rate to include the following: Whether monitoring speeding offences, drivers on their cell phones, skipping of red-lights or stop signs, crossing of solid barrier lines, high speed chases, obstruction of justice, robberies or even undercover surveillance operations, the system offers effective in-car monitoring solution. All the data is transferred to a media device of choice where all the information is watermarked, making it the primary evidence in court. The system should have a one-button operation that allows ease of use whilst operating a vehicle. Operating modes shall include Pursuit, Time and Distance, Statistics, Parameter view and Memory status that the officer requires for any patrolling duties. The system shall have an interface with eNaTIS that will allow the officer to perform checks on the vehicle license and other relevant information. 11.10 SYSTEM INTEGRATION Unit: L/sum The unit of measure shall be the supply, installation and commissioning of the System Integration as specified. The rate to include the following: This module contains all the required interfaces (hardware and software) to establish integrated use of all the separate modules listed above. The system integration module ensures that a record of each admitted vehicle can be sourced from various sub-systems (such as the WIM sensor, driver and vehicle information subsystems, vehicle fitness testing system, and overview and ANPR photos and stored and analysed from a single location, including the WIM sensor, driver information, vehicle information, vehicle fitness test results and overview and ANPR photos. It must allow for auditing of the system and restrict the opportunity for corrupt practices. 11.11 SYSTEM TESTING Unit: No. The unit of measure shall be the complete testing, proving and handing over of a completed working system. 11.12 HIGH SPEED WEIGH-IN-MOTION (HS WIM) Unit: No.

The unit of measure shall be the supply, installation and commissioning of the High Speed Weigh-in-motion units to be installed on the existing N1 dual carriageway as specified. The HS WIM units must be integrated with the traffic Monitoring System to provide an integrated Traffic and HS WIM Monitoring service. The purpose of the HS WIM units is to screen potentially overloaded vehicles travelling northbound and southbound on the National route N1 at Kroonstad. The rate shall include:

Dual Loop plus dual weigh sensor and a piezo axle detector per lane.

All software including prosecution software for the required operation of the unit.

Page 357: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-395

Full integration with the Control and Monitoring system.

Number of traffic lanes on which traffic and HS WIM monitoring must be undertaken: One (1) lane in each direction.

The HS WIM accuracy level should be for roads that carry medium to high volumes of heavy vehicle traffic.

Each HS WIM system to be supplied with 2 sensors per lane, including 3.6m Piezo electric sensor and loop induced feeders. To include 4 x loops and traffic logger. Data to be provided in RSA format.

Installation works to include cutting the existing roadway, installing the WIM units and making good.

Unit to included complete foundation frame, weigh pad, shims as required for adjustment, support and securing rails, anchors, self locking nuts and spring washers, drainage, waterproofing and all other components for a complete installation.

Detection capabilities The HS WIM system must have the following detection capabilities: a) Wheel or axle load sensors. The system must be capable of handling at least two wheel, or axle load sensors per lane, located at different positions in the lane. The load sensors must also be able to record axle spacing.

Screening requirements Where screening facilities are specified for a HS WIM monitoring system, an electronic communication facility must be provided which is capable of passing all the information collected for individual vehicles to another computer or control system. The communication will be via single mode fibre optic cable to the Senekal TCC server room.

Data requirements The HS WIM system must be capable of recording individual vehicle data as specified in the South African Standard Traffic Data Collection Format, including all the header records required for the recording of such data. a) Number of axles. b) Axle spacing. The spacing between subsequent axles as measured by the wheel or axle load sensors. The system must be able to record an axle spacing of up to 20 m. c) Wheel or axle loads. The wheel loads for each axle as measured by a wheel or axle load sensor. The system must be capable of measuring wheel loads between 250 and 10 000 kg or axle loads between 500 and 20 000 kg when separate axle sensors are provided. Where separate axle sensors are not provided, the system must be capable of measuring wheel loads between 100 and 10 000 kg and axle loads between 200 and 20 000 kg. The system must be capable of measuring the above loads for vehicles travelling at speeds higher than 15 km/h up to a speed of 140 km/h.

HS WIM Sensor step requirements Where a HS WIM sensor is mounted on the surface of the road pavement, the height of the step between the top of the HS WIM sensor and the adjacent road surface may not exceed 2 mm at any location along the up- and downstream edges of the sensor.

Load accuracy 0.8 - 1.10 of static scale measurements.

PI.28.12 TRAFFIC SURVEILLANCE AND SPEED LAW ENFORCEMENT EQUIPMENT

Traffic Surveillance and Speed Law Enforcement Equipment Unit: No.

The requirements listed below apply to fixed site traffic surveillance and speed law enforcement equipment: 1. The traffic surveillance and speed law enforcement equipment, accessories and

maintenance thereof, shall as a minimum, be compliant with SANS 1795, including Part 2: “Radar speed measuring equipment” and Part 5, “Data capturing and

Page 358: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-396

recording devices for road traffic law enforcement equipment”. Certification of compliance shall be provided with the tender. Failure to do so may render the tender non-responsive.

2. The traffic surveillance and speed law enforcement equipment shall provide coverage of

multiple lanes (four lanes per camera), for both traffic monitoring and speed enforcement, as required.

3. The traffic surveillance and speed law enforcement equipment shall provide one full colour

image of the offence providing a wide-angled picture of the context of the offence as well as an image showing the details of the offending vehicle. One image will be printed in colour on the notification of intended prosecution.

4. The traffic surveillance and speed law enforcement equipment shall provide for an on-board

storage of full colour digital images for viewing of all offences, in addition to on-line viewing facility on a website.

5. The evidence produced by the traffic surveillance and speed law enforcement system shall

be tamper detectable, and provide for an on-board encryption of the stored imagery using a recognized 128-bit encryption algorithm for the digital signature.

6. The traffic surveillance and speed law enforcement equipment shall comply with the

requirements of SANS 1795 specification regarding the discontinuance of operations when temperature exceeds the given requirements.

7. The traffic surveillance and speed law enforcement equipment shall allow monitoring and

enforcement of various speed limits in respect of different vehicle categories. 8. The traffic surveillance and speed law enforcement system shall provide a fully integrated

and automated “end to end” system for the processing of speed offences. 9. The traffic surveillance and speed law enforcement system shall provide for an on-board

automatic recognition of vehicle number plates and storage of the licence plate data. 10. The traffic surveillance and speed law enforcement equipment shall provide a passive [infra-

red] illumination for enhanced night-time operation. 11. The appointed service provider shall supply evidence of each offence in full compliance with

SANS 1795 and the National Prosecuting Guidelines as issued by the National Department of Transport Technical Committee for Standards and Procedures (TCSP), in digital form with all required infringement information.

12. The traffic surveillance and speed law enforcement equipment must automatically perform

vehicle classification, record and store the total vehicles checked (traffic counting), number of infringements; duration of operation; highest speed, average speed and reconciliation against number of charges processed.

13. The fixed sit traffic surveillance and law enforcement shall allow for a wireless real time

download of the images and offence data from the camera to a remote server. 14. The calibration requirements of the equipment and the ability to carry out the calibration

exercises must be provided by the equipment supplier, i.e.

Vendor must supply, update and maintain calibration of the equipment 24/7, including surveying, certification and assessment of equipment.

Calibration of equipment must occur every six months.

Calibration certificates must be issued for every camera.

Calibration of cameras must be executed by a duly qualified and authorised service provider.

The calibration must also comply with the TCSP guidelines.

15. The service provider shall, at no cost to the client, make available an expert to give evidence in Court concerning the equipment and compliance with the Prosecuting Guidelines when requested by the client or the Public Prosecutor.

Page 359: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-397

16. A comprehensive contravention management system shall be provided by the successful service provider for the processing of all violations and to include:

I. Improved reporting capability, including graphical outputs II. Prompting for the completion of the verification of the offence and owner details as

well as the specific adjudication of each individual offence by an authorized member of the responsible traffic law enforcement agency. The system shall be capable of identifying the authorised member of the traffic law enforcement agency responsible for the final adjudication of the offence.

III. For the storage of infringement photographs in the form of meta-data elements attached to individual infringements.

IV. For the provision of human resource utilization and efficiencies statistics. V. The capability to automatically report on a selectable time-period on the number of

infringements per site, the number of vehicles checked. VI. An integrated back-office internet infringement viewing system shall be provided. VII. The capability of automatically detect unlicensed vehicles and provide the option of

generating an additional charge for this and any other offences identified by the adjudicating officer

VIII. A reporting capability, allowing remote users to view specific management information and reports using an internet browser.

17. The back-office system shall have a detailed audit function, recording all activity for each infringement. Each event on the system shall be stored on an audit log, and include, time/date, user and activity details.

18. The comprehensive contravention management system shall also be AARTO compliant

and be ready to implement AARTO without the need for a software upgrade and testing period.

19. Non-Intrusive Technology to be used for speed enforcement and traffic monitoring. No loops

or speed sensors shall be mounted in the road surface. 20. Brochure to be provided of the technology used. Proof of compliance to be submitted. 21. Calibration certificates shall be issued in accordance with the Technical Committee for

Standards and Procedures for Traffic Control and Traffic Control Equipment [TCSP]. 22. The units to be installed facing the vehicle front. All photographs to be taken of the front of

the vehicle. Units to be installed on the Nation route N1 North and N1 South. 23. FAILURE TO COMPLY WITH ANY OR ALL REQUIREMENTS MAY RENDER THE

TENDER NON-RESPONSIVE.

PI.28.13 HIGH SPEED WEIGH-IN-MOTION (HS WIM) Unit: No

The unit of measure shall be the supply, installation and commissioning of the High Speed Weigh-in-motion units to be installed on the existing N1 dual carriageway as specified. The HS WIM units must be integrated with the traffic Monitoring System to provide an integrated Traffic and HS WIM Monitoring service. The purpose of the HS WIM units is to screen potentially overloaded vehicles travelling northbound or southbound on the National Route N1 at Kroonstad. The rate shall include:

Dual Loop plus dual weigh sensor and a piezo axle detector per lane.

All software including prosecution software for the required operation of the unit.

Full integration with the Control and Monitoring system.

Number of traffic lanes on which traffic and HS WIM monitoring must be undertaken: One (1) lane.

The HS WIM accuracy level should be for roads that carry medium to high volumes of heavy vehicle traffic.

Each HS WIM system to be supplied with 2 sensors per lane, including 3.6m Piezo electric sensor and loop induced feeders. To include 4 x loops and traffic logger. Data to be provided in RSA format.

Page 360: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-398

Installation works to include cutting the existing roadway, installing the WIM units and making good.

Unit to included complete foundation frame, weigh pad, shims as required for adjustment, support and securing rails, anchors, self locking nuts and spring washers, drainage, waterproofing and all other components for a complete installation.

Detection capabilities The HS WIM system must have the following detection capabilities: a) Wheel or axle load sensors. The system must be capable of handling at least two wheel, or axle load sensors per lane, located at different positions in the lane. The load sensors must also be able to record axle spacing.

Screening requirements Where screening facilities are specified for a HS WIM monitoring system, an electronic communication facility must be provided which is capable of passing all the information collected for individual vehicles to another computer or control system. The communication will be via single mode fibre optic cable to the Senekal TCC server room.

Data requirements The HS WIM system must be capable of recording individual vehicle data as specified in the South African Standard Traffic Data Collection Format, including all the header records required for the recording of such data. a) Number of axles.

b) Axle spacing. The spacing between subsequent axles as measured by the wheel or axle load sensors. The system must be able to record an axle spacing of up to 20 m.

c) Wheel or axle loads. The wheel loads for each axle as measured by a wheel or axle load sensor. The system must be capable of measuring wheel loads between 250 and 10 000 kg or axle loads between 500 and 20 000 kg when separate axle sensors are provided. Where separate axle sensors are not provided, the system must be capable of measuring wheel loads between 100 and 10 000 kg and axle loads between 200 and 20 000 kg. The system must be capable of measuring the above loads for vehicles travelling at speeds higher than 15 km/h up to a speed of 140 km/h.

HS WIM Sensor step requirements Where a HS WIM sensor is mounted on the surface of the road pavement, the height of the step between the top of the HS WIM sensor and the adjacent road surface may not exceed 2 mm at any location along the up- and downstream edges of the sensor.

Load accuracy 0.8 - 1.10 of static scale measurements.

PI.28.14 AS-BUILT AND HANDOVER DOCUMENTATION

14.1 Provide full "As-built" documentation as specified and to the Engineer's satisfaction. Documents to include:

Post installation Lux levels tests

Surveyor certificate confirming "As-built" information. ................................... Lump sum

14.2 Provide full "Hand-over" documentation as specified and to the Engineer's satisfaction. Documents to include:

Electrical Certificate of Compliance

Warranty and Guarantee documentation

Operational and Maintenance manuals ........................................................ Lump sum

Page 361: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-399

__________________________________________________________________________________

PART C4: SITE INFORMATION __________________________________________________________________________________

Page 362: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-400

PART C4: SITE INFORMATION TABLE OF CONTENTS PAGE

C4.1 DESCRIPTION OF THE WORKS ......................................................................................... C-401

C4.2 DRAWINGS ........................................................................................................................... C-404

C4.3 CAMP ESTABLISHMENT, POWER SUPPLY AND OTHER SERVICES ............................ C-405

C4.4 CONSTRUCTION IN CONFINED AREAS ............................................................................ C-405

C4.5 MANAGEMENT OF THE ENVIRONMENT ........................................................................... C-405

C4.6 TRAFFIC ............................................................................................................................... C-405

C4.7 SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY LIAISON ......... C-406

C4.8 CLIMATE ............................................................................................................................... C-406

C4.9 REQUIREMENTS OF THE OCCUPATIONAL HEALTH AND SAFETY ACT

AND REGULATIONS 2014 ................................................................................................... C-406

C4.10 APPENDICES .................................................................................................................... C-407

Page 363: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-401

Information Only All data and descriptions contained in this section of the contract documents are given for information purposes only and cannot be interpreted as prescriptive or as an instruction despite the fact that the text may give the opposite perspective. If any conflict arises between the content of this section and other sections of the contract documents, the latter take precedence. C4.1 DESCRIPTION OF THE WORKS

The description of the works shall inter alia contain the following particulars regarding the work to be constructed and maintained under the contract.

ROAD WORKS

C4.1.1.1 R721 (A94) REHABILITATION

Geometric improvements will be made to the R721 to facilitate turning movements into-

and out of the TCC. The limit of construction is at km 0.100 up km 0.979, therefore

approximately 880 metres in total length. The pavement design of the R721 consists of a

220mm CRCP (continuously reinforced concrete pavement) base, stabilised (C3) subbase

as well as two selected layers.

No materials investigation was done for the road and the in situ conditions will be

determined on site. Allowance was made for the importing of material from commercial

sources for the subbase, but depending on the in situ conditions, the importing could be

extended to include material for the upper and lower selected layers as well.

Road markings and signs will also be provided.

The existing concrete side drains will be demolished and new drains will be constructed to

suit the geometry of upgraded road.

A stormwater culvert will also be constructed at the intersection with the R721 and the

Western Access Road.

On this contract all concrete shall be hand-placed and may be obtained from either

commercial sources or from an on-site Karoo batch plant. The hand-placing of concrete

will enhance the labour component of the Works.

Please note:

Cables (services) crossing the R721 (A34) where the road works will take place must be

installed before said road works (pavement layers and concrete base) takes place. The

cutting of newly place concrete for services crossing the road will not be allowed.

C4.1.1.2 NEW WESTERN ACCESS ROAD

A new 7,40 m wide concrete access road will be constructed on the western side of the

Kroonstad Traffic Control Centre. The access road will intersect with the upgraded R721.

Page 364: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-402

The access road will be provided with mountable kerbs for a distance of approximately

200m.

New 4 m and 8 m wide concrete paved roads, approximately 400m long, will be constructed

inside the premises of the Kroonstad Traffic Control Centre. These roads will facilitate

heavy vehicle movement within the TCC for control purposes.

Other items that will constructed includes:

(i) Road markings;

(ii) Concrete side drains;

(iii) Road signs;

(iv) Culverts;

(v) Off-loading platform;

(vi) Installation of a brake tester;

(vii) Upgrading of the existing perimeter fence line to a security fence; and

(viii) Repairing of existing- and the installation of new subsoil drains.

PAVEMENT DESIGN FOR ALL PARTS OF THE VARIOUS ROADS

The pavement design will be as follows:

C4.1.2.1 UPGRADING OF ROAD R721

(i) Base – 220mm CRCP (Class 40/19) base

(ii) Upper subbase – 150mm C3 Stabilised gravel

(iii) Lower subbase – 150mm C3 Stabilised gravel

(iv) In situ upper selected layer – 150mm G6 gravel

(v) In situ lower selected layer – 150mm G7 gravel

C4.1.2.2 WESTERN ACCESS ROAD

(i) Surfacing – 200 mm class 40/19 concrete

(ii) Subbase – C2 Stabilised gravel

(iii) Upper selected layer – G6 gravel

(iv) Lower selected layer – G7 gravel

C4.1.2.3 CONCRETE ROAD INSIDE TCC

(i) Surfacing – 200 mm class 40/19 concrete

(ii) Subbase – C2 Stabilised gravel

(iii) Upper selected layer – G6 gravel

(iv) Lower selected layer – G7 gravel

Page 365: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-403

BUILDING WORKS

The building works will consist of the following:

(i) Alterations to existing administration building;

(ii) Extensions to the existing weighbridge office;

(iii) Renovation of the public toilet facilities;

(iv) New guardhouses;

(v) New entrance and exit control measures;

(vi) Extensions to the existing steel canopy over the weighbridge offices; and

(vii) Alterations to the water and sewerage lines:

(a) Excavation in soft material for concrete strip foundations;

(b) Casting of concrete strip foundation and; and

(c) Building works.

ELECTRICAL WORKS

C4.1.4.1 STREET LIGHTING

The street lighting from the National Route N1 Section 17 (Kroonstad Interchange) to

Kroonstad Traffic Control Centre as well as the new electrical installations for the Kroonstad

TCC building upgrades.

The electrical portion of the contract consists of the installation of galvanised poles with

single spigot configuration for installation of luminaires on the on- and off-ramps and over-

pass road (R721) of the Interchange.

The lighting shall be to SANRAL specifications and SANS / IEC 10098. The lighting of the

interchange will conform to SANS 10098 A3b Category lighting specifications for a

maximum traffic volume of 300 vehicles per hour per lane at night on the on-ramps, off-

ramps and cross road (R721) of the Interchange.

C4.1.4.2 BUILDING POWER AND LIGHTING

Also forming part of the contract is the supply and installation of power and lighting for the

upgraded building at the Kroonstad Traffic Control centre.

The Electrical Works shall include the following:

(i) Arrange, co-ordinate and install the point of supply in accordance to the

correspondence with, and standards of the local supply authority and the electrical

design drawings;

(ii) Supply, install, test and commission low voltage reticulation consisting of PVC SWA

PVC cable and associated control and protection gear on existing roads and in the

Kroonstad TCC area;

(iii) Supply, install, test and commission the lighting scheme consisting of galvanised

poles and approved luminaires;

Page 366: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-404

(iv) Supply, install, test and commission the power, lighting and UPS installation within

the TCC complex;

(v) Supply, install, test and commission the outdoor generator unit for the TCC complex;

(vi) All electrical reticulation for the street lighting project along the project route shall be

encased in 20MPa concrete (200mm x 300mm) that is 500mm minimum below final

ground level relative to the top of the encasement. All LV cables shall be totally

encased in concrete and enforced using bonding agent and chicken wire mesh;

(vii) Testing and cleaning of all service sleeves are to be done before services are to be

drawn through the sleeves after the engineers approval;

(viii) Earthing of the poles;

(ix) Commissioning, aiming of luminaires and testing of system to the satisfaction of the

engineer shall form part of this contract;

(x) Service tools and accessories; and

(xi) As-built drawings and documentation.

C4.1.4.3 HIGH SPEED WEIGH IN MOTION SYSTEM (HS WIM)

Also forming part of the contract is the supply, installation and commissioning of the High

Speed Weigh-in-Motion (HS WIM) units. The HS WIM units will be integrated with the

traffic Monitoring System to provide an integrated Traffic and HS WIM Monitoring service.

The purpose of the HS WIM units is to screen potentially overloaded vehicles travelling

northbound or southbound on the N1 at Kroonstad.

The existing WIM installations are in disuse and will be removed and replace by a new

system.

C4.2 DRAWINGS

The drawings that form part of the tender document are issued for tender purposes only.

The contractor will be supplied with one set of paper prints plus a CD containing all the

construction documentation in pdf format.

Only figured dimensions may be used and drawings may not be scaled unless so instructed

by the engineer. The engineer will supply all figured dimensions omitted from the drawings.

The levels given on bridge drawings are subject to confirmation on site, and the contractor

shall submit all levels to the engineer for confirmation before he commences any structural

construction work. It is the contractor’s responsibility to check all clearances given on the

drawings and to inform the engineer of any discrepancies.

Page 367: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-405

C4.3 CAMP ESTABLISHMENT, POWER SUPPLY AND OTHER SERVICES

The contractor is to make his own arrangements concerning the supply of electrical power

and all other services. No direct payment will be made for the provision of electrical and

other services. The cost thereof is deemed to be included in the rates and amounts

tendered for the various items of work for which these services are required.

The contractor shall provide a suitable site for his camp and for accommodating his

labourers.

C4.4 CONSTRUCTION IN CONFINED AREAS

It will be necessary for the contractor to work within confined areas. In certain places the

width of the fill material and pavement layers may decrease to zero and the working space

may be confined. The method of construction in these confined areas largely depends on

the contractor’s constructional plant.

Regardless, measurement and payment will be in accordance with the specified cross-

sections and dimensions only, irrespective of the method used for achieving these cross-

sections and dimensions. It is deemed that the rates tendered in the Pricing Schedule

include full compensation for all special equipment and construction methods and for all

difficulties encountered when working in confined areas and narrow widths, and at or

around obstructions. No extra payment will be made nor will any claim for additional

payment be considered in such cases (refer to project specification sub-clause B1209(g)).

C4.5 MANAGEMENT OF THE ENVIRONMENT

The contractor will be responsible for construction according to an environmental

management plan in terms of Section C1000 Scope of Works.

The contractor must take the utmost care to minimise the impact of his establishment and

other construction activities on the environment and must adhere to the requirements as

set out in Section C of the Scope of Works. Where the contractor fails to adhere to these

requirements the specifications in Section C of the Scope of Works provide the

methodology and cost liability of remedy.

C4.6 TRAFFIC

The Road Works for the R721 upgrade will be executed under traffic using lane closures

with no provision for temporary deviations.

The western access road will be executed as a green fields project thus no traffic

accommodation will be required apart from accommodation of traffic at the intersection

with R721.

The installation of street lighting for the N1 ramps and cross road (R721) will also be

executed under traffic.

Page 368: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-406

It is deemed that the rates tendered in the Pricing Schedule include full compensation for

all aspects of traffic accommodation of the Works.

Embargo times and dates are shown under B1204.

C4.7 SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY LIAISON

The South African National Roads Agency SOC Limited is committed to the implementation

of Government’s policies and in turn expects the same from its contractors. Accordingly, it

is a requirement of this project that tenderers are familiar with the specifications that relate

to the transformation of the construction industry through the following:

(i) Adherence to the policies of the Reconstruction and Development Programme and

other similar Government initiatives;

(ii) Employment and/or creation of Targeted Enterprises;

(iii) Arrangement of generic skills, engineering skills and entrepreneurial skills training

programmes for which provision has been made in the Pricing Schedule;

(iv) Construction using labour maximisation principles; and

(v) Active participation with community-based structures.

Tenderers should note that liaison with adjacent communities via active participation with

their leaders and constituted organisations and forums, as well as employment of their

people, are essential parts of the project. A provisional sum to cover costs incurred by

members of the community in the liaison process has also been included in the Pricing

Schedule.

Section D of the Scope of Works covers the contractor’s requirements in detail, as well as

defining the targets that comprise the Contract Participation Goal (CPG). It is intended to

use labour-enhanced construction methods in the placing of concrete on this contract

although the Contractor is encouraged to also employ these methods to other parts of the

Works where it is practical and suitable.

C4.8 CLIMATE

See Appendix 2 for weather data.

C4.9 REQUIREMENTS OF THE OCCUPATIONAL HEALTH AND SAFETY ACT AND

REGULATIONS 2014

Refer to Section E of the Scope of Works for general requirements in terms of the OH&S requirements.

Page 369: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-407

C4.10 APPENDICES

APPENDIX 1: LOCALITY PLAN

APPENDIX 2: WEATHER DATA

Page 370: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-408

APPENDIX 1: LOCALITY PLAN

Page 371: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-409

APPENDIX 1:LOCALITY PLAN

Page 372: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-410

APPENDIX 2: WEATHER DATA

Page 373: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-411

Page 374: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-412

Page 375: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-413

TABLE A2.1: RAINFALL DATA

Page 376: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-414

TABLE A2.2: WIND SPEED DATA

Page 377: THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED N.001-170-2011... · THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED ... (FIDIC) which the tenderer ... The South African National

NRA N001-170-2011/2 C-415

__________________________________________________________________________________

PART C5: ANNEXURES __________________________________________________________________________________ Note to tenderer: Part C5 is only to be utilised after tender closure to include minutes of clarification meeting, correspondence with successful tenderer during the tender evaluation stage as well as Addenda issued.