king cetshwayo district municipality tender … ssa2... · the tender document (which includes the...

266
KING CETSHWAYO DISTRICT MUNICIPALITY TENDER DOCUMENT TENDER REFERENCE: KCDM/RBIG/03/2017 MTHONJANENI SSA 2: PHASE 01 BULK: CONSTRUCTION OF PIPELINES, RESERVOIRS AND PUMP STATIONS CLOSING DATE & TIME: Friday, 15 DECEMBER 2017 @ 12h00 COMPULSORY TENDER/SITE MEETING: Thursday, 23 NOVEMBER 2017 @ 10h00 The Tender Document (which includes the Form of Offer and Acceptance) completed in all respects, plus any additional supporting documentation required, must be addressed to the Municipal Manager and submitted in a sealed envelope with the legal name and address of the Tenderer, the Tender No. and tender title as well as the closing date indicated on the envelope. The sealed envelope must be inserted into the Tender Box situated in the foyer of King Cetshwayo House, Corner of Kruger Rand & Barbados Bay Road, CBD, Richards Bay before closing time. If the tender offer is too large to fit into the abovementioned Tender Box or the Box is full, please enquire at the reception counter as to where the SCM (Tender Office) is for alternative instructions. The onus remains with the Tenderer to ensure that the tender is placed in either the Tender Box or as alternatively instructed. SERVICE PROVIDER’S DETAILS Name of Service Provider: CSD Supplier Number KCDM Database Number Contact Person: E-mail Address: Telephone Number: ( )Code Fax Number: ( )Code Physical Address: Postal Address: NOTE: The Service Provider shall be deemed to have satisfied himself/herself/themselves as to all the conditions and circumstances affecting this tender, including the physical aspects of working areas, and by the submission of a tender, will confirm acceptance of the conditions and circumstances applicable to any subsequent contract. Enquiries relating to this tender must be directed as indicated below: Tender Queries: Technical Queries: Technical Queries: Contact Name: Mr. Mduduzi Mkhize Contact Name: Mr. Naeem Vawda Contact Name: Mr. Thabani Mtetwa Telephone: 035 799 2715 Telephone: 031 824 1000 Telephone: 035 - 799 2691

Upload: dothien

Post on 09-Apr-2018

220 views

Category:

Documents


3 download

TRANSCRIPT

KING CETSHWAYO DISTRICT MUNICIPALITY

TENDER DOCUMENT

TENDER REFERENCE: KCDM/RBIG/03/2017

MTHONJANENI SSA 2: PHASE 01 BULK:

CONSTRUCTION OF PIPELINES, RESERVOIRS AND PUMP

STATIONS

CLOSING DATE & TIME: Friday, 15 DECEMBER 2017 @ 12h00

COMPULSORY TENDER/SITE MEETING: Thursday, 23 NOVEMBER 2017 @ 10h00

The Tender Document (which includes the Form of Offer and Acceptance) completed in all respects, plus any

additional supporting documentation required, must be addressed to the Municipal Manager and submitted in a

sealed envelope with the legal name and address of the Tenderer, the Tender No. and tender title as well as the

closing date indicated on the envelope. The sealed envelope must be inserted into the Tender Box situated in the foyer

of King Cetshwayo House, Corner of Kruger Rand & Barbados Bay Road, CBD, Richards Bay before closing time.

If the tender offer is too large to fit into the abovementioned Tender Box or the Box is full, please enquire at the

reception counter as to where the SCM (Tender Office) is for alternative instructions. The onus remains with the

Tenderer to ensure that the tender is placed in either the Tender Box or as alternatively instructed.

SERVICE PROVIDER’S DETAILS Name of Service Provider:

CSD Supplier Number

KCDM Database Number

Contact Person:

E-mail Address:

Telephone Number: ( )Code

Fax Number: ( )Code

Physical Address:

Postal Address:

NOTE:

The Service Provider shall be deemed to have satisfied himself/herself/themselves as to all the conditions and

circumstances affecting this tender, including the physical aspects of working areas, and by the submission of a

tender, will confirm acceptance of the conditions and circumstances applicable to any subsequent contract.

Enquiries relating to this tender must be directed as indicated below:

Tender Queries: Technical Queries: Technical Queries:

Contact Name: Mr. Mduduzi Mkhize Contact Name: Mr. Naeem Vawda Contact Name: Mr. Thabani Mtetwa

Telephone: 035 – 799 2715 Telephone: 031 – 824 1000 Telephone: 035 - 799 2691

King Cetshwayo District Municipality KCDM/RBIG/03/2017

Contents No Heading Page

Number

Number

Volume One of One

VO

LU

ME

ON

E

The Tender

Part T1: Tendering procedures

T1.1 Tender Notice and Invitation to Tender (WHITE) T1

T1.2 Tender Data (PINK) T3 – T7

T1.2.1 Conditions of Tender T8 – T9

F Annex: Standard Conditions of Tender T10 – T20

Part T2: Returnable documents (YELLOW)

T2.1 List of Returnable Documents T21

T2.2

Workmen’s Compensation Letter of Good Standing RS005 T27

Municipal Account Statement RS007 T29

Preferential Procurement (Optional) RS008 T30 – T35

Schedule of plant and equipment RS010 T38

Tenderer’s experience RS011 T39 – T40

Key personnel RS012 T41 – T42

Proposed amendments and qualifications RS013 T43

Preliminary Programme RS018 T51

Declaration of competency on Health and Safety RS019 T52

Quality Assurance and Environmental Management RS021 T58 – T59

Record of Addenda to Tender Documents RS001 T22

Compulsory Enterprise Questionnaire RS002 T23 – T24

Site Inspection Certificate RS003 T25

Contractor Registration with Construction Industry RS004 T26

Confirmation of ability to obtain a Performance Guarantee RS006 T28

Certificate of Authority for Signatory RS009 T36 – T37

Declaration of Past Supply Chain Management Practice RS014 T44 – T45

Declaration of Interest RS015 T46 – T47

Certificate of Independent Bid Determination RS016 T48 – T49

Day-works Schedule RS017 T50

Proposed Targeted Enterprises RS020 T53 – T57

Declaration certificate for local production and content for

designated sectors (MBD 6.2) RS022 T60 – T63

Form of Acceptance and Declaration RS023 T64 – T65

King Cetshwayo District Municipality KCDM/RBIG/03/2017

VO

LU

ME

ON

E

The Contract

Part C1: Agreement and Contract Data

C1.1 Form of Offer and Acceptance (YELLOW) C2

C1.2 Contract Data (YELLOW) C7

C1.3 Conditions of Contract (YELLOW) C12

C1.4 Contractual documentation (WHITE) C27

Part C2: Pricing data (YELLOW)

C2.1 Pricing Instructions C34 – C35

C2.2 Bill of Quantities C36 – C86

Part C3: Scope of Work (BLUE)

C3.1 Standard Specifications C87

C3.2 Project Specifications C89

C3.3 Particular Specifications C99

Part C4: Site Information (GREEN)

C4 Site Information C242

Part C5: Annexures (WHITE)

Annexure A: Drawings

Annexure B: PCI Insurance Documentation

Annexure C: Environmental Management Programme

Annexure D: Environmental Authorisation

Annexure E: Water Use License

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T1 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

T1.1 Tender Notice and Invitation to Tender

KING CETSHWAYO DISTRICT MUNICIPALITY

TENDER REFERENCE: KCDM/RBIG/03/2017

MTHONJANENI SSA 2

MTHONJANENI SSA 2: PHASE 01 BULK:

CONSTRUCTION OF PIPELINES, RESERVOIRS AND PUMP STATIONS

Interested parties must collect tender documents from the SCM Unit at King Cetshwayo House, Suite No. 8, Corner of

Krugerrand & Barbados Bay Road, CBD, Richards Bay (035 799 2500), after a payment of R 8 000.00 Incl. VAT non-

refundable, cash or EFT (Nedbank, King Cetshwayo District Municipality, Acc. 1454088885, Bank code 145405, Ref. Your

company name and Tender ref. no, tender deposit should be paid at the rates hall at the King Cetshwayo District Municipality

or alternatively download & print the bid document from www.etenders.gov.za.Tenderer should have a CIDB contractor

grading of 8 CE or Higher.

Any tender submitted by a person(s) who is in the service of the state or if that person(s) is not a natural person, of which any

director, manager, principal shareholder or stakeholder is a person in the service of the state or who is an advisor or

consultant contracted with the Municipality shall not be considered in terms of regulation 44 of the Municipal Supply Chain

Regulations. National Treasury has introduced the Central Supplier Data Base (CSD), where all suppliers are required to

register. For more information Please contact Mr. M Mkhize on (035) 799 2715 or visit the CSD website at www.csd.gov.za.

Only tenderers who are registered with CSD and King Cetshwayo District Municipality Supplier Data base will be considered

for this tender. Furthermore, the Tenderers will be required to meet the minimum threshold on Declaration Certificate for Local

Production and Content for Designated Sectors.

A compulsory tender meeting will be held at 10h00 on Thursday, 23 NOVEMBER 2017. The meeting point will be at the KCDM

Technical boardroom. From there, parties will travel to site for a compulsory site inspection at the close of which the certification of

attendance will be signed. Prospective service providers that do not attend the meeting will be disqualified. Tenderers are advised that

travelling time to the site is ± 1 ½ hours and that the use of a four wheel drive vehicle is advised. Due to the remoteness of the site, a

vehicle capable of handling rough terrain is recommended. It is required that competent person(s) attend(s) the briefing.

Only tenderers that can furnish proof of previous experience undertaking the construction of bulk pipelines and concrete work will

be eligible to submit a tender offer.

Completed tenders in sealed envelopes bearing the tender number must be deposited in the Municipality’s tender box in the foyer

of King Cetshwayo House, Corner of Krugerrand & Barbados Bay Road, CBD, Richards Bay on or before 12h00 on 15th

December 2017, when tenders will be opened in public. Tenders received after the due date and time will not be considered.

Tenders are required to employ Targeted Enterprises on this contract, failure to do so will lead to tenderer being completely

disqualified. The Targeted Enterprises to be utilized should meet the requirements of Preferential Procurement Regulations, 2017

and registered with CIDB with grading of 1 CE to 4 CE. At least 40% of contract value (with stipulated exceptions) must be

subcontracted to the Targeted Enterprises. The objective is to bring about meaningful transformation in the Construction Industry

through meaningful economic participation, transfer of technical, management and entrepreneurial skills and creation of

sustainable Black Enterprises

This tender will be evaluated on an 80/20 preferential points system. Should you wish to claim any preference points, please ensure

to submit a certified copy of your companies’ BBBEE level status verification certificate with the tender document.

Please note that this tender will be evaluated on compliance (returnables and completeness) and functionality. The following

criteria in “Functional Evaluation Criteria”, will be applicable for the functionality and compliance and maximum weight of each

criterion is indicated in the table and any tenderer who scores less than 70 percent, in respect of “functionality” will be regarded as

submitting a non-responsive tender and will be disqualified. Note that only tenderers who administratively (returnables and

completeness of document) shall move to functionality stage.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T2 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

Functional Evaluation Criteria:

# Criteria Description Weight

1 Service providers must comply with the following pre-requisites:

a. Tenderer’s experience in similar projects 25

b. Key Personnel: Site Agent/Contracts Manager, Foreman, Health and Safety

Officer

45

c. Preliminary Construction Programme 10

d. Quality Assurance / Quality Management System 10

e. Locality of Tenderer 10

TOTAL 100

It will be the tenderer’s responsibility to check the document on receipt for completeness and to notify the employer of any

discrepancies or omissions. It is the tenderer’s responsibility to provide all the data and information requested in the form

required, failure to do so may be regarded by the employer as a non-responsive tender. Submissions may only be done on

documentation supplied by the Municipality.

All communication between the employer and the tenderer shall be in a form that can be read, copied and recorded. All

writing shall be in the English Language. The employer shall not take any responsibility for non-receipt of communications

from a tenderer.

All tender enquiries which are non-technical must be directed to Mduduzi Mkhize at Tel. 035-799 2715

Tenderers who do not hear from the King Cetshwayo Municipality within 90 days of the closing date of the tender

should consider their tender unsuccessful. Please note that no tender will be accepted by fax or e-mail.

Mrs TF Mnguni

Acting Municipal Manager

King Cetshwayo District Municipality

Private Bag X1025

RICHARDS BAY

3900

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T3 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

T1.2 Tender Data

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

Uniformity in Construction Procurement. (See www.cidb.org.za) which are reproduced without amendment or alteration are,

for the convenience of Tenderers attached as an Annex to this Tender Data.

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 it and the

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

Tender to which it mainly applies.

Clause

Number Tender Data

F.1.1 The employer is the King Cetshwayo District Municipality

F.1.2 The Tender documents issued by the employer comprise:

T1.1 Tender Notice and Invitation to Tender

T1.1.1 Summary for Tender Opening Purposes

T1.2 Tender Data

T2.1 List of Returnable Documents

T2.2 Returnable Schedules

Part 1: Agreements and contract data

C1.1 Form of Offer and Acceptance

C1.2 Contract Data

C1.3 Conditions of Contract

C1.4 Contractual Documentation

Part 2: Pricing data

C2.1 Pricing Instructions

C2.2 Bills of Quantities

Part 3: Scope of work

C3 Scope of Work

PP Health and Safety Specification

Annexures

F.1.4 The Employer’s agent, for the purposes of any communication between the employer and tenderer, is:

Queries Tender queries Technical Queries Technical Queries

Name: Mr. Mduduzi Mkhize Mr. Naeem Vawda Mr. Thabani Mtetwa

Postal Address: Private Bag X1025 Richards Bay

3900 P O Box 37002, Overport, 4067

Private Bag X1025 Richards

Bay 3900

Physical Address

King Cetshwayo House, Corner

Kruger Rand & Barbados Bay

Road, Richards Bay CBD

2nd Floor, Liberty Building

21 Aurora Drive, Umhlanga,

Durban 4301

King Cetshwayo House, Corner

Kruger Rand & Barbados Bay

Road, Richards Bay CBD

Tel /Fax No.: 035 799 2715 086 514 9772 031 824 1000 086 550 4807 035 799 2691 086 514 9772

E-mail: [email protected] [email protected] [email protected]

F.2.1 Only those Tenderers who are registered with the CIDB, in an equal or higher than a Eight Civil Engineering

works (8CE) class of construction work and are registered with the CIDB as having a track record, are eligible

to submit Tenders.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T4 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

Add the following to F.2.1.1

a) Only Tenderers that can furnish proof of extensive previous experience in projects of similar nature,

value, complexity, construction methods and similar contract period should submit bids.

b) The Tenderer need to meet the minimum score for functionality being 70%

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

Tender.

Tenderers must sign the attendance list in the name of the Tendering entity. Addenda may be issued and

Tenders will be accepted only from those Tendering entities appearing on the attendance list.

F.2.12 If a Tenderer wishes to submit an alternative Tender offer, the only criteria permitted for such alternative

Tender offer is that it demonstrably satisfies the Employer’s standards and requirements, the details of which

may be obtained from the Employer’s Representative.

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

proposed Pricing Data must be submitted with the alternative Tender offer to enable the Employer to evaluate

the efficacy of the alternative and its principal elements so as to take a view on the degree to which the

alternative complies with the Employer’s standards and requirements and to evaluate the acceptability of the

pricing proposals. Calculations must be set out in a clear and logical sequence and must clearly reflect all

design assumptions. Pricing Data must reflect all assumptions in the development of the pricing proposal.

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

of the contract for the Tenderer, in the event that the alternative is accepted, to accept full responsibility and

liability that the alternative offer complies in all respects to the Employer’s standards and requirements.

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

offer to cover the Employer’s costs of confirming the acceptability of the detailed design before it is

constructed.

F.2.13.3 Each Tender offer communicated on paper shall be submitted as an original, plus 0 copies.

F.2.13.5 The employer’s address for delivery of Tender offers and identification details to be shown on each Tender

offer package are:

Location of Tender box: In the foyer of the offices of the King Cetshwayo District Municipality,

Corner of Krugerrand & Barbados Bay Road, CBD, Richards Bay

Identification details Reference Number Reference No. KCDM/RBIG/03/2017

Title of Tender Mthonjaneni SSA 2: Phase 01 Bulk: Construction of Pipelines, Reservoirs,

and Pump Station

Closing Date 15 December 2017

Time 12h00

Postal address: Private Bag X1025, Richards Bay, 3900

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T5 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

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

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

F.2.16 The Tender offer validity period is 90 days

F.3.4 Tenders will be opened immediately after the closing time for Tenders.

F.3.11 The procedure for the evaluation of responsive Tenders is as per Method 2.

F.3.11.4 Scoring preference

All Tenderers will be evaluated on 80 / 20 preferential point structure of which 80 points will be price, and 20

points will be preference.

F3.11.5 Scoring Quality

Substitute the word ‘quality’ wherever it appears with the word ‘functionality’.

The table below lists the scoring criteria and weighting for the score achieved against the relevant schedule:

NO. CRITERIA WEIGHT

1 Tenderers Experience: Successful completion of similar projects (in nature and value) in the last five (5)

years;

i. No projects completed (0)

ii. One (1) project completed (5)

iii. Two (2) projects completed (10)

iv. Three (3) projects completed (15)

v. Four (4) projects completed (20)

vi. Five (5) and above projects completed (25)

25

Note: Returnable Schedule RS012

2 Key Personnel: Site Agent/ Contracts Manager with the following Qualifications;

20

i. No experience or less than 1 year experience (0)

ii. Approved 3yr Degree / Diploma in the built environment with less than 2 years relevant experience

in the position (5)

iii. Approved 3yr Degree / Diploma in the built environment with 2-4 years relevant experience in the

position (10)

iv. Approved 3yr Degree/Diploma in the built environment with more than 4-6 years relevant

experience in position (15)

v. Approved 3yr Degree/Diploma in the built environment with more than 6 years relevant experience

in position (20)

Note: Returnable Schedule RS013

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T6 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

3 Key Personnel: Foreman with the following experience;

15

i. No experience (0)

ii. Less than 2 years relevant experience in the position (3)

iii. 2 years - 4 years of experience in the position (6)

iv. More than 4 years - 6 years relevant experience in the position (9)

v. More than 6 years - 8 years relevant experience in the position (12)

vi. More than 8 years relevant experience in the position (15)

Note: Returnable Schedule RS013

4 Key Personnel: Health and Safety Officer with the following experience;

10

vii. No experience (0)

viii. Less than 2 years relevant experience in the position (2)

ix. 2 years - 4 years of experience in the position (4)

x. More than 4 years - 6 years relevant experience in the position (6)

xi. More than 6 years - 8 years relevant experience in the position (8)

xii. More than 8 years relevant experience in the position (10)

Note: Returnable Schedule RS013

5 Construction Program: Submission of the following comprehensive construction programme indicating all

work flow items;

10

i. No programme (0)

ii. Poor (only major work items shown) (2)

iii. Adequate (all necessary work items shown) (6)

iv. Excellent (all necessary work items shown including links between tasks) (10)

Note: Returnable Schedule RS019

6

Quality Assurance

i. No quality control plan submitted (0)

ii. Poor – if Company Quality Management System does not make reference to ISO9001 and does not

talk to the project requirements (2)

iii. Satisfactory - If company Quality Management System does not make reference to ISO9001 but

talks to project requirements (4)

iv. Adequate – If company Quality Management System makes reference to ISO9001 and talks to

requirements of the project (6)

v. Good – if company Quality Management System makes reference to ISO90001 and has already

applied for ISO9001 certification (8)

vi. Very Good – If company Quality Management System has ISO9001 certification (10)

Note: Returnable Schedule RS022

10

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T7 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

7

Locality of the Target Enterprise (SMME)

i. Outside KZN (2)

ii. Inside KZN (6)

iii. Inside the King Cetshwayo District Municipality (10)

Note: Returnable Schedule RS021.6

10

TOTAL 100

The tenderer needs to score a minimum of 70% (70 points) to be considered responsive.

F.3.13.1 Tender offers will only be accepted if:

a) The Tenderer complies with the legal requirements stated in the Tender Data and Returnable Schedule.

c) the Tenderer is registered with the Construction Industry Development Board in an appropriate

contractor grading designation;

d) 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;

e) the Tenderer has not:

i) abused the Employer’s Supply Chain Management System; or

ii) failed to perform on any previous contract and has been given a written notice to this effect;

f) has completed the Compulsory Enterprise Questionnaire and there are no conflicts of interest which may

impact on the Tenderer’s ability to perform the contract in the best interests of the Employer or potentially

compromise the Tender process.

F.3.17 The number of paper copies of the signed contract to be provided by the employer is one.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T8 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

T1.2.1 CONDITIONS OF TENDER

A. GENERAL

1. King Cetshwayo Municipality does not bind itself to accept the lowest or any tender, and reserves the right to accept the

whole or any part of a tender.

2. The conditions of tender are based on the Standard Conditions of Tender as contained in Annex F of Board Notice

86 of 2010 in Government Gazette No. 33239 of 10 July 2015, Construction Industry Development Board (CIDB)

Standard for Uniformity in Construction Procurement (see www.cidb.org.za) which are reproduced without amendment

or alteration for the convenience of tenderers as an Annex to this Tender Data.

3. 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 it and

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

Conditions of Tender to which it mainly applies.

4. This contract will be governed by King Cetshwayo District Municipality “Conditions of TENDER” as outlined in this

document only and not any condition supplied by the Tenderer.

5. The quantities called for in this tender are an estimated quantity and King Cetshwayo District Municipality reserves the

right to take more or less than the quantity specified.

6. Full details of items offered and or drawings / pamphlets etc. must be supplied together with the return documents. All

additional drawings / pamphlets returned with the tender documents must be firmly bound and marked as “Additional” to

the specific tender reference number.

7. All items offered on this tender must be new and of the latest design.

8. Only tenders on King Cetshwayo District Municipality official tender document will be accepted and the original

document must be returned, fully completed and signed, in the form presented. Failure to do so will invalidate such

tender.

9. It must be clearly understood by the Tenderer, that no order/s for such commodities or services required by the King

Cetshwayo District Municipality will be recognized by the Tenderer unless a King Cetshwayo District Municipality

official order is issued and it is further understood that King Cetshwayo District Municipality will not accept

responsibility for any payment to the Tenderer unless the delivery notes and invoices for such goods or services quote the

relevant order number and is sent to King Cetshwayo District Municipality, Financial Department, Private BagX1025,

RICHARDS BAY, 3900.

10. Should it be considered necessary by the Tenderer, in the interest of design, quality or inspection for whatever reason that

a King Cetshwayo District Municipality official should proceed to other centers for inspection purposes, such costs shall

be for the account of the Tenderer.

11. Only tenders received by 12h00 on the given closing date will be considered. No late tender will be accepted after this

time.

12. No telegraphic, e-mail or faxed tenders will be accepted.

13. No correction fluid/ tape should be used on this tender document. Any alterations on the document should be signed by

the responsible person completing the document; failing to adhere to this will disqualify your tender.

14. ALL PRICES QUOTED MUST INCLUDE VALUE ADDED TAX AND MUST BE FIRM FOR A PERIOD OF (90)

NINETY DAYS FROM CLOSING DATE OF THIS TENDER.

15. SERVICE PROVIDER (SP) TAX STATUS WILL BE VERIFIED ON CSD; IN THE EVENT THAT YOUR TAX

STATUS INDICATE NON COMPLIANT YOUR TENDER WILL BE DISQUALIFIED

16. TENDERER’S FINANCIAL DETAIL

a) In terms of the standard conditions of Tender, the Tenderer shall provide information about its commercial position,

which includes information necessary for the Employer to evaluate the Tenderer's financial standing.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T9 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

b) A third party credit bureau check will be used to determine the credit worthiness of the Tenderer.

c) The financial standing of the Tenderer will be assessed by third party credit checks on the main contractor

d) An analysis of the Tenderer financial standing will be conducted by third party for the purposes of establishing the

Tenderers financial viability and ability to meet all of its contractual obligations for the duration of the contract,

should the Tenderer be awarded the contract.

e) Tenders that do not meet King Cetshwayo District Municipality’s financial requirements as per third party

assessment, will be disqualified from further assessment

B. DEMONSTRATIONS AND INSPECTIONS

17. All Tenderers must be prepared to demonstrate where required, free of charge and obligation, at the King Cetshwayo

District Municipality or any other area within the boundary of the King Cetshwayo District Municipality, any items

offered in this tender.

18. Where officials are required to attend demonstrations or inspections outside the District Municipality boundary of

Richards Bay, all costs to attend such demonstration must be borne by the Tenderer.

C. DELIVERIES, COMPLETION AND PENALTIES

19. Delivery date to be negotiated on placing the order.

20. Tenderers shall furthermore note that goods or services will not be considered acceptable and consequently their

obligations not fulfilled should goods or services fail to comply with the specifications in the tender document.

21. Where the supplier fails to deliver within the scope of the specifications of this tender, the Municipality reserves the right

to obtain services from any other supplier that complies with the specifications and the tenderer will be held responsible

for all costs involved.

D. PAYMENTS

22. Payment will be made within 30 days from statement invoice date subject to satisfactory execution of the contract

conditions and provided that the statement/invoice is without error.

23. Tenders must clearly state all settlement and trade discounts.

24. Any additional payment for extra work carried out on a contract will only be made provided that the contractor is issued

with a variation order by the Municipal Manager or delegated official of the King Cetshwayo District Municipality.

25. The King Cetshwayo District Municipality hereby indemnifies itself from any claims whatsoever, which may arise as a

result of loss of income suffered by the tenderer for any reason directly or indirectly during the course of this tender and

King Cetshwayo District Municipality reserves the right to consider compensation at its own terms.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T10 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

Annex: Standard Conditions of Tender (As contained in Annexure F of the CIDB Standard for Uniformity in Construction Procurement - SANS 294)

F.1 General

F.1.1 Actions

F.1.1.1 The employer and each tenderer submitting a tender offer shall comply with these conditions of tender. In their

dealings with each other, they shall discharge their duties and obligations as set out in F.2 and F.3, timeously

and with integrity, and behave equitably, honestly and transparently, comply with all legal obligations and not

engage in anticompetitive practices.

F.1.1.2 The employer and the tenderer and all their agents and employees involved in the tender process shall avoid

conflicts of interest and where a conflict of interest is perceived or known, declare any such conflict of interest,

indicating the nature of such conflict. Tenderers shall declare any potential conflict of interest in their tender

submissions. Employees, agents and advisors of the employer shall declare any conflict of interest to whoever is

responsible for overseeing the procurement process at the start of any deliberations relating to the procurement

process or as soon as they become aware of such conflict, and abstain from any decisions where such conflict

exists or recuse themselves from the procurement process, as appropriate.

Note: 1) A conflict of interest may arise due to a conflict of roles which might provide an incentive for improper

acts in some circumstances. A conflict of interest can create an appearance of impropriety that can undermine

confidence in the ability of that person to act properly in his or her position even if no improper acts result.

2) Conflicts of interest in respect of those engaged in the procurement process include direct, indirect or

family interests in the tender or outcome of the procurement process and any personal bias, inclination,

obligation, allegiance or loyalty which would in any way affect any decisions taken.

F.1.1.3 The employer shall not seek and a tenderer shall not submit a tender without having a firm intention and the

capacity to proceed with the contract.

F.1.2 Tender Documents

The documents issued by the employer for the purpose of a tender offer are listed in the tender data.

F.1.3 Interpretation

F.1.3.1 The tender data and additional requirements contained in the tender schedules that are included in the returnable

documents are deemed to be part of these conditions of tender.

F.1.3.2 These conditions of tender, the tender data and tender schedules which are only required for tender evaluation

purposes, shall not form part of any contract arising from the invitation to tender.

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

a) conflict of interest means any situation in which:

i) someone in a position of trust has competing professional or personal interests which make it

difficult to fulfil his or her duties impartially;

ii) an individual or organisation is in a position to exploit a professional or official capacity in some

way for their personal or corporate benefit; or

iii) Incompatibility or contradictory interests exist between an employee and the organisation which

employs that employee.

b) comparative offer means the tenderer’s financial offer after all tendered parameters that will affect the

value of the financial offer have been taken into consideration in order to enable comparisons to be

made between offers on a comparative basis

c) corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence

the action of the employer or his staff or agents in the tender process; and

d) fraudulent practice means the misrepresentation of the facts in order to influence the tender process or

the award of a contract arising from a tender offer to the detriment of the employer, including collusive

practices intended to establish prices at artificial levels

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T11 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

e) organization means a company, firm, enterprise, association or other legal entity, whether incorporated

or not, or a public body

f) quality (functionality) means the totality of features and characteristics of a product or service that

bear on its ability to satisfy stated or implied needs

F.1.4 Communication and employer’s agent

Each communication between the employer and a tenderer shall be to or from the employer's agent only, and in

a form that can be readily read, copied and recorded. Communications shall be in the English language. The

employer shall not take any responsibility for non-receipt of communications from or by a tenderer. The name

and contact details of the employer’s agent are stated in the tender data.

F.1.5 The employer’s right to accept or reject any tender offer

F.1.5.1 The employer may accept or reject any variation, deviation, tender offer, or alternative tender offer, and may

cancel the tender process and reject all tender offers at any time before the formation of a contract. The

employer shall not accept or incur any liability to a tenderer for such cancellation and rejection, but will give

written reasons for such action upon written request to do so.

F.1.5.2 The employer may not subsequent to the cancellation or abandonment of a tender process or the rejection of all

responsive tender offers re-issue a tender covering substantially the same scope of work within a period of six

months unless only one tender was received and such tender was returned unopened to the tenderer.

F.1.6 Procurement procedures

F.1.6.1 General

Unless otherwise stated in the tender data, a contract will, subject to F.3.13, be concluded with the tenderer who

in terms of F.3.11 is the highest ranked or the tenderer scoring the highest number of tender evaluation points, as

relevant, based on the tender submissions that are received at the closing time for tenders.

F.1.6.2 Competitive negotiation procedure

F.1.6.2.1 Where the tender data require that the competitive negotiation procedure is to be followed, tenderers shall

submit tender offers in response to the proposed contract in the first round of submissions. Notwithstanding the

requirements of F.3.4, the employer shall announce only the names of the tenderers who make a submission.

The requirements of F.3.8 relating to the material deviations or qualifications which affect the competitive

position of tenderers shall not apply.

F.1.6.2.2 All responsive tenderers, or not less than three responsive tenderers that are highest ranked in terms of the

evaluation method and evaluation criteria stated in the tender data, shall be invited in each round to enter into

competitive negotiations, based on the principle of equal treatment and keeping confidential the proposed

solutions and associated information. Notwithstanding the provisions of F.2.17, the employer may request that

tenders be clarified, specified and fine-tuned in order to improve a tenderer’s competitive position provided that

such clarification, specification, fine-tuning or additional information does not alter any fundamental aspects of

the offers or impose substantial new requirements which restrict or distort competition or have a discriminatory

effect.

F.1.6.2.3 At the conclusion of each round of negotiations, tenderers shall be invited by the employer to make a fresh

tender offer, based on the same evaluation criteria, with or without adjusted weightings. Tenderers shall be

advised when they are to submit their best and final offer.

F.1.6.2.4 The contract shall be awarded in accordance with the provisions of F.3.11 and F.3.13

F.1.6.3 Proposal procedure using the two stage-system

F.1.6.3.1 Option 1

Tenderers shall in the first stage submit technical proposals and, if required, cost parameters around which a

contract may be negotiated. The employer shall evaluate each responsive submission in terms of the method of

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T12 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

evaluation stated in the tender data, and in the second stage negotiate a contract with the tenderer scoring the

highest number of evaluation points and award the contract in terms of these conditions of tender.

F.1.6.3.2 Option 2

F.1.6.3.2.1Tenderers shall submit in the first stage only technical proposals. The employer shall invite all responsive tenderers

to submit tender offers in the second stage, following the issuing of procurement documents.

F.1.6.3.2.2The employer shall evaluate tenders received during the second stage in terms of the method of evaluation stated in

the tender data, and award the contract in terms of these conditions of tender.

F.2 Tenderer’s obligations

F.2.1 Eligibility

F.2.1.1 Submit a tender offer only if the tenderer satisfies the criteria stated in the tender data and the tenderer, or any of

his principals, is not under any restriction to do business with employer.

F.2.1.2 Notify the employer of any proposed material change in the capabilities or formation of the tendering entity (or

both) or any other criteria which formed part of the qualifying requirements used by the employer as the basis in

a prior process to invite the tenderer to submit a tender offer and obtain the employer’s written approval to do so

prior to the closing time for tenders.

F.2.2 Cost of tendering

Accept that, unless otherwise stated in the tender data, the employer will not compensate the tenderer for any

costs incurred in the preparation and submission of a tender offer, including the costs of any testing necessary to

demonstrate that aspects of the offer complies with requirements.

F.2.3 Check documents

Check the tender documents on receipt for completeness and notify the employer of any discrepancy or

omission.

F.2.4 Confidentiality and copyright of documents

Treat as confidential all matters arising in connection with the tender. Use and copy the documents issued by the

employer only for the purpose of preparing and submitting a tender offer in response to the invitation.

F.2.5 Reference documents

Obtain, as necessary for submitting a tender offer, copies of the latest versions of standards, specifications,

conditions of contract and other publications, which are not attached but which are incorporated into the tender

documents by reference.

F.2.6 Acknowledge addenda

Acknowledge receipt of addenda to the tender documents, which the employer may issue, and if necessary apply

for an extension to the closing time stated in the tender data, in order to take the addenda into account.

F.2.7 Clarification meeting

Attend, where required, a clarification meeting at which tenderers may familiarize themselves with aspects of

the proposed work, services or supply and raise questions. Details of the meeting(s) are stated in the tender data.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T13 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

F.2.8 Seek clarification

Request clarification of the tender documents, if necessary, by notifying the employer at least five working days

before the closing time stated in the tender data.

F.2.9 Insurance

Be aware that the extent of insurance to be provided by the employer (if any) might not be for the full cover

required in terms of the conditions of contract identified in the contract data. The tenderer is advised to seek

qualified advice regarding insurance.

F.2.10 Pricing the tender offer

F.2.10.1 Include in the rates, prices, and the tendered total of the prices (if any) all duties, taxes (except Value Added Tax

(VAT), and other levies payable by the successful tenderer, such duties, taxes and levies being those applicable

14 days before the closing time stated in the tender data.

F2.10.2 Show VAT payable by the employer separately as an addition to the tendered total of the prices.

F.2.10.3 Provide rates and prices that are fixed for the duration of the contract and not subject to adjustment except as

provided for in the conditions of contract identified in the contract data.

F.2.10.4 State the rates and prices in Rand unless instructed otherwise in the tender data. The conditions of contract

identified in the contract data may provide for part payment in other currencies.

F.2.11 Alterations to documents

Do not make any alterations or additions to the tender documents, except to comply with instructions issued by

the employer, or necessary to correct errors made by the tenderer. All signatories to the tender offer shall initial

all such alterations. Erasures and the use of masking fluid are prohibited.

F.2.12 Alternative tender offers

F.2.12.1 Unless otherwise stated in the tender data, submit alternative tender offers only if a main tender offer, strictly in

accordance with all the requirements of the tender documents, is also submitted as well as a schedule that

compares the requirements of the tender documents with the alternative requirements that are proposed.

F.2.12.2 Accept that an alternative tender offer may be based only on the criteria stated in the tender data or criteria

otherwise acceptable to the employer.

F.2.13 Submitting a tender offer

F.2.13.1 Submit one tender offer only, either as a single tendering entity or as a member in a joint venture to provide the

whole of the works, services or supply identified in the contract data and described in the scope of works, unless

stated otherwise in the tender data.

F.2.13.2 Return all returnable documents to the employer after completing them in their entirety, either electronically (if

they were issued in electronic format) or by writing legibly in non-erasable ink.

F.2.13.3 Submit the parts of the tender offer communicated on paper as an original plus the number of copies stated in

the tender data, with an English translation of any documentation in a language other than English, and the parts

communicated electronically in the same format as they were issued by the employer.

F.2.13.4 Sign the original and all copies of the tender offer where required in terms of the tender data. The employer will

hold all authorized signatories liable on behalf of the tenderer. Signatories for tenderers proposing to contract as

joint ventures shall state which of the signatories is the lead partner whom the employer shall hold liable for the

purpose of the tender offer.

F.2.13.5 Seal the original and each copy of the tender offer. The package shall state on the outside the employer's address

and identification details stated in the tender data, as well as the tenderer's name and contact address.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T14 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

F.2.13.6 Where a two-envelope system is required in terms of the tender data, place and seal the returnable documents

listed in the tender data in an envelope marked “financial proposal” and place the remaining returnable

documents in an envelope marked “technical proposal”. Each envelope shall state on the outside the employer’s

address and identification details stated in the tender data, as well as the tenderer's name and contact address.

F.2.13.7 Seal the original tender offer and copy packages together in an outer package that states on the outside only the

employer's address and identification details as stated in the tender data.

F.2.13.8 Accept that the employer will not assume any responsibility for the misplacement or premature opening of the

tender offer if the outer package is not sealed and marked as stated.

F.2.13.9 Accept that tender offers submitted by facsimile or e-mail will be rejected by the employer, unless stated

otherwise in the tender data.

F.2.14 Information and data to be completed in all respects

Accept that tender offers, which do not provide all the data or information requested completely and in the form

required, may be regarded by the employer as non-responsive.

F.2.15 Closing time

F.2.15.1 Ensure that the employer receives the tender offer at the address specified in the tender data not later than the

closing time stated in the tender data. Accept that proof of posting shall not be accepted as proof of delivery.

F.2.15.2 Accept that, if the employer extends the closing time stated in the tender data for any reason, the requirements of

these conditions of tender apply equally to the extended deadline.

F.2.16 Tender offer validity

F.2.16.1 Hold the tender offer(s) valid for acceptance by the employer at any time during the validity period stated in the

tender data after the closing time stated in the tender data.

F.2.16.2 If requested by the employer, consider extending the validity period stated in the tender data for an agreed

additional period with or without any conditions attached to such extension.

F.2.16.3 Accept that a tender submission that has been submitted to the employer may only be withdrawn or substituted

by giving the employer’s agent written notice before the closing time for tenders that a tender is to be withdrawn

or substituted.

F.2.16.4 Where a tender submission is to be substituted, submit a substitute tender in accordance with the requirements

of F.2.13 with the packages clearly marked as “SUBSTITUTE”. This shall only be done before the tender

closing date

F.2.17 Clarification of tender offer after submission

Provide clarification of a tender offer in response to a request to do so from the employer during the evaluation

of tender offers. This may include providing a breakdown of rates or prices and correction of arithmetical errors

by the adjustment of certain rates or item prices (or both). No change in the competitive position of tenderers or

substance of the tender offer is sought, offered, or permitted.

Note: Sub-clause F.2.17 does not preclude the negotiation of the final terms of the contract with a preferred tenderer

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

F.2.18 Provide other material

F.2.18.1 Provide, on request by the employer, any other material that has a bearing on the tender offer, the tenderer’s

commercial position (including notarized joint venture agreements), preferencing arrangements, or samples of

materials, considered necessary by the employer for the purpose of a full and fair risk assessment. Should the

tenderer not provide the material, or a satisfactory reason as to why it cannot be provided, by the time for

submission stated in the employer’s request, the employer may regard the tender offer as non-responsive.

F.2.18.2 Dispose of samples of materials provided for evaluation by the employer, where required.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T15 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

F.2.19 Inspections, tests and analysis

Provide access during working hours to premises for inspections, tests and analysis as provided for in the tender

data.

F.2.20 Submit securities, bonds, policies, etc.

If requested, submit for the employer’s acceptance before formation of the contract, all securities, bonds,

guarantees, policies and certificates of insurance required in terms of the conditions of contract identified in the

contract data.

F.2.21 Check final draft

Check the final draft of the contract provided by the employer within the time available for the employer to

issue the contract.

F.2.22 Return of other tender documents

If so instructed by the employer, return all retained tender documents within 28 days after the expiry of the

validity period stated in the tender data.

F.2.23 Certificates

Include in the tender submission or provide the employer with any certificates as stated in the tender data.

F.3 The employer’s undertakings

F.3.1 Respond to requests from the tenderer

F.3.1.1 Unless otherwise stated in the tender Data, respond to a request for clarification received up to five working

days before the tender closing time stated in the Tender Data and notify all tenderers who drew procurement

documents.

F.3.1.2 Consider any request to make a material change in the capabilities or formation of the tendering entity (or both)

or any other criteria which formed part of the qualifying requirements used to prequalify a tenderer to submit a

tender offer in terms of a previous procurement process and deny any such request if as a consequence:

a) an individual firm, or a joint venture as a whole, or any individual member of the joint venture fails to

meet any of the collective or individual qualifying requirements;

b) the new partners to a joint venture were not prequalified in the first instance, either as individual firms

or as another joint venture; or

c) in the opinion of the Employer, acceptance of the material change would compromise the outcome of

the prequalification process.

F.3.2 Issue Addenda

If necessary, issue addenda that may amend or amplify the tender documents to each tenderer during the period

from the date that tender documents are available until three days before the tender closing time stated in the

Tender Data. If, as a result a tenderer applies for an extension to the closing time stated in the Tender Data, the

Employer may grant such extension and, shall then notify all tenderers who drew documents.

F.3.3 Return late tender offers

Return tender offers received after the closing time stated in the Tender Data, unopened, (unless it is necessary

to open a tender submission to obtain a forwarding address), to the tenderer concerned.

F.3.4 Opening of tender submissions

F.3.4.1 Unless the two-envelope system is to be followed, open valid tender submissions in the presence of tenderers’

agents who choose to attend at the time and place stated in the tender data. Tender submissions for which

acceptable reasons for withdrawal have been submitted will not be opened.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T16 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

F.3.4.2 Announce at the meeting held immediately after the opening of tender submissions, at a venue indicated in the

tender data, the name of each tenderer whose tender offer is opened and, where applicable, the total of his

prices, preferences claimed and time for completion for the main tender offer only.

F.3.4.3 Make available the record outlined in F.3.4.2 to all interested persons upon request.

F.3.5 Two-envelope system

F.3.5.1 Where stated in the tender data that a two-envelope system is to be followed, open only the technical proposal of

valid tenders in the presence of tenderers’ agents who choose to attend at the time and place stated in the tender

data and announce the name of each tenderer whose technical proposal is opened.

F.3.5.2 Evaluate the quality of the technical proposals offered by tenderers, then advise tenderers who remain in

contention for the award of the contract of the time and place when the financial proposals will be opened. Open

only the financial proposals of tenderers, who score in the quality evaluation more than the minimum number of

points for quality stated in the tender data, and announce the score obtained for the technical proposals and the

total price and any preferences claimed. Return unopened financial proposals to tenderers whose technical

proposals failed to achieve the minimum number of points for quality.

F.3.6 Non-disclosure

Not disclose to tenderers, or to any other person not officially concerned with such processes, information

relating to the evaluation and comparison of tender offers, the final evaluation price and recommendations for

the award of a contract, until after the award of the contract to the successful tenderer.

F.3.7 Grounds for rejection and disqualification

Determine whether there has been any effort by a tenderer to influence the processing of tender offers and

instantly disqualify a tenderer (and his tender offer) if it is established that he engaged in corrupt or fraudulent

practices.

F.3.8 Test for responsiveness

F.3.8.1 Determine, after opening and before detailed evaluation, whether each tender offer properly received:

a) complies with the requirements of these Conditions of Tender,

b) has been properly and fully completed and signed, and

c) is responsive to the other requirements of the tender documents.

F.3.8.2 A responsive tender is one that conforms to all the terms, conditions, and specifications of the tender documents

without material deviation or qualification. A material deviation or qualification is one which, in the Employer's

opinion, would:

a) detrimentally affect the scope, quality, or performance of the works, services or supply identified in

the Scope of Work,

b) significantly change the Employer's or the tenderer's risks and responsibilities under the contract, or

c) affect the competitive position of other tenderers presenting responsive tenders, if it were to be

rectified.

Reject a non-responsive tender offer, and not allow it to be subsequently made responsive by correction or

withdrawal of the non-conforming deviation or reservation.

F.3.9 Arithmetical errors, omissions and discrepancies

F.3.9.1 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 in words shall govern.

F.3.9.2 Check the highest ranked tender or tenderer with the highest number of tender evaluation points after the

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

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

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

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T17 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

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.

F.3.9.3 Notify the tenderer of all errors or omissions that are identified in the tender offer and either confirm the tender

offer as tendered or accept the corrected total of prices.

F.3.9.4 Where the tenderer elects to confirm the tender offer as tendered, correct the errors 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 line item total shall govern and the rate shall be

corrected. Where there is an obviously gross misplacement of the decimal point in the unit rate, the

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

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 govern and the

tenderer will be asked to revise selected item prices (and their rates if bills of quantities apply) to

achieve the tendered total of the prices.

F.3.10 Clarification of a tender offer

Obtain clarification from a tenderer on any matter that could give rise to ambiguity in a contract arising from the

tender offer.

F.3.11 Evaluation of tender offers

F.3.11.1 General

Appoint an evaluation panel of not less than three persons. Reduce each responsive tender offer to a

comparative offer and evaluate them using the tender evaluation methods and associated evaluation criteria and

weightings that are specified in the tender data.

F.3.11.2 Method 1: Financial offer

In the case of a financial offer:

a) Rank tender offers from the most favourable to the least favourable comparative offer.

b) Recommend the highest ranked tenderer for the award of the contract, unless there are compelling and

justifiable reasons not to do so.

c) Re-rank all tenderers should there be compelling and justifiable reasons not to recommend the highest

ranked tenderer and recommend the highest ranked tenderer, unless there are compelling and

justifiable reasons not to do so and the process set out in this sub-clause is repeated.

F.3.11.3 Methods 2: Financial offer and preference

In the case of a financial offer and preferences:

a) Score each tender in respect of the financial offer made and preferences claimed, if any, in accordance

with the provisions of F.3.11.7 and F.3.11.8.

b) Calculate the total number of tender evaluation points (TEV) in accordance with the following

formula:

TEV = NFO + NP

where: NFO is the number of tender evaluation points awarded for the financial offer made in

accordance with F.3.11.7;

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T18 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

NP is the number of tender evaluation points awarded for preferences claimed in

accordance with F.3.11.8.

c) Rank tender offers from the highest number of tender evaluation points to the lowest.

d) Recommend the tenderer with the highest number of tender evaluation points for the award of the

contract, unless there are compelling and justifiable reasons not to do so.

e) Rescore and re-rank all tenderers should there be compelling and justifiable reasons not to recommend

the tenderer with the highest number of tender evaluation points, and recommend the tenderer with the

highest number of tender evaluation points, unless there are compelling and justifiable reasons not to

do so and the process set out in this sub-clause is repeated.

F.3.11.4 Method 3: Financial offer and quality

In the case of a financial offer and quality:

a) Score each tender in respect of the financial offer made and the quality offered in accordance with the

provisions of F.3.11.7 and F.3.11.9, rejecting all tender offers that fail to score the minimum number

of points for quality stated in the tender data, if any.

b) Calculate the total number of tender evaluation points (TEV) in accordance with the following formula:

TEV = NFO + NQ

where: NFO is the number of tender evaluation points awarded for the financial offer made in

accordance with F.3.11.7;

NQ is the number of tender evaluation points awarded for quality offered in accordance with F.3.11.9.

c) Rank tender offers from the highest number of tender evaluation points to the lowest.

d) Recommend tenderer with the highest number of tender evaluation points for the award of the

contract, unless there are compelling and justifiable reasons not to do so.

e) Rescore and re-rank all tenderers should there be compelling and justifiable reasons not to recommend

the tenderer with the highest number of tender evaluation points and recommend the tenderer with the

highest number of tender evaluation points, unless there are compelling and justifiable reasons not to

do so and the process set out in this sub-clause is repeated.

F.3.11.5 Method 4: Financial offer, quality and preferences

In the case of a financial offer, quality and preferences:

a) Score each tender in respect of the financial offer made, preference claimed, if any, and the quality

offered in accordance with the provisions of F.3.11.7 to F.3.11.9, rejecting all tender offers that fail to

score the minimum number of points for quality stated in the tender data, if any.

b) Calculate the total number of tender evaluation points (TEV) in accordance with the following formula,

unless otherwise stated in the Tender Data:

TEV = NFO + NP + NQ

where: NFO is the number of tender evaluation points awarded for the financial offer made in

accordance with F.3.11.7;

NP is the number of tender evaluation points awarded for preferences claimed in accordance with

F.3.11.8.

NQ is the number of tender evaluation points awarded for quality offered in accordance with F.3.11.9.

c) Rank tender offers from the highest number of tender evaluation points to the lowest.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T19 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

d) Recommend the tenderer with the highest number of tender evaluation points for the award of the

contract, unless there are compelling and justifiable reasons not to do so.

e) Rescore and re-rank all tenderers should there be compelling and justifiable reasons not to recommend

the tenderer with the highest number of tender evaluation points and recommend the tenderer with the

highest number of tender evaluation points, unless there are compelling and justifiable reasons not to

do so and the process set out in this sub-clause is repeated.

F.3.11.6 Decimal places

Score financial offers, preferences and quality, as relevant, to two decimal places.

F.3.11.7 Scoring Financial Offers

Score the financial offers of remaining responsive tender offers using the following formula:

NFO = W1 x A

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

W1 is the maximum possible number of tender evaluation points awarded for the financial offer as

stated in the Tender Data.

A is a number calculated using the formula and option described in Table F.1 as stated in the Tender

Data.

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

Formula Comparison aimed at achieving Option 1a Option 2a

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

Pm

A = P / Pm

2 Lowest price or percentage commission / fee A = (1 - (P - Pm))

Pm

A = Pm / P

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

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

F.3.11.8 Scoring preferences

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

data and reject all claims for preferences where tenderers are not eligible for such preferences. Calculate the

total number of tender evaluation points for preferences claimed in accordance with the provisions of the tender

data.

F.3.11.9 Scoring quality

Score each of the criteria and sub-criteria for quality in accordance with the provisions of the Tender Data.

Calculate the total number of tender evaluation points for quality using the following formula:

NQ = W2 x SO / MS

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

MS is the maximum possible score for quality in respect of a submission; and

W2 is the maximum possible number of tender evaluation points awarded for the quality as stated in

the tender data

F.3.12 Insurance provided by the employer

If requested by the proposed successful tenderer, submit for the tenderer's information the policies and / or

certificates of insurance which the conditions of contract identified in the contract data, require the employer to

provide.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T20 T1.2.1 Part T1: Tendering Procedures Conditions of Tender

F.3.13 Acceptance of tender offer

Accept the tender offer, if in the opinion of the employer, it does not present any unacceptable commercial risk

and only if the tenderer:

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

employer’s procurement,

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

professional and technical qualifications, professional and technical competence, financial resources,

equipment and other physical facilities, managerial capability, reliability, experience and reputation,

expertise and the personnel, to perform the contract,

c) has the legal capacity to enter into the contract,

d) is not insolvent, in receivership, bankrupt or being wound up, has his affairs administered by a court

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

of any of the foregoing,

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

f) is able, in the opinion of the employer, to perform the contract free of conflicts of interest.

F.3.14 Prepare contract documents

F.3.14.1 If necessary, revise documents that shall form part of the contract and that were issued by the employer as part

of the tender documents to take account of:

a) addenda issued during the tender period,

b) inclusion of some of the returnable documents, and

c) other revisions agreed between the employer and the successful tenderer.

F.3.14.2 Complete the schedule of deviations attached to the form of offer and acceptance, if any.

F.3.15 Complete adjudicator's contract

Unless alternative arrangements have been agreed or otherwise provided for in the contract, arrange for both

parties to complete formalities for appointing the selected adjudicator at the same time as the main contract is

signed.

F.3.16 Notice to unsuccessful tenderers

F.3.16.1 Notify the successful tenderer of the employer's acceptance of his tender offer by completing and returning one

copy of the form of offer and acceptance before the expiry of the validity period stated in the tender data, or

agreed additional period.

F.3.16.2 After the successful tenderer has been notified of the employer’s acceptance of the tender, notify other tenderers

that their tender offers have not been accepted.

F.3.17 Provide copies of the contracts

Provide to the successful tenderer the number of copies stated in the Tender Data of the signed copy of the

contract as soon as possible after completion and signing of the form of offer and acceptance.

F.3.18 Provide written reasons for actions taken

Provide upon request written reasons to tenderers for any action that is taken in applying these conditions of

tender, but withhold information which is not in the public interest to be divulged, which is considered to

prejudice the legitimate commercial interests of tenderers or might prejudice fair competition between tenderers.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T21 T2.2 Part T2: Returnable Documents Returnable Schedules

T2.1 List of Returnable Documents

The Tenderer must complete the following returnable documents:

1 Returnable Schedules – Post Evaluation Documents

RS005 : An original/certified copy of a valid Letter of Good Standing from Workmen’s Compensation

RS007 : Municipal Account Statement

RS008 : Preferential Procurement – Optional MDB 6.1

RS010 : Schedule of Plant and Equipment

RS011 : Tenderer’s Experience

RS012 : Key Personnel

RS013 : Proposed Amendments and Qualifications

RS018 : Preliminary Programme

RS019 : Declaration of Competency on Health and Safety

RS021 : Quality Assurance & Environmental Management

RS001 : Record of Addenda to Tender Documents

RS002 : Compulsory Enterprise Questionnaire

RS003 : Site Inspection Certificate

RS004 : Contractor Registration with the Construction Industry Development Board

RS006 : Confirmation of ability to obtain a Performance Guarantee

RS009 : Authority for Signatory

RS014 : Declaration of Tenderers Past Supply Chain Management Practices

RS015 : Declaration of Interest

RS016 : Certificate of Independent Bid Determination

RS017 : Dayworks Schedule

RS020 : Proposed targeted enterprise

RS022 : Declaration Certificate for Local Production and Content for Designated Sectors (MBD6.2)

RS023 : Form of Acceptance and Declaration

3 The offer of the C1.1 Offer and Acceptance

4 C1.2 Contract Data (Part 2)

5 C2.2 Bill of Quantities

Important Notice

Should the Tenderer not complete and submit all required documents required by the returnable

schedules listed as ‘Pre Evaluation Documents’ the Tender submission will be disqualified.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T22 T2.2 Part T2: Returnable Documents Returnable Schedules

Record of Addenda to Tender documents RS001

We confirm that the following communications received from the Employer before the submission of this Tender offer, amending the

Tender documents, have been taken into account in this Tender offer:

Date Title or Details

1.

2.

3.

4.

5.

6.

7.

8.

Attach additional pages if more space is required.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T23 T2.2 Part T2: Returnable Documents Returnable Schedules

Compulsory Enterprise Questionnaire RS002

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

partner must be completed and submitted.

Section 1: Name of enterprise:

Section 2: VAT registration number, if any:

Section 3: CIDB registration number, if any:

Section 4: Particulars of sole proprietors and partners in partnerships

Name*

Identity number*

Personal income tax number*

* Complete only if sole proprietor or partnership and attach separate page if more than 6 partners

Section 5: Particulars of companies and close corporations

Company registration number

Close corporation number

Tax reference number

Section 6: Record of service of the state

Indicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or director, manager,

principal shareholder or stakeholder in a company or close corporation is currently or has been within the last 12 months in the

service of any of the following:

□ a member of any municipal council □ an employee of any provincial department, national or

provincial public entity or constitutional institution within the

meaning of the Public Finance Management Act, 1999 (Act 1

of 1999)

□ a member of any provincial legislature □ a member of an accounting authority of any national or

provincial public entity

□ a member of the National Assembly or

the National Council of Province

□ an employee of Parliament or a provincial legislature

□ a member of the board of directors of

any municipal entity

□ an official of any municipality or

municipal entity

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T24 T2.2 Part T2: Returnable Documents Returnable Schedules

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

Name of sole proprietor, partner,

director, manager, principal

shareholder or stakeholder

Name of institution, public office, board

or organ of state and position held

Status of service

(tick appropriate column)

current Within last 12 months

*insert separate page if necessary

Section 7: Record of spouses, children and parents in the service of the state

Indicate by marking the relevant boxes with a cross, if any spouse, child or parent of a sole proprietor, partner in a partnership

or director, manager, principal shareholder or stakeholder in a company or close corporation is currently or has been within

the last 12 months been in the service of any of the following:

□ a member of any municipal council □ an employee of any provincial department,

national or provincial public entity or constitutional

institution within the meaning of the Public

Finance Management Act, 1999 (Act 1 of 1999)

□ a member of any provincial legislature □ a member of an accounting authority of any

national or provincial public entity

□ a member of the National Assembly or the

National Council of Province

□ an employee of Parliament or a provincial

legislature

□ a member of the board of directors of any

municipal entity

□ an official of any municipality or municipal entity

Name of spouse, child or parent Name of institution, public office, board

or organ of state and position held

Status of service

(tick appropriate column)

current Within last 12 months

*insert separate page if necessary

The undersigned, who warrants that he/she is duly authorized to do so on behalf of the enterprise:

i) authorizes the Employer to obtain a tax clearance certificate from the South African Revenue Services that my / our tax

matters are in order;

ii) confirms that the neither the name of the enterprise or the name of any partner, manager, director or other person, who

wholly or partly exercises, or may exercise, control over the enterprise appears on the Register of Tender Defaulters

established in terms of the Prevention and Combating of Corrupt Activities Act of 2004;

iii) confirms that no partner, member, director or other person, who wholly or partly exercises, or may exercise, control over

the enterprise appears, has within the last five years been convicted of fraud or corruption;

iv) confirms that I / we are not associated, linked or involved with any other Tendering entities submitting

Tender offers and have no other relationship with any of the Tenderers or those responsible for compiling the scope of

work that could cause or be interpreted as a conflict of interest;

v) confirms that the contents of this questionnaire are within my personal knowledge and are to the best of

my belief both true and correct.

Site Inspection Certificates are signed and handed out by the Engineer at the Tender Site Inspection.

Failure to do so will lead to your Tender being disqualified.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T25 T2.2 Part T2: Returnable Documents Returnable Schedules

Site Inspection Certificate RS003

ATTACH YOUR SIGNED ORIGINAL SITE INSPECTION CERTIFICATE TO THIS PAGE

Failure to do so will lead to your Tender being disqualified.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T26 T2.2 Part T2: Returnable Documents Returnable Schedules

Contractor Registration with Construction Industry Development Board RS004

Alternatively the CIDB registration number can be provided as follows:

Name of entity registered with CIDB: __________________________________

CRS number: __________________________________

Registration category and class: __________________________________

Failure to do so will lead to your Tender being disqualified.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T27 T2.2 Part T2: Returnable Documents Returnable Schedules

Workmen’s Compensation Letter of Good Standing RS005

Please provide a valid certificate number of the Workmen’s Compensation if registered with the department of

labour, or attach valid original (or valid certified cpy) of the Workmen’s Compensation commissioner letter of

good standing from applicable agencies e.g, FEM, RAM etc, if not registered with the department of labour.

Workmen’s Compensation certificate number: _____________________________

OR

In the case where it is not possible for an applicant to obtain the above letter of good standing from the Workmen’s

Compensation Commissioner, an affidavit is to be submitted advising that the business has registered with the

Workmen’s Compensation Commissioner.

OR

In the case where a business does not employ any employees an affidavit Together with a Letter from the

Workmen’s Compensation Commissioner addressed to the business, confirming that registration is not required,

must be submitted.

Failure to do so will lead to your Tender being disqualified.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T28 T2.2 Part T2: Returnable Documents Returnable Schedules

Confirmation of ability to obtain a Performance Guarantee RS006

Attach a letter of undertaking from a recognized financial institution, confirming the issuing of a performance guarantee equal

in value to 10 (ten) % of the tendered amount exclusive of VAT. The letter of undertaking will not oblige the financial

institution to issue a performance guarantee, but merely serves as an indication of the tenderers ability to obtain a performance

guarantee.

The performance guarantee is to be issued by the institutions as indicated below being:

- For a tender value of less or equal to R 5 mill (excl. of VAT), by a financial service provider registered with the

Financial Services Board.

- For a tender value larger than R 5 mill (excl. of VAT), from a registered bank, duly registered in terms of the Banking

Act.

Failure to do so will lead to your Tender being disqualified.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T29 T2.2 Part T2: Returnable Documents Returnable Schedules

Municipal Account Statement RS007

PAGE TO WHICH ANY OF THE FOLLOWING MUST BE ATTACHED

IN THE CASE WHERE:

A. TENDERER AS LANDOWNER FOR PURPOSE OF CONDUCTING

BUSINESS FROM PREMISES

A.1 In the case where the tenderer owns the property from which the

tenderer’s business operates from, an original or certified copy of the

tenderer’s business most recent municipal account indicating the status of

payment of all municipal rates and taxes i.e. property rates, electricity,

water, refuse & sewer from the Municipality in which jurisdiction the said

property is situated, must be submitted.

OR

A.2 In the instance where the tender occupies Tribal land an

original/certified copy of a letter from the councillor or tribal

authority confirming that the tenderer is residing in the area and whether

the area has municipal account. If the property rates, electricity, water,

refuse is charged by the municipality, the original or certified copy of the

statement not older than three (3) months in the name of the service

provider or any of its directors must be attached.

NB: Should there be separate tax invoices from the municipality for property

rates and services (taxes), you are required to submit the most recent of

each of these invoices.

OR

B. TENDERER IS THE TENANT FOR PURPOSE OF CONDUCTING ITS

BUSINESS FROM PREMISES

B.1 In the case where the tenderer does not own property and is a tenant for

the purpose of its business establishment, the tenderer to provide an

original or certified copy of a certificate from its landlord certifying that

all the tenants payments in respect of all municipal rates and taxes i.e.

property rates, electricity, water, refuse & sewer are paid up to date, or

B.2 In the case where the tenderer as tenant is responsible for its own

municipal accounts with the municipality then tenderer to provide an

original or certified copy letter from the landlord certifying the above

together with all most recent relevant municipal invoices i.e. property

rates, electricity, water refuse & sewer.

B.3 In the case where the tenderer operates in the property owned by relative

and does not pay rent or rate an affidavits from the relative confirming

such must be attached

Failure to do so may lead to your tender being disqualified.

Please select the

relevant option by

ticking below

Preferential Procurement-Optional RS008

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T30 T2.2 Part T2: Returnable Documents Returnable Schedules

PREFERENTIAL PROCUREMENT - OPTIONAL

MBD 6.1

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL

PROCUREMENT REGULATIONS 2017

This preference form must form part of all bids invited. It contains general information and serves as a claim form for

preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS,

DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN

THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

1. GENERAL CONDITIONS

1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes

included); and

- the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes

included).

1.2 The value of this bid is estimated not to exceed R50 000 000 (all applicable taxes included) and therefore

the 80/20 preference point system shall be applicable.

1.3 Preference points for this bid shall be awarded for:

(a) Price; and

(b) B-BBEE Status Level of Contribution.

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

POINTS

PRICE

80

B-BBEE STATUS LEVEL OF CONTRIBUTION

20

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

1.5 Failure on the part of a bidder to submit a B-BBEE Verification Certificate from a Verification Agency

accredited by the South African Accreditation System (SANAS), or a Registered Auditor approved by the

Independent Regulatory Board of Auditors (IRBA) or a sworn affidavit confirming annual turnover and

level of black ownership in case of an EME and QSE together with the bid, will be interpreted to mean that

preference points for B-BBEE status level of contribution are not claimed.

1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time

subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T31 T2.2 Part T2: Returnable Documents Returnable Schedules

2. DEFINITIONS

(a) “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurance

fund contributions and skills development levies;

(b) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based

Black Economic Empowerment Act;

(c) “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based on

its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black

Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic

Empowerment Act;

(d) “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of

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

processes or proposals;

(e) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic

Empowerment Act, 2003 (Act No. 53 of 2003) as amended by Act No 46 of 2013;

(f) “comparative price” means the price after the factors of a non-firm price and all unconditional discounts

that can be utilized have been taken into consideration;

(g) “consortium or joint venture” means an association of persons for the purpose of combining their

expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract;

(h) “contract” means the agreement that results from the acceptance of a bid by an organ of state;

(i) “EME” means an Exempted Micro Enterprise as defines by Codes of Good Practice issued in terms of

section 9 (1) of the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

(j) “Firm price” means the price that is only subject to adjustments in accordance with the actual increase or

decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty,

levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an

influence on the price of any supplies, or the rendering costs of any service, for the execution of the

contract;

(k) “functionality” means the measurement according to predetermined norms, as set out in the bid

documents, of a service or commodity that is designed to be practical and useful, working or operating,

taking into account, among other factors, the quality, reliability, viability and durability of a service and the

technical capacity and ability of a bidder;

(l) “non-firm prices” means all prices other than “firm” prices;

(m) “person” includes a juristic person;

(n) “QSE” means a Qualifying Small Enterprise as defines by Codes of Good Practice issued in terms of

section 9 (1) of the Broad-Based Black Economic Empowerment Act, 2003 ( Act No. 53 of 2003);

(o) “rand value” means the total estimated value of a contract in South African currency, calculated at the time

of bid invitations, and includes all applicable taxes and excise duties;

(p) “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing,

another person to support such primary contractor in the execution of part of a project in terms of the

contract;

(q) “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on

Black Economic Empowerment, issued in terms of Section 9(1) of the Broad-Based Black Economic

Empowerment Act and promulgated in the Government Gazette on 9 February 2007;

(r) “trust” means the arrangement through which the property of one person is made over or bequeathed to a

trustee to administer such property for the benefit of another person; and

(s) “trustee” means any person, including the founder of a trust, to whom property is bequeathed in order for

such property to be administered for the benefit of another person.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T32 T2.2 Part T2: Returnable Documents Returnable Schedules

3. ADJUDICATION USING A POINT SYSTEM

3.1 The bidder obtaining the highest number of total points will be awarded the contract.

3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into

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

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

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

the highest number of preference points for B-BBEE.

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

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

score for functionality.

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

4. POINTS AWARDED FOR PRICE

THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

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

80/20 or 90/10

min

min180

P

PPtPs or

min

min190

P

PPtPs

Where

Ps = Points scored for comparative price of bid under consideration

Pt = Comparative price of bid under consideration

Pmin = Comparative price of lowest acceptable bid

5. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTION

5.1 In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference points must

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

below:

B-BBEE Status Level of

Contributor

Number of points

(90/10 system)

Number of points

(80/20 system)

1 10 20

2 9 18

3 8 16

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T33 T2.2 Part T2: Returnable Documents Returnable Schedules

Non-compliant contributor 0 0

5.2 A bidder who qualifies as an EME in terms of the B-BBEE Act must submit a sworn affidavit confirming

Annual Total Revenue and Level of Black Ownership.

A Bidder other than EME or QSE must submit their original and valid B-BBEE status level verification

certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor

approved by IRBA or a Verification Agency accredited by SANAS.

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

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

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

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

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

5.5 Tertiary Institutions and Public Entities will be required to submit their B-BBEE status level certificates in

terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.

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

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

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

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

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

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

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

6. BID DECLARATION

6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 5.1

7.1 B-BBEE Status Level of Contribution: = (maximum of 10 or 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1

and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by

SANAS or a Registered Auditor approved by IRBA or a sworn affidavit.

8. SUB-CONTRACTING

8.1 Will any portion of the contract be sub-contracted?

(Tick applicable box)

YES NO

8.1.1 If yes, indicate:

i) What percentage of the contract will be subcontracted............……….…….…%

ii) The name of the sub-contractor…………………………………………………………..

iii) The B-BBEE status level of the sub-contractor................................……………..

iv) Whether the sub-contractor is an EME.

(Tick applicable box)

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T34 T2.2 Part T2: Returnable Documents Returnable Schedules

YES NO

9. DECLARATION WITH REGARD TO COMPANY/FIRM

9.1 Name of company/firm:……………………………………………………………….

9.2 VAT registration number:………………………………...……………………………

9.3 Company registration number:…………….……………………….……………….

9.4 TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited

[TICK APPLICABLE BOX]

9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

…………………………………………………………………………………………………………………………

…………………………………………………………………………………………………………………………

…………………………………………………………………………………………………………………………

…………………………………………..

9.6 COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

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

[TICK APPLICABLE BOX]

9.7 MUNICIPAL INFORMATION

Municipality where business is situated: ….……………………………………………….

Registered Account Number: ………………………….

Stand Number:……………………………………………….

9.8 Total number of years the company/firm has been in business:……………………………

9.9 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify that the points

claimed, based on the B-BBE status level of contribution indicated in paragraph 7 of the foregoing certificate,

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

i) The information furnished is true and correct;

ii) The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of

this form;

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T35 T2.2 Part T2: Returnable Documents Returnable Schedules

iii) In the event of a contract being awarded as a result of points claimed as shown in paragraph 7, the contractor

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

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

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

(a) disqualify the person from the bidding process;

(b) recover costs, losses or damages it has incurred or suffered as a result of that person’s

conduct;

(c) cancel the contract and claim any damages which it has suffered as a result of having to

make less favourable arrangements due to such cancellation;

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

who acted on a fraudulent basis, from

obtaining business from any organ of state for a period not exceeding 10 years, after the

audi alteram partem (hear the other side) rule has been applied; and

(e) forward the matter for criminal prosecution.

Please attach, to this page, an original or certified copy of the valid B-BBEE status level verification certificate, issued

by either:

• A Verification Agency that was accredited by the South African National Accreditation System (SANAS).

• a Registered Auditor approved by the Independent Regulatory Board for Auditors (IRBA)

• An Accounting Officer as contemplated in section 60(4) of the Closed Corporation Act no. 69 of 1984 (CCA)

(in the case of EME’s)

• Sworn Affišdavit

Failure to attach the certificate will result in a zero score for preference points.

………………………………………. SIGNATURE(S) OF BIDDERS(S)

DATE: …………………………………..

ADDRESS …………………………………..

…………………………………..

…………………………………..

WITNESSES 1. ……………………………………..

2. …………………………………….

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T36 T2.2 Part T2: Returnable Documents Returnable Schedules

Certificate of authority for signatory RS009

This Returnable Schedule is to be completed by companies and close corporations.

Indicate the status of the tenderer by ticking the appropriate box hereunder. The tenderer must complete the certificate set out

below for the relevant category. Failure to do so will lead to your Tender being disqualified.

A

Company

B

Joint Venture

C

Close Corporation

A. Certificate for company

I, .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , managing d irector of the board of directors of . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , hereby confirm that by resolution of the board taken

on . . . . . . . . . . . . . . . . . 20. . ., Mr/Ms . . . . . . . . . . . . . . . . . . . . , has been duly authorized to sign all documents in

connection with this tender and any contract resulting from it on behalf of the company.

As witnesses:-

1.. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Managing director

2.. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Date

B. Certificate for Joint Venture

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

. . . . . . . . . . . . . . . . . . . . . . . , authorized signatory of the company . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

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

any contract resulting from it on our behalf.

NAME OF FIRM ADDRESS AUTHORISING SIGNATURE,

NAME & CAPACITY

Lead partner

C. Certificate for close corporation

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T37 T2.2 Part T2: Returnable Documents Returnable Schedules

We, the undersigned, being the key members in the business trading as . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . .hereby authorize Mr/Ms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ,

to sign all documents in connection with the tender and any contract resulting from it on our behalf.

NAME ADDRESS SIGNATURE DATE

NOTE: This certificate is to be completed and signed by all of the key members upon whom rests the direction of the affairs

of the Close Corporation as a whole.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T38 T2.2 Part T2: Returnable Documents Returnable Schedules

Schedule of plant and equipment RS010

Tenderers to furnish with their tenders a complete list of the major items of plant and equipment which they propose to use in

the work. After his tender has been accepted, the Contractor must satisfy the Project Manager at all times that such plant and

equipment, or its equivalent, is available for use.

TYPE OF PLANT MAKE & DESCRIPTION NUMBER

CATEGORY 1 – PLANT Owned Hired

CATEGORY 2 – EQUIPMENT Owned Hired

Failure to complete this form properly and correctly, will lead to the conclusion that the Tenderer does not have the

necessary plant and equipment resources at its disposal, which will prejudice its tender.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T39 T2.2 Part T2: Returnable Documents Returnable Schedules

Tenderer’s experience RS011

RS012.1 LIST OF SIMILAR PROJECTS CARRIED OUT OVER THE PAST 5 YEARS

1. Tenderers must take care to provide accurate information in this return. Incorrect contact details of references listed will

have a negative impact on scoring.

2. Table RS012.1.1 is a statement of similar work successfully executed by the Tenderer. If the space provided is

insufficient, add more projects on a separate sheet by photocopying this template.

3. The Tenderer must indicate the numerical list number out of a given total number of lists submitted on the right top

corner of each list.

4. The Tenderer should also indicate duration of each project in weeks as this will be used to calculate the number of years

of relevant experience.

5. The total number of weeks will be converted to the number of years by dividing by 52.

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

Position: ................................................................... Tenderer: ...............................................................................................

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T40 T2.2 Part T2: Returnable Documents Returnable Schedules

Table RS012.1.1: List of similar Projects carried out over the past 5 years (List 1 of ...... Lists)

Employer: Contact person

(Employer’s Agent)

Description of contract

(name of project)

Project Value

(incl. VAT)

Completion

Date

Duration

(weeks)

1. Employer’s name:

Consultant’s name:

Contact: Contact:

Tel: Tel:

Cell: Cell:

Fax: Fax:

2. Employer’s name:

Consultant’s name:

Contact: Contact:

Tel: Tel:

Cell: Cell:

Fax: Fax:

3. Employer’s name:

Consultant’s name:

Contact: Contact:

Tel: Tel:

Cell: Cell:

Fax: Fax:

4. Employer’s name:

Consultant’s name:

Contact: Contact:

Tel: Tel:

Cell: Cell:

Fax: Fax:

5. Employer’s name:

Consultant’s name:

Contact: Contact:

Tel: Tel:

Cell: Cell:

Fax: Fax:

Total duration in number of weeks (for official use only)

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

Position: ..................................................... Tenderer: ...............................................................................................

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T41 T2.2 Part T2: Returnable Documents Returnable Schedules

Key personnel RS012

RS013.1 LIST OF KEY PERSONNEL ASSIGNED TO THE CONTRACT

1. Provide relevant information as prescribed below for the following Key Persons proposed in the tender to fulfil the

following positions:

2. Curriculum Vitae of all proposed staff must be attached.

Table RS013.1.1: List of personnel to be assigned to this project

Name ID No. Current Position No. of Years

Employed Qualifications / Experience

CATEGORY 1 – SITE AGENT/CONTRACTS MANAGER

1.

2.

3.

4.

CATEGORY 2 – FOREMEN

5.

6.

7.

CATEGORY 3 – HEALTH AND SAFETY STAFF

8.

9.

10.

CATEGORY 4 – SUPPORT STAFF/LIC STAFF

11.

12.

13.

14.

CATEGORY 5 – ARTISANS AND OPERATORS

15.

16.

17.

18.

19.

3. The undersigned, who warrants that he / she is duly authorized to do so on behalf of the Tenderer, confirms that the

contents of this schedule are within his / her personal knowledge and are to the best of his / her belief both true and

correct.

4. Attach a proposed organogram to this page.

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

Position: ............................................................ Tenderer: ...............................................................................................

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T42 T2.2 Part T2: Returnable Documents Returnable Schedules

RS013.2 CURRICULUM VITAE OF KEY PERSONNEL

CV’s and certified qualifications and ID of each key personnel member must be submitted.

1. Site Agent/Contracts Manager

2. Foreman

3. Health and Safety Officer

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T43 T2.2 Part T2: Returnable Documents Returnable Schedules

Proposed Amendments and Qualifications RS013

The Tenderer should record any deviations or qualifications he may wish to make to the tender documents in this Returnable

Schedule. Alternatively, a tenderer may state such deviations and qualifications in a covering letter to his tender and reference

such letter in this schedule.

The Tenderer’s attention is drawn to Clause F.3.3 of the Standard Conditions of Tender referenced in the Tender Data

regarding the Employer’s handling of material deviations and qualifications.

These amendments and qualifications, if accepted by the Employer, will be incorporated in the Acceptance Form as

Deviations.

Page

Clause or item

Proposal

Signed

Date

Name

Position

Tenderer name

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T44 T2.2 Part T2: Returnable Documents Returnable Schedules

Declaration of Tenderer’s Past Supply Chain Management Practices RS014

1 This Municipal Tendering Document must form part of all Tenders invited.

2 It serves as a declaration to be used by municipalities and municipal entities in ensuring that when goods and

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

system.

3 The Tender of any tenderer may be rejected if that tenderer, or any of its directors have:

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

conduct in relation to such system;

b. been convicted for fraud or corruption during the past five years;

c. willfully neglected, reneged on or failed to comply with any government, municipal or other public sector

contract during the past five years; or

d. been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of

Corrupt Activities Act (No 12 of 2004).

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

Tender.

Item Question Yes No

4.1 Is the tenderer or any of its directors listed on the National Treasury’s database as a

company or person 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 National Treasury after the audi alteram partem rule was

applied).

Yes

No

4.1.1 If so, 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)?

(To access this Register enter the National Treasury’s website, www.treasury.gov.za,

click on the icon “Register for Tender Defaulters” or submit your written request for a

hard copy of the Register to facsimile number (012) 3265445).

Yes

No

4.2.1 If so, furnish particulars:

4.3 Was the tenderer or any of its directors convicted by a court of law (including a court

of law outside the Republic of South Africa) for fraud or corruption during the past

five years?

Yes

No

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T45 T2.2 Part T2: Returnable Documents Returnable Schedules

4.3.1 If so, furnish particulars:

4.4 Does the tenderer or any of its directors owe any municipal rates and taxes or

municipal charges to the municipality / municipal entity, or to any other

municipality / municipal entity, that is in arrears for more than three months?

Yes

No

4.4.1 If so, furnish particulars:

4.5 Was any contract between the tenderer and the municipality / municipal entity or any

other organ of state terminated during the past five years on account of failure to

perform on or comply with the contract?

Yes

No

4.5.1 If so, furnish particulars:

CERTIFICATION

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

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

Position Name of Tenderer

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T46 T2.2 Part T2: Returnable Documents Returnable Schedules

Declaration of Interest RS015

1. No bid will be accepted from persons in the service of the state¹.

2. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make an

offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid,

or part thereof, be awarded to persons connected with or related to persons in service of the state, it is required that the

bidder or their authorised representative declare their position in relation to the evaluating/adjudicating authority.

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

3.1 Full Name of bidder or his or her

representative:…………………………………………………………………….

3.2 Identity Number: ………………………………………………………………………………….

3.3 Position occupied in the Company (director, trustee, hareholder²):……………………………………………

3.4 Company Registration Number:

……………………………………………………………………………………………

3.5 Tax Reference

Number:……………………………………………………………………………………………………….

3.6 VAT Registration

Number:…………………………………………………………………………………………………………

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

Numbers and state employee numbers must be indicated in paragraph 4 below.

3.8 Are you presently in the service of the state? YES / NO

3.8.1 If yes, furnish

particulars.….………………………………………………………………………………………

¹ MSCM Regulations: “in the service of the state” means to be –

(a) a member of –

(i) any municipal council;

(ii) any provincial legislature; or

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

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

(c) an official of any municipality or municipal entity;

(d) an employee of any national or provincial department, national or provincial public entity or

constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No.1 of

1999);

(e) a member of the accounting authority of any national or provincial public entity; or

(f) an employee of Parliament or a provincial legislature.

² Shareholder” means a person who owns shares in the company and is actively involved in the management of

the company or business and exercises control over the company.

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

3.9.1 If yes, furnish

particulars.….………………………………………………………………………………………..

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

involved with the evaluation and or adjudication of this bid? YES / NO

3.10.1 If yes, furnish

particulars.….………………………………………………………………………………………..

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T47 T2.2 Part T2: Returnable Documents Returnable Schedules

3.11 Are you, aware of any relationship (family, friend, other) between any other bidder and any persons in the

service of the state who may be involved with the evaluation and or adjudication of this bid?

YES / NO

3.11.1 If yes, furnish

particulars.….………………………………………………………………………………………..

3.12 Are any of the company’s directors, trustees, managers, Principle shareholders or stakeholders in service of the

state? YES / NO

3.12.1 If yes, furnish

particulars.….………………………………………………………………………………………..

3.13 Are any spouse, child or parent of the company’s directors trustees, managers, principle shareholders or

stakeholders in service of the state? YES / NO

3.13.1 If yes, furnish

particulars.….………………………………………………………………………………………..

3.14 Do you or any of the directors, trustees, managers, principle shareholders, or stakeholders of this company have

any interest in any other related companies or business whether or not they are bidding for this contract.

YES / NO

3.14.1 If yes, furnish

particulars.….………………………………………………………………………………………..

4. Full details of directors / trustees / members / shareholders.

Full Name Identity Number State Employee

Number

………………………………….. ……………………………………..

Signature Date

…………………………………… ……..……………………………….

Capacity Name of Tenderer

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T48 T2.2 Part T2: Returnable Documents Returnable Schedules

Certificate of Independent Bid Determination RS016

I, the undersigned, in submitting the accompanying bid:

(Bid number and description)

In response to the invitation for the bid made by:

(Name of Municipality/ Municipal Entity)

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

I certify, on behalf of: ________________________________________________________ that:

(Name of Bidder)

1. I have read and I understand the contents of the certificate;

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

every respect;

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

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

terms of and to sign the bid. On behalf of the bidder;

5. for the purposes of this certificate and the accompanying bid, I understand that the word “competitor” shall include

any individual or organization, other than the bidder, whether or not affiliated with the bidder, who:

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

(b) Could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or

experience; and

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

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

agreement or arrangement with any competitor. However communication between partners in a joint venture or

consortium³ will not be construed as collusive bidding.

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

agreement with any competitor regarding:

(a) Prices

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

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

(d) The intention or decision to submit or not to submit a bid;

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

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

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

regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to

which this bid invitation relates.

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

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

10. Joint venture or consortium means an association of persons for the purpose of combining their expertise, property,

capital, efforts, skill and knowledge in an activity for the execution of a contract.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T49 T2.2 Part T2: Returnable Documents Returnable Schedules

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

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

investigation and possible imposition of administrative penalties in terms of section 59 of the competition Act No. 89

of 1998 and or may be reported to the National Prosecuting Authority (NPA) for criminal investigation and or may

be restricted from conducting business with the public sector for a period not exceeding ten (10) years in terms of the

prevention and combating of Corrupt Activities Act No. 12 of 2004 or any other applicable legislation.

------------------------------------ ------------------------------

Signature Date

------------------------------------ ------------------------------------------------------

Position Name of Tenderer

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T50 T2.2 Part T2: Returnable Documents Returnable Schedules

Day-works Schedule RS017

This day work schedule will be used at the discretion of the Agent for the valuation of extra work, which cannot conveniently

be valued at rates submitted in the Bill of Quantities.

The rates entered for labour and material shall be inclusive of overhead charges and profit, site supervision of staff,

insurances, holidays with pay and the use and maintenance of small hand tools and non-mechanical plant, traveling

allowances, other emoluments and allowances. Provision will be made for the insertion of percentages to cover all these

items which are henceforth termed “on-costs”. The rate used in the deduction of the value of the day work is thus the basic

rate plus the percentage “on-costs”.

In the case of plant no “on-costs” items is provided. The rate entered shall include any of the above “on-costs” which are

pertinent and shall include operator’s costs, consumable stores, maintenance, etc.

The Tenderer must fill in each item listed below or his Tender may be rejected as being incomplete.

A LABOUR

1 Unskilled __________________________ per hour plus _____________________ % “On-Cost”

2 Semi-skilled ________________________ per hour plus _____________________ % “On-Cost”

3 Skilled _____________________________ per hour plus _____________________ % “On-Cost”

B PLANT DESCRIPTION RATE PER HOUR

WORKING STANDING

__________________________________ ________________ _______________

__________________________________ ________________ _______________

__________________________________ ________________ _______________

__________________________________ ________________ _______________

__________________________________ ________________ _______________

__________________________________ ________________ _______________

NOTE:

The rates for compressors shall include for hoses and pneumatic tools.

C MATERIAL

The TENDERER shall state the percentage “On-Cost” he will add to the basic price of materials.

___________________________________________ %

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T51 T2.2 Part T2: Returnable Documents Returnable Schedules

Preliminary Programme RS018

The tender below shall outline his proposed programme for the completion of the Works to conform with the requirements set

out in the Appendix to the Form of Tender.

The successful Tenderer shall use the programme submitted below as the basis for the detailed programme, which is to be

provided 14 days after the handing over of the site.

ACTIVITY

NO.

DESCRIPTION

OF WORK ENVISAGED

DURATION STARTING

WEEK FINISHING

[Note: The programme must be based on the completion time as specified in the Contract Data. No other completion time

that may be indicated on this programme will be regarded as an alternative offer, unless it is listed in Table (b) of Form I

hereafter and supported by a detailed statement to that effect, all as specified in the Bid Data]

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T52 T2.2 Part T2: Returnable Documents Returnable Schedules

Declaration of competency on Health and Safety requirements RS019

Tenderer to provide a declaration on his competencies in establishing and maintaining a Health and Safety plan as required in

terms of the Construction Regulations of 2014.

In order to demonstrate these competencies, the Tenderer is to provide with his tender (and attached to this page as a separate

document) brief statements as to a safety plan and how the safety management systems will work and what control

procedures they plan on using to ensure safety on the construction site.

The following generic aspects should be covered in the safety plan:

• What administrative procedures the Contractor envisage to use in the implementation and maintenance of the safety

plan with reference to the construction site.

• How continuous assessment of the safety plan will be assessed and implemented with respect to construction site.

• What control systems the Contractor envisage to implement on site to support his safety program.

• How the Contractor will ensure that he adheres to the construction regulations in respect of competent persons for

appointments.

• What external resources the Contractor envisage on using to ensure successful implementation and sustainability of

the safety plan.

• What training to employees the Contractor envisage and how he would go about to execute it.

• The Contractor should indicate which competent (as described in the OSH Act) persons he currently has in his

employ or he plans on employing and attach abbreviated Curriculum Vitaes of these persons.

DECLARATION BY TENDERER

It is confirmed that an outline of the Health and Safety plan is attached hereto. We further declare that we have the

competence and necessary resources to carry out work safely in compliance with the Construction Regulations 2014 and that

an approved Health and Safety Plan will be submitted prior to commencing with this contract.

Failure to do so may lead to your Tender being disqualified.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T53 T2.2 Part T2: Returnable Documents Returnable Schedules

Proposed Targeted Enterprises RS020

RS021.1 PROPOSED TARGETED ENTERPRISES

Tenders are required to employ Targeted Enterprises on this contract; failure to do so shall lead to tenderer

being completely disqualified. The Targeted Enterprises to be utilized should meet the requirements of

Preferential

Procurement Regulations, 2017and registered with CIDB with minimum grading of 1 CE to 4 CE. At least 40% of contract value excluding exceptions as listed in RS021.3 must be sub contracted to the Targeted

Enterprises. The objective is to bring about meaningful transformation in the Construction Industry through

the following:

• Meaningful economic participation

• Transfer of technical, management and entrepreneurial skills

• Creation of sustainable Black Enterprises

Also refer to Contract Data C26 – C28, ‘TARGETED PROCUREMENT FOR CONTRACTORS’

Proposed extent of works to be allocated to subcontractor

Include value of works

allocated to sub-

contractor

1.

2.

3.

4.

5.

The TARGETED Enterprise ratio will be calculated based on the tendered sum of the works less the VAT,

Contingencies, Deductible Materials, CPA and Preliminary and General.

King Cetshwayo District Municipality will make available the list of all contractors

registered on CSD database comprising of contractors from King Cetshwayo District

Municipality jurisdiction, to provide the required goods and services of the applicable

designated groups. Each supplier shall be expected to be Eligible upgrade to the next CIDB

grading at the completion of the identified scope of works.

..………………………………………... …………………………..

Signature Date

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T54 T2.2 Part T2: Returnable Documents Returnable Schedules

RS021.2 ADEQUACY AND QUALITY OF MENTORSHIP AND SKILLS

TRANSFER PROGRAMME

1. Tenderers are required to employ designated Subcontractors on this contract with the targeted enterprise(s).

The designated sub-contractors to be utilized should be black owned business and registered with CIDB with

minimum grading of 1CE to 4CE.

2. A Tenderer has to achieved at least 40% of sub-contracting of contract value excluding exceptions as listed in

RS021.3 to the Targeted Enterprises. The objective is to bring about meaningful transformation in the

construction industry through the following:

• Meaningful economic participation

• Transfer of technical, management and entrepreneurial skills

• Creation of sustainable Black Enterprises

3. In pursuance of the above objectives, the Tenderer has to develop a mentoring and skills transfer programme

which is a practical training programme for targeted black owned SMME construction companies preferably

located in King Cetshwayo District Municipality.

4. The mentorship programme must clearly specify the role of the targeted enterprise(s) showing the areas of

development in relation to the work packages assigned to the targeted enterprise(s)

5. The on-job training is to be organized and managed by the Developed Enterprise; in contracts awarded and

managed by KCDM, but works are executed with the guidance and assistance of experienced Main Contractors

at the tendering, mobilization, construction and completion phases.

6. Depending on the nature of contract, the training programme should among other things cover areas such as:

understanding Technical Specifications; Standard Specifications; Interpretation of Technical Drawings;

Tendering Procedures; Pricing and Unit Rates Build-up; Construction of Civil Works in the Water Industry:

Reinforcement, Formwork and False-work; Clearing and Site Establishment; Site Organization and

Administration; Surveying and

Setting Out; Project Planning and Work Programming/ Scheduling; Contract Supervision and Administration;

Environmental Issues; Financial Planning; Project Cost Control; Cash Flow Management; Measurement of

Works and Pricing; Preparation of Payment Certificates; Preparation of Claims and Claims Management;

Procurement of Equipment and Materials; Personnel Management; Accident and Safety Precaution;

Communication. This is just a guide for the design of the mentorship programme.

7. The mentoring and skills transfer programme must indicate what evidence will be produced to show that

training did take place. This could for instance be in the form of SAQA accredited modules by relevant SITAs.

8. The Main Contractor (Developed Enterprise) is strongly encouraged to choose relevant SITA accredited

modules for

training of targeted SMMEs in which case the SITA’s NQF level certificates indicating the credits attained

could be produced as evidence of the training of the targeted SMMEs. Examples could be NQF2, 3 or 5 in

labour intensive construction (LIC) methods

9. The mentorship and skills transfer programme will be assessed based on the submitted methodology or plan. It

must be robust, well thought out and should meet most elements of the description given above depending on

the nature of work:

10. A capacity building evaluation/ assessment form is to be designed by the main contractor in agreement with

the targeted enterprise(s). This must be included in the tender document. The evaluation/ assessment form has

to be filled in by all the contractors every month and after completion of the project. The form is to be used for

assessing progress made with the training as well as identifying additional training (or gaps) requiring more

training.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T55 T2.2 Part T2: Returnable Documents Returnable Schedules

11. THE MENTORSHIP AND SKILLS TRANSFER PROGRAMME (REFER TO ITEM NO. 5 ABOVE) AS

WELL AS THE CAPACITY BUILDING EVALUATION FORM (REFER TO ITEM NO. 10 ABOVE)

MUST BE ATTACHED BELOW

..………………………………………... …………………………..

Signature Date

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T56 T2.2 Part T2: Returnable Documents Returnable Schedules

RS021.3 DETERMINATION OF TARGETED ENTERPRISE PROCUREMENT

1. The targeted enterprise procurement ratio will be calculated based on the tendered sum of the works less the

following:

1.1 Preliminary & General

1.2 VAT

1.3 Contingencies

1.4 CPA

1.5 Value of the deductible materials as listed in RS021.70 below

2. Tenderers must provide the rates for quantities and value of items earmarked for exclusion from the

targeted procurement calculation. Failure to do so will lead to the assumption that all quantities contained

in the BoQ are eligible for application of the targeted procurement.

Table RS021.70 Schedule of items excluded in the calculation of the TARGETED PROCUREMENT

Section Description Amount

1 PIPES AND PIPE FITTINGS

2 AIR VALVES

3 SCOUR VALVES

4 ISOLATION VALVES

Sub Total

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T57 T2.2 Part T2: Returnable Documents Returnable Schedules

RS021.4 CONTRACT PARTICIPATION FOR TARGETED ENTERPRISES

Contract Participation for Targeted Enterprise

Total value of Contract excluding P&G’s, VAT, Contingencies, CPA &

Specialists Items (Deductible Materials): ________________________________________

Total value of contract participation by targeted enterprise: ____________________________________

Percentage (%) contract participation by targeted enterprise: ____________________________________

Broad description of work to be performed by the targeted enterprise:

___________________________________________________________________________________________

___________________________________________________________________________________________

___________________________________________________________________________________________

___________________________________________________________________________________________

___________________________________________________________________________________________

___________________________________________________________________________________________

___________________________________________________________________________________________

___________________________________________________________________________________________

____________________________________________________________________________________________

Failure to complete this schedule will lead to the assumption that the 40% of the contract value to be sub-contracted

to the Targeted Enterprises will be without exclusion of any items.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T58 T2.2 Part T2: Returnable Documents Returnable Schedules

Quality Assurance and Environmental Management RS021

1. Quality assurance systems employed by the Bidder in his office in order to ensure compliance with stated employer’s

requirements ISO 9001: 2008 Certification: Bidders who are certified as being compliant to the International

Organisation for Standardisation’s ISO 9001: 2008 quality management standard, will score higher in the functionality.

Proof of certification or application with evidence of previously started process must be attached in order to qualify for

functionality points. The extent of the use of this system must be attached in order to qualify for higher scores.

2. Bidders who are following a quality management standard as set out by CESA/SABTACO will be deemed to be

adequate if they indicate the extent of the use of this system which must be attached in order to qualify for satisfactory

score.

3. Certified Proof of certification of the tendering entity and its sub-contractor(s) or JV partner(s) must be submitted with

the tender.

4. Note: Where the entity Tendering is a joint venture, provided one of these parties is ISO 9001: 2000 certified, and it has

been indicated on the work plan submitted that the party will take responsibility for quality management.

5. Does the Tenderer have a quality management system which is certified in terms of ISO 9001: 2008

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

6. If “yes”, Tenderer to supply brief summary of structure of system

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

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

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

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

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

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

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

7. If “no”, does the Tenderer intend to apply for certification?

By when? ......................................................................................................................................................

OR

8. If “no”, does the Tenderer have its own system? .........................................................................................

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

9. If “yes”, please supply details of the system

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

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

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

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

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

11. Does the Tenderer have an environmental management system which is certified in terms of ISO

14 000 .............................................................................................................................................................

12. If “yes”, Tenderer to supply brief summary of structure of system:

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

YES NO

YES NO

Date

YES NO

YES NO

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T59 T2.2 Part T2: Returnable Documents Returnable Schedules

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

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

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

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

13. . If “no”, does the Tenderer intend to apply for certification?

By when? ......................................................................................................................................................

OR

14. If “no”, does the Tenderer have its own system?

15. If “yes”, please supply details of the system

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

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

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

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

16. If the Tenderer does not intend to apply for certification it shall submit details of the quality / environmental

management system presently in place.

17. [The Tenderer shall insert here a copy of the company’s quality assurance plan, control procedures and the relevant

documentation supporting its commitment to environmental management. In the event of these documents being too

extensive to be included in the procurement document, an abbreviated version of the master document will be included,

referring to the master document.]

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

Position: ...................................................... Tenderer: .............................................................................

YES NO

YES NO

Date

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T60 T2.2 Part T2: Returnable Documents Returnable Schedules

Declaration Certificate for Local Production and Content for Designated Sectors (MBD6.2) RS022 RS024

This Municipal Bidding Document (MBD) must form part of all bids invited. It contains general information

and serves as a declaration form for local content (local production and local content are used

interchangeably).

Before completing this declaration, bidders must study the General Conditions, Definitions, Directives

applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2017 and

the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:2011

(Edition 1) and the Guidance on the Calculation of Local Content together with the Local Content Declaration

Templates [Annex C (Local Content Declaration: Summary Schedule), D (Imported Content Declaration:

Supporting Schedule to Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)].

1. General Conditions

1.1. Preferential Procurement Regulations, 2017 (Regulation 9) makes provision for the promotion of local

production and content.

1.2. Regulation 9.(1) prescribes that in the case of designated sectors, where in the award of bids local

production and content is of critical importance, such bids must be advertised with the specific bidding

condition that only locally produced goods, services or works or locally manufactured goods, with a

stipulated minimum threshold for local production and content will be considered.

1.3. Where necessary, for bids referred to in paragraph 1.2 above, a two stage bidding process may be

followed, where the first stage involves a minimum threshold for local production and content and the

second stage price and B-BBEE.

1.4. A person awarded a contract in relation to a designated sector, may not sub-contract in such a manner that

the local production and content of the overall value of the contract is reduced to below the stipulated

minimum threshold.

1.5. The local content (LC) expressed as a percentage of the bid price must be calculated in accordance with

the SABS approved technical specification number SATS 1286: 2011 as follows:

LC = [1- x / y] *100

Where

x is the imported content in Rand

y is the bid price in Rand excluding value added tax (VAT)

Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange rate

published by the South African Reserve Bank (SARB) at 12:00 on the date of advertisement of the bid as

required in paragraph 4.1 below.

The SABS approved technical specification number SATS 1286:2011 is accessible on

http://www.thedti.gov.za/industrial development/ip.jsp at no cost.

1.6. A bid may be disqualified if this Declaration Certificate and the Annex C (Local Content Declaration:

Summary Schedule) are not submitted as part of the bid documentation;

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T61 T2.2 Part T2: Returnable Documents Returnable Schedules

2. Definitions

2.1. “bid” includes written price quotations, advertised competitive bids or proposals;

2.2. “bid price” price offered by the bidder, excluding value added tax (VAT);

2.3. “contract” means the agreement that results from the acceptance of a bid by an organ of state;

2.4. “designated sector” means a sector, sub-sector or industry that has been designated by the Department

of Trade and Industry in line with national development and industrial policies for local production,

where only locally produced services, works or goods or locally manufactured goods meet the stipulated

minimum threshold for local production and content;

2.5. “duly sign”means a Declaration Certificate for Local Content that has been signed by the Chief Financial

Officer or other legally responsible person nominated in writing by the Chief Executive, or senior

member / person with management responsibility(close corporation, partnership or individual).

2.6. “imported content” means that portion of the bid price represented by the cost of components, parts or

materials which have been or are still to be imported (whether by the supplier or its subcontractors) and

which costs are inclusive of the costs abroad (this includes labour and intellectual property costs), plus

freight and other direct importation costs, such as landing costs, dock duties, import duty, sales duty or

other similar tax or duty at the South African port of entry;

2.7. “local content” means that portion of the bid price which is not included in the imported content,

provided that local manufacture does take place;

2.8. “stipulated minimum threshold” means that portion of local production and content as determined by

the Department of Trade and Industry; and

2.9. “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing

another person to support such primary contractor in the execution of part of a project in terms of the

contract.

3. The stipulated minimum threshold(s) for local production and content (refer to Annex A of SATS

1286:2011) for this bid is/are as follows:

Description of services, works or goods Stipulated minimum threshold

Valves products and Actuators 70%

Conveyance Pipes 80% to 100%

4. Does any portion of the services, works or goods offered

have any imported content?

(Tick applicable box)

YES NO

4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as prescribed in

paragraph 1.5 of the general conditions must be the rate(s) published by the SARB for the specific

currency at 12:00 on the date of advertisement of the bid.

The relevant rates of exchange information is accessible on www.reservebank.co.za

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T62 T2.2 Part T2: Returnable Documents Returnable Schedules

Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to Annex A of

SATS 1286:2011):

Currency Rates of exchange

US Dollar

Pound Sterling

Euro

Yen

Other

NB: Bidders must submit proof of the SARB rate (s) of exchange used.

5. Where, after the award of a bid, challenges are experienced in meeting the stipulated minimum threshold for

local content the dti must be informed accordingly in order for the dti to verify and in consultation with the

Accounting Officer / Accounting Authority provide directives in this regard.

LOCAL CONTENT DECLARATION

(REFER TO ANNEX B OF SATS 1286:2011)

LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER

LEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF

EXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT

RESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)

IN RESPECT OF BID NO. ................................................................................. ISSUED BY: (Procurement Authority / Name of Municipality / Municipal Entity): ......................................................................................................................... NB

1 The obligation to complete, duly sign and submit this declaration cannot be transferred to an

external authorized representative, auditor or any other third party acting on behalf of the

bidder.

2 Guidance on the Calculation of Local Content together with Local Content Declaration

Templates (Annex C, D and E) is accessible on http://www.thedti.gov.za/industrial

development/ip.jsp. Bidders should first complete Declaration D. After completing

Declaration D, bidders should complete Declaration E and then consolidate the information

on Declaration C. Declaration C should be submitted with the bid documentation at the

closing date and time of the bid in order to substantiate the declaration made in

paragraph (c) below. Declarations D and E should be kept by the bidders for verification

purposes for a period of at least 5 years. The successful bidder is required to continuously

update Declarations C, D and E with the actual values for the duration of the contract.

I, the undersigned, …………………………….................................................. (full names), do hereby declare, in my capacity as ……………………………………… ……….. of ...............................................................................................................(name of bidder entity), the

following:

(a) The facts contained herein are within my own personal knowledge.

(b) I have satisfied myself that:

(i) the goods/services/works to be delivered in terms of the above-specified bid comply

with the minimum local content requirements as specified in the bid, and as measured

in terms of SATS 1286:2011;

(c) The local content percentages (%) indicated below has been calculated using the formula

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T63 T2.2 Part T2: Returnable Documents Returnable Schedules

given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above

and the information contained in Declaration D and E which has been consolidated in

Declaration C;

Bid price, excluding VAT (y) R

Imported content (x), as calculated in terms of SATS 1286:2011 R

Stipulated minimum threshold for local content (paragraph 3 above)

Local content %, as calculated in terms of SATS 1286:2011

If the bid is for more than one product, the local content percentages for each product

contained in Declaration C shall be used instead of the table above. The local content

percentages for each product has been calculated using the formula given in clause 3 of SATS

1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information

contained in Declaration D and E.

(d) I accept that the Procurement Authority / Municipality /Municipal Entity has the right to

request that the local content be verified in terms of the requirements of SATS 1286:2011.

(e) I understand that the awarding of the bid is dependent on the accuracy of the information

furnished in this application. I also understand that the submission of incorrect data, or data

that are not verifiable as described in SATS 1286:2011, may result in the Procurement

Authority / Municipal / Municipal Entity imposing any or all of the remedies as provided for

in Regulation 13 of the Preferential Procurement Regulations, 2017 promulgated under the

Preferential Policy Framework Act (PPPFA), 2000 (Act No. 5 of 2000).

SIGNATURE: DATE: ___________

WITNESS No. 1 DATE: ___________

WITNESS No. 2 DATE: ___________

See Annexure C

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T64 T2.2 Part T2: Returnable Documents Returnable Schedules

Form of Acceptance & Declaration RS023

The Municipal Manager

King Cetshwayo District Municipality

Private Bag X1025

RICHARDS BAY

3900

I/We

……………………………………………………………………………………………………………………………………

(To be completed)

(Representative or Company name)

The undersigned, having examined the Specification, hereby offer to supply the Municipality with the requirements called for

on the Municipality’s Form of Tender “Part T” and the Contract “Part C”, in accordance with the conditions of this tender.

I/We further undertake that this offer shall not be retracted or withdrawn from the closing date of this Tender up to the order

date.

I/We further undertake, in the event of the acceptance of this Tender, either wholly or in part, to enter into a formal contract,

if required, and to provide a good and sufficient surety for the due fulfillment of the contract to the satisfaction of the

Municipality.

I/We also agree:

(a) that if the Tender be accepted, the acceptance may be communicated to us by letter through the post and

that in such case the Post Office shall be regarded as our agents and delivery of such acceptance to the Post

Office shall be treated as delivery to us;

(b) The Municipality chooses as its “domicilium citandi et executandi” for the purpose of the contract, the

following address:

King Cetshwayo District Municipality

Private Bag X 1025

RICHARDS BAY

3900

(c) the law of South Africa will govern the contract created by acceptance of our Tender and we agree

to submit to the jurisdiction of the South African Courts;

(d) that if our Tender be accepted by the Municipality either wholly or in part, and the acceptance be notified

to us, we undertake to be bound by the term of the agreement constituted by our said Tender and the

acceptance thereof by the said Municipality, until a formal contract has been executed between us and the

Municipality, and that if we are not required by the Municipality to execute such formal contract, we

undertake to be bound by the terms of the agreement constituted by our said Tender and the acceptance

thereof by the said Municipality.

I/WE ALSO DECLARE THAT:

1) the information provided is true and correct;

2) the signatory to the Tender document is duly authorized;

3) I/we are registered for Workmen’s Compensation and the valid original (or valid certified copy) of the Workmen’s

Compensation Commissioner’s Letter of Good Standing is attached. When applicable the option to submit an

original or certified copy of the letter from the agent authorized by Workmen’s Compensation Commissioner will be

accepted

In the case where it is not possible for a tenderer to obtain the above letter of good standing from the Workmen’s

Compensation Commissioner, an affidavit is to be submitted advising that the business has registered with the

Workmen’s Compensation Commissioner.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

TENDER T65 T2.2 Part T2: Returnable Documents Returnable Schedules

In the case where a business does not employ any employees an affidavit together with a letter from the

Workmen’s Compensation Commissioner addressed to the business, confirming that registration is not required,

must be submitted.

4) documentary proof regarding any tendering issue will, when required, be submitted to the satisfaction of the relevant

organ of state;

5) My municipal rates and taxes are paid up to date and the required proof is attached:

A. TENDERER IS LANDOWNER FOR PURPOSE OF CONDUCTING BUSINESS FROM ITS PREMISES

A.1 In the case where the tenderer owns the property from which the tenderer’s business operates from, an original

or certified copy of the tenderer’s business most recent municipal account indicating the status of payment of all municipal

rates and taxes i.e. property rates, electricity, water, refuse & sewer from the Municipality in which jurisdiction the said

property is situated, must be submitted.

NB: Should there be separate tax invoices from the municipality for property rates and services (taxes), you are

required to submit the most recent of each of these invoices.

OR

B. TENDERER IS THE TENANT FOR PURPOSE OF CONDUCTING ITS BUSINESS FROM PREMISES

B.1 In the case where the tenderer does not own property and is a tenant for the purpose of its business

establishment, the tenderer to provide an original or certified copy of a certificate from it’s landlord

certifying that all the tenants payments in respect of all municipal rates and taxes i.e. property rates,

electricity, water, refuse & sewer are paid up to date, or

B.2 In the case where the tenderer as tenant is responsible for its own municipal accounts with the municipality then

tenderer to provide an original or certified copy of the letter from the landlord certifying the above together with all most

recent relevant municipal invoices i.e. property rates, electricity, water refuse & sewer.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C1 Part C1: Agreement and Contract Data

______________________________________________________________

PART C1: AGREEMENTS AND CONTRACT DATA

_______________________________________________________________

TABLE OF CONTENTS

Page

C1.1 Form of Offer and Acceptance C2

C1.2 Contract Data C7

C1.3 Conditions of Contract C12

C1.4 Contractual Documentation C27

_______________________________________________________________

IMPORTANT NOTE ON C1.1:

ALL Tenderers MUST complete and sign Form A: OFFER (the first page hereafter).

Form B: ACCEPTANCE will be signed by the Employer and then only in the case of the successful Tenderer.

Form C: SCHEDULE OF DEVIATIONS must be signed by the Employer as well as the successful Tenderer after

award of the contract.

Form D: CONFIRMATION OF RECEIPT must be signed by the successful Tenderer on receipt of a fully completed

original copy of the Agreement including the Schedule of Deviations, if any.

A tender in which Form A: OFFER has not been completed and signed by the Tenderer, will not be valid and will be

disqualified in the discretion of the Employer.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C2 C1.1 Part C1: Agreement and Contract Data Form of Offer and Acceptance

C1.1 FORM OF OFFER AND ACCEPTANCE

A. OFFER

The Employer, identified in the Acceptance signature block, has solicited offers to enter into a contract for the

procurement of

TENDER NO. KCDM/RBIG/03/2017: TENDER FOR THE CONSTRUCTION OF PIPELINES,

RESERVOIRS AND PUMP STATIONS

The Tenderer, identified in the Offer signature block, has examined the documents listed in the Tender Data and

addenda thereto as listed in the Returnable Schedules, and by submitting this Offer has accepted the Conditions of

Tender.

By the representative of the Tenderer, deemed to be duly authorized, signing this part of this Form of Offer and

Acceptance the Tenderer offers to perform all of the obligations and liabilities of the Service Provider under the

contract including compliance with all its terms and conditions according to their true intent and meaning for an

amount to be determined in accordance with the conditions of contract identified in the Contract Data.

THE OFFERED TOTAL OF THE PRICES INCLUSIVE OF VAT IS:

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

.....................................................................................................................................................Rands;

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

This Offer may be accepted by the Employer by signing the Acceptance part of this Form of Offer and Acceptance

and returning one copy of this document to the Tenderer before the end of the period of validity stated in the Tender

Data, whereupon the Tenderer becomes the party named as the Contractor in the Conditions of Contract identified in

the Contract Data.

Signature(s) .......................................................................................................................................................

Name(s) .......................................................................................................................................................

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

For the Tenderer:

(Insert name and address of organization).............................................................................................................

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

Name & Signature of Witness ...............................................................................................................................

Date ..............................................................................

For official use

INITIALS OF KCDM OFFICIALS AT THE TENDER

OPENING SESSION

1. 2. 3.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C3 C1.1 Part C1: Agreement and Contract Data Form of Offer and Acceptance

Form B: ACCEPTANCE

By signing this part of the Form of Offer and Acceptance, the Employer identified below accepts the Tenderer’s

Offer. In consideration thereof, the Employer shall pay the Contractor the amount due in accordance with the

Conditions of Contract identified in the Contract Data. Acceptance of the Tenderer’s Offer shall form an agreement

between the Employer and the Tenderer upon the terms and conditions contained in this Agreement and in the

Contract that is the subject of this Agreement.

The terms of the contract are contained in:

C.1 Agreement, and Contract Data, (which include this Agreement)

C.2 Pricing Data, including the Bill of Quantities

C.3 Scope of Work

C.4 Site Information

and the schedules, forms, drawings and documents or parts thereof, which may be incorporated by reference into Parts

1 to 4 above.

Deviations from and amendments to the documents listed in the Tender Data and any addenda thereto listed in the

Tender Schedules as well as any changes to the terms of the Offer agreed by the Tenderer and the Employer during

this process of offer and acceptance, are contained in the Schedule of Deviations attached to and forming part of this

Agreement. No amendments to or deviations from said documents are valid unless contained in this Schedule, which

must be duly signed by the authorized representatives of both parties.

The Tenderer shall within two weeks after receiving a completed copy of this Agreement, including the Schedule of

Deviations (if any), contact the Employer’s agent (whose details are given in the Contract Data) to arrange the

delivery of any other bonds, guarantees, proof of insurance and any other documentation to be provided in terms of

the Conditions of Contract identified in the Contract Data. Failure to fulfil any of these obligations in accordance with

those terms shall constitute a repudiation of this Agreement.

Notwithstanding anything contained herein and unless agreed mutually elsewhere in writing between the Employer

and the Tenderer, this agreement comes into effect on the earliest of: (a) Two weeks following the date on which the

tenderer acknowledges the receipt of a formal letter awarding the contract; (b) the date when the tenderer receives one

fully completed original copy of this document, including the schedule of deviations (if any). Unless the tenderer

(now contractor) within five working days of the date of receipt of either the letter from the Employer alluded to in (a)

or the document alluded to in (b) above notifies the Employer in writing of any reason why he cannot accept the

contents of this agreement, this agreement shall constitute a binding contract between the parties, effective from the

date of signature below by the Employer.

Signature: (of person authorized to sign the acceptance) .....................................................................................

Name: (of signatory in capitals) ...............................................................................................................

Capacity: (of Signatory) ...............................................................................................................

Name of Employer: (organization) King Cetshwayo District Municipality

Address: Corner of Kruger Rand & Barbados Bay Road, CBD, Richards Bay

Postal Address: Private Bag X1025, Richards Bay, 3900

Telephone number: 035 799 2500 Fax number: .................................................................................

AS WITNESS

Signature: ............................................................ Name: (in capitals) ..................................................................

Date: .....................................................................

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C4 C1.1 Part C1: Agreement and Contract Data Form of Offer and Acceptance

Form C: SCHEDULE OF DEVIATIONS

The extent of deviations from the tender documents issued by King Cetshwayo District Municipality prior to the

tender closing date is limited to those permitted in terms of the Tender Data and the Conditions of Tender.

A Tenderer’s covering letter will not necessarily be included in the final contract document. Should any matter in

such letter, which constitutes a deviation as aforesaid become the subject of agreements reached during the process of

offer and acceptance, the outcome of such agreement shall be recorded here.

Any other matter arising from the process of offer and acceptance either as a confirmation, clarification or change to

the tender documents and which it is agreed by the Parties becomes an obligation of the contract shall also be recorded

here.

Any change or addition to the tender documents arising from the above agreements and recorded here shall also be

incorporated into the final draft of the Contract.

1. Subject: ....................................................................................................................................................

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

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

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

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

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

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

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

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

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

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

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

5. Subject: ....................................................................................................................................................

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

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

6. Subject: ....................................................................................................................................................

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

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

7. Subject: ....................................................................................................................................................

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

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

By the duly authorized representatives signing this Schedule of Deviations, King Cetshwayo District Municipality and

the Tenderer agree to and accept the foregoing Schedule of Deviations as the only deviations from and amendments to

the documents listed in the Tender Data and addenda thereto as listed in the Tender Schedules, as well as any

confirmation, clarification or change to the terms of the offer agreed by the Tenderer and King Cetshwayo District

Municipality during this process of offer and acceptance.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C5 C1.1 Part C1: Agreement and Contract Data Form 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.

FOR THE TENDERER:

Signature: .......................................................................................................................................................

Name: .......................................................................................................................................................

Capacity: .......................................................................................................................................................

Tenderer: (Name and address of organization) ......................................................................................................

Witness:

Signature: .......................................................................................................................................................

Name: .......................................................................................................................................................

Date: .......................................................................................................................................................

FOR KING CETSHWAYO DISTRICT MUNICIPALITY

Signature: .......................................................................................................................................................

Name: .......................................................................................................................................................

Capacity: .......................................................................................................................................................

Witness:

Signature: .......................................................................................................................................................

Name: .......................................................................................................................................................

Date: .......................................................................................................................................................

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C6 C1.1 Part C1: Agreement and Contract Data Form of Offer and Acceptance

Form D: CONFIRMATION OF RECEIPT

The Tenderer, (now Service Provider), identified in the Offer part of this Agreement hereby confirms receipt from the

Employer, identified in the Acceptance part of this Agreement, of one fully completed original copy of this

Agreement, including the Schedule of Deviations on this

FOR THE CONTRACTOR:

Signature: .........................................................................................................................................

Name: .........................................................................................................................................

Capacity: .........................................................................................................................................

Signature and name of witness:

Signature: .........................................................................................................................................

Name: .........................................................................................................................................

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C7 C1.2 Part C1: Agreement and Contract Data Contract Data

C1.2 CONTRACT DATA

The Conditions of Contract are the General Conditions of Contract for Construction Works, Third Edition, 2015

published by the South African Institution of Civil Engineering, Private Bag X200, Halfway House, 1685, is

applicable to the Contract and is obtainable from www.saice.org.za

Each item of data given below is cross-referenced to the clause in the Conditions of Contract to which it mainly

applies.

PART 1: DATA PROVIDED BY THE EMPLOYER

REF. CLAUSE

NO.

DATA BY EMPLOYER

1.1.13 The Defects Liability Period is: 12 months

1.1.1.15 The name of the Employer is: King Cetshwayo District Municipality

1.1.1.26 The Pricing Strategy is: Re-measurement

1.2.1.2 The address of Employer:

Physical: Postal:

King Cetshwayo House,

Cnr Krugerrand & Barbados Bay

Streets, CBD, Private Bag X 1025

RICHARDS BAY, 3900 RICHARDS BAY, 3900

Telephone No: (035) 799 2500 Fax No: (035) 799 1409

1.1.1.16 Name of the Employers Agent: Mott MacDonald Africa Pty (Ltd)

1.2.1.2 Address of the Employers Agent:

Physical: Postal:

2nd Floor, Liberty Building, 21 Aurora Drive, P O Box 37002

UMHLANGA, DURBAN, 4301 OVERPORT, 4067

Telephone No : +27(0)31 824 1000 Fax No: +27 (0)86 550 4807/41

e-mail: [email protected]

REF. CLAUSE

NO.

DATA BY CONTRACTOR

5.3.1 The documentation required before commencement with Works execution are:

• Health and Safety Plan (Refer to Clause 4.3)

• Initial programme (Refer to Clause 5.6)

• Cash flow projection aligned to programme

• Insurance (Refer to Clause 8.6)

• Bank Guarantee

5.3.2 The time to submit the documentation required before commencement with Works

execution is: 28 Days

5.8.1

Non-working days are: Sundays

The special non-working days are: Public holidays and the year end break which commences

on the first working day after 15 December and ends on the first Tuesday after 5 January of the

next year.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C8 C1.2 Part C1: Agreement and Contract Data Contract Data

5.13.1 The penalty for failing to complete the Works will be the lesser of R25 000.00 or 0.05% of the

offered total of prices excluding VAT per calendar day.

5.16.3 The latent defect period is: 10 years

6.5.1.2.3

The percentage allowances to cover overhead charges:

• 10% of the gross remuneration of workmen and foremen actually engaged in the daywork;

and

• 7.5% on the net cost of materials actually used

6.8.2

Contract Price Adjustment will be applicable.

The value of the certificates issued shall be adjusted in accordance with the Contract Price

Adjustment Schedule with the following values:

The value of “x” is 0.1

The values of the coefficients are:

A = 0.25

B = 0.15

C = 0.55

D = 0.05

Base Date = December 2017

6.10.1.5

The percentage advance on materials not yet built into the Permanent Works is: 80%

provided a session in favour of the Employer is provided from both the supplier and the

Contractor.

6.10.3

The retention money: The percentage retention on the amounts due to the Contractor is 10% up

to a limit of 5% of the contract value with 50% being released on issuing of Certificate of

Completion.

6.10.5 The defects Liability Period is specified as being 12 Months.

8.6.1 INSURANCE EFFECTED BY THE EMPLOYER

a) Notwithstanding anything elsewhere contained in this Contract without limiting the

obligations liabilities or responsibilities of the Contractor in any way whatsoever

(including but not limited to any requirement for the provision by the Contractor of any

other insurances) the Employer shall effect and maintain as appropriate in the joint

names of the Employer the Contractor and where the relevant Sub-contractors the

following insurances which are subject to the terms, limits, exceptions and conditions

of the Policy.

CONTRACT WORKS AND SASRIA SPECIAL RISKS Insurance - which will

provide cover against accidental physical loss or damage to the Works, Temporary

Works and materials intended for incorporation in the Works.

PUBLIC LIABILITY Insurance - which will provide indemnity against legal liability in

the event of accidental death of or injury to third persons and/or loss of or damage to

third party property arising directly from the execution of the contract and occurring

during the period of insurance with a limit of indemnity of R20 000 000.00 in respect of

all claims arising from any one occurrence or series of occurrences consequent on or

attributable to one source or original cause.

b) The Employer shall pay the premium in connection with the insurance affected by the

Employer. A provisional sum is included in the Bill of Quantity and will have to be

paid over to the Insurance Brokers by the awarded contractor.

c) c) The Contractor shall not include any premium charges for this insurance except

to the extent that he may deem necessary in his own interests to effect supplementary

insurance to the insurance effected by the Employer. The Employer reserves the right to call

for full information regarding insurance costs included by the Contractor.

d) Any further clarification of the scope of cover provided by the Policies arranged by the

Employer should be obtained from the Employer or their Insurance Brokers, AON

Durban, Telephone (031) 534 1000 e-Mail [email protected].

e) In the event of any occurrence which is likely to or could give rise to a claim under the

insurances arranged by the Employer the Contractor shall:-

(i) in addition to any statutory requirement or other requirements contained in the

Contract immediately notify the Employer’s Insurance Brokers or the Insurers

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C9 C1.2 Part C1: Agreement and Contract Data Contract Data

by telephone, telex or telefax giving the circumstances nature and an estimate

of the loss or damage or liability;

(i) complete a Claims Advice Form available from the Insurance Brokers to whom

the form must be returned without delay; and

(iii) negotiate the settlement of claims with the Insurers through the Employer’s

Insurance Brokers and shall when required to do so obtain the Employer’s

approval of such settlement.

The Employer and Insurers shall have the right to make all and any queries on the site

of the Works or elsewhere as to the cause and the results of any such occurrence and the

Contractor shall co-operate in the carrying out of such enquiries.

f) The Contractor will be liable for the amount of the Deductible (First Amount Payable)

in respect of any claim made by or against the Contractor or Sub-contractors under the

insurance effected by the Employer.

The Deductible (First Amount Payable) for which the Contractors are responsible and

which are applicable in respect of each and every occurrence or series of occurrences

attributable to one source or original cause giving rise to loss or damage or liability

indemnifiable are as follows: -

1) Under the Contract Works Insurance shall be:-

i) Elemental perils R 5 000.00

ii) Theft, Malicious Damage R 5 000.00

iii)Any other Cause R 5 000.00

2) Under the Public Liability Insurances in respect of loss of or damage to

property shall be:-

i) Underground Services R 5 000.00

ii) Any Other Cause R 5 000.00

3) Under any other insurance shall be as specified in such insurance policy.

g) Any amount which becomes payable to the Contractor or any of his Sub-contractors as

a result of a claim under the Contract Works Insurance shall if required by the

Employer be paid net of the Deductible to the Employer who shall pay the Contractor

from the proceeds of such payment upon rectification repair or reinstatement of the loss

or damage but this provision shall not in any way affect the Contractor’s obligations

and liabilities or responsibilities in terms of the Contract.

INSURANCE AFFECTED BY THE CONTRACTOR

a) The Contractor and Sub-contractor shall where applicable provide as a minimum the

following:

i) Insurance of Construction Plant and Equipment (including tools offices and

other temporary structures and contents) and other things (except those intended for incorporation into the Works) brought onto the site for a sum sufficient to provide for their replacement;

ii) Insurance in terms of the provisions of the Compensation for Occupational Injuries and Diseases Act (COID) Act No 130 of 1993;

iii) Employers Common Law Liability Insurance with a limit of indemnity of not

less than R 1 000 000.00;

iv) Motor Vehicle Liability Insurance comprising (as a minimum) “balance of

Third Party” Risks including Passenger Liability indemnity of not less than R 1

000 000.00 (one million Rand) ; and

v) Where the Contract involves manufacturing and/or fabrication of the Works or

parts thereof at premises other than at the Contract Site the Contractor shall

satisfy the Employer that all materials and equipment for incorporation in the

Works are adequately insured during manufacture and/or fabrication. In the

event of the Employer having an insurable interest in such Works during

manufacture or fabrication then such interest shall be noted by the endorsement

to the relevant Policies of Insurance.

b) The insurance to be provided by the Contractor and his Sub-contractor shall be effected

with Insurers and on terms approved by the Employer (which approval shall not be

unreasonably withheld) and shall be maintained in force for the duration required

(including any period of maintenance). The Contractor shall within fourteen (14) days

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C10 C1.2 Part C1: Agreement and Contract Data Contract Data

of commencement of the contract produce to the Employer the relevant Policies of

Insurance.

c) If the Contractor fails to effect and keep in force the insurances referred to then the

Employer may effect and keep in force any such insurances and pay such premiums as

may be necessary for that purpose and from time to time deduct the amount paid by the

Employer from any monies due or which may become due to the Contractor or recover same as a debt from the Contractor.

8.6.1.1.3 R Nil

10.4 Dispute resolution by amicable settlement.

10.5.3 The number of Adjudication Board Members to be appointed is: Nil

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C11 C1.2 Part C1: Agreement and Contract Data Contract Data

PART 2 : DATA TO BE PROVIDED BY CONTRACTOR

REF. CLAUSE

No

DATA BY CONTRACTOR

1.1.1.9 Name of Contractor:

1.2.1.2 Address of Contractor:

Physical: ......................................................... Postal: .........................................................

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

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

e-mail: …..........................................................................................................................

Telephone No: …....................................... Fax No:…................................................

1.1.1.14 Time for achieving Practical Completion of the whole of the Works is:

__________________(Max 18 months)

6.2.1 The security to be provided by the Contractor shall be the following:

A Bank Guarantee – 10% of the contract value

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C12 C1.2

Part C1: Agreement and Contract Data Contract Data

C1.3 CONDITIONS OF CONTRACT

The Conditions of Contract are the General Conditions of Contract for Construction Works, Third Edition, 2015.

The additional clauses to the General Conditions of Contract are:

PREAMBLE

The Special Conditions of Contract contains clauses hereinafter defined and forms an integral part of the Conditions

of Contract. In the case of any discrepancy or conflict with any part of the General Conditions of Contract, the

Special Conditions of Contract shall take precedence and shall govern.

CONTRACTOR’S RESPONSIBILITY FOR SETTING OUT

Add to Clause 9.1.5.1

The Contractor shall take special precautions to protect all permanent survey beacons, bench-marks, stand boundary

pens and trigonometrical beacons regardless whether such pegs or beacons were placed before or during the execution

of the contract. If any such beacons or pegs which would not otherwise have been affected by construction of the

works, have been disturbed by the Contractor or his employees, the Contractor shall have them replaced by a

registered land surveyor at his own cost.

NATURAL VEGETATION (ADDITIONAL SUB CLAUSE)

Add new Clause 8.1.6

“The Contractor shall confine his operation to as small an area of the site as may be practical for the purpose of

executing the works.

Only those trees and shrubs directly affected by the works and such others as the Engineer/Employer may direct in

writing shall be cut down and stumped. The natural vegetation, grassing and other plants shall not be disturbed other

than in areas where it is essential for the execution of the work or where directed by the Engineer”.

ENGAGEMENT OF EMPLOYEES

DELAY THROUGH OPPORTUNITIES AFFORDED TO OTHER PERSONS

Add to Clause 10.1.3

“Whenever the Contractor considers that he is suffering a delay in the smooth running of his work as the result of the

execution of any work on the Site by other persons he shall report to the Engineer/Employer in writing within twenty-

four (24) hours of the occurrence thereof the circumstances and extent of such delay. The Engineer/Employer shall

take such steps to resolve the problem as he considers necessary. Failure on the part of the Contractor to report to the

Engineer/Employer such delay at the time of its occurrence shall invalidate any claim to any extension of time in

terms of Clause 10.1.1”.

Add new Clause 4.11.2

“The Contractor shall at all times exercise strict control over his employees to prevent, as far as possible, any unruly

or unlawful behaviour by or amongst the labourers, local community members or leadership thereof and other

employed by him.

The Contractor shall not engage or otherwise employ on the Works any person who, at the time of signing the

contract, was employed by the Employer upon the Works, unless the Contractor obtains the written consent of the

Employer or Employer’s Representative in respect of the employment of such person”.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C13 C1.2

Part C1: Agreement and Contract Data Contract Data

INSURANCES

Amend Clause 8.6

Clause 8.6 of the General Condition of Contract will be superseded by a principle controlled construction insurance

which is provided by the King Cetshwayo District Municipality on all contracts.

Tenderers are to specifically note the detail of insurances affected by the employer as depicted under Clause 8.6.1 as

“insurance effected by the Contractor”.

EXTENSION OF TIME DUE TO INCLEMENT WEATHER

Add the following to sub-Clause 5.12.2.2

(b) Abnormal climatic conditions.

No extensions of the time for completion shall be granted on the grounds of normal rainfall conditions, but

extension of time in terms of Clause 5.12 of the General Conditions of contract on the grounds of abnormal

rainfall or wet conditions shall be calculated separately for each calendar month or part thereof, according to

the following formula. It shall be calculated as follows for the time for completion, including any extension

thereof:

V = (Rw – Rn)

(Nw- Nn) + -------------------

X

V = Extension of time for calendar days of the calendar month concerned. If

the value of V is negative and the absolute value thereof is greater than Nn, V is

taken as negative Nn.

Nw = Actual number of days during calendar month on which a rainfall of

Y mm or more is recorded.

Nn = Average number of days in the calendar month concerned on which a rainfall of

Y mm or more is recorded in terms of existing rainfall data

Rw = Actual rainfall for the calendar month concerned in mm

Rn = Average rainfall for the calendar month in mm deduced from existing rainfall

data.

For the purposes of the contract Nn, Rn, X and Y shall have the values as stipulated below.

The total extension of time is the algebraic sum of the monthly totals for the period concerned, extension of time for

parts of a month shall be calculated by using pro rata values of Nn and Rn. If the algebraic sum of the monthly totals

is negative, no reduction of the time for completion as a result of rainfall shall be applicable.

This formula does not take any delays as a result of flood damage, which may cause further or simultaneous delays,

into consideration and flood damage shall be treated separately for purposes of extension of time for completion.

The factor (Nw – Nn) is considered as a fair allowance for deviation from the normal for the number of days on which

the rainfall exceeds Y mm. The factor (Rw – Rn)/X is considered as a fair allowance for deviation from the normal

for the number of days on which the rainfall does not exceed Y mm, but on which wet conditions will hamper or

disrupt work.

The Contractor shall keep daily rainfall records and submit it to the Employer’s Representative at every site meeting.

No additional payment shall be made for the supply and installation of the rain gauge or for the keeping of the rainfall

records and all costs must be included in the scheduled items:

Information of the records of the nearest rainfall station are given below for the Contractor’s information:

* WB42 climate statistics from the South African Weather Services.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C14 C1.2

Part C1: Agreement and Contract Data Contract Data

Rainfall station : Richards Bay (0305)

Average annual rainfall : 1 228 mm

Period : 1961 - 1990

Average number of days per year with rainfall exceeding:

Y = 10mm

X = 20mm

MONTH Nn

(No)

Rn

(mm) MONTH

Nn

(No)

Rn

(mm)

January

February

March

April

May

June

3.5

4.0

3.2

3.1

2.3

1.6

172

167

107

109

109

57

July

August

September

October

November

December

1.6

1.8

2.5

3.4

3.3

2.7

60

65

77

105

114

86

EXTENSION OF TIME DUE TO DISRUPTION OF LABOUR

Add the following to Sub Clause 5.12.2.4

“Labour disruptions on a regional or national level due to political unrest, organised mass action or related incidents

will be considered to be beyond the Contractor’s control.

Any strike within the confines of the Contractor’s company and/or this project only, will be deemed to be within the

Contractor’s control”.

DEFECTS LIABILITY PERIOD

Add the following to Sub Clause 7.9

7.9.1 Emergency repairs during defects liability period

7.9.1.1 Classification

Any defect resulting in an interruption in the supply of services will be deemed an emergency repair,

and the timing of the works is then of an urgent nature. Such classification will be at the discretion of

the Engineer and communicated as such to the Contractor.

7.9.1.2 Availability of Contractor for emergency repairs

During the defects liability, the Contractor will ensure that a member of his staff will at all times of day or

night be contactable through a cell phone in the event of having to effect an emergency repair.

The Contractor shall as a minimum comply with the following requirements:

i) A minimum of 1 artisans and 1 skilled labourer shall be available to attend to an emergency repair

at all times during normal hours and after hours.

ii) Suitable tools, plant, transport, test equipment, spares and repair kits shall be available at all times

to do the necessary emergency repairs.

iii) Above labour and resources shall be available on all weekdays including Saturdays, Sundays

and public holidays and the names, addresses and contact information shall be made available to the

Employer and Engineer for this purpose.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C15 C1.2

Part C1: Agreement and Contract Data Contract Data

7.9.1.3 Procedure for commencement and execution of works

Upon notification of a defect by the Employer, the Engineer or his representative will instruct the Contractor

to attend to the said emergency repair, which instruction will be verbal, and thereafter confirmed in writing.

The Contractor must within 6 hours from such notification arrive on site so as to define the extent of the

repair required and must immediately make arrangements to have such a repair rectified, which repair must

be effected within 12 hours thereafter.

7.9.1.4 Communication in the event of emergency repairs

The Contractor will immediately upon arrival inform the Engineer of the extent of the problem and also of

the anticipated timeframe required to effect the repairs thereto.

Immediately upon completion of the repairs, the Contractor has to provide a verbal notification to the

Engineer to the fact that the works have been completed and confirm same within 12 hours in writing.

7.9.1.5 Failure to effect emergency repairs

In the event that the Contractor should fail to attend to the emergency repairs as described above and within

the response times noted, the Employer shall be entitled to carry out such work by his own workman or by

other persons without further notification to the Contractor and to recover the cost thereof from the

Contractor.

CESSION FOR CASH ADVANCEMENTS

No cessions for cash advancements will be entertained by the employer for whatever reason. Cessions will only be

accepted for payment of material and nominated sub-contractors, and payment will only be effected on delivery and

fixing of material in the required position.

OCCUPATIONAL HEALTH AND SAFETY ACT

The Contractor shall comply with all the requirements of the Occupational Health and Safety Act (Act No. 85 of

2014) and the Regulations framed there under.

The Contractor shall also ensure that any Sub Contractor employed by him shall also comply with the Act and the

Regulations.

The contractor shall submit an approved Health and Safety plan prior to commencement with this contract.

TENDER ACCEPTANCE

The Employer does not bind itself to accept the lowest tender or any tender or furnish any reasons for the acceptance

or rejection of any tender.

LABOUR INTENSIVE CONSTRUCTION REQUIREMENTS

PAYMENT FOR THE LABOUR-INTENSIVE COMPONENT OF THE WORKS

Payment for works identified in the Scope of Work as being labour-intensive shall only be made in accordance with

the provisions of the Contract if the works are constructed strictly in accordance with the provisions of the scope of

work. Any non-payment for such works shall not relieve the Contractor in any way from his obligations either in

contract or in delict.

APPLICABLE LABOUR LAWS

The Ministerial Determination, Special Public Works Programmes, issued in terms of the Basic Conditions of

Employment Act of 1997by the Minister of Labour in Government Notice N° R63 of 25 January 2002, as reproduced

below, shall apply to works described in the scope of work as being labour intensive and which are undertaken by

unskilled or semi-skilled workers.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C16 C1.2

Part C1: Agreement and Contract Data Contract Data

1 Introduction

1.1 This document contains the standard terms and conditions for workers employed in elementary

occupations on an Expanded Public Works Programme (EPWP). These terms and conditions do NOT

apply to persons employed in the supervision and management of a EPWP.

1.2 In this document –

(a) “department” means any department of the State, implementing agent or contractor;

(b) “employer” means any department, implementing agency or contractor that hires workers to work in

elementary occupations on a EPWP;

(c) “worker” means any person working in an elementary occupation on a EPWP;

(d) “elementary occupation” means any occupation involving unskilled or semi-skilled work;

(e) “management” means any person employed by a department or implementing agency to administer or

execute an EPWP;

(f) “task” means a fixed quantity of work;

(g) “task-based work” means work in which a worker is paid a fixed rate for performing a task;

(h) “task-rated worker” means a worker paid on the basis of the number of tasks completed;

(i) “time-rated worker” means a worker paid on the basis of the length of time worked.

2 Terms of Work

2.1 Workers on a EPWP are employed on a temporary basis.

3 Normal Hours of Work

3.1 An employer may not set tasks or hours of work that require a worker to work–

(a) more than forty hours in any week

(b) on more than five days in any week; and

(c) for more than eight hours on any day.

3.2 An employer and worker may agree that a worker will work four days per week. The worker may then work

up to ten hours per day.

3.3 A task-rated worker may not work more than a total of 55 hours in any week to complete the tasks

allocated (based on a 40-hour week) to that worker.

4 Meal Breaks

4.1 A worker may not work for more than five hours without taking a meal break of at least thirty minutes

duration.

4.2 An employer and worker may agree on longer meal breaks.

4.3 A worker may not work during a meal break. However, an employer may require a worker to perform duties

during a meal break if those duties cannot be left unattended and cannot be performed by another worker. An

employer must take reasonable steps to ensure that a worker is relieved of his or her duties during the meal

break.

4.4 A worker is not entitled to payment for the period of a meal break. However, a worker who is paid

on the basis of time worked must be paid if the worker is required to work or to be available for work

during the meal break.

5 Special Conditions for Security Guards

5.1 A security guard may work up to 55 hours per week and up to eleven hours per day.

5.2 A security guard who works more than ten hours per day must have a meal break of at least one hour or

two breaks of at least 30 minutes each.

6 Daily Rest Period

Every worker is entitled to a daily rest period of at least eight consecutive hours. The daily rest period is

measured from the time the worker ends work on one day until the time the worker starts work on the next

day.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C17 C1.2

Part C1: Agreement and Contract Data Contract Data

7 Weekly Rest Period

Every worker must have two days off every week. A worker may only work on their day off to perform

work which must be done without delay and cannot be performed by workers during their ordinary hours of

work “emergency work”).

8 Work on Sundays and Public Holidays

8.1 A worker may only work on a Sunday or public holiday to perform emergency or security work.

8.2 Work on Sundays is paid at the ordinary rate of pay.

8.3 A task-rated worker who works on a public holiday must be paid –

(a) the worker’s daily task rate, if the worker works for less than four hours;

(b) double the worker’s daily task rate, if the worker works for more than four hours.

8.4 A time-rated worker who works on a public holiday must be paid –

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

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

9 Sick Leave

9.1 Only workers who work four or more days per week have the right to claim sick-pay in terms of this clause.

9.2 A worker who is unable to work on account of illness or injury is entitled to claim one day’s paid sick leave

for every full month that the worker has worked in terms of a contract.

9.3 A worker may accumulate a maximum of twelve days’ sick leave in a year.

9.4 Accumulated sick-leave may not be transferred from one contract to another contract.

9.5 An employer must pay a task-rated worker the worker’s daily task rate for a day’s sick leave.

9.6 An employer must pay a time-rated worker the worker’s daily rate of pay for a day’s sick leave.

9.7 An employer must pay a worker sick pay on the worker’s usual payday.

9.8 Before paying sick-pay, an employer may require a worker to produce a certificate stating that the worker

was unable to work on account of sickness or injury if the worker is –

(a) absent from work for more than two consecutive days; or

(b) absent from work on more than two occasions in any eight-week period.

9.9 A medical certificate must be issued and signed by a medical practitioner, a qualified nurse or a clinic staff

member authorised to issue medical certificates indicating the duration and reason for incapacity.

9.10 A worker is not entitled to paid sick-leave for a work-related injury or occupational disease for which the

worker can claim compensation under the Compensation for Occupational Injuries and iseases Act.

10 Maternity Leave

10.1 A worker may take up to four consecutive months’ unpaid maternity leave.

10.2 A worker is not entitled to any payment or employment-related benefits during maternity leave.

10.3 A worker must give her employer reasonable notice of when she will start maternity leave and when she

will return to work.

10.4 A worker is not required to take the full period of maternity leave. However, a worker may not work for four

weeks before the expected date of birth of her child or for six weeks after the birth of her child, unless a

medical practitioner, midwife or qualified nurse certifies that she is fit to do so.

10.5 A worker may begin maternity leave –

(a) four weeks before the expected date of birth; or

(b) on an earlier date –

(i) if a medical practitioner, midwife or certified nurse certifies that it is necessary for

the health of the worker or that of her unborn child; or

(ii) if agreed to between employer and worker; or

(c) on a later date, if a medical practitioner, midwife or certified nurse has certified that the

worker is able to continue to work without endangering her health.

10.6 A worker who has a miscarriage during the third trimester of pregnancy or bears a stillborn child may take

maternity leave for up to six weeks after the miscarriage or stillbirth.

10.7 A worker who returns to work after maternity leave, has the right to start a new cycle of twenty-four months

employment, unless the EPWP on which she was employed has ended.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C18 C1.2

Part C1: Agreement and Contract Data Contract Data

11 Family responsibility leave

11.1 Workers, who work for at least four days per week, are entitled to three days paid family responsibility leave

each year in the following circumstances -

(a) when the employee’s child is born;

(b) when the employee’s child is sick;

(c) in the event of a death of –

(i) the employee’s spouse or life partner;

(ii) the employee’s parent, adoptive parent, grandparent, child, adopted child, grandchild or sibling.

12 Statement of Conditions

12.1 An employer must give a worker a statement containing the following details at the start of

employment –

(a) the employer’s name and address and the name of the EPWP;

(b) the tasks or job that the worker is to perform; and

(c) the period for which the worker is hired or, if this is not certain, the expected duration of

the contract;

(d) the worker’s rate of pay and how this is to be calculated;

(e) the training that the worker will receive during the EPWP.

12.2 An employer must ensure that these terms are explained in a suitable language to any employee who is

unable to read the statement.

12.3 An employer must supply each worker with a copy of these conditions of employment.

13 Keeping Records

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

(a) the worker’s name and position;

(b) in the case of a task-rated worker, the number of tasks completed by the worker;

(c) in the case of a time-rated worker, the time worked by the worker;

(d) payments made to each worker.

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

13.3 The Contractor must keep in the project site office the minutes of site progress minutes; contractors’ monthly site

progress reports; accurately recorded attendance register; proof of payment as means to verify authenticity of data in

the EPWP Beneficiary form submitted with payment certificates. Copies of submitted EPWP beneficiary data forms

should also be kept in the site office.

13.4. This should be safely kept for job creation data verifications and periodical audits on projects conducted by National

Department of Public Works and Auditors.

14 Payment

14.1 An employer must pay all wages at least monthly in cash or by cheque or into a bank account.

14.2 A task-rated worker will only be paid for tasks that have been completed.

14.3 An employer must pay a task-rated worker within five weeks of the work being completed and the

work having been approved by the manager or the contractor having submitted an invoice to the employer.

14.4 A time-rated worker will be paid at the end of each month.

14.5 Payment must be made in cash, by cheque or by direct deposit into a bank account designated by the

worker.

14.6 Payment in cash or by cheque must take place –

(a) at the workplace or at a place agreed to by the worker;

(b) during the worker’s working hours or within fifteen minutes of the start or finish of work;

(c) in a sealed envelope which becomes the property of the worker.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C19 C1.2

Part C1: Agreement and Contract Data Contract Data

14.7 An employer must give a worker the following information in writing –

(a) the period for which payment is made;

(b) the numbers of tasks completed or hours worked;

(c) the worker’s earnings;

(d) any money deducted from the payment;

(e) the actual amount paid to the worker.

(f) If the worker is paid in cash or by cheque, this information must be recorded on the

envelope and the worker must acknowledge receipt of payment by signing for it.

(g) If a worker’s employment is terminated, the employer must pay all monies owing to that

worker within one month of the termination of employment.

14.8 If the worker is paid in cash or by cheque, this information must be recorded on the envelope and the worker

must acknowledge receipt of payment by signing for it.

14.9 If a worker’s employment is terminated, the employer must pay all monies owing to that worker within one

month of the termination of employment.

15 Deductions

15.1 An employer may not deduct money from a worker’s payment unless the deduction is required in terms of a

law.

15.2 An employer must deduct and pay to the SA Revenue Services any income tax that the worker is required

to pay.

15.3 An employer who deducts money from a worker’s pay for payment to another person must pay the money to

that person within the time period and other requirements specified in the agreement law, court order or

arbitration award concerned.

15.4 An employer may not require or allow a worker to –

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

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

to the worker; or

(c) pay the employer or any other person for having been employed.

16 Health and Safety

16.1 Employers must take all reasonable steps to ensure that the working environment is healthy and safe.

16.2 A worker must –

(a) work in a way that does not endanger his/her health and safety or that of any other

person;

(b) obey any health and safety instruction;

(c) obey all health and safety rules of the EPWP;

(d) use any personal protective equipment or clothing issued by the employer;

(e) report any accident, near-miss incident or dangerous behavior by another person to their

employer or manager.

17 Compensation for Injuries and Diseases

17.1 It is the responsibility of the employers (other than a contractor) to arrange for all persons employed on a

EPWP to be covered in terms of the Compensation for Occupational Injuries and Diseases Act, 130 of 2014.

17.2 A worker must report any work-related injury or occupational disease to their employer or manager.

17.3 The employer must report the accident or disease to the Compensation Commissioner.

17.4 An employer must pay a worker who is unable to work because of an injury caused by an accident

at work 75% of their earnings for up to three months. The employer will be refunded this amount by the

Compensation Commissioner. This does NOT apply to injuries caused by accidents outside the workplace

such as road accidents or accidents at home.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C20 C1.2

Part C1: Agreement and Contract Data Contract Data

18 Termination

18.1 The employer may terminate the employment of a worker for good cause after following a fair procedure.

18.2 A worker will not receive severance pay on termination.

18.3 A worker is not required to give notice to terminate employment. However, a worker who wishes to resign

should advise the employer in advance to allow the employer to find a replacement.

18.4 A worker who is absent for more than three consecutive days without informing the employer of an intention

to return to work will have terminated the contract. However, the worker may be re-engaged if a position

becomes available for the balance of the 24-month period.

18.5 A worker who does not attend required training events, without good reason, will have terminated the

contract. However, the worker may be re-engaged if a position becomes available for the balance of the 24-

month period.

19 Certificate of Service

19.1 On termination of employment, a worker is entitled to a certificate stating –

(a) the worker’s full name;

(b) the name and address of the employer;

(c) the EPWP on which the worker worked;

(d) the work performed by the worker;

(e) any training received by the worker as part of the EPWP;

(f) the period for which the worker worked on the EPWP;

(g) any other information agreed on by the employer and worker.

20 Contractor’s default in payment to Labourers and Employees

(a) Any dispute between the Contractor and labourers, regarding delayed payment or default

in payment of fair wages, if not resolved immediately may compel the Employer to

intervene.

(b) The Employer may, upon the Contractor defaulting payment, pay the moneys due to the

workers not honoured in time, out of any moneys due or which may become due to the

Contractor under the Contract.

21 Provision of Handtools, PPE and EPWP overalls

(a) The Contractor shall provide his labour force with hand tools of adequate quality, sufficient

in numbers and make the necessary provisions to maintain the tools in good and safe

working conditions. All workers shall be provided with the necessary PPE and the standard

EPWP two piece orange overall set. The overalls should have the DPW logo on the left

hand side, the EPWP logo on the right hand side (chest). “EPWP” should also be printed in

Arial, Bold, Black on the back of the overall.

22 EPWP signage board

EPWP at the project level shall always be promoted through the projects signage board that embrace EPWP logo at

the bottom, correct measurement for this signage board will be provided by the project leader during the site handing

over meeting.

23 MINIMUM LABOUR BASED TARGETS

The following minimum labour based targets are required to be met:

23.1 LABOUR BUDGET AS PERCENTAGE OF PROJECT BUDGET

A minimum of 15% of the Project Budget is required to be spent on local community labour.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C21 C1.2

Part C1: Agreement and Contract Data Contract Data

23.2 EMPLOYMENT OF LOCAL LABOUR

(i) The Contractor is required to make maximum possible use of the local labour force from the

community, which is at present underemployed or unemployed.

(ii) To this end the Contractor is required to give preference to the use of local labour and limit the use

of non-local labour to key personnel only.

(iii) The Contractor shall, through all available community structures, inform the local community of the

labour intensive works and the employment opportunities presented thereby. Preference must be

given to people with previous practical experience in construction and / or who come from

households:

a) where the head of the household has less than a primary school education;

b) that have less than one full time person earning an income;

c) where subsistence agriculture is the source of income.

d) those who are not in receipt of any social security pension income

(iv) Local labour is defined as “people who reside in the community who have preferable been identified

by the Project Steering Committee to be employed”

(v) Key Personnel – are defined as foremen and skilled labourers without whom the particular job could

not be accomplished. As far as possible these people should impart their management and building

skills to individuals within the community workforce who show a keen interest and display a

willingness to learn.

23.3 EMPLOYMENT OF WOMEN, YOUTH AND DISABLED PERSONS

The Contractor shall endeavour to ensure that the expenditure on the employment of temporary workers is in

the following proportions:

a) 55 % women; 45% men

b) 55% youth who are between the ages of 18 and 35; and

c) 2% on persons with disabilities.

24 MINIMUM REPORTING

24.1 CONTRACTORS REPORT

The Contractor is required to complete a Contractors Report, which is to be submitted together with the

Contractors Payment Claims all as per the “Reporting Schedule 1 - 5 (overall)” attached hereto. Payment of

the contractor is conditional on the information being accurately and timeously provided.

24.2 PROGRESS REPORTS

Progress report detailing production output compared to the programme of works shall be submitted monthly.

24.3 WORKER CONTRACTS

All worker contracts for workers employed during the month must accompany the Reporting Schedule 1 - 5

attached hereto.

25 EPWP CONTRACT FOR LABOUR

It is compulsory that shortly after the contractor and/or sub-contractor has appointed local labour, the

employment contract should be signed by both parties, prior to commencement with works on site. The

employment contract forms part of the Ministerial Determination.

26 SKILLS DEVELOPMENT

EPWP Local labour needs to be capacitated with skills that will render them employable in the future. It is

then the responsibility of the Contractor to ensure that the mandatory life skills are provided to 100% of

workforce on site.

Contractor shall also provide all necessary on-job training to targeted labour to enable such labour to master

and advance on techniques required to undertake the work in accordance with requirements of the contract in

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C22 C1.2

Part C1: Agreement and Contract Data Contract Data

a manner that does not compromise workers health and safety.

The latter is not mandatory to all as it covers technical skills.Few beneficiaries can be identified to undergo

through further technical training to prepare them for opportunities as semi-skilled Artisans

27 ATTACHMENTS

Reporting Schedule 1 (Daily Site Attendance Register)

Reporting Schedule 2 (Payment Register)

Reporting Schedule 3 (Beneficiary List)

Reporting Schedule 4 (Monthly progress report)

Reporting Schedule 5 (Contractors Monthly Report on Sub-contractors)

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C23 C1.2

Part C1: Agreement and Contract Data Contract Data

TARGTED ENTERPRISE PARTICIPATION FOR CONTRACTORS

1. Objective

The objective of King Cetshwayo District Municipality’s Targeted Procurement Policy is to bring about meaningful

transformation in the built environment construction industry through the following:

• Meaningful Economic Participation;

• Transfer of Technical, Management and Entrepreneurial Skills; and

• Creation of sustainable Large Black Enterprises

2. Targeted Procurement Goals

2.1. Targeted Procurement – the value of goods, services and works paid to one or more sub-contractors(s) exclusive of

the following:

• Cost of major strategic materials such as pipes, valves, pump sets and electrical switch gear; as specifically

listed in the tender document.

• Value added Tax

• Contingencies

• Preliminary and General section

• Contract Price Adjustment

2.2. The Targeted Procurement is expressed as a subcontracted percentage of the contract amount.

King Cetshwayo District Municipality requires 40% of work to be reserved for targeted

procurement.

3. Applicability

3.1. The Targeted Procurement policy is applicable to all Capital Projects contracts for Contractors with a CIDB grading

of 5 or higher in the General Building or Civil Engineering classes of works and may be achieved through any of the

following mechanisms/approaches:

• Stipulated Minimum B-BBBEEE status level contributor.

• EME and QSE

• Sub-contracting

3.2. The requirements of a targeted procurement policy apply only to:

a) Construction works contracts in the General Building (GB) and to Civil Engineering (CE) classes of

construction works;

b) construction works contracts of an estimated minimum project duration of 6 months;

3.3. It is envisaged that such mechanisms/approaches will involve two or more entities, one being an established or

developed enterprise and the other(s) being one or more targeted enterprise(s).

3.4. The intention here is for skills to be transferred from the developed enterprise to the targeted enterprise hence joint

ventures formed by two or more targeted enterprises are not desirable. Engaging sub-contractors will be a preferred

method.

3.5. The above definitions are based on the “Construction Sector Code of Good Practice published in General Notice 862

of 2009 in Government Gazette No 32305 of 2009 in terms of the Board Based Black Economic Empowerment Act

of 2003 (Act 53 of 2003)”.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C24 C1.2

Part C1: Agreement and Contract Data Contract Data

Table 3.1: Definition of targeted and established/developed enterprises

Type Of Enterprise Black

Ownership

Tax Reference

and Pin

Minimum Full Time Employees

CIDB

Grading Preference

Target

Established or Developed or Large

Enterprise N/A Required >3 5 to 9 60% Max.

Targeted

Enterprise

Qualifying Small Enterprise (QSE) And Exempted Micro Enterprise (EME)

51% Required 3 1 to 4 40% Min.

Note:

(i) an EME or QSE;

(j) an EME or QSE which is at least 51% owned by black people;

(k) an EME or QSE which is at least 51% owned by black people who are youth;

(l) an EME or QSE which is at least 51% owned by black people who are women; (m)an EME or QSE which

is at least 51% owned by black people with disabilities;

(n) an EME or QSE which is 51% owned by black people living in rural or under developed areas or townships;

(o) a cooperative which is at least 51% owned by black people;

(p) an EME or QSE which is at least 51% owned by black people who are military veterans; or

4. Application

4.1. The targeted procurement ratio calculation is to be based on the Tender Value (excluding VAT, contingencies and

CPA) less the cost of special materials to be procured by the Contractor, but including the Contractor’s mark-up

value of these materials.

4.2. The distribution of the work according to the targeted procurement ratio must be across the various levels of

management, supervision, artisans and labour within the contract to ensure that a transfer of skills occurs at all these

levels as shown in Table 4.1.

Table 4.1: Example of TARGETED PROCUREMENT targets for Contractors

Job Function / Work

Package

Type of

Enterprise

Maximum

%

Contract

Value /

Hours

Type of

Enterprise

Minimum %

Contract

Value / Hours

Management Developed 60% Targeted 40%

Contracts Manager Developed 60% Targeted 40%

Site Agent Developed 60% Targeted 40%

Foreman Developed 60% Targeted 40%

Labour Maximise use and training of LOCAL LABOUR

Overall Developed 60% Targeted 40%

4.3. Specific construction activities, such as haulage, excavation and the like, may be allocated in total to targeted

enterprises where this will enable these enterprises to become better established in these specialized activities.

4.4. Rates paid to targeted enterprises must be no less than those paid to a developed enterprise to undertake the same

task or function.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C25 C1.2

Part C1: Agreement and Contract Data Contract Data

5. Reporting

For each monthly invoice submitted by the main Contractor, on a contract where the targeted procurement is applicable,

the split between the Developed Enterprise(s) and the Targeted Enterprise(s) hours and costs per function must be clearly

articulated to enable the targeted procurement objectives to be easily and regularly monitored.

6. Eligibility Criteria

• For tenders where the targeted procurement is applicable, those that do not offer a minimum targeting of 40%

according to the requirements mentioned above will be deemed ineligible.

• CIDB registration requirement for both main and targeted partner where applicable.

• Eligibility criteria for the Developed and Targeted enterprises shall be separated.

• The onus is on the developed enterprise to ensure that their targeted partner meets the criteria for targeted

procurement. The eligible Targeted Enterprises shall be nominated from the Municipality’s database for targeted

procurement contractors.

6.1. Eligibility criteria for Targeted Procurement

1. Developed enterprise must not have equity holding in targeted enterprise, either directly or through a ‘flow

through’ principle.

2. CIDB registration 1-4 (GB, CE, and EB)

3. SARS Tax Registration and Pin.

4. CIPC Registration

5. Must be either 51% black owned EME or QSE

6.2. Documents to be utilized to enable evaluation of Tenders

Tenderers must refer to schedule RS021.

6.3. Monitoring of Contractual Obligations

- Agreement between developed and target partner to be submitted within 14 days from date of award

clearly providing detailed work packages to be performed by the targeted enterprise

- Payment Certificates from the targeted partner indicating work packages performed CIDB document -Site visits

- Interviews with targeted partner’s staff to cover:

o Confirmation that targeted partner has been paid for services rendered

o Confirmation of skills transfer

- Performance management

6.4. Incentives for achieving more than the minimum targeted procurement goals or finishing early

- Possible shorter payment cycle in exchange for settlement discount

- Recognition certificate / award (developed & targeted)

6.5. Penalties for not achieving the minimum targeted procurement goals.

1. Monthly penalties will be applied at a rate of Three Thousand Rand (R 3 000) for every percentage not achieved

until the maximum of 40% of contract value is reached.

2. The final applicable penalty will be determined following reconciliation at the end of the contract after

calculating the targeting achieved by the Service Provider and any penalty due to the Employer will be

recovered either from the last payment or retention. In the event the penalty is overcharged, it will be refunded.

3. To avoid the monthly penalties, the Tenderer needs to develop a detailed works programme indicating when the

work packages for targeted enterprise will be rendered. Failure to provide such a programme will result in

penalties commencing in the second month of the contract.

6.6. Allocation of SMME sub-contractor from King Cetshwayo District Municipality data base

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C26 C1.2

Part C1: Agreement and Contract Data Contract Data

1. It should be noted that no construction work on the project may commence on the project until an SMME

subcontractor has been allocated to the project from the King Cetshwayo District Municipality’s Data Base.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C27 C1.2

Part C1: Agreement and Contract Data Contract Data

C1.4 CONTRACTUAL DOCUMENTATION

C1.4.1 CONSTRUCTION GUARANTEE

Contract No: Tender No KCDM/RBIG/03/2017

WHEREAS King Cetshwayo District Municipality (hereinafter referred to as the Employer”) entered into, a

Contract with:

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

(hereinafter called “the Contactor”) on the: ................................. day of: ................................................... 20 ........

for ......................................................................................................................................................................................

at .......................................................................................................................................................................................

AND WHEREAS it is provided by such Contract that the Contractor shall provide the Employer with security by way

of a guarantee for the due and faithful fulfilment of such Contract by the Contractor;

AND WHEREAS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . has / have at the request of

the Contractor, agreed to give such guarantee;

NOW THEREFORE WE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . do hereby guarantee

and bind ourselves jointly and severally as Guarantor and Co-principal Debtors to the Employer under renunciation of

the benefits of division and exclusion for the due and faithful performance by the Contractor of all the terms and

conditions of the said Contract, subject to the following conditions:

1. The Employer shall, without reference and / or notice to us, have complete liberty of action to act in any manner

authorized and/or contemplated by the terms of the said Contract, and/or to agree to any modifications,

variations, alterations, directions or extensions of the completion date of the works under the said Contract, and

that its rights under this guarantee shall in no way be prejudiced nor our liability hereunder be affected by reason

of any steps which the Employer may take under such Contract, or of any modification, variation, alterations of

the completion date which the Employer may make, give, concede or agree to under the said Contract.

2. This guarantee shall be limited to the payment of a sum of money.

3. The Employer shall be entitled, without reference to us, to release any guarantee held by it, and to give time to

or compound or make any other arrangement with the Contractor.

4. This guarantee shall remain in full force and effect until the issue of the Certificate of Completion in terms of the

Contract, unless we are advised in writing by the Employer before the issue of the said Certificate of his

intention to institute claims, and the particulars thereof, in which event this guarantee shall remain in full force

and effect until all such claims have been paid or liquidated.

5. Our total liability hereunder shall not exceed the Guaranteed Sum of . . . . . . . . . . . . . . . . . . . . . . .

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

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

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C28 C1.2

Part C1: Agreement and Contract Data Contract Data

6. The Guarantor reserves the right to withdraw from this guarantee by depositing the Guaranteed

Sum with the beneficiary, whereupon our liability hereunder shall cease.

7. We hereby choose our address for the serving of all notices for all purposes arising here from as

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

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

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

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

IN WITNESS WHEREOF this guarantee has been executed by us at . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

on this . . . . . . . . . day of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 . . . . . . . .

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

Duly authorized to sign on behalf of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Address . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

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

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

As witnesses:

1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

2. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C29 C1.2

Part C1: Agreement and Contract Data Contract Data

C1.4.2 AGREEMENT OF INDEMNITY IN TERMS OF OCCUPATIONAL HEALTH AND SAFETY ACT

2014

THE KING CETSHWAYO DISTRICT MUNICIPALITY

duly represented herein by …………………………………… in his capacity as

……………………………………………………..… (hereinafter referred to as "EMPLOYER")

and

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

duly represented herein by ………………………………………. in his capacity as

……………………………………………………………………………………..………

(hereinafter referred to as the "MANDATORY")

The EMPLOYER and the MANDATORY hereby agree, in terms of the provisions of Section 37(2) of the

Occupational Health and Safety Act 2014 (Act 85 of 2014, hereinafter referred to as “the Act”), that as far as the

work described in 1 hereafter, the following arrangements and procedures shall apply between them to ensure

compliance by the MANDATORY with the provisions of the Act, namely:

1. DESCRIPTION OF WORK : ……...……...……...….….………………...…………………………………

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

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

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

2. DEFINITIONS :

2.1. EMPLOYER : means any person who employs or provides work for any person and remunerates that

person or expressly or tacitly undertakes to remunerate him, but excludes a labour broker as defined in

Section 1(1) of the Labour Relations Act, 1956 (Act No 28 of 1956).

2.2. MANDATORY : includes an agent, a contractor or a sub-contractor for word, but without derogating

from his status in his own right as an employer or a user.

3. ARRANGEMENTS AND PROCEDURES:

3.1. The MANDATORY as an employer in his own right, undertakes to acquaint the appropriate officials and

employees of the MANDATORY with all relevant provisions of the Act and the regulations promulgated in

terms of the Act;

3.2. The MANDATORY undertakes that all relevant duties, obligations and prohibitions imposed in terms of the

Act and Regulations will be fully complied with;

3.3. The MANDATORY hereby accepts sole liability for such due compliance with the relevant duties,

obligations and prohibitions imposed by the Act and Regulations and expressly absolves the EMPLOYER

from itself being obliged to comply with any of the aforesaid duties, obligations and prohibitions; and

3.4. The MANDATORY agrees that any duly authorised officials of the EMPLOYER shall be entitled, although

not obliged, to take such steps as may be necessary to ensure that the MANDATORY has complied with his

undertakings as set out more fully in paragraphs 1 and 2 above, which steps may include, but not be limited

to, the right to inspect any appropriate site or premises.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C30 C1.2

Part C1: Agreement and Contract Data Contract Data

3.5. The MANDATORY undertakes to furnish the EMPLOYER with a letter of good standing in terms of Section

89 of the Compensation for Occupational Injuries and Diseases Act 2014 (Act No 130 of 2014) before any

work in terms of this agreement is commenced.

3.6. The MANDATORY undertakes to appoint a designated responsible person in terms of the Act, and to furnish

the EMPLOYER with a copy of such appointment before any work in terms of this agreement is undertaken

THUS DONE AND SIGNED AT RICHARDS BAY ON THIS ……….. DAY OF …………….…………… 20……

AS WITNESSES:

1. ..........................……………..... …………………………………..

(For and on behalf of the EMPLOYER)

2. ..........................…………….....

THUS DONE AND SIGNED AT RICHARDS BAY ON THIS …… DAY OF …………………….…… 20…..

AS WITNESSES:

1. ..........................…………….......

2. ..........................……………....... …………………………………

(For and on behalf of the MANDATORY)

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C31 C1.2

Part C1: Agreement and Contract Data Contract Data

C1.4.3 TRANSFER OF RIGHTS AND INDEMNITY FOR MATERIALS ON SITE

TRANSFER OF RIGHTS FOR MATERIAL ON SITE

Claim for materials on site, Payment Certificate No: ………………..………….. Date: ………………………

Contract No: …………………… for (contract title) ………………………………………………………………………

……………………………………………………………………………………………………………………………………

I, the undersigned (name of signatory) ………………………………………….……..…….. in my capacity as

………………………………………. of (name of Contractor) ……………………………………………………………..

duly authorised hereto on behalf of the Contractor hereby transfer, cede and assign all the Contractor’s rights, title and

interest in and to the materials and goods, for which evidence of bona fide ownership is attached hereto,

unto and in favour of (name of Employer) ….………….……………………………………………………………….

Insofar as the Contractor retains actual control of the materials and goods, the right of ownership thereof passes to the

Employer by constitutum possessorium.

I herewith indemnify the Employer against any claim to and in respect of said materials by reason of the Contractor’s

sequestration or liquidation or of any effect in the Contractor’s title to the materials and agree that no payment for materials

on site will be made by the Employer until such time as I have submitted documentary proof of bona fide ownership of the

said materials and goods.

The transfer shall become effective upon conclusion of the Contractor receiving payment from the Employer or from any

other person on behalf of the Employer for the materials and goods as Materials on Site, payment of retention money

thereon excluded.

I further confirm that I am fully responsible for all materials and goods listed under this Transfer of Rights and that they

have been insured adequately against all risks and will remain insured until they are built into or used in the permanent

works and taken over by the Employer.

This certificate of Transfer of Rights applies only to the materials and goods as listed in the following table:

DESCRIPTION OF ITEM UNIT QTY RATE AMOUNT SUPPLIER

TOTAL VALUE OF MATERIALS AND GOODS

Signed by ……………………………………………………………………. Date …………………………………

for and on behalf of the Contractor,

Witnesses by ………...………………………………………………….……. Date ……………………………....

[Note: This form, together with the documentary proof of ownership or proof of payment by the Contractor to the

supplier, shall accompany the Contractor’s claim for payment for materials on site in terms of Clause 49.1.5 of the

General Conditions of Contract 2015.]

INDEMNITY FOR MATERIALS ON SITE

We the.....................................................................……………...................(Bank or Insurance Company)

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C32 C1.2

Part C1: Agreement and Contract Data Contract Data

do hereby bind ourselves as surety in solidum and co-principal debtors to recompense the employer in the event of his not

acquiring ownership of materials for whatever reason, or in the event of his lawfully being required to make payment of any

sum of money to any third party in order to obtain or retain ownership of full and free possession of the said materials, in

circumstances where the employer has paid the Contractor for the said materials on site in terms of Clause 52 (1)(e) of the

General Conditions of Contract, and for all losses, damages and expenses that may be suffered or incurred by the Employer

as a result of such payment for the said materials on site, renouncing all benefits from the legal exceptions ordinis se

excursionis et divisions “No value received” and all other exceptions which might or could be pleaded against the validity

of this guarantee, with the meaning and effect of which exceptions we declare ourselves to be fully acquainted; provided

that the liability of the undersigned under this guarantee is limited to and shall not exceed

R............................................. (...........…………………………….....................……………………………….)

and will lapse after issue of the Certificate of Completion of the Contract, unless the surety is advised in writing by the

Employer before issue of the said Certificate of his intention to institute claims and the particulars thereof, in which event

this guarantee shall remain in force until all such claims are paid or settled.

This undertaking is not negotiable nor transferable and must be returned to us upon payment of the above-mentioned

amount.

Bank/Insurance Company: ..................................................................................................

Address: ..................................................................................................

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

Date: ..................................................................................................

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C33 C2

Part C2 Pricing Data

_____________________________________________________________

PART C2: PRICING DATA

_____________________________________________________________

TABLE OF CONTENTS

Page

C2.1 Pricing Instructions C34

C2.2 Bill of Quantities C36

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C34 C2

Part C2 Pricing Data

C2.1 PRICING INSTRUCTIONS

1. Measurement and payment shall be in accordance with the relevant provisions of Clause 8 of each of

the SANS 1200 Standardised Specifications for Civil Engineering Construction referred to in the

Scope of Work. The Preliminary and General items shall be measured in accordance with the

provisions of SANS 1200-A, General.

2. The units of measurement described in the Bills of Quantities are metric units. Abbreviations used in

these Bills of Quantities 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

sum = lump sum

t = ton (1000 kg)

W/day = Work day

3. Unless otherwise stated, items are measured net in accordance with the drawings, and no allowance is

made for waste.

4. The prices and rates in these Bills of Quantities 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.

5. It will be assumed that prices included in these 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.stanza.org.za or www.iso.org for information on

standards)

6. 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..

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C35 C2

Part C2 Pricing Data

7. An item against which no price is entered will be considered to be covered by the other prices or rates

in the Bills of Quantities. A single lump sum will apply should a number of items be grouped together

for pricing purposes.

8. The quantities set out in these Bills of Quantities 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 Bills of Quantities.

9. Reasonable compensation will be received where no pay item appears in respect of work required in

the Bills of Quantities in terms of the Contract and which is not covered in any other pay item.

10. The short descriptions of the items of payment given in these Bills of Quantities 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.

11. Descriptions in the Bills of Quantities are abbreviated and comply generally with those in the SANS

1200 Standardised Specifications.

12. Those parts of the contract to be constructed using labour-intensive methods have been marked in the

bill of quantities with the letters LI in a separate column filled in against every item so designated. The

works, or parts of the works so designated are to be constructed using labour-intensive methods only.

The use of plant to provide such works, other than plant specifically provided for in the scope of works,

is a breach to the contract. The items marked with the letters “LI” are not necessarily an exhaustive list

of all the activities, which must be done by hand, and this clause does not over-ride any of the

requirements in the generic labour intensive specification in the Scope of Works.

13. Payment for items which are designated to be constructed labour-intensively (either in this schedule

or in the scope of works) will not be made unless they are constructed using labour-intensive

methods. Any unauthorised use of plant to carry out work, which was to be done labour-intensively

will not be condoned, and any works so constructed will not be certified for payment.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C36 C2

Part C2 Pricing Data

C2.2 Bill of Quantities

The Bill of Quantities follows on the next page.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C87 C3

Part C3 Specification

C3 SCOPE OF WORK

CONTENTS

C3.1 STANDARD SPECIFICATIONS

C3.2 PROJECT SPECIFICATIONS

A : GENERAL

PS.1 EMPLOYER’S OBJECTIVES

PS.2 DESCRIPTION AND LOCATION OF WORKS

PS.3 CONSTRUCTION AND MANAGEMENT REQUIREMENTS

PROJECT REQUIREMENTS

B1 : AMENDMENTS TO THE STANDARD SPECIFICATIONS

PSA PRELIMINARY AND GENERAL

PSAB ENGINEERS OFFICE

PSC SITE CLEARANCE

PSD EARTHWORKS

PSDB EARTHWORKS (PIPE TRENCHES)

PSG CONCRETE (STRUCTURAL)

PSL MEDIUM PRESSURE PIPELINES

PSLB BEDDING (PIPES)

C3.3 PARTICULAR SPECIFICATIONS

B2 : ADDITIONAL PARTICULAR SPECIFICATIONS

PA OHSA 1993 HEALTH AND SAFETY SPECIFICATIONS

PB ENVIRONMENTAL MANAGEMENT PLAN

PG GRASSING

PAA DAYWORKS SCHEDULE

DES DETAILED ELECTRICAL SPECIFICATION

EBS GENERAL ELECTRICAL SPECIFICATION (BUILDING CONTRACTS)

PBA BUILDING WORK ON CIVIL ENGINEERING CONTRACTS (SMALL WORKS)

PV VALVES AND HYDRANTS

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C88 C3

Part C3 Specification

C3.1 STANDARD SPECIFICATIONS

The standard specifications on which this contract is based are the SABS 1200 Standardized Specifications.

Although not bound in nor issued with this Document, the following Parts of the SABS 1200 Standardized

Specifications shall apply:

SABS 1200 A: General (1986)

SABS 1200 C: Site Clearance (1980)

SABS 1200 D: Earthworks (1988)

SABS 1200 DB: Earthworks (Pipe Trenches) (1989)

SABS 1200 DE: Small earth dams (1996)

SABS 1200 DK: Gabions and pitching (1996)

SABS 1200 DM: Earthworks (Roads, Subgrades) (1981)

SABS 1200 G: Concrete (Structural) (1982)

SABS 1200 GA: Concrete (Small Works) (1982)

SABS 1200 L: Medium-Pressure Pipelines (1983)

SABS 1200 LB: Bedding (Pipes) (1983)

SABS 1200 M: Roads General (1996)

SABS 1200 ME: Subbase (1981)

SABS 1200 MF: Base (1981)

SABS 1200 MFL: Base (Light pavement structures) (1996)

SABS 1200 MJ: Segmented paving (1984)

SABS 1200 MK: Kerbing and channeling (1983)

Variations and additions to the various SABS 1200 Standardised Specifications are given in Portion B of the

Project Specifications

The following SANS specifications are also referred to in this document and the Contractor is advised to obtain

them from Standards South Africa (a division of SABS) in Pretoria.

SANS 10396:2003: Implementing Preferential Construction Procurement Policies using Targeted

Procurement Procedures

SANS 1914-1 to 6 (2002) : Targeted Construction Procurement

SANS 1921-1 (2004): Construction and Management Requirements for Works Contracts

Part 1: General Engineering and Construction Works and where accommodation

of traffic is involved:

SANS 1921-2 (2004): Construction and Management Requirements for Works Contracts;

Part 2: Accommodation of Traffic on Public Roads Occupied by the Contractor.

SANS 10298 (2004): Indirect small to medium-sized gas chlorination systems for the disinfection of

water.

Other documents:

The latest edition of “ Standards and Guidelines” from the National Home Builders Registration Council.

Model Preamble for Trades from the Association of SA Quantity Surveyors

General Conditions of Contract 2015 (Third edition, 2015) Obtainable from the SA. Association of Consulting

Engineers

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C89 C3

Part C3 Specification

C3.2 PROJECT SPECIFICATIONS

STATUS

The Project Specification, consisting of two parts, forms an integral part of the contract and supplements the

Standard Specifications.

Part A contains a general description of the works, the site and the requirements to be met.

Part B contains variations, amendments and additions to the Standardized Specifications and, if applicable, the

Particular Specifications.

In the event of any discrepancy between a part or parts of the Standardized or Particular Specifications and the

Project Specification, the Project Specification shall take precedence. In the event of a discrepancy between the

Specifications, (including the Project Specifications) and the drawings and / or the Bill of Quantities, the

discrepancy shall be resolved by the Engineer before the execution of the work under the relevant item.

The standard specifications which form part of this contract have been written to cover all phases of work

normally required for road contracts, and they may therefore cover items not applicable to this particular

contract.

PART A: GENERAL

PS.1 EMPLOYER’S OBJECTIVES

The Employer’s overall objective is to provide reliable potable water to the supply area SSA2,

Greater Mthonjaneni, at the level of one stand tap per household for a 20 year horizon.

In addition to the above, bulk water only is to be supplied for the Kwa Magwaza hospital and

adjacent community as well as for the town of Melmoth for the 20 year horizon

PS.2 DESCRIPTION AND LOCATION OF THE WORKS

P.S.2.1 Description of the Works

The work to be executed includes the following:

• Construction of Bulk Mains and associated works

• Constructions of 1 No. Pumping Station and associated works

• Constructions of 1 No. Reservoir

BULK MAINS AND ASSOCIATED WORKS:

• Construction of 400mm diameter (approximately 6.7km) and 200mm diameter (approximately

2.20km) Steel bulk mains from existing supply reservoir to supply reservoir 2B

RESERVOIRS AND ASSOCIATED WORKS:

• Construction of a 500kl reservoir namely reservoir 2B

PUMP STATIONS AND ASSOCIATED WORKS:

• Construction of Pump Station PS 2B

The above will only include for the Civil and Structural component.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C90 C3

Part C3 Specification

P.S.2.2 Location of the Works

The project is located primarily within Ward 3 and a portion of Ward 2 in the Mthonjaneni Local

Municipality. The supply area is approximately 15km south west of Melmoth and is accessed by

District Road D550. It is remote and roads are generally in a poor condition. Many of the households

that are to receive water have no formal water supply.

A locality sketch is included in Part C4 Site Information under the heading of Annexure: Locality Sketch.

PS.3 CONSTRUCTION AND MANAGEMENT REQUIREMENTS

PS.3.1 General

The Contractor is referred to SANS 1921: 2004 parts 1, 2 and 3: Construction and Management

Requirements for Works Contracts. These specifications shall be applicable to the contract under

consideration and the Contractor shall comply with all requirements relevant to the project.

Certain aspects however require further attention as described hereafter.

PS.3.2 Labour Intensive Competencies of Supervisory and Management Staff

Contractors shall only engage supervisory and management staff in labour intensive works who

have completed the skills programme outlined in Table 1.

Table 1: Skills programme for supervisory and management staff

Personnel NQF

level

Unit standard titles Skills programme

description

Team leader / supervisor 2

Apply Labour Intensive Construction Systems and Techniques to Work Activities

This unit standard must be completed, and

Use Labour Intensive Construction Methods to Construct and

Maintain Roads and Stormwater Drainage

any one of these 3 unit

standards Use Labour Intensive Construction Methods to Construct and

Maintain Water and Sanitation Services

Use Labour Intensive Construction Methods to Construct, Repair

and Maintain Structures

Foreman/ supervisor 4

Implement labour Intensive Construction Systems and Techniques This unit standard must be

completed, and

Use Labour Intensive Construction Methods to Construct and

Maintain Roads and Stormwater Drainage

any one of these 3 unit

standards Use Labour Intensive Construction Methods to Construct and

Maintain Water and Sanitation Services

Use Labour Intensive Construction Methods to Construct, Repair

and Maintain Structures

Site Agent / Manager (i.e.

the contractor’s most senior

representative that is resident on the site)

5 Manage Labour Intensive Construction Processes

Skills Programme against

this single unit standard

PS.3.3 Employment of Labour

It is the intention that this Contract should make the maximum possible use of the labour force

which is at present underemployed.

To this end it will be expected of the Contractor to employ and train labour on this Contract.

The Contractor shall fill in the forms relating to Key Personnel and state how many key personnel

he intends to employ in the various categories. The numbers stated in the above mentioned form

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C91 C3

Part C3 Specification

will be strictly controlled during the contract period and any increase in numbers shall be subject

to the approval of the Engineer.

It is a condition of contract that the data sheets detailing the employment of human resources,

expenditure and employment of SMMES as detailed in the tables below be submitted together

with the monthly certificate timorously to the Engineer by the 10th of each month.

The definition of youth being determined by age up to and including 35 years.

The unit of measurement is person days being the total number of persons in that category

multiplied by the number of days worked by each person respectively.

Labour intensive construction will be used to implement the Works and will include all of the

following operations: -

(a) All trenching and backfilling of trenches. Excavation in hard, unpickable material and

rock will be done by machine and blasting respectively;

(b) All laying and bedding of pipework. The contractor is required to train local labour in the

laying of these pipes;

(c) Bedding, including the short haul by wheel barrow at a maximum distance of 100m, of

imported stockpiles placed alongside the trench;

(d) Construction of manholes, valve chambers, gabion basket filling, erosion protection

measures etc;

(e) Manufacturing of pipe route markers on site; and

(f) Steel fixing, shutter hand work and minor concrete works.

Plant may be used to deliver bedding to the trench at 100m intervals from where labour must

be used to load, haul and off-load the material using wheelbarrows.

All work to be executed by labour intensive methods will be demarcated as (LI) in the bill of

quantities. Any work so designated or specified in this specification as being done labour

intensively but which is not executed by labour, notwithstanding any payment made to the

labour, will not be paid for.

Local labour shall be recruited by the contractor with the assistance of the project

manager, locally elected labour desk, and CLO. Wage tariffs must comply with Dept. of

Labour rates as set for the Civil Engineering Construction Industry for KZN.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C92 C3

Part C3 Specification

Labour Return : (Current Month)

Municipal Infrastructure Grant

Register of Beneficiaries Employed and Trained on (MIG) Projects for EPWP reporting

Municipality Name Prov Reference No:

Project Name Municipal Ref No:

MIS Form ID No: (DM use only) National Ref No:

Beneficiary Employment Data. This refers to job opportunities provided to local communities employed on (MIG) projects Beneficiary Training Data. This refers to training opportunities provided to local communities employed on (MIG) projects

Name & Surname ID Number Male/Female Youth/Adult Disabled

Employment:

Occupational category

Non Accredited

Training:

Type of Training

Accredited training:

Course Module Details

e.g. Joe Blogg 6604093795812 Male Adult No Labourer Technical N/A

The data sheets must be submitted monthly irrespective of whether or not a payment certificate is submitted in

terms of the latest cash flow.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C93 C3

Part C3 Specification

PS.3.4 Construction Programme

(a) Preliminary Programme

The Contractor shall include with his tender a preliminary programme on the prescribed form to be

completed by all Tenderers. The programme shall be in the form of a simplified bar chart with

sufficient details to show clearly how the works will be performed within the time for completion as

stated in the Contract Data.

Tenderers may submit tenders for an alternative Time for Completion in addition to a tender based

on the specified Time for Completion. Each such alternative tender shall include a preliminary

programme similar to the programme above for the execution of the works, and shall motivate his

proposal clearly by stating all the financial implications of the alternative completion time.

The Contractor shall be deemed to have allowed fully in his tendered rates and prices as well as in

his programme for all possible delays due to normal adverse weather conditions and special non-

working days as specified in the Special Conditions of Contract, in the Project Specifications and in

the Contract Data.

(b) Programme in terms of Clause 5 of the General Conditions of Contract

It is essential that the construction programme, which shall conform in all respects to Clause 5 of

the General Conditions of Contract, be furnished within the time stated in the Contract Data. The

preliminary programme to be submitted with the tender shall be used as basis for this programme.

PS.3.5 Drawings (Read with SANS 1921 – 1: 2004 clauses 4.1.7; 4.1.11 and 4.1.12)

The reduced scale drawings which form part of the tender documents shall be used for tendering

purposes only.

Please refer to the back of this document to Annexure A.2 for the Tender drawings and list of

drawings.

The contractor shall be supplied with three complete paper copies of the construction drawings free of

charge. The Contractor shall at his own expense produce there from all further paper prints required

for the construction of the work.

Any information which the Contractor has control over and which is required by the Engineer to

complete the drawings of record shall be made available to the Engineer before the Completion

Certificate is issued.

Only written dimensions may be used. Dimensions are not to be scaled from drawings unless ordered

by the Engineer. The Engineer will supply all figures / dimensions which are not shown on the

drawings. The levels or dimensions given on the drawings are subject to confirmation on site.

PS.3.6 Quality Assurance (QA) (Read with SANS 1921 – 1: 2004 clause 4.4)

The Contractor will be solely responsible for the production of work that complies with the

Specifications to the satisfaction of the Engineer. To this end it will be the full responsibility of the

Contractor to institute an appropriate Quality Assurance (QA) system on site. The Engineer will

audit the Contractor's quality assurance (QA) system on a regular basis to verify that adequate

independent checks and tests are being carried out and to ensure that the Contractor's own control is

sufficient to identify any possible quality problems which could cause a delay or failure.

The Contractor shall ensure that efficient supervisory staff, the required transport, instruments,

equipment and tools are available to control the quality of his own workmanship in accordance with

his QA-system. His attention is drawn to the fact that it is not the duty of the Engineer or the

Engineer’s representative to act as foreman or surveyor.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C94 C3

Part C3 Specification

PS.3.7 Management and Disposal of Water (Read with SANS 1921 - 1 : 2004 clause 4.6)

The Contractor shall pay special attention to the management and disposal of water and storm water

on the site. It is essential that all completed works or parts thereof are kept dry and properly drained.

Claims for delay and for repair of damage caused to the works as a result of the Contractor’s failure

to properly manage rain and surface water, will not be considered.

PS.3.8 Blasting

No blasting shall be carried out for the execution of the Works without the prior consent of the

Engineer. This consent will not be given where in the opinion of the Engineer blasting may give rise

to unnecessary risk of damage to surrounding property and other means of excavation are available

to the Contractor. Where consent to blasting is given such consent shall in no way relieve the

Contractor of any of his liabilities under the Contract.

No blasting will be permitted within 10 m of any structure, pipeline or service unless the Contractor

can satisfy the Engineer that his proposed blasting methods and controls are such that no damage

will be caused to the adjoining structure, pipeline or service. The Engineer may then ask for vibro-

readings to be taken at no additional cost to the Employer. No blasting is to be carried out in

Eskom, Telkom or other servitudes or way leaves unless the relevant authorities have been advised

in writing three weeks prior to blasting. Where blasting is carried out the Contractor shall arrange

for a representative of the relevant authority to be present prior to and during the blast.

The Contractor shall conform to all Government regulations in regard to blasting, handling and

storage of explosives.

PS.3.9 Spoil Sites (Read with SANS 1921 - 1 : 2004 clause 4.10)

The spoil sites shall be determined on site in conjunction with the Engineer. The Contractor shall

be permitted to use only those spoil areas approved by the Engineer.

Should the Contractor wish to use any other tip area for the disposal of soil, rubble, vegetation, etc,

its use shall be subject to the approval of the Engineer.

PS.3.10 Testing (Read with SANS 1921 – 1 : 2004 clause 4.11)

(a) Process control

The Contractor shall arrange for all tests required for process control to be done by a laboratory

acceptable to and approved by the Engineer.

The Contractor may establish his own laboratory on site or he may employ the services of an

independent commercial laboratory. Whatever method is used, the Contractor must submit the

results of tests carried out on materials and workmanship when submitting work for acceptance by

the Engineer. The costs for these tests shall be deemed to be included in the relevant rates and no

additional payment will be made for testing as required.

(b) Acceptance Control

The process control test results submitted by the Contractor for approval of materials and

workmanship may be used by the Engineer for acceptance control. However, before accepting any

work, the Engineer may have further control tests carried out by a laboratory of his choice. The cost

of such additional tests will be covered by a provisional sum provided in the schedule of quantities,

but tests that failed to confirm compliance with the specifications, will be for the account of the

Contractor.

PS.3.11 Site Establishment (Read with SANS 1921 - 1 : 2004 clause 4.14)

This contract is to be executed in a rural tribal area (Mzimela Tribal Authority). All due courtesy

must be exercised in so far as local resources are concerned (labour and materials). Water

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C95 C3

Part C3 Specification

abstraction for example from a local source for construction purposes must first be discussed and

agreed with the Inkosi.

The Engineer and the appointed ISD Consultant will facilitate all communication with the tribal

authority.

(a) Water and Electricity

The Contractor is to make his own arrangements in this regard and should note that the Employer

shall not be held responsible for any shortages of either water or power due to unforeseen

circumstances.

All other water required for construction purposes is to be sourced by the Contractor and is to be

allowed for in his rates.

(b) Location of Site Office

A suitable site will be indicated at the Site Inspection. The contractor will need to allow for the

fencing of the site.

Watchmen only may be housed on site.

The contractor is to provide adequate sanitary and waste facilities for his staff and is to ensure that

the camp is kept clean and neat at all times. No littering is to take place at either the camp or on the

site.

The site is to be left in a neat, landscaped condition without any improvements on completion of the

contract and final retention will not be released until such time as this condition has been complied

with.

(c) Telephone

The contractor shall make his own arrangements in this regard. Cellular phone coverage is available

in the area.

PS.3.12 Survey Beacons (Read with SANS 1921 - 1 : 2004 clause 4.15)

The Contractor shall take special precautions to protect all permanent survey beacons or pegs such

as bench-marks, stand boundary pegs and survey beacons, regardless whether such beacons or pegs

were placed before or during the execution of the Contract. If any such beacons or pegs have been

disturbed by the Contractor or his employees, the Contractor shall have them replaced by a

registered land surveyor at his own cost.

PS.3.13 Existing Services (Read with SANS 1921 - 1 : 2004 clause 4.17)

The Contractor shall make himself acquainted with the position of all existing services before any

excavation or other work likely to affect the existing services is commenced.

No work may proceed on road crossings under the provincial main roads until the necessary

approvals are in place as confirmed by the Engineer. All work within the road reserve shall comply

with the specifications of the Provincial Department of Transport as will be issued to the Contractor

by the Engineer.

The Contractor will be held responsible for any damage to known existing services caused by or

arising out of his operations and any damage shall be made good at his own expense.

Damage to unknown services shall be repaired as soon as possible and liability shall be determined

on site when such damage should occur.

Prior to commencing construction activities in a particular area, the Contractor shall also diligently

enquire of local landowners as to whether there are any other known services which have not been

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C96 C3

Part C3 Specification

shown on the drawings but which may be affected by the construction activities in that area, and

any such services shall be brought to the attention of the Engineer immediately.

The Contractor shall take note of the requirements of clause 1202 of the standard specifications

with regard to services.

PS.3.14 Health and Safety (Read with SANS 1921 - 1: 2004 clause 4.18)

It is a requirement of this contract that the Contractor shall provide a safe and healthy working

environment and to direct all his activities in such a manner that his employees and any other

persons, who may be directly affected by his activities, are not exposed to hazards to their health

and safety. To this end the Contractor shall assume full responsibility to conform to all the

provisions of the Occupational Health and Safety Act No 85 and Amendment Act No 181 of 1993,

and the OHSA 1993 Construction Regulations 2003 issued on 18 July 2003 by the Department of

Labour.

For the purpose of this contract the Contractor is required to confirm his status as mandatory and

employer in his own right for the execution of the contract by entering into an agreement with the

Employer in terms of the Occupational Health and Safety Act in the form as included in section

C1.2.2

The rates and prices tendered by the Contractor shall be deemed to include all costs for conforming

to the requirements of the Act, the Construction Regulations and the Employer's Health and Safety

Specification as applicable to this contract.

Should the Contractor fail to comply with the provisions of the Construction Regulations, he will be

liable for penalties as provided in the Construction Regulations and in the Employer's Health and

Safety Specification.

The Contractor’s failure to comply will also be recorded on the King Cetshwayo District Municipal

data base and will affect the award of adjudication points to the Contractor on future work tendered

for.

PS.3.15 Requirements for Accommodation of Traffic (Read with SANS 1921 - 2 : 2004 )

The Contractor will be responsible for the safe and easy passage of public traffic past and on

sections of roads of which he has occupation or where work has to be done near traffic.

The travelling public shall have the right of way on public roads, and the Contractor shall make use

of approved methods to control the movement of his equipment and vehicles so as not to constitute

a hazard on the road.

Accommodation of traffic, where applicable shall comply with SANS 1921-2: 2004: Construction

and Management Requirements for Works Contracts, Part 2: Accommodation of

Traffic on Public Roads occupied by the Contractor. The Contractor shall obtain this specification

from Standards South Africa.

The Contractor shall ensure that all road signs, barricades, delineators, flagmen and speed controls

are effective and that courtesy is extended to the public at all times.

Failure to maintain road signs, warning signs or flicker lights, etc, in a good condition shall

constitute ample reason for the Engineer to suspend the work until the road signs, etc, have been

repaired to his satisfaction.

The Contractor may not commence constructional activities affecting existing roads before

adequate provision has been made to accommodate traffic in accordance with the requirements of

this document and the South African Road Traffic Signs Manual.

The Contractor shall construct and maintain all temporary drainage works necessary for temporary

deviations.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C97 C3

Part C3 Specification

The Contractor shall provide and grant access to persons whose properties fall within or adjoin the

area in which he is working.

The Contractor’s tendered rates for the relevant items in the Bill of Quantities shall include full

compensation for all possible additional costs which may arise from this, and no claims for extra

payment due to inconvenience as a result of the modus operandi will be considered.

PS.3.16 Management of the Environment (Read with SANS 1921 - 1 : 2004 clause 4.19)

Respect for the environment is an important aspect of this contract and the Contractor shall pay

special attention to the following:

(a) Natural Vegetation

Only those trees and shrubs directly affected by the works and such others as the Engineer may

direct in writing shall be cut down and stumped. The natural vegetation, grassing and other plants

shall not be disturbed other than in areas where it is essential for the execution of the work or where

directed by the Engineer.

(b) Fires

The Contractor shall comply with the statutory and local fire regulations. He shall also take all

necessary precautions to prevent any fires. In the event of fire the Contractor shall take active steps

to limit and extinguish the fire and shall accept full responsibility for damages and claims resulting

from such fires which may have been caused by him or his employees.

(c) Environmental Management Plan

In addition to the above, all requirements of the Environmental Management Plan (EMP) as

detailed in the Particular Specifications, will be adhered to.

Failure to adhere to the EMP in all respects will be recorded on the King Cetshwayo District

Municipal database and will affect the award of adjudication the Contractor on future work tendered

for.

PS.3.17 Abnormal Climatic Conditions

Refer to the conditions of contract page C13.

PS.3.18 Drawings of Record

Any information in the possession of the Contractor, which is necessary for the Engineer's

Representative to complete his "drawings of record", must be submitted to the Engineer's

Representative before a final payment certificate and a certificate of completion will be issued.

Included in the information to be provided by the contractor shall be the co-ordinated position of all

above ground visible features including:

a) Manholes;

b) Valve positions including air, isolating valves and scour valves; and

c) All change of direction in the pipe alignment including tees.

d) Structures

PS.3.19 COMMISSIONING

The construction of this new water scheme is scheduled to be constructed by a number of

contractors together with their specialist sub contractors. It is required of all contractors involved,

to allow for costs for attendance to the successful commissioning of the works as a whole, in

conjunction with other contractors and sub contractors.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C98 C3

Part C3 Specification

Commissioning Equipment

Equipment shall be run, tested and adjusted before the works as a whole is commissioned.

Conditions under which the equipment is run shall be as close to working as possible.

The Contractor shall notify the Engineer in advance, of the equipment to be tested and

commissioned and the date(s) when this is to happen.

A brief written report of the procedure, problems encountered and performance of each item

commissioned is required to be submitted to the Engineer by the Contractor.

Works commissioning

Where practicable the works as a whole shall be commissioned immediately following the

commissioning of individual items. Where this is not possible the Contractor shall return to site

when the works are to be commissioned.

During works commissioning the Contractor shall ensure the security of mountings, true, cool

running, attend to adjustment, and ensure correct lubrication of all items. Sources of vibration and

noise shall be located and the problem rectified.

Allowance during this period must be made for close liaison with suppliers, the erector (if not

present) other Contractors (Electrical and Civil) and the engineer.

Once the plant is running smoothly, each item shall be checked by the Engineer, together with the

Contractor and if in the opinion of the Engineer the equipment functions correctly and performs as

required, the item shall be recorded as being commissioned and the final coat of paint applied

before handover to the Employer.

PS.3.20 DOCUMENTATION

Operation Manuals

For each scheduled item of equipment a manual fully describing the operation, of that particular

item is required. “Generalised” information is not acceptable. Drawings showing the assembly,

function and number of each component are required. Where special tools, pressed fitting, rivets of

welding have been used in assembly this must be clearly indicated.

The manual must be presented before commissioning commences.

Maintenance and Servicing Manuals

For each item a manual containing routine maintenance and servicing information is required. Of

particular importance is a checklist of items to be attended on a daily, weekly, monthly and annual

basis. Lubrication types and positions of application should be clearly recorded. The purpose and

method of routine adjustment for change in performance or for wear must be

recorded. The manuals shall be presented before commissioning commences.

PS.3.21 TRAINING OF STAFF

Where scheduled, the Contractor is required to train the staff of the plant in the operation and

maintenance of the plant.

PS.3.22 SERVICING

Up to the time of handover the Contractor is responsible for servicing the equipment. This is

intended to be during works commissioning. During the staff training period the Contractor shall

remain responsible for supervising maintenance and servicing while the labour and materials shall

be supplied by the employer.

After handover the Employer assumes responsibility for servicing according to the schedule set out

in the manuals.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C99 C3

Part C3 Specification

PART B : AMENDMENTS TO THE STANDARD SPECIFICATIONS AND OTHER ADDITIONAL

SPECIFICATIONS

INTRODUCTION

In certain clauses in the Standard Specifications, allowance is made for a choice to be specified in the project

specifications between alternative materials or methods of construction, and for additional requirements to be

specified to suit a particular contract.

Details of such alternative or additional requirements applicable to this contract are contained in Part B1 of the

project specifications.

The number of each clause and each payment item in this part of the project specifications is prefixed “PS” and

numbered sequentially followed by a number corresponding to the relevant clause or payment item in the standard

specification in parentheses.

New clauses and payment items not covered by clauses or items in the Standard Specifications have also been

included.

Additional particular specifications are also included in Part B2 and are prefixed “P” and numbered alphabetically.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C100 C3

Part C3 Specification

PART B1 : AMENDMENTS TO THE STANDARD SPECIFICATIONS

PSA PRELIMINARY AND GENERAL

VARIATIONS TO STANDARDISED SPECIFICATION : PSA PRELIMINARY AND GENERAL

Clause references in brackets refer to SANS 1200 A Clauses

PSA PRELIMINARY AND GENERAL

PSA.1.0 MATERIALS (Clause 3)

PSA.1.1 MARKING OF MATERIALS (No reference)

To facilitate identification and to avoid confusion with materials supplied under other

Contracts it is essential that all materials delivered to site under this Contract be marked

with the correct contract and item number.

PSA.2.0 PLANT (Clause 4)

PSA.2.1 PLANT FOR CONSTRUCTION PURPOSES (No reference)

The Contractor's plant for construction purposes shall be of modern design, adaptable for

the purpose for which it is required, in sound condition, and ample in capacity for carrying

out the Works expeditiously.

Should the Engineers be of the opinion that the plant in use is in any way unsuitable for

carrying out the Works in a manner or at a rate commensurate with the requirements of the

Contract, they shall have the right to call on the Contractor at any time during the progress

of the works to provide additional or improved plant and tools as may be necessary to meet

these requirements.

PSA.2.2 CONTRACTOR'S CAMP (Clause 4.2)

No housing is available for the Contractor's employees, and the Contractor shall make his

own arrangements with Local Authorities regarding housing his employees and

transporting them to site.

The Contractor shall provide in locations approved by the Engineer, adequate sanitary

facilities for the use of all persons engaged on the Works. Such conveniences which shall

comply with Local Authority regulations shall be maintained in a clean and hygienic

condition and shall be properly secluded from public view and their use shall be strictly

enforced.

The Contractor shall make his own arrangements with the municipal authorities for any

bucket removals and shall bear all the costs in connection with such service. On removal

of such conveniences the sites thereof shall be left in a clean, sanitary and tidy condition.

PSA.2.3 PAYMENT (Clause 8.2)

Time Related Items (Clause 8.2.2.2)

An approved extension of time in terms of the General Conditions of Contract relating to

the Clause 5 shall not entitle the Contractor to receive payment for time related items.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C101 C3

Part C3 Specification

PSA.2.4 CONSTRUCTION (Clause 5)

PSA.2.4.1 Survey (Clause 5.1)

PSA.2.4.2 Setting Out of the Works (Clause 5.1.1)

Further to the General Conditions of Contract 2010 forming part of this document, using

property beacons, the listed co-ordinated points and chainages, the typical cross-section,

drawings and other setting out details, the Contractor will be required to set out all roads

and services.

The co-ordinates of the sub-divisional boundaries will only be issued to the successful

tenderer.

Before setting out the Contractor shall check the accuracy of all pegs and bench marks

provided by the Engineer and should any discrepancies be found, he shall advise the

Engineer in writing before proceeding with the works.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C102 C3

Part C3 Specification

VARIATIONS TO STANDARDISED SPECIFICATION: PSAB ENGINEER'S OFFICE

Clause references in brackets refer to SANS 1200 AB Clauses

PSAB ENGINEER'S OFFICE

PSAB.1.0 MATERIALS (Clause 3)

PSAB.1.1 NAMEBOARDS (Clause 3.1)

Two nameboards shall be erected at the site giving details of all main contractors for both

Civil and Mechanical Plant Contracts will be required as per Client Standard requirements.

PSAB.1.2 OFFICE BUILDINGS (Clause 3.2)

Office buildings shall be provided and maintained for the duration of the Contract. The

following variations and additional to the requirements of SANS 1200 AB shall apply.

a) The office shall have a floor area of at least 25 m².

b) The minimum glazed area shall be 3,5 m².

c) The minimum window opening shall be 2,5 m².

d) Eight office chairs and four desks of 1,5 m² are required.

e) Racks for hanging contract drawings shall be provided.

f) 3 Carports with covered area not less than 36 m² and crushed rock floor.

g) One air conditioner unit with cooling and heating capacity of at least 2,5 kW

h) 2 x ‘pedestal’ type office fans

i) Uninterruptible and backup power supply capable of running 4 PC’s, 1 x printer and

2 x Office fans for 4 hours.

j) A meeting room capable of seating 10 persons. Furnishings shall include a table and

chairs for 10 persons and one air conditioner unit with cooling and heating capacity

of at least 2,5 kW

k) 2 x Lockable flush toilets (female/male) including the following and reserved for the

Engineer will be required.

i. Hand washbasin

ii. Paper towel dispenser

iii. Overhead water tank (min. 250l)

iv. Septic tank and soak away

In addition to the furniture listed under Clause AB.3.2 the following should also be

provided.

(a) 1 lockable pressed metal cupboard for stationery, etc.

(b) Protective clothing (2 pairs gumboots, 2 No. helmets, 2 sets oilskins).

(c) Tea and coffee shall be provided by the Contractor for the Engineer and the

Engineer’s staff, at reasonable intervals throughout any working day for the

duration of the construction period.

Each office shall be air-conditioned with a single wall-mounted unit with a capacity of not

less than 6 600 BTU's.

PSAB.2.0 PLANT (Clause 4)

PSAB.2.1 TELEPHONES (Clause 4.1)

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C103 C3

Part C3 Specification

The Contractor shall arrange for and maintain cellular telephones and 3G network cards.

The full amount to a maximum of R500,00 each per month, shall be payable by the

Contractor for the duration of the construction period.

The Contractor shall liaise with the Engineer prior to providing phones and 3G network

cards.

PSAB.3.0 CONSTRUCTION (Clause 5)

PSAB.3.1 SURVEY ASSISTANTS (Clause 5.5)

The Contractor shall make available to the Engineer one suitably educated survey labourer

for use on or about the site at all reasonable times.

PSAB.3.2 SURVEY EQUIPMENT (No reference)

The Contractor shall make available for the Engineer's use the following survey equipment

on the site for the duration of the Contract.

(i) An accurate approved automatic level of modern manufacture together with tripod

(Wild or equivalent).

(ii) One (1 No.) metric levelling staff of approved design (Holbro 5m or equivalent).

(iii) An accurate approved theodolite of modern manufacture together with tripod (Wild

TIAE or equivalent).

(iv) One (1 No.) angle bracket level.

(v) Four (4 No.) tubular steel ranging rods, 2,5 m long.

(vi) One (1 No.) metal triangular foot-plate.

(vii) One (1 No.) 100 m black etched steel tape on open winder.

(viii) One (1 No.) 30 m metallic tape. (Stilon).

(ix) One (1 No.) 5 m steel pocket tape. (Rabone Powerlock)

(x) One (1 No.) spirit level 1 200 mm long. (Stabila Type 80 or equivalent).

PSAB 3.3 FIRST-AID KIT AND PROTECTIVE CLOTHING (No reference)

The Contractor shall provide on the Site of Works two first-aid kits to deal with accidents,

illnesses and snakebite which may occur during the normal course of Site operations.

The Contractor shall provide 4 sets of safety helmets and rubber boots for the exclusive use

of the Engineer and his staff.

PSAB 3.4 COMPUTERS (No reference)

The contractor shall provide, insure and maintain in good working order the following

equipment on site for the exclusive use of the Engineer’s Representative with the following

specifications:-

• 1 x HP or equivalent All in One Laserjet Printer (colour) capable of scanning

documents and printing to A3 size

• Internet connection (Wireless Broadband of Fixed ADSL line with wireless access

point)

• UPS (Uninterruptable Power Supply) that can support 1 x Printer and 2 x laptops

PSAB 3.5 DIGITAL CAMERA (No reference)

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C104 C3

Part C3 Specification

The contractor shall provide, insure and maintain for the full duration of the contract an

approved digital camera capable of recording time, date and GPS co-ordinates on image.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C105 C3

Part C3 Specification

VARIATIONS TO STANDARDISED SPECIFICATION : PSC - SITE CLEARANCE

Clause references in brackets refer to SANS 1200 C Clauses

PSC SITE CLEARANCE

PSC.1.0 CONSTRUCTION (Clause 5)

PSC.1.1 CUTTING OF TREES (Clause 5.2)

PSC.1.1.1 Preservation of Trees (Clause 5.2.3)

PSC.1.1.1.1 Individual Trees (Clause 5.2.3.2.1)

The Contractor shall pay a penalty of R1 000 for each tree damaged or removed by him

without the written permission of the Engineer.

PSC.1.2 GRUBBING (Clause 5.4)

Grubbing shall consist of the grubbing out of roots and stumps to a depth of at least 600

mm below cleared surface level.

PSC.1.3 SCHEDULED ITEMS (Clause 8.2)

PSC.1.3.1 Clear and Grub (Clause 8.2.1)

The rate shall also include for compacting the backfill to cavities formed by destumping to

98% MOD AASHTO.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C106 C3

Part C3 Specification

VARIATIONS TO STANDARDISED SPECIFICATION : PSD - EARTHWORKS

Clause references in brackets refer to SANS 1200 D Clauses

PSD EARTHWORKS

PSD.1 MATERIALS (Clause 3)

PSD.1.1 CLASS OF EXCAVATION (Clause 3.1.2)

The excavation of materials shall be classified as follows:

(a) Hard Rock as defined in Clause 3.1.2(c); and will also include boulders over 0,25

cubic metres in volume.

(b) Other material.

If the Contractor chooses to drill through material other than rock to underlying rock

before excavating the trench then the volume of rock, as defined above, will be measured

after the excavations have been completed.

PSD.1.2 MATERIAL SUITABLE FOR REPLACING OVERBREAK IN EXCAVATIONS FOR

FOUNDATIONS (Clause 3.2.2)

All overbreak in rock excavation shall be refilled with 10 MPa concrete. The backfilling

of over excavation in material other than rock shall be 10 MPa concrete or as determined

by the Engineer.

PSD.1.3 SELECTION (Clause 3.3)

The Contractor will be required to stockpile the topsoil separately for reuse on completion

of embankments. The volumes of topsoil to be preserved for reuse have been itemised in

the Schedule of Quantities.

PSD.2 CONSTRUCTION (Clause 5)

PSD.2.1 NEGLIGENCE (Clause 5.1.2.5)

Where a service is damaged due to the Contractor's negligence, he shall bear the full cost

of repairs to the service. These repairs will be carried out by the relevant authority, or at

their discretion, by the Contractor to satisfaction of the relevant authority.

PSD.2.2 EXCAVATION FOR STRUCTURES (Clause 5.2.2.1)

GENERAL (No references)

Should blasting be required to bring the foundations to levels indicated on the drawings or

instructed by the Engineer, all loose rock shall be removed by barring, wedging and the use

of pneumatic tools.

RESERVOIRS (No references)

In soft material the last 150 mm of excavation for reservoir floors and footings shall be

removed by hand. The outside edge of the wall footing shall be cast against undisturbed

material.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C107 C3

Part C3 Specification

PSD.3 MEASUREMENT (Clause 8)

PSD.3.1 EXCAVATION (Clause 8.3.2 & 8.3.3)

In addition to the activities listed in these clauses, the rate for excavation shall also cover

the cost of trimming foundation surfaces, dewatering and timbering or battering as

necessary. Boulder excavation Class A and Class B will not be measured separately but

will be classed as hard rock in terms of PSD.1.1.

PSD.3.2 OVERHAUL (Clause 8.3.6)

Overhaul will be measured in one category only and will be paid for on a m3.km basis.

PSD.3.3 WORK SPACE AROUND STRUCTURE (Clause 8.3.5)

No separate item will be measured for working space around the structures, nor will any

allowance be made in the computation of quantities for working space.

Quantities will be measured nett over footings. The Contractor should allow for working

space in his rates for excavation.

PSD.3.4 BACKFILL (No references)

Where backfill is measured as a separate item and not included in the rate for excavation,

this shall include transport from the local spoil dump (within the free-haul distance),

backfilling in consolidated layers as specified, and trimming and shaping to slopes as

specified.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C108 C3

Part C3 Specification

VARIATIONS TO STANDARDISED SPECIFICATION : PSDB - EARTHWORKS (PIPE TRENCHES)

Clause references in brackets refer to SANS 1200 DB Clauses

PSDB EARTHWORKS (PIPE TRENCHES)

PSDB.1.0 CONSTRUCTION (Clause 5.0)

PSDB.1.1 MINIMUM BASE WIDTHS SPECIFIED (Clause 5.2)

Delete this Clause and add:

Maximum and Minimum Trench Widths

The specified trench width for pipelines up to 150 mm shall be 750 mm. Pipes with

diameters above 150 mm shall have trench widths as specified in the table set out in Clause

DB.5.2.

Should the Contractor excavate a trench to a width greater than the maximum specified and

should the Engineer consider that, as a result of such increased trench width, there is a

danger of the pipe being subjected to excessive backfill loads, the Contractor shall be

required to provide such improved bedding condition required in relation to the maximum

trench width specified at his own expense.

Should the Contractor carry any excavation to a greater depth than specified, he shall at his

own expense replace the excess material so removed with Grade 10 concrete or well

rammed selected approved material to 90% MOD AASHTO as the Engineer may direct.

PSDB.1.2 EXCAVATION (Clause 5.4)

The Contractor will excavate pipe trenches progressively and will not be permitted to pass

over hard sections of the excavation to proceed with soft excavation at further points along

the trench.

At the discretion of the Engineer the requirements of this Clause may be relaxed as far as

any road crossings are concerned.

PSDB.1.3 TRENCH BOTTOM (Clause 5.5)

When the trench bottom is unsuitable due to waterlogged conditions, at the direction of the

Engineer the Contractor shall excavate for and lay a crushed stone mat of minimum

thickness 100 mm, the stone having a maximum particle size of 13 mm.

The bottom of excavations for manholes and headwalls in soft ground shall be thoroughly

rammed to 90% MOD AASHTO and consolidated at the Contractor's expense, before any

concrete is placed.

PSDB.1.4 BACKFILLING (Clause 5.6)

General (Clause 5.6.1)

Generally bedding shall be as specified in SANS 1200LB and PSLB.

PSDB.1.5 DISPOSAL OF EXCAVATION MATERIALS (Clause 5.6.3)

Unsuitable and excess material shall be disposed of in areas off site to be arranged by the

Contractor to the approval of the Engineer.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C109 C3

Part C3 Specification

PSDB.1.6 COMPLETION OF BACKFILLING (Clause 5.6.6)

Backfilling around the pipe shall not be allowed to fall more than 250 m behind the

pipelaying gang.

After the pipes have been laid, no backfilling shall be undertaken until the pipes have been

inspected and approved by the Engineer. The Contractor may use his discretion as to

whether to backfill around joints before the pipeline is tested and should he decide to

backfill the joints he shall be responsible for the locating of any leaks and no extra

payment shall be made for any re-excavation and subsequent reinstatement.

PSDB.2.0 MEASUREMENT AND PAYMENT (Clause 8.0)

PSDB.2.1 BASIC PRINCIPLES (Clauses 8.1 & 8.1.1)

In addition to the activities listed in 8.1.1, excavation shall also include for the provision of

selected fill material and selected granular material from the trench excavation within 0,5

km and the placing of bedding and the selected fill blanket.

PSDB.2.2 COMPUTATION OF QUANTITIES (Clauses 8.2 & 8.2.2)

PSDB.2.2.1 Excavations for stormwater manholes and headwalls will be measured separately to the

nett plan dimensions.

PSDB.2.3 EXCAVATION ANCILLARIES (Clause 8.3.3)

PSDB.2.3.1 Overhaul (Clause 8.3.3.4)

Overhaul distance shall be calculated from the point of loading to the point of placing less

the 0,5 km freehaul, in one direction only, by the shortest practicable route. Only one type

of overhaul will be measured.

PSDB.2.3.2 Crushed Stone Mat (No references)

The Contractor shall allow in his rate for providing and placing crushed stone mat for the

extra excavation below invert of pipe.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C110 C3

Part C3 Specification

PSG CONCRETE (STRUCTURAL) (SANS 1200 G-1982)

PSG 1 INTERPRETATIONS

PSG 1.1 SUPPORTING SPECIFICATIONS

Add the following:

SABS 1491 Part I : Ground granulated blastfurnace slag (GGBS)

SABS 1491 Part II : Pulverised Fly Ash (PFA)

SABS 1491 Part III : Condensed Silica Fume (CSF)

PSG 2 MATERIALS

PSG 2.1 APPROVAL OF MATERIALS

Add the following:

If during the progress of the work, the contractor desires to use materials of proportions

other than those originally approved, or if in the opinion of the engineer or his

representative, the materials from the sources originally approved change in characteristics,

he shall provide evidence satisfactory to the engineer that the new materials and/or new

combination of materials will produce concrete meeting the requirements of the

specification and will not bring about unacceptable changes in the appearance or other

characteristics of the structure.

When any changes are made in terms of this subclause, they shall be made at the

contractor’s expense, and no extra payment will be allowed by reason of such change.

PSG 2.2 CEMENT

PSG 2.2.1 Applicable Specifications

Add the following:

Ground granulated blast furnace slag (GGBS) used on the Works shall be from a source to

be approved by the Engineer and shall comply with the requirements of SABS 1491 Part I,

as amended.

Pulverised Fly Ash (PFA) used on the Works shall be from a source to be approved by the

Engineer and shall comply with the requirements of SABS 1491 Part II, as amended.

Condensed Silica Fume (CSF) used on the Works shall be from a source to be approved by

the Engineer and shall comply with the requirements of SABS 1491 Part III, as amended.

Cement types to be used under certain specific conditions of environment or geographic

location are given in Table 1 – “Selection of cement type”. A minimum amount of 375

kg/m3 of cementitious material will be required in the concrete irrespective of the type of

cement used.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C111 C3

Part C3 Specification

Table 1 – Selection of cement type

Location of structure Temperature of

concrete Type of cement

Within 5 km of the sea, or

within 15 km of the sea if

situated in a river valley.

< 20 C CEM II A – S 42.5

CEM II B – S 42.5

CEM II A – M 42.5

20 C - 30 C CEM II A – S 42.5

CEM II B – S 42.5

CEM II A – M 42.5

> 30 C CEM II A – S 42.5*

CEM II B – S 42.5*

CEM II A – M 42.5*

Further than 5 km from the

sea

< 20 C CEM II A – S 42.5

CEM II B – S 42.5

CEM II A – M 42.5

20 C - 30 C CEM II A – S 42.5

CEM II B – S 42.5

CEM II A – M 42.5

CEM II A – V (or W) 32.5

CEM II B – V (or W) 32.5

> 30 C CEM II A – S 42.5*

CEM II B – S 42.5*

CEM II A – M 42.5*

CEM II A – V (or W) 32.5

CEM II B – V (or W) 32.5

*Use with set and hydration retarding admixture.

PSG 2.2.3. Storage of Cement

No cement shall be stored on the site for a longer period than 28 days. After this period the

engineer may call for tests to be carried out in accordance with SABS 471, 831 or 626 and

if the cement complies it may be used. Lumpy cement, broken pockets and sweepings

shall not be used. The cement sacks shall be closely stocked, not more than 12 sacks high,

and shall not be stacked against the walls. The arrangements of stacking shall be such as to

facilitate the cement being used in the same order in which it is received.

PSG 2.3 WATER

Add the following:

Water shall be obtained from the city water supply where possible and shall be taken from

any other source only on the approval of the engineer. Where there is reason to suspect the

presence of harmful impurities, the engineer may require the contractor to submit the

results of approved tests.

PSG 2.4 AGGREGATES

PSG 2.4.1 Applicable Specification

Replace the entire contents of the clause with the following:

Grading of fine aggregate. The grading of fine aggregate must comply with the

requirements of Table 2 – “Grading of fine aggregate”. It should be noted that it is unlikely

that a single sand with this grading will be available in the region under the control of

eThekwini Water and that two or more sands will have to be blended.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C112 C3

Part C3 Specification

Table 2 – Grading of fine aggregate

Sieve size Percentage Passing

4 750 µm

2 360 µm

1 180 µm

600 µm

300 µm

150 µm

75 µm

90 – 100

75 – 100

60 – 90

40 – 60

20 – 35

5 – 12

0 – 5

FM 2.03 – 3.00

Grading of coarse aggregate. Coarse aggregate in structural concrete will have a maximum

nominal size of 26.5 mm as specified in SABS 1083 with due cognisance of the spacing of

reinforcing bars.

Water demand of sand. Sand with a water requirement in excess of 200ℓ /m³ when made

up into concrete with the intended mix proportions (including admixtures, if any) will not

be allowed.

PSG 2.5 ADMIXTURES

PSG 2.5.1 Approval of Admixtures Required

Add the following:

Admixtures may be used with the approval of the Engineer in the design of concrete mixes

to modify the properties of the plastic concrete. The use of admixtures, which have a

retarding effect on the rate of hydration of the cement, may not be used when the concrete

temperatures are below 20° C. When the concrete temperature exceeds 30° C, the use of

retarding admixtures will be mandatory with cements that have a strength class 42.5R or

42.5. Admixtures containing chlorides shall not be used.

PSG 3 PLANT

PSG 3.1 GENERAL

Add the following:

When considered necessary by the Engineer, stand-by equipment shall be available at short

notice.

PSG 3.2 BATCHING PLANT

Add the following:

The site batching of concrete shall be carried out by mass batching only.

PSG 3.3 MIXING PLANT

PSG 3.3.1 General Requirements for Mixing Plant

Add the following:

When considered necessary by the Engineer, a spare mixer shall be held in readiness to run

on 15 minutes notice in case of breakdown of the mixer.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C113 C3

Part C3 Specification

PSG 3.5 FORMWORK

PSG 3.5.1 Design

Add the following:

The design of the formwork and supports shall be the responsibility of the Contractor and

shall be designed and detailed by a registered professional engineer, if required by the

special conditions of contract, and submitted for approval by the engineer. All joints shall

be either horizontal or vertical. Chamfer strips shall be provided on all exposed edges.

The design of all proposed formwork shall be subject to the approval of the Engineer.

Such approval shall in no way relieve the Contractor of his responsibility under the

contract.

PSG 3.5.3 Ties

Add the following:

The ends of any embedded ties shall have cover equal to that required for reinforcement.

The gap left from the end of the tie to the face of the concrete shall be effectively sealed on

both sides of the structure to ensure watertightness.

PSG 4 CONSTRUCTION

PSG 4.1 REINFORCEMENT

PSG 4.1.1 Bending

PSG 4.1.1.4 Add the following:

All welding of mild steel, where permitted, shall be in accordance with BS 5135.

PSG 4.1.2 Fixing

Add the following:

All reinforcement placed in structures within 5 km of the sea should be washed with clean,

fresh water after placement in the formwork and not longer than 24 hrs prior to the casting

of concrete.

The placing of bars on fresh layers of concrete, as work progresses will not be permitted.

No concrete shall be placed until the Engineer or his representative has stated that he is

satisfied that the reinforcement is correctly positioned as shown on the drawings.

PSG 4.1.3 Cover

Replace clause 5.1.3 with the following:

All concrete cover blocks used shall be of semi-spherical shape. The concrete cover blocks

used shall have the same characteristic 28-day compressive strength as that specified for

the respective structural concrete elements. The reinforcing tie wire used in the

manufacture of the cover blocks shall be hot dip galvanised. A minimum cover of 30mm

must be maintained between the reinforcing tie wire and the conical end of the block.

The minimum clear cover to concrete over all reinforcement shall be as indicated in the

following Table 3 unless otherwise specified on the drawings. Correct cover shall be

maintained by concrete spacers whose strength is not less than that of the concrete

specified. Suitable plastic spacers are permitted if approved by the Engineer.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C114 C3

Part C3 Specification

Type of Construction Min Cover mm

1. Slabs and Walls

a) Plastered and unplastered internal work

b) Exposed to water pressure

c) External walls

2. Columns

3. Beams

a) End cover beyond hooks

b) All other surfaces

4. Piles

a) Precast piles and on faces poured against

formwork

b) On unformed faces poured against ground

5. All structures in sea water or in marine atmosphere

6. Structures in contact with backfilling or corrosive

atmosphere

7. Footings

a) Members cast on a blinding layer

b) Members cast in contact with the ground

the greater of 20 or d

50

30

the greater of 40 or d

the greater of 25 or 2d

the greater of 25 or d

40

75

50

40

50

75

Note: In the above table ‘d’ refers to the largest reinforcing bar diameter.

PSG 4.5.16 Blinding Concrete:

Blinding concrete shall be measured per square metre and shall include for a steel trowel

finish true to falls.

PSG 4.2 FORMWORK

The surface of the blinding layer, the floor, the internal upper surface of the all footings

and the upper surface of the roof and the slabs over the valve chamber shall be finished in

accordance with clause PSG 5.2.1 class 4 – Steel Float Finish.

The internal surfaces of all walls, columns and the underside of the roof and all exposed

surfaces shall be finished in accordance with clause PSG 5.2.1 class 3a – Smooth Finish.

All surfaces in contact with backfill material may be finished in accordance with clause

PSG 5.2.1 class 1 – Ordinary Surface Finish.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C115 C3

Part C3 Specification

PSG 4.2.1 Classification of Finishes

Replace the entire Clause with the following:

Surface finishes to formed concrete faces shall be classified as hereunder –

Class 1:ordinary finish;

Class 2:rubbed finish;

Class 3:off the form finishes;

(a) smooth finishes,

(b) board marked finishes,

(d) special patterned finishes,

Class 4:exposed aggregate finishes;

(a) brushed and washed finishes,

(b) tooled finishes,

(c) sand blasted finish

(d) aggregate transfer finishes,

Class 5:applied finishes;

(a) rendered finishes,

(b) painted finishes.

Class 1 – Ordinary Surface Finish

This is the finish left on a concrete surface after the removal of the forms and the filling of

all holes left by shuttering bolts and the repairs of all defects. The surface shall be true and

even, free from stone pockets, depressions and projections.

Class 2 – Rubbed Finish

Immediately after removal of the shuttering all defects shall be made good and the rubbed

finish shall be applied within three days as follows:

Before starting this work the concrete shall be kept thoroughly saturated with water for a

minimum period of 3 hours. Sufficient time shall have elapsed before the wetting down to

allow the mortar used in the pointing of the bolt holes and defects to set properly. Surfaces

to be finished shall be rubbed with a medium coarse carborundum stone, using a small

amount of mortar on its face. The mortar shall consist of cement and fine sand mixed in

the proportions used in the concrete being finished. Rubbing shall be continued until all

projections and irregularities have been removed, all voids filled and a uniform surface has

been obtained. The paste produced by this rubbing shall be left in place for at least five

days. The surface shall be smoothed by being rubbed lightly with a fine carborundum

stone.

Class 3 – Off the Form Finishes

Off the form finishes require a very high standard in concrete quality, formwork and

technique. The intention is that no after treatment other than treatment of bolt-holes

(which should be placed with regulatory and precision) should be required. Forms shall be

unblemished and panels regular. Joints shall be a feature of the pattern and shall be

handled with care. Reinforcement cover blocks shall be of semi-spherical shape to

minimise their appearance on the finished surface.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C116 C3

Part C3 Specification

(a) Smooth finishes may be obtained from non-absorptive linings to forms, form

plywood, shutterboard, or plastic faced board in new condition.

(b) Boardmarked finishes shall be obtained from the use of timber planks, which shall

be dressed and thicknessed unless otherwise specified. When unplaned timber is

specified, boards with a strong grain shall be mixed with boards with a less

pronounced grain and not grouped together. The engineer shall indicate if all

boards are not to be horizontal and a patterned panel effect is required.

(c) Special patterned finishes are required to reflect without blemish the surface of

patterned hardboard, rubber, thermoplastic or other lining as specified.

Class 4 – Exposed Aggregate Finishes

The purpose of these finishes is to relieve the uniform colour and texture of the concrete by

exposing the aggregate, which shall be the normal size concrete aggregate except where

otherwise specified. Attention is directed to the necessity for allowing for the material to

be removed and ensuring that the requisite cover to reinforcement is maintained.

(a) Brushed and washed finishes are obtained by stripping and scrubbing the concrete

surface with a stiff wire brush. Unless forms can be stripped at a very early age

(approximately 16 hours at 20°C) this method cannot be used unless the formwork

has been treated with a retarding agent. Care shall be taken to ensure that concrete

is not deposited against the face of treated forms, which should be stripped as early

as possible. Where scrubbing with water is not effective, a solution of hydrochloric

acid in the proportion of 1 part of acid to 4 parts of water shall be thoroughly and

evenly scrubbed into the surface until the desired texture is obtained. The complete

surface shall then be neutralised by washing thoroughly with water to which a small

amount of ammonia has been added. When acid is used, special precautions shall

be taken to protect workmen, underlying materials and persons passing.

(b) Tooled finishes may be carried out by the use of bush-hammers, light mechanical

chisels or other approved tools, preferably mechanically operated. No tooling shall

be done until the concrete has attained an age of at least 14 days after casting when

normal Portland cement has been used and 7 days when rapid hardening cement has

been used, or longer as may be necessary to prevent the aggregate particles from

being dislodged.

The final finish shall show a surface of evenly distributed coarse aggregate particles

set in a matrix of mortar, each aggregate particle being in slight relief. After the

tooling has been completed, the surface so treated shall be scrubbed down with a

stiff brush and washed with water.

(c) Sand blasted finishes shall be obtained by sand blasting the thoroughly cured

concrete surface of the same ages as given under (b) Tooled Finishes with hard

sharp sand to produce an even, fine, clean surface in which the mortar has been cut

away, leaving the coarse aggregate exposed.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C117 C3

Part C3 Specification

(d) Aggregate transfer finishes may be effected by sticking a single layer of selected

aggregate onto plyboard or other suitable form liners which have been cut to size

and coated with a layer of water soluble cellulose adhesive mixed with plaster sand.

This layer should be just thinner than half the average least dimension of the

aggregate. When the glue is set the liners are placed in the forms which are then

concreted, care being taken to protect the forms when placing and compacting.

Liners shall be stripped after at least 3 days and the adhesive and sand covering the

aggregate removed by scrubbing and washing.

Class 5 – Applied Finishes

It is essential that all surfaces on which applied finishes are to be used shall be sound, clean

and free of mould oil.

Defects shall first be made good.

(a) Rendered finishes require a good key. Unless otherwise specified this may be

provided by flicking on to the previously soaked and still moist surface of 1 part

cement to 2 parts of sharp sand. This shall be left untouched apart from curing.

The render coat shall consist of 1 part Portland cement, or Portland cement 15, ½

part slaked lime, 4 to 4½ parts of sand by volume and shall not be less than 5mm or

more than 16mm in thickness.

If a second coat is required because of the irregularity of the concrete. The surface

of the first coast shall be combed with uniform wavy lines to provide a key after it

has begun to harden. The second coat may be applied the next day. If a scraped

finish is specified the rendering shall be lightly scraped to achieve the desired effect

with an old tenon saw blade or similar implement, after it has attained a biscuit like

crispness. It shall then be lightly brushed and washed to remove loose particles.

All rendered finishes shall be cured.

(b) Painted finishes of the type specified shall be applied strictly in accordance with the

paint manufacturer’s instructions. Very smooth surfaces shall be acid washed,

lightly sand blasted or rubbed with abrasive stones before being painted. Painting

shall be delayed as long as possible and two coats applied unless otherwise

specified.

Concrete Upper Surface Finishes

Classification

Surface finishes to exposed (non-formed) concrete faces shall be classified as hereunder –

Class 1 – screeded finish

Class 2 – broomed finish

Class 3 – wood float finish

Class 4 – steel trowel finish

Class 1 – Screeded Finish

Immediately after placing, the concrete shall be screeded with a true edged wooden board

working between forms or other guides set accurately to line and level. No mortar shall be

added and noticeable surface irregularities caused by the displacement of coarse aggregate

shall be made good by re-screeding after removing or tamping down the interfering

aggregate.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C118 C3

Part C3 Specification

Class 2 – Broomed Finish

Immediately after placing, the concrete shall be screeded as in Class 1. Thereafter, when

the concrete has begun to dry, the surface shall be broomed with a stiff broom or brush to

expose the aggregate. Dust and loose particles shall be gently washed away once the

desired relief has been obtained.

Class 3 – Wood Float Finish

Immediately after placing, the concrete shall be screeded as in Class 1. Thereafter, when

the concrete has begun to dry, the surface shall be brought to a smooth and even finish

using a wood float and including any additional 4:1 sand and cement as necessary.

Class 4 – Steel Float Finish

Immediately after placing, the concrete shall be screeded as in Class 1. Thereafter, when

the concrete has begun to dry, the surface shall be brought to a smooth and even finish

using a steel float and including any additional 4:1 sand and cement as necessary.

PSG 4.2.2 Preparation of Formwork

Add the following:

Shutter release oil or any other contaminants will not be permitted on any of the

reinforcing steel.

Wedges and clamps shall be used in preference to nails for securing the form components

and wire ties or tie bolts in reinforced concrete must be capable of complete removal after

use, except as otherwise specified. Where oil is used it shall be applied before any

reinforcement is placed in position.

PSG 4.2.5 Removal of Formwork

PSG 4.2.5.2 Replace the entire contents with the following:

Where test cubes to determine stripping times are not made, the minimum periods, which

shall elapse between the time of the placing of the concrete and the time of removal of the

forms shall, unless otherwise agreed with the engineer, be in accordance with the table

hereunder, where each day covers a full 24 hour period.

Minimum stripping time in days

CEM I CEM I

CEM II/A &

CEM II/ B

(MAX 29%

EXTENDER)

CEM II/A &

CEM II/ B

(MAX 29%

EXTENDER)

CEMII/B

(30-35%

EXTENDER)

CEMII/B

(30-35%

EXTENDER)

TYPE OF

STRUCTURAL

MEMBER OR

FORMWORK

Normal

weather

(Above

15° C)*

Cold

weather

(Below 5°

C)*

Normal weather

(Above

15° C)*

Cold weather

(Below

5° C)*

Normal

weather

(Above

15° C)*

Cold weather

(Below

5° C)*

Beam sides, wall or

unloaded cols 1 2 2 4 2 6

Slabs, with props

left underneath 4 7 5 8 6 10

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C119 C3

Part C3 Specification

Beam soffits, props

left under 7 12 8 14 10 17

Removal of slab

props 10 17 10 17 12 21

Removal of beam

props 14 21 14 21 18 28

*Average daily temperature of the atmosphere adjacent to the concrete as measured by a

maximum and minimum thermometer. When the average daily temperature is between

5°C and 15°C the minimum stripping times shall be interpolated from the table.

The table assumes that the member concerned is not subjected to any heavy construction

loads and that the total force to be supported is not more than half the design load. Where

heavier loads are to be carried, no stripping of soffits shall be permitted until the concrete

has attained its full strength. Any days during which the average temperature was below

2°C shall be completely disregarded.

In the case of walls and columns the stripping times shall be determined by means of cube

test results in the first instance, so as to ensure that no damage is caused to the structures

by removing formwork.

PSG 4.2.5.6 Thermal Shock and Thermal Contraction Cracking

When it is possible that a temperature differential of 20oC or more may exist within the

concrete or between the concrete surface and its surroundings, special precautions shall be

taken by the Contractor to avoid thermal shock or thermal contraction cracking. The advice

of specialists in the field of concrete technology will be sought and their recommendations

regarding the peculiar set of circumstances will be implemented

PSG 4.4 PIPES AND CONDUITS

Add the following:

The clear space between pipes of any kind embedded in reinforced concrete and the clear

space between such pipes and reinforcement shall not at any point be less than 40 mm, or 5

mm plus the maximum size of coarse aggregate, whichever is the greater.

The puddle flanged inlet, outlet, drainage and scour pipes shall be fixed in line and position

under and in the walls by the Contractor as shown on the drawings. All pipework shall be

cast into walls at the time of pouring. The use of “windows” to cast in pipework at a later

date shall not be permitted.

PSG 4.5 CONCRETE

PSG 4.5.1 Quality

PSG 4.5.1.4 Chloride Content

Replace the entire contents of the clause with:

The chloride content, measured as Cl-, of all concrete in the structure as measured by BS

1881:124:1988 shall not exceed 0.2% mass cement.

The maximum chloride content of fine aggregate shall be 0.2 % by mass as Cl- as

measured by SABS Method 830:1976.

PSG 4.5.1.7 Strength Concrete

Add to G 5.5.1.7

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C120 C3

Part C3 Specification

The cubes from the trial concrete mix are to be tested at a nominated concrete design

laboratory, and only the results of these tests will be considered for approval.

The minimum content of combined cementitious material shall not be less than 375kg/m³

and the minimum water/cement ratio shall be 0,5. The Contractor shall also submit for

approval the proposed slumps and the proportions in which he proposes to use the

materials for each grade of concrete in each type of construction. In addition he shall state

the minimum cement / water ratio in terms of total water in the mix for each grade of

concrete, and the use of any admixtures.

No structural concrete shall be placed on the job until the contractor has satisfied the

engineer as to the suitability of the mixes concerned.

The Contractor shall be deemed to have satisfied himself, before tendering, of his ability to

produce concrete of the required quality with available materials conforming to the

specification.

Add:

PSG 4.5.1.8 Bleeding

Concrete shall be so proportioned and the materials so selected that bleeding is kept below

0.30 mm/cm2 as measured by the ASTM C232 – 99 test.

Add:

PSG 4.5.1.9 Shrinkage

Concrete shall be so proportioned by the selection of materials that shrinkage as measured

by the SABS 1085 test is kept below 0.06 % when batched at the maximum slump allowed

Add:

PSG.4.5.1.10 Temperature of Concrete

The temperature of the concrete shall be measured when it is delivered to site from a batch

plant or a concrete supplier and shall be within the range 10° C and 30° C. Concrete

which has a temperature outside of that range shall not be placed in the structure.

Add:

PSG 4.5.1.11 Rate of Hydration

The rate of hydration of the cement in the concrete shall be such that the concrete can be

placed and properly compacted, 2 hours after the addition of water to the mix even in hot

weather. Conversely, the initial set of the concrete must not be unduly delayed by low

temperature, inappropriate use of admixtures or cement type, so that bleeding is promoted.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C121 C3

Part C3 Specification

PSG 4.5.2 Batching

PSG 4.5.2.1 For grade 35/26 concrete, only cement types CEM I (OPC, Duratech), CEM II/A (Eagle

Plus) or CEM II/B (Structcrete, Durastruct, Surecrete) shall be used. No site blending of

cement extenders will be permitted.

PSG 4.5.2.2 Water

Replace entire contents with the following:

Dependable equipment shall be provided for measuring the mixing water either by mass or

by volume to an accuracy within 3 per cent.

The accuracy of the measuring device provided shall be checked whenever required by the

engineer or his representative by allowing it to discharge into vessels of accurately known

capacity.

The total quantity of water allowed for shall include the free water present in the

aggregates. The moisture content of the fine aggregate shall be determined at the

beginning and half way through each concreting shift, after showers of rain or at such other

intervals as may be required by the engineer.

PSG 4.5.2.3 Aggregates

Replace entire contents with the following:

Each size of aggregate shall be measured separately by weighing to an accuracy of 5%

except where other methods are authorised or ordered by the engineer.

Where suitable volumetric methods of measuring proportions of aggregates are permitted,

these shall be checked at regular intervals, and shall take full account of bulking of the fine

aggregate as delivered to the mixer. These methods shall be designed in such a manner

that the consistency of the mix shall be as readily controlled as for mechanical batching.

All measuring devices shall be maintained in good order and condition, and no build-up of

material on any part of the equipment shall be permitted.

PSG 4.5.3 Mixing

PSG 4.5.3.1 Mixing at Construction Site.

Add the following:

Mixing shall continue until there is a uniform distribution of the materials and the mixture

is uniform in colour. The minimum period of mixing shall be not less than that

recommended by the manufacturers at the recommended speed and not more than 30

minutes. The entire contents of the mixer shall be removed from the drum before the

materials for the succeeding batch are loaded.

Where hand mixing is permitted, the quantities of cement used shall be increased by not

less than 10% over those determined for the appropriate mix design. The concrete shall be

mixed on a clean and watertight platform.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C122 C3

Part C3 Specification

PSG 4.5.3.2 Ready Mixed Concrete

Add the following:

The concrete batching plant is to be inspected by the Engineer for compliance with SABS

tolerances and his approval is to be obtained in writing before commencement of the

concrete works.

A maximum delivery period of 90 minutes from the time water is added to the concrete

mix to the actual discharge of concrete on site shall be permitted. The discharge period

(including placing the concrete) shall not exceed 30 minutes.

The concrete slump of every truck shall be measured on delivery and shall comply with

Clause SABS 1200 G 5.5.1.2 prior to any concrete from that truck is placed.

Where possible, dedicated truck drivers shall be used for the delivery of the concrete to

site.

A detailed computer printout of the constituents of the concrete mix from the batching

plant is to be handed over to and retained by the Engineers representative on site on arrival

(i.e. truck registration, mix proportions and the time water was added to the mix). The

masses of the concrete constituents of each truck shall be checked against that of those

submitted with the trial mix, subject to the batching accuracy as specified in SABS 0100-2:

1992. The arrival time of each truck on site and the time that the concrete discharge is

completed shall also be recorded by the Engineers representative.

Before any ready-mixed concrete is used on the job, the contractor shall furnish the

engineer with a copy of his letter to the suppliers in which he specified –

(i) the type of cement;

(ii) the nominal maximum size of aggregate;

(iii) the cement / water ratio;

(iv) the required compressive strength;

(v) the required slump at the time and place of delivery; and

(vi) the type of additive.

All these properties shall be as specified in the contract documents.

When required the contractor shall satisfy the engineer that acceptable alternative means of

supplying concrete have been arranged to be brought into operation in the event of

disruption in the supply of concrete. In this connection, the engineer may require that the

alternative means of supply shall commence if the disruption in the supply of ready-mixed

concrete has lasted for an elapsed period in time of 1½ hours.

The use of ready-mixed concretes shall in no way relieve the contractor of any of his

responsibilities for providing concrete complying with the specifications.

For grade 35/26 concrete, a CEM I or CEM II cement may be blended with pulverised fly

ash (PFA) or ground granulated blastfurnace slag (GGBS) and/or condensed silca fume

(CSF), such that the combined cementitious material comprises not less than 65% cement

clinker and a maximum of 35% of extender and/or other additional constituents by mass.

The minimum content of combined cementitious material shall not be less than 375kg/m³

and the maximum water/cement ratio shall be 0,5.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C123 C3

Part C3 Specification

The concrete mixes for the abovementioned grades of concrete shall be designed by an

approved concrete design laboratory. At least four weeks before placing any structural

concrete on the site, the Contractor shall supply and deliver to the laboratory, at his own

cost, samples of the aggregates and the concrete mix design he proposes to use for the

works. The Contractor shall include in his tender all fees and charges levied as well as all

other costs incurred in designing the required strength concrete mix.

PSG 4.5.4 Transportation

Add the following:

Containers for transporting concrete shall be cleaned of all hardened concrete and foreign

material.

During transportation the concrete shall be protected from wind and sun; shall be

prevented from drying out or losing moisture and shall not be subjected to excessive

jarring or jolting. Drying out may be prevented by the provision of covers and / or other

protective devices.

PSG 4.5.5 Placing

Add the following:

Where plums are permitted they shall be deposited by hand.

Freshly placed concrete shall be protected from rain damage.

No concrete shall be placed if the air temperature in the shade is falling and is below 8°C

or is rising and is below 5°C. Concreting shall not commence if the air temperature in the

shade is above 35°C. The temperature of the concrete at the point of placing shall not

exceed 30°C unless otherwise specified.

Add:

PSG 4.5.5.10 Structural Concrete

During the whole or any time that the placing of concrete is being carried out, the

concreting operation shall be under the supervision of a suitably experienced person.

The wall footings shall be cast with wall starters to form a horizontal wall construction

joint as shown on the drawings. The construction joint between footing bays shall also be

as shown on the drawings. At least 3 days shall elapse between pouring adjacent wall

footings.

After the wall footings have attained a minimum strength of 18 MPa, but not later than 7

days, each bay of the wall section shall be cast to full height on the same day and vertical

construction joints between bays shall be formed as shown on the drawings. At least 3

days shall elapse between the pouring of adjacent wall panels.

As soon as possible after the removal of the formwork in vertical joints or after the

concrete has set in horizontal joints the surface laitance of the concrete shall be removed in

order to expose the large aggregate and leave a solid surface.

Openings may be left in the formwork on the outside face only for pouring and vibrating of

the concrete provided they are closed properly and do not impair the concrete finish.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C124 C3

Part C3 Specification

When concreting walls care shall be taken to ensure that there is no loose matter on the

concrete surface and that it is slightly wetted in order to assist the new concrete adhering to

the existing concrete.

The Contractor’s attention is particularly drawn to the fact that the walls form part of a

water retaining structure and that no honeycombing will be tolerated. In order to ensure

this, the mix proportions of the first 250mm depth of concrete placed in contact with the

horizontal joint may be adjusted, with the approval of the Engineer, by reducing the

amount of coarse aggregate. The Engineer’s representative may instruct the use of

trunking in placing the concrete to avoid losses of fines due to adherence to reinforcement

and formwork. The concrete shall be placed evenly over the surface to be covered without

reliance on vibration to transport it horizontally. Special care shall be given in order to

ensure full compaction at waterstops.

The floor shall be cast in panels as detailed on the drawings. Consecutively cast panels

shall not adjoin one another. The floor panels shall be cast in a checkerboard pattern with

a minimum of 3 days between the pouring of adjacent panels.

The column and column head shall be cast in one lift. The base of the column may be cast

first provided a centrally placed starter is incorporated.

The Contractor may propose alternative means of construction which shall be subject to

the approval of the Engineer. If the Engineer accepts any alternative means of construction

it shall in no way result in increased costs.

PSG 4.5.6 Compaction

Add:

PSG 4.5.6.5 If required by the engineer concrete shall be re-worked by re-vibration 1 to 3 ½ hours after

placing. The time shall be decided by the engineer, taking cognisance of the mix, the

ambient temperature and the workability of the concrete.

PSG 4.5.7 Construction Joints

PSG 4.5.7.1 Add the following:

Any additional construction joints required by the contractor shall be approved by the

engineer. Where “off the form” finishes are specified, joints shall be arranged to coincide

with the edges of boards or panels wherever possible.

Only those construction joints shown on the drawings shall be measured and paid for. The

contractor shall allow in his pricing for any additional construction joints that he may

require.

PSG 4.5.7.3(b) Construction Joints when concrete is more than 24 hours but not more than 3 days old.

Delete and replace with the following:

The surface of the concrete shall be sandblasted or chipped with a light hammer, swept

clean and thoroughly wetted. In addition, the first layer of concrete placed in walls over a

depth of approximately 250 mm shall be made richer by reducing the amount of coarse

aggregate by 25%.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C125 C3

Part C3 Specification

PSG 4.5.7.4 Add the following: -

a) All horizontal and vertical construction joints shall be cleaned of all dirt and loose

particles and shall be prepared to the satisfaction of the Engineer. Formed keys

shall be provided if shown on the drawings or if instructed by the Engineer. All

intersections of construction joints with concrete surfaces which will be exposed to

view shall be made straight and level or plumb and shall be constructed to the

details shown on the drawings.

b) The Contractor is to provide a compressor (with oil traps) on site for the whole

period during which concreting is in progress, and this must be available for

cleaning concrete faces prior to placing fresh concrete or pouring joints. The cost of

this plant and operation is to be allowed for in the Contractors rate for concrete.

c) “Blowing-off” may generally be carried out on horizontal surfaces but, under

special circumstances approved by the Engineer, it may be carried out on vertical

surfaces. The surface concrete to be prepared shall be between 4h and 8h old after

completion of placing and shall be blown off using a mixture of air and water under

a pressure of at least 500kPa or by using a high pressure water jet until all dirt,

laitance, etc is removed and particles of clean coarse aggregate are exposed

sufficiently to produce a rough surface. Any loose particles of coarse aggregate

shall also be removed. The success of this method of preparation depends on

selecting the correct time (dependant on the type of cement and atmospheric

conditions) so that the concrete has set to just the necessary degree of hardness. The

operation may therefore require to be undertaken outside normal working hours and

at night. When the surfaces are at least 12h old any remaining loose or fine

aggregate particles shall be washed off.

d) The removal of all surface laitance plus roughening the concrete surface with hand

tools in order to expose the coarse aggregate in a uniform pattern, is to be carried

out on both horizontal and vertical surfaces. These areas should then be cleaned

with a stiff brush under running water. The surfaces to be prepared in this manner

shall be at least 12 hours old after mixing the concrete. At least 35% of the

roughened surface area shall consist of exposed coarse aggregate.

e) All prepared surfaces shall be kept continuously wet until the next lift of fresh

concrete is to be placed against them; the minimum time being 12 hours.

f) No fresh concrete shall be placed on the top surface of concrete which is laterally

restrained (e.g. by formwork or by in-situ earth) while the bottom layer of concrete

is between 3 hours and 12 hours old after mixing. No fresh concrete shall be placed

on top of the concrete with an unrestrained lateral surface while the bottom layer of

concrete is between 2 hours and 12 hours old after mixing.

The internal surface of joints in the reservoir floor and walls shall be sealed with a surface

mounted “Hypalon” bandage system having an epoxy fixing system, all materials and

procedures conforming to the “Sikadur-Combiflex” surface sealing system as produced by

Sika (Pty) Ltd, or similar approved. The Contractor must ensure that where one Hypalon

joint intersects another (at right angles or otherwise) that the two layers of intersecting

hypalon are not epoxied to each other and thereby restrained from moving. ie. the Hypalon

inside an intersecting joint must not be restrained by the epoxy adhesive and the full

intended width should be free to move in the intended directions.

A 1mm thick Hypalon bandage is to used on walls less than 6,5m and a 2mm thick

bandage is to be used on walls greater than 6,5m.

The construction joints on the top (and sides where detailed on the drawings) of the

reservoir roof slab are to be sealed with a 75mm wide self adhesive aluminium foil strip

(Bostik “Ditsit” or similar approved) which shall be installed in accordance with the

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C126 C3

Part C3 Specification

manufacturers instructions. The “Ditsit” is to be taken over the edge of the roof slab and

down the side of the wall for a distance of 500mm.

The construction joints on the soffit of reservoir roof slab are to be sealed with 2 coats of a

75mm wide application of SikaTop-Seal 107 (or similar approved) applied in accordance

with the manufacturer’s recommendations. The soffit of the reservoir is to be ground down

1.5 to 2mm with an angle grinder and then wire brushed and sprayed clean with water. The

slurry is to be applied to a damp surface.

PSG 4.5.7.5 Waterstops

Waterstops are to be placed in all wall and floor construction joints to the manufacturer’s

specification. The waterstop in the floor joints will be “rearguard” type “Expandite

Supercast Rearguard R” or similar approved and in the walls will be “dumbbell” type

“Expandite Supercast Watafoil” or similar approved as specified on the drawings.

Waterstops, where specified, shall be placed or kept in position as shown on the drawing.

Care shall be taken during concreting to ensure that waterstops are not displaced, bent over

or punctured.

All waterstops shall be manufactured from virgin polyvinyl chloride that complies with the

following minimum performance requirements:

Tensile strength 12,2Mpa (min)

Elongation at break 250% (min)

Water soluble content 0,15% (max)

Softness (BS 2571) 38 to 50

They shall be of the dumb-bell type and eyeleted or supplied with metal clips for the

purpose of accurately fixing the waterstop between the reinforcement.

In each construction joint 150mm wide PVC waterstops shall be placed as shown on the

drawings.

All intersection points shall be factory made pieces.

All joints in straight lengths and between straight lengths and intersection places shall be

hot welded in accordance with the manufacturer’s instructions. Jointing other than by hot

welding will not be permitted.

Waterstops shall be carefully positioned and tied to the reinforcement to prevent

displacement. Every precaution shall be taken to ensure maximum compaction around the

waterstop. The waterstops shall then be returned to their horizontal positions ensuring that

no voids are formed beneath them.

PSG 4.5.8 Curing and Protection

Add to G 5.5.8 (d)

Free from rents and tears and lapping by not less than 150 mm, the surface being resprayed

whenever any sign of drying out is evident

Replace entire contents of G 5.5.8e with:

Covering with an inner hessian membrane and an outer plastic membrane. The hessian

membrane is to be kept continuously damp by an independent automatic sprinkler system.

The hessian and plastic membranes are to be firmly secured and kept flush to the concrete

surface at all times.

Add the following:

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C127 C3

Part C3 Specification

(f) retaining forms in place

(g) steam curing may be used on approval as specified by the engineer, provided that

the rate of increase in temperature does not exceed more than 20°C per hour. Steam

curing at higher than atmospheric pressure shall not be permitted if the concrete

contains limestone aggregate. Humidity shall be kept between 90% and 100%.

(h) the use of curing compounds will not be permitted

Delete the last two sentences of G 5.5.8 and replace with:

The minimum period of curing various types of cement shall be as follows from the date

and time of casting:

(a) CEM I - 7 days (168 hours)

(b) CEM II (max. 29% extender) - 8 days (192 hours)

(c) CEM II (30-35% extender); - 10 days (240 hours)

During periods of extreme temperatures, these periods may be increased at the discretion

of the Engineer. The temperature of concrete shall be retained above 5 C for a period of 3

days after placement. Should the environment in which the concrete is placed be such that

temperatures drop below 5 C in the concrete, then use shall be made of insulated

formwork to retain the heat generated by cement hydration within the concrete.

Curing methods to be utilised for water retaining structures

Concrete Element Curing Method

Reservoir floor slab G 5.5.8, (a), (b) or (d)

Reservoir walls G 5.5.8. (e)*

Top surface of the reservoir roof slab G 5.5.8 (d)

Soffit of the reservoir roof slab G 5.5.8 (f)

Reservoir columns G 5.5.8 (e)*

* - As amended

The rates for “Curing of Concrete” in the Schedule of Quantities will be paid to the

Contractor on the successful outcome of the durability tests.

PSG 4.5.9 Adverse Weather Conditions

PSG 4.5.9.2 Delete reference to 32° and replace 30°C.

PSG 4.5.9.4 Weather Station

The Contractor is to provide equipment to monitor the wind speed, humidity, temperature

and hence calculate evaporation rates at the site. If the rate of evaporation on site exceeds

0,5kg/m2/hour, exposed concrete surfaces shall be protected to prevent plastic cracking.

It should be noted that plastic cracking may occur in cool weather with high wind

velocities as well as in warmer weather conditions. If in the opinion of the Engineer, the

weather conditions are too extreme and run the risk of adversely affecting the concrete, he

may instruct the Contractor not to pour any more structural elements that day. The

Engineer may call for protection against the wind to be provided, or the finished concrete

to be covered with a plastic sheet or a fog spray to be utilised. Similarly, if it appears likely

to rain, the Engineer may instruct the Contractor not to pour any further concrete. An

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C128 C3

Part C3 Specification

extension of time (without P& G costs) may be allowed at the Engineers discretion for

delays incurred due to inclement weather. Any additional costs for these delays and/or

protective measures are to be allowed for in the Contractors rates for concrete work.

PSG 4.5.10. Concrete Surfaces

Add:

PSG 4.5.10.4 The Contractor shall make every effort to prevent blowholes from appearing on the off the

form smooth finish. All noticeable defects shall be repaired to the Engineers satisfaction.

PSG 4.5.14 Defects

Add the following to G 5.5.14.1:

Water retaining concrete shall be as dense as possible and no honeycombing will be

permitted. If honeycombing is found to be a problem the Contractor shall re-assess the

concrete mix proportions and his concrete placing methods. No additional payment shall

be made for using this mix.

Add the following to G 5.5.14.2

All concrete repair work will be carried out as described below. Repair mortars containing

PVA Latexes shall not be used in any water retaining structures.

1 Honeycombing:-

The area to receive patch material shall be primed with a bonding slurry (e.g. Sika

MonoTop 610 or similar approved). The patch will then be built up while the slurry

coat is still tacky by means of an approved cementitious polymer modified mortar

(e.g. Sika MonoTop 615 HB Prostruct 528 or similar approved).

2 Shrinkage cracks:-

A low viscosity solvent free structural epoxy resin is to be used to fill the cracks

(e.g. Sikadur 52, ABE Epidermix 365/389 or similar approved)

PSG 4.5.14.3 Patching and Repair

Where defects do not warrant the removal of defective concrete, one or more of the

following procedures shall be required by the engineer:

(a) Where the structural strength might be affected and must be restored, repairs may

be effected by the application of either pneumatically-placed mortar or of a mortar

made of silica sand and an approved epoxy formulation mixed and applied in

accordance with the manufacturer’s recommendations.

(b) Where there are no fears as to structural strength, all defective material shall be

chipped away until a dense uniform surface of concrete exposing solid coarse

aggregate is obtained. Feathered edges shall be cut away to from surfaces

perpendicular to the concrete face. Seized shutter bolts shall be cut back to at least

35mm into the concrete.

All loose material shall be hosed away and the surface of the cavity shall be

saturated with water for at least 3 hours, after which a thin layer of neat cement

mortar shall be applied to the surface. The cavity then shall be filled with stiff

mortar mixed in the same proportions of cement to sand as that used in the original

concrete. The mortar shall be thoroughly tamped into place in layers. The use of

up to 30% white cement in place of the normal cement may be required to reduce

the darker appearance of a patch. An interval of thirty minutes shall then elapse

before a final surface tamping is given to the patch, after which the surface shall be

treated to resemble the surrounding concrete as closely as possible. Board marks

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C129 C3

Part C3 Specification

may be reproduced by striking a suitable piece of timber held against the plastic

concrete. The patch shall be neat and workmanlike in appearance and after

completion it shall be kept wet for a period of at least three days.

The cost of repairing any defective concrete shall be to the Contractors account.

The preparation, application and curing of the above repair materials shall all be in strict

accordance with the Manufacturer’s instructions.

Add the following Clause:

PSG 4.5.16 No-Fines Concrete

Only sufficient water shall be added to the mix to produce a smooth grout to completely

cover each and every particle of aggregate.

Proportions may be varied on site with the approval of the Engineer to obtain a more

satisfactory result. The upper surface of the no-fines is to be finished off with a wood float

to provide a smooth working surface while adding just sufficient dry mix cement-sand

mortar 1 to 8 ratio to close the upper surface of the voids in order to prevent ingress of

foreign matter and concrete from the blinding/floor concrete into the interstices.

Mixing shall be carried out in a mechanical batching plant and the hopper shall first be

charged with the aggregate to which a small quantity of water has been added to moisten

aggregate particles. The cement shall then be added followed by the remainder of the

water.

The no-fines concrete shall be placed within 20 minutes of having been mixed and shall be

rodded and hand tamped into position. The use of vibrators will not be permitted.

No traffic shall be permitted to traverse the surface of the no-fines concrete during the

three days following upon placing and thereafter only over planks or boards placed for that

purpose.

No-fines drains shall be measured per metre and shall include for the porous concrete pipe

and the encasement in no-fines concrete.

No-Fines Concrete

General

Unless otherwise specified, no-fines concrete shall only be used for non-structural work.

Grading of Aggregate

Aggregates for no-fines concrete shall be graded so that not more than 10 per cent (10%)

by mass of aggregate is retained on a sieve having 19mm square openings and not more

than 5 per cent (5%) by mass passes a sieve having 9,5mm square openings.

Mix Proportion

No-fines concrete shall be mixed with one part of cement to 9 parts of aggregate.

PSG 5 TOLERANCES

PSG 5.2 PERMISSIBLE DEVIATIONS

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C130 C3

Part C3 Specification

PSG 5.2.3(a) Replace with the following:

Description

Permissible Deviation in mm

Degree

III and II

I

Spacing between two adjacent bars ± 20 ± 15

Dimensional position of bar ± 20 ± 10

Longitudinal location of bends and

ends of bars ± 30 ± 20

Cover to reinforcement - 0 + 10 - 0 + 5

PSG 5.2.3(h) Add:

Tolerances for bow or camber, twist, squareness and for silos and slip form concrete,

prestressed concrete and precast concrete will be stated in Part Project Specification

wherever applicable.

PSG 6 TESTS

PSG 6.1 FACILITIES AND FREQUENCY OF SAMPLING

PSG 6.1.2 Frequency of Sampling

PSG 6.1.2.2 Replace the entire contents of the clause with:

The Contractor shall provide the following number of sets of three standard metric 150mm

metal cube moulds for the volume of concrete poured as per the table below: -

Table 4 - Frequency of compressive strength tests

Volume of pour (m3) Number of sets

0 – 25 2

26 – 50 4

51 – 100 6

101 – 200 8

+ 201 10 (or as required by the Engineer)

These sets of concrete cubes will be crushed when they are 7 and 28 days old.

Provide sufficient extra cube moulds for 3 days, 7 day, etc, crushing tests to be made as he

so requires for his own purposes ie for shutter stripping, post-stressing cables.

Make and cure all cubes on site under the supervision of the engineer, in accordance with

SABS Method 863.

Be represented at the crushing test if he so wishes.

Transport all cubes to the nominated laboratory between 7:30am and 11am on the last

working day prior to the date of test. Only the results from this laboratory will be

considered and will be the sole basis on which concrete is accepted or rejected.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C131 C3

Part C3 Specification

PSG 6.3 ACCEPTANCE CRITERIA FOR STRENGTH CONCRETE

Delete the entire contents of G 7.3.1 and G 7.3.2 and replace with:

PSG 6.3.1 The Contractor is hereby advised that the only basis, on which concrete strength will be

accepted or rejected, is on the 28-day cube strength obtained from cubes crushed at the

nominated laboratory. Unless the conditions of sampling, cube manufacture, cube curing

and record keeping are strictly adhered to, the test results will be meaningless. To this end

it is emphasised that the Contractor must strictly comply with all the concrete test methods

specified in SABS Method 861.

Table 5 - Acceptance criteria for concrete strength

Acceptance Category

Strength

CS = Average minimum strength for 3

cubes at 28 days (Mpa)

Characteristic strength for water retaining

structures 35

Full acceptance CS ≥ 37

Conditional acceptable 33 ≥ CS > 37

Rejection 33 < CS

The descriptions given in the “Acceptance Categories” column above shall have the

following meanings.

Full acceptance - Concrete shall be accepted unconditionally, subject to the

concrete meeting the durability and cover criteria.

Conditional acceptance - Concrete shall be accepted with a warning that

construction methods should be examined to improve the

strength. A financial penalty of up to R75/m3 will be

applied on a pro rata sliding scale for all concrete poured

where the average strength (for 3 cubes at 28 days) test

results fall within the conditional acceptable range.

Rejection - At the discretion of the Engineer, the concrete shall be

removed and replaced at the expense of the Contractor.

Core holes: - That test cores shall be drilled from the concrete and

tested in accordance with the SABS Method 865 to

determine the estimated actual strength and the estimated

potential strength of the concrete.

If the results of the core tests show that the concrete meets the test requirements, the

structure shall be accepted if the cores tests show that the concrete does not meet the

strength requirements, an appropriate full-scale load test, as determined by the engineer,

any be applied on the structure containing the defective concrete.

If load tests are, in the opinion of the engineer, impracticable, or where the portions of the

structure subjected to such test fail to pass the test specified, he shall have the right to

require strengthening or replacement of the portions of the structure concerned.

Upon removal of the core the hole is to be dampened and filled with a stiff mix of an

expanding cementitious grout (Sika Grout G.P. or similar approved). Thereafter, an

external slurry coat (0.25 x 0.25m) of a polymer modified cementitious coating (Sika Top-

Seal 107 or similar approved) is to be applied over the exposed surface of the core hole.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C132 C3

Part C3 Specification

PSG 6.3.5. Replacement or Strengthening of Concrete

Delete after the words “the Contractor shall”, and insert

“make adjustments in order to meet the specified requirements.”

Add:

PSG 6.3.6. Table 8 - Acceptance criteria for concrete cover

Acceptance Category Concrete Cover (mm)

(for specified cover of 50mm)

Full acceptance 70 > Cd ≥ 50

Conditional acceptance 45 ≥ Cd > 50

Acceptance with remedial

measures 40 ≥ Cd > 45

Rejection Cd < 40, Cd > 70

The descriptions given in the “Acceptance Categories” column above shall have the

following meanings.

Full acceptance - Concrete shall be accepted unconditionally, subject to

the concrete meeting the strength and durability

criteria.

Conditional acceptance - Concrete will be accepted with a warning that

construction methods should be examined to improve

the cover. A financial penalty of up to R15/m2 will be

applied on a pro rata sliding scale for each structural

element where the average test results fall within the

conditional acceptable range.

Acceptance with remedial - Concrete will be accepted if the Contractor undertakes

measures remedial work at his expense, as approved by the

Engineer, to improve the durability of the concrete to

the criterion described as “full acceptance”,

Rejection - At the discretion of the Engineer, the concrete shall be

removed and replaced at the expense of the Contractor.

Notwithstanding Clause 29.1 of the General Condition of Contract (Removal of improper

work and materials) and Clause 30 of GCC (Contractor to search), the onus will be on the

Contractor to prove to the Engineer the extent of the concrete for which the durability and

cover values fall below the Specified Values (in the above tables), and the cost of this

searching is to be included in the Contractor’s rates for concrete.

An item has been included in the Schedule of Quantities for the making good of core holes

as directed by the Engineer.

Where the engineer or his representative has reason to doubt whether the concrete cover

over the reinforcement is not in accordance with the requirements of clause PSG 5.1.3, the

cover shall be tested with a covermeter. If necessary, the engineer or his representative

shall then indicate to the contractor where he must expose the reinforcement to prove the

depth of cover.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C133 C3

Part C3 Specification

Add:

PSG 6.3.7 Costs of Tests

The costs of all tests required by the engineer or his representative shall be borne by the

Employer except that costs of tests as set out hereunder shall be borne by the contractor –

(a) preliminary tests on materials and of mix proportions;

(b) all tests as may be made necessary by reason of the provisions of clause SABS 1200

G 7.3.5;

(c) such tests, including concrete coring and load tests, as may in the opinion of the

engineer be made necessary by failure on the part of the contractor to meet the

requirements of this specification.

Add:

PSG 6.3.8 Durability Index Tests

To ensure that the concrete has been placed, compacted and cured correctly, a number of

tests will be carried out by a nominated laboratory on the concrete after curing has been

completed ie 26 to 30 days after placing of the concrete.

1) A set of four 68mm diameter cores, 75mm in length will be drilled at each test

location through the covercrete (being the concrete layer between the outermost

layer of steel reinforcement and the exposed outer surface of the concrete element)

from the constructed concrete element when the concrete has reached 28 days of

age. A slice (30mm thick) will then be cut from the outer surface of this core such

that the slice is representative of the middle layer of the covercrete (ie the middle

layer being a 30mm thick slice of concrete, 15mm from the exposed outer surface

extending in towards the reinforcement) and tested for: -

1.1) water sorbtivity,

1.2) oxygen permeability (tested in the Ballim apparatus), and

1.3) chloride conductivity

The positions at which the cores will be extracted will be indicated by the Engineer.

The oxygen permeability and water sorptivity, and chloride conductivity test procedures

shall be carried out in accordance with the following references:

(1) Guide to the use of durability indexes for achieving durability in concrete

structures. (Research Monograph No. 2)

(2) Concrete durability index testing manual (Research Monograph No. 4)

2) The depth of concrete cover achieved will be measured to ensure that the specified

values have been achieved.

The cost of these tests will be borne by the Employer if the results are equal to or exceed

the specified value. The Contractor will pay for the tests if the results fall below the

conditional acceptance range.

N.B. The Employer will pay for one set of tests per.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C134 C3

Part C3 Specification

Table 7 - Acceptance criteria for durability testing structural element

Acceptance Category

Oxygen permeability

index

(log scale)

Water sorptivity (mm

h)

Chloride

Conductivity

Full acceptance Op ≥ 9.15 Ws ≤ 8 Cc ≤ 0.75

Conditional acceptance 9.0 ≥ Op > 9.15 6 < Ws ≤ 12 0.75 < Cc ≤ 1.50

Acceptance with remedial

measures 8.75 ≥ Op > 9.0 12 < Ws ≤ 15 1.50 < Cc ≤ 2.50

Rejection Op < 8.75 Ws > 15 Cc > 2.50

The descriptions given in the “Acceptance Categories” column above shall have the

following meanings.

Full acceptance - Concrete shall be accepted unconditionally, subject to

the concrete meeting the strength and cover criteria.

Conditional acceptance - Concrete will be accepted with a warning that

construction methods should be examined to improve

the durability. A financial penalty of up to R75/m3 will

be applied on a pro rata sliding scale for each structural

element where the average test results fall within the

conditional acceptable range.

Acceptance with remedial - Concrete will be accepted if the Contractor undertakes

measures remedial work at his expense, as approved by the

Engineer to improve the durability of the concrete to

the criterion described as “full acceptance”,

Rejection - At the discretion of the Engineer, the concrete shall be

removed and replaced at the expense of the Contractor.

PSG 6.3.9 Water Tightness Testing

A hydraulic test shall be undertaken on the reservoir structure before backfilling and no

backfilling will be permitted before this test and the acceptance of the structure for

watertightness.

All interior surfaces of the reservoir shall be broomed, cleaned and hosed down and the

cleaning water run to waste.

The reservoir shall then be filled slowly at a rate not exceeding 2m in 24 hours, and

allowed to stand for 7 days to allow absorption to take place. The Contractor shall allow

for adding chemicals supplied by eThekwini Corporation to sterilize the reservoir.

The water level will be taken thereafter every 24 hours for 7 days. A maximum drop in

surface level of 12mm will be permitted over the full period of 7 days. Should the

structure not stand this test the Engineer may order a second test and should this fail, the

Contractor shall be responsible for finding the leaks and taking such measures as necessary

and approved by the Engineer to produce a satisfactory test.

Water for the second and subsequent tests will be charged to the Contractor at current tariff

rates.

The lump sum price for the hydraulic testing of the reservoir shall for cleaning all internal

surfaces, adding chemicals and testing.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C135 C3

Part C3 Specification

VARIATIONS TO STANDARDISED SPECIFICATION : PSL - MEDIUM PRESSURE PIPELINES

Clause numbering is as per SANS 1200 L Clauses

PSL MEDIUM PRESSURE PIPELINES

PSL.3.0 MATERIALS

PSL3.2 AC PIPES AND SPECIALS

AC pipes are not specified.

PSL.3.3 CI PIPES, FITTINGS AND SPECIALS

Add the following

Cast iron pipes shall be to Class B standard.

PSL3.4 STEEL PIPES, FITTINGS AND SPECIALS

PSL.3.4.4 Fittings and Specials

Add the following to L.3.4.4

Before leaving the manufacturer’s workshop, all steel pipes shall be tested hydraulically in

accordance with SANS 719 and the test certificates shall be submitted to the Engineer. The

Engineer will be forwarded the certificates before pipes are loaded for transport to site.

The lining and wrapping of specials, which are to be butt-welded, is to be terminated

100mm from the end of the pipe. The lining of specials which are to be sleeve welded shall

be taken to the end of the pipe and the wrapping is to be terminated 100mm from the end.

On flanged specials the wrapping and lining is to be taken to the end of the pipe.

Pipes up to and including 500mm shall be sleeve welded with the sleeve having a width of

100mm and the internal diameter being the measured outside diameter of pipe plus 3mm.

The ends of pipes shall be plain finished.

All specials shall be protected in accordance with clauses PSL 3.9.2.3. All electrodes used

for welding of joints shall comply with SANS 455.

PSL.3.7 OTHER TYPES OF PIPES

PSL3.7.3 Polypropylene Pipes and Fittings

Polypropylene pipes and fittings shall be manufactured in accordance with SANS 1315.

Outside, diameter and pipe thicknesses shall conform to this specification for the relevant

pressure rating.

Bends and tees shall be of moulded construction or by mitring. Welding of bends, tees and

laterals shall be in accordance with SANS 0268.

The pressure rating of welded tees and laterals shall be 60% of the pressure rating of the

parent pipe.

Sub assemblies shall be hydraulically tested at the factory to a pressure of 1,25 the rated

working pressures.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C136 C3

Part C3 Specification

PSL.3.7.4 High Density Polyethylene Pipes & Fittings (HDPE)

HDPE pipes shall be manufactured in accordance with SANS ISO 4427 from material in

accordance in PE 100.

The pressure ratings shall be as given on the drawings or as specified elsewhere.

Bends shall preferably be seamless bends.

Welding of bends, tees, laterals will be permitted and shall be in accordance with SANS

0268.

The pressure rating of welded tees and laterals shall be 60% of the pressure rating of the

parent pipe.

PSL.3.7.5 Stainless Steel

Stainless Steel pipe shall be manufactured in accordance with ASTM A312 from

Grade 316 L material unless otherwise specified.

The wall thicknesses for the pipe shall be in accordance with the table given below unless

otherwise specified.

GRADE 316 L STAINLESS STEEL

Minimum Wall Thickness for Varying Diameters and Pressure Rating

Diameter 6 Bar 10 Bar 16 Bar 25 Bar

100 2 mm 2 mm 2 mm 2,6 mm

150 2 mm 2 mm 2,6 mm 3,6 mm

200 2,6 mm 2,6 mm 3,2 mm 5 mm

250 2,6 mm 2,6 mm 4 mm 6,3 mm

300 2,9 mm 2,9 mm 4,5 mm 8 mm

400 4,0 mm 4,0 mm 6,3 mm 10 mm

500 5,0 mm 5,0 mm 8,0 mm 12,5 mm

600 6,3 mm 6,3 mm 10,0 mm 12,5 mm

700 6,3 mm 6,3 mm 10,0 mm

800 8,0 mm 8,0 mm 12,5 mm

900 8,0 mm 8,0 mm 12,5 mm

1000 10,0 mm 10,0 mm

PSL.3.8 JOINTING MATERIALS

PSL.3.8.2 Flexible Couplings

Add the following to L 3.8.2:

Where flexible couplings are called for they shall be the double flanged and sleeve type,

manufactured from rolled steel, and fitted with rubber rings suitable for jointing plain-

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C137 C3

Part C3 Specification

ended pipes. They shall be of the slip-on type coupling and couplings comprising bolt over

arrangements shall not be acceptable.

The rubber jointing rings shall be manufactured from first grade natural rubber to B.S.

2494 Class D. All bolts and nuts shall comply with SANS 135 or SANS 136. Each sleeve

shall be fitted with a centre register unless stated otherwise in the Project Specification.

Each coupling shall permit a repeated movement of 10 mm to cater for thermal expansion

and contraction of the pipe, and allow for the following angular deflections:

6° up to and including 600 mm diameter;

5° over 600 mm up to and including 750 mm diameter;

4° over 750 mm up to and including 9000 mm diameter;

3° over 900 mm up to and including 1 200 mm diameter;

2° over 1200 mm diameter.

PSL.3.8.3 Flanges and Accessories

Add to Clause

Unless otherwise specified or detailed on drawings or in the Schedule of Quantities all

flanges shall be drilled to the relevant Table 10 of BS 4504 or the relevant 1000 kPa

drilling table in SANS 1123.

Full face insertions are to be used for flat face flanges. Insertions for raised face flanges

shall fit neatly into the bolt ring. All gaskets shall be 3mm thick.

Gaskets shall be manufactured from “Klinger 200” or other approved material which

complies with the requirements for Grade B of B.S. 2815.

All gaskets shall be 3 mm thick and cut so that the annular section is completely within the

bolt circle, i.e. ring gaskets with no boltholes.

Care should be taken to ensure that all gaskets are packed properly and are not damaged by

bending. For larger sizes the gaskets shall be suitably supported by wooden frames during

transit and while in store.

Any item of pipework that is found to have flanges that are incorrectly drilled shall be

rejected. Reaming of boltholes to oversize dimensions in order to make a particular piece

fit shall not be permitted.

PSL.3.8.4 Loose Flanges

Add to Clause

All bolts and nuts shall comply with SANS 135 unless otherwise specified or detailed.

PSL.3.9 CORROSION PROTECTION

PSL.3.9.2.2 Steel Pipes of Nominal Bore over 150 mm

Replace after Clause (ii) with the following

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C138 C3

Part C3 Specification

(a) The application of bitumen based lining and coating to the pipes shall be in

accordance with SANS 1178.

The reinforcement wrapping shall be Type CB4A.

(b) The application and testing of Epoxy coatings on steel pipes shall be in accordance

with SANS 1217.

(c) The application of fusion-bonded medium-density polyethylene coating (FBMDPE)

known as "Sintacote II" shall be given as below.

1. The degree of cleanliness of the blasted steel surface shall be at least to

SA2½ (ISO 8501).

2. The pipe shall be heated in such a way as not to produce any deleterious

contaminants on the surface to be heated.

3. The coating shall be applied in such a way as to obtain a smooth outer

surface.

4. The coating shall be feathered at the ends over a distance not less than 5

times the coating thickness. The coating shall be stopped 100 mm from ends

suitable for butt welding.

5. The minimum coating thicknesses are as follows:

O.D. of Pipe Normal Duty Heavy Duty

up to 100 mm

over 100 to 250 mm

over 250 to 500 mm

over 500 to 750 mm

over 750 mm

1,8 mm

2,0 mm

2,3 mm

2,5 mm

3,0 mm

2,5 mm

2,5 mm

3,0 mm

3,5 mm

3,5 mm

Thicknesses required for normal duty will be required unless otherwise

specified in the project specification.

6. There shall be no flaws in the coating when measured with an electric flaw

detector capable of picking up flaws 1 mm in diameter.

7. The bonding strength between the coating and the pipe shall be at least 2,5 N

per millimetre width.

8. The density of the coating shall be between 915 kg/m³ and 940 kg/m³.

(d) Cement Mortar Lining

(1) Thickness (No reference)

The thickness of linings on pipes shall generally be as tabled below, except

where specified to the contrary in the Schedule of Quantities or on the

drawings.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C139 C3

Part C3 Specification

PIPE OD IN MM THICKNESS OF LINING IN MM

NOMINAL MAXIMUM

up to 300 8 11

above 300 to 900 10 13

above 900 to 1 400 13 16

above 1 400 to 2 000 17 20

In all instances, tolerances for lining thickness shall be plus 3 mm minus 0

mm.

The thickness of lining on specials shall generally comply with the above,

provided the minimum cover of mortar over reinforcement mesh shall not be

less than 10 mm.

(2) Preparation of Surfaces

After bare pipes and specials have been tested and inspected for compliance

with the applicable specification and after application of coating, if

applicable, surface shall be prepared as follows :

(a) Welded spatter, loose rust and loose mill scale shall be removed by

chipping and/or scraping.

(b) Gross deposits of grease, oil, bitumen or other contaminants shall be

removed by scraping and wiping with rag soaked in white spirit or

similar toxic free solvent.

(c) Other contaminants shall be removed by manual or mechanical

cleaning. The standard of cleaning shall not less than Grade St 2 or

Grade Sa 1 of SIS 05 59 00 as appropriate.

(d) Residual dust and debris on the pipe surface shall be 0,2% maximum

when tested in accordance with SANS Method 769.

(3) Shop Applied Linings - Centrifugal Spun

Within twenty four hours of having been grit blasted and provided the pipe

surfaces are kept dry, free of dust, oil and other deleterious contaminants and

provided ambient temperatures are above 20 C the pipe shall be transported

to a suitable spinning machine. The coating, if applicable, shall be suitably

protected against mechanical damage during the handling and spinning

operation. Before being placed in the spinning machine, the pipe shall be

suitably braced with external stiffening rings, which shall not be removed

until the appropriate one of the following periods has elapsed from the time

of placing of the lining :

(a) 72 hours when water curing is used.

(b) 36 hours when steam curing is used.

End gauge rings shall be securely attached to the pipe ends to control the

lining thickness, to act as top end to prevent mortar leakage and to stiffen

and hold the pipe ends round.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C140 C3

Part C3 Specification

Each pipe shall be rotated in a spinning machine with its axis horizontal

during and for a suitable period after the placing of the lining. The speed of

rotation shall be such as to produce a uniform distribution of the cement

mortar over the interior surfaces of the pipe. Sufficient mortar to line

completely one pipe to the appropriate nominal thickness specified in sub-

clause PSL.1.6.5.1 shall be mixed in one batch, and it shall be of such

consistency as to minimise segregation during spinning. The mortar shall be

placed in the pipe immediately after mixing and before initial set has taken

place, and in a manner providing uniform longitudinal distribution of the

batch from end to end of the pipe.

As soon as the mortar lining has achieved a uniform thickness over the

whole interior surface of the pipe, the speed of rotation shall be increased to

a speed that will compact the mortar and is not less than 1 peripheral speed

of 17 metres per second. The required speed shall be maintained for such a

period as will give the maximum density of mortar and smoothness of

surface, and sufficient bonding to permit removal of the pipe from the

machine without injury to the lining.

The ends of the lining shall be finished uniform and square or slightly

bevelled as required in Clause PSL.1.6.5.8. All water and laitance expelled

during spinning shall be removed in such a manner that the surface of the

lining is smooth, level and true. After the lapse of a suitable period after

spinning (as determined by experiment), the spun lining shall be given a

steel trowelled or smoothing bar finish. A second trowelling may be

necessary to remove all laitance and produce a smooth and hard finished

surface.

The concrete shall give upon testing the compressive strength specified in

the relevant clauses of BS534.

(4) In-situ applied linings

(a) Standard:

Shall be carried out generally in accordance with the provisions of the

latest issue of AWWA C602 for “Cement Mortar Lining of Water

Pipeline - 4 in (100mm) and larger - In Place”, subject to the

modifications, amendments and amplifications in this Specification.

(b) Length of uninterrupted lining:

Tenderers shall state in tenders the maximum length of lining which

they are prepared to undertake between any two consecutive points of

access and under what circumstances they would require this length

modified. This factor will be taken into account when assessing the

comparative economic merits of tenders.

(c) Methods of lining

For pipe sizes up to 500 mm nominal bore, the “Tate system” of

lining is permissible. The “Perkins system” of lining by means of a

suitable machine that travels through the pipe and distributes mortar

by high velocity centrifugal spraying, followed by a trowelling device

shall be permissible for all pipe sizes.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C141 C3

Part C3 Specification

Tenderers shall submit full details of the system to be employed with

special reference to methods of pre-cleaning of surfaces and delivery

of mortar to the spraying head.

(5) Lining of Specials

Bends, tees and other specials than cannot be lined by machine shall be

manually lined. In case where the nominal diameter exceeds 600 mm the

lining shall be reinforced by steel mesh tack-welded to the inside of the pipe

in such a way that it is not in contact with the pipe except where welded.

The steel mesh shall be of 2,5 mm diameter steel wire at 100 mm x 50 mm,

or equivalent spacing. The minimum cover over the mesh shall be 10 mm.

(6) Finish

The lining shall be well finished with a smooth surface free from excessive

laitance and surface irregularities. Projections exceeding a height of 1,5 mm

shall be removed by trowelling before the concrete has set, or by grinding

after the lining has cured.

The thickness of the laitance, if any, shall not exceed 105 of the thickness of

the lining, or 1,25 mm, whichever is less.

The effective surface roughness of the lining when measured in terms of the

Colebrook-White “K” friction coefficient for lining surface effective

roughness shall be guaranteed by the suppliers and shall not be more than

0,13 mm when actually measured in the field after completion of the

pipeline. No rougher surface will be acceptable.

(7) Curing

(a) Water Curing

Immediately after the placing of the concrete, the pipe shall be so

sealed as to prevent loss of contained water, and the concrete shall be

kept continuously moist for a period of at least 7 days. During this

period steps shall be taken, when necessary, to prevent the

temperature of the steel shell facing falling below 2 C.

(b) Steam Curing

Pipes that have shop applied linings, and that have not been coated

with bitumen or coal tar may be steam cured.

Immediately after application of the concrete lining, the ends of the

pipe shall be completely sealed. After the lined pipe has been

standing for not less than 2 hours, steam shall be injected into it so as

to raise the temperature at a rate not exceeding 28 C per hour until

the temperature of the lining is within the range 55 -70 C. Steaming

shall continue for a further 6 hours, the temperature of the lining

being maintained within the range specified.

Steaming shall be discontinued and the pipes shall remain sealed for a

further 2 days from the time that the temperature of the pipe has

fallen to ambient. During this period precaution shall be taken to

prevent the temperature of the steel falling below 2 C.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C142 C3

Part C3 Specification

During the curing cycle, excluding the 2 day holding period, the

temperature of at least one pipe out of that day’s production, shall be

recorded by a suitable automatic recording instrument. If the

temperature record reveals that the requirements set out above have

not been achieved, then the pipes shall be subjected to the full period

of water curing as specified in Sub-Clause PSL.1.6.5.7(a).

(c) General

Concrete lined pipes shall not be transported for a period of 10 days

after the date of lining.

(9) Pipe Ends

Where lining takes place before welding, i.e. not in-situ but on site or in the

shop, the following shall apply:

(a) For flanged pipes and specials and pipes intended for jointing by

couplings and bell mouth welding, concrete lining shall be ended

flush with pipe ends with a 6 mm bullnosing of edges by means of a

nosing tool.

(b) For pipes to be butt welded, the lining shall terminate 100 mm from

the internal end of each pipe and the end of the lining shall be

bevelled to form an angle of approximately 85 degrees between the

clear end of the pipe barrel and the lining end. The unlined surface of

100 mm wide from each end, may be protected by strips of pressure

sensitive plastic tape, firmly pressed into the surface to exclude all air

and moisture, and to give temporary protection between the work and

butt welding on the site.

(10) Repair of Defects

All defective concrete shall be removed and the surrounding area of concrete

chipped back to a position where the concrete is firmly bonded to the steel.

The edges of the firm surrounding concrete shall be bevelled to form an

angle of 85 degrees with the portion of pipe barrel under repair. The pipe

surface shall be cleared from all signs of concrete and dust. The pipe surface

and surrounding concrete shall then be given one coat of cement/water grout

and the fresh mortar applied by hand while the grout coat is still wet. The

mortar shall be of the same mix and consistency as the lining. The repair

area shall be built up to the full thickness of the lining, care being taken to

ensure complete filling of the bevelled edges with the mortar.

PSL 3.9.2.3 Repairs to Coatings and Linings

Replace the clause with the following:

FBMDPE, fusion-bonded epoxy coated and solvent free liquid epoxy lined or cement-

mortar lined pipe shall be repaired as specified in this clause.

A. External Repairs

1 Detection of Defects in FBMDPE and Epoxy Coating by Holiday Tests

Each pipe length shall first be placed on suitable dunnage adjacent to the trench.

The Contractor shall then arrange for Holiday tests to be undertaken on the

accessible portion of the pipe coating surface by the non-destructive testing firm

appointed in terms of this contract document or the Engineer’s representative,

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C143 C3

Part C3 Specification

whichever is applicable. It shall be a requirement of this contract that the Holiday

testing device utilised by calibrated and approved by the Engineer prior to the

conducting of any Holiday tests.

2 Surface Preparation

a) Defects in epoxy coating detected by holiday testing

At each pinhole detected by the Holiday test, the surrounding area shall be

abraded to 25 mm beyond the defective area. It is noted that any cluster of

pinholes within a radius of 25 mm shall be regarded as one defect. The

abrasion shall be carried out with clean emery paper of 80 to 100 mesh so as

to provide a suitably rough surface profile without causing the removal of

excessive amounts of coating material.

b) Damage to FBMDPE and epoxy coating caused by welding, damage at joints

and bends and damage at scour and air valve tees, crotch plates and buried

valves.

i) All damaged and blistered FBMDPE and epoxy coating caused by

welding shall be removed back to sound epoxy coating by mechanical

grinding or other approved means.

ii) The exposed steel surface shall be power or hand wire brushed to

remove dirt, scale, rust and other foreign matter to a surface

equivalent to a Class 2 finish. Weld spatter shall be removed by

chipping or grinding to a smooth surface flush with the surrounding

steel. Welds shall have a smooth contour free from sharp edges,

protrusions and undercut. Sharp edges and protrusions shall be

removed by grinding to a smooth radius of curvature of not less than

3 mm.

iii) The surrounding sound FBMDPE and epoxy surface shall be abraded

to a distance of 50 mm beyond the defective area. The abrasion shall

be carried out with clean emery paper of profile without causing the

removal of excessive amounts of protective material.

3. Cleaning of Area to be Repaired

Grease and oil shall be removed with a non-volatile solvent (eg “Aquasolve”, “Arc

Nr.261 Safety Solvent Cleaner” or similar approved). The surface shall then be

cleaned with potable water and allowed to dry completely.

4. Methods of Repair to be Carried Out

a) Defects in epoxy coating detected by Holiday tests

i) The roughened area of coating and the defect shall be repaired by the

application of a two part solventless epoxy repair kit (eg “Copon

Hycote 151”, “Arc 982” or similar approved) to a minimum dry film

thickness of 300, microns. The epoxy repair material shall be applied

in accordance with the manufacturer’s instructions and allowed to dry

for 24 hours.

ii) 24 Hours after the application of the epoxy repair material described

above, the pipes may be placed in the trench and rotated so that the

underside of the pipe, which was not Holiday tested at the side of the

trench, may be tested.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C144 C3

Part C3 Specification

iii) The pipe coating any defects detected on the now uppermost surface

of the pipe shall be prepared in accordance with the requirements of

A.2(a) and A.3 above.

iv) The prepared surface shall then be primed and patched (or wrapped in

the case of the coating reinstatement of joints) with Denso Ultraflex

System, or similar approved. The following criteria shall be strictly

in accordance with the manufacturer’s instructions:

- surface preparation

- application of the primer

- application of the tape

- recommended minimum overlap width (where applicable)

- capping of overlap joints (where applicable).

v) Notwithstanding the above, the tape cover strip shall overlap the

sound FBMDPE and epoxy coating by at least 50 mm (in the case of

patches) and 100 mm (in the case of joint wraps) and shall be applied

in layers if necessary to form a final cover patch or strip at least 2,5

mm thick. The tape repair for FBMDPE defects shall be

continuously, spirally wrapped around the complete circumference of

the pipe with a minimum overlap of 25 mm.

vi) The dielectric resistance of the tape cover strip shall not be less than

that of the FBMDPE (10 000 V) or fusion-bonded epoxy coating (3

500 V).

b) Defects in FBMDPE coating detected by Holiday tests

Where the repair area is less than 650 mm², the application of a hot spatula

shall be used to repair the defect, provided there is a residual layer of

polyethylene still adhering strongly to the steel surface.

c) Defects in FBMDPE coating other than those detected by Holiday tests

Any single repair area less than 0.1m² shall be carried out in accordance with

A.4.b above. The number of repairs shall be limited to three per pipe or

fitting. The length of such repair shall not exceed the nominal pipe diameter

in the circumferential direction, nor twice the nominal pipe diameter in the

longitudinal direction.

d) Patch Repairs to Pipes Damaged by Welding

Patch repairs to pipes damaged by welding shall be carried out in accordance

with the requirements of A.4.a(iv), A.4.a(v) and A.4.a(vi) above.

e) Patch Repairs to Pipes that will be Exposed to Ultra-Violet Light

i) Repairs shall be carried out in accordance with the requirements of

A.4.a(i) above with due allowance being made for the 24-hour curing

period.

ii) The pipe surface shall then be coated with two coats of “ABE

Silvakote” or similar approved bitumen base aluminium paint applied

with brush or roller to a final minimum dry film thickness of 80

micrometers. The over coating time shall be as per the

manufacturer’s instructions.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C145 C3

Part C3 Specification

f) Joint repairs (including bends) on pipes that are to be buried

i) Repairs shall be carried out in accordance with the requirements of

A.4.a(iv), A.4.a(v) and A.4.a(vi) above.

ii) No air-gap will be permitted between the tape and steel surface and

tape width and application tension shall be such as to ensure that the

tape “dresses down” over steel surface irregularities. This applies

particularly on bell-end pipes.

iii) Gusseted bends requiring two or more welded joints shall be fully

externally wrapped extending 150 mm outside the two outermost

welded joints.

g) Scour and air valve tees and crotch plates

i) Scour and air valve tees and crotch plates that are to be buried shall

be protected in accordance with the requirements of A.4.a(i) above

with due allowance being made for the 24-hour curing period.

ii) Exposed specials in chambers including valves, flanges, crotch plates,

flexible couplings etc shall be protected by the application of “Copon

Hycote 151”, “Arc 982” or similar approved epoxy coating to a

minimum dry film thickness of 300 microns. Surface preparation and

application shall be strictly in accordance with the manufacturer’s

instructions.

iii) When coating valves, care shall be taken to prevent the epoxy coating

covering the descriptive name plates and flow direction indicators on

the valves by masking off these plates.

h) Buried Valves

Buried valves or other appurtenances with intricate shapes will be

inappropriate for wrapping with a tape system. Such items shall be protected

by the application of a zinc-rich epoxy primer such as “Berger Master”,

“Zinc Anode 304” followed by two coats of a pitch extended epoxy resin

coating such as “Fosroc Nitocote ET550”, “Epilux 5 Coal Tar Epoxy” or

similar approved to a minimum dry film thickness of 250 microns.

Alternatively a petrolatum system “Denso” type or similar approved may be

employed and then wrapped in polythene sheeting to the approval of the

Engineer.

B. Internal Repairs – Epoxy Lined Pipes

1. Detection of Defects in Epoxy Lining by Holiday tests

Each pipe length shall be first placed in position in the trench, welded to the

preceding pipe and the lining at the joint reinstated (see B.2.b of this Clause). Once

all work is complete in a particular length of pipe, the Contractor shall arrange for

the testing of the pipe with a “wet sponge” detector set at 90 Volts in order to detect

any electrical insulation defects.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C146 C3

Part C3 Specification

2. Surface Preparation

a) Defects in epoxy lining detected by holiday testing

At each pinhole detected by the Holiday test, the surrounding area shall be

abraded to 25 mm beyond the defective area. It is to be noted that any

cluster of pinholes within a radius of 25 mm shall be regarded as one defect.

The abrasion shall be carried out with clean emery paper of 80 to 100 mesh

so as to provide a suitably rough surface profile without causing the removal

of excessive amounts of coating material.

b) Epoxy lining damaged by construction operations, joint repairs (including

bends), lining to scour and air valve tees, access openings, stubs and valve

bypasses

i) In order to avoid damage to the pipe lining occurring as a result of

construction activities, all possible care shall be exercised during

construction, the following procedures being required:

- Wet sacking or rubber matting shall be placed on the pipe

invert at areas where welding or flame cutting operations are

in progress to prevent damage to coating from weld spatter or

molten metal. This requirement shall be strictly enforced.

- Foam shall be provided for the placing of tools etc on the

internal pipe surface.

- Soft-soled shoes shall be worn by all personnel working inside

the pipe.

ii) All damaged and blistered epoxy lining shall be removed back to

sound epoxy by mechanical grinding or other approved means.

iii) The exposed steel surface shall then be prepared in accordance with

the requirements of section A.2.b(ii) and 1.2.b(iii) of the clause.

3. Cleaning of Area to be Repaired

Grease and oil shall be removed with a non-volatile solvent (eg “Aquasolve”, “Arc

Nr.261 Safety Solvent Cleaner” or similar approved). The surface shall then be

cleaned with potable water and allowed to dry completely. To this end adequate

ventilation shall be provided.

4. Methods to Repair to be Carried Out

a) Defects in epoxy coating detected by Holiday tests

i) The roughened area of lining and the defect shall then be repaired by

the application of a solvent free epoxy repair material (such as

“Copon Hycote 151”, “Arc 982”, “Arc 855”, or similar approved) to a

minimum dry thickness of 300 microns.

A “halo” of 1 to 2 mm of the abraded material shall be left uncovered

around the repair.

The patch material shall be of a different colour to the pipe lining

material.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C147 C3

Part C3 Specification

ii) In the application of the epoxy the following shall be strictly in

compliance with the manufacturer’s instructions:

- Method of application (type of brush or roller.)

- Over coating time

- Temperature range for application

- Mix proportions of activator to base. This shall be strictly

enforced, and splitting of manufacturer-supplied packs shall be

allowed only if subsequent bending is carried out strictly by

mass to the correct proportions.

- Method of mixing base and activator.

- Number of coats to achieve the specified thickness.

- Safety aspects eg eye and hand protection, ventilation, fire

precautions, etc.

iii) After the repair has been adequately cured, the repair and the

surrounding 250 mm of epoxy lining shall be tested for electrical

insulation defects. No defects will be permitted.

b) Patch Repairs to Pipes Damaged by Construction Operations and Joint

Repairs (including Bends)

i) The roughened area of lining shall be repaired as described in B.4.a(i)

above.

ii) The requirements of Clauses B.4.a(ii) and (iii) above shall then be

complied with.

c) Lining to scour and air valve tees, access openings, stubs and valve bypasses

i) The repair procedure shall be as described in B.4.a(i), (ii) and (iii)

above.

ii) The epoxy repair material shall be applied to overlap the existing

sound cement mortar lining by 25 mm at access openings, valve

bypasses and scour tees.

C. Internal Repairs – Cement-mortar Lined Pipes

1. The internal surface of the bellmouth is to be power or hand wire brushed from the

pipe end to the cement mortar lining to remove dirt, scale, rust and other foreign

matter.

2. Any grease and oil shall be removed from the pipe surface with a non-volatile

solvent (eg “Aquasolve”, “Arc Nr 261 Safety Solvent Cleaner” or similar

approved). The surface shall then be cleaned with water and dried and a 50 mm

wide x 20 mm thick band of “Epidermix 338” or similar approved shall be applied

internally on the uncoated steel adjacent to the cement lining.

3. The plain end of the adjoining pipe shall be pushed into the bellmouth in such a way

that the Epidermix band is compressed and makes contact with the transverse face

of the concrete lining of both pipes. The excess lining material which is squeezed

into the pipe shall be removed by drawing a plug which is 5 mm smaller in diameter

than the bore of the pipe, across the joint. The plug shall be so shaped as to apply a

smooth even surface to the lining material at the joint.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C148 C3

Part C3 Specification

b) Pipes larger than 500 mm diameter

1. The exposed steel surface shall be power or hand wire brushed to

remove dirt, scale, rust and other foreign matter. Burrs, weld spatter

etc shall be filed away.

2. Any grease and oil shall be removed from the pipe surface with a

non-volatile solvent (eg “Aquasolve”, “Arc Nr 261 Safety Solvent

Cleaner” or similar approved), flushed with potable water and

completely dried.

3. The joint shall then be made good with “Epidermix 338” or similar

approved, neatly formed to meet the adjacent cement mortar.

4. The requirements of Clause C (a).4 shall similarly apply to pipes

larger than 500 mm diameter.

PSL.3.9.3 Corrosive Protection of Buried Flanged and Flexible Joints (No reference)

All buried flanges and flexible joints shall, in addition to being epoxy coated, be protected

as described below. This specification is based on a "Denso" system. Alternative products

will be subject to the approval of the Engineer.

PSL.3.9.3.1 Surface Preparation

The entire joint and at least 500 mm of pipe either side of the joint shall be cleaned of mud

and other deleterious matter.

PSL.3.9.3.1 Priming

The cleaned joint and pipe shall be primed with "Denso Priming Solution", or if moisture

is present, "Denso S105 Paste". The priming shall extend to at least 400 mm beyond either

side of the joint.

PSL.3.9.3.3 Application of Mastic Blankets

Narrow strips cut from "Denso Mastic Blankets" shall be applied to the joint to achieve a

smooth profile with a 50 mm splayed fillet being formed at the joint/pipe interface. Care

shall be taken, particularly at bolts, to avoid the formation of air pockets. Complete

"Denso Mastic Blankets" shall then be applied (mastic side down) to the joint until the

joint is completely enveloped.

The blanket shall be overlapped at least 50 mm and the blanket shall extend at least 150

mm along the barrel of the pipe on each side of the joint. The ends of the blanket shall be

bound to the barrel of the pipe on each end with 100 mm side "Denso Tape". "Denso

Tape" overlaps shall be 500 mm and shall extend 100 mm onto the blanket and 150 mm

onto the pipe barrel.

PSL.3.9.3.4 Application of Protective Sheeting

The entire joint shall be wrapped with 350 micron polyethylene sheeting which shall end

400 mm beyond the joint. The protective sheeting shall be secured to the pipe barrel and

along the seam with 48 mm wide "Denso Adhesive Tape".

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C149 C3

Part C3 Specification

PSL.3.9.7 Cathodic Protection (New Clause)

A provisional sum has been allowed in the Schedule of Quantities to provide for a cathodic

protection survey to be undertaken and for cathodic protection to be installed. The survey

will be undertaken once the pipeline has been laid and protection will be installed as

recommended by the survey.

Precise details of the location of elements of the Cathodic Protection System will be

confirmed by the Engineer's Instructions on site, but the following points are noted:

a) Continuity bonding is required around all in-line valves.

b) Monitoring test points are to be installed in the line valve chambers, where shown.

c) Insulating flanges are required at all inlet and outlet pipes positions as indicated on

the drawings

PSL.3.9.8 Insulating Flanges (New Clause)

Insulating Flanges on the steel pipelines are to be installed where detailed on the drawings.

These are to be fabricated to the dimensions and details shown.

PSL.4 PLANT

PSL.4.1 HANDLING AND RIGGING

Add the following to L.4.1

The Contractor shall supply, operate and maintain an adequate fleet of vehicles including

cranes to be used for the safe conveyance of the pipes, specials and fittings. The pipes and

specials shall be handled with care at all times to avoid damage to them or to the protective

coatings. The equipment for the purpose of loading, transporting, unloading and moving

and the manner in which they are handled shall be subject to the approval of the Engineer.

During transport, the pipes and specials shall be supported on suitable pipe saddled such

that all pipes and specials shall be separated so as not to bear against each other and shall

be handled with care at all times to avoid damage to them or to the protective coatings. The

equipment for the purpose of loading, transporting, unloading and moving and the manner

in which they are handled shall be subject to the approval of the Engineer.

The use of bare cables, chains, hooks or narrow skids will not be permitted and the

Contractor shall supply canvas slings and padded skids and ramps of a sufficient width to

prevent damage to the protective coating. The dragging or skidding of pipes and specials in

contact with the ground shall not be permitted.

When handling 12m pipe lengths the pipes shall be lifted with band slings (minimum

300mm wide) placed centrally around the pipe at two points 6 metres apart.

PSL.5.0 CONSTRUCTION

PSL 5.1 LAYING

PSL 5.1.1 General

Add the following to L 5.1.1:

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C150 C3

Part C3 Specification

It is of paramount importance that the right type and class of pipe be laid as shown on the

longitudinal sections. Invert levels shown on the drawings are the levels of the interior

surface of the pipes at the lowest point of cross section.

However, levels at vertical curves shall be determined when the exact location of pipe

joints within the influence of the curve is known.

Pipes and specials shall be lowered gently and carefully into the trench without jarring or

bumping by crane, derrick or other approved lifting tackle and care shall be taken not to

damage the pipe or its sheathing. Pipes and specials with soft sheathing shall be supported

in stout wide canvas slings and no wooden blocks shall be used to support such pipes,

either on the side or in the trench. Any supports required shall be formed with fine sand

gravel.

The Contractor shall ensure that all pipe barrels are evenly supported over the whole of

their length and that no weight is taken by the joints. The trench bottom, shall, where

necessary, be accurately trimmed by hand and each pipe shall be firmly bedded down

before backfilling is commenced.

The Contractor's special attention is drawn to the requirements for work in confined spaces

and for shoring of trenches.

It is noted that a through flow of air is required when work is to be carried out inside the

pipeline. The necessary electrical equipment and fittings must be provided to produce this

airflow. An Item in the Schedule of Quantities has been provided for complying with these

requirements.

PSL 5.1.2 Damage

Add the following to L 5.1.2:

Inspection at the Laying Site

All pipes, specials, valves and fittings shall be carefully examined by the Contractor for

internal and external damage at the following stages:

(a) on arrival at laying site;

(b) prior to laying;

(c) after laying;

(d) prior to backfilling; and

(e) during backfilling.

All damage or defects of any kind shall be repaired by the Contractor in accordance with

Clause 3.9.2.3 and to the satisfaction of the Engineer immediately after detection at any of

the above inspections. Where, in the opinion of the Engineer, satisfactory repairs are

practicable, the damaged materials shall be replaced by the Contractor at his own cost.

PSL 5.1.3 Keeping Pipelines Clean

Add the following to L 5.1.3:

Exposed ends of the pipe in the trench shall be tightly closed by a suitable mild steel end

cap at all times when pipelaying is not in progress.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C151 C3

Part C3 Specification

Add the following as L 5.1.5:

Stacking of Pipes and Specials

Where a pipeyard is provided, all pipes and specials shall be neatly and methodically

arranged on the ground on delivery, as directed by the Engineer.

They shall be segregated according to diameters and working pressures and the various

stacks shall be arranged and separated in such a way that a pipe of any diameter and

working pressure can be located from the stacked position for transportation to its laying

position without necessity of moving other pipes.

PSL 5.2 JOINTING METHODS

PSL 5.2.2 Flanges (Steel Pipelines)

Add the following to L 5.2.2:

Flanges to fittings or joints will generally be to SANS 1123. It is possible, however, that

the Employer may supply valves with flanges which have not been drilled according to

these standards. The Contractor shall be responsible for checking the flange drilling of all

fittings supplied by the Employer and for supplying flanges drilled to match. No

additional payment is to be made for this work and the Contractor is to allow for such in

his rates.

Contractors are to note that generally matching flanges or jointing material to gate and

butterfly valves will be supplied by the Employer.

Contractors are to allow in the rates for the supply and installation of mild steel pressed

washers (two per bolt) for all flanged fittings. The washers shall have an ID of 2 mm

greater than that of the bolt. Tenderers are to ensure that the length of the bolt includes

allowance for the washers.

All bolts, nuts and washers used are to be electro galvanised and yellow passivated.

PSL 5.2.3 Welding (Steel Pipelines of Diameter 600 mm or greater)

Add the following to L 5.2.3:

Welding Procedures

Prior to the commencement of field welding, welding procedures shall be established and

approved by the Engineer and thereafter such welding procedures shall be adhered to

during subsequent construction and shall not be altered unless specifically authorised by

the Engineer.

Tenderers shall, if required by the Engineer, provide a detailed description of all aspects of

the welding technique to be employed both in jointing pipes in assemblies above trench

level and in executing in-situ welds whether above or below ground level. The

information required shall include a drawing of the prepared end for sleeve or butt-welding

of flanges and pipes and shall describe the backing rings which must be removed. Records

shall be kept by the Contractor to enable each weld to be subsequently identified with the

welder concerned.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C152 C3

Part C3 Specification

Procedure Qualification Tests

Before the Contractor commences routine field welding the procedure tests laid down in

API 1104 clause 1.4 shall be carried out.

The minimum number of root bead welds, the minimum number of second bead welders

and the type of clamp used (internal or external) shall be given in the description of the

welding technique as specified above.

The Contractor shall maintain a record of all welders employed on the works giving

particulars of each individual welder’s qualification tests carried out in terms of API 1104,

the cost of which shall be borne by the Contractor. Qualification testing of welders shall be

conducted in the presence of the Engineer or his representative.

Before a welder is employed on tack or root welds, he shall carry out a test tack and root

weld on a pipe of the same materials and under conditions as close as possible to those

experienced on the actual pipeline.

If icicles are present in the bore of the pipes or the weld metal projects more than 5 mm the

welder shall not be permitted to undertake tack or root welding. The completed test weld

pieces shall be visually examined and then radiographed. Should the weld appear sound it

shall be subjected to approved root and face bend tests. Test pieces shall be retained by the

Contractor and marked so that they can be identified with the welder carrying out the test.

Weather

Field welding shall not be performed when the surfaces to be welded are wet or during

periods of high wind unless the operator and the work are properly protected and sheltered

in an approved manner.

Preparation of Joint

Where scarf cutting of the pipe ends is required in the field the pipe ends shall be prepared

by machining or machine flame cutting. Hand flame cutting shall not be permitted except

under the following circumstances;

Field Welding

Steel pipes may be cut by hand flame as follows:

(a) In the case of cement lined steel pipe, the cement lining shall be chipped back 50

mm after the initial cut and the pipe then re-cut ±10 mm from the original cut in

order to remove any "blow-back".

(b) In the case of epoxy lined steel pipe, all damaged lining shall be removed and

reinstated in compliance with the Clause 3.9.2.3.

(c) All flame cuts shall be made good by grinding to form the correct gap between steel

sections prior to welding.

(d) Bevels may be cut by flame provided they are made good by grinding.

When jointing pieces by butt-welding the number of tack welds applied shall be kept to a

minimum to be effective in holding the pipe ends securely and to maintain the required

root gap prior to welding, but shall in any case be not less than four.

Double ending of pipework shall not be allowed on 12m pipe lengths.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C153 C3

Part C3 Specification

PSL 5.3 SETTING OF VALVES, SPECIALS AND FITTINGS

Add the following to L 5.3:

Valves and fittings shall be installed in accordance with the manufacturer’s instructions.

Where valves are supplied by the Employer at Municipal depots they shall be collected by

the Contractor at such depots and transported to the laying site. Valves shall be enclosed in

chambers in accordance with the drawings and specifications and shall be installed with

their operating spindles vertical. The Contractor shall supply the insertions and bolts

necessary for the installation of the valves.

Jet dispersers shall be of the cone and splitter type cast in iron or steel with heavy zinc

galvanising, to the Engineer’s approval. Flanges and bolts shall be sealed in mastic after

installation.

All air valves shall be set level.

All scour valves shall be installed in such a way that the spindle is vertical.

The Storage, Commissioning And Installation Of Butterfly Valves

Butterfly valves shall be stored, installed and commissioned so that the valve blade seal is

protected at all times from oxidation, ozone attack and the ingress of dirt.

Storage

i) It is preferable that the valve is stored in the vertical position.

ii) The valve should be stored in the cracked position (i.e. not shut).

iii) The valve should not be stored in the vicinity of electrical equipment.

iv) The valve should be stored under cover and protected from temperature extremes.

Installation And Commissioning

i) Prior to the installation of the valve, all dust and dirt should be washed off the

valve, particularly the seal, seat and any tapped holes in the valve body.

ii) The seals of all valves shall be checked for complete closure when the valve blade

is in the fully closed position. (See seal adjustment below).

iii) The valve must not be lifted by the hand lever, valve actuator or the handwheel.

iv) The valve must not be used for lining up the pipework.

v) The valve should be left in the fully open position after installation and prior to

commissioning of the system.

Seal Adjustment

To adjust the seal, a 0,004" feeler gauge and an Allen key are required.

With the valve in the fully closed position, it should be possible only with difficulty to

introduce the feeler gauge between the valve blade seal and the seat.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C154 C3

Part C3 Specification

If, due to seal movement during storage the feeler gauge can easily pass between the seal

and seat, then the clamp ring socket head cap screws in the vicinity of the gap should be

finger tightened with the Allen key so as to push the seal out and close the gap.

Payment

All costs incurred for the seal adjustment as stipulated above shall be included in the

respective rates for installation of the valves.

PSL 6 TOLERANCES

Add the following to L 6:

The tolerances for the line and level of pipelines shall be as follows:

(a) positions of bends: within 150 mm of the locations shown on the drawings or as

agreed with the Engineer;

(b) level of pipe invert: within 25 mm of the level shown on the drawings;

(c) location of pipe centre in plan; within 25 mm of the location shown on the drawings

through the sleeves and culverts and elsewhere within 75 mm of position shown on

the drawings.

PSL 7 TESTING

PSL 7.1 GENERAL

Add the following to L 7.1:

Inspection

Facilities shall be provided to the Engineer so that he may be able to inspect, during the

process of welding, any layer of weld metal. He may require any defective welds either to

be cut out and rewelded or repaired at his discretion. The Contractor shall clean thoroughly

all welds prior to inspection. The Engineer may require a number of completed joints,

selected at random, to be cut for mechanical tests or to be selected for visual inspection,

micro examination or examination by other means. When the Engineer orders the

Contractor in writing to cut out and test joints the Contractor shall be paid for such work at

day work rates.

If as a result of inspection and testing, the work of any welder is found to be unsatisfactory,

the welder shall not be permitted to continue welding under this contract.

Standards of Acceptability

The completed welds shall comply with the requirements of clause 6.0 of API 1104. Work

on which unauthorised repairs have been carried out may be rejected.

Repairs to Minor Faults

Faulty welds shall be rectified in accordance with clause 7.0 of API 1104.

All costs relative to the repair of faulty joints, including removal and replacement of the

backfill and making good the wrapping and lining shall be borne by the Contractor.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C155 C3

Part C3 Specification

PSL 7.2 INITIAL TESTS ON WELDED STEEL PIPES

PSL 7.2.1 Dye-Penetrant Test

Add the following to L 7.2.1:

All fillet welds shall be dye penetrant tested. Any reduction in the percentage of welds to

be tested shall be at the sole discretion of the Engineer

PSL 7.2.2 Radiographic Examination

Add the following to L 7.2.2:

All butt welds shall be radiographically tested. Any reduction in the percentage of welds

to be tested shall be at the sole discretion of the Engineer.

PSL 7.3 STANDARD HYDRAULIC PIPE TEST

PSL 7.3.1 Test Pressure and Time of Test

Replace L 7.3.1.1, 7.3.1.2, 7.3.1.3 and 7.3.1.4 with the following:

Static Test

When the pipeline is filled with water, all scours and hydrants shall be opened fully for one

minute or until the water emerges clean.

Pressure Test

A suitable pump shall be connected to the pipeline at a mutually agreed point.

The pressure in the pipeline under test shall be raised slowly by means of the pump and

measured by a pressure gauge connected to the pipeline.

PSL 7.3.1.2 The required test pressure for all steel pipework shall be 1800 KPa measured at the lowest

point of the pipeline(s).

The hydraulic testing of the pipelines is to be carried out in two stages:

a) The pressure test as described above, is to be carried out with the pipeline fully

blanked and all valves in the open position. All costs relating to this work inclusive

of scouring, supplying and install blank flanges, spade pieces etc are to be included

in the rate for testing. The duration of this test will be 8 hours minimum.

b) On successful completion of the pressure test as per (a) above, the Contractor is to

remove all temporary blank flanges, spade pieces, etc. and pressurise the line to

maximum working pressure against closed valves. Should any valve not be drop

tight at this pressure the Contractor is to advise the Engineer in writing of all defects

encountered. The duration of this test shall be 2 hours. (An item has been allowed

for this work in the Schedule of Quantities).

All tests shall be carried out in the presence of the Engineer at such times and in such

manner as he may direct.

The hydraulic testing of pipelines against closed valves shall not be allowed and provision

shall therefore be made by the Contractor for the supply of all necessary bull-noses and

blank flanges.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C156 C3

Part C3 Specification

Water for testing shall be made available free of charge in the first instance but for the

subsequent tests shall be charged to the Contractor's account.

A water connection will be provided by eThekwini Water for filling the pipeline for testing

purposes.

The Contractor shall, at his own cost, provide a suitable means of conveying water from

this connection to the mains to be tested, as well as a connection on the new pipeline in

order that it may be filled. This connection shall be capped or removed to the satisfaction

of the Engineer upon completion of the hydraulic test. Payment of this shall be allowed for

under the rates for the hydraulic testing of the pipeline.

PSL 7.4 TESTS ON EPOXY COATINGS

Add the following to L 7.4:

e) Wet sponge test of SFE lining.

The Employer on submission of the originals of the test results and respective invoices to

the Engineer will reimburse the Contractor for the cost of all successful tests.

Holiday testing of the tape wrapping and epoxy coating of the pipeline shall be carried out

on site by the Contractor. However, at the Engineer's discretion, quotations may be called

for holiday testing of the epoxy coating of the pipeline for quality assurance purposes,

from a reputable non-destructive testing firm. The rate submitted shall be per linear metre.

i) Notwithstanding the requirements of any other specification contained in or referred

to in this document, the holiday testing of the epoxy coating shall be performed

with the apparatus set at 10 000V for FBMDPE coating and 3500V for FBE and

SFE coating.

ii) The holiday testing of the tape wrap system shall be performed with the apparatus

set at 3 500V.

The non-destructive testing firm approved by the Engineer shall be a nominated sub-

contractor to the main Contractor.

It shall be the responsibility of the Contractor to ensure that all test points along the

pipeline are individually referenced and that this reference be reflected on the reports.

Each test point (e.g. pipeline joints, butt joints in pipe specials, etc.) shall be indelibly

marked on the pipe and cross-referenced to the pipeline chainage.

A DCVG survey will be carried out by the Employer after the issue of the Completion

Certificate and the Contractor will be required to repair all defects discovered by the

survey at his own cost.

The cost shall include excavation, repair materials, bedding, backfill and reinstatement to

the satisfaction of the Engineer.

The Contractor shall ensure that the full length of the pipe to be placed in the trench is

patched and holiday-tested prior to the pipe being laid in the trench. Holiday testing of the

joints in the trench shall be carried out on completion of the welding and the required non-

destructive testing by the Contractor.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C157 C3

Part C3 Specification

PSL 8 MEASUREMENT AND PAYMENT

PSL 8.2 SCHEDULED ITEMS

PSL 8.2.1 Supply, Lay and Bed Pipes Complete with Couplings

Add the following to L 8.2.1:

(i) bonding mechanical joints for electrical continuity; if required

(ii) completing both internal and external protection at joints and making good any

damage to sheathing or lining, which has occurred after acceptance at the pipeyard;

and

(iii) all other operations necessary to complete laying not separately scheduled.

PSL 8.2.2 Extra-over 8.2.1 for the Supplying, Laying, and Bedding of Specials Complete with

Couplings

Add the following to L 8.2.2:

The Contractor will only receive payment for a scarfed bend if the pipe is cut to fabricate

the scarf bend.

PSL 8.2.3 Extra-over 8.2.1 for the Supplying, Fixing and Bedding of Valves

Add the following to L 8.2.3:

The unit rate for the installation of scour and air valves supplied by the Employer shall

include for taking delivery of the valve at the Municipal depot, provision of craneage,

transporting to site and installing the valve as specified and shall allow for the supply of all

nuts, bolts and gaskets as required.

PSL 8.2.16 Pipeline Marker Posts

Payment for markers shall include supply delivery and installation for the various types as

itemised in the Schedule of Quantities.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C158 C3

Part C3 Specification

VARIATIONS TO STANDARDISED SPECIFICATION : PSLB - BEDDING (PIPES)

Clause references in brackets refer to SANS 1200 LB Clauses

PSLB BEDDING (PIPES)

PSLB.1.0 MATERIALS (Clause 3)

PSLB.1.1 SELECTED GRANULAR MATERIAL (Clause 3.1)

Selected granular material shall be as specified except that it shall be singularly graded

between 0,6 mm and 6 mm.

PSLB.1.2 SELECTED FILL MATERIAL (Clause 3.2)

Selected fill material shall be as specified except that it shall be free of all lumps and

stones greater than 12 mm.

PSLB.2.0 CONSTRUCTION (Clause 5)

PSLB.2.1 PLACING AND COMPACTING OF RIGID PIPE BEDDING (Clause 5.2)

PSLB.2.1.1 The following bedding types shall be used unless otherwise specified or detailed:

Concrete Pipes : Class B bedding

FC Sewer Pipes : Class B bedding

FC Water Mains : Class C bedding

Steel/GMS/CI Water Mains : Class D bedding

PSLB.2.2 PLACING AND COMPACTING OF FLEXIBLE PIPE BEDDING (Clause 5.3)

Class C bedding shall be used for all flexible pipes unless otherwise specified or detailed.

PSLB.3.0 MEASUREMENT AND PAYMENT (Clause 8)

Generally the provisions of this clause shall not apply. The provision of selected fill

material and selected granular material from the trench excavation and the placing of

bedding and selected fill material are to be included in the rates for excavation.

When calculating the quantity of selected fill and selected granular material required, the

volume occupied by the pipe/s shall be subtracted from the overall volume.

Where selected fill material or selected granular material is obtained from sources other

than above or where the haulage is greater than 0,5 km, the following items shall be

scheduled:-

(a) Excavation of selected fill material or selected granular material from borrow pits

approved by the Engineer. This shall be measured on a m³ basis.

(b) Supply of selected fill material or selected granular material from commercial

sources. This shall be measured on a m³ basis.

(c) Overhaul as defined under PSDB.2.3.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C159 C3

Part C3 Specification

C3.3: PARTICULAR SPECIFICATIONS

In addition to the Standardized and Project Specifications the following Particular Specifications shall apply to

this contract.

C3.3.1 PA :OHSA 1993 Health and Safety Specification

C3.3.2 PB : Environmental Management Plan

C3.3.3 PG : Grassing

C3.3.4 PAA : Dayworks Schedule

C3.3.5 DES : Detailed Electrical Specification

C3.3.6 EBS : General Electrical Specification (Building Contracts)

C3.3.7 PBA : Building Work on Civil Engineering Contracts (Small Works)

C3.3.8 PV : Valves and Hydrants

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C160 C3

Part C3 Specification

PART B2 : PARTICULAR SPECIFICATIONS

C3.3.1 PARTICULAR SPECIFICATION – PA:OHSA 1993 HEALTH AND SAFETY SPECIFICATION

PA.1 SCOPE

This specification covers the health and safety requirements to be met by the Contractor to ensure a

continued safe and healthy environment for all workers, employees and subcontractors under his

control and for all other persons entering the site of works.

This specification shall be read with the Occupational Health and Safety Act (Act No 85 and

amendment Act No 181) 1993, and the corresponding Construction Regulations 2003, and all other

safety codes and specifications referred to in the said Construction Regulations.

In terms of the OHSA Agreement in Section C1.2.4 of the Contract document, the status of the

Contractor as mandatory to the Employer (client) is that of an employer in his own right,

responsible to comply with all provisions of OHSA 1993 and the Construction Regulations 2003.

This safety specification and the Contractor’s own Safety Plan as well as the Construction

Regulations 2003, shall be displayed on site or made available for inspection by all workers,

employees, inspectors and any other persons entering the site of works.

The following are possible risks associated with this project:

• Working high above the ground on top and below the bridge, most of the time in a

restricted environment with limited landings (working platforms);

• Working above a continuously flowing river and in an flood plain environment subject to

flooding;

• Lifting and lowering of materials and equipment from the ground to the bridge and vice

versa, exposed to cross winds;

• Steep and restricted access to the lower flood plain below the bridge

• Potentially dangerous existing services, i.e. gas lines, water and sewerage mains, electrical

high voltage cables, on the bridge, buried and overhead

• Deep excavations in soils requiring shoring or reducing of slopes

• Blasting of hard rock or demolition of concrete

• High pressure during testing of the new rising main, which could result in potentially

dangerous situations in the event of the pipeline of fittings failing

• Potentially harmful gasses when tying into the existing sewer mains

• Movement of construction vehicles on site, taking into consideration steep slopes, other

traffic and existing services

• Exposure to possible injuries due to mishandling or failure of power and hand tools

• Falling debris, tools and materials from bridge

• Non-conformance to specifications with regards to fasteners and materials

• Risks related to general safety and security on site

Additional risks may arise from specific methods of construction selected by the Contractor which

are not necessary covered in the above.

PA.2 DEFINITIONS

For the purpose of this contract the following shall apply:

Employer” where used in the contract documents and in this specification, means the Employer as

defined in the General Conditions of Contract and it shall have the exact same meaning as “client”

as defined in the Construction Regulations 2003. “Employer” and “client” is therefore

interchangeable and shall be read in the context of the relevant document.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C161 C3

Part C3 Specification

(a) “Contractor” wherever used in the contract documents and in this specification, shall have

the same meaning as “Contractor” as defined in the General Conditions of Contract.

In this specification the terms “principal contractor” and “contractor” are replaced with

“Contractor” and “subcontractor” respectively.

For the purpose of this contract the Contractor will, in terms of OHSA 1993, be the

mandatory, without derogating from his status as an employer in his own right.

(b) “Engineer” where used in this specification, means the Engineer as defined in the General

Conditions of Contract. In terms of the Construction Regulations the Engineer may act as

agent on behalf of the Employer (the client as defined in the Construction Regulations).

PA.3 TENDERS

The Contractor shall submit the following with his tender:

(a) a documented Health and Safety Plan as stipulated in Regulation 5 of the Construction

Regulations. The Safety Plan must be based on the Construction Regulations 2003 and will

be subject to approval by the Employer;

(b) a declaration to the effect that he has the competence and necessary resources to carry out

the work safely in compliance with the Construction Regulations 2003;

(c) a declaration to the effect that he made provision in this tender for the cost of the health and

safety measures envisaged in the Construction Regulations; and

(d) Failure to submit the foregoing with his tender, will lead to the conclusion that the

Contractor will not be able to carry out the work under the contract safely in accordance with

the Construction Regulations.

PA.4 NOTIFICATION OF COMMENCEMENT OF CONSTRUCTION WORK

After award of the contract, but before commencement of construction work, the Contractor shall,

in terms of Regulation 3, notify the Provincial Director of the Department of Labour in writing if

the following work is involved:

(a) the demolition of structures and dismantling of fixed plant of height of 3,0m or

more;

(b) the use of explosives;

(a) construction work that will exceed 30 days or 300 person-days;

(b) excavation work deeper than 1,0m; or

(e) working at a height greater than 3,0m above ground or landings

The notification must be done in the form of the pro forma included on page T.53 (Forms to be

Completed by Successful Tenderer) of the tender document.

A copy of the notification form must be kept on site, available for inspection by inspectors,

Employer, Engineer, employees and persons on site.

PA.5 RISK ASSESSMENT

Before commencement of any construction work during the construction period, the Contractor

shall have a risk assessment performed and recorded in writing by a competent person. (Refer

Regulation 7 of the Construction Regulations 2003).

The risk assessment shall identify and evaluate the risks and hazards that may be expected during

the execution of the work under the contract, and it shall include a documented plan of safe work

procedures to mitigate, reduce or control the risks and hazards identified.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C162 C3

Part C3 Specification

The risk assessment shall be available on site for inspection by inspectors, Employer, Engineer,

subcontractors, employees, trade unions and health and safety committee members, and must be

monitored and reviewed periodically by the Contractor.

PA.6 APPOINTMENT OF EMPLOYEES AND SUBCONTRACTORS

PA.6.1 Health and Safety plan

The Contractor shall appoint his employees and any subcontractors to be employed on the contract,

in writing, and he shall provide them with a copy of his documented Health and Safety Plan, or

relevant sections thereof. The Contractor shall ensure that all subcontractors and employees are

committed to the implementation of his Safety Plan.

PA.6.2 Health and safety induction training

The Contractor shall ensure that all employees under his control, including subcontractors and their

employees, undergo a health and safety induction training course by a competent person before

commencement of construction work. No visitor or other person shall be allowed or permitted to

enter the site of the works unless such person has undergone health and safety training pertaining to

hazards prevalent on site.

The Contractor shall ensure that every employee on site shall at all times be in possession of proof

of the health and safety induction training issued by a competent person prior to commencement of

construction work.

PA.7 APPOINTMENT OF SAFETY PERSONNEL

PA.7.1 Construction Supervisor

The Contractor shall appoint a full-time Construction Supervisor with the duty of supervising the

performance of the construction work.

He may also have to appoint one or more competent employees to assist the construction supervisor

where justified by the scope and complexity of the works.

PA.7.2 Construction safety officer

Taking into consideration the size of the project and the hazards or dangers that can be expected, the

Contractor shall appoint in writing a full-time or part-time Construction Safety Officer if so

decided by the Inspector of the Department of Labour. The Safety Officer shall have the necessary

competence and resources to perform his duties diligently.

Provision shall be made by the Contractor in his rates, to cover the cost of this dedicated

construction safety officer appointed after award of the contract.

PA.7.3 Health and safety representatives

In terms of Section 17 and 18 of the Act (OHSA 1993) the Contractor, being the employer in

terms of the Act for the execution of the contract, shall appoint a health and safety representative

whenever he has more than 20 employees in his employment on the site of the works. The health

and safety representative must be selected from employees who are employed in a full-time

capacity at a specific workplace.

The number of health and safety representatives for a workplace shall be at least one for every 100

employees.

The function of health and safety representative(s) will be to review the effectiveness of health and

safety measures, to identify potential hazards and major incidents, to examine causes of incidents

(in collaboration with his employer, the Contractor), to investigate complaints by

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C163 C3

Part C3 Specification

employees relating to health and safety at work, to make representations to the employer

(Contractor) or inspector on general matters affecting the health and safety of employees, to inspect

the workplace, plant, machinery etc. on a regular base, to participate in consultations with

inspectors and to attend meetings of the health and safety committee.

PA.7.4 Health and safety committee

In terms of Sections 17 and 18 of the Act (OHSA 1993) the Contractor (as employer), shall

establish one or more health and safety committee(s) where there are two or more health and safety

representatives at a workplace. The persons selected by the Contractor to serve on the committee

shall be designated in writing.

The function of the health and safety committee shall be to hold meetings at regular internals, but at

least once every three months, to review the health and safety measures on the contract, to discuss

incidents related to health and safety with the Contractor and the inspector, and to make

recommendations regarding health and safety to the Contractor and to keep record of

recommendations and reports made by the committee.

PA.7.5 Competent persons

In accordance with the Construction Regulations the Contractor has to appoint in writing

competent persons responsible for supervising construction work on each of the following work

situations that may be expected on the site of the works.

(a) Risk assessment and induction training as described in Regulation 7 of the Construction

Regulations;

(b) Fall protection as described in Regulation 8;

(c) Formwork and support work as described in Regulation 10;

(d) Excavation work as described in Regulation 11;

(e) Demolition work as described in Regulation 12;

(f) Scaffolding work as described in Regulation 14;

(g) Suspended platform operations as described in Regulation 15;

(h) Material hoists as described in Regulation 17;

(i) Batch plant operations as described in Regulation 18;

(j) Explosive powered tools as described in Regulation 19;

(k) Cranes as described in Regulation 20;

(l) Construction vehicle and mobile plant inspections on a daily basis by a

(m) competent person as described in Regulation 21(1);

(n) Control of all temporary electrical installation on the construction site as described in

Regulation 22;

(o) Stacking and storage on construction sites as described in Regulation 26; and

(p) Inspections of fire equipment as described in Regulation 27.

A competent person may be appointed for more than one part of the construction work with the

understanding that the person must be suitably qualified and able to supervise at the same time the

construction work on all the work situations for which he has been appointed.

The appointment of competent persons to supervise parts of the construction work does not relieve

the Contractor from any of his responsibilities to comply with all requirements of the Construction

Regulations.

PA.8 RECORDS AND REGISTERS

In accordance with the Construction Regulations the Contractor is bound to keep records and

registers related to health and safety on site for periodic inspection by inspectors, the Engineer, the

Employer, trade union officials and subcontractors and employees. The following records and

registers must be kept on site and shall be available for inspection at all times.

(q) A copy of the OHSA 1993 Construction Regulations 2003;

(r) A copy of this Health and Safety Specification;

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C164 C3

Part C3 Specification

(s) A copy of the Contractor’s Health and Safety Plan (Regulation 4);

(t) A copy of the Notification of Construction Work (Regulation 3);

(u) A health and safety file in terms of Regulation 5(7) with inputs by the Construction Safety

Officer (Regulation 6(7));

(v) A copy of the risk assessment described in Regulation 7;

(w) A full protection plan and the corresponding records of evaluation and training of employees

working from elevated positions as described in Regulation 8;

(x) Drawings pertaining to the design of structures (Regulation 9(3)) and formwork and support

work structures (Regulation 10(d)) must be kept on site;

(y) Pronouncement of the safety of excavations must be recorded in a register to be kept on site

(Regulation 11(3)(h));

(z) A copy of the certificate of the system design for suspended platforms (Regulation 15(3));

(aa) A notice must be affixed around the base towers of material hoists to indicate the maximum

mass load, which may be carried at any one time by material hoists (Regulation 7(5));

(bb) Maintenance records of material hoists and inspection results must be kept in a record book to

be kept on site (Regulation 17(8));

(cc) A record of any repairs to or maintenance of a batch plant must be kept on site (Regulations

18(9));

(dd) A warning notice must be displayed in a conspicuous manner when and wherever an explosive

powered tool is used (Regulation 19(2));

(ee) A register for recording of findings by the competent person appointed to inspect construction

vehicles and mobile plant (Regulation 21(1)(j)).

PA.9 CONTRACTORS RESPONSIBILITIES

For this contract the Contractor will be the mandatory of the Employer (Client), as defined in the

Act (OHSA 1993), which means that the Contractor has the status of employer in his own right in

respect of the contract. The Contractor is therefore responsible for all the duties and obligations of

an employer as set out in the Act (OHSA 1993) and the Construction Regulations 2003.

Before commencement of work under the contract, the Contractor shall enter into an agreement

with the Employer (Client) to confirm his status as mandatory (employer) for the contract under

consideration.

The Contractor’s duties and responsibilities are clearly set out in the Construction Regulations

2003, and are not repeated in detail but some important aspects are highlighted hereafter, without

relieving the Contractor of any of his duties and responsibilities in terms of the Construction

Regulations.

(a) Contractor’s position in relation to the Employer (Client) (Regulation 4)

In accordance with Section 4 of the Regulations, the Contractor shall liaise closely with the

Employer or the Engineer on behalf of the Employer, to ensure that all requirements of the Act

and the Regulations are met and complied with.

(b) The Principal Contractor and Contractor (Regulation 5)

The Contractor is in terms of the definition in Regulation 2(b) the equivalent of Principle

Contractor as defined in the Construction Regulations, and he shall comply with all the

provisions of Regulation 5.

Any subcontractors employed by the Contractor must be appointed in writing, setting out the

terms of the appointment in respect of health and safety. An independent subcontractor shall

however provide and demonstrate to the Contractor a suitable, acceptable and sufficiently

documented health and safety plan before commencement of the subcontract. In the absence

of such a health and safety plan the subcontractor shall undertake in writing that he will

comply with the Contractor’s safety plan, the health and safety specifications of the Employer

and the Construction Regulations 2003.

(c) Supervision of construction work (Regulation 6)

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C165 C3

Part C3 Specification

The Contractor shall appoint the safety and other personnel and employees as required in

terms of Regulation 6 and as set out in paragraph 7 above. Appointment of those personnel

and employees does not relieve the Contractor from any of the obligations under Regulation 6.

(d) Risk assessment (Regulation 7)

The Contractor shall have the risk assessment made as set out in paragraph 7 above before

commencement of the work and it must be available on site for inspection at all times. The

Contractor shall consult with the health and safety committee or health and safety

representative(s) etc. on a regular basis to ensure that all employees, including subcontractors

under his control, are informed and trained by a competent person regarding health hazards

and related work procedures.

No subcontractor, employee or visitor shall be allowed to enter the site of works without prior

health and safety induction training, all as specified in Regulation 7.

(e) Fall protection (Regulation 8)

Fall protection, if applicable to this contract shall comply in all respects with Regulation 8 of

the Construction Regulations.

(f) Structures (Regulation 9)

The Contractor will be liable for all claims arising from collapse or failure of structures if he

failed to comply with all the specifications, project specifications and drawings related to the

structures, unless it can be proved

That such collapse or failure can be attributed to faulty design or insufficient design standards

on which the specifications and the drawings are based.

In addition the Contractor shall comply with all aspects of Regulation 9 of the Construction

Regulations.

(g) Formwork and support work (Regulation 10)

The Contractor will be responsible for the adequate design of all formwork and support

structures by a competent person.

All drawings pertaining to formwork shall be kept on site and all equipment and materials

used in formwork, shall be carefully examined and checked for suitability by a competent

person.

The provisions of Regulation 10 of the Construction Regulations shall be followed in every

detail.

(h) Excavation work (Regulation 11)

It is essential that the Contractor shall follow the instructions and precautions in the Standard

Specifications and Project Specifications as well as the provisions of the Construction

Regulations to the letter as unsafe excavations can be a major hazard on any construction site.

The Contractor shall therefore ensure that all excavation work is carried out under the

supervision of a competent person, that inspections are carried out by a Professional Engineer

or Technologist, and that all work is done in such a manner that no hazards are created by

unsafe excavations and working conditions.

Supervision by a competent person will not relieve the Contractor from any of his duties and

responsibilities under Regulation 11 of the Construction Regulations.

(i) Demolition work (Regulation 12)

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C166 C3

Part C3 Specification

Whenever demolition work is included in a contract, the Contractor shall comply with all the

requirements of Regulation 12 of the Construction Regulations. The fact that a competent

person has to be appointed by the Contractor does not relieve the Contractor from any of his

responsibilities in respect of safety of demolition work.

(j) Tunneling (Regulation 13)

The Contractor shall comply with Regulation 13 wherever tunnelling of any kind is involved.

(k) Scaffolding (Regulation 14)

The Contractor shall ensure that all the provisions of Regulation 14 of the Construction

Regulations are complied with. [Note: Reference in the Regulations to “Section 44 of the

Act” should read “Section 43 of the Act”].

(l) Suspended platforms (Regulation 15)

Wherever suspended platforms will be necessary on any contract, the Contractor shall ensure

that copies of the system design issued by a Professional Engineer are submitted to the

Engineer for inspection and approval. The Contractor shall appoint competent persons as

supervisors and competent scaffold erectors, operators and inspectors and ensure that all

work related to suspended platforms are done in accordance with Regulation 15 of the

Construction Regulations.

(m) Boatswain’s chain (Regulation 16)

Where boatswain’s chains are required on the construction site, the Contractor shall comply

with Regulation 16.

(n) Material Hoists (Regulation 17)

Wherever applicable, the Contractor shall comply with the provisions of Regulation 17 to the

letter.

(o) Batch plants (Regulation 18)

Wherever applicable, the Contractor shall ensure that all lifting machines, lifting tackle,

conveyors, etc. used in the operation of a batch plant shall comply with, and that all operators,

supervisors and employees are strictly held to the provisions of Regulation 18. The

Contractor shall ensure that the General Safety Regulations (Government Notice R1031 of 30

May 1986), the Driven Machinery Regulations (Government Notice R295 of 26/2/1988) and

the Electrical Installation Regulations (Government Notice R2271 of 11/10/1995) are adhered

to by all involved.

In terms of the Regulations, records of repairs and maintenance shall be kept on site.

(p) Explosive powered tools (Regulation 19)

The Contractor shall ensure that, wherever explosive-powered tools are required to be used, all

safety provisions of Regulation 19 are complied with.

It is especially important that warning notices are displayed and that the issue and return of

cartridges and spent cartridges be recorded in a register to be kept on site.

(q) Cranes (Regulation 20)

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C167 C3

Part C3 Specification

Wherever the use of tower cranes becomes necessary, the provisions of Regulation 20 shall be

complied with.

(r) Construction vehicles and mobile plant (Regulation 21

The Contractor shall ensure that all construction vehicles and plant are in good working

condition and safe for use, and that they are used in accordance with their design and intended

use. The vehicles and plant shall only be operated by workers or operators who have received

appropriate training, all in accordance with all the requirements of Regulation 21.

All vehicles and plant must be inspected on a daily basis, prior to use, by a competent person

and the findings must be recorded in a register to be kept on site.

(s) Electrical installation and machinery on construction sites (Regulation 22)

The Contractor shall comply with the Electrical Installation Regulations (Government Notice

R2920 of 23 October 1992) and the Electrical Machinery Regulations (Government Notice

R1953 of 12 August 1993). Before commencement of construction, the Contractor shall take

adequate steps to ascertain the presence of, and guard against dangers and hazards due to

electrical cables and apparatus under, over or on the site.

All temporary electrical installations on the site shall be under the control of a competent

person, without relieving the Contractor of his responsibility for the health and safety of all

workers and persons on site in terms of Regulation 22.

(t) Use of temporary storage of flammable liquids on construction (Regulation 23)

The Contractor shall comply with the provisions of the General Safety Regulations

(Government Notice R1031 of 30 May 1986) and all the provisions of Regulation 23 of the

Construction Regulations to ensure a safe and hazard-free environment to all workers and

other persons on site.

(u) Water environments (Regulation 24)

Where construction work is done over or in close proximity to water, the provisions of

Regulation 24 shall apply.

(v) Housekeeping on Construction sites (Regulation 25)

Housekeeping on all construction sites shall be in accordance with the provisions of the

environment Regulations for workplaces (Government Notice R2281 of 16 October 1987) and

all the provisions of Regulation 25 of the Construction Regulations.

(w) Stacking and storage on construction sites (Regulation 26)

The provisions for the stacking of articles contained in the General Safety Regulations

(Government Notice R1031 of 30 May 1986) as well as all the provisions Regulation 26 of the

Construction Regulations shall apply.

(x) Fire precautions on construction sites (Regulation 27)

The provisions of the Environmental Regulations for Workplaces (Government Notice R2281

of 16 October 1987) shall apply.

In addition the necessary precautions shall be taken to prevent the incidence of fires, to

provide adequate and sufficient fire protection equipment, sirens, escape routes etc. all in

accordance with Regulation 27 of the Construction Regulations.

(y) Construction welfare facilities (Regulation 28)

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C168 C3

Part C3 Specification

The Contractor shall comply with the construction site provisions as in the Facilities

Regulations (Government Notice R1593 of 12 August 1988) and the provisions of Regulation

28 of the Construction Regulations.

(z) Non-compliance with the Construction Regulations 2003

The foregoing is a summary of parts of the Construction Regulations applicable to all

construction projects.

The Contractor, as employer for the execution of the contract, shall ensure that all provisions

of the Construction Regulations applicable to the contract under consideration are complied

with to the letter.

Should the Contractor fail to comply with the provisions of the Regulations 3 to 28 as listed in

Regulation 30, he will be guilty of an offence and will be liable, upon conviction, to the fines

or imprisonment as set out in Regulation 30.

The Contractor is advised in his own interest to make a careful study of the Act and the

Construction Regulations as ignorance of the Act and the Regulations will not be

accepted in any proceedings related to non-conformance to the Act and the Regulations.

PA.10 MEASUREMENT AND PAYMENT

PA.10.1 Principles

It is a condition of this contract that Contractors, who submit tenders for this contract, shall make

provision in their tenders for the cost of all health and safety measures during the construction

process. All associated activities and expenditure are deemed to be included in the Contractor’s

tendered rates and prices.

(a) Safety personnel

The Construction Supervisor, the Construction Safety Officer, Health and Safety

Representatives, Health and Safety Committee and Competent Persons referred to in clauses

7.1 to 7.5 shall be members of the Contractor’s personnel, and no additional payment will be

made for the appointment of such safety personnel.

(b) Records and Registers

The keeping of health and safety-related records and registers as described in 8 is regarded as a

normal duty of the Contractor for which no additional payment will be considered, and which

is deemed to be included in the Contractor’s tendered rates and prices.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C169 C3

Part C3 Specification

C3.3.2 PARTICULAR SPECIFICATION - PB: ENVIRONMENTAL MANAGEMENT PLAN

PB.1 INTRODUCTION TO EMP

The EMP shall be bound into all contracts, and shall have contractual standing on the basis that its

contents are an integral component of the environmental approval obtained in terms of the National

Environmental Management Act, Act 107 of 1998 and shall be provided to the Project Engineer

(Developer), Contractor, and Local Authority. The EMP shall be approved by the Department of

Agriculture and Environmental Affairs (DAEA – the Authority).

King Cetshwayo District Municipality are the Primary Developers responsible for the

construction of the Water Treatment Works and ancillary amenities.

In addition, the Developer is responsible for the preparation of the EMP, and the various

Management Plans, and the initial rehabilitation/establishment work.

The Authority is ultimately responsible for ensuring compliance with this EMP by all parties.

PB.2 LAYOUT OF EMP

The Environmental Management Plan identifies the two broad phases of development as:

- Pre-Construction Phase

- Construction Phase

PB.3 ASPECTS AND IMPACTS REGISTER

Environmental aspects are those elements of an organisation’s activities, products, services or

physical resources, which may have potentially beneficial or harmful effects on the environment.

These may include discharges and emissions, raw materials and energy use, waste recycling, noise,

dust, and visual pollution.

An environmental impact is the change that takes place from the occurrence of any given aspect.

The relationship between the two is causal: an impact is the pollution that would result if an

environmental aspect were not properly managed or controlled.

Aspects identification is important, since it is from this identification of the potential to impact the

environment that the rest of the system is built. Identification of aspects is a continual process

under any EMS system. The aspects identification process includes all past, present and future

impacts that an organisation’s activities have had, are having, and will have on the environment.

PB.4 OBJECTIVES OF THE EMP

The objectives of the EMP are to:

• Ensure that development is in accordance with the “Duty of Care” as per Section 28 of the

National Environmental Management Act, Act 107 of 1998.

• Ensure that the development process is structured and implemented in a manner that ensures that all

necessary approvals (in terms of the EMP requirements) are obtained from the Local Authority

prior to development occurring onsite.

• Provide a pro-active, feasible and practical working tool to enable the measurement and monitoring

of environmental performance on site.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C170 C3

Part C3 Specification

• Guide and control the implementation of the findings and recommendations of the specialist reports

conducted for the project (e.g. Vegetation Report, Engineering Report, Geotechnical Report and

Hydrological Report).

• Ensure that the construction and operational phases of the project continue within the principles of

Integrated Environmental Management.

• Provide guidance for the environmental auditing of the project.

PB.5 RESPONSIBLE AUTHORITY

The Project Engineer (Developer), Contractor, appointed to install services or to construct

structures, shall be responsible for ensuring that the provisions contained within the EMP are

implemented and adhered to, and shall be held accountable in terms of the EMP. The Developer

shall appoint an Environmental Consultant (EC) and the Contractor shall appoint an Environmental

Control Officer (ECO). All audit reports shall be submitted to the DAEA, and the King Cetshwayo

District Municipality.

The ultimate responsibility for compliance rests with the Authority (Department of Agriculture and

Environmental Affairs).

PB.6 EMP COMPLIANCE

This EMP is a key component of the management and implementation of the Water Treatment

Works development. Non-compliance with the EMP will constitute non-compliance with the

requirements of the Authority and therefore of the law.

The EMP will be made binding on all contractors operating within the Project Area and will be

included within the Contractual Clauses. Non-compliance with, or any deviation from, the

conditions set out in this document constitutes a failure in compliance. The Project Engineer

(Developer), Contractor (Developer) shall ensure that the conditions of the Environmental

Management Plan are adhered to. Should the Contractor (Developer) require clarity on any aspect

of the EMP the Contractor shall contact the Environment Consultant for advice.

It should be noted that in terms of the National Environmental Management Act No 107 of 1998

(Section 28) those responsible for Environmental Damage must pay the repair costs both to the

environment and human health and the preventative measures to reduce or prevent further pollution

and/or environmental damage, i.e. The “Polluter Pays Principle”.

The Authority is responsible for ensuring compliance with the EMP.

PB.7 PRE-CONSTRUCTION ACTIVITIES: PRIMARY DEVELOPER

• The Developer is to appoint a Project Engineer (Developer) and Contractor. The contractor shall

hire local labour, both male and female, where possible.

• The Developer is to appoint a suitably qualified Environmental Consultant (EC) to audit the

implementation of the EMP.

• The Environmental Consultant shall ensure that the construction team (at a management level) is

adequately trained in the provisions of the EMP and general environmental issues.

• The Contractor (Developer) shall identify a suitable site for the Construction Camp and storage

areas for materials in consultation with the Project Engineer (Developer) and the Environmental

Consultant prior to construction. These areas are to be fenced off appropriately.

• The Contractor (Developer) shall demarcate, in conjunction with the Environmental Consultant

relevant areas of vegetation significance. Special emphasis is to be placed on the demarcation of

the Protected Tree species to ensure that these species are clearly demarcated prior to the start of

any construction activities on site.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C171 C3

Part C3 Specification

• The Environmental Consultant has recorded the state of the environment prior to construction

commencing, and has ensured that all baseline environmental data has been provided by the

relevant specialists prior to construction commencing.

• Storm water drainage of the site must be ensured in the technical engineering design of the

development. It is important that storm water runoff is properly managed during construction to

ensure no impacts downstream. Provision for this must be made in this Planning Phase by way of a

Storm Water Management Plan and approved by the Local Authority. The Storm Water

Management Plan should ensure that the ultimate flow from the development does not result in any

negative impacts on downstream properties or watercourses and must therefore ensure that storm

water is managed within the overall site as effectively as possible.

• The Contractor (Developer) shall liaise, where necessary, with adjacent neighbours identified by the

Environmental Control Officer, and provide them with reasonable advance notice of the nature,

location and duration of the particular work concerned.

• Notices of the proposed development should be placed in prominent positions to inform the general

public of the proposed construction activities, expected interruption in road traffic movement,

presence of construction vehicles, and planned interruptions to existing supply of services, such as

electricity and water.

PB.8 CONDITIONS OF CONTRACT (PRIMARY DEVELOPER)

The Primary Developer is responsible for:

• Adherence to the any conditions that may arise as a result of the submission of the Environmental

Management Plan,

• Construction of infrastructure, temporary access / haulage roads.

• Appointment of Environmental Consultant to implement and audit the EMP.

PB.8.1 The Project Engineer (Developer)

The Project Engineer (Developer) is responsible for ensuring that the Developer’s responsibilities

within the EMP are implemented and adhered to (i.e. during the Construction Phase (Developer)).

The Project Engineer during the Construction Phase (Developer):

• Appointed by King Cetshwayo District Municipality for the implementation of this contract.

• Responsible for managing the Primary Contractors.

• Responsible for ensuring that all documentation pertaining to the proposed development, is in place

at the site camp.

• Arranges information meetings for or consults with I&APs about the impending construction

activities where necessary.

• Ensures that the conditions of the Vegetation Report and this EMP are provided for and adhered to.

• Maintains a register of complaints and queries by members of the public at the site office. This

register is forwarded to the Environmental Consultant on a monthly basis.

• Enforces the EMP on site.

• Monitors implementation of the requirements of the EMP.

• Assesses the Primary Contractor’s (Developer) environmental performance in consultation with the

Environmental Consultant.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C172 C3

Part C3 Specification

• Documents in conjunction with the Contractor, the state of the site prior to construction activities

commencing. This documentation will be in the form of photographs or video record.

PB.8.2 Environmental Consultant

The Environmental Consultant (EC) during the Construction Phase (Developer):

• Undertakes site induction and staff training of the Project Engineer (Developer) and the Primary

Contractor (Developer) at a management level about the requirements of the EMP, and holds a

meeting with all primary suppliers and Contractors to discuss the EMP prior to start of construction.

• Advises the Project Engineer (Developer) about the interpretation, implementation and enforcement

of the Environmental Specification and other related environmental matters.

• Attends site meetings and addresses ad hoc queries as necessary.

• Monitors the Contractor’s (Developer) compliance with the EMP during the Construction Phase

(Developer).

• Monitors, in a very general nature, the construction activities of the Contractor (Purchaser) where

there is construction during the Construction Phase (Developer) and, where required, shall report

instances of non-compliance to the Authority and the Primary Developer.

• Undertakes environmental audits once a month on the effectiveness of the environmental

specifications on the site.

• Audit reports are to be submitted to the Primary Developer. The EC must schedule audit dates and

ensure that all necessary parties are made aware of these dates, and consult with DAEA compliance

officer to ensure the officer can attend ad hoc audits.

• Reports on the performance of the project during the Construction Phase (Developer), in terms of

environmental compliance with the EMP, to the Project Engineer (Developer), the Developer,

DWAF, King Cetshwayo District Municipality, EKZNW and the Authority (DAEA).

• Provides technical advice relating to environmental issues to the Project Engineer (Developer).

• The EC is responsible for checking availability of the documents proving proof of raw material

sourcing from the Primary Contractor.

PB.8.3 Contractor (Developer)

The Contractor (Developer) is required to:

• Keep a hard copy of the EMP on site.

• Keep files for the following:

- Complaints Register

- Waste Disposal

- Emergency Response details

- Training Records

- Incident Reports

• Must be able to produce all necessary documentation proving that all raw materials being used on

site have been obtained in a sustainable manner. It is the Primary Contractor’s responsibility to

obtain this documentation from either the Sub-Contractor, Cartage Company or directly from the

supplier of the material if necessary. No material will be used unless the responsible parties can

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C173 C3

Part C3 Specification

provide the necessary permits or licences, and this documentation must be provided prior to

material being brought on site and should be included into any contractual agreement.

• Supply method statements for all activities requiring special attention as specified and/or requested

by the Project Engineer (Developer) or Environmental Consultant during the duration of the

Contract.

• Be conversant with the requirements of the EMP.

• Comply with requirements of the Environmental Consultant in terms of this EMP.

• Ensure any sub-contractors/suppliers who are utilised within the context of the contract comply

with the environmental requirements of the EMP. The Contractor (Developer) will be held

responsible for non-compliance on their behalf.

• Bear the costs of any damages/compensation resulting from non-adherence to the EMP

• Comply with all applicable legislation as per section 2.2.6 below.

• Ensure that the Project Engineer (Developer) is timeously informed of any foreseeable activities

that will require input from the Environmental Consultant.

• Conduct all activities in a manner that minimises disturbance to directly affected residents and the

public in general, and foreseeable impacts on the environment.

PB.8.4 Compliance with Applicable Laws

The supreme law of the land is “The Constitution of the Republic of South Africa”, which states:

“Every person shall have the right to an environment which is not detrimental to his or her health or

well being”. Laws applicable to protection of the environment in terms of Environmental

Management (and relating to construction activities) include but are not restricted to:

• Laws applicable to protection of the environment in terms of Environmental Management (and

relating to construction activities) include but are not restricted to:

• Atmospheric Pollution Prevention Act, No 45 of 1965

• Conservation of Agricultural Resources Act, No 43 of 1983

• Environmental Conservation Act, No 73 of 1989

• Explosives Act, No. 26 of 1956

• Fertilisers, Farm Feeds, Agricultural Remedies and Stock Remedies Act, No 36 of 1947

• Forest and Veld Conservation Act, Act No 13 of 1941

• Hazardous Substances Act, No 15 of 1973

• KwaZulu-Natal Heritage Act, No. 10 of 1997

• KwaZulu-Natal Planning and Development Act No 5 of 1998 (re: soil conservation)

• KwaZulu-Natal Nature Conservation Management Act, No. 9 of 1997

• Land Survey Act, No 9 of 1921

• Machinery and Occupational Safety Act, No. 6 of 1983

• Mines and Works Act, No. 27 of 1956

• Minerals Act, No 50 of 1991

• Mineral Development Draft Bill

• National Environmental Management Act, No. 107 of 1998

• National Environmental Management: Biodiversity Act, No. 10 of 2004

• National Forests Act, No 84 of 1998

• National Heritage Resources Act, No. 25 of 1999

• National Water Act, No 36 of 1998

• National Water Act (amendments)

• National Veld and Forest Fire Act, No 101 of 1998

• Occupational Health and Safety Act, No 85 of 1993

• Provincial and Local Government Ordinances and Bylaws

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C174 C3

Part C3 Specification

• Soil Conservation Act, Act No 76 of 1969

• Sub-division of Agricultural Land Act Repeal Act 64 of 1998 (re: soil conservation)

• Water Services Act No 108 of 1997

• and all regulations framed there under and amendments there to.

PB.9 CONSTRUCTION ACTIVITIES: DEVELOPER

PB.9.1 Construction Zone

• Movement of heavy-duty vehicles will be restricted to the construction zone as defined.

• The passage of vehicles not connected with work in progress shall be restricted, to prevent

unnecessary soil compaction and damage in the Construction Zone.

• The Contractor shall provide a sufficient number of portable ablution facilities. Such facilities,

which shall comply with local authority regulations, shall be maintained in a clean and hygienic

condition and their use shall be strictly enforced. They shall be positioned in an appropriate place,

e.g. away from watercourses and general view, in consultation with the ECO. The Contractor shall

make his own arrangements for the necessary effluent removals and shall bear all the costs in

connection with such services. On removal of such conveniences, the sites thereof shall be left in a

clean, sanitary and tidy condition.

• The Contractor is to ensure that sufficient potable water shall be provided for consumption and

watering of exposed surfaces to minimise dust (if deemed necessary by the ECO). The Contractor

shall be solely responsible for the provision of all necessary water connections, meters, water

storage and water transport facilities. Care is to be taken to ensure that the area around the water

supply does not turn muddy.

• The Contractor shall make arrangements with the Primary Developer for obtaining electrical power

and lighting requirements for the site. Lighting on site shall take cognisance of neighbouring

communities and or developments.

PB.9.2 Building Construction: General

• The site shall be totally enclosed with a fence prior to commencement of construction and all

construction activity shall occur within the site and all storage and equipment shall be within the

site.

• All other aspects of the EMP are applicable to the Contractor must have been adhered to prior to

any construction activity taking place on site.

• An ECO must have been appointed prior to construction work onsite commencing.

PB.9.3 Storage areas

• The Contractor (Purchaser) must exercise special care with the storage, handling and transport of all

materials that could adversely affect the environment. Such materials include chemicals, cement,

lime, oil and fuel. The materials shall be stored in watertight containers on a hardened and

impervious surface graded to the middle.

• In locating stores consideration must be taken of the prevailing winds on site, topography, and

water erosion impacts.

• The ECO shall advise the Contractor (Purchaser) on the location of the stores.

• If pollution of hazardous substances occurs it shall immediately be reported to the Environmental

Consultant, and dealt with in the prescribed manner suitable to the substance and disposed of in a

permitted landfill.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C175 C3

Part C3 Specification

• If pollution of any surface or groundwater occurs, it shall immediately be reported to the Regional

Representative of the Department of Water Affairs and Forestry, and appropriate mitigation

measures employed.

• Security of storage areas is required.

• Documentation is required regarding the storage of hazardous materials on site, including Material

Safety Data Sheets (MSDS’s), etc.

PB.9.4 Stock pile areas

• Spoiling of unsuitable material shall take place at an approved spoil site, sheltered from the wind,

and shall be shaped, trimmed and re-vegetated where necessary.

• The Contractor will need to import suitable material on site. Such material should be stockpiled in a

suitable area agreed upon by the ECO.

• The stockpiling of soil or any other materials shall not be allowed near a watercourse or water body

to prevent pollution or impediment to surface runoff, unless determined by the Project Engineer not

to have any adverse impact on the watercourse/water body.

• The Contractor shall control the erosion of stockpiles. The ECO will assess the appropriateness of

methods employed.

• The ECO shall determine the maximum stockpile height.

PB.9.5 Geotechnical Issues for consideration

• The recommendations contained in the Geotechnical Report must be adhered to.

• The Contractor is to ensure that imported soil materials are not contaminated.

• The Contractor is to be able to produce all necessary documentation proving that all raw materials

being used on the site have been obtained in a sustainable manner.

• In certain cases, working space may be limited which may affect the method and/or type of plant

used for excavations, as well as restrict the temporary storage space available for backfill material

from excavations, etc.

• Unless otherwise permitted in writing by the Local Authority, not more than 200 metre of trench in

any one place shall be opened in advance of pipe laying operations.

PB.9.6 Surface Runoff and Water Resources

• Drainage shall be controlled to ensure that runoff from the site will not culminate in off-site

pollution or cause water damage to properties further down from the site.

• No impediment to the natural water flow other than approved erosion control works is permitted.

• No liquid or solid waste shall be allowed to be disposed of in any watercourses or water body. If

this occurs, it shall be reported to the ECO and DWAF and cleaning up thereof will be undertaken

at the Contractor’s expense.

• The provisions of the National Water Act 36 of 1998 shall be complied with at all times.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C176 C3

Part C3 Specification

PB.9.7 Supervision

• Adequate and constant supervision is required during construction.

• The Contractor shall keep a site diary detailing all incidences affecting the environment occurring

on site.

PB.9.8 Employment

• Local workforce should be favoured in job selection.

PB.9.9 Site and Public Safety

• Provisions in the Occupational Health and Safety Act 85 of 1993 must be complied with at all

times. The responsibility for compliance with this Act lies with the Contractor.

• The public must be given adequate notice in advance for noisy activities such as blasting,

excavating, piling, etc.

• The Contractor shall control the access to the Project Area by the general public. No unauthorised

persons may enter the construction site, including hawkers.

• The period that open excavations are left exposed shall be kept to the minimum. Where such

exposure is unavoidable, the excavation shall be clearly demarcated and thoroughly protected

against the passage of vehicles, pedestrians, or animals. Such protection shall be effective during

the day and night. No excavations may be left open over holiday periods.

• The Contractor shall erect the necessary signs, notices and barricades for the duration of the

Contract in order to safeguard both the workers and the public. Suitable conspicuous warning signs

in English and Zulu must be placed at all excavations or areas where safety could be compromised.

These signs must be in accordance with the local by-laws.

• SABS Standards and specifications governing dangerous processes must be strictly applied, to

ensure proper protection of the public and workers.

• Workers have a right to refuse work in unsafe conditions.

• No cooking fires will be permitted on site.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C177 C3

Part C3 Specification

PB.9.10 Vegetation

• Vegetation should be removed in a phased approach as it becomes necessary.

• Vegetation removed should be used where possible, e.g. as a brush mattress for erosion control or

mulching.

• The Environmental Control Officer is responsible for implementing the “SOP for control and

eradication of alien invasive vegetation”.

• The Environmental Control Officer is responsible for implementing the Landscaping and

Vegetation Rehabilitation Plan during the Construction Phase.

PB.9.11 Fauna

• No member of the construction team will be permitted to harm or kill/poach any animal, bird or

reptile.

• Pests must be discouraged by keeping the construction site free of litter.

PB.9.12 Soil Management and Erosion Control

• During grubbing and clearing the Contractor (Purchaser) shall take care to remove as little topsoil

as possible.

• Remove and separately stockpile any subsoil material that can be used for site backfilling.

• Topsoil shall be stockpiled (and seeded) in areas within the site boundary, and approved by the

ECO for reuse and restoration.

• Avoid handling soil when wet as this may result in the loss of soil structure and compaction. Soils

should not be handled during windy conditions, which may lead to the loss of soil through wind

erosion.

• Soil erosion must be prevented at all times. Where evidence of soil erosion can and/or is taking

place, this should be reported by the Contractor and ECO.

• Unnecessary compaction of construction areas must be prevented, to reduce run off velocity.

• Remove vegetation, only as it becomes necessary for work to proceed. Prevent unnecessary

removal of vegetation especially on steep areas.

• Steep slopes should be terraced and horizontal areas vegetated.

• Areas that have become compacted must be deeply ripped to loosen soil.

• Appropriate mitigation during construction includes prompt rehabilitation of exposed soil areas

with indigenous vegetation to ensure that soil is protected from the elements.

• Suitable erosion measures should be implemented in areas sensitive to erosion such as near water

supply points, edges of slopes, etc. These measures could include the use of sand bags, hessian

sheets, retention or replacement of vegetation.

• All the necessary precautions in terms of design and construction of earthworks, cuts and fills must

be taken.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C178 C3

Part C3 Specification

PB.9.13 Pollution Control

PB.9.13.1 General

• Should any incidence occur, the Contractor shall report it immediately to the ECO and the

Contractor shall be responsible for containing and cleaning up the spillage.

• The Contractor and ECO shall ensure that correct mitigation of the pollution is undertaken.

PB.9.13.2 Air Pollution

• Excavations and other clearing activities should only be done during permissible weather

conditions to avoid drifting of dust into neighbouring areas.

• Soil and sand stockpiles shall be located in sheltered areas not exposed to the wind.

• Retention of vegetation where possible will reduce dust travel.

• Exposed surfaces must be re-vegetated as soon as possible.

• Watering of exposed soil shall be instituted and maintained on a continuous basis.

• The movement of construction and other vehicles should be strictly controlled in order to reduce

the impact of increased air pollution. Adherence to speed limits shall be enforced.

• Sensible and responsible use of equipment which generates dust.

• Adjacent roads are to be swept on a regular basis from up to 50 metres from any point of

ingress/egress to avoid dust or mud build up on the roads.

PB.9.13.3 Noise pollution

• Noise levels shall be kept within acceptable limits. All noise and sounds generated shall adhere to

SABS 0103 specifications for maximum allowable noise levels for residential areas. No pure tone

sirens or hooters may be utilised except where required in terms of SABS standards or in

emergencies.

• Noisy activities must be limited to between 06h00 to 18h00 to avoid disturbance of adjacent

landowners. Noisy activities should not be allowed on weekends and public holidays unless

specific arrangements have been made with Local Council and the neighbours have been

timeously notified.

• Vehicles and operating equipment must be regularly serviced.

• Permission must be obtained from the relevant authorities if work is to proceed throughout the

night.

PB.9.13.4 Waste Generation and Litter

• The construction site must be kept in an orderly and clean condition. Solid waste shall be

collected on a daily basis from the construction zone and placed in a skip that shall be emptied on

a weekly basis, or as necessary. The waste shall be disposed of at a permitted landfill site to the

satisfaction of the ECO.

• All builders’ rubble shall be removed from the site and suitably disposed of at a permitted

disposal site unless considered suitable for infilling by the ECO on advice by an engineer.

• No burning of waste shall be permitted on site.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C179 C3

Part C3 Specification

• Flammable, toxic or poisonous materials and waste must be stored separately on an impervious

hardened surface, graded to the middle, and disposed of at an approved landfill site.

• Littering by employees of the Contractors and/or Sub-Contractors shall not be allowed.

• The Environmental Consultant shall monitor the work and construction-camp sites for cleanliness.

PB.9.13.5 Water Pollution

• Pollution of surface and ground water, and soil through accidental spillage of hazardous chemicals

and other substances shall be avoided. Should spillage occur, the spillage shall be reported to the

ECO, and cleaned up immediately and any contaminated soil removed and disposed in a

permitted landfill.

• Contaminated wastewater shall be managed by the Contractor to ensure existing water resources

on the site are not contaminated. All wastewater from general activities in the camp shall be

collected and removed from the site for appropriate disposal at a licensed commercial facility.

• De-watering of vessels, tanks, etc is to take place in a controlled manner. No uncontrolled release

of water shall be allowed onto the site area. Water wastage shall be kept to a minimum and where

possible water shall be recycled. Dewatering of contaminated water shall only be done at an

approved landfill site.

PB.9.14 Concrete

• Concrete mixing shall be restricted to certain areas within the Construction Zone, and mixed in

areas that are not to be vegetated in future. Cement mixing should take place on plastic liners to

avoid contamination of soil.

• Cleaning of cement mixing and handling equipment shall only be done using proper cleaning trays.

• Ready mix concrete should be used where possible and should occur in accordance with the

requirements of the Specifications.

• All excess cement and concrete mixes are to be contained on the construction site prior to disposal

off site to suitable landfill areas.

• All empty containers shall be removed from the site for appropriate disposal at a licensed

commercial facility.

• Any spillage which may occur will be investigated and reported to ECO and immediate action shall

be taken by the Contractor to remove and clean up any spillage.

• Cement-contaminated water shall not enter the water system as this disturbs the natural acidity of

the soil and affects plant growth.

PB.9.15 Blasting Activities (if required)

• The Contractor shall notify the Local Council should blasting be required and shall adhere to the

requirements of the Explosives Act, 1956. Notices shall be placed on site in order to inform the

residents of blasting activities and the Contractor shall give all affected parties within a radius of

2km notice of intent to execute any blasting work.

• Blasting will be done at appropriate times of the day to ensure that noise disturbance and vibrations

are kept to a minimum. Blasting will be undertaken using appropriate techniques. By restricting

blasting to early afternoon, (14:00) noise impacts will be reduced, as the inversion layer is usually

eroded or sufficiently elevated to have a negligible effect in the reflection of sound.

• Photographic evidence of houses, surrounding the development zone, pre and post blasting should

be taken in order to prevent liability claims, which are not resultant from the blasting

PB.9.16 Disruption of Infrastructure and Services

• The Contractor (Purchaser) shall ensure minimal disturbance of roads, services and access.

• At all points of contact with the public, the Contractor and his staff are requested to handle

discussions and disputes with deliberate courtesy and understanding. All complaints and

correspondence must be recorded and reported to the ECO for inclusion in the Audit Report.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C180 C3

Part C3 Specification

• Services such as electricity, telephones and water shall not be disrupted without prior notice to the

affected community, and shall be avoided where possible. Where disruption of services is

unavoidable, this will be undertaken to the satisfaction of the Local Council.

• All vehicles used by the Contractor on public roads or other routes used by any member of the

public shall comply with the relevant by-laws and regulations in the Province of KwaZulu-Natal.

The Contractor must avoid peak traffic times.

PB.10 CONCLUSION

Should all the issues contained within this document be complied with the environmental

impact of this proposed development will be highly reduced and the mitigation proposed is

adequate to ensure environmental sustainability.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C181 C3

Part C3 Specification

C3.3.3 PARTICULAR SPECIFICATION - PG : GRASSING

PG.1 GRASSING

The area where grassing is to be carried out and the type of grassing to be used will be

decided by the Engineer on site.

Generally, however, road verges will be planted, landscaped areas will be hydroseeded and

nursery sodding will be used in particular areas where it is necessary to ensure the early

establishment of grass cover as a protection against erosion by wind and/or water.

As soon as practicable, all landscaped areas, banks and road verges shall be grassed.

Tenderers shall allow under the relevant items in the Schedule of Quantities, for grassing

by planting rooted grass stringers or for hydroseeding of grass sodding as specified.

Provisional items have also been included in the Schedule of Quantities to cover the cost of

protecting grassed surfaces by the spraying of a plastic soil consolidating agent and by the

application of suitable fabric sheeting as specified in later Clauses.

PG.2 GRASS PLANTING

The area to be grassed, which will be decided on site, shall be planted with rooted grass

stringers of "Cynodon dactylon", a sample of which is to be submitted to the Engineer for

approval before use.

The grass shall be planted at a distance of no more than 150 mm apart in both directions.

Before planting any grass, agricultural lime shall be spread over the whole area to be

grassed at a rate of 30 gm per m² and this shall be lightly raked into the soil. Under no

circumstances will the Contractor be allowed to drive any wheeled or tracked vehicles over

the surface once it has been prepared for planting.

After planting, the surface of the soil shall be made smooth and free of humps or

depressions, either by careful raking or by adding topsoil, or both. The Contractor shall

allow in his prices for maintenance, weeding and watering so that the grass becomes

established to the satisfaction of the Engineer.

PG.3 NURSERY SODDING

PG.3.1 Sods shall be well rooted Cynodon Dactylon with not more than 30% of other grasses.

The thickness of sod shall be 30 mm or more when measured between boards and the area

shall be not less than 0,15 square metres. Sods should not break or crumble during

handling and placing.

PG.3.2 A blinding layer of 40 mm good loamy topsoil from the site stockpiles shall be spread first.

PG.3.3 Fertilize with an approved 3.2.1 (22) fertilizer spread at the rate of 20 gms per square metre

mixed with topsoil.

PG.3.4 The sods shall be neatly laid in horizontal rows, each row breaking joint with the previous

row and the interstices filled with topsoil.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C182 C3

Part C3 Specification

PG.3.5 Six weeks thereafter, fertilize again at the same rate.

PG.4 HYDROSEEDING

PG.4.1 GENERAL

The work shall include the hydroseeding of cut and fill slopes and landscaped areas and

initial maintenance of the seeded areas. No hydroseeding shall take place between the 1st

April and 31st August.

PG.4.2 MATERIALS

PG.4.2.1 Seed

The seed type and composition shall be as follows:

Substitutes will not be accepted except where adequate proof is given as to unavailability

of the type specified.

The composition of seed types for a 5000 litre hydroseeding mixture (sufficient to cover

1000 m²) shall be as follows:

Cynodon Dactylon 500 g

Cynodon NK37 Giant 1000 g

Axonopus Compressis 500 g

All seed supplied shall be labelled in accordance with the Government Seed Act No. 20 of

1961 and the Contractor shall produce such certification as the Engineer may require to

verify compliance with the Act.

The seed type and composition may be varied by the Engineer.

PG.4.2.2 Fertilizer

Fertilizer shall be 3.2.1 granular (22) which is to be included in each tank load (5000 litres)

at the rate of 20 kg per tank added and mixed.

PG.4.2.3 Compost

The Contractor shall incorporate in each 5000 litres tank load, 0,5 m³ of relatively fresh

chicken manure. The manure shall not contain more than 10% other materials such as

wood shavings, soil, feathers, etc.

PG.4.2.4 Mulch

The mulching agent shall consist of either wood cellulose fibre mulch or fresh threshed hay

or straw and shall be free of contaminants. The mulch shall be suitably prepared, so that

when mixed it will become uniformly suspended and form a homogenous slurry.

The mulching agent shall be applied at a rate of 120 kg per 5000 litre tank.

PG.4.3 EQUIPMENT

The seed mixture shall be applied by a "Hydroseeder" type distributor approved by the

Engineer.

The distributor shall incorporate a built in agitator system and be capable of even and

regulated distribution with a spray range of 25 metres.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C183 C3

Part C3 Specification

PG.4.4 PREPARATION OF UNDISTURBED SOIL:

Undisturbed soil shall be prepared by thoroughly loosening to a minimum depth of 75 mm

by hand picking or rotovating and where future maintenance will be required, all loose

stone larger than 75 mm removed from the surface.

PG.4.5 PREPARATION OF CRUSTY TOPSOIL:

Where a crust has formed on topsoil, it shall be thoroughly loosened before hydroseeding.

PG.4.6 APPLICATION OF HYDROSEEDING MIXTURE:

The seed, fertilizer, compost and mulch shall be added and mixed before application. The

mixture shall be applied at a rate of 5000 litre/1000 m² uniformly over the area to be

hydroseeded.

PG.4.7 WATERING:

The Contractor shall apply water as specified for grassing. Water shall be uniformly

applied with a fine spray which will not disturb growth or cause erosion.

PG.5 ADDITIONAL PROTECTIVE MEASURES

PG.5.1 DESCRIPTION:

In addition to hydroseeding or grassing the Engineer may order the following additional

protective measures:

a) The spraying of a plastic soil consolidating agent on cut slopes subject to erosion

after hydroseeding or grassing.

b) The application of a suitable fabric sheeting over the hydroseeded or grassed area.

PG.5.2 MATERIALS:

a) Plastic Soil Consolidation Agent

The soil consolidation agent shall consist mainly of a dispersion of plastic materials such

as "Surfasol" or similar approved. The grade of consolidation agent to be used for the soil

encountered shall be to the approval of the Engineer.

b) Protective Fibre Sheeting

Fibre sheeting shall be "Bemnet" or similar approved. The grade of the sheeting

shall be to the approval of the Engineer.

PG.5.3 APPLICATION:

a) Plastic Soil Consolidation

The agent shall be mixed and uniformly sprayed at the rate recommended by the

manufacturers by a "Hydroseeder" type machine immediately after hydroseeding or

grassing is completed.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C184 C3

Part C3 Specification

b) Protective Fibre Sheeting

Immediately after grassing or hydroseeding, the mat shall be laid unstretched,

loosely, and evenly in contact with the soil.

All vertical and horizontal joints shall have a nominal overlap in the line of flow

and be temporarily secured by wooden pegs.

The whole area shall then be permitted along the invert of drains.

PG.6 MAINTENANCE OF GRASSED AREAS

On completion of the planting, sodding, or hydroseeding, the treated areas shall be well

watered.

Thereafter the Contractor shall ensure that the treated areas are not permitted to dry out.

Any grass which fails to grow shall be replaced by the Contractor, at his own expense, with

fresh grass or seed until full cover is attained.

When, in the opinion of the Engineer, full grass cover has been obtained on any stage of

the work, the Engineer shall issue a certificate to that effect and the Contractor's

maintenance period on that stage of the grassing shall cease.

Maintenance shall include for keeping the grassed area fee of weeds, for weekly mowing

of the grass once it has grown sufficiently, and for making good any erosion or settlement

of the surface by application of approved topsoil and replanting with stringers, sodding or

hydroseeding as the case may be.

PG.7 METHOD OF PAYMENT

PG.7.1 Grassing shall be measured in square metres, separate items being provided for grassing

slopes steeper than 1 in 4 or flatter than 1 in 4.

PG.7.2 In the case of grassing of planting rooted stringers, the rates shall include for supplying and

planting the grass and maintaining it as specified. Extra-over rates will be paid for adding

agricultural lime and fertilizer at the specified rates where directed.

PG.7.3 The rate for grassing with sods shall include for:

a) Loading from stockpile, carting and spreading, the topsoil:

b) The two applications of fertilizer as specified;

c) Supplying and planting the sods; and

d) The maintenance of the grassing as specified.

PG.7.4 The rate for hydroseeding shall include for the preparation of the ground prior to spraying,

the provision of all spraying equipment, the supplying and applying of the hydroseed

mixture, including seed, fertilizer, compost and mulch, and the maintenance of the

hydroseeded area as specified.

PG.7.5 The protection of the grass areas by means of plastic soil consolidation and by the

application of protective fibre sheeting shall be measured per square metre and shall

include for the supply of all plant, labour and materials as specified.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C185 C3

Part C3 Specification

C3.3.4 PARTICULAR SPECIFICATION PAA : DAYWORKS SCHEDULE

PAA-1 GENERAL

In cases where the Engineer orders any variation in the form, quality or quantity of the

work or any extra work to such an extent that the tendered rates for specific items are no

longer applicable, or where a combination of tendered rates cannot be applied to

compensate for such work, the Engineer may, in terms of the General Conditions of

Contract, order that the amended or extra work be carried out as daywork at the cost of

labour, plant and materials. For that purpose provision is made for the Contractor to tender

his rates for labour and plant in the Daywork Schedule which forms part of this contract.

No work will be measured as daywork unless:

(a) the Engineer agrees that the varied work is not in accordance with the specification

or scope of a measured item in the contract;

(b) the Engineer has issued an order in writing for the execution of such varied work;

and

(c) statements of plant and labour are submitted daily to the Engineer for his

consideration and approval.

All work valued at the tendered rates in the Daywork Schedule will be subject to contract

price adjustment as applicable to the Contract.

PAA-2 SALARIES AND WAGES OF WORKMEN

The amount to be paid for labour will be based on the rates tendered in the Daywork

Schedule for the workers executing the work. The tendered rates shall be all-inclusive and

shall be held to cover all charges for the Contractor’s profits, timekeeping, clerical work,

insurance,establishment, superintendence, the use of hand tools, etc, and no additional

surcharge over and above the tendered rates will be applicable.

PAA-3 CONSTRUCTIONAL PLANT

The rates for constructional plant as tendered in the Daywork Schedule shall cover all

costs, overheads and profit for the contractor and no further surcharge will be payable on

the tendered rates. The cost of operators shall be included in the tendered rates except

where otherwise specified in Clause PAA-5 (Measurement and Payment) hereafter.

Where plant or equipment for which no rates exist in the Daywork schedule are employed,

the cost thereof shall be determined as agreed with the Engineer in terms of the General

Conditions of Contract. In such case contract price adjustment will only be applicable if

the agreed cost is based on rental rates at the time of the base month before closing of

tenders, or if the ruling rates current at the time of the execution of the work are de-

escalated to the base month.

The Contractor will be paid for the transport to and from the site of constructional plant not

on site and specially ordered by the Engineer to be brought on site. No payment will be

made for transport of equipment listed in the Contractor's Schedule of Constructional Plant

in the tender document, or for equipment which has been removed from the site on request

of the Contractor, or for equipment already on site, regardless of whether it appears on the

Schedule of Constructional plant or not.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C186 C3

Part C3 Specification

PAA-4 MATERIALS

Materials required for daywork items which cannot be compensated under existing rates

and have to be purchased, will be paid for at cost, excluding VAT, plus a surcharge of

15%. The cost of materials provided for daywork at current rates at the time when the

work is executed, will not be subject to contract price adjustment unless the prices of the

materials are de-escalated to the base month for escalation.

PAA-5 MEASUREMENT AND PAYMENT

Item Unit

PAA-5.1 Labour

(a) Unskilled workers ........................................................................................ hour (h)

(b) Skilled workers (Artisans) ............................................................................ hour (h)

(c) Operators and drivers (where measured separately) ..................................... hour (h)

(d) Foremen ....................................................................................................... hour (h)

(e) Others (specify) ............................................................................................ hour (h)

The unit of measurement is the hour or part thereof during which workers were engaged in

daywork.

The tendered rate shall include full compensation for all salaries, wages, bonuses, pension,

insurance, medical aid and other benefits as well as overheads arising from administrative

personnel, site agents, supervisors, tools and profit. No surcharge will be paid on the

tendered rates

The cost of operators included in the rates for constructional plant, will not be measured

again under Labour.

Item Unit

PAA-5.2 Constructional Plant

(a) Lowbed transport of plant to and

from the site .............................................................................. ton-kilometre (t.km)

(b) Bulldozer and ripper

(i) ................. (Specify power and mass) ........................................................... hour (h)

(ii) ................. etc (for other bulldozers)............................................................. hour (h)

(c) Grader

(i) ................. (Specify power and mass) ........................................................... hour (h)

(ii) ................. etc (for other graders) ................................................................. hour (h)

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C187 C3

Part C3 Specification

(e) Back-acting excavators

(i) ................. (Specify type, power and mass) .................................................. hour (h)

(ii) ................. etc (for other back-acting excavators) ........................................ hour (h)

(f) Tractors and drawn rollers and trailers

(i) Tractor .............. (Specify type, power and mass) ........................................ hour (h)

(ii) Roller ................ (Specify types, masses) .................................................... hour (h)

(iii) Tractor with trailer, complete (Specify tractor, and

type and capacity of trailer) ............................................................................ hour (h)

(g) Compactors

(i) ................. (Specify type and mass) .............................................................. hour (h)

(ii) ................. etc (for other types and masses) .................................................. hour (h)

(h) Compressors

(i) ................. (Specify capacity and number of tools) ...................................... hour (h)

(ii) ................. etc (for other compressors and tools) .......................................... hour (h)

(i) Trucks

(ii) ................. etc (for other trucks) .................................................................. hour (h)

(j) Light delivery vehicles

(i) ................. (Specify load capacity) ...................................................... kilometre (km)

(ii) ................. etc (for other) ..................................................................... kilometre (km)

Item Unit

PAA-5.3 Cost of materials delivered to site (specify) …………….. Provisional sum or as scheduled

The unit of measurement for subitem 5.2(a) is the ton constructional equipment multiplied by the

kilometre distance over which the plant has been transported with a lowbed transporter as ordered

by the Engineer.

The unit of measurement for subitems 5.2(b) to (i) is the hour or part thereof during which the item

of plant had been in active use for the daywork operation, including stopping time of less than five

minutes.

Where applicable travel time to and from the normal parking position on site, or the position of the

most recent non-daywork activity, as well as stopping time exceeding five minutes shall be

multiplied by a factor of 0,6. Time shall be measured by means of a vibrating clock card.

The unit of measurement for subitem 5.2(j) is the kilometre travelled to collect or transport small

quantities of materials. Kilometres travelled in light delivery vehicles by supervisors in the

execution of normal supervisional duties, shall not be measured for payment.

The tendered rates shall include full compensation for the supply, maintenance, service, repairs,

depreciation as well as fuel, lubricants, licensing, insurance, overheads and profit. It shall also

include the cost of drivers and operators except in the case of subitem PAA-5.2(h) where the

operators of tools are paid for under labour.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C188 C3

Part C3 Specification

C3.3.5 PARTICULAR SPECIFICATION DES : DETAILED ELECTRICAL

SPECIFICATION

DES.1.0 GENERAL INFORMATION

DES.1.1 GENERAL INFORMATION

DES.1.1.1 GENERAL

The General Electrical Specification shall apply unless otherwise indicated in this section.

The drawings issued herewith are to be read in conjunction with the Specifications and

Schedules contained herein, together with all ancillary equipment necessary for a correct

and complete installation and for compliance with the codes and standards, referred to in

the General Electrical Specification.

The Tenderer shall at the time of tendering, draw the Engineer's attention to any omission

or discrepancy between the Specification, and the Drawings and request clarification of

undefined responsibilities.

DES.1.1.2 ELECTRICITY SUPPLY AUTHORITY AND SYSTEM

The supply authority will be THE Ethekwini Municipality Electricity Department. The

electricity supply will be 400/230 volts, 3 phase, 4 wire, 50 Hz per second alternating

current. All electrical equipment shall suite this power supply.

DES.1.1.3 APPLICATION FOR SUPPLY

The application for supply shall be by others and is covered elsewhere in the contract

document.

DES.1.1.4 DRAWINGS

Drawings accompanying tender and contract document.

Schedule of Drawings

The following drawings depicting the domestic electrical layout are issued with and form

an integral part of the contract document.

DRAWING NO. DESCRIPTION

…………….. Domestic Electrical Layout

……………. Domestic Power Layout

………….. Schematic Line Diagram 400V

Distribution Board-A

DES.1.1.5 BUILDING CONSTRUCTION

The building is of reinforced concrete and brick construction.

DES.1.1.6 TYPE OF INSTALLATION

The installation shall generally be a surface installation however conduits and outlet boxes

to RC roof and floor slabs shall be flush cast in the concrete. Galvanised Conduit shall be

used, wired in complete conformity to the General Electrical Specification and the supply

authority governing its use.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C189 C3

Part C3 Specification

DES.1.1.7 SCOPE OF CONTRACT

This portion of the contract calls for the supply, delivery, installation, testing,

commissioning, handing over and maintenance of the complete domestic electrical

installation to the new Toti Pumpstation.

This installation as summarised below, shall be done in accordance with the accompanying

drawings, specifications and schedules contained herein:

(a) The supply and installation of the complete domestic lighting, power and switched

socket outlet installation. This includes for the supply and installation of welding

sockets and isolators for the extraction fans and gantry hoist.

(b) The supply and installation of all light fittings and lamps.

(c) The supply and installation of the domestic sub-distribution board, together with

associated sub-circuits, cables, cable sleeves and accessories as required.

(d) The supply and installation of PVC/SWA/PVC cables, cable glands, connections and

accessories as required for the domestic installation.

(e) The supply and installation of all materials for the earthing of the complete domestic

electrical installation.

(f) Testing, commissioning and final inspection of the complete domestic installation

installation.

DES.1.1.8 LIMITS OF CONTRACT

Parts of the installation to be undertaken by local authorities specialist or other sub-

Contractors is defined below and covers the following general sections:

(a) The incoming main power supply to the domestic sub-distribution board.

(b) The supply, installation, connecting and commissioning of extraction fans.

(c) The supply, installation, connecting and commissioning of the gantry hoist and

controller.

(d) The lightning protection installations with the exception of surge arrestors in the

distribution board where specified.

DES.1.1.9 ORDERING AND DELIVERY OF EQUIPMENT

The timeous ordering and delivery of equipment to meet the construction programme shall

be the Contractors responsibility and he is advised to ascertain that he is in full possession

of all the necessary information to meet this programme.

No extension of time will be granted due to late ordering except where it can be shown that

legitimate reason exists for an extension. The Contractor shall keep a constant check on

deliveries of equipment and other goods and advise immediately in writing, of any delay in

deliveries which may jeopardise the construction programme.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C190 C3

Part C3 Specification

DES.1.1.10 TOOLS AND EQUIPMENT

The Contractor shall provide all tools and equipment necessary for the proper and efficient

execution of the work. No extra payment will be made for the Contractors plant, labour

and equipment to complete the work specified.

DES.1.1.11 DELIVERY AND STORAGE OF MATERIALS

The Contractor shall make his own arrangements for delivery of materials to site. No

materials and equipment shall be stored other than in positions agreed by the Engineer and

the main Contractor and then in such a manner as to cause the least possible

inconvenience.

DES.1.1.12 TEMPORARY BUILDINGS FOR USE BY THE CONTRACTOR

The Contractor shall provide on a site allocated by the main Contractor, such offices, sheds

and any other buildings required by him to successfully complete the contract. The

structures shall be subject to the approval of the Engineer and other authorities concerned.

DES.1.1.13 PROGRAMME AND PROGRESS

The Contractor shall allocate to a senior member of his staff the duties of studying and

evaluating the progress of the works in relation to the approved programme, of devising

methods of overcoming of preventing delays and of co-operating with the Engineer, the

main Contractor and other Contractors working on the site. He shall report to the main

contractor and draw his attention timeously to anything which may cause delay in the

execution of the works.

DES.1.1.14 TESTING AND COMMISSIONING

The Contractor shall provide all test equipment and arrange for testing and final inspection

as detailed in the General Electrical Specification.

DES.2.0 TECHNICAL INFORMATION

GENERAL

The detailed specification is applicable only to this contract and is intended to cover the

broad requirements of the contract and to supplement the General Specification. For

detailed requirements the relevant clauses of the General Specification shall apply.

The installation shall be strictly in accordance with the drawings, specification and

schedules contained herein.

Any variance by the Contractor from the above instruction that are rejected by the engineer

or the supply authority, will be to the Contractors account to make good. The Contractor is

at liberty to query the system with the engineer if he is at all unsure of the procedure.

DES.2.1 SUB-DISTRIBUTION BOARDS AND PANELS

Supply, install, commission and test the sub-distribution board manufactured and installed

complete in all aspects including fixings and accessories as required in accordance with the

specifications, schedules and drawings.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C191 C3

Part C3 Specification

DES.2.2 LV CABLE DISTRIBUTION

Supply, install, make off and terminate ends, commission and test the PVC/SWA/PVC

600/1000V grade cables with stranded copper conductors to the welding sockets, gantry

hoist and extraction fan isolators. This shall include for cable glands, shrouds, lugs, ties,

clamps, tags, etc. and all accessories for a complete fixed and supported working cable

installation as required in accordance with the specifications, schedules and drawings.

Note that ECC cables shall not be permitted on this contract and PVC insulated earth wire

with stranded copper conductors shall be installed to provide earth continuity, or unless as

otherwise noted in the cable schedule on drawing MWM.016-21-42 an additional core

shall be provided within the PVC/SWA/PVC cable thereby providing earth continuity.

Sub-bonding earth wires to equipment shall not be permitted unless a suitably rated earth

terminal bar is provided for that purpose.

Surface cables on brickwork or concrete where no cable tray is indicated ie. from cable

tray to welding sockets and isolators etc. shall be encased in vertically and/or horizontally

mounted galvanised conduits erected specifically for that purpose.

The cable lengths shown in the schedule of quantities are provisional for tendering

purposes only and actual lengths required for construction must be measured on site.

Payment for redundant cables for failing to do this will not be entertained.

Payment for re-measured cables will be adjusted accordingly determined by the rates

submitted in the Bill of Quantities.

DES.2.3 LV INSTALLATION

Supply, install, commission and test the domestic lighting, power and switched socket

outlet installations including all conduits, conduit boxes, cables, trunkings, wiring,

connections, light switches, power outlets and accessories for a complete working

installation of the building as shown on the Drawings.

1. Galvanised conduit type Bosal or similar and galvanised conduit fittings only will be

permitted on this contract.

2. Conduits and conduit boxes to roof areas shall be flush cast in RC roof slabs. This

applies primarily to lighting circuits and overhead lighting outlet boxes. They shall

be positioned as indicated on the drawings.

3. Conduits to floor areas shall be flush cast in RC floor slabs. This applies primarily to

socket outlet circuits.

4. Conduits to walls shall be surface fixed by means of galvanised pillar saddles. This

applies primarily to vertically run conduits to light switches and sockets outlets.

5. The light switches and socket outlets shall be of the surface mounted industrial

profile type and mounted as indicated on the drawings.

6. Isolators as specified in the schedule of quantities shall be provided adjacent

ventilation extraction fans and cabled as described under clause DES.2.2 contained

herein.

7. Welding sockets as specified in the schedule of quantities shall be wall mounted as

indicated on the drawings. Cabling to the welding sockets shall be as described

under Clause DES.2.2 contained herein.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C192 C3

Part C3 Specification

8. The supply cable to the gantry hoist shall terminate directly to the incoming main

isolator of the gantry hoist control panel.

DES.2.4 LIGHT FITTINGS

Supply, install, commission and test the light fittings as specified complete with lamps,

connectors and all accessories as required for a complete working installation in the

positions shown on the drawings. Each lighting outlet on the drawings has a symbol which

defines the light fitting to be installed at that outlet

The Engineer reserves the right to vary the quantity and type of any light fittings to be

used. Such variations will be based on the nett cost of the fittings, subject to the

percentage profit submitted by the successful Tenderer.

The Tenderer’s price for the lighting installations shall include for the handling,

installation and connecting up of the light fittings at the positions shown on the drawings.

This price shall also include for the supply and installation of incandescent and fluorescent

lamps of the sizes indicated. Variations in the cost of the installation of light fittings due to

the engineer varying the number of fittings shall be adjusted at the rates submitted by the

successful Tenderer.

All fittings shall be guaranteed for a period of twelve months from date of commissioning

of fittings, or completion of any portion of the buildings handed over for occupation,

against defective materials and/or workmanship (proved incorrect usage excluded).

During the guarantee period the Contractor or the suppliers of the fittings on the

Contractor’s behalf shall provide free repair or replacement of any defective part of the

fitting on site.

Any lamps which do not meet the working life standards stated by the manufacturer,

during the guarantee period, shall be replaced free of charge by the Contractor.

DES.2.5 MAIN EARTH AND EARTHING THE COMPLETE INSTALLATION

Supply, install and connect up to the main earth provided and earth the electrical

installation in accordance with the relevant clauses of the General Electrical specification

contained herein together with the South African Bureau of Standards “Code of Practice

for the wiring of Premises”.

DES.2.6 TESTING AND COMMISSIONING

The contractor shall provide all test equipment and arrange for testing and final inspection

of the complete installation or completion of any portion of the installation handed over for

occupation, in accordance with the specifications and standard as issued.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C193 C3

Part C3 Specification

C3.3.6 PARTICULAR SPECIFICATION EBS : GENERAL ELECTRICAL SPECIFICATION

(BUILDING CONTRACTS)

EBS.1.0 GENERAL CONDITIONS

EBS.1.1 GENERAL

This General Electrical Specification defines standards of Electrical material and equipment,

erection, installation and ancillary work including the connecting up and testing of the

installation.

EBS.1.2 REGULATIONS

All electrical equipment, installation and testing under this Contract/Sub-Contract as applicable

shall comply with the requirements of the following regulations:-

(a) South African Bureau of Standards' "Code of Practice for the Wiring of Premises", SANS

10142-1 as amended, hereafter referred to as the "Wiring Code"

(b) The Occupational Health and Safety Act No. 85 of 1993 as amended and contingent

regulations).

(c) The Regulations and Bye-Laws of the Local Electricity Authority and/or Municipality

current at the time of tendering.

(d) The local Fire Department Regulations.

EBS.1.3 STANDARD SPECIFICATIONS AND CODES OF PRACTICE

All plant and equipment or component parts thereof shall be designed, manufactured and tested

in accordance with the relevant sections of the current and appropriate Specifications and

Codes of Practice of the South African Bureau of Standards, the British Standards Institute or

equivalent Specification of the country of manufacture regardless of whether these are referred

to in detail or not.

EBS.1.4 SUMMARY OF STANDARD ELECTRICAL SPECIFICATIONS

All electrical equipment shall comply with the relevant sections of the latest issues of the

following standards:-

(i) SANS 56 - Tungsten filament general service electrical lamps.

SANS VC 8008 - Plugs, socket outlets and socket outlet adaptors.

SANS 1507 & 1574 - PVC insulated electric cable and flexible cords.

(ii) SANS 151 - Fixed electric storage water heaters.

SANS 152 - Low voltage airbreak switches and disconnectors.

SANS 156 - Moulded Case Circuit Breakers.

SANS 1065 - Screwed metal conduit and fittings for electrical wiring.

SANS 163 - Wall and appliance switches.

SANS 164 - Two pole and earthing pin plugs and socket outlets.

SANS 165 - Lampholders.

(iii) SANS 314 - Flameproof enclosures for electrical apparatus.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C194 C3

Part C3 Specification

SANS 549 - Intrinsically safe electrical apparatus and circuits for use in prescribed

explosive atmosphere.

SANS 555 - Insulating oil for transformers and switchgear.

SANS 753/4 - Creosoted poles.

SANS VC 8035 - Core balance earth leakage protective units.

SANS 780 - Distribution Transformers.

SANS 890/1 - Ballasts for Fluorescent Lamps.

SANS 948 - Three-phase Induction Motors.

SANS 950 - Non-metallic conduit and fittings.

SANS 1085 - Wall outlet boxes for the enclosure of electrical accessories.

SANS 1119 - Interior luminaires for fluorescent lamps.

SANS 1041 - Tubular Fluorescent lamps for general service.

SANS 1180 - Electrical Distribution Boards.

(iv) BS.88) - Fuses.

BS.2692)

BS.89 - Electrical Indicating Instruments.

(v) BS.158) - Busbars.

BS.159)

BS.162 - Switchgear.

BS.170 - Electrical performance of fractional horsepower motors.

(i) BS.546 - Two-pole and earthing-pin plugs, socket outlets and socket outlet

adaptors for circuits up to 250 Volts.

BS 775 Part 1 - Contactors up to 1000 Volts AC.

BS 861 Part 2 - Air Break switches and isolators.

BS 2048 - Dimensions of fractional horsepower motors.

BS 2613 - Electrical performance of rotating electrical machines.

BS 2960 - Dimensions of three-phase electric motors.

BS 3185 - Air Break switches and fuses.

BS 3938 - Current Transformers.

BS 3979 - Electric Motors (metric series)

BS 4070 - Performance of AC control gear.

(ii) BS 4177 - Cooker control units rated at 30 amperes and 45 amperes, 250 volts

single phase only.

BS 4121 - Mechanical Cable Glands.

(iii) BS 5486 - Factory Built Assemblies of Part I switchgear and Control gear for

voltages up to 1000 V AC.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C195 C3

Part C3 Specification

Wherever possible equipment supplied shall comply with the relevant SANS specification.

Where there is no SANS or SABS Specification covering a particular item, it shall comply with

the relevant British or other national Standard Specification.

EBS.1.5 STANDARD ELECTRICAL SYMBOLS

Electrical equipment installed shall conform to the legend on the drawings or in Part 5 of the

Specification.

EBS.1.6 THE COMPLETE INSTALLATION

The meaning and intent of this document is that at the completion of the Contract/Sub-Contract

the client shall be provided with a finished installation, complete in all respects, tested and

passed as ready for use.

EBS.1.7 GUARANTEE AND MAINTENANCE

The whole of the electrical installation, fittings and equipment installed under this

Contract/Sub-Contract shall be guaranteed against defective workmanship or materials for a

period of twelve months from the date of issue of the completion certificate for a portion or the

whole of the works as the case may be.

During the guarantee period the Contractor may be called upon to repair, replace or make good

any defects or latent defects at his expense.

EBS.2.0 MATERIAL SPECIFICATION

EBS.2.1 GENERAL SPECIFICATION OF MATERIALS

This Specification covers the electrical equipment and material which the Contractor will be

required to supply, install, connect up and test as detailed in the Supplementary Specification,

the schedules and on the drawings.

All materials used in this contract shall be new and of the best quality, suitable for the purpose

intended. Any damaged, flawed or defaced material shall be rejected and replaced.

Before ordering any material the Contractor shall submit to the Engineer for approval a

complete list of all materials to be supplied, stating size, manufacture and catalogue numbers

including full details of distribution boards.

Where makers or catalogue numbers are specified, these shall be supplied as indicated.

Substitute material or equipment may be offered, but may only be supplied subject to the

approval of the Engineer in writing. The Engineer reserves the right to accept or reject

unsuitable, damages or defective materials.

Wherever possible, the electrical equipment and material supplied shall be of the same make

and type throughout the installation. The Engineer reserves the right to reject such material or

equipment on the grounds of unnecessary or unsatisfactory diversification.

EBS.2.2 PROVISION FOR ESCALATION OF MATERIALS

Within 14 days of being awarded the tender the Contractor shall submit to the Engineer a list of

the prices upon which his tender is based to be used in calculating possible escalation of

materials during the contract. He shall submit proof to the Engineer that these were the prices

ruling at the date of tendering.

EBS.3.0 INSTALLATION WORK

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C196 C3

Part C3 Specification

EBS.3.1 SPECIFICATION FOR INSTALLATION WORK AND TESTING

EBS.3.2 GENERAL SCOPE OF WORK

The installation work shall include the supply, erection, installation and connecting up of all

the necessary equipment and materials, whether specifically mentioned or not, and the

provision of all necessary plant, skilled and unskilled labour required to complete the

Contract/Sub-Contract. Unless otherwise specified the Contractor shall provide safe and

secure storage facilities for all materials and equipment required for, or involved in the

electrical specification.

EBS.3.3 WORKMANSHIP

All electrical installation work shall be carried out by a qualified Electrical Contractor duly

registered with the relevant local Electricity Supply Authority and the Electrical Contracting

Board of South Africa, at the time of executing the work. All workmanship shall be neatly

executed of the highest standard and shall follow the best modern practice with a high quality

of finish on all visible parts of the installation. All equipment shall be levelled, aligned and

plumbed. All work shall be done by, or under the general supervision of a registered

installation electrician. Any sub-standard workmanship condemned by the Engineer shall be

dismantled and replaced.

EBS.3.4 SUPERVISION

The Contractor shall employ a competent qualified site supervisor to supervise the work. He

shall be in constant attendance on the site during the course of all work connected with the

electrical installation. The site supervisor shall be the site representative of the Contractor.

Instructions given to him shall be deemed to have been given to the Contractor. He shall not

be removed from the site without the consent of the Engineer. The Engineer shall be entitled to

require the removal from the site of the foreman, chargehand or any workman should his

activities on site be deemed prejudicial to the smooth running or successful completion of the

works.

EBS.3.5 CONFIRMATION OF POSITIONS

The Contractor shall before commencing work on any section of the installation, obtain from

the Engineer confirmation of the positions of all control gear, plant and machinery, cables,

lighting outlets, socket outlets, power points, etc. Failure to obtain such approval to proceed

with the work, shall result in the Electrician being made responsible for any alterations which

may be found necessary or desirable during the progress of the work.

All lighting outlets intended to be installed on a ceiling shall be installed geometrically on the

ceiling with due regard to the ceiling construction. As the positions of electrical outlets

indicated on drawings are approximate only, the Contractor shall establish the final positions

on the Site in collaboration with the Engineer if any doubt exists as to the correct location of

the outlets.

Before any work is commenced, dimensions shall be checked on site and agreed with the Main

Contractor irrespective of the comparable dimensions shown on the drawings. The electrical

drawings shall be read in conjunction with the Engineer's working drawings on the site and all

dimensions shall be taken from these latter drawings.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C197 C3

Part C3 Specification

EBS.3.6 INSPECTION

All materials, plant and equipment as well as any section of the installation shall be open for

inspection by the Engineer and the Supply Authority at any stage of progress in the Contract.

All concrete formwork, shuttering etc. embodying electrical conduits, sleeves and/or outlets

shall be made available for inspection by the Engineer, after he has been advised, in good time

before the concrete is cast.

EBS.3.7 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 re-installed, the

cost of making good to damaged structures, plaster and paint work being deducted from the

moneys due to the Contractor. It must be noted that boxes for certain switches and switch

socket outlets must be levelled and plumbed when installed, since the insets cannot be levelled

dependently of the boxes.

EBS.3.8 CHASING AND CUTTING

(a) All chasing and cutting necessary for electrical installation shall be done under this

Contract unless otherwise specified later. No chasing of the building structure shall

be done without the prior permission, in writing, of the Engineer. All cutting of

chases and recesses for conduits or equipment shall be executed with properly

sharpened tools and with the minimum of damage to the building structure. Conduits

shall in all cases be so installed that they lie at least 12mm2 below the finished surface;

the conduits shall be secured in the chases so that they lie properly positioned before

finishes are applied.

VI.1.0 Chasing of materials which have integral finishes such as facebrick, stone etc.

will not be permitted under any circumstances.

(b) Where conduits have to be laid flush in half-brick or block partition walls, the Main

Contractor will build in all such conduits as part of his Contract but it will be the

responsibility of the successful tenderer to ensure that all such conduits and their

terminating enclosures are in position to suit the Main Contractor's schedule.

(c) The Main Contractor will make good all plaster and brickwork damaged in the course of

normal chasing and cutting. However, any additional plaster work or making good

which has to be carried out due to the Contractor's inefficient or late installation of

conduits, switchboxes, plug boxes or other equipment, will be carried out at the

Contractor's expense.

EBS.3.9 FIXINGS

Star drills shall only be used on solid concrete surfaces or on one-brick walls; half-brick walls

shall be drilled by means of carbide-tipped masonry drills. Wooden support plugs shall only be

used when set in decking before the pouring of concrete, and they shall then be tapered

hard-wood blocks such that the back length of the block is not less than one and one half times

the length at the surface of the concrete.

Wall-mounted equipment up to 4,5 kg in weight shall be supported by means of wood-screws

set in aluminium inserts or "Rawplugs"; heavier equipment shall be supported by means of

bolts set in concrete or in lead, or by means of expanding bolts or shot bolts.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C198 C3

Part C3 Specification

Ceiling-mounted equipment shall be firmly secured to concrete ceilings by means of expanding

bolts or shot bolts, and to wooden ceilings by means of wood-screws passing through the

ceiling boards an adequate distance into brandering behind the ceiling or by means of spring

toggle or similar fixing bolts.

The Tenderer shall include for the supply of holding down bolts, anchor studs and all such

retaining devices.

In the event of undue change to concrete surfaces or the exposure of reinforcement, the

Contractor will be required to make good the damage to the satisfaction of the Engineer.

EBS.4.0 CABLES

EBS.4.1 PVC ARMOURED CABLES (PVC/SWA/PVC AND PVC/ECC/SWA/PVC) WITH STRANDED

COPPER CONDUCTORS

All PVC insulated armoured cables shall comprise PVC insulated, steel wire armoured PVC

sheathed cables constructed in accordance with SABS 1507 as amended to date, or if not

covered by this specification to BS 1557 or BS 3346.

No joints will be permitted in cables of less than 500 m in length for cables up to and including

35 mm5 conductor area and 300 m in length for cables of over 35 mm5. Cables shall be

supplied in exact lengths. Cables shall include earth continuity conductors where specified,

such cables will be marked PVC/ECC/SWA/PVC.

All cables shall be supplied with copper conductors unless otherwise specified.

EBS.4.2 PVC ARMOURED CABLES (PVC/SWA/PVC) AND PVC/ECC/SWA/PVC) WITH

ALUMINIUM CONDUCTORS

All PVC insulated armoured cables shall comprise PVC insulated, steel wire armoured, PVC

sheathed cables constructed in accordance with SANS 1507. No joints will be permitted in

cables of less than 500 m in length for cables up to and including 35 mm5 conductor area and

300 m in length for cables larger than 35 mm5. Cables shall be supplied in exact lengths.

Cables shall include earth continuity conductors where specified. Such cables will be

designated (PVC/ ECC/SWA/PVC).

EBS.4.3 FLEXIBLE CORDS (COPPER CONDUCTORS)

Flexible cords for use in lighting fittings shall be insulated with Silicone rubber or other heat

resisting insulant as recommended by the Cable Makers Association in their publication

"Effect of Heat from Modern Electric Lamps and Fittings on Cable Insulations (1960). This

shall be manufactured in accordance with SANS 1574.

EBS.4.4 PVC UN-ARMOURED CABLES WITH COPPER CONDUCTORS

All PVC cables shall conform to the latest edition of SABS 1507.

The PVC cable shall be "general purpose" grade suitable for a pressure of 1 000 volts.

Cables will have stranded copper wire cores, unless otherwise specified, the PVC insulation

shall be numbered or coloured in accordance with the latest edition of SANS 1507.

An earth core coloured green shall be provided in multicore cables.

EBS.5.0 CABLE ACCESSORIES

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C199 C3

Part C3 Specification

EBS.5.1 CABLE TRAY

Cable tray shall be of Admiralty pattern, consisting of galvanized slotted sheet steel with an

upstand of not less than thirteen millimetre (13 mm) along each edge. Sheet steel shall be not

less than No. 1,60 mm. Slots shall be staggered formation across the width of the tray; the

trays shall be hot-dip or electro-galvanized after slotting.

Cable tray shall be supported at nor more than 900 mm centres.

EBS.5.2 CABLE TRUNKING

Cable trunking shall be of rolled or folded galvanized sheet steel or aluminium construction

with hinged, screwed or snap-on covers providing full and continuous access to the interiors.

The metal shall not be less than 0,90 mm thickness and shall form a rigid robust enclosure; if

not rolled, the metal shall be folded on jigs or mandrels to ensure a constant profile throughout

the run. If screws are used to secure the covers, they shall be captive in the covers and shall

have blunt ends.

EBS.5.3 CABLE RACKS

Cable racking shall be of ladder form, constructed of angle iron, slotted angle, rolled steel

sections or similar material to approval; the spacing between cross members shall be not

greater than the saddle spacing for the smallest cable as specified in the Code of Practice.

Cable racks shall be completely fabricated and drilled for fixing and, before installation, shall

be either hot-dip galvanized or sandblasted and painted with an approved metal primer and two

coats of enamel or epoxy-resin-based paint in colours to approval. All cable racks shall be

installed straight and level with neat and accurate bends where necessary and shall not sag

between supports.

EBS.5.4 CABLE DUCTS; SLEEVES AND MANHOLES

Unless otherwise specified the Main Building/Civil Contractor shall supply and install all

necessary cable ducts, sleeves and manholes of the size and type described on the drawings or

in this Specification.

EBS.5.5 CABLE GLANDS FOR PVC/SWA/PVC AND PVCI ECC/SWA/PVC CABLES

These shall be watertight brass glands with cone type compression rings similar or equal to

Pratley or CMP adjustable cable glands. They shall be equipped with an external screw or

connection for terminating the earth continuity conductor of the cable.

EBS.5.6 CABLE END BOXES FOR P.I.L.C.D.S.T.A. CABLES

These shall be of cast iron with brass wiping glands. Armour clamps or other approved means

of securing armouring shall be provided for armoured cables.

EBS.5.7 CABLE MARKERS

These shall be precast concrete blocks not less than 350 x 180 x 180 mm suitably and neatly

annotated or inscribed in deep relief with the words "ELECTRIC CABLES".

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C200 C3

Part C3 Specification

EBS.6.0 INSTALLATION OF CABLE ACCESSORIES

EBS.6.1 CABLE TRAY

Cable tray shall be fixed to building structures by stand-off supports at intervals not exceeding

900 mm supports being provided in any case at each end of each length; supports shall be

galvanized after manufacture or shall be finished with epoxy-resin-based paint.

The clearance behind the trays shall be such as to permit easy access to fixing nuts. All cable

trays shall be sized to permit the future addition of cables equivalent to 20% of the present

number installed.

EBS.6.2 CABLE TRUNKING

Cable trunking shall be fixed rigidly to building structures at intervals not exceeding 1,20 m

and shall be run straight and level; supports shall in any case be provided at joints between

sections of trunking. In cases where columns or stanchions stand proud of walls the trunking

shall be aligned with the column faces and stand-off supports provided between the columns or

stanchions. The trunkings and all special supports shall be degreased and derusted after

fabrication and painted with a zinc chromate primer and two coats of epoxy-resin-based paint

in colours to be selected by the Engineer.

EBS.6.3 CABLE RACKS

All cable racks shall be installed straight and level with neat accurate bends where necessary

and shall not sag between supports.

Under certain circumstances, cable racks will be provided by others as part of the building

structure. Where this case arises, reference is made thereto in the Detailed Electrical

Specification.

EBS.7.0 CABLING, CABLE JOINTING AND WIRING

EBS.7.1 GENERAL

Cables shall be laid underground, on racks, drawn into pipes, surface run or in ducts following

the routes shown on the drawings or as described in the Specification.

EBS.7.2 CABLE ROUTES

Cable routes may only be varied with the written consent of the Engineer. Where no routes are

given the Contractor may select routes to his reasonable preference but shall obtain approval of

the proposed routes in writing from the Engineer, prior to commencement of cable installation.

EBS.7.3 CABLE DUCTS

Where cables enter buildings or cross roads cable ducts will be provided by the Building/Civil

Contractor. The Contractor shall check the installation of these ducts and shall immediately

notify the Engineer if they are not installed correctly for the Electrical Installation.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C201 C3

Part C3 Specification

EBS.7.4 SEALING CABLE DUCTS

Cable ducts entering buildings shall be sealed at both ends after the cables have been installed.

Cable ducts shall be kept clean and free of dirt, etc. by temporary plugs during construction.

Final sealing shall be by means of a weak cement mixture on stuffing or shaped hardwood

plugs.

EBS.7.5 CABLE PROTECTION

Where cables are run up walls they shall be protected to a height of 2 m by rigid metal covers

or sealed galvanized water pipes securely saddled to the walls. In roof spaces, unless

otherwise specified, cables shall be saddled to wooden battens installed by the Building

Contractor to the requirements of the Electrician.

EBS.7.6 CABLE LENGTHS

Scheduled cable lengths are for tendering purposes only. Any variation between scheduled and

actual lengths will be priced at schedule rates. It is essential that the actual cable lengths

required be checked on site before orders are placed, as no joints will be permitted except as

specified in paragraph EB.4.1.

No trench shall be backfilled until the Engineer's representative has checked the actual length

of all cables installed in it. Failure to do this shall make the Electrician liable to re-open the

trench for cable measuring purposes and then to subsequently backfill it. Such extra trenching

and backfilling shall be carried out at the Contractor's own expense. He shall also be liable for

any damage to cables, pipes, drains and other buried equipment which may occur during such

trenching and backfilling.

EBS.7.7 CABLE WORK

The Contractor shall ensure that cables are laid fixed and jointed to the highest standards in

accordance with the manufacturers' recommendations and the Code of Practice and care shall

be taken to ensure that cable sheaths are not damaged during installation.

All cables which run on walls, between structural members or under soffits or ceilings shall be

supported on racks, cable trays or similar forms of support supplied and fixed to the building

by the Contractor, all to the Engineer's approval.

Such cable trays or racks shall be sized to provide for at least a 20% increase in cable carrying

capacity over and above specified present requirements.

Cables shall be neatly laid and saddled or fixed at not less than 600 mm centres with TY-RAP,

WACO or similar strapping to racks or trays in such a way as to minimize the number of

cross-overs and to facilitate ease of removal of any one cable without affecting others. Saddles

or cable fixings shall be provided within 75 mm of each end of any set. No cable shall be

saddled with in 300 mm of an expansion joint.

Sets in cables shall not be smaller than recommended radii for the type and size of cable

involved. Care shall be taken to minimize sagging of cables.

Every run of cable shall be a single length without joints; save that where a run exceeds the

standard drum length or 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 watertight chambers with manhole covers, to accommodate them.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C202 C3

Part C3 Specification

All cable tails shall be provided with either cable lugs or ferrules as may be appropriate. At

each sealing end "Beta" or equal strap-on cable markers shall be fixed, showing clearly the

number and size of cable cores and the destination of the cable.

EBS.7.8 PVC ARMOURED CABLE (PVC/ECC/SWA/PVC)

PVC/ECC/SWA/PVC cable terminations shall be effected in non-corrodible metal clamping

glands as CMP, PRATLEY or equal approved type complete with threaded ferrules in standard

conduit sizes. Water-proof glands shall be provided where necessary. The Earth Continuity

Conductors shall be bonded to an earth stud on the gland.

EBS.7.9 UNDERGROUND CABLES

HT and LT underground cables shall be laid at respective depths of not less than 900 mm and

750 mm below finished ground level.

Underground cables shall be laid in clean trenches free of rubble and other unsuitable material

which could damage cable sheaths. Backfilling and bedding material shall be clean sand free

from stone, sieved through 13 mm gauge mesh.

Where more than one cable is laid in a trench they shall be spaced at least 230 mm apart.

Cable crossing will not be permitted without the written approval of the Engineer.

At every joint, junction-box or draw-in point cables shall be "snaked" to provide slack.

All underground cables shall be covered with Allen Yellow Plastic marking tape at a depth of

600 mm below ground level. The tape shall be printed "Buried Electric Cable below - Caution.

Pas Op - Ondergrondse Elektriese Kabel"

EBS.7.10 CABLE MARKERS

The routes of all underground cables shall be marked by means of approved concrete markers

as specified in item EB.5.7, positioned at every change of direction, and every point of crossing

another cable or service, and not less than one per 30 m of straight run.

EBS.8.0 CONDUIT WORK

EBS.8.1 GENERAL

All conduit work shall be installed in the "loop-in" method, such that all wiring can be

undertaken at the outlet boxes without entering roof spaces, etc. with the exception of electrical

appliances mounted in such spaces

All conduit shall be bent cold with an approved tool or machine, any distorted conduits being

rejected. All conduits exhibiting roughness or obstruction in the bore shall be rejected. All

metal conduits shall be securely bonded to their terminated gear; complete electrical and

mechanical continuity throughout every metal conduit run shall be ensured and each run shall

be securely bonded to earth.

The Contractor shall collaborate with the Engineer in testing the earth resistance of random

runs of metal conduit; any such conduit runs having a resistance higher than 10 ohms shall be

provided with stranded copper earth wires at the Contractor's expense.

EBS.8.2 METAL CONDUIT TUBING

All metallic conduit tubing shall be galvanised solid drawn or welded heavy gauge screwed

tubing to BS 31 Class B or SANS 1065. No conduit tubing smaller than 20 millimeter overall

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C203 C3

Part C3 Specification

diameter shall be used and conduits shall in all cases be sized to conform to the "Code of

Practice for the Wiring of Premises (SANS 0142).

EBS.8.3 METAL CONDUIT FITTINGS

All fittings for metallic conduit other than bushes shall be galvanised and conform with SANS

1065. Conduit bushes shall be made of brass, smoothly rounded at outlet; the threads shall be

undercut to ensure that the bushes may be screwed fully home. Other conduit fittings shall be

malleable cast iron with screwed entry spouts, finished hot-dip galvanised, sheradized or black

enameled according to the nature of the conduit run in which they are to be installed. No solid

inspection bends, tees, or elbows shall be used; all draw boxes in inspection fittings shall be

provided with properly fitted covers secured by their full complement of corrosion-resistant

screws.

EBS.8.4 CONDUIT THREADS

Conduit threads shall be cut clean and of sufficient length to permit conduits being butted

firmly together at joints and hard against the shoulders of conduit box spouts. The ends of cut

lengths shall be bevelled internally and all burrs removed with a burning reamer.

Thread filler shall not be used, but after all oil has been removed from finished joints, the

exposed threads shall be painted with black enamel or "Rustanode" paint, according to the

nature of the conduit run. Conduit unions shall in all cases be used in preference to running

couplers, but if the latter are unavoidable they shall be securely locknutted at each end of the

coupling and the exposed threads painted as above.

EBS.8.5 NON-METALLIC CONDUIT TUBING AND FITTINGS

All non-metallic conduit tubing shall conform to the latest Amendment to SANS 950 : 1985.

No conduit tubing smaller than 20 mm nominal overall diameter shall be used and conduits

shall in all cases be sized to the "Code of Practice for the Wiring of Premises (SANS 0142).

Non metallic conduit shall be stored and installed in accordance with Appendix C of SANS

940 : 1969.

EBS.8.6 FLEXIBLE METALLIC CONDUIT

Flexible metallic conduit shall conform with BS 731, and shall be sheradized or hot-dip

galvanised. The conduit shall be terminated in two-part brass adaptors. In all cases an earth

wire, of not less than 4 mm5 size shall be drawn through this conduit and exposed and secured

at either end. Such earth wires shall be run internally or externally to the flexible conduit to

comply with local codes. Flexible conduit in damp or corrosive installations shall be

PVC-sheathed overall, Kopex flexible or pliable conduit or equal approved by Engineer.

Flexible conduit for connection to kitchen equipment and/or hot water cylinders shall be of an

approved waterproof type.

Only fittings with matching threads shall be used with flexible metallic conduit. The welding

or brazing of fittings to flexible metallic conduit shall not be permitted.

EBS.8.7 PLASTIC CONDUIT

When plastic conduit is installed within a concrete slab, individual lengths of conduit shall be

joined by means of a long coupling and bends in a vertical plane shall be made by means of

solid separate bends.

When plastic conduit is used a separate green and yellow PVC insulated earth wire of

minimum size 2,5 mm² shall be run together with the insulated current carrying conductors. In

the event of the Contractor electing to use plastic conduit, it shall be his responsibility to ensure

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C204 C3

Part C3 Specification

that the joints in the conduit are so made as not to come apart during vibration and other

concrete work.

The Contractor shall check all conduits cast in concrete immediately after the shuttering is

removed and ensure that he will be able to pull the required wires through it.

In the event of his finding it necessary to replace to circuit he shall carry out this work at his

own expense and if necessary chase the conduit into the brickwork or concrete but only with

the written permission of the Engineer. He shall restore all finishes on any such work which he

may carry out and shall bear all the costs of such reinstatement.

EBS.8.8 SADDLES

Where conduits are run on the surface they shall be secured with saddles provided with spacer

bars. Saddles and bars shall be of heavy construction. Saddles shall be of the correct size for

the number of conduits in any one run, and shall be galvanised.

Where conduit rises unsupported from a floor it shall be protected by a galvanised water pipe

sleeve to a height of 150 mm above finished floor level.

EBS.8.9 CONDUIT RUNS

Conduit runs shall be completely erected and fixed before drawing in any conductors.

Draw-boxes are to be provided in all conduit runs, so spaced that there are not more than two

90 bends or their equivalent or more than 15 m of straight run between them. All free ends

of metallic conduit shall be fitted with screwed brass bushes.

The conduit installation shall be watertight and shall be mechanically and electrically

continuous. During construction precautions shall be taken against the ingress of moisture and

dust. Open ends shall be plugged.

EBS.8.10 "FLUSH" CONDUIT INSTALLATIONS

Where a flush installation is specified or intended, all conduits shall be installed complete

concealed within the building fabric; the outer faces of conduits in plastered walls shall be not

less than 12 mm back from the finished surface. In general the Contractor shall do all chasing

of brick and concrete surfaces, but shall first obtain the Engineer's approval in writing for any

chasing required; 115 mm walls shall only be chased by means of powered chasing machines.

Chasing shall be avoided wherever possible and conduits built or cast into the building carcass.

In such cases the Contractor shall ensure that such conduits and their terminating enclosures

are accurately placed in line to suit the Main Contractor's schedule and shall verify that all the

enclosures are plumb, level and aligned with intended finishes at the time of building-in; and

making good to structures and finishes necessitated by the Contractor's failure to comply with

these requirements will be deducted from moneys due to the Contractor.

Conduit set in concrete slabs or beams shall be firmly fixed in position before concrete is cast.

Where groups of conduits are brought to distribution board positions or the like, they shall be

fixed with spaces between equal to one conduit diameter, to permit of an adequate fill of

concrete. Conduits shall, as far as possible, be run in and through the neutral axis of slabs and

beams. Conduit outlet boxes in slabs shall be firmly fixed to shuttering to ensure accurate

positioning. Conduits in hollow tile slabs shall be run only in the solid concrete portions of the

slab, using back entry boxes- where large conduits in groups traverse such slabs, the Contractor

shall seek permission for selected rows of tiles to be replaced by solid concrete.

Metal deep boxes or shallow boxes with suitable metal extension rings shall be used for all

light points cast in concrete. All conduit boxes flush installed in concrete or brickwork shall be

of metal construction.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C205 C3

Part C3 Specification

Where conduit passes across expansion joints in the building structure, 25 mm of conduit shall

be cut from the run of the conduit at the joint and the ends well reamed. The joint thus formed

in the conduit shall be covered with a 450 mm length of conduit of the next size. This conduit

shall be fitted centrally across the gap and the ends sealed with black insulating tape to prevent

the ingress of moisture during concreting. When the two conduits approaching the gap are

metallic they shall be solidly bonded together with a 6 mm 5 tinned copper earth wire which

must be bolted at the points of attachment. The earth wire and joint shall be protected over all

with two layers each of PVC and black insulating tapes.

Conduits in floor slabs shall preferably run wholly in the concrete and not in hardcore or filling

material; if it is impracticable to encase all such conduits in concrete, galvanised conduits shall

be used, painted overall with bitumen paint.

Conduits shall not be run in breeze or ash; if any conduits have to traverse such areas the

Contractor shall ensure that they are completely encased in mass concrete provided specially

for the purpose.

(vi) The Contractor shall position conduit draw-boxes as inconspicuously as possible,

preferably selecting less important rooms, such as stores, tea kitchens and the like. Where

practicable, suitably filleted multi-circuit draw-boxes shall be used, furnished with heavy

gauge overlapping sheet steel covers enamelled in colours to match the building finish. The

Contractor shall agree to the positions of draw-boxes in advance in collaboration with the

Engineer.

The Contractor shall notify the Engineer immediately he commences conduit work on a deck

and shall arrange for each deck to be inspected and approved by the Engineer before concrete

is cast. Adequate notice shall be given to ensure that the inspection does not delay the Main

Contractor's work.

EBS.8.11 SURFACE CONDUIT INSTALLATION

Where the installation is to be surface-run, conduits shall be installed strictly parallel to

horizontal and vertical building lines. Wherever runs comprising several conduits in parallel

have to be set, they shall be carefully bent so the bends are concentric or coaxial as may be

applicable. Where draw-boxes are required in such multi-conduit runs they shall be grouped in

neat single-line staggered formations with coverplate securing screws readily accessible.

Purpose made multi-saddle bars shall be used for securing such runs, such that individual

conduits may be removed and replaced without disturbing other conduits in the run. Stand-off

saddles or multi-saddle bars shall be used to support all surface-run conduits, fixed at intervals

not exceeding 1,50 m.

All purpose-made supports shall be of steel or aluminium and shall be neatly finished

degreased and derusted, galvanised or primed with one coat of zinc chromate and finished with

two coats of epoxy-resin-based paint in colours to be approved by the Engineer.

EBS.8.12 CONNECTIONS TO UN-THREADED ENCLOSURES

PVC/SWA/PVC cables and conduits shall be connected to unthreaded metal enclosures by

means of brass hexagonal smooth-bore male bushes fitted inside the enclosures and connected

through a coupler to the conduit or alternatively means of inner and outer locknuts and female

brass bushes. In all cases where the terminating enclosure is painted, the bushes shall embody

earth terminals and earth wires shall be connected thereto.

EBS.8.13 WEATHER - MOISTURE - OR CORROSION-PROOF CONDUIT INSTALLATIONS

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C206 C3

Part C3 Specification

In all such situations all conduits, conduit fittings and metal enclosures shall be hot-dip

galvanised; conduit saddles shall be of the "stand-off" type giving a 12 mm clearance from

building surfaces and shall be hot-dip galvanised; if special multi-saddle bars are used they

shall be hot-dip galvanised after fabrication.

Conduit runs and equipment shall be fixed to building structures by means of sheradized bolts.

Inspection type conduit fittings shall be dispensed with as far as possible but, when necessary,

shall be provided with sponge neoprene gaskets to the covers. Inspection covers, saddles,

equipment enclosures, etc., shall be secured by means of brass machine screws with round

heads. Where corrosive atmospheres exist the complete conduit installation, including all

fittings and supports, shall be lightly sanded and painted overall with PVC-based

epoxy-resin-based or bitumastic paint.

EBS.8.14 CONDUCTORS IN CONDUITS

All wiring in conduit shall be executed in the looping-in method; joints shall only be made in

accessible outlet boxes, switchboards or terminal boxes and only approved connectors shall be

used. The lead and return conductors of each circuit shall be drawn into the same conduit.

Every run of conduit shall be completely erected and cleaned by drawing swabs through before

any conductors are drawn in. The number of conductors in a conduit shall not exceed the

maxima set out in Tables 4, 5 and 6 of Clause 5.4.1 and Appendix E of the Code of Practice for

the Wiring of Premises SANS 0142. A separate green PVC insulated earth wire minimum size

2,5 mm shall be run from distribution board or trunking to all socket outlets.

EBS.8.15 TELEPHONE AND TELEVISION AERIAL CONDUIT INSTALLATIONS

Unless otherwise stated all conduits, sleeves, ducts or trunking for telephone and television

installations shall be supplied and installed by the Contractor. The installation shall be

installed in accordance with the requirements of Telkom.

The outlets as specified shall be connected by means of the "loop-in" system and shall

terminate in 100 x 50 x 50 mm flush boxes with blank overlapping cover plates matched with

switch and socket outlet cover plates.

Telephone conduits shall not be smaller than 25 mm diameter.

Draw-wires shall be left in all conduits.

Draw-boxes shall be provided at 15 m intervals and shall where possible be outlet boxes.

EBS.8.16 POSITIONS OF CONDUIT OUTLETS

The positions of all conduit outlets for boxes such as light points, switch points, socket outlets,

power outlets, fans, telephones, etc., shall be verified on site with the Engineer's detail

drawings.

Outlet in tiled areas are either to be within the wall tiles or above them. Outlets half in and out

will not be accepted.

The sub-contractor should establish with the main contractor the tiling height and place his

outlets accordingly.

EBS.8.17 MOUNTING HEIGHTS AND POSITIONS

Subject to Section EB.8.16 mounting heights and positions shall be as follows, unless

otherwise specified or approved. All dimensions are to the bottom of rectangular boxes and

centre lines of round boxes.

Wall switches - 1,4 m above finished floor level.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C207 C3

Part C3 Specification

16 Amp socket outlets - generally 300 mm above finished floor level.

16 Amp socket outlets over working surface - 0,9 m or 1,2 m as specified.

16 Amp socket outlets for kitchens and laboratories - 1,2 m above finished floor level.

Stove outlets - 0,75 m above finished floor level with isolators at 1,2 m above finished floor

level.

Bell pushes - 1,4 m above finished floor level.

Bells - 2 m above finished floor level.

Telephones - 300 mm above finished floor level.

Intercoms - 1,4 m above finished floor level.

Television outlets - 300 mm above finished floor level.

Sub-Distribution Boards - upper edge 2 m above finished floor level.

Bracket lights - 2 m above finished floor level.

EBS.9.0 LIGHTING INSTALLATION

EBS.9.1 LIGHTING SUB-CIRCUITS

Every lighting outlet is numbered on the drawings. The final letter of this number being a type

letter which, from the Schedule of Light Fittings, defines the light fittings to be installed on

each outlet. The numbering of the outlets defines the circuitry required.

EBS.9.2 LIGHTING OUTLETS

Lighting outlets shall be provided throughout the Contract as scheduled and shown on the

drawings. Unless otherwise indicated they shall be 2-hole conduit boxes, deep pattern in

concrete slabs and shallow pattern in surface installations.

All conduit boxes flush installed in concrete or brickwork shall be of metal construction.

Lighting outlets for fittings in concrete or brickwork shall be made with conduits locknutted

and bushed to the outer enclosures of the fittings. Outlets for fluorescent fittings recessed in

ceiling voids shall be 5 ampered 3-pin socket outlets set in appropriate boxes, with properly

bonded earth pins; they shall be fixed in the ceiling void, clear of the light fittings but

immediately accessible on removal of fittings.

Outlet boxes for future lighting fittings, not presently equipped, shall be provided with

overlapping blank coverplates, finished to match the surround. Such future outlets need not be

wired; if wiring has to pass through the outlet boxes; however, sufficient slack shall be left in

each box to permit any further connections be made.

EBS.10.0 WIRING

EBS.10.1 GENERAL

Only one circuit may be run in any conduit, except that in risers between distribution boards

and wiring trays, four single phase circuits may be grouped in one conduit where necessary to

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C208 C3

Part C3 Specification

limit the number of conduits entering the board to two rows, provided that the number of

cables in a conduit complies with the Code of Practice for the Wiring of Premises SANS 0142.

All wiring shall be executed in the looping-in method:

Joints shall only be made in accessible outlet boxes, switchboards or terminal boxes and only

approved connectors shall be used. The lead and return conductors of each circuit shall be

drawn into the same conduit.

Wiring likely to be exposed to excessive heating shall be wired in MICC cable.

EBS.10.2 SUB-CIRCUIT WIRING

Sub-circuits shall be wired in PVC insulated copper conductors.

Unless otherwise specified circuits shall be wired as follows:-

All lighting circuits shall be wired with PVC conductors to the outlet boxes with tails of

silicone-rubber-insulated, glassfibre-sheathed stranded conductor thence into the lighting

fittings.

The conductors used between the switch and the light outlet box shall be colour coded (not

black) 1,5 mm². Neutral conductors shall be black.

All heater and incinerator circuits shall be wired with heat resistant conductors. All heater

circuits shall unless specifically noted, be wired with 4 mm² or larger conductors.

Switch socket outlet circuits shall be wired with 4 mm² PVC insulated conductors, radial or

ring circuits being employed as preferred.

Water heater and stove circuits shall be wired in PVC insulated conductors to the isolators;

loops thence to the appliances shall be in heat resistant conductors via a single outlet box

adjacent to the conduit entry of the appliance. A dome coverplate shall be fixed to the outlet

box and flexible metallic conduit connected between the dome coverplate and the entry conduit

of the appliance.

Bell circuits shall be wired in PVC-insulated conductor.

Clock circuits shall be wired with 1,5 mm² PVC-insulated conductor; all joints in master/slave

clock circuits shall be soldered.

Lighting and power circuits shall be wired in cables of not less than the following sizes unless

otherwise specified:-

CONDUCTOR EARTH WIRE

Area Square Area Square

Millimeter Millimeter

Lighting 1,5 2,5

Cooking purposes up to 12 kW single phase 10,0 6,0

Air Conditioners single-phase up to 16A 4,0 2,5

Heater up to 5 kW 4,0 2,5

16 Amp socket outlets 4,0 2,5

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C209 C3

Part C3 Specification

Water Heaters up to 4 kW 4,0 2,5

Single phase circuits protected by up to 16 Amp MCB 2,5 2,5

Three phase circuits protected by up to 10 Amp MCB 1,5 2,5

Single phase circuits protected by up to 20 Amp MCB 2,5 2,5

Three phase circuits protected by up to 16 Amp MCB 2,5 2,5

Single phase circuits protected by up to 25 Amp MCB 4,0 2,5

Three phase circuits protected by up to 20 Amp MCB 4,0 2,5

Single phase circuits protected by up to 30 Amp MCB 6,0 4,0

Three phase circuits protected by up to 30 Amp MCB 6,0 4,0

EBS.11.0 LIGHT FITTINGS

EBS.11.1 GENERAL

Unless specifically noted otherwise in the Detailed Electrical Specification, all lighting fittings

shall be supplied and installed as part of this Contract or Sub-Contract. All light fittings shall

be of the types set out in the Schedule of Light Fittings. Where fittings are described as

"similar and equal to" a specific fitting, the fittings offered shall be virtually indistinguishable

in appearance and shall be equal or superior both photometrically and in construction.

EBS.11.2 FLUORESCENT FITTINGS

These shall be supplied in accordance with the Detailed Electrical Specification and Schedule

of Light Fittings. Fluorescent fittings shall comprise basic raceways of folded sheet steel,

housing ballasts and wiring, to which are attached lampholders and diffusing screens. Sheet

steel shall be not less than No. 0,71 mm in thickness, folded and braced to ensure rigidity.

After fabrication, all steelwork shall be derusted and degreased then painted inside and out

with a primer and two finishing coats of epoxy-resin-based baked enamel, similar to Epilyte

250 or equal.

Wiring channels and lampholders shields shall be finished in white; diffuser frames and trim

shall be finished in colour to the Engineer's selection. Unshielded commercial fittings shall,

unless otherwise specified, be capable of conversion to shielded fittings by simple addition of

standard diffuser screen assemblies. Luminaires shall be to SANS 1119:1976 and shall bear

the SANS mark.

Fluorescent ballasts shall be to SANS 890:1977 and shall bear the SANS mark; they shall be

cool and silent in operation, specifically matched to the lamps they are to control. The ballasts

performance on test shall not differ by more than 2% from the lamp maker's published data.

All ballasts shall be of the instant-start or preheat quick-start type.

Starter switches shall not be used. Ballasts shall be so fixed as to promote heat dissipation by

conduction and radiation; the fittings' raceways shall be adequately ventilated to promote heat

loss by convection. All fluorescent fittings shall be corrected to a power factor not less than

0,9 lagging.

Fluorescent lampholders shall be of the telescopic or rotating ratchet type enclosed where

possible in supporting shrouds of pressed sheet steel; they shall be securely fixed and shall not

flex when the lamps are fitted. Lampholders shall embody a device to earth the lamp caps.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C210 C3

Part C3 Specification

Internal wiring of fluorescent fittings shall be of heat-resistant PVC-sheathed wire of suitable

voltage grade, neatly clipped along the inner sides of the fittings' raceways, clear of ballasts

and fixing holes; the wiring of each fitting shall be brought to a 3-way terminal block at the

point of entry to the fitting, embodying an integral earth terminal.

The raceways shall embody spare cable clips down one side permitting through-going

conductors to other fittings end-to-end to be racked clear of ballasts, etc.

EBS.11.3 INCANDESCENT FITTINGS

These shall be supplied in accordance with the Detailed Electrical Specifications and Schedule

of Light Fittings. Incandescent fittings shall conform to the requirements of the Local Supply

Authority.

Incandescent lampholders shall be of porcelain, heavy gauge brass or reinforced moulded

composition bayonet-cap type complying with SANS - VC 8011 as amended.

Except where mounted on conduit or metal fittings which are efficiently earthed, lampholders

shall be of the insulated type with reinforced liners.

Cord grip holders are to be supplied, where required for pendant fittings to accommodate the

flexible cord and thereby remove all strain from the connectors. Shade carriers shall be fitted.

Bayonet cap holders with heavy duty non-sticking plungers shall be used for lamps up to and

including 150 watts. Edison type screw holders shall be used for lamps rated above 150 watts,

and GES type holders for lamps rated for 300 watts or above.

Edison type screw lamp holders shall be fastened into the light fitting with two locking devices,

i.e. a lock nut and a spring washer or a nut and a lock nut.

The internal wiring of incandescent fittings shall be of silicone-rubber-insulated, or

glassfibre-sheathed stranded conductor.

EBS.11.4 PC ITEMS FOR LIGHT FITTINGS

Certain light fittings may be selected by the Engineer and the Employer as the contract

approaches completion and where applicable, these fittings are described in the Schedule of

Light Fittings as accurately as possible. The Contractor will be required to purchase the

fittings as eventually selected and install them. The estimated cost of the fittings is included as

a Prime Cost sum in the Price Schedule, the figure given being subject to 5% Electrical

Contractor's Discount.

Any additional profit required shall be entered in the appropriate space of the Price Schedule

shall be applicable. No profit, commission, discount or agterskot whatsoever will be allowed

to the Electrician save the percentage profit shown in the Schedule. The cost of the installation

and supply of lamps shall be as included in the successful tenderer's main price. Claims for

variations of these costs will be considered in the event of the fittings finally selected being

significantly different from those originally envisaged.

EBS.11.5 INSTALLATION OF LIGHTING FITTINGS

All lighting fittings shall be fixed strictly level or plumb parallel to buildings lines. Their

supporting bolts or screws shall be adequate to support a weight equal to 22 kg or thrice the

weight of the fitting, whichever be the greater. Fittings fed from 2-hole outlet boxes shall be

secured directly thereto by steel set-screws.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C211 C3

Part C3 Specification

Fluorescent fittings shall be supported one quarter of their length in each end by approved bolts

or screws; fluorescent fittings more than 200 mm in width shall be fixed by two pairs of such

screws, permitting accurate levelling.

Fluorescent fittings suspended below ceiling level shall be fixed by two conduit droppers

suspended from dome covers to conduit boxes cast in the concrete slab or fixed to the ceiling.

Where fluorescent light fittings are mounted in suspended ceilings, a 5 amp 3 pin plug base

mounted in an outlet box shall be provided for and within 2 m of each fitting and wired into its

circuit. Each fluorescent light fittings shall then be connected to the plug base by a length of 3

core "cabtyre" flexible cable fitted with a 5 amp 3 pin plug top.

Fittings recessed in concrete shall have their outer casing cast into the concrete or grouted

therein, the inner assemblies being fixed to the outer casing and accurately aligned to the

ceiling soffit. Fittings recessed in non-structural ceilings shall be fixed to ceiling brandering or

tracking by means of self-levelling sliding or screw lugs; only if this means be impracticable

shall the fittings be sidescrewed into the brandering.

Fittings mounted in pairs or in continuous rows end-to-end need only have one outlet per row

per circuit, from which sub-circuit wiring and earth wire shall be extended through the

raceways of continuous fittings, neatly clipped along one side of the raceways.

Fittings so mounted shall be coupled together by bolts and nuts with shims and washers, such

that the alignment in rows is permanently maintained. At each joint between fittings the ends

of the fittings shall be drilled and chassis-punched, and provided with through-going bushed

nipples for sub-circuit wiring.

In locations where fittings and their fixings may be exposed to the weather, only solid brass or

stainless steel bolts, washers, screws, and nuts shall be used for fixing the fittings.

EBS.12.0 LAMPS

EBS.12.1 GENERAL

All lighting fittings shall be supplied with the requisite number of lamps of the appropriate

type, wattage and colour, either as defined in the Specifications or as recommended by the

makers of the fittings specified.

EBS.12.2 FLUORESCENT LAMPS

Fluorescent lamps shall comply with the requirements of SANS 1041 or BS 1853 : 1979 as

appropriate. Unless otherwise noted in the Detailed Specification, they shall be of 4300K

effective colour rating. Fluorescent lamps shall be supplied by the manufacturers of the fittings

in which they are used unless otherwise noted.

EBS.12.3 INCANDESCENT LAMPS

Incandescent lamps shall comply with BS 3420 or SANS 56 General Lighting Service category

unless otherwise noted. The Schedule of Light Fittings defines the type of lamp to be used in

filament light fittings; the term "White-Light" is used to mean "Internally-silica-coated".

Incandescent lamps up to and including 100 watts shall be of the pearl, gas filled coiled type

with bayonet caps unless differently specified in the Detailed Electrical Specification. 150 watt

incandescent lamps shall be gas filled single coiled pearl type fitted with bayonet caps. Larger

sized incandescent lamps shall be of the single coil gas filled clear type fitted with Edison

Screw caps. Special lamps are described in the Detailed Electrical Specification.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C212 C3

Part C3 Specification

EBS.13.0 SWITCHES AND CONTROL UNITS

EBS.13.1 GENERAL

Unless otherwise specified, light switches, control units and socket outlets shall be flush

mounted and of the same make with matching cover plates and of uniform design throughout

the installation. Samples shall be submitted to the Engineer for approval as required.

EBS.13.2 LIGHTING CONTROL SWITCHES

Lighting control switches shall be of the slow break AC type manufactured and tested in

accordance with SANS 163 as amended in 1979.

They shall be mounted in a sheet metal box, the size of the box being sufficient to

accommodate the number of switches of the required capacity indicated on the drawings.

There shall be ample wiring space between the base of the switch and the walls of the box.

Multiple switches are permitted provided that the switches control the same circuit. Switches

controlling separate circuits shall be built into separate outlet boxes.

They shall be of the flush type unless otherwise specified and they shall be mounted in a sheet

metal box, the size of the box being sufficient to accommodate the number of switches of the

required capacity indicated on the drawings. There shall be ample wiring space between the

base of the switch and the walls of the box.

Switches for use where conduit is run on the surface, shall be of the industrial pattern mounted

in non-corrodible metal boxes or domestic pattern mounted in suitable PVC boxes, depending

on the application.

Watertight switches, when specified, are to be contained in a non-corrodible tapped metal box,

with brass operating spindle brought out through a machined hole and gasket to the operating

lever. The cover and flanges are to have machined faces and a good quality gasket is to be

fitted between cover and box. Such switches shall comply with BS 3676.

Cover plates shall be of plastic or metal construction similar to those specified for single-phase

socket outlets and of uniform design throughout the installation. Samples shall be submitted to

the Engineer for approval.

Flush and surface mounted switches shall be the grid switch range as manufactured by

"Crabtree", "Lumex", "Litemaster" or equal approved.

EBS.13.3 INSTALLATION LIGHTING CONTROL SWITCHES

Lighting control switches shall be provided throughout the installation as indicated on the

drawings: they shall be not less than 10 ampere rating, unless otherwise noted and shall be

mounted 1,4 m above finished floor level. Where shown adjacent to walls on the same wall as

the doors they shall be situated with the centre line 300 mm from the edge of door frames and

shall on no account be hidden behind doors that are swung fully open. Where tiling extends to

1,5 m above floor level switches shall be mounted just above tiling instead of at 1,4 m. Where

tiling extends over 1,5 m switches shall be mounted at 1,4 m.

Flush switches shall be fixed in galvanised sheet steel boxes recessed in brick or concrete

walls, partitioning mounts or mullions; formers shall be provided to trim plaster finishes

around boxes as specified.

Surface-mounted switches shall be housed in robust enclosures. Where metal enclosures are

used they shall be enamelled in non-corrosive dry ambiences and galvanised, sheradized or

cadmium-plated in moist or corrosive atmospheres. If enamelled enclosures are used, full earth

continuity shall be assured either by terminating in accordance with paragraph foregoing or by

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C213 C3

Part C3 Specification

sanding the enclosure down to bare metal, terminating incoming sub-circuits and then

re-enamelling.

Ceiling-mounted pull-switches shall be fixed to ceiling outlet boxes by means of metal screws;

wherever a pull-switch is indicated on the drawings a conduit outlet box shall be provided.

The pull-cords of all such switches shall be of plaited or braided nylon or terylene.

EBS.13.4 COOKER CONTROL UNITS

Cooker control units shall be manufactured and tested in accordance with BS 4177:1977 and

shall be metal encased, ivory finished and suitable for flush mounting or surface mounting as

specified. Samples shall be submitted to the Engineer for approval.

The control switch shall be of the slow make and break type and shall be suitable for AC

circuits only. The switch shall be of the double pole 45 amp single throw type with pilot light

showing the position of the switch. A 16 Amp 3 pin switched socket outlet shall be

incorporated. The case shall be provided with knockouts for conduit entry.

EBS.13.5 ISOLATOR SWITCHES

Isolator switches shall be microbreak or parallel-action type, equipped with the requisite

number of poles and housed in robust casings arranged for surface or recessed fixing to suit the

type of installation specified. Every isolator switch shall have two breaks in series per pole.

Isolator switches shall be mounted adjacent to and within reach of all fixed appliances, i.e.

cooking equipment; water heaters; air conditioning units, etc. where indicated on the drawings.

Flexible conduit complete with connectors shall be provided for connections to all fixed

appliances.

EBS.14.0 SWITCHED SOCKET OUTLETS

EBS.14.1 GENERAL

Unless otherwise specified, socket outlets shall be flush-mounted and shall be of the same

make with matching cover plates similar to those specified for lighting control switches and of

uniform design throughout the installation.

Samples shall be submitted to the Engineer for approval as required.

EBS.14.2 SINGLE-PHASED SWITCHED SOCKET OUTLETS

Switched socket outlets shall in general comprise 16 ampere 3 pin shuttered socket outlets with

adjacent 16 ampere single-pole control switches, mounted together as units in metal enclosures

with plastic or metal cover plates. Metal coverplates shall be anodised aluminium or baked

enamel finish. They shall comply with SANS 164, and shall be provided throughout the

installation as scheduled and/or shown on the drawings.

16 Ampere socket outlets shall be of the "Crabtree", "Lumex", "Litemaster", or equal approved

type.

Switched socket outlets for use where conduit is surface run shall be of the industrial pattern

mounted in non-corrodible metal boxes or domestic pattern mounted in suitable PVC boxes,

depending on the application.

EBS.14.3 INSTALLATION OF SINGLE PHASE SWITCHED SOCKET OUTLETS

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C214 C3

Part C3 Specification

Flush switch socket outlets shall be set in recessed sheet metal boxes 100 mm x 100 mm

galvanised or sherardized, preferably embodying means of levelling and plumbing the switch

socket outlets independently of the boxes.

Surface-mounted switch socket outlets shall be fixed in robust enclosures. Where metal

closures are used they shall be in accordance with EB.13.3.

In certain instances unequipped future switch socket outlets are called for. Such outlets shall

comprise flush boxes only with bushed conduits, the boxes being furnished with blind yokes

and blank overlapping coverplates matching the plates of equipped outlets. The boxes shall be

mounted at exactly the same height as adjacent switch socket outlets; the blank plates shall be

accurately levelled. The circuit wiring need only be brought to these outlet boxes if required

for looping purposes, in which case sufficient slack wire shall be left to allow for each

connection to the future outlet assembly. Each socket outlet circuit shall be connected to the

distribution/sub-distribution board by two lengths of conduit. One from either end of the

circuit.

EBS.15.0 DISTRIBUTION BOARDS, MOTOR CONTROL CENTRES AND DISTRIBUTION

PILLAR BOXES

EBS.15.1 GENERAL

(vii) In addition to the general requirements contained herein, distribution boards shall comply

with Clause 6.6 on SANS 10142 as amended and the specified certification shall be provided.

EBS.15.2 DRAWINGS

Drawings and circuit diagrams of all distribution boards shall be submitted to the Engineer for

approval before commencing manufacture.

It shall be the Contractor's and the switchboard manufacturer's responsibility to ensure that the

distribution boards and sub-distribution boards will fit into the space provided, with adequate

access at the front as well as the back and side if required.

EBS.15.3 SUB-DISTRIBUTION BOARDS - FLUSH MOUNTED

Flush mounted sub-distribution boards shall comply with SANS 1180 Part 1.

This type of board shall be constructed to the following Specification and Standards:-

(a) a loose mounting tray complete with all necessary knockouts, brackets etc., fabricated

from not less than 1,60 mm pressed galvanised sheet iron material shall be provided for

building into a half-brick wall; expanded metal lath shall be tack welded to the back of

this tray to ensure satisfactory adhesion by finishing’s applied to the back of the tray;

the tray shall be provided with a stoutly-constructed metal chassis of frame to receive

the switchboard; the chassis shall be provided with slotted holes for fixing, adjustment

and leveling of the switchboard;

(b) the switchboard shall be fabricated from not less than 1,60 mm pressed metal with

integral architrave; all seams and joints shall be neatly seam-welded, ground off and the

whole de-rusted, primed with an approved metal primer and given two coats of an

approved enamel or an epoxy-resin-based paint in a final colour to be selected by the

Engineer. Alternate coats of paint shall be of different colours.

Prior to painting the board shall be provided with all necessary holes, knock-outs,

brackets and supports suitable for mounting the equipment described in the Schedules;

adequate space shall be provided for the equipment scheduled and for internal wiring to

be neatly carried out;

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C215 C3

Part C3 Specification

(c) a face-plate shall be provided as a cover to the board with neatly-formed cut-outs, slots

and openings to permit the protrusion of all operating and controlling mechanisms; the

face-plate shall be finished similarly to the board; operating or controlling equipment

shall not be fixed to the face-plate;

(d) chassis and face-plates shall be secured to switchboard by means of bolts and nuts or

screws in tapped holes; self tapping screws will not be permitted; where nuts are

visible from the front of the board, chromium plated brass nuts and washers shall be

used;

(e) doors shall be provided on all boards. These shall be made of at least the same gauge

material as the remainder of the panels and must be mounted on piano hinges; doors

shall be provided with chromium-plated catches and cylinder-type locks with duplicate

keys all master-keyed; no door shall be more than 600 mm wide;

(f) the board shall be neatly and fully labeled with engraved labels;

(g) flush-mounted distribution boards shall have removable adjustable architraves;

(h) the enclosure shall be IP 40.

(i) where lockable doors are fitted the isolator and earth leakage relays shall be so mounted

as to enable the distribution board to be isolated from outside with the doors locked.

(j) Doors fitted to 3 phase distribution boards shall have Barker Nelson type square panel

fasteners on the top and bottom of each door.

EBS.15.4 SUB-DISTRIBUTION BOARDS - SURFACE-MOUNTED

Surface mounted sub-distribution boards shall comply with SANS 1180 Part II.

Generally the construction of surface-mounted boards shall be the same as for flush-mounted

boards save that the loose mounting tray will not be required for building in purposes.

EBS.15.5 TELEPHONE AND COMMUNICATION EQUIPMENT DISTRIBUTION BOARDS

Where required, these shall comply with Telkom requirements.

This type of board may be flush or surface-mounted as specified in the Schedules.

Construction of Telephone Distribution Boards shall generally be similar to that of Electrical

Sub-distribution boards save that the face-plate is not required for the Telephone Distribution

Boards.

All Telephone Distribution Boards shall be supplied with doors, catches and locks as elsewhere

specified; details of terminal blocks, sizes of boards, are given in the Schedules.

The enclosures shall be IP 30.

EBS.16.0 EQUIPMENT AND INSTALLATION OF DISTRIBUTION BOARDS

EBS.16.1 CIRCUIT-BREAKERS

All MCB's shall be to SABS 156 and/or VC 8036. Circuit breakers protecting outgoing

circuits from the main low tension switchboard shall be of air-break type, they shall have a

certified breaking capacity of not less than 15 MVA at 380 volts and shall be furnished with

adjustable over load trip devices having adjustable inverse time delay characteristics unless

otherwise specified in the Detailed Electrical Specification. Circuit-breakers of 400 Amps

Capacity and larger shall be of the "Rack-Out" type. As far as possible all outgoing

circuit-breakers shall be physically and electrically interchangeable. Circuit-breakers below

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C216 C3

Part C3 Specification

100 ampere rating may be of the non-draw-out, non-adjustable type, with a breaking capacity

of not less than 5 kA unless otherwise specified.

They shall be of the automatic type with graded time delay over-current release of the

hydraulic magnetic type. The handle is to be clearly marked with the "ON" and "OFF"

positions and is to be so arranged that it will move to the "OFF" position when the over-current

release has operated. Means must also be provided to prevent the circuit-breaker being tripped

slowly by hand, fast tripping by hand operation being essential. It shall not be possible to hold

the breaker closed against existing overloads or short circuits.

EBS.16.2 TRIPLE-POLE CIRCUIT-BREAKERS

Triple-pole circuit-breakers on switchboards and distribution boards shall be rated for system

voltages of not less than 380 volts, 3-phase, 50 cycles, unless otherwise specified. The

Detailed Electrical Specification quotes predicted fault levels at each switchboard and

distribution board and/or required minimum frame sizes and circuit-breakers shall be offered

satisfying these requirements. High-breaking capacity fuse back-up shall be provided where

specified to meet the fault levels predicted; such fuse protection shall trip all three poles of the

circuit-breakers simultaneously unless the feeder protected is subsequently split among

exclusively single-phase sub-circuits. Triple-pole circuit breakers shall, unless detailed

hereafter, be non-draw-out non-adjustable units of the values detailed; in general, thermal or

magnetic overload trips will be equally acceptable but where special long delay tripping

characteristics are mentioned, magnetic trips of the appropriate curves will be mandatory. All

circuit-breakers shall carry an SABS, or equal test certificate or fault-breaking capacity to CIE

standards. All circuit-breakers of the same frame size shall be of the same make and the same

make of circuit-breakers shall preferably be used throughout the installation.

EBS.16.3 SINGLE-PHASE CIRCUIT-BREAKERS

Single-phase circuit-breakers shall be rated for not less than 250 volt system operation. Those

supplying current to geysers and stoves shall break not only the live leg of a single phase

supply but also the neutral. Thermal or magnetic trip systems shall be selected to suit

performance as set out in the previous paragraph. Single-pole circuit-breakers shall have a

certified fault-breaking capacity suitable for the fault levels predicted at each distribution

board; alternatively they shall be backed up individually or in groups, by HRC cartridge fuses

of values such that in fault conditions beyond the capacity of the circuit- breakers the HRC

fuses will break the circuit before the circuit-breakers can operate. Single-pole

circuit- breakers shall bear the SABS mark of approval and shall be certified by SABS or equal

as to fault breaking capacity, or not less than 5 kA.

Efficient arc quenching or blow out devices shall be incorporated in the circuit breaker.

All parts of the mechanism shall be of corrosion resisting material or suitably protected by

plating or other approved means to prevent corrosion from normal atmospheric conditions.

The breaker shall have a breaking capacity of 5000 Amps AC or other rupturing capacity

specified on the drawings or in the Detailed Electrical Specification.

EBS.16.4 SWITCHBOARD AND DISTRIBUTION BOARD ISOLATORS

Switchboard and distribution board isolators shall be suitable for making onto fault levels as

predicted for the various boards. Up to and including fault levels of 5 kA at 380 volts, the

isolators shall be of microgap type preferably bearing the SANS mark of compliance with

SANS 152:1987; above this fault level isolators shall be either parallel-action CFS units with

solid links or moulded case circuit-breakers without overload trips, as dictated by the fault

level.

EBS.16.5 EARTH LEAKAGE PROTECTION TRIP UNITS

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C217 C3

Part C3 Specification

Earth leakage protection trip units shall be single or three-phase units as specified, of not

higher than 30 ma sensitivity for plug circuits complying with the requirements of the

Occupational Health and Safety Act. Each protector unit shall work through a shunt trip coil to

open an isolator switch sectionalizing the busbars to isolate all plug and other designated

circuits on that phase. The units shall comply with SANS 767.

The sensitivity for Earth Leakage Protection Units protecting motor circuits shall be suitable

for the application as determined by the Engineer.

EBS.16.6 INSTALLATION OF SWITCHBOARDS AND DISTRIBUTION BOARDS

All switchboards shall be fixed rigidly in the positions shown on the drawings, accurately level

and plumb. The outer finished surfaces of all boards shall be kept protected against damage

and defacement until immediately before final testing and commissioning; before leaving site

the Contractor shall make good any blemishes in paintwork, using enamel from the board

Manufacturers' original batch to ensure accurate colour matching.

All conduits and cables entering boards shall be so disposed that their terminations are readily

accessible. Cable and conductor tails shall be laced circuit-by-circuit and led in neat groups

through the horizontal and vertical wiring channels in the boards : bunched circuits shall be

spaced to ensure good ventilation.

Unless otherwise noted in the Detailed Electrical Specification distribution board shall be

installed with their top edges not more than 2,2 m above finished floor level.

EBS.16.7 LABELLING AND SUNDRY ITEMS

All in-coming and out-going feeders shall be fully labeled. The sizes and drillings at labels

shall be standardised to permit interchangeability. All switchboards, distribution boards and

motor control centres shall be complete with all internal wiring to terminal blocks, labels, earth

bars, statutory notices, holding-down bolts and everything necessary for complete equipment

ready to go into service.

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 be not 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. Alternative methods of labeling considered

equal or superior to that specified, may be proposed, but the specified method shall be used if

required by the Engineer.

EBS.16.8 INTERNAL WIRING

The internal wiring of switchboards shall be carried out 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 plastic perforated tape and shall be so

arranged as to permit any individual circuit to be examined or renewed without disturbance of

any other circuits. Stranded conductors shall be terminated in crimped lugs or ferrules.

Manual crimping shall be done with maker's special tools which will not release until the full

crimping pressure has been achieved; the ends of conductors from 70 mm² cross-sectional area

upwards all be crimped by hydraulic machine.

EBS.16.9 CABLE SEALING ENDS AND GLANDS

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C218 C3

Part C3 Specification

Cable sealing ends and glands shall be fixed to perforated metal gland plates or racks rigidly

fixed in the boards and so positioned that terminating the cables is made easy. In cases where

the positions of cable ends necessitate too short a length of cable above or below the sealing

ends, split boxes and glands shall be provided.

EBS.17.0 EARTHING

EBS.17.1 GENERAL

Earthing of all the electrical apparatus shall be carried out by the Contractor in accordance with

the Code of Practice and the requirements of the Supply Authority.

All metal pipes drains, roofs, cladding, gutters, etc. shall be securely bonded to earth with

copper earthing tape in the case of pipes and with conductors sized at not less than the main

supply earth or equivalent tape for other items.

All metal conduits and sheaths of armoured cables shall be bonded to the metal work of their

terminating gear.

Steel-framed structures shall be bonded to earth at each corner unless otherwise specified; with

conductors of not less than the main supply earth.

Earth wires feeding motors, water heaters, cookers, incinerators and socket outlets; shall be of

not less than 2,5 mm² cross sectional area and shall be run in conduits.

The entire earthing installation shall be bonded to the earth bar of the main distribution board

which, in turn, shall be bonded to the supply authority's earth terminal and the main earth as

detailed below.

The resistance to earth of any part of the conduit work or earthed metal work shall not exceed

the full value laid down in the Regulations and shall not exceed 2 ohms.

The electrical resistance of the earth continuity conductor shall comply with Regulation 4.6.3

of the SANS "Code of Practice for the Wiring of Premises".

All earth wires shall be joined by ferrules of suitable sizes, and applied by means of a crimping

tool in good repair.

All metal conduit boxes attached to PVC conduit shall have an M5 screw bolted to the metal

casing, to which the earth conductor lug shall be fastened by means of a second nut.

N.B. No self tapping screws shall be used for earthing purposes.

EBS.17.2 MAIN EARTH

Unless otherwise specified the main earth shall be formed by:

(1) An earth spike not less than 2,00 m long and of steel cored copper rod at least 19 mm

diameter, this shall be "Copper weld" or similar approved. Installed as shown on

standard drawings or as instructed by the Engineer. Should the site conditions prove

unfavourable for this method, one of the following systems shall be implemented:

(2) An earth mat in the form of a helix 1,85 m in diameter x 1,85 m in height having a pitch

of 300 mm between coils and formed in 25 mm x 3 mm copper tape.

OR

(3) A standard bare copper wire earth ring main not less than 70 mm² cross sectional area

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C219 C3

Part C3 Specification

around the building structure.

The above earthing devices shall be laid or driven into clean excavations well clear of other

structures and back-filled with clean sand mixed with charcoal and rock-salt. Provision shall

be made for a suitable test joint to be included. Its resistance shall not be more than 2,0 ohms.

EBS.18.0 THE COMPLETED INSTALLATION

EBS.18.1 LIGHTNING PROTECTION

Where specified in the Detailed Electrical Specification or on drawings, structures shall be

provided with lightning conductors and/or surge arrestors in accordance with SA Code of

Practice 03(A) and SANS-IEC 1312.

EBS.18.2 BALANCING OF 3 PHASE INSTALLATIONS

The balance of the installation between phases as shown in the Wiring Schedules is provisional

only and tenderers must include in their prices for balancing the completed installation to the

satisfaction of the Engineer and of the Supply Authority. Circuit tails shall be left sufficiently

long to permit the re-allocation between phases and braiding of conductors shall only be done

after the balancing is approved.

EBS.18.3 TESTING

The Contractor shall make all arrangements for and provide all facilities for, the Supply

Authority's testing of all sections of the completed installation and shall pay all fees in respect

of these tests.

Before calling for the test by the Supply Authority, the Contractor shall megger all main and

sub-circuits, and shall satisfy himself that the insulation thereof is satisfactory. Any circuits

whose insulation is unsatisfactory shall be wired at the expense of the Contractor in time for

the Supply Authority's test.

EBS.18.4 SPARES AND TOOLS

The Contractor shall, at the completion of the Contract, place in the care of the Principal's

representative all spares and tools supplied for the switchboards and other equipment, two keys

for each distribution board door lock, and two of any other special keys or spanners required

for the maintenance and operation of the installation.

EBS.18.5 FINAL INSPECTION

A final inspection will be conducted jointly by the Engineer, the Contractor and the Main

Contractor on satisfactory completion of all official tests. This inspection may be phased

where a Contract is to be taken over in sections by arrangement with all parties concerned.

A list of defects, remedial or incomplete works requiring attention will be drawn up following

this inspection and issued to the Contractor for his immediate attention.

Once the items listed have been attended to the satisfaction of the Engineer, the Contractor

shall issue a certificate of compliance, thereafter a completion certificate will be issued by the

Engineer.

SCHEDULE OF ACCEPTABLE MAKES OF MATERIALS AND EQUIPMENT

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C220 C3

Part C3 Specification

ITEM MAKE OR MANUFACTURER REMARKS

Switchboards and Meter

Frames

Electroboard, Switchboard

Manufacturing; Pitt Switchboard,

Gamma, Magnol.

MCB's and Earth Leakage

Units

Hy-Mag, Fuchs, M&G, Moeller.

HRC Fuses and CFS

ACB's Merlin & Gerin; Fuchs or other

approved.

Time Switches Hy-Mag Electronic or other

approved.

Photocells Torque, National or other approved

Flush Mounted Lighting

Switches and Switch Sockets

(15/16 Amp 220V)

Crabtree; Clipsal S2000. Plastic coverplates.

Surface mounted Lighting

Switches and Switch Sockets

(15/16 Amp 220V)

Crabtree; Clipsal. Surface Industrial type

or PVC domestic type to

suit application.

Isolators Hy-Mag, Fuchs, Crabtree, M&G,

Moeller.

Contactors Cutler Hammer; M&G; Moeller; Hy-

Mag, Siemens, Telemecanique.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C221 C3

Part C3 Specification

C3.3.7 PARTICULAR SPECIFICATION PBA : BUILDING WORK ON CIVIL ENGINEERING

CONTRACTS (SMALL WORKS)

PBA.1.0 BRICKWORK

PBA.1.1 GENERAL DESCRIPTION

All brickwork will be either approved face bricks or commons as detailed on the plans for the

various structures or to match the type and colour of bricks with those in existing structures.

PBA.1.2 BRICKWORK

All brickwork is to be set out and built to the respective dimensions, thicknesses and heights

shown on the Drawings. The price for brickwork shall include for all cutting, mortar, scaffolding

and laying, bagging and tarring and for galvanised 8 gauge wire ties in 230 mm walls at the rate of

4 No. per m².

All joints shall be completely filled with mortar and all joints to face brickwork shall be neatly

finished with a 10 mm diameter grooving tool. Faces of common bricks and brickwork to be

bagged shall be constructed to a fair face with joints flushed up.

Facework shall be executed in stretcher bond and care shall be taken to ensure that all face

brickwork is kept clean and tidy. On completion all mortar, paint and other marks shall be

removed and facework shall be thoroughly washed, oiled and cleaned.

PBA.1.3 MORTAR FOR BRICKWORK

Mortar shall be composed of one part normal Portland Cement to four parts of sand by volume

thoroughly mixed on a proper platform in the dry state. Sufficient water shall be added to ensure

workability and the mix shall be turned over and worked sufficiently to ensure an even colour

throughout. All mortar shall be used within 1 hour of mixing and no cement mortar that has

become partially set shall be revived or re used.

PBA.1.4 WETTING BRICKS

All bricks are to be well wetted before being laid. The tops of the walls where left off are to be

well wetted before recommencing laying.

PBA.1.5 FLUSH UP

All joints shall be thoroughly flushed up as the work proceeds.

All vertical joints both on the face and in the body of the walls shall be completely filled.

PBA.1.6 UNIFORMITY

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C222 C3

Part C3 Specification

Walls shall be carried up in a uniform manner, no one portion being raised more than one metre

above another at one time. All perpends, quoins, etc, shall be kept strictly true and square and the

whole properly bonded together.

PBA.1.7 BRICKWORK BOND

Half and one brick walls shall be built in stretcher bond. All remaining brickwork, where

practicable, shall be built in English bond. Snap headers are to be used where required to obtain

bond in half brick walls. No four courses shall rise more than 300 mm except as necessary to

match existing courses.

PBA.1.8 INTERNAL FACES

All internal faces to be bagged shall have true faces with full flush joints neatly struck. All

internal faces to be plastered or tiled shall be left rough.

PBA.1.9 WINDOW AND DOOR FRAMES

These shall be built into brickwork where applicable as the work proceeds and shall be true to line

and vertical. Frames shall be securely tied with hoop iron or galvanised metal ties to brickwork.

PBA.1.10 CHASES AND REVEALS

The Contractor shall leave or form chases and reveals in walls to receive frames, pipes, conduits,

etc, as shown on the plans or as directed during the progress of the works.

PBA.1.11 BAG AND TAR

External faces of inner skins of all external brick walls shall be bagged and two coats of hot tar or

approved cold bitumastic emulsion applied. The tar/emulsion coats shall form a complete and

continuous water barrier and shall include for sealing around all ties, etc.

PBA.1.12 AIRBRICKS

All airbricks shall be of an approved manufacture and of a colour to match the surrounding

brickwork. Airbricks shall be vermin proofed on the internal faces and shall have copper gauze

backing of a type approved by the Engineer.

PBA.1.13 DAMP PROOF COURSE

Damp proof course shall be 30 kg 3 ply asphaltic or bituminous sheeting to comply with SABS

248 or 375 micron embossed plastic sheeting to comply with SABS 952:1969 Type B.

PBA.1.14 TIES

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C223 C3

Part C3 Specification

Brickwork shall be tied to concrete columns with 3,5 mm diameter galvanised crimped wire ties

built in staggered pattern every fourth course at maximum 900 mm centres.

PBA.2.0 PLASTERING, FLOORING AND TILING

PBA.2.1 CEMENT PLASTER

Plaster to walls shall be on one coat work and shall not be less than 13 mm thick nor more than 20

mm thick. Cement plaster shall be composed of four parts sand to one cement.

Surfaces to be plastered shall be prepared by raking out all joints or brickwork and by chipping

concrete surfaces to form a key. All absorbent surfaces shall be saturated with water one hour

prior to plastering.

All plaster shall be finished to a smooth and even surface with a steel float or trowel. Prices shall

include for forming all internal plain angles, external rounded angles, V joints, weathering, mitres,

etc.

PBA.2.2 GLAZED TILES

Tiles shall be best quality wall tiles, true and even in size and shape with perfect arises and free

from all blemishes and defects.

The price for tiling shall include for the application of a 13 mm thick plaster scratch coat, supply

and fixing of tiles, all cutting round pipes, openings, etc, and for pointing up with white cement.

PBA.2.3 FLOOR FINISHES

Unless otherwise shown on the drawings, floor slabs in the buildings will have a steel trowelled

finish. Where vinyl tile finishes are specified these shall comply with SABS 786 and shall be in

colours approved by the Engineer. These shall be laid in strict accordance with the manufacturer's

specification on a clean dry screeded surface. Unless otherwise specified, screeds shall be a 3:1

sand cement mixture.

PBA.3.0 CARPENTRY AND JOINERY

PBA.3.1 WORKMANSHIP AND GENERAL

All workmanship for carpentry and joinery work shall be in accordance with the best approved

standard practice.

All exposed permanent woodwork shall be die square, wrot, and finished clean, smooth and free

from tool marks.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C224 C3

Part C3 Specification

Nails shall be of the best quality and shall be punched and puttied over in joinery work. Screws

for joinery work shall be best quality brass screws throughout.

The given sizes of timbers, doors, etc, are generally the actual dimensions of the finished work

after dressing. 3 mm shall be allowed from nominal sizes for each wrot face. All exposed angles

of wrot work shall be arris rounded unless otherwise described.

Prices for carpentry and joinery shall include for fixing, hanging, housing, jointing, laps, waste,

nailing, screwing, glueing and all labour and materials to complete the work in the best manner.

PBA.3.2 HARDWOOD DOORS AND FRAMES

Timber for all hardwood doors and frames shall be best quality kiln dried and treated iroko or

equal approved hardwood.

The Contractor shall supply doors and frames, built in frames and hang doors complete with all

door furniture and fittings as specified hereunder. Doors shall be to dimensions specified on the

drawings.

Doors shall be fitted with one pair of 100 mm bronze washered brass butt hinges per leaf. Double

doors shall be fitted with two chromium plated 200 mm barrel bolts on the standing leaf and all

doors shall be fitted with chromium plated on solid brass combined 3 lever mortice lock and

handles.

PBA.3.3 HARDWOOD WINDOWS

Hardwood windows shall be used where specified on the drawings. Types and sizes shall be as

shown on the drawings. All windows shall be fitted with brass hinges and bronze stays and

fasteners.

PBA.3.4 BUILDING IN DOOR FRAMES

Door frames shall be built into brickwork with pairs of galvanised hoop iron straps screwed to the

frame at centres not exceeding 450 mm vertically and built a minimum of 230 mm into brickwork.

The backs of frames shall be primed with genuine red-lead primer before being built-in and 20 mm

hardwood quadrants shall be fixed to both sides of frames on completion.

PBA.3.5 ROOF CONSTRUCTION : ASBESTOS CEMENT SHEETS

Roof construction for the buildings shall be as fully detailed on the relevant drawings. Where

corrugated asbestos cement sheets are specified these shall be securely fixed to the purlins with

aluminium drive screws with one lead and one neoprene washer. 30 Days after fixing the roof

covering shall be thoroughly examined, any defects made good and loose screws or bolts

tightened.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C225 C3

Part C3 Specification

PBA.4.0 PLUMBING

PBA.4.1 PLUMBING GENERALLY

All plumbing work shall be in accordance with the best approved standard practice and shall be

carried out to the approval of the Engineer.

PBA.4.2 GUTTERS AND DOWNPIPES

Gutters and downpipes shall be as detailed.

Prices for gutters and downpipes shall include for all necessary brackets, holders, fixings, etc.

PBA.4.3 WATER SUPPLY PIPES

Water supply pipes will generally be of small diameter galvanised mild steel pipes or small

diameter HDPE pipes and will be laid to lines shown on the layout drawings. Inside buildings the

pipes shall be fixed to the brickwork by means of iron holderbats fastened with set screws and

fixed 20 mm clear of the brickwork. Details of internal plumbing shall be as shown on the

drawings or itemised in the Schedule of Quantities.

PBA.5.0 PAINTING AND GLAZING

PBA.5.1 PAINTING GENERALLY

Materials shall be of the best quality and of the type, brand and manufacture specified and/or

approved by the Engineer.

All materials for paintwork, etc, shall be brought to the site in unopened tins or drums. All brands

of distempers, sealers, paints, stains, varnishes, etc, shall be approved by the Engineer and no other

brands shall be allowed on the site.

"Approved" brands shall be taken as being similar and equal to those manufactured by Warden &

Hotchkiss SA Ltd.

No dilution or adulteration of paints, etc, shall be permitted unless specified and approved by the

Engineer.

Patent brands of paints, which are specified, shall have the manufacturer's "priming" and all

subsequent coats of paints suitable for that particular brand of paint and shall be applied in strict

accordance with the manufacturer's instructions.

Workmanship shall be in accordance with the best practice.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C226 C3

Part C3 Specification

Each coat of paint, etc, shall be a good covering coat and shall dry hard before the next coat is

applied otherwise the Contractor shall be required to apply extra coats at his own expense. Before

each coat of paint, etc, all surfaces shall be free of moisture, dust, oil, grease and dirt. If necessary,

surfaces shall be rubbed down smooth with glass paper to ensure a first class finish.

All plaster surfaces shall be dry and free of efflorescence and if necessary treated with an approved

alkali resistant primer and all holes, cracks, etc, shall be made good with approved hard stopping

and "spot primed" when the stopping is hard and dry.

All metal surfaces shall be cleaned of all rust mill scale and other surface encrustations. Exposed

nail or screw heads shall be spot primed with an approved Metal Primer.

All wood surfaces to be painted shall be properly knotted (except on surfaces for which

Aluminium Wood Primer is specified), primed, stopped and filled.

All wood surfaces to be stained, varnished or oiled only, shall have all plaster stains, pencil marks

and other surface discolourations and blemishes removed; and shall be stopped with tinted

stopping to match final colour.

The Contractor shall be solely responsible for all defective work condemned as a result of the

"Painter's" failure to insist on receiving, from the other Trades, surfaces in proper condition to

allow first class finishes.

All materials and workmanship shall be subject to inspection and/or analysis by the Manufacturer's

representative or any other person appointed by the Engineer.

Colours, tints and shades shall be selected by the Engineer before painting of any description is

commenced.

Each coat of paint, distemper, etc, shall be of a distinctive colour.

Sample colours are to be prepared in all cases for the final coat and all work shall be finished to

the approved colours.

The number of coats specified shall in every case be in addition to the priming coat.

The preparation or mixing of paints, etc, or similar materials shall not be permitted under any

circumstances in rooms where the floor finishes are laid complete, and such rooms shall not be

used as workshops for any trades whatsoever.

This clause shall be strictly enforced and the cost of repairing any damage done in neglect of this

precaution shall be borne by the Contractor even to the extent of relaying the floor finish. Merely

cleaning up may not be acceptable.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C227 C3

Part C3 Specification

On completion all glass shall be thoroughly cleaned. All damaged paintwork shall be touched up

or re-done. All paint spots, stains, etc. shall be removed from the walls, floors, doors, windows,

etc, and the whole left clean and perfect.

Prices for painting shall include for all necessary scaffolding, tools and appliances.

PBA.5.2 PAINTING SCHEDULES

Painting generally shall be carried out in accordance with the following schedule :-

(a) Steel Window Frames, Handrails and Steel Joists

These shall be given two coats of "Rustodian Calcium Plumbate Primer" or similar approved

followed by two coats of an approved alkyd enamel (Wardkiss "Lustrella" or similar).

(b) Iron and Steelwork Generally

Including chequer plating, angle iron nosing, pipes, valves, specials, manhole covers, step irons,

etc, but excluding items in (a) above.

These shall be given 2 coats of approved black bitumastic paint.

(c) Bagged or Plastered Brick Walls

These shall be given one filler coat followed by 2 finishing coats of an approved PVA Paint, or

limewashed as scheduled. Bagged walls shall be sanded down before painting.

(d) Hardwood Doors, frames, etc.

All hardwood shall be rubbed down and given 3 coats of an approved clear polyurethane varnish.

(e) Bargeboards and Fascias

Bargeboards, fascias, sprockets and external purlins shall, after knotting, be given one prime coat,

one undercoat and one coat of synthetic enamel.

(f) Asbestos Cement Rainwater Goods

These shall be given a prime coat and two finishing coats of approved alkyd enamel.

PBA.5.3 GLAZING

The Contractor shall provide all putty and glass for glazing the windows which are embodied in

this Contract.

Glass shall be of the type, quality and substance specified and shall conform to BSS 952.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C228 C3

Part C3 Specification

Glazing work shall be carried out in accordance with the standard of workmanship contained in the

BS Code of Practice No. 152.

Glass in wood frames shall be sprigged with approved wood sprigs.

Putty for glazing to wood or steel sashes shall conform to SABS 680:1959 and be neatly finished

off with straight edges, for at least 14 (fourteen) days in order to form a surface "crust" before

painting.

Generally all broken, cracked or defective panes of glass shall be replaced at completion and the

glass left clean on completion.

PBA.6.0 ROOF WATERPROOFING, ETC.

PBA.6.1 GENERAL

PBA.6.1.1 Derbigum

Derbigum is to be installed in accordance with the manufacturers specification :-

PBA.6.1.2 Workmanship

All mastic asphalt work for roofing or tanking shall be executed by a Specialist firm who shall

conform in all respects to the requirements of Chapter 9 of the latest edition of the Standard

Building Regulations and to the requirements of SABS 021.

PBA.6.1.3 Guarantee

On completion of the work the Contractor shall furnish to the Engineer a suitable guarantee form

stating that the work is thoroughly sound and waterproof and will so remain for a period of at least

10 years.

PBA.6.2 PROTECTION

PBA.6.2.1 Generally

The Contractor shall afford protection within the area to be asphalted by the provision and laying

of tarpaulins or other approved covering to the satisfaction of the Engineer.

PBA.6.2.2 Repairs

Damaged or disturbed work shall be made good by the Contractor to the entire satisfaction of the

Engineer and on completion the work shall be thoroughly sound.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C229 C3

Part C3 Specification

PBA.6.3 ALTERNATIVE METHODS

The Engineer may approve patent or other methods of waterproofing which comply with an

appropriate SABS specification and laid in accordance with the manufacturer's instructions. The

materials and methods adopted must have a proven track record and must be guaranteed for at

least 10 years.

PBA.7.0 MEASUREMENT AND PAYMENT

PBA.7.1 RAINWATER PIPE

Rainwater pipes shall be paid for on a Number off basis and the rate shall cover the cost of all

materials and labour for the erection of the 80mm diameter PVC rainwater downpipe including

90 bend, holderbats and shoes.

PBA.7.2 PATENT GLAZING WINDOWS

Patent glazing windows shall be measured on a m² basis and the rate shall cover the cost of all

materials and labour for the supply and installation by a specialist of the patent glazing system as

specified. The rate shall include for sealing between the window frame and the brick wall wit an

approved silicon sealer. The rate shall also include for a pole suitable for opening all windows

higher than 1.8m above floor level.

PBA.7.3 DOUBLE DOOR/SINGLE DOORS

Doors shall be measured on a number off basis and the rate shall cover the cost of all material and

labour including building in doorframe and hanging doors and all furniture and painting as

specified and scribing around crawl beam.

PBA.7.4 ROOF WATERPROOFING

Waterproofing of the roofs shall be paid for on a m² basis and the rate shall cover the cost of all

materials and labour for the installation of a approved water proofing to the roof screed as

specified under PBA.6.0.

PBA.7.5 ACRYLASTIC TO ROOF EDGE BEAM

Acrylastic to roof edge beam shall be measured on a lineal metre basis and the rate shall cover the

cost of all material and labour for the installation of acrylastic waterproofing membrane over the

top of the roof edge beams and dressing over mastic asphalt including fixing to top of edge beam.

PBA.7.6 LINTEL

Lintels shall be measured on a lineal metre basis and the rate shall cover the cost of all material

and labour for the building in of precast prestressed concrete lintel.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C230 C3

Part C3 Specification

PBA.7.7 PAINT ROOF

Painting of roofs shall be measured on a m² basis and the rate shall cover the supply of all

materials and labour for painting over roof waterproofing to the roof screed with two coats of

bituminous aluminium paint.

PBA.7.8 DAMP PROOF COURSE

The damp proof course shall be measured on a lineal metre basis and the rate shall cover the

supply and laying in position of 375 micron embossed, plastic sheeting 230mm wide under brick

walls.

PBA.7.9 DAMP PROOF MEMBRANE

Damp proof membrane shall be measured on a m² basis and the rate shall cover the supply and

laying in position of 250 micron embossed, plastic sheeting under floor slabs.

PBA.7.10 SEALANT BETWEEN BRICKS AND CONCRETE

Measurement shall be on a lineal metre basis and the rate shall cover the cost of all materials and

labour for applying sealant between brickwork and columns including cleaning grooves, priming

and applying sealant in strict accordance with the manufacturers instructions.

PBA.7.11 BRICKWORK (FACE BOTH SIDES)

Face brick shall be measured on a m² basis and the rate shall cover the cost and supplying all

material and labour to construct 230mm brick walls with facebrick both sides including all

cutting, mortar, scaffolding and laying, bagging and tarring and for galvanised 8 gauge wire ties in

230mm walls at the rate of 4 No. per m².

PBA.7.12 BRICKWORK (FACE ONE SIDE)

Face/common brickwork shall be measured on a m² basis and the rate shall cover the cost and

supplying all material and labour to construct 230mm brick walls with facebrick exterior face

including all cutting, mortar, scaffolding and laying, bagging and tarring and for galvanised 8

gauge wire ties in 230mm walls at the rate of 4 No. per m².

PBA.7.13 BRICKWORK (COMMON)

Common brickwork shall be measured on a m² basis and the rate shall cover the cost and

supplying all material and labour to construct 230mm brick walls with common faces including

all cutting, mortar, scaffolding and laying, bagging and tarring and for galvanised 8 gauge wire ties

in 230mm walls at the rate of 4 No. per m².

PBA.7.14 ROLLER COURSE

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C231 C3

Part C3 Specification

A roller course shall be measured on a lineal metre basis and the rate shall be extra over to the rate

for 230 brickwork and shall cover all labour and materials required for laying a roller course of

brick on end.

PBA.7.15 CONCRETE CILL TO TOP OF BRICKWORK

Concrete cills shall be measured on a lineal metre basis and the rate shall cover the cost of labour

and materials to construct a 15 MPa concrete cill to the top of brick walls including all formwork,

concrete, steel float, reinforcing steel, galvanised wire ties, etc. for a complete cill.

PBA.7.16 DRIP GROOVE

Drip grooves shall be measured on a lineal metre basis and the rate shall cover the cost of all

labour and material to form a 15mm x 15mm drip groove in the underside of the roof slab

including making good where required after removal of formwork.

PBA.7.17 HALF ROUND CHANNEL

The rate shall be on a lineal metre basis and shall cover the cost of supplying all materials labour

and plant to construct a half round precast concrete channel at least 600mm long under the

rainwater pipe.

PBA.7.18 PLASTER

Plastering shall be measured on a m² basis and the rate shall cover the cost of all labour and

materials required for cement plaster to internal brick faces including raking joints, forming V

joints etc.

PBA.7.19 BAGGING

Bagging shall be on a m² basis and the rate shall cover the cost of all labour and materials required

for bagging to brick faces.

PBA.7.20 PAINT PLASTER

Painting of plaster shall be on a m² basis and the rate shall cover the cost of all labour and

materials required to paint the cement plaster including surface preparation, filler coat and two

finishing coats of white acrylic PVA paint applied in accordance with the manufacturers

specification. The final coat is to be applied after the Mechanical Contractor has installed the

pumps and pipework.

PBA.7.21 EXTRA OVER 230 BRICK WALL FOR AIR BRICKS

Air bricks shall be on a number off basis and the rate is to include all materials and labour to

supply and install air bricks.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C232 C3

Part C3 Specification

PBA.7.22 SEPTIC TANK AND SOAK AWAY

Septic tanks and soakaways shall be on a lump sum basis and the rate shall include for the

following: Excavation for backfilling, compaction and disposal of surplus material for a precast

concrete septic tank and soakaway and waste pipes. Supply and installation of geofabric wrap and

150ø rock fill for the soak away. Supply and installation of a 50ø UPVC pipe and fittings from the

building to the soakaway.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C233 C3

Part C3 Specification

C3.3.8 PARTICULAR SPECIFICATION PV : VALVES AND HYDRANTS

PV.1.0 VALVES

PV.1.1 GENERAL

All valves shall comply with the following specifications and not with SABS 1200 LK as stated in

subclause L.3.10 of SABS 1200 L.

PV.1.2 GATE VALVES

PV.1.2.1 Resilient Seal Gate Valves

Resilient seal gate valves (RSV) shall comply with SABS 664 (latest amendment) with classes and

flange drillings as detailed or scheduled elsewhere. Where plain ended valves are required, the

ends shall be suitable for the type of pipe specified. The valves shall be designed for droptight

closure over the full range of pressures from zero to maximum working pressure.

The valves shall be provided with a straight unobstructed body passage without pockets. The

spindle seat shall consist of 2 nitrile rubber O-rings located in a corrosion resistant housing. A

wiper ring shall also be provided. The gates shall be completely rubber covered. The gate guides

shall be of tongue and groove type. Spindles shall be manufactured of solid stainless steel and

shall be of the non-rising type. The body of the valve shall be epoxy coated (FBE, or Copon

EP2300) to a minimum D.F.T. of 250 microns.

Unless otherwise specified caps for key operation will be required for buried valves and

handwheels on valves situated in accessible chambers. Extension spindles and brackets shall be

provided where detailed and handwheels shall be clearly marked with the direction of opening.

All valves shall be clockwise opening. Gearing shall be chosen to limit the total effort at the

handwheel or valve key to 350 Newtons.

PV.1.2.2 GATE VALVES (Wedge Gate Valves)

Gate valves shall comply with the requirements of SABS 664 (latest amendment) with classes and

ends as elsewhere specified.

The spindles shall be of the non-rising type and shall be manufactured of solid stainless steel.

The valves shall be clockwise opening. Gearing shall be provided to limit the total effort at the

handwheel or key to 350 Newtons. Unless otherwise specified buried valves shall be provided

with caps for key operation and valves in chambers with handwheels.

The valves shall be provided with Type C trim with pinned seat rings. The gate shall be full

length. The body of the valve shall be epoxy coated (FBE, or Copon EP2300) to a minimum

D.F.T. of 250 microns.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C234 C3

Part C3 Specification

The valves are to be drop tight at working pressure.

PV.1.3 AIR VALVES

PV.1.3.1 Air Valves (Type I)

The air valves (Type I) shall be similar to Bermad figure number 4415 and shall be manufactured

to diameters and Classes as detailed or elsewhere specified.

Each air valve shall be fitted with an isolating female screwed globe valve with a handwheel.

PV.1.3.2 Air Valves (Type II) (Double Air Valves)

Type II air valves shall be similar to VOSA figure numbers 5454 and 5554 (depending on the

Class specified) and shall be manufactured to diameters, classes and flange tables as detailed or

elsewhere specified.

Each double air valve shall be equipped with a large orifice and a small orifice. The orifices shall

be controlled by stainless steel floats, designed for the applicable pressures.

The bodies of the air valves shall be of high grade corrosion resistant cast iron or cast steel

according to the pressure requirements.

Each double air valve shall be fitted with a flanged isolating sluice valve with flanges drilled in

accordance with the Schedule of Quantities.

The sluice valves shall be manufactured as elsewhere specified.

PV.1.3.3 Air Valves (Type III) (Single Air Valves)

The single air valves shall be manufactured to diameters, classes and flange tables as detailed or

elsewhere specified and shall be equipped with a small orifice. These air valves shall be of the

lever and float type and suitable for the pressures specified. The valve bodies shall be in high

grade corrosion resistant cast iron or cast steel; the float, fulcrum pin and orifice piece shall be of

stainless steel and the stopper of bronze with a nylon or rubber face.

The air valves shall be mounted above an isolating stop cock fitted with handwheels or tee-handles

mounted on the main spindle so that the plane of these is vertical.

PV.1.3.4 Air Valves (Type IV)

Type IV air valves shall be similar to Vent-o-mat or Exair air release valves of the double acting

type. They shall be manufactured to the diameters and classes as specified elsewhere.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C235 C3

Part C3 Specification

Each air valve shall be fitted with a flanged isolating valve with flanges drilled in accordance with

the Schedule of Quantities.

PV.1.4 BUTTERFLY VALVES

PV.1.4.1 Standard Butterfly Valves

Butterfly valves shall comply with BS 5155 and shall fulfil the following requirements as set out

in Appendix "A" of that Specification.

PV.1.4.1.1 Type of Valve

This shall be as Figure 2,3 or 4 of clause 3 of BS 5155.

PV.1.4.1.2 Valve Or Pipe Size

The nominal size shall be as specified or scheduled elsewhere.

PV.1.4.1.3 Nominal Or Class Pressure

The nominal pressure rating shall be PN 10 unless otherwise specified.

PV.1.4.1.4 Service Conditions

The pressure/temperature ratings shall be as Clause 6 of BS 5155.

PV.1.4.1.5 Drilled Or Undrilled Flanges

The flanges to be drilled as specified elsewhere.

PV.1.4.1.6 Dimensions

These are to be supplied with offer.

PV.1.4.1.7 Service Application

This shall be a tight shut-off.

PV.1.4.1.8 Wafer Lugged Valves

These are to be Standard requirements as per Clause 8.2.2 of BS 5155.

PV.1.4.1.9 Tapping Connections

These are to be Standard requirements as per Clause 8.3 of BS 5155.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C236 C3

Part C3 Specification

PV.1.4.1.10 Support Feet

Valves greater than 600 shall be supplied with support feet.

PV.1.4.1.11 Specific Requirements for Service Differential Pressure

Full working pressure.

PV.1.4.1.12 Wrench Or Handwheel Operation

The valve shall be fitted with a handwheel which shall be situated on the LHS of the valve looking

downstream with the handwheel on the downstream side of the valve unless otherwise specified.

PV.1.4.1.13 Closing Direction

The valve shall have clockwise opening unless otherwise specified

PV.1.4.1.14 Type of Actuator

Unless otherwise specified, actuators shall be manually operated. The actuator shall be a separate

unit bolted to the main body of the valve for easy removal.

PV.1.4.1.15 Materials

Unless otherwise specified, valves shall be of cast iron with stainless steel shafts.

PV.1.4.1.16 Specific Materials

Internal fastenings shall be of stainless steel.

PV.1.4.1.17 Fire Tested Design

Not applicable.

PV.1.4.1.18 Anti Static

Not applicable.

PV.1.4.1.19 Test Certificate

Test certificates are required.

PV.1.4.1.20 Painting

Valves shall be epoxy coated (FBE, or Copon EP2300) to a minimum dry film thickness of 250

microns.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C237 C3

Part C3 Specification

PV.1.4.1.21 Protection (Surfaces)

Ends Sealed.

PV.1.4.1.22 Sealing (Body End)

Jointing surface protected.

PV.1.4.2 Special Butterfly Valves

PV.1.4.2.1 Type of Valve

PV.1.4.2.2 Double Flanged

The body dimensions between flanges is to be sufficient to accommodate the use of a running nut

mounted therein.

Each flange shall be designed to conform the requirements of downstream dismantling at full

design working pressure.

PV.1.4.2.3 Valve Or Pipe Size

The Diameter as per Schedule of Quantities.

PV.1.4.2.4 Nominal Or Class Pressure

The Nominal pressure rating is to be PN 10 (Unless otherwise specified).

PV.1.4.2.5 Service Conditions

The Pressure/temperature ratings shall be as Clause 6 of BS 5155.

PV.1.4.2.6 Drilled Or Undrilled Flanges

Flanges are to be drilled in accordance with SABS 1123/1000 (Unless otherwise specified).

PV.1.4.2.7 Dimensions

To be supplied with offer - required as short as possible.

PV.1.4.2.8 Service Application

This is to be tight shut-off.

PV.1.4.2.9 Wafer Lugged Valves

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C238 C3

Part C3 Specification

This is not applicable.

PV.1.4.2.10 Tapping Connections

This is not applicable.

PV.1.4.2.11 Support Feet

Support feet are required for valves 600 mm diameter and larger.

PV.1.4.2.12 Specific Requirements for Service Differential Pressure

This is to be full working pressure.

PV.1.4.2.13 Wrench Or Handwheel Operation

The valve shall be fitted with an electrically operated gear actuator situated on the LHS of the

valve looking downstream with the handwheel on the downstream side of the valve.

PV.1.4.2.14 Closing Direction

This is to be clockwise closing (Unless otherwise specified).

PV.1.4.2.15 Type of Actuator

The actuator shall be electrically operated and be a separate unit bolted to the main body of the

valve for easy removal.

The actuator is to be irreversible in any position and be fitted with clearly visible disk position

indicator.

The gear actuator shall be of the variable Kinematic type that shall-

(i) move the disc more slowly around the final 30° of full closure than during the rest of the

travel, thereby reducing water hammer possibility; and

(ii) provide a tenfold increase in torque over the last 30° of disc closure with minimal

increase in required input torque.

PV.1.4.2.16 Materials

PV.1.4.2.16.1 Body

(i) The body material shall not be in contact with the fluid conveyed and shall be fully

protected internally by the resilient seal.

(ii) Body material shall be ductile iron grade SG 370 - 17/N.F. A32.201

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C239 C3

Part C3 Specification

PV.1.4.2.16.2 Disc

(i) The disc shall be spherically machined to ensure perfect mating with the corresponding

spherically moulded seating area of the liner in the shaft seal areas.

(ii) The disc shall be of Uranus B Stainless Steel.

PV.1.4.2.16.3 Shaft

(i) The shaft must be "Dry Shaft" design where the fluid conveyed never comes into contact

with the shaft. The shaft seal must be obtained between the liner and the disc without the use of

secondary back-up seals. Shaft mounted seals will not be accepted.

(ii) The shaft must be positively keyed or splined to the disc to eliminate flutter. The use of

plinths or bolts is not acceptable.

(iii) The shaft must be of "Unit Construction" design, either one piece or joined by a tie bolt

where upper and lower sub assemblies are employed.

(iv) Shaft material is to be of stainless steel Grade A 151 420.

PV.1.4.2.16.4 Liner

(i) The liner shall be of Hyperlon and completely cover the interior of the valve.

(ii) The liner shall be easily replaceable. Bonded liners are not acceptable.

(iii) The liner shall overlap the sides of the body and form the seal between the flanges and

the valve, eliminating the need for separate gaskets. Valve design shall be such that metal to metal

contact between the valve body and the outer flange face is obtained once sufficient compression

has been placed on the liner to achieve the necessary seal.

(iv) The liner must be keyed internally to the body to ensure correct liner/disc contact at all

times.

(v) The liner must be of "smooth bore" design and positive drip-tight sealing obtained by the

disc edge forced into the liner on closing.

PV.1.4.2.16.5 Specific Materials

Refer PV.1.4.2.15

PV.1.4.2.17 Fire Tested Design

Not applicable.

PV.1.4.2.18 Anti Static

Not applicable.

PV.1.4.2.19 Test Certificate

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C240 C3

Part C3 Specification

Tests certificates are required.

PV.1.4.2.20 Painting

Valves shall be epoxy coated (FBE of Copon EP2300) to a minimum dry film thickness of 250

microns.

PV.1.4.2.21 Protection (Surfaces)

Ends sealed.

PV.1.4.2.22 Sealing (Body End)

Jointing surface protected.

PV.1.5 TESTING OF VALVES

Valves shall be tested in manufacturer’s works after cleaning but before painting as follows:

PV.1.5.1 Mechanical Operation

Valves shall be operated between fully opened and fully closed positions to demonstrate that the

assemblies are workable.

PV.1.5.2 Pressure Tests

Valves shall be tested with both ends closed to twice rated working pressures following the

procedure specified in SABS 664.

PV.1.5.3 Drop-tight tests

Valves shall be tested with one end open to the working pressures specified following procedures

in SABS 664. Tests shall be made from both ends. There shall be no leakage past the disc or gate.

PV.1.6 HYDRANTS

PV.1.6.1 Hydrants

All hydrants shall consist of a cast-iron hydrant tee, a 75 mm cast-iron flanged make-up piece and

a screw down hydrant with bayonet lug outlet. Flanges for the hydrant make-up pieces shall be as

specified.

All fittings shall be painted externally with an approved bituminous paint and installed as shown

on the Drawings.

PV.1.6.2 Hydrant Tees

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C241 C3

Part C3 Specification

Hydrant tees required for hydrants shall have flanges of 200 mm dia. drilled for 4 No. M16 bolts

on a 165 mm pitch circle diameter.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C242 C5

Part C5 Annexures

C4 SITE INFORMATION

C4.1 LOCALITY PLAN

The following locality sketch is included in overleaf :

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C243 C5

Part C5 Annexures

LOCALITY SKETCH

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C244 C5

Part C5 Annexures

Locality of SSA2 within King Cetshwayo District Municipality

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C245 C5

Part C5 Annexures

ANNEXURES

A DRAWINGS

The drawings issued to tenders as part of the tender documents must be regarded as provisional and preliminary for

the tenderer’s benefit to generally assess the scope of work.

The work shall be carried out in accordance with the latest available revision of the drawings approved for

construction (AFC)

At commencement of the contract, the Engineer shall deliver to the Contractor copies of the AFC drawings and any

instructions required for the commencement of the works. From time to time thereafter during the progress of the

works, the Engineer may issue further drawings for construction purposes as may be necessary for adequate

construction, completion and defects correction of the works.

All drawings and specifications and copies thereof remain the property of the Employer, and the Contractor shall

return all drawings and copies thereof to the Employer at the completion of the contract.

The drawings listed in the table overleaf have been bound and issued sperately for tender purposes.

Tenderers are to ensure that they receive a complete set of the tender drawings and must immediately inform the

Engineer of any drawings that are missing so that further copies can be issued.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C246 C5

Part C5 Annexures

LIST OF DRAWINGS ISSUED FOR TENDER:

NUMBER DESCRIPTION

C-DR-00-XX-0001 Phase 1 Bulk Supply Overall Layout Plan

C-DR-00-XX-0002 Air Valve Chamber Details

C-DR-00-XX-0003 Isolating Valve Chamber Details for Pipes up to 200 Ø

C-DR-00-XX-0004 Scour Valve Chamber Details

C-DR-00-XX-0005 Road Crossing Details

C-DR-00-XX-0006 Thrust and Anchor Block Details

C-DR-00-XX-0007 Typical Headwall and Manhole Details

C-DR-00-XX-0008 Manhole Cover and Frame 1

C-DR-00-XX-0009 Manhole Cover and Frame 2

C-DR-00-XX-0010 Manhole Cover and Frame 3

C-DR-00-XX-0011 Retaining Wall Details

C-DR-00-XX-0012 Inlet Control Valve Chamber

C-DR-00-XX-0013 Details of Water Meter Chamber

C-DR-00-XX-0014 Dispenser Details

C-DR-00-XX-0015 Non-Return Valve Details

C-DR-00-XX-0016 Pipe Bedding

C-DR-00-XX-0017 River Crossing

C-DR-00-XX-0018 Road deviation, typical details

C-DR-00-XX-0019 Telemetry Cubicle Details

C-DR-00-XX-0024 Meter Chamber for Meter on 400Ø Pipework

C-DR-00-XX-0025 Meter Chamber for Meter on 400Ø Pipes

C-DR-00-XX-0026 Pipework Details for Meter on 400Ø Pipes

C-DR-00-XX-0027 Isolation Valve for 400 Ø Pipe

C-DR-00-XX-0028 River Crossing Detail for 400Ø Pipe

C-DR-02-XX-0001 Reservoir and Pump Station 2B Site Plan

C-DR-02-XX-0002 Reservoir 2B Pipework Schedule

C-DR-02-XX-0003 Pump Station 2B Layout and Details

C-DR-04-XX-0001 400Ø Gravity main from existing reservoir to reservoir 2A – Sheet 1 of 15

C-DR-04-XX-0001 400Ø Gravity main from existing reservoir to reservoir 2A – Sheet 2 of 15

C-DR-04-XX-0001 400Ø Gravity main from existing reservoir to reservoir 2A – Sheet 3 of 15

C-DR-04-XX-0001 400Ø Gravity main from existing reservoir to reservoir 2A – Sheet 4 of 15

C-DR-04-XX-0001 400Ø Gravity main from existing reservoir to reservoir 2A – Sheet 5 of 15

C-DR-04-XX-0001 400Ø Gravity main from existing reservoir to reservoir 2A – Sheet 6 of 15

C-DR-04-XX-0001 400Ø Gravity main from existing reservoir to reservoir 2A – Sheet 7 of 15

C-DR-04-XX-0001 400Ø Gravity main from existing reservoir to reservoir 2A – Sheet 8 of 15

C-DR-04-XX-0001 400Ø Gravity main from existing reservoir to reservoir 2A – Sheet 9 of 15

C-DR-04-XX-0001 400Ø Gravity main from existing reservoir to reservoir 2A – Sheet 10 of 15

C-DR-04-XX-0001 400Ø Gravity main from existing reservoir to reservoir 2A – Sheet 11 of 15

C-DR-04-XX-0001 400Ø Gravity main from existing reservoir to reservoir 2A – Sheet 12 of 15

C-DR-04-XX-0001 400Ø Gravity main from existing reservoir to reservoir 2A – Sheet 13 of 15

C-DR-04-XX-0001 400Ø Gravity main from existing reservoir to reservoir 2A – Sheet 14 of 15

C-DR-04-XX-0001 400Ø Gravity main from existing reservoir to reservoir 2A – Sheet 15 of 15

C-DR-04-XX-0002 400Ø Gravity main from existing reservoir to reservoir 2A – Overall

C-DR-04-XX-0003 Gravity Main from Existing Reservoir to Reservoir 2A – Tie-in Detail

C-DR-05-XX-0001 200Ø Gravity main from 400Ø to Reservoir 2B – Sheet 1 of 6

C-DR-05-XX-0001 200Ø Gravity main from 400Ø to Reservoir 2B – Sheet 2 of 6

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C247 C5

Part C5 Annexures

C-DR-05-XX-0001 200Ø Gravity main from 400Ø to Reservoir 2B – Sheet 3 of 6

C-DR-05-XX-0001 200Ø Gravity main from 400Ø to Reservoir 2B – Sheet 4 of 6

C-DR-05-XX-0001 200Ø Gravity main from 400Ø to Reservoir 2B – Sheet 5 of 6

C-DR-05-XX-0001 200Ø Gravity main from 400Ø to Reservoir 2B – Sheet 6 of 6

C-DR-05-XX-0002 200Ø Gravity main Long Section 6 - Overall

A-DR-02-XX-0001 Pump station 2B Architectural Layout, Elevations and Details

S-DR-02-XX-0001 Reservoir 2B Concrete Layout, Sections & Details

E-DR-02-XX-0001 Reservoir 2B Lightning Protection and Earthing Layout

E-DR-02-XX-0002 Pump Station 2B Lightning Protection and Earthing Layout

Z-DR-00-XX-0001 Project Signboard

Z-DR-00-XX-0002 Gate and Fencing Details

Z-DR-00-XX-0003 Pipeline Route Markers

A selection of drawings follow.

King Cetshwayo District Municipality KCDM/RBIG/03/2017

CONTRACT C248 C5

Part C5 Annexures

B PCI Insurance Documentation

The PCI documentation follows on the next page.