contract no. cdc/645/16 tender and contract … · building and engineering works designed by the...

193
CONTRACT No. CDC/645/16 TENDER AND CONTRACT DOCUMENT for the ACQUISITION OF NEW FLOATING JETTY: ROBBEN ISLAND (RETURNABLE DOCUMENT) FEBRUARY 2017 PREPARED BY: Safmarine Quay, Clock Tower Precinct, Victoria & Alfred Waterfront, Cape Town, 8001 P O Box 50023, Waterfront, 8002, South Africa Tel: +27 21 418 3830 Fax: +27 21 418 3834 E-mail: [email protected] PREPARED FOR AND ON BEHALF OF: Coega Development Corporation (Pty) Ltd Office 1101, 11th Floor South African Reserve Building Cape Town 8001 NAME OF TENDERER: _____________________________

Upload: others

Post on 15-Mar-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

CONTRACT No. CDC/645/16

TENDER AND CONTRACT DOCUMENT

for the

ACQUISITION OF NEW FLOATING JETTY: ROBBEN ISLAND

(RETURNABLE DOCUMENT)

FEBRUARY 2017

PREPARED BY:

Safmarine Quay, Clock Tower Precinct, Victoria & Alfred Waterfront, Cape Town, 8001 P O Box 50023, Waterfront, 8002, South Africa Tel: +27 21 418 3830 Fax: +27 21 418 3834 E-mail: [email protected]

PREPARED FOR AND ON BEHALF OF: Coega Development Corporation (Pty) Ltd Office 1101, 11th Floor South African Reserve Building Cape Town 8001

NAME OF TENDERER: _____________________________

Page 2: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-05 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

2

Page 3: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-05 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

GENERAL TENDER INFORMATION CLARIFICATION MEETING: Friday 24th February 2017 (this is a

compulsory meeting)

VENUE FOR CLARIFICATION MEETING: Coega Development Corporation (PTY) Ltd Office 1101, 11th Floor South African Reserve Building Cape Town at 10h00.

CLOSING DATE:

Monday 13th March 2017

CLOSING TIME: 12h00

CLOSING VENUE: Coega Development Corporation (PTY) Ltd Office 1101, 11th Floor South African Reserve Building Cape Town 8001

TENDER BOX:

At above Address

3

Page 4: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-05 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDERERS CONTACT DETAILS To be completed by the Tenderer.

Name of Tenderer:

Address:

Telephone:

Facsimile:

E-mail address:

4

Page 5: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-05 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

SCHEDULE OF DOCUMENTS The following documents constitute the Tender and Contract Document.

Contents

Number Heading

The Tender

Part T1: Tendering procedures

T1.1 Tender Notice and Invitation to Tender

T1.2 Tender Data

Part T2: Returnable documents

T2.1 List of Returnable Documents

T2.2 Returnable Schedules

The Contract

Part C1: Agreements and Contract Data

C1.1 Form of Offer and Acceptance

C1.2 Contract Data

C1.3 Form of Guarantee

C1.4 Occupational Health and Safety Agreement

C1.5 Contract Agreement

Part C2: Pricing data

C2.1 Pricing Assumptions

C2.2 Schedule of Prices

Part C3: Scope of Work

C3.1 Description of the Works

C3.2 Drawings

C3.3 Employers Works Information

C3.4 Management

C3.5 Annexes

Part C4: Site information

C4.1 Site Information

ANNEXES The Tenderer shall satisfy himself that this Document is complete in accordance with the above contents list and if any pages are found to be missing, or duplicated, or the writing of figures illegible, or to contain any obvious errors, he shall immediately apply to the Engineer and have the discrepancy rectified. No liability whatsoever will be admitted by the Engineer in respect of errors in the Tenderer’s offer due to the foregoing.

5

Page 6: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-05 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ LIST OF PROJECT DOCUMENTS The Tender and Contract Documents for this project comprise the following: 1: The Conditions of Contract for Plant and Design-Build for Electrical and Mechanical Works and for

Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International Federation of Consulting Engineers (FIDIC).

2: The referenced SANS and BS or other Standardized Specifications which the Tenderer shall purchase

himself. 3: This Tender and Contract Document, containing the Tender Notice, Conditions of Tender, Tender Data,

Returnable Schedules, General and Particular Conditions of Contract, Scope of Work, Pricing Data, Form of Offer and Acceptance and Site Information, as issued by the Employer. The Employer’s Form of Acceptance and any relevant correspondence from the selected Tenderer, Performance Security and all Addenda issued during the period of tender will also form part of this document once a successful tenderer has been appointed.

1 and 2 are available from the following organisations (as applicable): • CESA, PO Box 68482, Bryanston, 2021.Tel: 011 463 2022 Fax: 011 463 7383, email: [email protected] • SAICE, Private Bag X200, Halfway House, 1685. Tel: 011 805 5947/8, email: [email protected] • SAFCEC • South African Bureau of Standard

6

Page 7: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-02 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

THE TENDER

TABLE OF CONTENTS PAGE NO.

T1 TENDERING PROCEDURES ............................................................................................................................ 8

T2 RETURNABLE DOCUMENTS ........................................................................................................................ 43

Tender The Tender The Tender Page No. 7 of 193

Page 8: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

THE TENDER

PART T1: TENDERING PROCEDURES

TABLE OF CONTENTS

PAGE NO.

T1.1 TENDER NOTICE AND INVITATION TO TENDER .......................................................................................... 9

T1.2 TENDER DATA ......................................................................................................................................... 11

Tender T1: Tender Procedures Part T1: Tender Procedures Page No. 8 of 193

Page 9: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T1.1 Tender Notice and Invitation to Tender The COEGA DEVELOPMENT CORPORATION invites tenders for:

Contract number: CDC/645/16

Tender invited for: ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND, CAPE TOWN

Preferences:

Preferences are offered to Tenderers in accordance with their SANAS certified BBBEE rating as further described in the Tender Data

Eligibility Criteria:

Tenderers must be able to demonstrate suitable prior experience in the design, fabrication, supply and installation and completion of marine floating jetty structures and attain the minimum score for quality(functionality) as further described in the Tender Data

The physical address for collection of tender documents is: Coega Development Corporation (PTY) Ltd Office 1101, 11th Floor South African Reserve Building Cape Town 8001 Documents may be collected during working hours between 08:30 – 13:00 and 13:45 – 17:00 from Friday, 17th February 2017. Queries relating to the issue of these documents may be addressed to Mr A Ntloko, e mail: [email protected] A compulsory clarification meeting with representatives of the Employer will take place at the CDC Cape Town Offices at 10H00 on the Friday 24th February 2017. The closing time for receipt of tenders is 12:00 on Monday, 13rd March 2017. Telegraphic, telephonic, telex, facsimile, e-mail and late tenders will be not accepted. Tenders may only be submitted on the tender documentation that has been issued. Requirements for sealing, addressing, delivery, opening and evaluation of tenders are given in the Tender Data.

Tender T1.1: Tender Notice and Invitation to Tender Part T1: Tender Procedures Page No. 9 of 193

Page 10: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

SITE LOCALITY PLAN Contract No CDC/645/16, Acquisition of New Floating Jetty, Robben Island GPS Co-ordinates: 33°47’55.38”S,18°22’38.58”E Ferry Jetty Murray’s Bay Harbour Robben Island Cape Town 8001

Tender T1.1: Tender Notice and Invitation to Tender Part T1: Tender Procedures Page No. 10 of 193

Page 11: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T1.2 Tender Data The conditions of tender are the Standard Conditions of Tender as contained in Annex F of Board Notice 136 of 2015 in Government Gazette No. 38960 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. 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. The following variations, amendments and additions to the Standard Conditions of Tender as set out in the Tender Data below shall apply to this tender: Clause Tender Data number

F.1 General F.1.1 Actions Add the following: The Employer is the CEOGA DEVELOPMENT CORPORATION (PTY) LTD

F.1.2 Tender Documents Add the following: “The following documents form part of this tender: Conditions of contract: The Conditions of Contract for Plant Design-Build for Electrical and Mechanical Plant and for Building and

Engineering Works, Designed by the Contractor (First Edition) 1999 as published by the International Federation of Consulting Engineers (FIDIC). This publication is available and tenderers must obtain copies at their own cost from the South African Institution of Civil Engineering (SAICE), Private Bag X200, Halfway House 1685, Tel: (011) 805 5947, Fax: (011) 805 5971, e-mail: [email protected].

Standardised Specifications: The applicable SANS Standardised Specifications for Civil Engineering Construction prepared by Standards

South Africa as referenced in the Scope of Work. The applicable British Standards prepared by the British Standards Institution as referenced in the Scope

of Work.

These publications are obtainable and tenderers must obtain copies at their own cost from The South African Bureau of Standards (SABS), Private Bag X191, PRETORIA, 0001.

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 11 of 193

Page 12: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________

These documents may also be inspected, by appointment, at the offices of the Employers Representative during normal office hours. The tender documents issued by the Employer comprise: The Tender and Contract Document (this document), in which is bound:

The Tender Part T1: Tendering procedures T1.1 Tender notice and invitation to tender T1.2 Tender data Part T2: Returnable Documents T2.1 List of returnable documents T2.2 Returnable schedules

The Contract Part C1: Agreements and Contract Data C1.1 Form of Offer and Acceptance C1.2 Contract data C1.3 Form of Guarantee C1.4 Occupational Health and Safety Agreement C1.5 Contract Agreement Part C2: Pricing Data C2.1 Pricing instructions C2.2 Schedules of Prices Part C3: Scope of Work C3.1 Description of the Works C3.2 Drawings C3.3 Employer’s Works Information C3.4 Management C3.5 Annexes

Part C4: Site information C4.1 Site information Annexes Drawings (listed in C3.2, Drawings)

The Tender and Contract Document is deemed the “Returnable Document” which must be completed

and returned to the Employer in terms of submitting a tender offer. F.1.4 Communication and employer’s agent Add the following: The Employers agent for the purposes of this tender is: Name: Mr A Ntloko, Tel No. 021-481 9968, e mail: [email protected] Address: Coega Development Corporation (PTY) Ltd

Office 1101, 11th Floor

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 12 of 193

Page 13: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________

South African Reserve Building Cape Town 8001

Attention is drawn to the fact that verbal information, given by the Employer during site

visits/clarification meetings or at any other time prior to the award of the Contract, will not be regarded as binding on the Employer. Only information issued formally by the Employer in writing to tenderers will be regarded as amending the Tender Documents.

F.1.5 The employer’s right to accept or reject any tender offer Delete sub-clause F.1.5.2 in its entirety. F.2 Tenderer’s obligations F.2.1 Eligibility Add the following: Only those Tenderers who satisfy the following criteria are eligible to submit tenders: F.2.1.1 CIDB registration Sub-clause (3) of Clause 4 Exemptions of the Construction Industry Development Regulations published in

terms of the Construction Industry Development Board Act, 2000 (Act No. 38 Of 2000 states: “ A contractor who undertakes a construction works contract substantially consisting of the provision of

supplies, is exempt from registration in terms of these Regulations.” As the substantial majority of the Scope of Work consists of the supply and delivery of a proprietary

floating marina pontoon jetty solution with only a minor installation requirement, although preferable, it is not mandatory for tenderers to be registered with the CIDB in order to be consider for further evaluation.

F.2.1.2 Pre-Qualifying Quality (Functionality) Criteria Only those tenderers who attain the specified minimum of 70% of the total number of points for quality

(functionality) as defined in Appendix A to the Tender Data, will be eligible for further consideration. Failure to meet the pre-qualifying criteria will result in the tender being considered non-responsive and eliminated from further consideration.

Minimum Score for Quality (Functionality) Submissions will be scored independently by not less than three evaluators in terms of identified quality

evaluation criteria. The description of the quality evaluation criteria and the maximum possible score for each category is shown in the table below. The score achieved for quality will be the sum of the scores achieved for the individual criteria.

A maximum of up to 100 evaluation points will be awarded in respect of quality (functionality).

Quality will be scored in accordance with the following Returnable Schedules as set out in Part T2.2. :

T2.2.3 Schedule of Work Experience

T2.2.4 Schedule of Contractors Equipment

T2.2.5 Preliminary Programme and Method Statement

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 13 of 193

Page 14: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________

T2.2.9 Schedule of Subcontractors

T2.2.10 Schedule of Key Personnel

T2.2.16 Technical Data Sheets (including proposed design solution)

T2.2.21 Quality Plan Each evaluation criteria will be assessed in terms of five indicators – no response, poor, satisfactory, good and very good. Percentage scores of 0, 25, 50, 75 or 100 will be allocated to no

response, poor, satisfactory, good and very good, to each of the quality evaluation criteria respectively. The scores of each of the evaluators will be averaged, weighted and then totalled to obtain the final score for quality.

For the purposes of adjudication, the principals outlined in Appendix A to the Tender Data will be

followed. Note: Where the entity tendering is a joint venture a score for experience will be awarded to each party to the

joint venture, which will then be combined in proportion to the percentage contribution of each party to the joint venture.

F.2.7 Clarification meeting Add the following: A compulsory clarification meeting with representatives of the Employer will be held as detailed in the

tender notice and invitation to tender. Should tenderers wish to arrange a conducted Site visit this can be arranged via the Employers Representative.

F.2.12 Alternative tender offers Tenderers are advised that should they be able to offer a shorter contract period than that stipulated in

part C2, they should do so as a separate alternative offer. Add the following to F.2.12.1 F.2.12.1 If a tenderer wishes to submit an alternative tender offer he shall do so as a separate complete offer on a

separate complete set of tender documents, including Form of Offer and Acceptance, clearly marked as an “Alternative Tender” in order to distinguish it from the unqualified tender. The only criterion permitted for such alternative tender offer is that it demonstrably satisfies the Employer’s standards and requirements, further details of which may be obtained from the Employer. In this regard all alternative tenders shall be accompanied by a covering letter clearly stating where the alternative tender differs from the Tender.

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, 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 Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 14 of 193

Page 15: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________

responsibility and liability that the alternative offer complies in all respects with 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 (after adding contingencies and VAT) to cover the Employer’s costs of confirming the acceptability of the detailed design before it is constructed. Tenderers are required to indicate alternative tender offers in Schedule T2.2.14: Alterations/Amendments by Tenderer in T2.2: Returnable Tender Schedules. The Employer reserves the right to examine or not to examine such alternative offers and shall not be bound to accept any such offers.

F.2.13 Submitting a tender offer Add the following to F.2.13.1: F.2.13.1 Variations from Specification and Options Tenders shall be for the plant and material specified.

i. Variations from Specification

Where the Tenderer cannot tender in all respects in accordance with the Scope of Work, such variations shall be clearly and separately listed in Schedule T2.2.14:: Alterations/Amendments by Tenderer included in this Tender Document, or in a Tenderer’s covering letter under the heading “Variations from Specification” and referred to in Schedule T2.2.14:: Alterations/Amendments by Tenderer.

The Employer will examine such variations but shall not be bound to accept any such variations.

The sum tendered in the Tender Offer shall be deemed to include for all such variations listed or referred to in Schedule T2.2.14: Alterations/Amendments by Tenderer.

Variations or omissions which are contained in literature, detailed or general descriptions, drawings,

equipment lists, etc. provided with the Tender but which are not clearly and separately listed as described above will not be accepted by the Employer and the Tender shall be deemed to comply in all respects with the Scope of Work and all costs in this regard shall be for the Contractor's account.

ii. Options

The Tenderer may submit options for alternative materials or plant to that specified for any of the

items in the Schedule of Prices, which in his opinion are suitable and advantageous to the Employer. The Employer will examine such options but shall not be bound to accept any such options.

Such options shall be offered as separately priced items in a Tenderer’s covering letter which must

accompany the Tender under the heading “Options”. Such options shall NOT be listed in Schedule T2.2.14:: Alterations/Amendments by Tenderer. The sum tendered in the Tender Offer shall be deemed to exclude all such Options.

Add the following to F.2.13.3 F.2.13.3 Parts of each tender offer communicated on paper shall be submitted as an original, plus 1 (one) copy.

Add the following after the first sentence of F.2.13.4: F.2.13.4 The tender shall be signed by a person duly authorised to do so. Tenders submitted by joint ventures of

two or more firms shall be accompanied by the document of formation of the joint venture, Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 15 of 193

Page 16: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________

authenticated by a notary public or other official deputed to witness sworn statements, in which is defined precisely the conditions under which the joint venture will function, its period of duration, the persons authorised to represent and obligate it, the participation of the several firms forming the joint venture, and any other information necessary to permit a full appraisal of its functioning.

Add the following to F.2.13.5: 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: Physical address: Coega Development Corporation (PTY) Ltd Office 1101, 11th Floor South African Reserve Building Cape Town 8001 Identification details: Contract No CDC/645/16, Acquisition of New Floating Jetty, Robben Island, Cape

Town Sealed tenders with the Tenderer’s name and address and the endorsement “CONTRACT NO

CDC/645/16, ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND, CAPE TOWN" on the envelope, must be submitted to and placed in the applicable tender box at the abovementioned address.

The Tender and Contract Document (which includes the Form of Offer and Acceptance) completed in all

respects, plus any additional supporting documentation required, must be submitted and inserted into the official tender box before date and closing time. If the tender offer is too large to fit into the abovementioned box or the box is full, please enquire at the Reception Desk for alternative instructions. The onus remains with the tenderer to ensure that the tender is placed in the tender box or as alternatively instructed.

Add the following to F.2.13.6: F.2.13.6 A two-envelope procedure will not be followed (F.3.5). F.2.15 Closing time Add the following to F.2.15.1: F.2.15.1 The closing time for submission of tender offers is as stated in the Tender Notice and Invitation to

Tender. Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted. F.2.16 Tender offer validity Add the following to F.2.16.1: F.2.16.1 The tender offer validity period is 90 days. F.2.17 Clarification of tender offer after submission Add the following to F.2.17: The Employer reserves the right to clarify with any Tenderer submitting a tender with a view to

incorporating such amendments as it may wish in the layout design and equipment submitted or altering the extent of the work or having the design modified to suit the Employer’s requirements. In this regard, the Employer may call upon any Tenderer to appear before him or may request any Tenderer to clarify in writing anything which is not clear from the Tender Documents and to ask for his view on any particular

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 16 of 193

Page 17: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________

issue. Nevertheless, the Employer reserves the right to return to the original design after clarifications if it so desires.

Any financial adjustment necessary due to any amendment made to the design and/or method of

construction submitted shall be made in accordance with the Conditions of Contract. The above shall in no way relieve the Tenderer of his responsibility for ensuring that the equipment is

designed and installed strictly in terms of the Scope of Work and the cost of carrying out any amendment considered necessary by the Employer to the design and/or installation of the equipment not conforming with the Scope of Work shall be borne by the Contractor.

A tender may be rejected as non-responsive if the Tenderer fails to provide any clarification requested by

the Employer within the time for submission stated in the Employer’s written request for such clarification or confirmation. A tender may be rejected if the unit rates or lump sums for some of the items in the bills/schedules of prices are, in the opinion of the Employer, unreasonable or out of proportion, and the Tenderer fails, within the stated number of days of having been notified in writing by the Employer to justify any specific rates or lump sums (i.e. to provide a financial breakdown of how such rates or sums were obtained) or to adjust the unit rates or lump sums for such items while retaining the total of the prices unchanged.

F.2.23 Certificates The Tenderer is required to submit the following with his tender

1. An original valid Tax Clearance Certificate issued by the South African Revenue Services together with confirmation of registration on Treasury’s Centralized Supplier Database (CSD) and provision of a Treasury CSD registration number which should be attached to Returnable Schedule T2.2.11;

2. Proof of Contractor Registration drawn from the Construction Industry Development Board website which should be attached to Returnable Schedule T2.2.11 (if appliciable);

3. Evidence of registration and proof of good standing with a compensation insurer who is approved by the Department of Labour in terms of Section 80 of the Compensation for Occupational Injuries and Diseases Act (Act No 130 of 1993)(COID). The Tenderer is required to disclose all inspections, investigations and their outcomes conducted by the Department of Labour into the conduct of the Tenderer at a time during the 36 months preceding the date of this Tender which should be attached to Returnable Schedule T2.2.11;

4. Submit their Broad-Based Black Economic Empowerment status level certificate or certified copy thereof issued by a registered verification agency in accordance with the Preferential Procurement Policy Framework Act, 2000; Preferential Procurement Regulations, 2011, which should be attached to Returnable Schedule T2.2.12. Joint ventures/consortiums will qualify for preference points, provided that the entity submits the relevant certificate/score card in terms of Preferential Procurement Regulations, 2011. Note that in the case of unincorporated entities, a verified score card must be submitted with the Tender;

5. Where the tendered amount inclusive of VAT exceeds R 10 million: i. audited annual financial statement for 3 years, or for the period since establishment if established

during the last 3 years, if required by law to prepare annual financial statements for auditing; ii. a certificate certifying that the tenderer has no undisputed commitments for municipal services

towards a municipality or other service provider in respect of which payment is overdue for more than 30 days;

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 17 of 193

Page 18: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________

iii. particulars of any contracts awarded to the tenderer by an organ of state during the past five years, including particulars of any material non-compliance or dispute concerning the execution of such contract;

iv. a statement indicating whether any portion of the goods or services are expected to be sourced from outside the Republic, and, if so, what portion and whether any portion of payment from the municipality or municipal entity is expected to be transferred out of the Republic.

6. All schedules requested under returnable documents F.3 The Employer’s undertakings F.3.2 Issue Addenda Add the following to the end of clause F3.2: All addenda issued to tenderers shall be acknowledged and listed on Schedule T2.2.13: Record of

Addenda to the Tender Documents. Any cost implications arising from Addenda to the tender shall be deemed to be included in the tender price.

F.3.3 Return late tender offers Add the following to the end of clause F.3.3 before the full stop: “upon request” F3.4 Opening of tender submissions Add the following to F.3.4.1 F3.4.1 The location for opening the tender offers is: Coega Development Corporation (PTY)Ltd Office 1101, 11th Floor South African Reserve Building Cape Town 8001 Tenders will be opened shortly after the closing time, but the opening of the tenders will not be done in

public. F.3.8 Test for responsiveness Add the following to F3.8: Tenders will be considered non-responsive if, inter alia:

the tender is not in compliance with the Scope of Work; the tenderer has not completed and/or signed the Form of Offer and Acceptance. the tenderer has failed to clarify or submit any supporting documentation within the time for

submission stated in the employer’s written request. the Tenderer has failed to achieve the minimum score for functionality/quality as stated in F.2.1.2. the Tenderer has not submitted the mandatory returnable schedules.

F.3.11 Evaluation of tender offers F.3.11.1 General Add the following to F3.11.1: The procedure for the evaluation of responsive tenders is Method 2. Only those tenderers who meet the

minimum eligibility functionality/ quality requirement will be eligible for evaluation in terms of Method 2. The 90/10 preference points system for acquisition of services, works or goods with a Rand value above R 1 million will be applicable.

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 18 of 193

Page 19: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________

F3.11.7 Scoring financial offers The financial offer will be scored using Formula 2 (Option 1) where the value of W1 is 90 points. F3.11.8 Scoring preference A maximum of 100 minus W1 tender evaluation points will be awarded for preference to tenderers who

submit responsive tenders and who are found to be eligible for the preference claimed, in accordance with the criteria listed below.

Points are based on a tenderer's scorecard measured in terms of the Broad-Based Black Economic

Empowerment Act (Act No 53 of 2003)(B-BBEE) and the Regulations, 2011 to the Preferential Procurement Policy Framework Act (Act No 5 of 2000)(PPPFA).

Points awarded will be according to a tenderer's B-BBEE status level of contribution and summarised in

the table below:

B-BBEE Contribution Level 90:10 Preference System 1 10 2 9 3 8 4 5 5 4 6 3 7 2 8 1

Non-compliant 0 Eligibility for preference points is subject to the following:

a) A tenderer's scorecard shall be based on the latest Department of Trade and Industry (DTI) scorecard.; and

b) The scorecard shall be submitted as a certificate attached to Returnable Schedule T2.2.12; and c) The certificate shall have been issued by a registered verification agency accredited by the South

African National Accreditation System (SANAS), as contemplated in the B-BBEE Framework for Accreditation and Verification by all Verification Agencies promulgated in Government Notice No 810 of 31 July 2009; and

d) The date of issue of the certificate must be less than 12 (twelve) months prior to the advertised Tender closing date.

F.3.17 Provide copies of the contract: Add the following to F3.17: The number of paper copies of the signed contract to be provided by the Employer is one.

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 19 of 193

Page 20: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________

F.4 Additional Conditions of Tender The additional conditions of tender are: F.4.1 Compliance with Occupational Health and Safety Act 1993 Tenderers are to note the requirements of the Occupational Health and Safety Act No. 85 of 1993 and the

Construction Regulations 2003 issued in terms of Section 43 of the Act. The tenderer shall be deemed to have read and fully understood the requirements of the above Act and Regulations and to have allowed for all costs in compliance therewith.

In this regard the Tenderer shall submit, upon request and prior to the award of a contract,, a detailed

Health and Safety Plan in respect of the Works in order to demonstrate the necessary competencies and resources to perform the construction work all in accordance with the Act and Regulations. Such Health and Safety Plan shall cover inter-alia the following details:

1) Management Structure, Site Supervision and Responsible Persons including a succession plan. 2) Contractor’s induction training programme for employees, sub-contractors and visitors to the Site. 3) Health and safety precautions and procedures to be adhered to in order to ensure compliance with

the Act, Regulations and Safety Specifications. 4) Regular monitoring procedures to be performed. 5) Regular liaison, consultation and review meetings with all parties. 6) Site security, welfare facilities and first aid. 7) Site rules and fire and emergency procedures.

Tenderers are to note that the Contractor is required to ensure that all sub-contractors or others engaged

in the performance of the contract also comply with the above requirements. The Contractor shall prepare and maintain a Health and Safety File in respect of the project, which shall

be available for inspection on Site at all times and handed over to the Employer on Final Completion of the project.

The Contractor is required to submit to the Employer the Occupational Health and Safety Agreement

(included in C1.4 of the Contract Document) and a letter of good standing from the Compensation Commissioner, or a licensed compensation insurer, within 14 days after the date of the Acceptance of the tender.

F.4.2 Claims arising after submission of tender No claim for any extras arising out of any doubt or obscurity as to the true intent and meaning of

anything shown on the Contract Drawings or contained in the Conditions of Contract, Scope of Work and Pricing Data, will be admitted by the Employer/Employer’s Agent after the submission of any tender and the Tenderer shall be deemed to have:

1) inspected the Contract Drawings and read and fully understood the Conditions of Contract. 2) read and fully understood the whole text of the Scope of Work and Pricing Data and thoroughly

acquainted himself with the nature of the works proposed and generally of all matters which may influence the Contract.

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 20 of 193

Page 21: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________

3) visited the site of the proposed works, carefully examined existing conditions, the means of access to the site, the conditions under which the work is to be done, and acquainted himself with any limitations or restrictions that may be imposed by the Municipal or other Authorities in regard to access and transport of materials and plant to and from the site and made the necessary provisions for any additional costs involved thereby.

4) requested the Employer or his duly authorised agent to make clear the actual requirements of anything shown on the Contract Drawings or anything contained in the Scope of Work and Pricing Data, the exact meaning or interpretation of which is not clearly intelligible to the Tenderer.

Before submission of any tender, the Tenderer should check the number of pages, and if any are found to

be missing or duplicated, or the figures or writing indistinct, or if the Pricing Data contain any obvious errors, the tenderer must apply to the Employer/Employer’s Agent at once to have the same rectified, as no liability will be admitted by the Employer/Employer’s Agent in respect of errors in any tender due to the foregoing.

F.4.3 Imbalance in tendered rates In the event of tendered rates or lump sums being declared by the Employer to be unacceptable to it

because they are either excessively low or high or not in proper balance with other rates or lump sums, the Tenderer may be required to produce evidence and advance arguments in support of the tendered rates or lump sums objected to. If, after submission of such evidence and any further evidence requested, the Employer is still not satisfied with the tendered rates or lump sums objected to, it may request the tenderer to amend these rates and lump sums along the lines indicated by it.

The Tenderer will then have the option to alter and/or amend the rates and lump sums objected to and

such other related amounts as are agreed on by the Employer, but this shall be done without altering the Contract Price.

Should the Tenderer fail to amend his Tender in a manner acceptable to the Employer, the Employer may

reject the Tender. F.4.4 Invalid tenders Tenders shall be considered invalid and shall be endorsed and recorded as such at the tender opening in

the following circumstances: a) if the tender offer is not submitted on the Form of Offer and Acceptance bound into this tender

document (form C1.1, Part C1: Agreements and Contract Data); b) if the tender is not completed in non-erasable ink; c) if the offer has not been signed; d) if the offer is signed, but the name of the tenderer is not stated or is indecipherable.

F.4.5 Negotiations with preferred tenderers The Employer reserves the right to negotiate the final terms of a contract with any tenderer identified

through a competitive tendering.

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 21 of 193

Page 22: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________

F.4.6 Price variations The Contract Price shall not be subject to any contract price adjustment, the rates and prices tendered

in the Schedules of Quantities/ Schedule of Prices shall be final and binding throughout the period of the contract.

Notwithstanding the above should the tenderer wish to claim rate exchange adjustment in respect of any

directly imported plant and material, he shall clearly state his intention to do so in a cover letter accompanying the tender and provide full details of the applicable items, exchange rates, import duties, etc. upon which the offer has been based. Failure to submit the above information will be deemed to mean that exchange rate adjustment will not apply.

F.4.7 Copyright All documents issued with this invitation to tender remain the property of the Employer and no part of

any document issued with this enquiry may be copied, photographed or repeated in any manner or by any process without the written consent of the Employer /Employers Agent. Copyright is reserved on all designs, specifications, patents and patentable designs, systems and processes contained in the documents and drawings.

The recipients of these documents shall treat the documents as well as the details contained herein as

private and confidential. F.4.8 Additional Information to be provided with the tender Tenderers are referred to Schedule T2.2.6: Information to be Provided with the Tender and shall ensure

that all such information is submitted. Failure to provide the required information may result in the tender being regarded as non-responsive

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 22 of 193

Page 23: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ANNEXURE F Standard Conditions of Tender

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

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 23 of 193

Page 24: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

which make it difficult to fulfill 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 price after the factors of a non-firm price and all

unconditional discounts it can be utilised to have been taken into consideration; 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; 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;

e) organisation means a company, firm, enterprise, association or other legal entity, whether incorporated or not, or a public body;

f) 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 Cancellation and Re-Invitation of Tenders

F.1.5.1 An organ of state may, prior to the award of the tender, cancel a tender if-

(a) due to changed circumstances, there is no longer a need for the services, works or goods requested; or

(b) funds are no longer available to cover the total envisaged expenditure; or

(c) no acceptable tenders are received.

F.1.5.2 The decision to cancel a tender must be published in the CIDB website and in the government. Tender Bulletin for the media in which the original tender invitation was advertised.

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

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 24 of 193

Page 25: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

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.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 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.1.6.3.2.1 Tenderers 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.1.6.3.2.2 The 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

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 25 of 193

Page 26: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ F2.2.1 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.2.2.2 The cost of the tender documents charged by the employer shall be limited to the actual cost

incurred by the employer for printing the documents. Employers must attempt to make available the tender documents on its website so as not to incur any costs pertaining to the printing of the tender documents.

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.

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

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 26 of 193

Page 27: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

tenderer is advised to seek qualified advice regarding insurance.

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 27 of 193

Page 28: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ 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.

F.2.10.2 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.

F.2.12 Alternative tender offers F.212.1 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.2.12.3 An alternative tender offer may only be considered in the event that the main tender offer is the

winning tender. 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

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 28 of 193

Page 29: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

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 as separate packages marking the packages as

"ORIGINAL" and "COPY". Each 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.

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.

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 29 of 193

Page 30: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ 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‖. 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. 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 and policies

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.

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 30 of 193

Page 31: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ 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.

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, number of points claimed for its BBBEE status level and time for

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 31 of 193

Page 32: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

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 functionality 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 functionality evaluation more than the minimum number of points for functionality stated in the tender data, and announce the score obtained for the technical proposals and the total price and any points claimed on BBBEE status level. Return unopened financial proposals to tenderers whose technical proposals failed to achieve the minimum number of points for functionality.

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

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 32 of 193

Page 33: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

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 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

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.

F3.9.2 The employer must correct the arithmetical errors in the following manner:

a) Where there is a discrepancy between the amounts in words and amounts in figures, the amount in words shall govern.

b) 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.

c) 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.

Consider the rejection of a tender offer if the tenderer does not correct or accept the correction of the arithmetical error in the manner described above.

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.

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 33 of 193

Page 34: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ F.3.11.2 Method 1: Price and Preference

In the case of a price and preference:

1) Score tender evaluation points for price 2) Score points for BBBEE contribution 3) Add the points scored for price and BBBEE.

F.3.11.3 Method 2: Functionality, Price and Preference

In the case of a functionality, price and preference:

1) Score functionality, rejecting all tender offers that fail to achieve the minimum number of points for functionality as stated in the Tender Data.

2) No tender must be regarded as an acceptable tender if it fails to achieve the minimum qualifying score for functionality as indicated in the tender invitation.

3) Tenders that have achieved the minimum qualification score for functionality must be evaluated further in terms of the preference points system prescribed in paragraphs 4 and 4 and 5 below.

The 80/20 preference point system for acquisition of services, works or goods up to Rand value of R1 million

4) (a)(i) The following formula must be used to calculate the points for price in respect of

tenders( including price quotation) with a rand value equal to, or above R 30 000 and up to Rand value of R 1 000 000 ( all applicable taxes included):

Where Ps = Points scored for comparative price of tender or offer under consideration; Pt = Comparative price of tender or offer under consideration; and Pmin = Comparative price of lowest acceptable tender or offer.

(4) (a)(ii) An employer of state may apply the formula in paragraph (i) for price quotations with a

value less than R30 000, if and when appropriate: (4) (b) Subject to subparagraph(4)(c), points must be awarded to a tender for attaining the B-BBEE status level of contributor in accordance with the table below:

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 34 of 193

Page 35: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

B-BBEE status level of contributor Number of points 1 20 2 18 3 16 4 12 5 8 6 6 7 4 8 2 Non-compliant contributor 0

(4) (c) A maximum of 20 points may be allocated in accordance with subparagraph (4)(b)

(4) (d) The points scored by tender in respect of B-BBEE contribution contemplated in contemplated in subparagraph (4) (b) must be added to the points scored for price as calculated in accordance with subparagraph (4)(a). (4) (e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the highest total number of points.

The 90/ 10 preference points system for acquisition of services, works or goods with a Rand value above R 1 million

(5) (a) The following formula must be used to calculate the points for price in respect of tenders with a Rand value above R1 000 000 (all applicable taxes included):

Where Ps = Points scored for comparative price of tender or offer under consideration; Pt = Comparative price of tender or offer under consideration; and Pmin = Comparative price of lowest acceptable tender or offer.

(5) (b) Subject to subparagraph(5)(c), points must be awarded to a tender for attaining the B- BBEE status level of contributor in accordance with the table below:

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 35 of 193

Page 36: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

B-BBEE status level of contributor Number of points 1 10 2 9 3 8 4 5 5 4 6 3 7 2 8 1 Non-compliant contributor 0

(5) (c) A maximum of 10 points may be allocated in accordance with subparagraph (5)(b).

(5) (d) The points scored by tender in respect of B-BBEE contribution contemplated in contemplated in subparagraph (5) (b) must be added to the points scored for price as calculated in accordance with subparagraph (5)(a).

(5) (e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the highest total number of points.

F.3.11.6 Decimal places

Score price, preference and functionality, as relevant, to two decimal places. F.3.11.7 Scoring Price

Score price of remaining responsive tender offers using the following formula: NFO = W1 x A

where: NFO is the number of tender evaluation points awarded for price. W1 is the maximum possible number of tender evaluation points awarded for price 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 2 a 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.

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 36 of 193

Page 37: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ 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 functionality

Score each of the criteria and subcriteria 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.

F.3.13 Acceptance of tender offer

Accept the tender offer, if in the opinion of the employer, it does not present any 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, under Business Rescue as provided for in chapter 6 of the Companies Act, 2008, 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

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 37 of 193

Page 38: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

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.

F3.19 Transparency in the procurement process F3.19.1 The CIDB prescripts require that tenders must be advertised and be registered on the CIDB

Tender system.

F3.19.2 The employer must adopt a transparency model that incorporates the disclosure and accountability as transparency requirements in the procurement process.

F3.19.3 The transparency model must identify the criteria for selection of projects, project information

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 38 of 193

Page 39: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

template and the threshold value of the projects to be disclosed in the public domain at various intervals of delivery of infrastructure projects.

F3.19.4 The client must publish the information on a quarterly basis which contains the following information:

Procurement planning process

Procurement method and evaluation process

Contract type

Contract status

Number of firms tendering

Cost estimate

Contract title

Contract firm(s)

Contract price

Contract scope of work

Contract start date and duration

Contract evaluation reports

F3.19.5 The employer must establish a Consultative Forum which will conduct a random audit in the implementation of the transparency requirements in the procurement process.

F3.19.6 Consultative Forum must be an independent structure from the bid committees. F3.19.7 The information must be published on the employer’s website. F 3.19.8 Records of such disclosed information must be retained for audit purposes.

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 39 of 193

Page 40: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________ APPENDIX A:- FUNCTIONALITY/QUALITY CRITERIA SCORING CRITERIA AND EVALUATION PRINCIPALS SCORING CRITERIA

Description of quality criteria

Maximum possible

score

Requirements

1 Experience and track record of the Tenderer and its proposed sub-contractors with respect to marine floating jetty design, fabrication, supply and installation of a similar scale in the last 10 years.

30 This criteria covers the experience and knowledge that the Tenderer has with working on other projects that are comparable in terms of complexity, size, value and construction durations. Tenderers are to provide details on projects with the highest values that have been completed (or awarded) in the last 10 years. Details of a minimum of three (3) contactable references for each project listed MUST be included. Tenderers MUST provide the company profile and at least three traceable client references.

2 Completeness and quality of the Proposed Floating Jetty Solution 30 Tenderers should provide the general arrangement drawings and technical data in support of their proposed Floating Jetty Solution including the information required on the appropriate returnable schedule.

3 Qualifications and relevant experience of key personnel available for the project. 20 Tenderers are to provide information that covers the level of education and training and the positions held of the key staff /personnel (specific to the Designer, Contracts Manager, Site Agent, Foreman, H&S officer) including copies of qualifications and professional registrations.

4 Completeness and quality of the indicative method statements. 5 Tenderers are to indicate proposed methodology and technical approach detailing the execution of the project which is consistent with the construction programme. The methodology is to make reference to the Scope of Work and SHEQ issues. This must also include contingency planning and management. The key risk factors affecting the project should be described with possible mitigation action. The methodology must also

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 40 of 193

Page 41: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________

outline the procedure to be followed when managing the contract.

5 Completeness and quality of the proposed indicative programme/activity schedule. 5 Tenderers should propose the main activities for the implementation of the project indicating clear timelines (start-end dates) and critical path activities demonstrating that the project can be completed within the stated period.

6 Type and availability of plant and equipment for undertaking the envisaged work. 5 Tenderers should provide a list of the proposed plant and equipment to be made available for the project including the information required on the appropriate returnable schedule.

7 Quality Management (ISO 9001 Certification) and Typical Quality Plan. 5 Tenderers should provide a typical project quality plan including the information required on the appropriate returnable schedule.

Maximum possible score 100

A maximum of up to 100 evaluation points will be awarded in respect of quality. A minimum of 70% of the total number of points will be required in order to be considered for further evaluation. EVALUATION PRINCIPLES

Functionality criteria

Evaluation Indicators (% of the available points. No response =0%) Poor (25%) Satisfactory (50%) Good (75%) Very Good (100%)

1 Experience and track record of the Tenderer and its proposed sub-contractors with respect to marine floating jetty design, fabrication, supply and installation of a similar nature and scale in the last 10 years.

At least one project of a similar nature complete with in the last 10 years

Two projects of similar nature including at least one that is of similar scale and nature completed in last 10years

Two project of similar scale and nature completed in last 10years

Three or more projects of a similar scale and nature completed in last 10years

2 Completeness and quality of the proposed Floating Jetty Solution

The proposed design does not meet the specified requirements

The proposed design meets the specified minimum requirements but lacks detail

The proposed design meets the specified requirements and is clearly detailed

The proposed design meets the all specified requirements is fully detailed and contains all technical data

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 41 of 193

Page 42: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________

Functionality criteria

Evaluation Indicators (% of the available points. No response =0%) Poor (25%) Satisfactory (50%) Good (75%) Very Good (100%)

3 Qualifications and relevant experience of key personnel available for the project. (average scores)

Less than two years in relevant field or No formal training and no technical training or trade certification

2 - 5 years’ experience in relevant field and/or National Diploma and /or Degree in relevant field Including professional registration in the relevant field in regard to the designer

6 - 9 years relevant experience in relevant field and/or Degree in relevant field Including professional registration in the relevant field in regard to the designer

10 or more years’ experience in relevant field and/or BSc/BTech in relevant field and Including professional registration in the relevant field in regard to the designer

4 Completeness and quality of the indicative method statements.

The technical approach and / or methodology is poor / is unlikely to satisfy project objectives or requirements. The bidder has misunderstood certain aspects of the scope of work and does not deal with the critical aspects of the project. No risk factors have been listed

The approach is generic and not tailored to address the specific project objectives and requirements. The approach does not adequately deal with the critical characteristics of the project. The risk factors have been listed, however they are generic and are not detailed

The approach is specifically tailored to address the specific project objectives, scope and requirements and is sufficiently flexible to accommodate changes that may occur during execution. The risk factors have been listed which are specific to the project and have sufficient detail

Besides meeting the “good” rating, the important issues are approached in an innovative and efficient way, indicating that the bidder has outstanding knowledge of state-of-the- art approaches. The approach paper details ways to improve the project outcomes and the quality of the outputs and also covers SHEQ issues. The methodology incorporates program/scheduling and provides detailed information. Beside meeting the “good” rating, the bidders has provided detail information on mitigation measures and shows good understanding of the required project risk management

5 Completeness and quality of the proposed indicative programme/activity schedule.

The programme omits important task or the timing of the activities and the correlation among them are inconsistent with the methodology statement. There is lack of clarity

All key activities are included in the activity schedule but are not detailed. There are minor inconstancies between timing, project deliverables and proposed methodology

The work program fits the methodology well; all important activities are indicated in the activity schedule and their timing and sequence is appropriate and consistent with project objectives. There is fair amount of detail including information on resources utilised

Besides meeting the “good” rating, decision points and the sequencing and timing of activities are very well defined indicating the bidders has optimized the use of resources

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 42 of 193

Page 43: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 _______________________________________________________________________________________________________________

Functionality criteria

Evaluation Indicators (% of the available points. No response =0%) Poor (25%) Satisfactory (50%) Good (75%) Very Good (100%)

6 Type and availability of plant and equipment for undertaking the envisaged work.

The proposed plant and equipment is inadequate and does not meet the requirements for the project

The proposed plant and equipment is adequate and meets the requirements for the project

The proposed plant and equipment is more than adequate and meets the requirements for the project

The proposed plant and equipment is more than adequate and exceeds the requirements for the project

7 Quality Management (ISO 9001 Certification) and Typical Quality Plan.

The proposed Quality Management Plan is inadequate and does not meet the requirements for the project (No ISO 9001 Certification)

The proposed Quality Management Plan is adequate and meets the requirements for the project (No ISO 9001 Certification)

The proposed Quality Management Plan is adequate, meets the requirements for the project and the Contractor is ISO 9001 Certified

The proposed Quality Management Plan is more than adequate and exceeds the requirements for the project and the Contractor is ISO 9001 Certified

The description of each of the functionality/quality criteria is described and comments/documentation/description on the information that is required from the bidders is listed above.

Tender T1.2: Tender Data Part T1: Tender Procedures Page No. 43 of 193

Page 44: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

THE TENDER

PART T2: RETURNABLE DOCUMENTS

TABLE OF CONTENTS PAGE NO.

T2.1 LIST OF RETURNABLE DOCUMENTS ......................................................................................................... 44

T2.2 RETURNABLES SCHEDULES ................................................................................................................. 46-81

Tender T2: Returnable Documents Part T2: Returnable Documents Page No. 44 of 193

Page 45: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.1 List of Returnable Documents The tenderer must complete and submit the following Returnable Documents:

1. Returnable Schedules required for tender evaluation purposes:

T2.2.1 Site Visit/ Clarification Meeting Certificate

T2.2.2 Authority of Signatory

T2.2.3 Schedule of Work Experience

T2.2.4 Schedule of Contractors Equipment

T2.2.5 Preliminary Programme and Method Statement

T2.2.6 Information to be provided with the tender

T2.2.7 Financial References

T2.2.7 Schedule Of Estimated Monthly Expenses

T2.2.9 Schedule Of Subcontractors

T2.2.10 Schedule Of Key Personnel

T2.2.11 Certificates

T2.2.12 BBBEE Preferencing

T2.2.13 Record of Addenda to Tender Documents

T2.2.14 Alterations/ Ammendments by Tenderer

T2.2.15 Certificate of Non-collusive Tender

T2.2.16 Technical Data Sheets

T2.2.17 Compulsory Declaration of Interest Form

T2.2.18 Joint Venture Disclosure Form

T2.2.19 Declaration of Bidders Past Supply Chain Management Practices

T2.2.20 Certification of Independenat Bid Determination

T2.2.21 Quality Management Plan

2. Other documents required for tender evaluation purposes:

Joint Venture Agreement (if applicable) - append to Schedule T2.2.18

3. Returnable Schedules that will be incorporated into the Contract

T2.2.13 Record Of Addenda To Tender Documents

T2.2.14 Alterations/Amendments By Tenderer

T2.2.16 Technical Data Sheets

Tender T2.1: List of Returnable Documents Part T2: Returnable Documents Page No. 45 of 193

Page 46: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

C1.1 Offer Portion of the Form of Offer and Accpetnace

C1.2 Contract Data (Part 2)

C2.2 Schedules Of Quantities/Schedule of Prices

NB: Tenderers Must Complete These Schedules/Data Sheets/Forms in Black Ink

Failure To Complete The Schedules Listed Above May Result In The Tender Being Considered Non-Responsive

MANDATORY DOCUMENTATION REQUIREMENTS

The following documents must be submitted together with the Tender.

Failure to submit and complete all mandatory information may result in submissions being considered “non – responsive” and therefore not considered for further evaluation.

ITEM NO. DESCRIPTION

1 Proof of registration with Treasury’s Centralized Supplier Database (CSD) or provide a Treasury CSD registration number e.g. MAAA0…;contractors and service providers have a responsibility to make sure that they are Tax compliant by the closing date of the bid they are tendering for and also remain Tax compliant during the evaluation period. Bidders Tax Status would be verified through CSD

2 Signed confirmation of attendance at the mandatory briefing meeting. T2.2.1 Site Visit/ Clarification Meeting Certificate

3 Signed letter of intent to enter into Joint Venture/Consortium. To be signed by all parties (Where applicable) T2.2.18 Joint Venture Disclosure Form

4 Authority of Lead Partner to sign JV/Consortium documents. To be signed by all parties in the JV (Where applicable). T2.2.18 Joint Venture Disclosure Form

5 Completed and Signed Form of Offer.

6 Completed Schedule of Prices filled in clearly legible with permanent ink.

7 Completed and signed Certificate of Independent Bid Determination T2.2.20 Certification of Independenat Bid Determination.(in case of a Joint Venture/Consortium, a separate Certificate of Independent Bid Determination in respect of each party to the JV must be completed and submitted.

8 Completed and Signed Declaration of Bidder’s Past Supply Chain Management Practices (SBD 8) T2.2.19 Declaration of Bidders Past Supply Chain Management Practices (in case of a Joint Venture/Consortium, a separate SBD 8 in respect of each party to the JV must be completed and submitted.

9 Completed and signed Declaration of Interest Register. T2.2.17 Compulsory Declaration of Interest Form (in case of a Joint Venture/Consortium, a separate declaration of interest form in respect of each party to the JV must be completed and submitted)

10 Completed and Signed T2.2.4 Schedule of Contractors Equipment and confirmartion of access/ownership (availability) of plant and equipment, in case of hiring key plant, letter of confirming the willingness of the hirer to hire equipment to the bidder.

Tender T2.1: List of Returnable Documents Part T2: Returnable Documents Page No. 46 of 193

Page 47: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Lt Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.1 Site Visit/Clarification Meeting Certificate This is to certify that I/we, . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . of (tenderer) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . of (address) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . telephone number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . fax number . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . email address . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . on (date) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . have attended the compulsory clarification meeting and have examined the Site of the Works and its surroundings for which I/we am/are submitting this Tender and have, so far as is practicable, familiarized myself/ourselves with all the information, risks, contingencies and other circumstances which may influence of affect my/our Tender. SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer) SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Employer at the Mandatory Clarifiaction Meeting)

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 47 of 193

Page 48: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.2 Authority of Signatory 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. A Company

B Partnership

C Joint Venture

D Sole Proprietor

E Close Corporation

A. Certificate for Company I, ………………………………………………………………………………………......................................., chairperson of the board of

…………………………………………………………..……………………………, hereby confirm that by resolution of the board (copy

attached) taken on ……………………………………………… 20…...., Mr/Ms …………………..……….……………….acting in the

capacity of ………………………………… , was authorised to sign all documents in connection with this tender for

Contract No CDC/645/16 and any contract resulting from it on behalf of the company.

As witnesses:

1. ……………………………….. Chairman: ……………………………….. 2. ……………………………….. Date: ………………………………..

B. Certificate for Partnership We, the undersigned, being the key partners in the business trading as …………………………………………….……………….

……………………………………………………..…………………….........., hereby authorise Mr/Ms …………………………………………….

…………………...........….……………, acting in the capacity of ………………………………………………………………………, to sign

all documents in connection with this tender for

Contract No CDC/645/16 and any contract resulting from it on our behalf. Name Address Signature Date

Note: This certificate is to be completed and signed by all key partners upon whom rests the direction of the affairs of the Partnership as a whole.

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 48 of 193

Page 49: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ C. Certificate for Joint Venture We, the undersigned, are submitting this tender offer in Joint Venture and hereby authorise Mr/Ms …………………..………...........................................................….……………, authorised signatory of the company

.……………………….…………………………………………………, acting in the capacity of lead partner, to sign all documents in

connection with this tender for Contract No CDC/645/16 and any contract resulting from it on our behalf.

This authorisation is evidenced by the attached power of attorney signed by legally authorised signatories of all the partners to the Joint Venture.

Name of Firm Address Authorising Name and Capacity

Authorising Signature

Lead Partner:

D. Certificate for Sole Proprietor I, …………………………………………………..............................., hereby confirm that I am the sole owner of the business

trading as …………………………………………………….

As witnesses:

1. ……………………………….. Sole Owner: ……………………………….. 2. ……………………………….. Date: ………………………………..

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 49 of 193

Page 50: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ E. Certificate for Close Corporation We, the undersigned, being the key members in the business trading as …………..…………......….……………, hereby

authorise Mr/Ms ………………………………………………….acting in the capacity of …………………………………….., to sign all

to sign all documents in connection with this tender for Contract No CDC/645/16 and any contract resulting

from it on our behalf.

Name Address Signature Date

Note: This certificate is to be completed and signed by all key partners upon whom rests the direction of the affairs of the Partnership as a whole

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 50 of 193

Page 51: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.3 Schedule of Work Experience The tenderer shall insert in the spaces provided below a list of similar completed contracts awarded to him and those currently being undertaken.

COMPLETED CONTRACTS EMPLOYER

(NAME, TEL No. AND FAX No.)

CONSULTING ENGINEER (NAME, TEL No. AND FAX No.)

NATURE OF WORK VALUE OF

WORK R(m)

DATE COMPLETED

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 51 of 193

Page 52: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

CURRENT CONTRACTS EMPLOYER

(NAME, TEL No. AND FAX No.)

CONSULTING ENGINEER (NAME, TEL No. AND FAX No.)

NATURE OF WORK VALUE OF

WORK R(m)

ANTICIPATED COMPLETION

DATE

Number of sheets, appended by the tenderer to this Schedule ....................... (If nil, enter NIL). SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer)

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 52 of 193

Page 53: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd.

Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.4 Schedule of Contractors Equipment The tenderer shall state below what construction equipment will be available for this Contract. The tenderer shall differentiate, if applicable, between construction plant immediately available and construction plant which will become available by virtue of outstanding orders, and indicate what further construction plant will be acquired or hired for the work should he be awarded the Contract. CONTRACTORS EQUIPMENT IMMEDIATELY AVAILABLE

DESCRIPTION, SIZE, CAPACITY NUMBER

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 53 of 193

Page 54: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ CONTRACTORS EQUIPMENT ON ORDER (State details of arrangements made, with delivery dates)

DESCRIPTION, SIZE, CAPACITY NUMBER

CONTRACTORS EQUIPMENT THAT WILL BE ACQUIRED OR HIRED (State details of delivery arrangements)

DESCRIPTION, SIZE, CAPACITY NUMBER

Number of sheets, appended by the tenderer to this Schedule ....................... (If nil, enter NIL). SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer)

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 54 of 193

Page 55: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.5 Preliminary Programme and Method Statement (For Tender Adjudication Purposes Only) The tenderer shall attach a preliminary programme and indicative method statement to this schedule. This programme shall be in the form of a bar chart (Gantt chart) or similar acceptable time/activity form reflecting the proposed sequence and tempo of the various activities and the quantities that will be carried out every week under each of the elements, comprising the work for this contract. The programme shall also indicate the point where the tenderer intends to commence work operations and the direction in which the work will proceed. The working hours shall be indicated. Should the tenderer be able to complete the work in a time shorter timer period, please in the cover letter. The indicative method statement shall cover the contractor’s intended design, fabrication, supply, delivery, installation, testing and commissioning methodology. The tenderer shall also take into account the requirements stated in the Scope of Work when drawing up the programme and considering his method statements. Details of the preliminary programme shall be appended to this Schedule. Number of sheets, appended by the tenderer to this Schedule ....................... (If nil, enter NIL). SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer)

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 55 of 193

Page 56: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.6 Information to be Provided with the Tender In addition to the Returnable Schedules the following information shall be provided with the Tender:

(a) An organigram showing the structure of the project team, together with the names and curriculum vitae of all team members.

SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer)

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 56 of 193

Page 57: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.7 Financial References Financial Statements I/We agree, if required, to furnish an audited copy of the latest set of financial statements together with my/our Directors’ and Auditors’ report for consideration by the Employer. Details of Company’s Bank I/We hereby authorise the Employer/Engineer to approach all or any of the following banks for the purposes of obtaining a financial reference:

DESCRIPTION OF

BANK DETAIL

BANK DETAILS APPLICABLE TO

TENDERER’S HEAD OFFICE

Name of Bank

Branch Name

Branch Code

Street Address

Postal Address

Name of Manager

Telephone Number ( )

Fax Number ( )

Account Number

SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer)

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 57 of 193

Page 58: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.8 Schedule of Estimated Monthly Expenditure The tenderer shall state his estimated expenditure indicating the values of each monthly claim in terms of Clause 14 of the Conditions of Contract, which he estimates will arise based on his preliminary programme and tendered rates, in the table below. The total of the monthly amounts shall be equal to the tender sum.

MONTH VALUE *

1

2

3

4

5

6

7

8

9

10

11

12

13

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

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

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

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

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

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

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

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

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

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

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

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

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

TOTAL

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

SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer)

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 58 of 193

Page 59: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2 9 Schedule of Subcontractors We notify you that it is our intention to employ the following Subcontractors for work in this contract. Acceptance of this tender shall not be construed as approval of all or any of the listed subcontractors. Should any of the subcontractors not be approved subsequent to acceptance of the tender, this shall in no way invalidate this tender, and the tendered unit rates for the various items of work shall remain final and binding, even in the event of a subcontractor not listed below being approved by the Engineer.

Number of sheets, appended by the tenderer to this Schedule ....................... (If nil, enter NIL). SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer)

NAMES AND ADDRESSES OF PROPOSED SUB-CONTRACTORS

NATURE AND EXTENT OF WORK TO BE SUB-CONTRACTED

PREVIOUS EXPERIENCE WITH SUB-CONTRACTOR OR RECENT WORK EXECUTED BY THE SUB-CONTRACTOR LO

CAL

BASE

D (Y

es o

r No)

BEE

Leve

l (In

dica

te)

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 59 of 193

Page 60: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.10 Proposed Key Personnel The Tenderer shall list below the key personnel (including first nominee and the second choice alternate), whom he proposes to employ on the contract should his offer be accepted, both at his headquarters and on the Site, to direct and for the execution of the work, together with their qualifications, experience, positions held and their nationalities. Failure to complete this Schedule may result in the Tender not being considered.

LOCATION DESIGNATION

NAME AND NATIONALITY OF: (i) NOMINEE (ii) ALTERNATE

SUMMARY OF QUALIFICATIONS, EXPERIENCE AND PRESENT OCCUPATION

HEAD OFFICE

Partner/director

Project manager

Design Engineer Other key staff (give designation)

SITE OFFICE

Site Agent

Site Engineer (where required)

Health and Safety Officer

Construction Supervisor (Give Designation)

Commercial Manager

Other Key Staff (Give Designation)

Number of sheets, appended by the tenderer to this Schedule ....................... (If nil, enter NIL). SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer)

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 60 of 193

Page 61: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.11 Certificates 1. The Tenderer shall attach to this page Confirmation of Tax Compliance Status (incl. proof of registration with the Treasuries Centralised Supply Database (CSD) incl. CSD registration number) Confirmation of Tax Compliance Status and proof of CSD registration. Certified Copy attached.

(Please Tick)

2. The Tenderer may attach to this page a copy of their CIDB Registration Certificate if applicable

In a case of Joint Ventures (JV) each JV partner may submit their CIDB Registration Certificate if applicable.

Confirmation of CIDB Registration Certificate. Certified Copy attached. (Please Tick) 3. The Tenderer shall attach to this page a copy of their Letter of Good Standing from the Labour Department

In a case of Joint Ventures (JV) each JV partner must submit their Confirmation of Letter of Good Standing from Labour Department .

Confirmation of Letter of Good Standing from Labour Department. Certified Copy attached. (Please Tick)

SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer)

Yes No

Yes No

Yes No

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 61 of 193

Page 62: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 62 of 193

Page 63: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.12 BBBEE Preferencing Points will be awarded to Tenderers based on preferencing using the balanced Department of Trade and Industry (DTI) scorecard. The application of the Broad Based Black Economic Empowerment recognition levels and score preferencing points are as follows: Tenderers claiming preferencing points shall complete the table below and provide the required supporting documentation. Where no figures in respect of preference points are inserted in the table below, the BBBEE preferencing points will be deemed to be nought. Points awarded will be according to a tenderer's B-BBEE status level of contribution and summarised in the table below:

B-BBEE Contribution Level 90:10 Preference System Preference Points Claimed by Tenderer

1 10 2 9 3 8 4 5 5 4 6 3 7 2 8 1

Non-compliant 0 The points will be allocated accordingly on basis as per the table above. Tenderers claiming Preference Points must submit together with the tender document their generic scorecard, evaluated by an independent SANAS certified accreditation agency in accordance with the latest relevant Codes of Practice applicable not more than 12 months prior to the date of tender. Should the BBBEE rating and certificate not be provided, no points will be awarded. The Employer also reserves the right to carry out an independent audit of the Tenderers scorecard components at any stage until completion of the contract. Tenderers with no accreditation will score zero points for preferencing. The undersigned, who warrants that he / she is duly authorised to do so on behalf of the firm, sole proprietor or Joint Venture confirms that he / she understands the conditions under which such preferences are granted and confirms that the tenderer satisfies the conditions pertaining to the granting of tender preferences. SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer)

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 63 of 193

Page 64: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 64 of 193

Page 65: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.13 Record of Addenda to Tender Documents We confirm that the following communications received from the Employer before the submission of this tender offer, amending the tender documents, have been taken into account in this tender offer:

Addenda No. Date Title or Details

Number of sheets, appended by the tenderer to this Schedule ....................... (If nil, enter NIL). SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer)

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 65 of 193

Page 66: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.14 Alterations/Amendments by Tenderer 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 attached to his tender and reference such letter in this schedule. The Tenderer’s attention is drawn to clause F.3.8 of the Standard Conditions of Tender referenced in the Tender Data regarding the Employer’s handling of material deviations and qualifications. If no deviations or modifications are desired, the schedule hereunder is to be marked NIL and signed by the Tenderer.

PAGE/ITEM CLAUSE/DESCRIPTION

Number of sheets, appended by the tenderer to this Schedule ....................... (If nil, enter NIL). SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer)

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 66 of 193

Page 67: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.15 Certificate of Non-Collusive Tender

1. IN THE CASE OF A SINGLE CONSTRUCTION CONCERN: I/We certify that this is a bona fide Tender. I/We also certify that I/we have not done and I/we undertake not to do any of the following at any time before the hour and date specified for the closure of submission of Tenders for this Contract: (a) Fix or adjust the amount of this Tender by or under or in accordance with any agreement or arrangement

with any other person; (b) communicate to a person other than the person calling for these tenders the amount or approximate

amount of the proposed Tender, except when the confidential disclosure of the approximate amount of the Tender is necessary to obtain the insurance premium quotations required for preparation of the Tender;

(c) cause or induce any other person to communicate to me/us the amount or approximate amount of any

rival tender for this Contract; (d) enter into any agreement or arrangement with any other person to induce him to refrain from tendering

for this Contract, or to influence the amount of any tender or the conditions of any tender to be submitted, nor cause or induce any other person to enter into any such agreement or arrangement;

(e) offer or pay or give or agree to pay or to give any sum of money or valuable consideration directly or

indirectly to any person for doing or having done or causing or having caused to be done in relation to any tender or proposed tender for this Contract, any action similar to those described above.

In this certificate the term "person" includes any persons, body of persons or association, whether corporate or not, and the term "agreement or arrangement" includes any agreement or arrangement, whether formal or informal and whether legally binding or not. Signed: …………………………………….…….. Date: …………………………………… Name: …………………………………………..… Position: ……………………………….. SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer)

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 67 of 193

Page 68: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 68 of 193

Page 69: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

2. IN THE CASE OF A CONSORTIUM OR JOINT VENTURE OF CONSTRUCTION CONCERNS: We certify that this is a bona fide Tender. We also certify that we have not done and we undertake not to do any of the following at any time before the hour and date specified for the closure of submission of Tenders for this Contract: (a) Fix or adjust the amount of this Tender by or under or in accordance with any agreement or arrangement

with any person outside this consortium; (b) communicate to a person outside this consortium other than the person calling for these tenders, the

amount or approximate amount of the proposed Tender, except when the confidential disclosure of the approximate amount of the Tender is necessary to obtain insurance premium quotations required for preparation of the Tender;

(c) cause or induce any person outside this consortium to communicate to us the amount or approximate

amount of any rival tender for this Contract; (d) enter into any agreement or arrangement with any person outside this consortium to induce him to refrain

from tendering for this Contract, or to influence the amount of any tender or the conditions of any tender to be submitted, nor cause or induce any person outside this consortium to enter into any such agreement or arrangement;

(e) offer or pay or give or agree to pay or to give any sum of money or valuable consideration directly or

indirectly to any person outside this consortium for doing or having done or causing or having caused to be done in relation to any tender or proposed tender for this Contract, any action similar to those described above.

In this certificate the term "person" includes any persons, body of persons or association, whether corporate or not, the term "agreement or arrangement" includes any agreement or arrangement, whether formal or informal and whether legally binding or not, and the term "person outside this consortium" means, when the consortium is a partnership, a person other than a partner or an employee of a partner or the partnership, or when the consortium is a company, a person other than a person or company holding shares in the consortium, or any employee of such a person, company or the consortium. Signed: …………………………………….…….. Date: …………………………………… Name: …………………………………………..… Position: ………………………………..

SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer) Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 69 of 193

Page 70: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.16 Technical Data Sheets Tenders shall supply details of the following material types and design criteria. For materials used in each component the type and grade or quality of the material offered shall be stated. For each component, the expected time to first maintenance or design life shall be stated.

Tenderers shall include general arrangement sketches and supporting documentation in respect of the proposed materials and design solutions. Offered materials shall state type and grade/quality of material offered.

Floating Jetty Primary Structure:

Primary structure materials (including structural components and fasteners): ……………………………………………..

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

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

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

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

Corrosion protection system: ……………………………………………………………………………………………………………………....

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

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

Time to first maintenance or design life: …………………………………………………………………………………………………………

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

Floatation:

Floating materials (including core, covering materials, fasteners, etc.): ………………………………………………………..

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

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

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

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

Corrosion protection system: ……………………………………………………………………………………………………………………....

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

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

Time to first maintenance or design life: …………………………………………………………………………………………………………

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

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 70 of 193

Page 71: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Decking:

Decking material to floating jetty and raised platform/ ramp/ steps (including fasteners):……………………………...

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

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

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

Time to first maintenance or design life: …………………………………………………………………………………………………………

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

Connection between units:

Connection device materials (including all rubbers, shafts bolts etc.): ………………………………………………………..

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

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

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

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

Corrosion protection system: ……………………………………………………………………………………………………………………....

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

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

Time to first maintenance or design life: …………………………………………………………………………………………………………

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

Wall Guides:

Wall guide materials (including holding down/anchor bolts, etc.): ………………………..……………………………………..

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

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

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

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

Corrosion protection system: ……………………………………………………………………………………………………………………....

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

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

Time to first maintenance or design life: …………………………………………………………………………………………………………

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

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 71 of 193

Page 72: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Wall Guide Frame:

Wall guide frame materials (including bracket, rubbing blocks and fasteners, etc.): ……………………………………..

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

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

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

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

Corrosion protection system: ……………………………………………………………………………………………………………………....

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

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

Time to first maintenance or design life: …………………………………………………………………………………………………………

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

Bollards:

Bollard materials (including fasteners, etc.): ………………………………………………………………………………………………..

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

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

Corrosion protection system: ……………………………………………………………………………………………………………………....

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

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

Time to first maintenance or design life: …………………………………………………………………………………………………………

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

Fenders:

Fender materials (including fasteners, etc.): ………………………………………………………………………………………………..

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

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

Corrosion protection system: ……………………………………………………………………………………………………………………....

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

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

Time to first maintenance or design life: …………………………………………………………………………………………………………

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

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 72 of 193

Page 73: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Raised Platform Structure:

Primary structure materials (including structural components and fasteners): ……………………………………………..

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

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

Corrosion protection system: ……………………………………………………………………………………………………………………....

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

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

Time to first maintenance or design life: …………………………………………………………………………………………………………

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

Handrails:

Handrail materials (including stanchions, handrail, barrier material, fasteners etc.): ……………….…………………..

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

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

Corrosion protection system: ……………………………………………………………………………………………………………………....

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

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

Time to first maintenance or design life: …………………………………………………………………………………………………………

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

Gangway Coating:

Corrosion protection system: ……………………………………………………………………………………………………………………....

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

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

Time to first maintenance or design life: …………………………………………………………………………………………………………

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

SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer)

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 73 of 193

Page 74: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.17 Compulsory Declaration of Interest Form The following particulars must be furnished. In the case of a joint venture, separate enterprise questionnaires in respect of each partner must be completed and submitted.

Section 1: Name of enterprise: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 2: VAT registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 3: CIDB registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 4: Particulars of sole proprietors and partners in partnerships

Name* Identity number* Personal income tax number*

* Complete only if sole proprietor or partnership and attach separate page if more than 3 partners

Section 5: Particulars of companies and close corporations

Company registration number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Close corporation number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Tax reference number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 6: Record of association with CDC member of Staff/Board

If any sole proprietor, partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close corporation has an association with a CDC member of staff or member of Board, a relative of a CDC member of staff or member of Board and/ or an employee of the government department (client department), which the CDC Implements this project on behalf of, please provide information below: An Association is defined as: a business or personal relationship between a group of people or organisations joined together for a purpose.

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 74 of 193

Page 75: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Name of sole proprietor, partner, director, manager, principal shareholder or stakeholder

Name of the CDC member of staff or Board or an employee of client department

Type of relationship (tick appropriate column) Family Friend

*insert separate page if necessary

Compulsory Declaration of Interest Form (Continue) The undersigned, who warrants that he / she is duly authorized to do so on behalf of the enterprise: i) 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;

ii) confirms that no partner, member, director or other person, who wholly or partly exercises, or may exercise, control over the enterprise, has within the last five years been convicted of fraud or corruption;

iii) confirms that I / we are not associated, linked or involved with any other tendering entities submitting tender offers and have no other relationship with any of the tenderers or those responsible for compiling the scope of work that could cause or be interpreted as a conflict of interest; and

iv) confirms that the contents of this questionnaire are within my personal knowledge and are to the best of my belief both true and correct.

Signed

Date

Name

Position

Enterprise name

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 75 of 193

Page 76: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.18 Joint Venture Disclosure Form EMPLOYER : COEGA DEVELOPMENT CORPORATION (PTY) LTD

CONTRACT DESCRIPTION :

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

CONTRACT NUMBER : Contract No CDC/645/16

1. This form needs not be completed for Joint Ventures which have enterprise partners.

2. All the information requested must be filled in the spaces provided. If additional space is required, additional sheets may be attached.

3. A copy of the joint venture agreement must be attached to this form. In order to demonstrate the

targeted enterprise partner’s share in the ownership, control, management responsibilities, risks and profits of the joint venture, the proposed joint venture agreement must include specific details relating to:

i) he contributions of capital and equipment ii) Work items to be performed by the enterprise partner’s own forces. iii) The commitment of management, supervisory and operative personnel employed by the targeted enterprise partner to be dedicated to the performance of the Contract.

4. Copies of all written agreements between partners concerning the contract must be attached to this

form including those which relate to ownership options and to restrictions/limits regarding ownership and control.

5. Each enterprise partners must complete an Enterprise Declaration Affidavits.

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 76 of 193

Page 77: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Joint Venture Disclosure Form (Continued) JOINT VENTURE PARTICULARS

NAME :

Postal address :

Physical address :

Telephone : Fax :

IDENTITY OF EACH ENTERPRISE PARTNER NAME :

Postal address :

Physical address :

Telephone : Fax :

Contact Person :

NAME :

Postal address :

Physical address :

Telephone : Fax :

Contact Person :

NAME :

Postal address :

Physical address :

Telephone : Fax :

Contact Person :

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 77 of 193

Page 78: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Joint Venture Disclosure Form (Continued)

DESCRIPTION OF THE ROLE OF THE PARTNERS IN THE JOINT VENTURE.

OWNERSHIP OF THE JOINT VENTURE a) Percentage Ownership in

respect of : Enterprises % Enterprises %

b) Profit and Loss Sharing : Enterprises

%

Enterprises

%

c) Initial Capital Contribution : Enterprises R Enterprises R d) Ongoing Capital

Contribution :

Enterprises

R

Enterprises

R

e) Major Plant and Equipment Contribution

: Enterprises Enterprises

RECENT CONTRACTS EXECUTED BY PARTNERS IN THEIR OWN RIGHT OR AS PARTNERS IN OTHER JOINT VENTURES Targeted Enterprise Partners

1. :

2. :

3. :

4. :

5. :

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 78 of 193

Page 79: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Joint Venture Disclosure Form (Continued) CONTROL AND PARTICIPATION IN THE JOINT VENTURE (Identify by name and firm those individuals who are, or will be, responsible for, and have authority to engage in the relevant management functions and policy and decision making, indicating any limitations in their authority e.g. co-signature requirements and Rand limits). CONTROL AND STRUCTURE OF THE JOINT VENTURE

Briefly describe the manner in which the Joint Venture is structured and controlled.

The undersigned warrants that he/she is duly authorised to sign this Joint Venture Disclosure Form and affirms that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operations of the Joint Venture and the intended participation of each partner in the undertaking. The undersigned further covenants and agrees to provide the Employer with complete and accurate information regarding actual Joint Venture work and the payment therefore, and any proposed changes in any provisions of the Joint Venture agreement, and to permit the audit and examination of the books, records and files of the Joint Venture, or those of each partner relevant to the Joint Venture, by duly authorized representatives of the Employer.

Signature : Name : Duly authorised to sign on behalf of : Address :

Telephone :

Fax :

Date :

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 79 of 193

Page 80: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.19 Declaration of Bidder’s Past Supply Chain Management Practices 1 This Standard Bidding Document must form part of all bids invited.

2 It serves as a declaration to be used by institutions in ensuring that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3 The bid of any bidder may be disregarded if that bidder or any of its directors have:

a. abused the institution’s supply chain management system;

b. committed fraud or any other improper conduct in relation to such system; or c. failed to perform on any previous contract.

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

Item Question Yes No 4.1 Is the bidder or any of its directors listed on the National Treasury’s database

as companies or persons prohibited from doing business with the public sector? (Companies or persons who are listed on its database were informed in writing of its restriction by National Treasury after the audi alteram partem rule applied).

Yes

No

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters

in terms of Section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? To access the Register enter the National Treasury’s website, www.treasury.gov.ca, 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

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 80 of 193

Page 81: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

4.2.1 If so, furnish particulars:

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

court outside of the Republic of South Africa) for fraud or corruption during the past five years?

Yes

No

4.3.1 If so, furnish particulars:

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

Yes

No

4.4.1 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

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 81 of 193

Page 82: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Position

Name of Bidder

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 82 of 193

Page 83: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.20 Certificate of Independent Bid Determination 1 This Standard Bidding Document (SBD) must form part of all bids¹ invited.

2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement between, or concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannot be justified under any grounds.

3 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all reasonable steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to:

a. disregards the bid of any bidder if that bidder, or any of its directors have abused the

institution’s supply chain management system and or committed fraud or any other improper conduct in relation to such system.

b. cancel a contract awarded to a supplier of goods and services if the supplier committed any

corrupt or fraudulent act during the bidding process or the execution of that contract.

4 This SBD serves as a certificate of declaration that would be used by institutions to ensure that, when bids are considered, reasonable steps are taken to prevent any form of bid-rigging.

5 In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9) must be completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an agreement between competitors not to compete.

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 83 of 193

Page 84: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ I, the undersigned, in submitting the accompanying bid: ________________________________________________________________________ (Bid Number and Description) in response to the invitation for the bid made by: __________________________________________________________________________ (Name of Institution) 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 this 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 organisation, other than the bidder, whether or not affiliated with the bidder, who:

(a) has been requested to submit a bid in response to this bid invitation; (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 or arrangement with any competitor regarding:

(a) prices; (b) geographical area where product or service will be rendered (market allocation) (c) methods, factors or formulas used to calculate prices; (d) the intention or decision to submit or not to submit, a bid; (e) the submission of a bid which does not meet the specifications and conditions of the

bid; or (f) bidding with the intention not to win the bid.

³ 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.

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 84 of 193

Page 85: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

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. 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 Bidder

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 85 of 193

Page 86: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 T2.2.21 Quality Management Plan

Due consideration must be given to the deliverables required to execute and complete the contract and should

include but not be limited to:

Item Document to be submitted Attached? (Y/N)

1 ISO 9001:2000 Certification

2 Quality Manual table of contents

3 Quality Policy

4 Schedule / List Quality Management System Procedures

5 Typical Project Quality Plan

6 Typical Data Pack Indices

SIGNATURE: …........................................……...……......……………. DATE: …....……........................ (of person authorised to sign on behalf of the Tenderer)

Tender T2.2: Returnable Schedules Part T2: Returnable Documents Page No. 86 of 193

Page 87: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

CONTRACT

TABLE OF CONTENTS PAGE NO.

C1. AGREEMENTS AND CONTRACT DATA........................................................................................................ 83

C2. PRICING DATA ........................................................................................................................................ 105

C3. SCOPE OF WORK ..................................................................................................................................... 129

C4. SITE INFORMATION ................................................................................................................................ 143

Contract The Contract The Contract Page No. 87 of 193

Page 88: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

CONTRACT

PART C1: AGREEMENTS AND CONTRACT DATA

TABLE OF CONTENTS PAGE NO.

C1.1. FORM OF OFFER AND ACCEPTANCE ....................................................................................................... 84

C1.2 CONTRACT DATA .................................................................................................................................... 87

C1.3 FORM OF PERFORMANCE SECURITY ....................................................................................................... 98

C1.4 OCCUPATIONAL HEALTH AND SAFETY AGREEMENT.............................................................................. 100

C1.5 CONTRACT AGREEMENT ....................................................................................................................... 103

Contract C1: Agreements and Contract Data Part C1: Agreements and Contract Data Page No. 88 of 193

Page 89: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 C1.1 Form of Offer and Acceptance

Offer The Employer, identified in the Acceptance signature block, has solicited offers to enter into a contract for the procurement of:

Tender No.: CDC/645/16: ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND The tenderer, identified in the Offer signature block, has examined the draft contract as listed in the Acceptance section and agreed to provide this Offer. By the representative of the tenderer, deemed to be duly authorised, signing this part of this Form of Offer and Acceptance the tenderer offers to perform all of the obligations and liabilities of the Contractor under the contract including compliance with all its terms and conditions according to their true intent and meaning for an amount to be determined in accordance with the conditions of contract identified in the Contract Data.

The offered total of the Prices exclusive of VAT is

Value Added Tax @ 14% is

The offered total of the Prices inclusive of VAT is

(in words)

This Offer may be accepted by the Employer by signing the Acceptance part of this Form of Offer and Acceptance and returning one copy of this document including the Schedule of Deviations (if any) to the tenderer before the end of the period of validity stated in the Tender Data, or other period as agreed, whereupon the tenderer becomes the party named as the Contractor in the conditions of contract identified in the Contract Data. Signature(s)

Name(s)

Capacity

For the tenderer:

Name & signature of witness

(Insert name and address of organisation) Date:

Contract C1.1: Form of Offer and Acceptance Part C1: Agreements and Contract Data Page No. 89 of 193

Page 90: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Tenderer’s CIDB registration number (if applicable):

Acceptance By signing this part of this Form of Offer and Acceptance, the Employer identified below accepts the tenderer’s Offer. In consideration thereof, the Employer shall pay the Contractor the amount due in accordance with the conditions of contract identified in the Contract Data. Acceptance of the tenderer’s Offer shall form an agreement between the Employer and the tenderer upon the terms and conditions contained in this agreement and in the contract that is the subject of this agreement. The terms of the contract, are contained in:

Part C1 Agreements and Contract Data, (which includes this Form of Offer and Acceptance) Part C2 Pricing Data Part C3 Scope of Work Part C4 Site Information

and drawings and documents (or parts thereof), which may be incorporated by reference into the above listed Parts. Deviations from and amendments to the documents listed in the Tender Data and any addenda thereto listed in the Returnable Schedules as well as any changes to the terms of the Offer agreed by the tenderer and the Employer during this process of offer and acceptance, are contained in the Schedule of Deviations attached to and forming part of this Form of Offer and Acceptance. No amendments to or deviations from said documents are valid unless contained in this Schedule. The tenderer shall within 14 days of receiving a completed copy of this agreement, including the Schedule of Deviations (if any), contact the Employer’s agent (whose details are given in the Contract Data) to arrange the delivery of any securities, bonds, guarantees, proof of insurance, health and safety plans and any other documentation to be provided in terms of the conditions of contract identified in the Contract Data at, or just after, the date this agreement comes into effect. Failure to fulfil any of these obligations in accordance with those terms shall constitute a repudiation of this agreement. Notwithstanding anything contained herein, this agreement comes into effect on 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 such receipt 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. Signature(s)

Name(s)

Capacity

for the Employer

Coega Development Corporation (PTY) Ltd Office 1101, 11th Floor South African Reserve Building Cape Town 8001

Contract C1.1: Form of Offer and Acceptance Part C1: Agreements and Contract Data Page No. 90 of 193

Page 91: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Name & signature of witness

(Insert name and address of organisation) Date

Schedule of Deviations No. Subject Details

By the duly authorised representatives signing this Schedule of Deviations below, the Employer and the tenderer agree to and accept this Schedule of Deviations as the only deviations from and amendments to the documents listed in the Tender Data and any addenda thereto listed in the Tender Schedules, as well as any confirmation, clarification or changes to the terms of the Offer agreed by the tenderer and the Employer during this process of Offer and Acceptance. It is expressly agreed that no other matter whether in writing, oral communication or implied during the period between the issue of the tender documents and the receipt by the tenderer of a completed signed copy of this Form shall have any meaning or effect in the contract between the parties arising from this Agreement. For the tenderer:

For the Employer

Signature

Name

Capacity

On behalf of

(Insert name and address of organisation)

(Insert name and address of organisation)

Coega Development Corporation (PTY) Ltd Office 1101, 11th Floor South African Reserve Building Cape Town 8001

Name & signature of witness

Date

Contract C1.1: Form of Offer and Acceptance Part C1: Agreements and Contract Data Page No. 91 of 193

Page 92: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Contract C1.1: Form of Offer and Acceptance Part C1: Agreements and Contract Data Page No. 92 of 193

Page 93: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ .Coega Development Corporation (PTY) Ltd.

Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 C1.2 Contract Data GENERAL CONDITIONS OF CONTRACT The following standardized General Conditions of Contract shall apply to and from the General Conditions of Contract: The Conditions of Contract for Plant and Design-Build for Electrical and Mechanical Works and for Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International Federation of Consulting Engineers (FIDIC). Copies of these Conditions of Contract (Yellow Book) may be obtained from the South African Institution of Civil Engineering (SAICE) (tel 011 805 5947) or the South African Association of Consulting Engineers (SAACE) (tel 011 463 2022). Copies of the Conditions of Contract (Yellow Book) are also available for inspection and scrutiny at the offices of the Employer or the Engineer. The Annexes and Forms bound in the Conditions of Contract (Yellow Book) shall not apply to this Contract and shall be replaced with the documentation bound into this tender document. The General Conditions make reference to the Appendix to Tender and Particular Conditions (contained in the Contract Data) which together with these conditions collectively describe the risks, liabilities and obligations of the contracting parties and the procedures for the administration of the Contract. The Contract Data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the general conditions of contract. The General Conditions shall be read in conjunction with the variations, amendments and additions set out in the Appendix to Tender and Particular Conditions below. Each item of data given below is cross-referenced to the Clause or Sub-Clause in the General Conditions to which it mainly applies.

Contract C1.2: Contract Data Part C1: Agreements and Contract Data Page No. 93 of 193

Page 94: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 Appendix to Conditions of Contract Part 1: Contract Data completed by the Employer Item Sub-Clause Entry Employer's name and address ................

1.1.2.2 & 1.3(b)

Coega Development Corporation (PTY) Ltd, 25 Burg St and Hout Street, Office 1101, 11th Floor South African Reserve Building Cape Town 8001

Engineer's name and address .................

1.1.2.4 & 1.3(b)

PRDW South Africa (Pty) Ltd 5th Floor, Safmarine Quay, Clock Tower Precinct Victoria and Alfred Waterfront Cape Town 8002

Commencement Date.............................

1.1.3.2 & 8.1*

Will be notified by the Engineer within 28 days of the Contractors receipt of the signed acceptance portion of the Form of Offer and Acceptance ( See C1.1.)

Time for Completion of the Works ..........

1.1.3.3 & 8.2*

The Works shall be completed within 112 calendar days calculated from the Commencement Date, inclusive of any public holidays or industry recognized builders shut down period.

Defects Notification Period ....................

1.1.3.7 ..........

365 days

Electronic transmission systems .............

1.3(a) ...............

Email

Governing Law .......................................

1.4 ...................

Republic of South Africa

Ruling language .....................................

1.4 ...................

English

Language for communications ................

1.4 ...................

English

Time for access to, and possession of, the Site........................................................

2.1* .................

On commencement date

Amount of Performance Security ............

4.2* .................

10% of the Accepted Contract Amount valid until the issue of the Performance Certificate

Period for notifying unforeseeable errors, faults and defects in the Employer's Requirements ........................................

5.1* .................

7 days

Normal working hours ................................... 6.5* ................. 07h30 to 16h00 Monday to Friday and 08h00 to 16h00 Saturdays (including ferry site to and from site)

Contract C1.2: Contract Data Part C1: Agreements and Contract Data Page No. 94 of 193

Page 95: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Item Sub-Clause Entry

Delay penalties for the Works ................ 8.7*& 14.15(b)*………… R50 000 per day

Maximum amount of Delay penalties .......... 8.7* ................. 10% of the Accepted Contract Amount

Percentage for adjustment of Provisional Sums .............................................................. 13.5(b) .............. 10%

Adjustments for Changes in Cost .............

13.8* ...............

This Contract shall NOT be subject to any Contract Price Adjustment and the rates and prices tendered in the Schedules of Quantities shall be final and binding throughout the period of the Contract.

Total advance payment ..................................... 14.2 .................... Not Applicable. No advance payment will be made.

Number and timing of instalments ....................... 14.2 .................... Not Applicable.

Currencies and proportions .................................. 14.2(a) ................ Not Applicable

Start repayment of advance payment .............. 14.2(a) ................ Not Applicable

Repayment amortisation of advance payment 14.2(b) ................ Not Applicable

Percentage of retention ........................................ 14.3(d)* .............. 10% reducing to 5 % upon the issue of a Taking-Over Certificate.

Limit of Retention Money ..................................... 14.3(d)* .............. No Limit

Plant and Materials for payment when shipped en route to the Site ......................................... 14.5(b)* .............. Not Applicable

Plant and Materials for payment when delivered to the Site ....................................................... 14.5(c)* .............. Not Applicable

Minimum amount of Interim Payment Certificates ..................................................... 14.6 .................... R50 000

Currency/currencies of payment .......................... 14.15* ................ South African Rands

Periods for submission of insurance:

(a) evidence of insurance ...................................... 18.1* .................. 14 days

(b) relevant policies .............................................. 18.1* .................. 14 days

Insurance for Work and Contractor’s Equipment 18.2(ii)*…………….

Professional Indemnity Insurance The value of the Professional Indemnity Insurance will be a minimum of R 5 000 000.00 and shall be valid for 3 years from the commencement of the contract.

Maximum amount of deductibles for insurance of the Employer's risks 18.2(d) ................ Not applicable

Minimum amount of third party insurance 18.3* .................. R10 000 000,00

Disputes ................................................................ 20 ....................... Dispute resolution shall be by reference to a dispute Adjudication Board comprising a single agreed adjudicator failing which by Arbitration proceedings.

* See Particular Conditions

Contract C1.2: Contract Data Part C1: Agreements and Contract Data Page No. 95 of 193

Page 96: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Appendix to Conditions of Contract Continued Part 2: Contract Data completed by the Contractor Item Sub-Clause Entry Contractor’s name and address ....................

1.1.2.3 & 1.3(b)

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

Percentage for adjustment of Provisional Sums ..............................................................

13.5(b)

See 13.5(b) in Contract Data Part 1 above and the specific items in the Schedules of Quantities.

Contract C1.2: Contract Data Part C1: Agreements and Contract Data Page No. 96 of 193

Page 97: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 Particular Conditions The Particular Conditions are: 1 General Provisions Sub-Clause 1.1 Definitions 1.1.1 The Contract 1.1.1.1 is deleted and replaced by:

“Contract” means the Contract Agreement, the Form of Offer and Acceptance, Contract Data, these Conditions, the Employers Requirements, the Schedules, the Contractors Proposal, and any further documents (if any) which are listed in the Contract Agreement.

1.1.1.3 is amended as follows:

“Letter of Acceptance” means the signed acceptance portion of the Form of Offer and Acceptance.

1.1.1.4 is amended as follows: “Letter of Tender” means the signed offer portion of the Form of Offer and Acceptance.

1.1.1.5 is deleted and replaced by: “Employer’s Requirements” means the document entitled Scope of Work, as included in the Contract, and any additions and modifications to such document in accordance with the Contract. Such document specifies the purpose, scope, and/or design and/or other technical criteria, for the Works, and includes the Specifications, which may be included in a separate volume.

1.1.1.6 is deleted and replaced by:

“Schedules” means the document(s) entitled schedules, completed by the Contractor and submitted with his tender offer, as included in the Contract. Such document(s) shall include the Returnable Schedules and the Schedules of Quantities/Prices, and may include data, lists and schedules of rates and/or prices.

1.1.1.9 is deleted and replaced by:

“Appendix to Tender” means the completed section entitled Appendix to Tender included in the Contract Data.

Add the following Sub-Clause after Sub-Clause 1.1.1.10: 1.1.1.11 “Returnable Schedules” means the Schedules contained in Part T2.2 of the Tender Data and Part C2.1

of the Pricing Data, and “Schedules of Quantities/Prices” means the document contained in Part C2.2 of the Pricing Data, as included in the Contract.

1.1.4 Money and Payments 1.1.4.6 is deleted and replaced by:

Contract C1.2: Contract Data Part C1: Agreements and Contract Data Page No. 97 of 193

Page 98: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

“Foreign Currency” means a currency in which part (if any) of the Contract Price is payable, but not the Local Currency.

Add the following Sub-Clause after Sub-Clause 1.1.4.12: 1.1.4.13 “Contract Price Adjustment” means the adjustment to be included in the Contract Price for

fluctuations in the Cost of materials, goods, plant or equipment, General items, Site installation, testing and commissioning, including value added tax, and variations in rates of exchange, customs surcharge and customs duty, all as provided for in Sub-Clause 13.8.

Sub-Clause 1.5 Priority of Documents Deleted and replaced by:

The documents forming the Contract are to be taken as mutually explanatory of one another. For the purposes of interpretation, the priority of the documents shall be in accordance with the following sequence: a) the Contract Agreement, b) the Form of Offer and Acceptance, c) the Appendix to Tender within the Contract Data, d) the Particular Conditions within the Contract Data, e) these General Conditions, f) the Employer’s Requirements, g) the Standardised Specifications, h) The drawings, i) the Schedules, and j) the Contractors Proposal and any other documents forming part of the Contract.

If an ambiguity or discrepancy is found in the documents, the Engineer shall issue any necessary

clarification or instruction. 2. The Employer Sub-Clause 2.1 Right of Access to the Site

Add the following: Possession of the site will not be given to the Contractor. Access to the Site will be granted for the purpose of executing the specified Works. The Contractor shall note that the area adjacent to and surrounding the Site is used by the Employer, others and may also be in use by the public and he shall co-ordinate his activities on Site in order to facilitate access and co-operation with the Employer, other persons and contractors.

It is estimated that the Employer will give the Contractor access to the Site within the time stated in the Appendix to Tender, provided that all drawings and other information required to be submitted for acceptance in terms of the Contract have been accepted by the Engineer.

Sub-Clause 2.5 Employer’s Claims Insert “or by law” after “Contract” in the first sentence of the first paragraph.

Contract C1.2: Contract Data Part C1: Agreements and Contract Data Page No. 98 of 193

Page 99: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ 4 The Contractor Sub-Clause 4.2 Performance Security

Delete the first sentence of the second paragraph and replace with:

The Contractor shall deliver the Performance Security to the Employer within 14 days after receiving the signed acceptance portion of the Form of Offer and Acceptance, and shall send a copy to the Engineer.

The Form of Performance Security - Demand Guarantee shall contain the wording of the document included in Part C1.3 of the Contract Data.

Sub-Clause 4.6 Co-operation

The Contractor to note that the Floating Jetty is to be installed within an operational harbour and is to allow for any necessary co-operation and co-ordination of his activities in order to facilitate the timeous completion of this contract accordingly.

Sub-Clause 4.8 Safety Procedures

The Contractor’s attention is drawn to Sub-Clauses 2.1 and 4.6 above, and to the Health and Safety Specification in the Employer’s Requirements. In addition to the requirements of this clause the Contractor shall give the Engineer 24 hours’ notice, in advance, of the places and times during which he intends to make use of heavy lifting equipment or other potentially dangerous activity.

Sub-Clause 4.10 Site Data

Add the following at the end of the first paragraph: The relevant data referred to in the first sentence of this paragraph shall be as contained in the Employer’s Requirements and Site Information.

Sub-Clause 4.16 Transport of Goods Delete “and” after sub-paragraph (b) and add the following to sub-paragraph(c):

In this regard the Contractor’s attention is also drawn to Clause 18; and Add the following sub-paragraph: (d) the Contractor shall provide all lifting facilities unless specified otherwise in the Scope of Work. Sub-Clause 4.17 Contractor’s Equipment Add the following: The Contractor shall provide all necessary storage and lifting facilities on Site to the approval of the

Engineer and shall take cognizance of all Site, access and environmental restrictions in this regard.

Contract C1.2: Contract Data Part C1: Agreements and Contract Data Page No. 99 of 193

Page 100: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ 5 Design Sub-Clause 5.1 General Design Obligations Add the following at the end of the first paragraph: The Engineer shall be responsible for the general layout and performance specification. The

Contractor shall be responsible for examining the existing Site conditions and for the design of all pertinent structures and temporary works required for the safe, proper and reliable functioning of the floating jetty and pertinent works all in accordance with the Employers Requirements as defined in the Scope of Work. All Contractor’s designs shall be undertaken by competent registered professionals.

6 Staff and Labour Sub-Clause 6.5 Working Hours Add the following:

The days of rest are Sundays and all gazetted public holidays. Sub-Clause 6.7 Health and Safety

The Health and Safety Specification in the Employer’s Requirements, which shall take precedence in case of conflict with this Sub-Clause.

Add the following:

The Employer and the Contractor shall enter into an agreement to complete the work required for the construction of the Works in terms of the provisions of Section 37(2) of the Occupational Health and Safety Act (No. 85 of 1993) and the Construction Regulations promulgated thereunder.

The Contractor shall provide proof to the Employer, within 14 days from the Commencement Date,

that he has paid all contributions required in terms of the Compensation for Occupational Injuries and Diseases Act (No. 130 of 1993).

8 Commencement, Delays and Suspension Sub-Clause 8.1 Commencement of Work

The Commencement Date shall be notified by the Engineer within 28 days of the receipt of the acceptance portion of the Form of Offer and Acceptance.

Notwithstanding the above, the Contractor will not be permitted to commence executing the Works before the Form of Performance Security - Demand Guarantee and required insurances and other specified items have been submitted and approved.

Sub-Clause 8.2 Time for Completion The time for completion given in the Appendix to Tender is in calendar days and is inclusive of all

statutory and public holidays and other non-working days recognized as such in the industry.

Contract C1.2: Contract Data Part C1: Agreements and Contract Data Page No. 100 of 193

Page 101: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Sub-Clause 8.7 Delay Damages

Delete “Damages” in the title and “damages” in the body of this Sub-Clause and replace with “Penalties” in the title and “penalties” in the body, respectively.

9 Tests on Completion Sub-Clause 9.1 Contractor’s Obligations No Trial Operation Period will be required

Add the following before the last paragraph of this Sub-Clause: The Contractor shall provide all necessary test equipment, materials and tools and competent staff for

the performance of the Tests on Completion and shall submit for the approval of the Engineer certified copies of the calibration certificates for the any test equipment.

14 Contract Price and Payment Sub-Clause 14.1 The Contract Price

Not withstanding the requirements of this Sub-Clause the following shall apply:

Prices entered in the Schedules of Quantities/Prices, together with any schedule of rates for which provision is made in a Schedule, will be used for calculating the value of completed works for the purpose of interim payments or for determining the value of changes, omissions and additions for variation instructions when in the opinion of the Engineer such prices are applicable. Where specific items are to be measured and paid for according to the final agreed quantities such methods of measurement and payment shall be as specified in the Pricing Data. The amounts of work and material given in the Schedules of Quantities/Prices are not to be considered as limiting or extending the amount of work to be done or material to be supplied by the Contractor A percentage completion of the amounts of work and materials given in the Schedules of Quantities/Prices may be determined by the Engineer for interim payment certificates after checking the Contractor’s Statement referred to in Sub-Clauses 14.3 and 14.6. The Employer may deduct any amount owing from the Contractor to the Employer from any amount payable by the Employer to the Contractor.

Sub-Clause 14.3 Application for Interim Payment Certificates

Delete “in six copies” in the first line of the first paragraph.

Sub-Clause 14.7:Payment

Delete paragraphs (a), (b), (c) and the final paragraph and replace with: “(a) the amount certified in each interim Payment Certificate within 30 days after the Employer receives the Statement and supporting documents”; and

Contract C1.2: Contract Data Part C1: Agreements and Contract Data Page No. 101 of 193

Page 102: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

(b) The amount certified in the Final Payment Certificate within 30 days after the Employer receives the Statement.”

Sub-Clause 14.15 Currencies of Payment

Delete “damages” in sub-paragraph (b) and replace with “penalties”. 15 Termination by Employer Sub-Clause 15.2 Termination by Employer

Delete “or” at the end of sub-paragraph (e) and add the following sub-paragraphs after sub-paragraph (f): “or (g) the Contractor fails to provide the required Performance Security and insurances within the prescribed time,”

16 Suspension and Termination by Contractor Sub-Clause 16.1 Contractor’s Entitlement to Suspend Work Delete “Sub-Clause 2.4 [Employer’s Financial arrangements] or” in first paragraph. Sub-Clause 16.2 Termination by Contractor Delete sub-paragraph (a). 18 Insurance Sub-Clause 18.1 General Requirements for Insurances Add the following: The Contractor shall be liable for the payment of the deductibles in respect of each claim settlement in

terms of the policies effected by the Contractor. In respect of Subcontractors, the Contractor shall be deemed to have complied with the provisions of

the requirements relating to insurance by ensuring that the Subcontractors have effected such insurance.

Save as otherwise provided in the Contract, nothing herein contained shall oblige the Contractor to effect any insurance which is not generally obtainable from a registered insurer in South Africa.

The insurances shall be effected with an insurance company registered in South Africa and the terms thereof shall be subject to approval by the Employer, which approval shall not be unreasonably withheld.

If required, the Contractor shall provide proof to the Engineer that the Contractor is in good standing with respect to duties, taxes, levies and contributions required in terms of legislation applicable to the work in this Contract.

Sub-Clause 18.2 Insurance for Works and Contractor’s Equipment In addition to the requirements of this Sub-Clause, the insuring party shall effect and maintain

insurance in respect of the following:

Contract C1.2: Contract Data Part C1: Agreements and Contract Data Page No. 102 of 193

Page 103: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

i. transit insurance, including whilst in temporary storage and intended for incorporation in the Contract en route to Site,

ii. professional indemnity insurance; the Contractor shall ensure that all design work to be undertaken by the Contractor or on behalf of the Contractor is undertaken by registered professionals who carry adequate professional indemnity insurance to cover their liability for professional negligence. Proof of such insurance shall be submitted to the Engineer on demand, and

iii. where the Contract involves manufacturing and/or fabrication of the Works or part thereof at premises other than the 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 endorsement to the Contractor's Policies of Insurance.

Sub-clause 18.3 Insurance against Injury to Persons and Damage to Property Add the following sub-paragraph: (e) shall include a cross-liability clause such that the insurance shall apply to the Contractor and to the

Employer as separate insured parties. Sub-Clause 18.4 Insurance of Contractor’s Personnel

Add the following: The insurance shall be in terms of the provisions of the Compensation for Occupational Injuries and Diseases Act No. 130 of 1993.

Add the following new Sub-Clause: Sub-Clause 18.5 Special Risks Insurance

The Contractor shall effect and maintain the following insurance in the joint names of the Employer and the Contractor:

A Coupon Policy for Special Risks Insurance issued by the South African Special Risks Insurance Association.

sub-clause 20.6 Arbitration: Delete the first paragraph and sub-paragraphs (a), (b) and replace with the following:

Unless settled amicably, any dispute in respect of which the DAB’s decision (if any) has not become final and binding shall be finally settled in accordance with the rules of the Association of Arbitrators (Southern Africa) as follows: (a) an arbitrator or arbitrators shall be agreed to by the Parties; or (b) in the event of the Parties failing to reach consensus on an arbitrator, the Chairperson of the Association of Arbitrators (Southern Africa) shall appoint the arbitrator to resolve such dispute in accordance with their rules. The arbitrator shall be entitled to make such award, including an award in respect of costs, as he may deem fit provided that the arbitrator shall be required to furnish written reasons.

Contract C1.2: Contract Data Part C1: Agreements and Contract Data Page No. 103 of 193

Page 104: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

The decision of the arbitrator shall be final and binding on the Parties. The decision of the arbitrator may be made an order of court by either of the Parties at the cost of such Party.

ADDITIONAL CONDITIONS OF CONTRACT The additional Conditions of Contract are: Clause 21 Contractor to provide everything necessary

Contractor is to provide all labour, material, workmanship, machinery, and everything which is or may be necessary in and for the execution and entire completion of the Contract in accordance with the Conditions of Contract and Employer’s Requirements.

Clause 22 Details to be confidential

The Contractor shall treat the details of the Works comprised in this Contract as private and confidential (save in so far as may be necessary for the purposes hereof) and shall not publish or disclose the same or any particulars thereof in any trade or technical paper elsewhere without the prior written consent of the Engineer.

Contract C1.2: Contract Data Part C1: Agreements and Contract Data Page No. 104 of 193

Page 105: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 C1.3 Form of Performance Security

Contract C1.3: Form of Performance Security Part C1: Agreements and Contract Data Page No. 105 of 193

Page 106: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 C1.4 Occupational Health and Safety Agreement C 1.4.1 AGREEMENT IN TERMS OF THE OCCUPATIONAL HEALTH AND SAFETY ACT, 1993 (ACT NO 85 OF 1993) THIS AGREEMENT made at

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

on this the .................................................... day of ...................................................... in the year

………………………..

between Coega Development Corporation (Pty) Ltd (hereinafter called "the Employer") of the one part, herein

represented by in his capacity as ..............................................................................................................................

and ............................................................................................................................................................................

(hereinafter called "the Mandatory") of the other part, herein represented by

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

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

in his capacity as ......................................................................................................................................................

WHEREAS the Employer is desirous that certain works be constructed, via CONTRACT NO. CDC/645/16 ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND and has accepted Tender by the Mandatory for the construction, completion and maintenance of such Works and whereas the Employer and the Mandatory have agreed to certain arrangements and procedures to be followed in order to ensure compliance by the Mandatory with the provisions of the Occupational Health and Safety Act, 1993 (Act 85 of 1993); NOW THEREFORE THIS AGREEMENT WITNESSED AS FOLLOWS:

1. The Mandatory shall execute the work in accordance with the Contract Documents pertaining to this Contract.

2. This Agreement shall hold good from its Commencement Date, which shall be the date of a written notice from the Employer or Engineer requiring him to commence the execution of the Works, to the date of the issue of the Performance Certificate issued in terms of sub clause 11.9 of The Conditions of Contract for Plant Design-Build for Electrical and Mechanical Plant and for Building and Engineering Works, Designed by the Contractor (First Edition) 1999.

3. The Mandatory declares himself to be conversant with the following: COEGA DEVELOPMENT

CORPORATION (PTY) LTD THE ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND CONTRACT No. CDC/645/16

a. All the requirements, regulations and standards of the Occupational Health and Safety Act (Act 85 of 1993), hereinafter referred to as "The Act", together with its amendments and with special reference to the following Sections of The Act:

i. Section 8: General duties of employers to their employees; ii. Section 9: General duties of employers and self-employed persons to persons other

than employees;

Contract C1.4: Occupational Health and Safety Agreement Part C1: Agreements and Contract Data Page No. 106 of 193

Page 107: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

iii. Section 37: Acts or omissions by employees or mandatories, and iv. Sub-section 37(2) relating to the purpose and meaning of this Agreement.

b. The procedures and safety rules of the Employer as pertaining to the Mandatory and to all his subcontractors.

4. The Mandatory agrees to execute all the Works forming part of this Contract and to operate and utilise all machinery, plant and equipment in accordance with the Act.

5. The Mandatory is responsible for the compliance with the Act by all his subcontractors, whether or not selected and/or approved by the Employer.

6. The Mandatory warrants that all his and his subcontractors' workmen are covered in terms of the Compensation for Occupational Injuries and Diseases Act, 1993 which cover shall remain in force whilst any such workmen are present on site. A letter of good standing from the Compensation Commissioner to this effect must be produced to the Employer upon signature of the agreement.

7. The Mandatory undertakes to ensure that he and/or subcontractors and/or their respective employers will at all times comply with the following conditions:

a. The Mandatory shall assume the responsibility in terms of Section 16.1 of the Occupational Health and Safety Act. The Mandatory shall not delegate any duty in terms of Section 16.2 of this Act without the prior written approval of the Employer. If the Mandatory obtains such approval and delegates any duty in terms of section 16.2 a copy of such written delegation shall immediately be forwarded to the Employer.

b. All incidents referred to in the Occupational Health and Safety Act shall be reported by the Mandatory to the Department of Labour as well as to the Employer.

c. The Employer will further be provided with copies of all written documentation relating to any incident

d. The Employer hereby obtains an interest in the issue of any formal inquiry conducted in terms of section 32 of the Occupational Health and Safety Act into any incident involving the Mandatory and/or his employees and/or his subcontractors.

In witness thereof the parties hereto have set their signatures hereon in the presence of the subscribing witnesses: SIGNED FOR AND ON BEHALF OF THE EMPLOYER: WITNESS 1 ....................………………………. 2 ............................................................ NAME 1 ...................................……………. 2 ……………………………….……………………… (IN CAPITALS) SIGNED FOR AND ON BEHALF OF THE MANDATORY: ............................................................... WITNESS 1 ...................................……………. 2 .......................................................... NAME 1 ...................................……………. 2 ............................................................

Contract C1.4: Occupational Health and Safety Agreement Part C1: Agreements and Contract Data Page No. 107 of 193

Page 108: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ C 1.4.2 Certificate of Authority for Signatory to Agreement in terms of OHS Act (85 of 1993) The signatory for the company that is the Contractor in terms of the above-mentioned Contract and the Mandatory in terms of the above-mentioned Act shall confirm his or her authority thereto by attaching to this page a duly signed and dated copy of the relevant resolution of the Board of Directors.

An example is given below:

"By resolution of the Board of Directors passed at a meeting held on ..................................... 201……,

Mr/Ms .............................................................................................................................. whose signature

appears below, has been duly authorised to sign the AGREEMENT in terms of THE OCCUPATIONAL HEALTH

AND SAFETY ACT, 1993 (ACT 85 of 1993) on behalf of

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

SIGNED ON BEHALF OF THE COMPANY : ................................................................................

IN HIS/HER CAPACITY AS : ................................................................................

DATE : ................................................................................

SIGNATURE OF SIGNATORY : ................................................................................

WITNESS: 1. .............................................… 2. ............................................................

NAME (in capitals): 1. ..............................……........... 2. ............................................................

Contract C1.4: Occupational Health and Safety Agreement Part C1: Agreements and Contract Data Page No. 108 of 193

Page 109: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 C1.5 Contract Agreement This Agreement made the ________________ day of __________________________ of 20___________ Between ________________ of ______________________ (hereinafter called ‘the Employer’) of the one part, and ____________________ of ______________________ (hereinafter called ‘the Contractor’) of the other part. Whereas the Employer desires that the Works known as Contract No. CDC/645/16 Acquisition Of New Floating Jetty, Robben Island should be executed by the Contractor, and has accepted a Tender by the Contractor for the execution and completion of these Works and the remedying of any defects therein. The Employer and the Contractor agree as follows: 1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to

them in the Conditions of Contract hereinafter referred to. 2. The following documents shall be deemed to form and be read and construed as part of this

Agreement:

a) The Form of Offer dated ____________ and Acceptance dated __________________ b) The Addenda nos. _______________ c) Part C1: Agreements and Contract Data, (which includes this Form of Offer and Acceptance) d) Part C2: Pricing Data e) Part C3: Scope of Work f) Part C4: Site Information g) Applicable Returnable Schedules h) and drawings and other documents (or parts thereof), which may be incorporated by

reference into the above listed Parts 3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter

mentioned, the Contractor hereby covenants with the Employer to design, execute and complete the Works and remedy any defects therein, in conformity with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor, in consideration of the execution and

completion of the Works and the remedying of defects therein, the Contract Price at the times and in the manner prescribed by the Contract.

Contract C1.5: Contract Agreement Part C1: Agreements and Contract Data Page No. 109 of 193

Page 110: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ In Witness whereof the parties hereto have caused this Agreement to be executed the day and year first before written in accordance with their respective laws. SIGNED by: _______________________________ SIGNED by: _____________________________ for and on behalf of the Employer in the presence for and on behalf of the Contractor in the presence of of Witness: ___________________________________ Witness: ___________________________________ Name: ___________________________________ Name: ___________________________________ Address: ___________________________________ Address: ___________________________________ Date: ___________________________________ Date: ___________________________________

Contract C1.5: Contract Agreement Part C1: Agreements and Contract Data Page No. 110 of 193

Page 111: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

CONTRACT

PART C2: PRICING DATA

TABLE OF CONTENTS

PAGE NO. C2.1. GENERAL AND PARTICULAR PRICING ASSUMPTIONS ........................................................................... 106

C2.2 SCHEDULE OF PRICES ............................................................................................................................ 117

Contract C2: Pricing Data Part C2: Pricing Data Page No. 111 of 193

Page 112: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

PART C2: PRICING DATA

C2.1: GENERAL AND PARTICULAR PRICING ASSUMPTIONS

TABLE OF CONTENTS PAGE NO..

C2.1.1 CONDITIONS OF CONTRACT ............................................................................................................... 107

C2.1.2 SYMBOLS ........................................................................................................................................... 107

C2.1.3 GENERAL PRICING ASSUMPTIONS...................................................................................................... 108

C2.1.4 PARTICULAR PRICING ASSUMPTIONS ................................................................................................ 109

C2.1.4.1 PARTICULAR PRICING ASSUMPTIONS: A ......................................................................................... 110

C2.1.4.2 PARTICULAR PRICING ASSUMPTIONS: B ......................................................................................... 114

Contract C2.1: Pricing Assumptions Part C2: Pricing Data Page No. 112 of 193

Page 113: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 C2.1 General and Particular Pricing Assumptions C2.1.1 Conditions of Contract

The Conditions of Contract for Plant Design-Build for Electrical and Mechanical Plant and for Building and Engineering Works, Designed by the Contractor (First Edition) 1999 as published by the International Federation of Consulting Engineers (FIDIC) shall be used for this Contract and the project shall be priced accordingly.

. C2.1.2 Symbols

The units of measurement described in the Schedule of Quantities/ Prices are metric units abbreviated as follows:

Abbreviation Unit CD or CDP Chart Datum ( 0.825 m below ML) % percent H hour Ha hectare kg kilogram kl kilolitre km kilometre kPa kilopascal kW Kilowatt l Litre m metre mm millimetre m2 square metre

m3 cubic metre m3-km cubic metre-kilometre MN mega newton MPa mega Pascal No. Number NGL Natural Ground Level PC-Sum Prime cost sum R/only Rate only SUM Lump sum T ton (1000 kg) W/day Work week/day as defined in the Contract

Contract C2.1: Pricing Assumptions Part C2: Pricing Data Page No. 113 of 193

Page 114: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ C2.1.3 General Pricing Assumptions

1) The terms “Schedules of Quantities”, Schedule of Prices”, “Bill of Quantities” and “Bills of Quantities”

shall have the same meaning.

2) The method of measurement published by the South African Bureau of Standards/South African National Standards authority (SANS) in clause 8 of the Standardised Specifications for Civil Engineering Construction is generally applicable to the Schedule of Prices unless otherwise stated in the Pricing Assumptions. In the event of inconsistency or ambiguity between the SANS method of measurement and payment and these Pricing Assumptions, the Pricing Assumptions shall take precedence.

3) The Schedule of Prices contains only brief descriptions to identify the salient items required and the

Contractor is referred to the Contract Data, Scope of Work, Site Information and drawings for the full requirements.

4) The rates and prices to be inserted in the Schedule of Prices are to be the fully inclusive prices to be

paid by the Employer for the work described under each item. Such rates and prices shall cover all costs and expenses that may be required in and for the execution of the work described, and shall cover the cost of all general risks, liabilities, and obligations set forth or implied by the Contract Data, Scope of Work, Site Information and drawings upon which the Contract is based, as well as overhead charges and profit. Reasonable prices shall be inserted as these may be used as a basis for assessment of payment for additional work that may have to be carried out.

5) A price or rate is to be entered against each item in the Schedule of Prices, whether the quantities are

stated or not. An item against which no price is entered will be deemed to be covered by the other prices or rates in the Schedule of Prices but the rate, where applicable, will nevertheless be taken as nil and no claim will be considered should the quantity of such items increase or decrease.

6) Except where rates are required, insert all amounts to be included in the total price in the "Amount"

column and show the corresponding total price.

7) Where an item in the Schedule of Prices makes reference to a specific measurement and payment clause, the Contractor is referred to such clause for a more detailed explanation of any ancillary or associated activities that are to be included in the rates and prices for the item.

8) Unless otherwise stated, all measured items have been measured nett in accordance with the

drawings and as specified. Rates and prices shall include for waste of whatever nature and for all necessary cutting (notwithstanding any trade custom to the contrary).

9) Where the items are indicated as provisional, the quantities set out in the Schedule of Prices are

approximate, do not necessarily represent the actual amount of work to be done and shall be measured and paid for based upon the actual amount of work done and certified for payment by the Engineer in terms of the Contract and as shown and described in the Contract Data, Scope of Work, Site Information and drawings and the Pricing Assumptions. In this regard no guarantee is given or implied that the quantities given in the Schedule of Prices are the actual quantities of materials to be supplied or work to be done under the separate items.

Contract C2.1: Pricing Assumptions Part C2: Pricing Data Page No. 114 of 193

Page 115: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

10) Where items in the Schedule of Prices include reference to trade names or proprietary brands the reference is used in order to establish the required type and quality of product and other similar products of equal performance and quality may be substituted upon approval of the Engineer.

11) Where items in the Schedule of Prices have no applicable measurement and payment clause reference

to the Pricing Assumptions, the rate or price for the item shall be the fully inclusive rate or price for the work described including all materials, labour, Contractor’s equipment, overheads, profit, general liabilities, obligations and risks as may be applicable.

12) Where the Contract requires the Contractor to undertake the design of any part of the Works, items

have been provided where any further items considered necessary by the Contractor can be priced. The Contractor must provide full details of what has been allowed for with his price under these items.

13) Where items are marked as “Provisional”, no guarantee is given or implied that such items will form

part of the Works. Should any such item be required, as agreed by the Engineer, the item shall be measured and paid for based upon the rate or price and the actual final quantity of work done in terms of the Contract.

14) Should it become necessary in terms of the Contract to change an existing rate, price or introduce a

new rate or price for any item, the Contractor will be required to provide the Engineer with a detailed breakdown of the rate or price involved with a similarly detailed breakdown of the suggested revised/new rate or price together with supporting quotations and other relevant documentation to satisfy the Engineer that the revised/new rate or price is built up in a similar manner to the original Contract rates or prices.

15) References to the Conditions of Contract in the Schedule of Prices shall mean the FIDIC Conditions of

Contract for Construction for Plant Design-Build for Electrical and Mechanical Plant and for Building and Engineering Works (First Ed. 1999), referred to and amplified in the Particular Conditions of Contract.

16) The Accepted Contract Amount will not be subject to the contract price adjustment provisions

(escalation) in terms of Clause 13.8

17) The Schedule of Prices shall be completed in non-erasable ink.

C2.1.4 Particular Pricing Assumptions

The following particular pricing assumptions are applicable and the Contractor shall price accordingly.

Section Description A PRELIMINARY AND GENERAL B FLOATING JETTY

Contract C2.1: Pricing Assumptions Part C2: Pricing Data Page No. 115 of 193

Page 116: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 C2.4.1.1 PARTICULAR PRICING ASSUMPTION: A A PRELIMINARY AND GENERAL

These pricing assumptions generally apply to Section A of the Schedule of Prices.

A .1 BASIC PRINCIPLES The Contractor is referred to the Pricing Assumptions: Clause 3: General Pricing Assumptions. Measurement and payment for Preliminary and General costs will be as specified in clause 8 of SANS 1200A: General, except as modified or amended herein

A .2 VARIATIONS TO SANS 1200A: GENERAL

A .2.1 Method of Measurement (Clause 8.1.1) The method of measurement as stated in this clause shall not be applicable to all sections of the Schedule of Prices and shall only be applicable as specifically stated in the Pricing Assumptions

A .2.2 Preliminary and General Item or Section (Clause 8.1.2) Clause 8.1.2.1(c) shall not apply. The second sentence of clause 8.1.2.3 shall not apply and shall be superseded with: “The settlement for any claim for additional costs in respect of Preliminary and General items shall, where applicable, be based on the items and prices in the Preliminary and General section of the Schedule of Prices.”

A .2.3 Time Related Items (Clause 8.2.2) Clause 8.2.2 shall be superseded by: “Subject to the provisions of clause 8.2.4, payment for time related items will be effected after payment for the relevant fixed-charge items has been made in terms of clauses 8.3.1 and 8.3.2. Incremental amounts, calculated by dividing the sums tendered by the number of months required to complete the site activities for which the relevant sum was tendered, will be paid in each of the subsequent payment certificates until the sums tendered have been paid.”

A .2.4 Fixed Charge Contractual Requirements (Clause 8.3.1) The sums priced for the fixed charge contractual requirements shall cover the Contractor’s initial costs

as specified in Clause 8.3.1 including insurance of the Works, material, plant and equipment and public liability insurance only in so far as these are not covered by insurance effected by the Employer.

Contract C2.1: Particular Pricing Assumptions: A Part C2: Pricing Data Page No. 116 of 193

Page 117: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ A .2.5 Time Related Contractual Requirements (Clause 8.4.1) The sums priced for time related contractual requirements shall cover all the Contractor’s time related

costs as specified in clause 8.4.1 including insurance of the Works, material, plant and equipment and public liability insurance only in so far as these are not covered by insurance effected by the Employer

A .3 PARTICULAR PRICING ASSUMPTIONS Notwithstanding Clause 8 of the applicable SANS 1200 Standardised Specifications the following

particular pricing assumptions are applicable and shall be priced accordingly. The items specified below shall be priced as fixed and/or time related obligations as may be applicable.

A .3.1 Health, Safety, Environment and Industrial Relations A .3.1.1 Comply with all environmental and pollution control requirements ………………………………………Unit:

Sum The price shall be a sum and shall include for all requirements in this regard as set out in the Scope of

Work A .3.1.2 Comply with the requirements of the Occupational Health and Safety Act 1993 and Construction

Regulations 2003, including responsibility of the designer, appointment of Construction Supervisor and Competent Person …………………………………………………………………………..……………….………………… Unit: Sum

The price shall be a sum and shall include for all requirements in this regard as set out in the Scope of

Work. A .3.1.3 Submission of the health and safety plan……………………………………………………………………………… Unit: Sum The price shall be a sum and shall include for all requirements in this regard as set out in the Scope of

Work. A .3.1.4 Comply with Health and Safety Specification in the Scope of Work……………………………………… Unit: Sum The price shall be a sum and shall include for all requirements in this regard as set out in the Scope of

Work A .3.1.5 Comply with all document management requirements not included elsewhere ....................Unit: Sum The price shall be a sum and shall include for all requirements in this regard as set out in the Scope of

Work. A .3.1.6 Comply with all quality management requirements not included elsewhere……………………… Unit: Sum The price shall be a sum and shall include for all requirements in this regard as set out in the Scope of

Work.

Contract C2.1: Particular Pricing Assumptions: A Part C2: Pricing Data Page No. 117 of 193

Page 118: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ A .3.2 Co-operation with Others A .3.2.1 Facilitation and co-operation with the Employer and others ………………………………………………… Unit: Sum The price shall be a sum and shall include for all requirements in this regard as set out in the Scope of

Work including facilitating and co-ordinating the Contractor’s operations in order to prevent disruption to the Employer and others, issuing all notices, attending meetings, co-ordinating activities and co-operating with others during currency of the Works and for taking all necessary precautions to mitigate any constraints and or disruptions imposed on the Contractor as a result of the activities of others on the Site.

A .3.3 Compliance with Port Restrictions and Operations A .3.3.1 Facilitation and co-operation with port authorities requirements, restrictions and operations

…………………………….…………………………………………………………………………………………..…………………. Unit: Sum The price shall be a sum and shall include for all requirements in this regard as set out in the Scope of

Work including facilitation and co-operation with the port authorities in order to prevent disruptions to the existing port operations, allowance in respect of any constraints imposed on the Contractor as a result of the Works taking place in or in the vicinity of an operational port, obtaining all necessary permits, licences, permissions and approvals, issuing all notices, attending meetings, co-ordinating activities and installing all necessary marker buoys as may be required by the port authorities or as specified.

A .3.4 Protection of Existing Structures A .3.4.1 Protection of existing structure, services and facilities………………………………………………………… Unit: Sum The price shall be a sum and shall include for all precautions necessary to protect and ensure that the

structural integrity of the existing structures, services, plant and facilities that may be affected by the Works and are not required to demolished for the duration of the Works. The price shall include for a condition survey including photographic record to be undertaken and agreed with all stakeholders prior to commencing.

A .3.5 Progress Photographs A .3.5.1 Provision of progress photographic record…………………………………………………………………………… Unit: Sum The price shall be a sum and shall include for all costs associated with the provision of a detailed

photographic record of the Works as the work proceeds from the Starting Date up to Completion all as described in the Scope of Work, including the compilation of an annotated, electronic photographic report.

Contract C2.1: Particular Pricing Assumptions: A Part C2: Pricing Data Page No. 118 of 193

Page 119: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ A .3.6 As-Built Drawings A .3.6.1 Provision of marked up drawings for production of as-built drawings…………………………………… Unit:

Sum The price shall be a sum and shall include for all costs associated with the provision of a detailed as-

built record of the Works as the work proceeds from the Starting Date up to Completion all as described in the Scope of Work.

Contract C2.1: Particular Pricing Assumptions: A Part C2: Pricing Data Page No. 119 of 193

Page 120: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 C2.1.4.2 PARTICULAR PRICING ASSUMPTION: B

B FLOATING JETTY

These pricing assumptions generally apply to Section B of the Schedule of Prices. B .1 BASIC PRINCIPLES

All items shall be priced as the fully inclusive value of the various items including all costs and expenses that may be required in and for the full and proper execution of the work described. In addition to the above, the Contractor may be requested to provide a detailed cost breakdown of all the listed items, for cost comparison, control and monitoring purposes.

Where the Contractor’s design necessitates modification or adjustment to the existing structure his rates and prices shall include for all such requirements, including obtaining the necessary approvals, and removal and discarding of debris off the Site to an authorised dump site acceptable to the Engineer.

B .2 PARTICULAR PRICING ASSUMPTIONS B .2.1 Removal of Existing Structures B .2.1.1 Carefully salvage, remove and dispose of (item to be stated) ………………………………………………… Unit:

Sum

The unit of measurement and payment shall be the lump Sum for the components stated.

The rates and prices shall include for carefully salvaging, removing, transporting and off-loading of the various items to the disposal sites selected by the Contractor.

The rates for the salvage items shall in addition include for carefully removing of the item, complete with its appurtenant fixtures and fittings, from its original position, including cutting off and removing tie bars, holding down bolts, anchor bolts, etc. and removal and discarding of all debris.

B .2.1.2 Carefully salvage, remove and transport undamaged as directed by the Engineer (item to be stated)

…………………………………………....…………………………………………………….………………………………………… Unit: Sum

The unit of measurement and payment shall be the lump Sum for the components stated.

The rates and prices shall include for carefully salvaging, removing, cleaning off, transporting and off-loading of the items as directed by the Engineer within a 10km radius of the site.

The rates for the salvage items shall in addition include for the provision of lifting gear, carefully removing of the item, complete with its appurtenant fixtures and fittings, from its original position,

Contract C2.1: Particular Pricing Assumptions: B Part C2: Pricing Data Page No. 120 of 193

Page 121: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

including cutting off and removing tie bars, holding down bolts, anchor bolts, etc. and removal and discarding of all debris.

B .2.2 Refurbishment works B .2.2.1 Application of corrosion protection to existing structures…………………………..…..…………………… Unit: Sum

The unit of measurement and payment shall be the lump Sum for the components stated

The rates and prices shall include for preparation including mechanical abrasion and cleaning existing surface area, removal and discarding of all debris and application of corrosion protection all as stated in the Scope of Work

B .2.2.2 Supply and installation of vesconite bushing …………………………………………………..………..…………… Unit: No

The unit of measurement for the supply and installation of vesconite bushing shall be the number of bushings installed.

The rates shall include for the supply, handling, and fixing vesconite bushing to existing gangway hinge and making good, etc. complete.

B .2.2.3 Supply and installation of safety barrier …………………………………………………………….……...…………… Unit: m

The unit of measurement for the supply and installation of safety barrier shall be the linear metre of barrier.

The rates shall include for the removal of existing safety nets and the supply and installation of new safety barrier to existing gangway in accordance to the Scope of Work.

B .2.2.4 Carefully take from store, transport and re-install refurbished gangway and handrailing including

touching up corrosion protection complete....……………………………………………….……...…………… Unit: Sum

The unit of measurement for the transport and re-installation of the refurbished gangway including toughing up corrosion protection shall be the lump Sum.

The price shall include for all work necessary including the provision of lifting gear, carefully transporting and re-installing of the gangway complete with its appurtenant fixtures and fittings in accordance to the Scope of Work and for touching up of any corrosion protection that may have been damaged during the re-installation.

B .2.3 Floating Jetty

Design of the Floating Jetty B .2.3.1 Allow costs and expenses in connection with the design of the Floating Jetty………………………. Unit: Sum

The unit of measurement and payment shall be the lump Sum.

The price shall include for the detailed design of all materials, fabrication methods, and corrosion

Contract C2.1: Particular Pricing Assumptions: B Part C2: Pricing Data Page No. 121 of 193

Page 122: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

protection systems for the complete Floating Jetty including provision of certificates, guarantees, design and shop drawings, etc. and everything else necessary for the full and proper execution of the Floating Jetty in terms of the Scope of Work complete.

Supply and Fabrication of the Floating Jetty

B .2.3.2 Allow costs and expenses in connection with the supply, fabrication and corrosion protection of the

Floating Jetty complete (components to be stated)………………………………………………………………. Unit: Sum

The unit of measurement and payment shall be the lump Sum for the components stated.

The prices shall include for the supply of all materials, fabrication, corrosion protection, testing, etc. and everything else necessary for the full and proper execution of the work including any necessary adjustments to the existing quay structure and making good complete.

Delivery of the Floating Jetty

B .2.3.3 Allow costs and expenses in connection with the delivery of the Floating Jetty complete (components

to be stated)…………………………………………………………………………………………………………………………. Unit: Sum

The unit of measurement and payment shall be the lump Sum for the components stated.

The prices shall include for the loading, transportation and offloading from the shop to the site of the works, if required as part of the transit operation, and the cost of any demurrage incurred in connection with the movement of the floating jetty from the shop to the Site including the provision of lifting gear and for any storage costs.

Installation of the Floating Jetty

B .2.3.4 Allow costs and expenses in connection with the installation and final corrosion protection of the

Floating Jetty complete (components to be stated)………………………………………………………………. Unit: Sum

The unit of measurement and payment shall be the lump Sum for the components stated.

The prices shall include for uploading and installing all components in their final positions, including the provision of lifting gear and any necessary adjustments to the existing quay structure and making good complete. Prices for the installation of the Floating Jetty shall in addition include for working over water.

B .2.4 Sundry Items B .2.4.1 Allow costs and expenses in connection with the following sundry items (items to be

stated)…………………. …………………………………………………………………………………………………………………………..………………….. Unit: Sum

The unit of measurement and payment shall be the lump Sum.

The price shall include for all costs and expenses in order to provide the listed item complete.

Contract C2.1: Particular Pricing Assumptions: B Part C2: Pricing Data Page No. 122 of 193

Page 123: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

PART C2: PRICING DATA

C2.2: SCHEDULE OF PRICES

TABLE OF CONTENTS PAGE NO.

C2.2 SCHEDULE OF PRICES ............................................................................................................................ 118

Contract C2.2 Shedule of prices Part C2: Pricing Data Page No. 123 of 193

Page 124: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO. CDC/645/16

PRELIMINARY SCHEDULE OF PRICES

CONTENTS

SECTION DESCRIPTION PAGE

A PRELIMINARY & GENERAL 122 B FLOATING JETTTY 128

FINAL SUMMARY 131

Contract C2.2 Shedule of prices Part C2: Pricing Data Page No. 124 of 193

Page 125: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

A: PRELIMINARY & GENERAL A1: FIXED CHARGE AND VALUE RELATED ITEMS ITEM REF DESCRIPTION UNIT QTY RATE AMOUNT A SANS

1200A / Particular Pricing Assumption.: Section A

PRELIMINARY & GENERAL

A1 8.3/A2.4 FIXED CHARGE AND VALUE RELATED ITEMS A1.1 8.3.1 Contractual Requirements A1.1.1 Provision of Performance Security Sum 1 A1.1.2 Provision of Insurances Sum 1 A1.1.3 Other Contractual Requirements Sum 1 A1.2 8.3.2 Establishment of Facilities on Site A1.2.1 8.3.2.2 Facilities for Contractor A1.2.1.1 a) Offices and storage sheds Sum 1 A1.2.1.2 b) Workshops Sum 1 A1.2.1.3 c) Living accommodation and messing facilities Sum 1 A1.2.1.4 d) Tools and equipment Sum 1 A1.2.1.5 e) Water supply, electric power and communications Sum 1 A1.2.1.6 f) Dealing with water Sum 1 A1.2.2.7 g) Access Sum 1 A1.2.1.8 h) Contractor's Equipment (Tenderer to specify) Sum 1 (Details of the types, sizes, capacities production rates

and daily hire rates of all major Contractors Equipment shall be provided)

………………………………………………………………………………………… ………………………………………………………………………………………… ………………………………………………………………………………………… ………………………………………………………………………………………… ………………………………………………………………………………………… ………………………………………………………………………………………… CARRIED FORWARD:

Contract C2.2 Shedule of prices Part C2: Pricing Data Page No. 125 of 193

Page 126: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

BROUGHT FORWARD: A1.3 8.3.3 Other fixed charge obligations A1.3.1 Allow for the cost of surveying and setting out the Works Sum 1

A1.3.2 Security and fencing of the Site including watching, barricading and lighting

Sum 1

A1.3.3 A3.1.1 Comply with all environmental and pollution control

requirements Sum 1

A1.3.4 A3.1.2 Comply with the requirements of the Occupational Health

and Safety Act 1993 and Construction Regulations 2003, including responsibility of the designer, appointment of Construction Supervisor and Competent Person

Sum 1

A1.3.5 A3.1.3 Submission of health and safety file Sum 1 A1.3.6 A3.1.4 Comply with all health & safety Specification in the Scope

of Work Sum 1

A1.3.7 A3.1.5 Comply with all document management requirements not

included elsewhere Sum 1

A1.3.8 A3.1.6 Comply with all quality management requirements not

included elsewhere Sum 1

A1.3.9 A3.2.1 Facilitation and co-operation with the Employer and other Sum 1

A1.3.10 A3.3.1 Facilitation and co-operation with port authorities

requirements, restrictions and operations Sum 1

A1.3.11 A3.4.1 Protection of existing structure, services and facilities Sum 1

A1.3.11 A3.5.1 Provision of progress photographic record Sum 1 A1.3.12 A3.6.1 Provision of marked up drawings for production of as-

built drawings Sum 1

A1.3.13 All other Fixed charge obligations not covered elsewhere: Sum 1

(Tenderer to specify) ………………………………………………………………………………………… ………………………………………………………………………………………… ………………………………………………………………………………………… …………………………………………………………………………………………

CARRIED FORWARD:

Contract C2.2 Shedule of prices Part C2: Pricing Data Page No. 126 of 193

Page 127: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

BROUGHT FORWARD: A1.4 8.3.4 Remove site establishment on completion Sum 1 A1.5 8.8 Temporary Works A1.5.1 8.8.2 Dealing with traffic including compliance with the local

traffic regulations and pedestrian traffic Sum 1

A1.5.2 8.8.3 Protection of existing structure until construction is

complete Sum 1

SUB-TOTAL SECTION A1 CARRIED FORWARD TO SECTION A SUMMARY:

Contract C2.2 Shedule of prices Part C2: Pricing Data Page No. 127 of 193

Page 128: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

A: PRELIMINARY & GENERAL A2: TIME RELATED ITEMS ITEM REF DESCRIPTION UNIT QTY RATE AMOUNT A2 SANS

1200A / Particular Pricing Assumption.: Section A

TIME RELATED ITEMS

A2.1 8.4.1/A2.5 Contractual Requirements A2.1.1 Provision of Performance Security Sum 1 A2.1.2 Provision of Insurances Sum 1 A1.1.3 Other Contractual Requirements Sum 1 A2.2 8.4.2 Operate and maintain facilities for duration of

construction, except where otherwise stated

A2.2.1 8.4.2.2 Facilities for Contractor A2.2.1.1 a) Offices and storage sheds Sum 1 A2.2.1.2 b) Workshops Sum 1 A2.2.1.3 c) Living accommodation and messing facilities Sum 1 A2.2.1.4 d) Tools and equipment Sum 1 A2.2.1.5 e) Water supply, electric power and communications Sum 1

A2.2.1.6 f) Dealing with water Sum 1 A2.2.1.7 g) Access Sum 1 A2.2.1.8 h) Plant (Tenderer to specify) Sum 1 (Details of the types, sizes, capacities production rates

and daily hire rates of all major Contractors Equipment shall be provided)

………………………………………………………………………………………… ………………………………………………………………………………………… ………………………………………………………………………………………… ………………………………………………………………………………………… ………………………………………………………………………………………… A2.3 8.4.3 Supervision for duration of construction Sum 1 A2.4 8.4.4 Company and Head Office overhead costs

Sum 1

CARRIED FORWARD:

Contract C2.2 Shedule of prices Part C2: Pricing Data Page No. 128 of 193

Page 129: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

BROUGHT FORWARD: A2.5 8.4.5 Other Time-related obligations A2.5.1 Allow for the cost of surveying and setting out the Works Sum 1

A2.5.2 Security and fencing of the Site including watching, barricading and lighting

Sum 1

A2.5.3 A3.1.1 Comply with all environmental and pollution control requirements

Sum 1

A2.5.4 A3.1.2 Comply with the requirements of the Occupational Health

and Safety Act 1993 and Construction Regulations 2003, including responsibility of the designer, appointment of Construction Supervisor and Competent Person

Sum 1

A2.5.5 A3.1.3 Submission of health and safety file Sum 1 A2.5.6 A3.1.4 Comply with all health & safety Specification in the Scope

of Work Sum 1

A2.5.7 A3.1.5 Comply with all document management requirements not

included elsewhere Sum 1

A2.5.8 A3.1.6 Comply with all quality management requirements not

included elsewhere Sum 1

A2.5.9 A3.2.1 Facilitation and co-operation with other contractors Sum 1 A2.5.10 A3.3.1 Facilitation and co-operation with port authorities

requirements, restrictions and operations Sum 1

A2.5.11 A3.4.1 Provision of progress photographic record Sum 1 A2.5.12 A3.5.1 Provision of marked up drawings for production of as-

built drawings Sum 1

A2.5.13 All other Time-related obligations not covered elsewhere: Sum 1 (Tenderer to specify) ………………………………………………………………………………………… ………………………………………………………………………………………… ………………………………………………………………………………………… …………………………………………………………………………………………

A2.6 8.8 Temporary Works A2.6.1 8.8.2 Dealing with traffic including compliance with the local

traffic regulations and pedestrian traffic Sum 1

A2.6.2 8.8.3 Protection of existing structure until construction is

complete Sum 1

SUB-TOTAL SECTION A2 CARRIED FORWARD TO SUMMARY:

Contract C2.2 Shedule of prices Part C2: Pricing Data Page No. 129 of 193

Page 130: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO. CDC/645/16

SUMMARY: SECTION A: PRELIMINARY & GENERAL

ITEM DESCRIPTION AMOUNT

Rands

A1 FIXED CHARGE AND VALUE RELATED ITEMS

A2 TIME RELATED ITEMS

TOTAL SECTION A (Carried forward to Final Summary)

Contract C2.2 Shedule of prices Part C2: Pricing Data Page No. 130 of 193

Page 131: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

B: FLOATING JETTY B: FLOATING JETTY ITEM REF DESCRIPTION UNIT QTY RATE AMOUNT B Particular

Pricing Assumption.: Section B

B: FLOATING JETTY

B1 REMOVAL OF EXISTING STRUCTURE B1.1 B.2.1.1 Carefully salvage, remove and dispose B1.1.1 Existing floating jetty structure complete sum 1 B1.1.2 Existing wall guides sum 1 B2 GANGWAYS B2.1 Refurbishment works B2.1.1 Allow costs and expenses in connection with the

refurbishment of the existing gangway including (refer to drawing S2001-56-DR-GA-002-S1-R0):

B2.1.1.1 B.2.1.2 Carefully salvage, remove, transport, clean off and store

existing gangway and hand railing complete sum 1

B2.1.1.2 B.2.2.1 Preparation for and application of corrosion protection to

gangway structures and hand railing complete sum 1

B2.1.1.3 B.2.2.2 Supply and installation of replacement vesconite

bushings (Provisional Quantity) no 1

B2.1.1.4 B.2.2.3 Supply and installation of safety barrier (Provisional

Quantity) m 30

B2.1.1.5 B.2.2.4 Carefully take from store, transport and re-install

refurbished gangway and hand railing including touching up corrosion protection

sum 1

B3 FLOATING JETTY B3.1 Design of the Floating Jetty B3.1.1 B.2.3.1 Allow costs and expenses in connection with the design

of the Floating Jetty Structure, including raised platform and wall guides, fenders, bollards, hand rails as per Scope of Work complete including preparation of shop drawings (refer to drawings S2001-56-DR-ST-001-S1-R0,S2001-56-DR-ST-001-S2-R0 , S2001-56-DR-ST-001-S3-R0)

sum 1

CARRIED FORWARD:

Contract C2.2 Shedule of prices Part C2: Pricing Data Page No. 131 of 193

Page 132: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

BROUGHT FORWARD: B3.2 Supply and Fabrication of the Floating Jetty B3.2.1 B.2.3.1 Allow costs and expenses in connection with the

fabrication of the Floating Jetty complete

B3.2.1.1 Floating jetty structure, including raised platform,

fenders, bollards, hand rails as per Scope of Work sum 1

B3.2.1.2 Wall Guides sum 1 B3.3 Delivery of the Floating Jetty B3.3.1 B.2.3.2 Allow costs and expenses in connection with the delivery

of the Floating Jetty complete

B3.3.1.1 Floating jetty structure, including raised platform,

fenders, bollards, hand rails as per Scope of Work sum 1

B3.3.1.2 Wall Guides sum 1 B3.4 Installation of Floating Jetty B3.4.1 B.2.3.3 Allow costs and expenses in connection with the

installation and final corrosion protection of the Floating Jetty complete

B3.4.1.1 Floating jetty structure, including raised platform,

fenders, bollards, hand rails as per Scope of Work sum 1

B3.4.1.2 Wall Guides sum 1 B3.5 Sundry Items B3.5.1 B.2.4.1 Allow costs and expenses in connection with the

following sundry items

B3.5.1.1 Testing and commissioning of Floating Jetty complete sum 1 B3.3.1.2 Operation and maintenance manuals sum 1 B3.3.1.3 As built drawings sum 1 B3.3.1.4 Test certificates, guarantees, permits, etc. sum 1 B3.3.1.5 Recommended spares sum 1 (List to be provided by Contractor below) .................................................................... .................................................................... ................................................................... SUB-TOTAL SECTION B CARRIED FORWARD TO SECTION B SUMMARY:

Contract C2.2 Shedule of prices Part C2: Pricing Data Page No. 132 of 193

Page 133: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO. CDC/645/16

SUMMARY: SECTION B: FLOATING JETTY

ITEM DESCRIPTION AMOUNT

Rands B FLOATING JETTY

TOTAL SECTION B (Carried forward to Final Summary)

Contract C2.2 Shedule of prices Part C2: Pricing Data Page No. 133 of 193

Page 134: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO. CDC/645/16

FINAL SUMMARY

ITEM DESCRIPTION AMOUNT

Rands

A PRELIMINARY & GENERAL B FLOATING JETTY

TOTAL TENDER PRICE CARRIED TO FORM OF OFFER AND

ACCEPTANCE (EXCLUDING VAT)

Contract C2.2 Shedule of prices Part C2: Pricing Data Page No. 134 of 193

Page 135: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

CONTRACT

PART C3: SCOPE OF WORK

TABLE OF CONTENTS PAGE NO.

C3.1 DESCRIPTION OF THE WORKS ............................................................................................................... 130

C3.2 DRAWINGS ........................................................................................................................................... 133

C3.3 EMPLOYER’S WORKS INFORMATION .................................................................................................... 135

C3.4 MANAGEMENT ..................................................................................................................................... 138

C3.5 ANNEXES .............................................................................................................................................. 141

Contract C3: Scope of Work Part C3: Scope of Work Page No. 135 of 193

Page 136: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

PART C3: SCOPE OF WORK

C3.1: DESCRIPTION OF THE WORKS

TABLE OF CONTENTS PAGE NO..

C3.1.1 EMPLOYERS OBJECTIVES .................................................................................................................... 131

C3.1.2 OVERVIEW OF WORKS TO BE PERFORMED UNDER THIS CONTRACT .................................................. 131

C3.1.3 EXTENT OF THE WORKS ..................................................................................................................... 131

C3.1.4 LOCATION OF THE SITE ...................................................................................................................... 131

C3.1.5 ACCESS TO THE SITE ........................................................................................................................... 132

C3.1.6 KEY DATES ......................................................................................................................................... 132

C3.1.7 TEMPORARY WORKS ......................................................................................................................... 132

Contract C3.1: Descritption of the Works Part C3: Scope of Work Page No. 136 of 193

Page 137: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 C3.1 Description of works C3.1.1 Employers Objective

The Employer intends to proceed with the provision of all work necessary to commission a new floating jetty for the ferry to Robben Island. The jetty, which is the first “point of contact” for tourists visiting Robben Island, will replace the existing jetty, which has been reported by CDC to be unstable, out of level and unsafe. The site is situated within the Murray’s Bay Harbour, figure 4-1 in section C4.1.2 Site Access and Boundaries.

C3.1.2 Overview of the Works to be performed under this Contract

This Contract involves the design, fabrication, supply and installation of a new floating jetty as well as the decommissioning and disposal of the existing floating jetty, as specified in Part C3: Scope of Works.

C3.1.3 Extent of the Works

The Contract entails but is not limited to the following all as more fully described in Part C3.3 and on the drawings:

• Floating jetty, including:

o Decking o Fenders o Bollards o Wall guide brackets complete with bearing pads o Handrails o Raised platform for pedestrian access to the Sikhululekile ferry vessel;

• Wall guide beams; • Paint coating of the existing hot dip galvanised gangway and associated wall bracket, and

installation of the gangway onto the new floating jetty. • Removal and disposal of the existing floating jetty and wall guide beams; • Testing and commissioning of the jetty and gangway; • Provision of an Operation and Maintenance Manuals; • Provision of recommended spares.

The old jetty and associated components shall be scrapped and all material disposed of by recycling where possible and by dumping of unrecyclable materials at an official waste facility to be obtained by the Contractor.

C3.1.4 Location of the Site

Contract C3.1: Descritption of the Works Part C3: Scope of Work Page No. 137 of 193

Page 138: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

The Site of the Works is located within the Murray’s Bay Harbour as shown in figure 4-1 in section C4.1.2 Site Access and Boundaries.

C3.1.5 Access to the Site

The Contractor is referred to Part C4: Site Information and is to note the information contained therein, when executing the works.

The Contractor is to note that access to the Site will be restricted to the areas of his operations and that where these areas fall within the bounds of other contractors or parties site areas he will, in addition to his own access and health and safety requirements, have to abide with the site safety and access procedures and restrictions of the other parties. The Site of the Works is not one homogeneous area but is located at various points within the Murray’s Bay Harbour. In this regard the Contractor shall not have undisturbed or sole access to some areas of the Site and shall co-ordinate his activities with our contractors and affected parties accordingly. In this regard no plant, materials or equipment shall be stored or left unattended, if not installed, other than in the Contractors store allocated in the nearby gated area which shall be determined on consultation with the Robben Island Museum, contact details provided in Part C4.1.2.

The Contractor shall provide and maintain at his own cost all lights, guards, fencing, watching and other appropriate security measures when and where necessary for the protection and security of the Works and the Contractor's Equipment, or for the safety and convenience of the public and for the protection of life and property.

Indicative wind and wave data for the floating jetty installation this period can be found in section C4 – Site Information. This information is provided to assist the Contractor with planning of his works, and in particular for determining suitable sea conditions for transport of components from the mainland to the island

C3.1.6 Key Dates

The Contractor’s designs and drawings shall be submitted for review and approval by the Engineer within 20 days of the commencement date.

C3.1.7 Temporary Works

The Contractor shall provide all necessary temporary works required for the safe, proper and timeous execution of the Works. All temporary works designs shall be designed by suitably qualified Engineers/Designers and shall be submitted to the Engineer for review and acceptance prior to implementation.

Contract C3.1: Descritption of the Works Part C3: Scope of Work Page No. 138 of 193

Page 139: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

PART C3: SCOPE OF WORK

C3.2: DRAWINGS

TABLE OF CONTENTS PAGE NO..

C3.2.1 DRAWINGS ISSUED WITH THIS DOCUMENT ....................................................................................... 134

Contract C3.2: Drawings Part C3: Scope of Work Page No. 139 of 193

Page 140: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 C3.2 Drawings C3.2.1 Drawings Issued with this Document

The following drawings are applicable to the contract and are issued with this tender document and will attached at the end of the Contract Documents.

The drawings listed below are to be used for tender purposes only. Construction Drawings will be prepared by the Engineer as specified in Part C3.3 below and will issued by the Engineer as appropriate for construction purposes.

Written dimensions are to be used over scaled dimensions. Levels and dimensions of existing structures provided on the drawings shall be verified and confirmed on Site by the Contractor prior to commencement of design and construction of the Works. Any discrepancies shall be reported to the Engineer.

PRESTEDGE RETIEF DRESNER WIJNBERG (PTY) LTD

DRAWING NUMBER REV DRAWING TITLE GENERAL S2001-56-DR-GA-001-S1 0 EXISTING JETTY S2001-56-DR-GA-002-S1 0 EXISTING GANGWAY LOCK GENERAL S2001-56-DR-ST-001-S1 0 FERRY JETTY REQUIREMENTS – SHEET 1 OF 3 S2001-56-DR-ST-001-S2 0 FERRY JETTY REQUIREMENTS – SHEET 2 OF 3 S2001-56-DR-ST-001-S3 0 FERRY JETTY REQUIREMENTS – SHEET 3 OF 3

Contract C3.2: Drawings Part C3: Scope of Work Page No. 140 of 193

Page 141: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

PART C3: SCOPE OF WORK

C3.3: EMPLOYERS WORKS INFORMATION

TABLE OF CONTENTS PAGE NO..

C3.3.1 ENGINEERING AND DESIGN................................................................................................................ 136

C3.3.2 PLANTS AND MATERIALS, STANDARDS AND WORKMANSHIP ............................................................ 136

C3.3.3 APPLICABLE STANDARDISED SPECIFICATIONS .................................................................................... 137

C3.3.4 VARIATIONS TO STANDARD SPECIFICATIONS ..................................................................................... 137

C3.3.5 PARTICULAR SPECIFICATIONS ............................................................................................................ 137

Contract C3.3: Employers Works Information Part C3: Scope of Work Page No. 141 of 193

Page 142: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 C3.3 Employers Works Information C3.3.1 Engineering and Design C3.3.1.1 Work Designed by the Employer

The design of the gangway and raised platform were undertaken by others under a previous contract and no further design work for these items is required. A general arrangement drawing of the gangway is included at the end of this document (no, S2001-56-DR-GA-002-S1) in order that its approximate self-weight can be determined for the floating jetty design and the surface areas calculated for the paint coating.

C3.3.1.2 Work Designed by the Contractor

The Contractor is responsible for the design of the floating jetty and associated components, including decking, fenders, bollards, handrailing, mounting of the gangway (existing refurbished) and raised platform and the wall guide system, all in accordance with the Works Information, and any temporary works required for the installation and commissioning.

The Contractor shall be responsible for the method of support and transfer of load of the gangway from the existing floating jetty to the new one, including the design of any necessary temporary works. The re-coating of the gangway may be undertaken in-situ, but all waste products from surface preparation and coating application shall be contained, collected and disposed of at a suitable waste dump site.

Should the Contractor require any adjustments or alterations to the gangway, raised platform or any aspect of the Works Information, such adjustments and alterations shall be discussed and agreed with the Employer prior to fabrication. As a minimum the following documentation shall be provided to the Engineer for acceptance:

• Design Calculations; • General Arrangement Drawings; • Connection Detail Drawings; • Fabrication Details including Shop Drawings; • Method Statements for Installation; and • Material Data Sheets including Corrosion Protection System.

Fabrication shall not commence until all designs and method statements have been reviewed and accepted by the Engineer.

C3.3.2 Plant and Materials, Standards and Workmanship

Standards published by the South African National Standards (SANS), the British Standards Institution (BS), European Committee for Standardization (EN), International Organisation for Standardization

Contract C3.3: Employers Works Information Part C3: Scope of Work Page No. 142 of 193

Page 143: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

(ISO), and the Occupational Health and Safety Act (plus amendments) shall be used for the floating jetty and associated components, and shall take precedence over national standards of other countries. Where no SANS, BS, EN or ISO specification exists for any component offered, the tenderer shall state to which standard it is to be designed and manufactured, and may be called upon to submit a copy of such specification.

These requirements are applicable to design, selection of materials and fabrication.

C3.3.3 Applicable Standardised Specifications

The following, not necessarily comprehensive, list of specifications shall apply to this contract.

The latest edition of the listed Standardised Specification SANS 1200, including all references, are applicable to this contract.

• SANS 1200 A General

The term “project specification” must be replaced by the term “scope of work” wherever it appears in these standardised specifications.

Should any requirements of this Scope of Works conflict with the requirements of the Standardised Specification, the requirements of this Scope of Works shall prevail.

C3.3.4 Variations to Standardised Specifications

The following variations to the standardised specifications referred to above are applicable and are contained in the Annexes to the Scope of Work:

Variations to SANS 1200 A: General Annexure A1: Variations to SANS 1200 A: PSA: General.

C3.3.5 Particular Specifications

The following particular specifications are applicable and are contained in the Annexes to the Scope of Work:

Annexure B1: Particular Specification AA: Floating Jetty Annexure B2: Particular Specification AB: Health and Safety Specification Annexure B3: Particular Specification AC: Environmental Specification

Contract C3.3: Employers Works Information Part C3: Scope of Work Page No. 143 of 193

Page 144: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

PART C3: SCOPE OF WORK

C3.4: MANAGEMENT

TABLE OF CONTENTS PAGE NO..

C3.4.1 MANAGEMENT MEETINGS ................................................................................................................. 139

C3.4.2 DOCUMENT CONTROL ....................................................................................................................... 139

C3.4.3 PROGRAMMING REQUIREMENTS ...................................................................................................... 139

C3.4.4 INDUSTRIAL RELATIONS REQUIREMENT ............................................................................................ 140

C3.4.5 HEALTH AND SAFETY REQUIREMENTS ............................................................................................... 140

C3.4.6 ENVIRONMENTAL REQUIREMENTS .................................................................................................... 140

C3.4.7 QUALITY ASSURANCE REQUIREMENTS .............................................................................................. 140

C3.4.8 SUBCONTRACT QUALITY ASSURANCE REQUIREMENTS ...................................................................... 140

C3.4.9 CONTRACTORS SUPERVISION AND KEY PERSONNEL .......................................................................... 140

C3.4.10 TRADE NAMES AND/OR PROPRIETARY BRANDS OF MATERIALS ...................................................... 140

C3.4.11 NAME BOARD .................................................................................................................................. 140

Contract C3.4: Management Part C3: Scope of Work Page No. 144 of 193

Page 145: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 C3.4 Management C3.4.1 Management Meetings

The Contractor shall attend management meetings at the Engineer’s request. It is envisaged that at least one contract management meeting per month will be held. The Contractor will be required to present all relevant information including quality plans, schedules, (including progress), sub-Contractor management, and health, environmental and safety issues at such meetings.

C3.4.2 Documentation Control

The Contractor shall be required to submit all documentation to the Employer’s standards and to the Engineer’s requirements. All relevant documentation and drawings, including revisions, will be issued to the Contractor, but control, maintenance and handling of these documents will be the Contractor’s sole responsibility and at its expense, and managed with a suitable document control system.

C3.4.3 Programming Requirements C3.4.3.1 General

The Contractor is referred to the key dates as listed in the Contract data and in Part C3.1 above and the Engineers review periods in terms of the conditions of contract and shall programme his operation to achieve these dates. The Contract programme, progress reports, subsequent updates, revisions and supplementary programmes provided by the Contractor must be reliable, accurate and timely in presentation.

C3.4.3.2 Programme Submission

The Contractor’s detailed programme shall be submitted in both hard and electronic copy forms within 14 days of the Commencement Date.

The programme shall show enough detail to form the baseline for effective weekly tracking of progress. All activity durations shall be realistic and based, where appropriate, on quantities and applied resources.

Weekly progress reviews shall be conducted to assist control of the work under the Contract. The Contractor shall provide this information upon request from the Engineer, however any identified deviations from the programme shall be immediately reported to the Engineer.

C3.4.4 Industrial Relations Requirements The Contractor shall adhere to the requirements stipulated in law.

Contract C3.4: Management Part C3: Scope of Work Page No. 145 of 193

Page 146: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ C3.4.5 Health and Safety Requirements

The Contractor shall adhere to the requirements stipulated in law and as stated in the Contract Data and Annexure B2: Particular Specification AB Health and Safety included with this document.

C3.4.6 Environmental Requirements

The Contractor shall adhere to the requirements stipulated in law and as stated in the Contract Data and Annexure B3: Particular Specification AC: Environmental Specification included with this document.

C3.4.7 Quality Assurance Requirements

The Contractor shall execute the Works in terms of an approved quality management system to the approval of the Engineer.

C.3.4.8 Subcontract Quality Assurance Requirements

The Contractor shall ensure that the quality assurance requirements placed on him under this Contract are transferred into any subcontracts.

C3.4.9 Contractor’s Supervision and Key Personnel

The Contractor shall provide an adequate, experienced and stable project team for the duration of the contract. Every effort must be exercised by the Contractor to minimise the replacement of his key people allocated to this contract in order to ensure optimum contract management continuity. Prior advice and full motivation must be submitted to the Project Manager before the replacement of any of the Contractor’s key people involved with the contract.

C3.4.10 Trade Names and/or Proprietary Brands of Materials

Where trade names and/or proprietary brands of various types of materials appear, they are used for purpose of reference to the types and qualities required, but other makes of similar types and equal quality may be used if approved in writing by the Engineer.

C3.4.11 Name Board

The Contractor will be permitted to erect at his / her own expense in positions sanctioned by the Engineer, one advertising name board of approved design for his own use and on which his own name and the name of the Sub-contractors may be exhibited. This name board must be removed at the commencement of the maintenance period. No other advertising board may be displayed on the Works or site without prior written consent of the Engineer.

Contract C3.4: Management Part C3: Scope of Work Page No. 146 of 193

Page 147: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

PART C3: SCOPE OF WORK

C3.5: ANNEXES

TABLE OF CONTENTS PAGE NO..

C3.5.1 ANNEXES............................................................................................................................................ 142

Contract C3.5: Annexues Part C3: Scope of Work Page No. 147 of 193

Page 148: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 C3.5 Annexes The following specifications are applicable and are annexed to the end of this document

Part A: Variations to the Standard Specifications

Annexure A1: Variations to SANS 1200 A: PSA: General

Part B: Particular Specifications

Annexure B1: Particular Specification AA: Floating Jetty incldung Refurbishment works

Annexure B2: Particular Specification AB: Health and Safety Specification

Annexure B3: Particular Specification AC: Environmental Specification

Contract C3.5: Annexues Part C3: Scope of Work Page No. 148 of 193

Page 149: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

CONTRACT

PART C4: SITE IMFORMATION

TABLE OF CONTENTS PAGE NO.

C4.1 SITE INFORMATION .............................................................................................................................. 144

Contract C4: Site Information Part C4: Site Information Page No. 149 of 193

Page 150: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

PART C4: SITE INFORMATION

C4.1: SITE INFORMATION

TABLE OF CONTENTS PAGE NO..

C4.1.1 GENERAL DESCRIPTION ...................................................................................................................... 145

C4.1.2 SITE ACCESS AND BOUNDARIES ......................................................................................................... 146

C4.1.3 DAMAGE TO EXISTING STRUCTURES .................................................................................................. 147

C4.1.4 MARINE ENVIRONMENT .................................................................................................................... 147

C4.1.5 ENVIRONMENTAL CONDITIONS ......................................................................................................... 147

Contract C4: Site Information Part C4: Site Information Page No. 150 of 193

Page 151: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 C4.1 Site Information

The Contractor is to note the following and the tender price shall be deemed to include for all cost in this regard.

C4.1.1 General Description

The site is located within Murray’s Bay Harbour, Robben Island on the inner side of the finger jetty within the harbour basin, as shown on the drawings. There is an existing floating ferry jetty at the location which has been in service for over ten years and now requires replacement. The jetty serves the ferries which bring tourists and museum staff to the island.

The existing floating jetty comprises five inter-connected steel pontoons moored against the reinforced concrete finger jetty by a system of ten vertical steel guide beams and guide frames. The existing jetty is approximately 43 metres long overall and 3.4 metres wide. It has a freeboard without live load of approximately one metre. A hinged 1.95 metre wide by 12.8 metre long hinged gangway connects the floating jetty to the adjacent quay wall and provides pedestrian access. A raised pedestrian platform is located approximately in the centre of the floating jetty and provides access at a level suitable for the deck height on the Silhululekile ferry vessel.

The existing floating jetty pontoons and attached fittings have reached the end of their service life and now require replacement. The hot dip galvanised wall guide beams have started to corrode in the tidal zone and require replacement. The plastic bearing pads attached to the wall guide brackets on the rear of the jetty are in reasonable condition and may be re-used.

The hinged gangway and the central raised platform are more recent additions to the facility and are still in good condition. The gangway shall be re-used for the new floating jetty and the raised platform may be re-used if considered suitable by the Contractor. Both of these items are hot dip galvanised and as the coating is starting to degrade it is intended that they are given a paint coating in order to create a durable duplex coating system in order to prolong their service life.

Contract C4: Site Information Part C4: Site Information Page No. 151 of 193

Page 152: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ C4.1.2 Site Access and Boundaries

Figure 4-1: Site Layout within Marray’s Bay Harbour

The Site of the Works is not one homogeneous area but is located at various points within the Murray’s Bay Harbour. In this regard the Contractor shall not have undisturbed or sole access to some areas of the Site and shall co-ordinate his activities with our contractors and affected parties accordingly. In this regard no plant, materials or equipment shall be stored or left unattended, if not installed, other than in the Contractors store allocated in the nearby gated area which shall be determined on consultation with Robben Island Museum.

The Contractor shall make their own Access for the works. The Contractor is responsible all marine plant required for the works. Power is to be sourced from a generator which the contractor will bring form the mainland. Daily personal access to the island can be organised with Robben Island Museum on the first ferry. However, this can’t be utilised for large materials and equipment.

Facilities available on the island which can be utilised by the contractor are as follows:

• Potable water for consumption can be sourced from the staff facilities; • Water can be sourced closer to the jetty from a fire hydrant if need be; • Toilet facilities are available at the nearby buildings as well as at the staff facilities; • Staff refreshment facilities are available (the contractor is to refrain from using the

tourist facilities); and • CDC staff office facilities can be made available within limits and arrangement prior to

establishment. • An 8-ton mobile crane is available on the island for hire however coordination with

Robben Island Personal is essential.

Linda Penicela from the Robben Island Museum is the contact persons for all facilities on the island and her contact details are as follows: Email: [email protected] Tel: 021 409 5159 Cell: 074 758 7949

Contract C4: Site Information Part C4: Site Information Page No. 152 of 193

Page 153: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ C4.1.3 Damage to Existing Structures

The contractor shall inspect the existing structures that will be affected by his operations and shall notify the Engineer of any existing defects, together with photographs of same prior to commencement of his operations on Site. The contractor shall be responsible for making good any damage to the existing structures to the satisfaction of the Engineer.

C4.1.4 Marine Environment

The Contractor is to note that the site falls within an extreme marine environment and shall be regarded as a polluted coastal environment. The environment is corrosive to ferrous metals and where the use of such metals cannot be avoided, the metals shall be adequately protected against corrosion and unless otherwise specified such ``corrosion protection shall be designed for a life of 20years.

C4.1.5 Environmental Conditions C4.1.5.1 Still water levels

The predicted astronomical tidal water levels at Murray’s Bay Harbour (as per Cape Town Harbour) are presented in Table C4.1.1 below. The water levels are referenced to Chart Datum (CD). At Cape Town, Chart Datum is -0.825 m below Land Levelling Datum (LLD) which is also commonly referred to as Mean Sea Level (MSL).

Table 4-1: Tidal characteristics at Cape Town

Description Water Level [+m CD] Highest Astronomical Tide (HAT) 2.02 Mean High Water Springs (MHWS) 1.74 Mean High Water Neaps (MHWN) 1.26 Mean Level (ML) 0.98 Mean Low Water Neaps (MLWN) 0.70 Mean Low Water Springs (MLWS) 0.25 Lowest Astronomical Tide (LAT) 0.00

The anticipated extreme water level is +3.4 m CD for a 1 in 50 year condition and is consists of the components described in table C4.1.2 below.

Contract C4: Site Information Part C4: Site Information Page No. 153 of 193

Page 154: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Table 4-2: 50 year extreme water level for Robben Island Harbour

Item Unit 1:50 Comment/Reference

(1) Sea level rise m 0.30 (IPCC, 2014)1 (2) Astronomical tide (MHWS) m CDP 1.74 (SANHO, 2016)2 (3) Storm surge m 0.76 (4) Long waves m 0.65 (PRDW, 2010). 3 (5) Swell and Wind-waves m 0.00 (5) Extreme Water Level m CDP 3.4

C4.1.5.2 Table Bay Sea Conditions

The Contractor must make his own assessment of the sea conditions and how they will affect transport of materials and personnel for the installation of the new floating jetty in Murray’s Bay harbour as well the demolition of the existing floating jetty. No wave measurements in Table Bay are available for the characterisation of the local wave climate. To serve as an indication of the wave climate in Table Bay, results have been extracted from a spectral wave model. The Contractor is to note that the model included refraction of offshore hindcast data into Table Bay following a lookup table approach. Considering the lack of model calibration, uncertainties in model boundary conditions and the simplistic modelling approach, an uncertainty of the model results of at least 30% should be expected. The model also does not include the effect of local winds, which would generate additional wave energy at the project location. Results from the model described above have been extracted at the locations shown in Figure 4-2 for the period of 1997-2010. For consideration here, a subset of the data has been selected to show only the period of March to August of each year.

1Climate Change 2014: Synthesis Report. Contribution of Working Groups I, II and III to the Fifth Assessment Report of the, Geneva: Intergovernmental Panel on Climate Change. 2 South African Tide Tables. 2016 ed. Tokai: South African Navy Hydrographic Office. 3 Nuclear Sites - Saite Safety Report. Coastal Engineering Investigations: Duynefontein. Report No: 1010_4_102_Duynefontein_Coastal_Eng_Text_Figures_Appendices_Rev05_28Mar12

Contract C4: Site Information Part C4: Site Information Page No. 154 of 193

Page 155: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Figure 4-2: Locations where wave data has been extracted.

Figure 4-3 presents an exceedance plot of significant wave height (Hm0) at each of the extracted locations. Figure 4-4 and Figure 4-5 present a wave rose and a time series of modelled Hm0 at P3 for the period of March to August 2010.

Contract C4: Site Information Part C4: Site Information Page No. 155 of 193

Page 156: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Figure 4-3: Exceedance curve of wave data extracted at P1 to P5. The curves present conditions between March and August for the period of 1997-2010.

Figure 4-4: Wave rose of modelled wave data extracted at P3. The plot presents conditions between March and

August for the period of 1997-2010.

Figure 4-5: Time series of modelled Hm0 extracted at P3 for the period of March to August 2010. Measured wind data is available at the Port of Cape Town Port Control and at the Cape Town International Airport. Exceedance curves of measured wind speeds at 10 m above ground level are shown in Figure 4-6, while wind roses are given in Figure 4-7. Similar to the wave data, a sub selection of the wind data has been made to show the conditions occurring between March and August.

Contract C4: Site Information Part C4: Site Information Page No. 156 of 193

Page 157: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Figure 4-6: Exceedance curves of wind measured at the Port of Cape Town Port Control and at the Cape Town

International Airport. The curves present conditions between March and August.

Figure 4-6: Wind roses of wind measured at the Port of Cape Town Port Control and at the Cape Town

International Airport. The plots present conditions between March and August.

Contract C4: Site Information Part C4: Site Information Page No. 157 of 193

Page 158: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

CONTRACT

ANNEXES

TABLE OF CONTENTS PAGE NO.

Annexure A1: Variations to SANS 1200 A: PSA: General .............................................................................. 153

Annexure B1: Particular Specification AA: Floating Jetty including Refurbishment works ............................ 158

Annexure B2: Particular Specification AB: Health and Safety Specification ................................................. 167

Annexure B3: Particular Specification AC: Environmental Specification ....................................................... 178

Annexure C1: Drawings (Issued Separately)

Contract Annexes Annexes Page No. 158 of 193

Page 159: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

CONTRACT

ANNEXURE A1

VARIATIONS TO STANDARDIZED SPECIFICATIONS

VARIATIONS TO SANS 1200A: GENERAL

PSA: GENERAL

TABLE OF CONTENTS

PAGE NO. PSA 1 SCOPE (CLAUSE 1) ............................................................................................................................... 154

PSA 2 APPLICATION (CLAUSE 2.1) ................................................................................................................. 154

PSA 3 CONTRACTOR’S OFFICES, STORES AND SERVICES (clause 4.2) ............................................................. 154

PSA 4 SURVEY (clause 5.1) ............................................................................................................................ 155

PSA 5WATCHING, BARRICADING, LIGHTING & TRAFFIC CROSSINGS (CLAUSE 5.2) ........................................ 155

PSA 6 DEALING WITH WATER ON THE WORKS (CLAUSE 5.5) ......................................................................... 156

PSA 7 POLLUTION (CLAUSE 5.6) .................................................................................................................... 156

PSA 8 SAFETY (CLAUSE 5.7) ........................................................................................................................... 156

PSA 9 TESTING (Clause 7) .............................................................................................................................. 156

PSA 10 TEMPORARY WORKS ........................................................................................................................ 167

PSA 11 COMPLIANCE WITH PORT RESTRICTIONS AND OPERATIONS ............................................................ 167

PSA 12 PROGRESS PHOTOGRAPHS ............................................................................................................... 167

PSA 13 AS-BUILT DRAWINGS ........................................................................................................................ 167

Contract Annexure A1 Annexes Page No. 159 of 193

Page 160: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 Annexure A1: Variation to SANS 1200A PSA General (SANS 1200A) PSA 1 Scope (Clause 1) The standard SANS 1200A (General) shall apply to the Marine works except as modified herein. PSA 2 Application (Clause 2.1)

The interpretation of and variations to this specification are set out in the Specification and herein below.

PSA 3 CONTRACTOR’S OFFICES, STORES AND SERVICES (Clause 4.2)

The Contractor is responsible to provide a suitable site for his camp, accommodation for his personnel and labour and to make his own arrangements in respect of the provision of water, electrical power and sewerage disposal facilities.

(a) Contractor's Camp Site / Store Yard

The recommended position of the camp site / store yard is indicated on the drawings and will be agreed with the Engineer prior to the Contractors establishment on the Site.

The Contractor shall, upon the issue of the Completion Certificate, completely remove from that part of the Site and Works to which the certificate applies, all equipment, surplus material, temporary structures, stores and office accommodation or any other asset belonging to him, rubbish, debris and leave the site in a tidy condition to the satisfaction of the Engineer.

It shall be the responsibility of the Contractor to make good any damage caused to the camp site area or any improvements on it, including services, and for reinstating it to its former condition when vacated. The standard of reinstatement shall be to the satisfaction of the Engineer and the relevant Local or Port Authority as applicable. The Contractor shall continuously clear and dispose of waste and surplus materials to maintain the camp site / store yard in a tidy state unless otherwise agreed with the Engineer.

(b) Water for Works

The Contractor shall make his own arrangements for the supply of water for its use on site and in the Works. All connection fees and water usage charges shall be for the Contractor’s account for the full duration of the contract.

(c) Electrical Power Supply and Telecommunication for Works

Contract Annexure A1 Annexes Page No. 160 of 193

Page 161: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

The Contractor shall make his own arrangements for the supply of electricity and telecommunications for its use on site and in the Works. All connection fees and electricity consumption usage, call charges, etc shall be for the Contractor’s account for the full duration of the contract.

(d) Accommodation of Employees

No housing is available for the Contractor's employees and the Contractor shall make his own arrangements to accommodate his employees and to transport them to and from Site.

In this regard no accommodation/housing of employees of the Contractor will be allowed on the property of the Employer.

No employees except for security guards will be allowed to sleep on the site or construction camp site.

The Contractor shall provide the necessary ablution facilities at his camp site and the site of the Works for the use of his employees. The Contractor shall provide, maintain, move to new positions as required, and finally remove, proper portable toilets of sufficient number at his cost. Toilets shall be properly constructed and placed in suitable positions and maintained in a clean and sanitary working condition. Where no suitable connection to a sewerage system is feasible, conservancy tank or chemical type toilets may be used. The Contractor must make his own arrangements with the Local Authority for the disposal of night soil for his own account.

PSA 4 SURVEY (Clause 5.1)

The Engineer will not place any survey pegs and the Contractor shall be responsible for setting out the Works and shall agree the survey datum levels to be used with the Engineer. In addition, the Contractor shall undertake a detailed survey any existing infrastructure affecting the Works and shall report the results and advise the Engineer of any discrepancies which may affect performance of the Works.

PSA 5 Watching, Barricading, Lighting & Traffic Crossings (Clause 5.2)

The Contractor shall make provisions for temporary lighting, fencing and security around every area occupied by him until the issue of the final Taking-Over Certificate. Such fencing and lighting will demarcate and secure the Site and Contractor’s camp area, and shall be erected before work starts on Site and shall be removed only upon completion of the Works. The Contractor shall include for all costs for such lighting and fencing, including Site security and access control into and out of these restricted areas.

The Contractor shall make all necessary arrangements and provision for accommodating the movement of pedestrian and vehicular traffic and shall ensure that access to existing facilities are maintained for the full duration of the Contract.

In this regard the Contractor shall organise the Site so as to cause the least possible inconvenience to the properties adjacent to or affected by the Works and shall provide and maintain all such signs,

Contract Annexure A1 Annexes Page No. 161 of 193

Page 162: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

barricades, warning lights and personnel as are necessary to accommodate and ensure the safety of pedestrian and vehicular traffic affected by the Works to the satisfaction of the Engineer and the Local or other Authorities.

In addition to the above the Contractor shall ensure that the surrounding water areas of the construction Site are well demarcated, in accordance with accepted safety regulations and to the approval of the local maritime or port Authorities. The Contractor shall ensure that all demarcation buoys do not conflict with operational aids to navigation.

PSA 6 Dealing With Water On The Works (Clause 5.5) The term “water” in clause 5.5 (SANS 1200A) is deemed to include seawater.

The Contractor is advised that portions of the work will be undertaken below sea level and within the tidal range and shall take all precautions necessary for dealing with water and/or for working underwater where required.

PSA 7 Pollution (Clause 5.6)

Notwithstanding the requirements of this clause the Contractor shall comply with the requirements of the Employers Environmental Management Scope of Work.

PSA 8 Safety (Clause 5.7)

The Contractor shall comply with the requirements of the local legislation or the South African Occupational Health and Safety Act (Act 85 of 1993) together with the Construction Regulations promulgated there under and the Employer’s Health and Safety Specification which ever are the most onerous. All work undertaken in terms of this contract shall be deemed to be “construction work” in terms of the above Act. The Contractor is referred to the Specification and particularly the Employer’s Health and Safety Specification in this regard. For the purpose of this contract the Contractor shall confirm his status as mandatary and employer in its 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 above regard the Contractor shall observe all vessel speed and navigational restrictions within the Port. All Port protocols shall be observed by the Contractor including the hiring of Harbour Pilots or the application for exemptions as required. Where the use of divers is required the Contractor shall ensure that the latest requirements, restrictions and regulations in this regard are complied with.

The Contractor shall ensure that all temporary lighting structures are designed so as to not interfere with navigation within the Port. The Contractor’s proposed working lights shall be submitted to the Engineer/Engineer for approval prior to installation. The Contractor shall continuously clear and dispose of waste and surplus materials to maintain the Site in a tidy state at all times to the satisfaction of the Engineer/Engineer.

PSA 9 Testing (Clause 7)

The Contractor is responsible for preliminary and site control testing to confirm that all related site work is in accordance with the Specification.

Contract Annexure A1 Annexes Page No. 162 of 193

Page 163: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Acceptance testing shall be in accordance with the requirements of the appropriate SANS or Particular Specifications.

PSA 10 Temporary Works

The Contractor shall carry out such temporary works as may be required to enable the permanent work to be constructed. No temporary works shall be allowed to remain left in position on completion of the Works.

All temporary works shall be designed by competent professionals and the Contractor shall provide a certificate from a Professional Engineer certifying that the temporary works are fit for their intended purpose and comply with all necessary legislation.

PSA 11 Compliance With Port Restrictions And Operations

The Contractor is advised that the Works will be undertaken in the vicinity of an operational Port. The Contactor shall take all precautions necessary to facilitate the existing Port operations and shall allow for compliance with all restrictions, obligations and protocols required by the Port Authority including obtaining all Permits, licenses, permissions and authorities required for his operations.

The Contractor shall organise the Works so as to cause the least possible inconvenience to the port operations and shall provide and maintain all necessary navigational demarcations, warning lights and beacons as are necessary to ensure the safety of vessels affected by the Works in accordance with accepted safety regulations and to the approval of the Port Authority. The Contractor shall ensure that all demarcation buoys do not conflict with operational aids to navigation.

PSA 12 Progress Photographs

The Contractor shall include provision for the compilation of a photographic record of the Works as the works proceed in digital format and shall submit such record to the Engineer/Engineer at agreed intervals during the currency of the contract.

PSA 13 As-Built Drawings

The Contractor shall keep one complete set of drawings available at site for mark-up purposes. This set of drawings shall be regularly marked up in red ink by the Contractor to reflect the latest as-built status. Immediately after completion of the part of the works the completed marked-up drawing shall be handed over to the Engineer who will acknowledge receipt and arrange with the Designer for the completion of the as-built drawing.

Contract Annexure A1 Annexes Page No. 163 of 193

Page 164: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

CONTRACT

ANNEXURE B1

PARTICULAR SPECIFICATION: FLOATING JETTY AA

TABLE OF CONTENTS PAGE NO.

AA 1 INTERPRETATIONS ............................................................................................................................. 159

AA 1.1 Definitions ......................................................................................................................................... 159

AA 2 GENERAL DESCRIPTION ...................................................................................................................... 159

AA 3 PERFORMANCE SPECIFICATION ......................................................................................................... 160

AA 3.1 Vertical Live Loads ............................................................................................................................. 160

AA 3.2 Horizontal Live Loads ........................................................................................................................ 160

AA 3.3 Freeboard and Alignment ................................................................................................................. 161

AA 3.4 Additional Functional Requirements ................................................................................................. 161

AA 4 PLANT AND MATERIALS .................................................................................................................... 163

AA 4.1 Quality of materials ........................................................................................................................... 163

AA 4.2Quality Assurance .............................................................................................................................. 163

AA 5 EXECUTION ........................................................................................................................................ 163

AA 5.1 Fabrication ........................................................................................................................................ 163

AA 5.2 Welding ............................................................................................................................................. 163

AA 5.3 Non-Destructive Examination ............................................................................................................ 164

AA 5.4 Fasteners ........................................................................................................................................... 164

AA 5.5 Corrosion Protection ......................................................................................................................... 164

AA 6 INSTALLATION AND GANGWAY REFURBISHMENT ............................................................................ 165

AA 7 TESTING ............................................................................................................................................ 166

AA 7.1 General ............................................................................................................................................. 166

AA 7.2 Testing During Manufacture .............................................................................................................. 166

AA 7.3 Testing of Installed Jetty .................................................................................................................... 166

Contract Annexure B1 Annexes Page No. 164 of 193

Page 165: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 Annexure B1: Particular Specification AA Floating Jetty AA1 Interpretations AA1.1 Definitions

Floating jetty: The floating jetty is the floating facility for the safe transfer of passengers at all states of the tide to and from the ferry boats that serve Robben Island to the quay side.

Wall guides: The wall guides are steel I sections bolted vertically onto the side face of the caisson jetty and used as guides for mooring the floating jetty. The upper and lower levels of the wall guides are determined by the extreme high and low water levels arising from astronomical tides and short term effects.

Raised Platform: The floating jetty has a raised platform to facilitate pedestrian access from the Sikhululekile ferry vessel on to the jetty. For other vessels the access is directly onto the floating jetty deck.

Deck: The deck is the trafficable top surface of the floating jetty and gangway on which users walk.

Fenders: The floating jetty is equipped with rubber fenders to absorb the energy from berthing vessels. The main fenders for absorbing the vessel energy are aligned vertically and located on support beams above the floating jetty deck level. These fenders are raised to accommodate the height of the rubbing rail on the ferry boats that use the facility. Additional fenders are mounted horizontally along the top seaward edge of the floating jetty in case of accidental contact between the main fenders.

Bollards: The floating jetty is equipped with bollards along its seaward edge for mooring of the ferry vessels.

Handrail: The handrail is the safety barrier located on the edges of the floating jetty and raised platform and includes the stanchions, a top rail and a barrier between the deck and top rail.

Gangway: The gangway is an existing articulated bridge between the floating jetty and the fixed quay structure that allows pedestrian access to and from the floating jetty at all states of the tide. It is attached to the jetty at its lower end by means of a hinged joint and runs on rollers on a bracket attached to the quay side at the upper end. The gangway is a galvanised steel structure with steel plate deck.

AA2 General Description

The site is located within Murray’s Bay Harbour, Robben Island on the inner side of the finger jetty within the harbour basin, as shown on the drawings. There is an existing floating ferry jetty at the location, which has been in service for over ten years and now requires replacement. The jetty serves the ferries which bring tourists and museum staff to the island.

Contract Annexure B1 Annexes Page No. 165 of 193

Page 166: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

The existing floating jetty comprises five inter-connected steel pontoons moored against the reinforced concrete finger jetty by a system of ten vertical steel guide beams and guide frames. The existing jetty is approximately 43 metres long overall and 3.4 metres wide. It has a freeboard without live load of approximately one metre. A hinged 1.95 metre wide by 12.8 metre long hinged gangway connects the floating jetty to the adjacent quay wall and provides pedestrian access. A raised pedestrian platform is located approximately in the centre of the floating jetty and provides access at a level suitable for the deck height on the Silhululekile ferry vessel.

The existing floating jetty pontoons and attached fittings have reached the end of their service life and now require replacement. The hot dip galvanised wall guide beams have started to corrode in the tidal zone and require replacement. The plastic bearing pads attached to the wall guide brackets on the rear of the jetty are in reasonable condition and may be re-used.

The hinged gangway and the central raised platform are more recent additions to the facility and are still in good condition. The gangway shall be re-used for the new floating jetty and the raised platform may be re-used if considered suitable by the Contractor. Both of these items are hot dip galvanised and as the coating is starting to degrade it is intended that they are given a paint coating in order to create a durable duplex coating system in order to prolong their service life.

The old jetty and associated components shall be scrapped and all material disposed of; recycling where possible and by dumping unrecyclable waste at an official waste facility.

AA3 Performance Specification

The floating jetty shall conform to the performance requirements given in this section. AA3.1 Vertical Live Loads

The floating jetty shall be designed to resist a vertical live load of 4 kN/m2 over the deck. This load shall be applied over the full area of deck and raised platform that is accessible to pedestrians. The portion of the floating jetty deck falling within the gangway footprint does not have to have the load applied.

The floating jetty shall be designed to resist the reaction from a live load of 4 kN/m2 applied on to the access gangway deck.

AA3.2 Horizontal Live Loads

The floating jetty, including the fender system and the wall guide system shall be designed to resist the horizontal load applied by the berthing action of the design vessel given in Table AA 6.3 at a berthing velocity of 0.22 m/s and quarter point berthing. A drawing of the design vessel is given in Figure AA 3.1 below.

Table AA 3.1: Design vessel principal dimensions: Robben Island Sikhululekile Ferry

Length overall 31.5 m Beam overall 9.3 m Depth at sides from gangway to keel. 3.3 m

Contract Annexure B1 Annexes Page No. 166 of 193

Page 167: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Draught aft (approx.) 1.5 m

Figure AA 3.1: Design vessel profile

The floating jetty, including the bollards, the fender system and the wall guide system shall be designed for an operational wind loading of 1.98 kN/m applied on to the projected side area of the design vessel.

All handrails shall be designed for a 1 kN point load, acting over a 100 mm length, vertically downward and horizontally outward or a 1.5 kN/m distributed load acting outward applied to the top of the rail, as per SANS 10160.

AA 3.3 Freeboard and Alignment

The floating jetty freeboard to the top of the decking shall be 900 ± 50 mm under dead load (self-weight) only. The dead load shall include the weight of the complete floating jetty, including the raised platform, all decking, fenders, bollards, handrails, the self-weight of the access gangway, and any permanent ballast, with all items installed in their final locations. Should the jetty floats absorb water in service the freeboard after absorption is complete should be within the specified tolerance, and this shall be verified at the end of the defects liability period.

The maximum slope from the horizontal of the floating jetty deck surface under dead load only shall be 0.5° in both the longitudinal and transverse directions.

When the full specified live load is applied to the floating jetty and access gangway there shall be at least 25% reserve buoyancy remaining in the jetty flotation.

When the specified vertical live load is applied to one half of the floating jetty width there shall be a minimum of 50 mm of freeboard on the flotation on the side of the jetty at which the load is applied. On the opposite side of the floating jetty the lower corner of the flotation shall remain submerged under this loading condition.

AA3.4 Additional Functional Requirements

Contract Annexure B1 Annexes Page No. 167 of 193

Page 168: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

The floating jetty and associated components shall incorporate the following additional functional requirements:

AA3.4.1 Dimensions

The following leading dimensions are a functional requirement and are defined on the drawings: • Floating jetty overall length, width and freeboard; • Raised platform dimensions, including ramp and staircase; • Vertical fender top and bottom heights above the floating jetty deck; • The minimum height to top of handrail from the deck; • Wall guide top and bottom levels.

The length of individual jetty modules within the specified overall length is not specified and is a function of the Contractor’s design. The floating jetty draft is not specified and is a function of the Contractor’s design.

AA3.4.2 Fenders

D shape fenders are preferred for the vertical and horizontal fenders on the floating jetty.

The fenders shall be mounted using bolts, so that they can be removed and replaced easily in the event of accidental damage or for maintenance.

AA3.4.3 Safety components

The deck of the floating jetty, and raised platform, including its ramp and staircase shall have a non-slip surface in order to provide safe walking conditions when it is wet. The facility has a high utilisation with high pedestrian traffic volumes and a durable non-slip surface is required.

The floating jetty deck shall have a cross fall as shown on the drawings to prevent standing water.

Any gap between jetty modules or units shall not be greater than 30 mm in width and the maximum height of any step at the joint under any loading condition shall be ≤ 3 mm.

Handrails shall be provided along the edges shown on the drawings to prevent falling. The handrail shall be provided with rails, steel rope, mesh, or netting over its full height in order to create a safety barrier with maximum gap of 120 mm. The safety barrier on the sides of the gangway shall be replaced with the same system used elsewhere on the floating jetty.

Two lifebuoys shall be provided, complete with mounting brackets at the locations shown on the drawings.

AA3.4.4 Operating and Maintenance Manual

The Contractor shall provide a complete and detailed manual clearly setting out the technical details and the operational and maintenance instructions for the floating jetty.

Contract Annexure B1 Annexes Page No. 168 of 193

Page 169: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ AA4 Plant and Materials AA4.1 Quality of materials

The materials and workmanship undertaken under this specification shall be to a standard appropriate to a high degree of exposure in the marine environment.

All material and workmanship shall be of the best quality and of the class most suitable for the purpose required. All floating jetty and associated components shall be carefully fabricated, tested, installed, and commissioned for operation, so that all moving parts will move freely and function properly, and that all corrosion protection is competent. Any changes or adjustments required to obtain satisfactory operation shall be made by and at the expense of the Contractor. Any damage incurred during storage, transport and installation of the floating jetty and associated components shall be repaired by and at the expense of the Contractor, and to the satisfaction of the Engineer, or if so ordered, the damaged part shall be replaced by and at the expense of the Contractor.

AA4.2 Quality Assurance

Prior to starting the manufacture of the floating jetty and associated components, the Contractor shall submit a Project Quality Assurance Plan which will become part of a quality assurance book together with all relevant material certificates, test certification, etc.

AA5 Execution

The Contractor shall furnish complete general arrangement and detail drawings, and shop details for all components.

The following particular requirements are applicable to steelwork components.

AA5.1 Fabrication

All structural carbon steelwork and stainless steelwork shall be fabricated in accordance with the requirements of EN 1090-2:2008.

The structure shall be classed as execution class 3 in accordance with EN 1090-2. Dimensional tolerances for fabrication and installation shall be in accordance with EN 1090-2, Annex D. Installation shall be in accordance with the recommendations given in BS 6349-2:2010 and the relevant sections of EN 1090-2.

AA5.2 Welding

This includes the qualification of Welding Procedure Qualification Record, Welding Procedure Specification, and the specification of welding consumables for the steel material grades.

All welding to structural steelwork shall be in accordance with the requirements of EN 1011-1, EN 1011-2 in conjunction with EN 1090-2. All welding to stainless steelwork shall be in accordance with the requirements of EN 1011-1, EN 1011-3 in conjunction with the relevant sections in EN 1090-2.

Alternatively, welding may be completed in accordance with the relevant AWS specifications.

Contract Annexure B1 Annexes Page No. 169 of 193

Page 170: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

All welding to structural steelwork shall be in accordance with the requirements of AWS D1.1/D1.1M:2010. All welding to structural stainless steelwork shall be in accordance with the requirements of AWS D1.6/D1.6M:2007.

AA5.3 Non-Destructive Examination

Non-destructive examination shall be carried out on all welds in accordance with the requirements of the project specification and EN 17635:2010 or AWS D1.1/D1.1M for carbon steel, or AWS D1.6/D1.6M for stainless steel, and the relevant normative standards.

AA5.4 Fasteners

All fasteners (bolts, nuts and washers) shall be specified and installed in accordance with the requirements of EN 1090-2. All holing for fasteners shall be in accordance with EN 1090-2.

All structural bolts shall be according to ISO 898-1 Grade 8.8, hot dip galvanised (SANS 1700), all structural nuts shall be according to ISO 898-2 Grade 8, hot dip galvanised (SANS 1700), and, all fastener threads shall be in accordance with ISO 965-2.

All structural washers shall be in according to SANS 1700 HSFG / DIN 6916, strength Grade 8, HSFG heavy duty through-thickness hardened, hot-dip galvanised. Stainless steel fasteners shall be Grade A4-70.

Anchor bolts for attachment of components to the concrete jetty shall be chemical anchors of stainless steel Grade 316, strength Grade A4-70. Nuts for anchor bolts shall be stainless steel grade A4-70 and washers for anchor bolts shall be stainless steel grade 316.

AA5.5 Corrosion Protection AA5.5.1 Surface Preparation

Surface preparation to all steelwork shall be in accordance with ISO 12944-4. Abrasive blast shall be to surface finish Sa 2-1/2 as specified in the relevant standards, i.e. ISO 8501-1, ISO 8501-2, ISO 8501-3 and other standards as applicable.

AA5.5.2 Hot Dip Galvanising

Where applicable, hot dip galvanising to structural carbon steelwork components shall be in accordance with the requirements of EN ISO 1461 and EN ISO 14713-2.

Hot dip galvanising of fasteners shall be in accordance with EN ISO 1461 and EN ISO 10684. All carbon steel fasteners shall be spun hot dip galvanised in accordance with EN ISO 10684. Hot-dip galvanised nut threads shall be tapped oversize in accordance with EN ISO 10684 and the recommendations of the SA Hot Dip Galvanising Association. Hot-dip galvanised bolt threads shall not be undercut or bolts undersized.

Thread profiles shall be in accordance with ISO 965-2, and dimensional tolerances and fit shall be in accordance with ISO 286.

Contract Annexure B1 Annexes Page No. 170 of 193

Page 171: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

All hot-dip galvanised steelwork and fasteners shall remain unpassivated where they are to be a painted. AA5.5.3 Protective Coatings

All protective coatings shall be specified and applied in accordance with the requirements for coating systems in ISO 12944-5.

The protective coating requirements for the steelwork shall be determined according to the corrosivity category given in ISO 12944-2. All steelwork subject to full or partial immersion in the intertidal zone shall be classified as category Im2 Immersion. All steelwork exposed to the marine environment in the atmospheric zone or in the marine splash zone shall be classified as category C5-M Marine (High). Coating systems and specified dry film thicknesses shall be selected for High Durability, in accordance with ISO 12944-5.

Paint coatings shall be specified and sourced from a reputable vendor, who shall provide documentation verifying that the paint coating products conform to ISO 12944-5 and the associated normative standards for testing.

AA5.5.4 Stainless steel

Protective paint coatings to stainless steel shall be as recommended in EN 1090-2 and Norsok M-501:2012 for stainless steel components.

Surface preparation to stainless steel for the application of protective coatings shall include light sweep blasting to ISO 8501-1 with non-metallic and chloride free grit to obtain a surface profile of 25 to 85 micron, in accordance with ISO 8503 and Norsok M-501 Coating System No. 6 and No. 7. Stainless steel to be maintained in the uncoated condition shall be passivated. All welds and fabrication areas shall be pickled and passivated upon completion of fabrication and installation.

AA5.5.5 Cathodic Protection

Cathodic Protection to immersed steel structural components shall be by means of sacrificial galvanic anodes. The cathodic protection system and all sacrificial anodes shall be in accordance with DNV-RP-B401 and ISO 15589-2.

AA6 Installation And Gangway Refurbishment

The Contractor shall protect and cover up all works as may be required and take all other precautions necessary to avoid causing damage or soiling of new and existing plant, equipment, buildings and structures. This shall inter alia apply when activities such as abrasive blasting, painting, welding, grinding, sealing, lagging and so forth, must be performed on the Site. The Contractor shall, on completion, remove all covers and shall at his cost rectify all soiling and damage to finishes to the satisfaction of the Engineer

Contract Annexure B1 Annexes Page No. 171 of 193

Page 172: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ AA7 TESTING AA7.1 General

The installation shall only be taken over by the Employer when its performance has been demonstrated to the satisfaction of the Engineer. Any defects in workmanship or materials shall be made good forthwith by the Contractor at his own cost and to the satisfaction of the Engineer.

The testing requirements are divided into those required during manufacture to verify the quality of the materials used and the workmanship, and those required to verify that the completed floating jetty meets the requirements of this specification.

AA7.2 Testing During Manufacture

Certification of material type or grade shall be submitted for all materials used in the works.

Where applicable appropriate certification or documentation shall be submitted for manufacturing processes (for example Non Destructive Test results for welding and dimensional checks of components).

Wherever possible all quality certification and documentation shall be submitted to the Engineer for approval during the manufacturing process. The final quality control data pack of all certification and documentation shall be submitted within one month of floating jetty installation.

AA7.3 Testing of Installed Jetty

Once the floating jetty has been installed the following tests and measurements shall be undertaken to demonstrate to the Engineer that the floating jetty conforms to the specified requirements.

• With the floating jetty under self-weight condition only: o Freeboard to the jetty deck at 5 points each side: each end, mid-point and quarter

points o Transverse slope of the jetty deck at four points along its length o Longitudinal slope of the jetty deck at four points along its length o Measurement of vertical step at joints between jetty modules.

The load capacity requirements for the floating jetty do not have to be demonstrated by physical testing, but instead may be verified by calculation using dimensional checks of the freeboard of the flotation units/pontoons after installation and plan dimensions taken before installation.

Contract Annexure B1 Annexes Page No. 172 of 193

Page 173: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

CONTRACT

ANNEXURE B2

PARTICULAR SPECIFICATION: HEALH AND SAFETY AB

TABLE OF CONTENTS PAGE NO.

AB 1 INTROCDUCTION AND BACKGROUND ................................................................................................... 168

AB 2 OHS SPECFICATION ............................................................................................................................... 169

Contract Annexure B2 Annexes Page No. 173 of 193

Page 174: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 Annexure B2: Particular Specification AB Health and Safety AB1 Introduction And Background AB1.1 Background

Poor adherence to the Occupational Health and Safety Act (OHS Act) has resulted in severe consequences such as incidents and injuries across many industries and work places. The Coega Development Corporation (CDC) is determined that the highest health and safety standards are implemented during proposed installation of new floating jetty at the Murray’s Bay Harbour at the Robben Island.

To achieve this goal the CDC has prepared this standard Occupational Health and Safety Specification (OHSS) as a guideline to the work activities relating to the proposed new floating jetty. The OHSS sets out guidelines and minimum levels of awareness and guidance for health and safety requirements. Contractual responsibility for adhering to these requirements rests with Contractors. In particular all contractors’ employees are encouraged to be pro-active in ensuring compliance. CDC is committed to ensuring the highest level of health and safety standards for all work to be undertaken during the acquisition and installation of the floating jetty.

AB 1.2 Purpose

The purpose of the OHSS is to assist the contractor in achieving compliance with the OHS Act, Construction Regulations of 2014 and all relevant regulations revolving the contractor’s scope of works and to reduce injuries in the work environment.

The OHSS is a performance measurement to ensure all stakeholders such as the client, consultants, and contractors achieve an acceptable level of OHS performance. This specification is therefore included in the tender document for the proposed installation of the new jetty and will assist contractor with guidelines as to what the Client requires during the execution of works.

Therefore the contractor is at all times required to and will remain responsible to address all requirements and standards of the OHS Act, Construction regulations and all relevant regulations in their health and safety plan and implementation thereof.

The OHSS is a performance specification to ensure that the CDC and any bodies that enter into formal agreements with the CDC viz. Consultants, Contractors, and Sub-Contractors achieve an acceptable level of OHS performance. No advice, approval of any document required by the OHSS such as hazard identification and risk assessment action plan or any other form of communication from the CDC shall be construed as an acceptance by the CDC of any obligation that absolves the Contractor from achieving the required level of performance and compliance with legal requirements. Further, there is no acceptance of liability by the CDC which may result from the Contractor failing to comply with the OHSS unless the CDC has issued an instruction to any requirement.

Contract Annexure B2 Annexes Page No. 174 of 193

Page 175: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ AB 1.3 Implementation

This OHSS forms an integral part of the Contract, and the Contractor is required to make it an integral part of the Contract with their Sub-Contractors and Suppliers. It will be disseminated by the CDC persons responsible for the infrastructure works, who will ensure that it is included in the Tender Document issued to prospective Contractors. The prospective Contractors shall incorporate the requirements of the OHSS in their submission of tenders to the CDC.

The Contractor shall sign a CDC acknowledgement that he / she has familiarised him / herself with the content of the OHSS and he / she shall comply with all his / her obligations in respect thereof. The successful Contractor will be required to compile a Health & Safety Plan based on the requirements of the OHS Act and this specification, which will need to be approved by the CDC SHE Project Manager prior commencement with work.

AB2 OHS SPECIFICATION AB2.1 Scope

This OHSS covers the requirements for eliminating and mitigating incidents and injuries in all CDC controlled projects and where the CDC has control over any activity. The scope also addresses legal compliance, hazard identification and risk control, promoting a health and safety culture amongst those working on the CDC Programme and those affected by the activities taking place in and around them.

Contractors employed by CDC are to ensure that the provisions of the OHSS are applied both in respect of all activities relating to the project, and project dedicated off site fabrication works. The Contractor is to enforce the provisions of the OHSS amongst all subcontractors and suppliers for the project.

The scope of work involves the design, fabrication, supply and installation of a new floating jetty as well as the decommissioning and disposal of the existing floating jetty at the Murray’s Bay Habour at Robben Island. The new floating jetty will be for the ferry to Robben Island, and it is the first “point of contact” for tourists visiting the Island. The existing jetty which is unstable, out of level and unsafe will be replaced and decommissioned. All the scrapped old materials and waste shall be recycled where possible and remaining waste disposed of at an authorised landfill site in the main land.

The works shall entail but not limited to the following activities:

• Floating jetty, including: o Decking o Fenders o Bollards o Wall guide brackets complete with bearing pads o Handrails o Raised platform for pedestrian access to the Sikhululekile ferry vessel;

• Wall guide beams; • Paint coating of the existing hot dip galvanised gangway and associated wall bracket, and

installation of the gangway onto the new floating jetty. • Removal and disposal of the existing floating jetty and wall guide beams; • Testing and commissioning of the jetty and gangway;

Contract Annexure B2 Annexes Page No. 175 of 193

Page 176: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

• Provision of an Operation and Maintenance Manuals; and • Provision of recommended spares.

Further details regarding the scope of works is clearly specified in detail in the scope of works of the Tender Document (Refer to C3 Scope of Work).

AB2.2 Interpretation AB2.2.1 Application

The OHSS contains clauses that are generally applicable to general construction and related infrastructure works, and to impose pro-active controls associated with activities that impact on human health and safety. Compliance to the requirements of the OHS Act is in addition to the requirements of the OHSS and is part of the Contractor’s responsibility. The CDC will monitor that the Contractors comply with the requirements of the OHS Act and will not prescribe to the Contractor how such compliance is achieved.

AB 2.2.2 Definitions

For the purpose of the OHSS, the definitions, acronyms given hereunder shall apply: AB2.2.3 Construction Work (as defined in the Construction Regulations, 2014)

Means any work in connection with – a) the construction, erection, alteration, renovation, repair, demolition or dismantling of or an

addition to a building or any similar structure; b) the construction, erection, maintenance, demolition or dismantling of any bridge, dam, canal,

road, railway, runway, sewer or water reticulation system or the moving of earth, clearing of land, the making of excavation, pilling, or any similar civil engineering structure or type of work

AB 2.2.4 Hazard Identification and Risk Assessment and Risk Control

Means a documented plan, which identifies hazards, assesses the risks and detailing the control measures and safe working procedures which are to be used to mitigate and control the occurrence of hazards and risks during construction or operation phases.

AB2.2.5 Site

Site means the area in the possession of the Contractor during the works until completion. In this case it means Murray’s Bay Harbour at the Robben Island.

AB2.2.6 The Act

Means, unless the context indicates otherwise, the Occupational Health and Safety Act, 1993 (ACT No. 85 of 1993) and Regulations promulgated there under.

AB2.2.7 CDC

Contract Annexure B2 Annexes Page No. 176 of 193

Page 177: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Coega Development Corporation (Pty) Ltd. AB2.2.8 Hazard

Means a source of exposure to danger (source which may cause injury or damage to persons or property).

AB2.2.9 Risk

Risk means the probability or likelihood that a hazard can result in injury or damage. AB2.2.10 Contractor’s Responsible Person

Means any person appointed in writing by the Contractor to supervise construction or building work. The appointment shall be as required by the OHS Act which shall stipulate health and safety responsibilities, area of responsibility and the proposed duration of the project.

AB2.2.11 Employer’s Personnel

As defined in the relevant contract suite of Documents. AB2.3 General Health and Safety Provisions AB2.3.1 Notification of Intention to Commence Construction Work

This is deemed not applicable for the anticipated scope of works. AB2.3.2 Assignment of Contractor’s Responsible Persons to Supervise Health and Safety on Site

The Contractor shall submit all necessary supervisory appointments as well as any relevant appointments in writing (as stipulated by the OHS Act), prior to commencement of work:

• CEO Assignee OH&S Act sect. 16(2) • Health and Safety Officer CR 8.5 • Work supervisor CR 8.7 • Risk Assessment coordinator CR 9 • First aiders GSR 3

The Contractor shall submit CV’s of the responsible persons for approval by the CDC prior the commencement of work on site. Proof of competency is to be included with all appointments, in the form of C.V. and Certificates.

The Contractor shall appoint a competent Health and Safety Officer who has experience in working on marine environments or harbours, who shall be responsible to oversee overall safety compliance on the project.

AB2.2.3 Compensation of Occupational Injuries and Diseases Act 130 of 1993 (COID Act)

As part of the Health and Safety File, the Contractor shall submit a copy of their valid letter of good standing with the Compensation Insurer to the CDC.

Contract Annexure B2 Annexes Page No. 177 of 193

Page 178: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Contract Annexure B2 Annexes Page No. 178 of 193

Page 179: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ AB2.3.4 Occupational Health and Safety Policy

The Contractor shall submit the following: • Health and Safety Policy • Substance Abuse Policy • HIV Policy • Disciplinary Code

AB2.3.5 Health and Safety Organogram

The Contractor shall submit a Project Specific organogram in the SHE File, outlining the Health and Safety as required and as related to the relevant appointments by the OHS Act. In cases where appointments have not been made, the organogram shall reflect the position. The organogram shall be updated, when there is a change in the site team.

AB2.3.6 Risk Assessments AB2.3.6.1 Baseline Risk Assessment

The Contractor shall submit a baseline risk assessment, which shall form part of the health and safety plan applied on site. This baseline risk assessment will need to be comprehensive and may well lead to further, separate, more in depth risk assessment studies.

Should the Contractor commence work without approval of the risk assessment, or should the risk assessment not reflect the activities being undertaken, the CDC may instruct the work to be immediately halted, and the Contractor will have no claim against the CDC in such a case for lost time or costs, irrespective of whether it can be demonstrated that the work was being safely undertaken.

The risk assessment should include the following:

• The identification of the risks and hazards to the health and safety to which persons may be exposed;

• The analysis and evaluation of the hazards identified; • A documented plan and safe working procedures to mitigate, reduce or control the risks

identified; and • The monitoring and review plan of the risks and hazards. • The relevant personal protective equipment or clothing.

The contractor will ensure that all employees and contractors under his or her control are informed, instructed and trained by a competent person regarding any hazard and the related work procedures and or control measures before any work commences, and thereafter at the times determined in the risk assessment monitoring and review plan of the relevant site.

AB2.3.6.2 Issue Based Risk Assessment

As circumstances and needs arise, separate risk assessment studies may need to be conducted. These will be associated with a system for the management of change.

Contract Annexure B2 Annexes Page No. 179 of 193

Page 180: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ AB 2.3.6.3 Continuous Risk Assessment

This is the most important form of risk assessment which should take place continually, as an integral part of day-to-day management. This should be conducted by frontline supervisors on site and it is essential that formal training be provided to enable this process to be efficient.

The Contractor shall be responsible for making sure that all employees under his / her control are conversant with the content of the Risk Assessment and what appropriate measures have been put in place to either eliminate or reduce the identified risks. The Contractor shall outline to employees what role they are expected to play in the Risk Assessment and control measure process. Records are to be kept of this communication.

AB2.3.7 Health and Safety Representative(s)

The Contractor shall ensure that a Health and Safety Representative is available to carry out his / her functions. The Health and Safety Representative shall carry out regular inspection, keep records and report to the supervisor to take appropriate action.

AB2.3.8 Health and Safety Committee

Due to the short duration of the works, there will be no need for committee meetings. AB2.3.9 Health and Safety Training

The Contractor shall at project start-up conduct a training needs analysis to ascertain what health and safety training is required. A plan of action should be drafted and included in the SHE file. Once the identified people have attended the training, the Contractor must ensure copies of the certificates are kept on the SHE File.

AB2.3.9.1Induction

The Contractor must conduct induction and a copy of this must be included in the SHE File.

AB2.3.9.2 Awareness

The Contractor shall conduct, on site, toolbox talks, preferably before any work takes place. The talks shall cover the relevant activity and an attendance register must be kept and signed by all attendees. A record of who attended and the content of the topic will be kept on the site health and safety file as evidence of training.

AB2.3.9.3 Competency

After the Contractor has identified the training to be conducted, based on the Hazard Identification & Risk Assessment (HIRA); and keep certificates of training for reference.

Contract Annexure B2 Annexes Page No. 180 of 193

Page 181: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ AB2.3.10 General Record Keeping

The Contractor shall keep and maintain Health and Safety records to demonstrate compliance with the OHSS and the OHS Act. The Contractor shall ensure that all records of incidents, spot fines, training etc. are kept on site. All documents shall be available for inspection by the CDC.

AB2.3.11 General Inspection, Monitoring and Reporting

Inspection registers must be kept on the SHE File.

AB2.3.12 Internal Audits

Due to the short duration of the works, no audits shall be undertaken. AB2.3.13 External Audits

Due to the short duration of the works, no audits shall be undertaken.

AB2.3.14 Emergency Procedures

The Contractor shall submit a specific Emergency Procedure for approval. The procedure shall detail the response plan including the following key personnel:

• List of key personnel, • Details of emergency services, and • Actions or steps to be taken in the event of the emergency.

Emergency procedure(s) shall include, but shall not be limited to, fire, spills, accidents to employees, use of hazardous substances, etc.

AB2.3.15 First Aid Box and First Aid Equipment

The Contractor shall appoint a trained First Aider on site regardless of number of labour on site. The Contractors shall provide an onsite First Aid Box, adequately stocked at all times, and ensure that the First Aid Box is accessible and fully controlled by a qualified First Aider.

AB2.3.16 Accident / Incident Reporting and Investigation

The Contractor shall record, investigate and report all reportable incidents as per the OHS Act. The Investigations shall be conducted by a competent person.

The Contractor shall advise the CDC SHE PM and any relevant party immediately, followed up with a written notification, of any medical treatment cases, lost-time, disabling incident or fatality. Incident Investigation Report is to be submitted to the CDC SHE PM within 7 working days, unless requested otherwise. Where a fatality or permanent disabling injury occurs on a construction site, the contractor must provide the provincial director with a report contemplated in section 24 of the Act, in accordance with regulations 8 and 9 of the General Administrative Regulations, 2013, and that the report includes the measures that the contractor intends to implement to ensure a safe construction site as far as is reasonably practicable.

Contract Annexure B2 Annexes Page No. 181 of 193

Page 182: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ AB2.3.17 Unanticipated Hazards

The Contractor shall immediately notify Project Management of any hazardous or potentially hazardous situations arising during the performance of activities.

AB2.3.18 Personal Protective Equipment (PPE)

The contractor to provide workforce with necessary PPE based on the risk analysis. AB2.3.19 Occupational Health and Safety Signage

The Contractor shall ascertain and provide adequate on site Warning, Prohibition, Mandatory and General Signage.

AB2.3.20 Permits

This is deemed not applicable to the works. AB2.3.21 Sub-contractors

The Contractor shall implement a Contractor Management System to ensure compliance to the OHS Act and OHSS. The Contractor Management System procedures are to be stipulated in the SHE Plan.

AB2.4 Plant and Machinery AB2.4.1 Fire Extinguishers and Fire Fighting Equipment

The Contractor shall provide adequate regularly serviced fire extinguishers located at strategic points on site. The Contractor shall keep spare serviced portable fire extinguishers. Safety signage shall be posted up in all areas where fire extinguishers are located. The Contractor shall have adequate persons trained or competent to use the Fire Fighting Equipment.

AB2.4.2 Hired Plant and Machinery

The Contractor shall ensure that any hired plant and machinery brought to site is safe for use. The necessary requirements as stipulated by the OHSA as well as those that are stipulated by this OHSS, shall apply. The Contractor shall ensure that operators hired with machinery undergo a site specific induction, appropriate tool box talks and are provided with the necessary PPE.

AB2.4.3 Lifting Machine and Tackle

The Contractor shall ensure that lifting machinery and tackle is inspected before use. The Contractor shall have lifting machinery and tackle inspector who will inspect the equipment daily or before use, taking into account that:

• All lifting machinery and tackle have a safe working load clearly indicated; • Records of inspections and load testing certificates are kept on site. • There is proper supervision in terms of guiding the loads which includes a trained banks man

to direct and check lifting tackle if it is safe for use.

Contract Annexure B2 Annexes Page No. 182 of 193

Page 183: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ AB2.4.4 General Machinery

The Contractor shall comply with the Driven Machinery Regulations, which include inspecting machinery regularly, appointing a competent person to inspect and ensure maintenance, issuing PPE or clothing and training those that use machinery and enforce compliance.

AB2.4.5 Portable Electrical Tools

The Contractor shall ensure that use and storage of all powered tools and portable electrical tools are in compliance with relevant legislation. The Contractor shall consider that:

• A competent person undertakes routine inspections; • Only authorised persons use the tools; • There are safe working procedures applied; • Awareness training is carried out and compliance is enforced at all times; and • PPE and clothing is provided and maintained.

AB2.4.6 Public Health and Safety

The Contractor shall ensure that each person working on site shall be made aware of the dangers likely to arise from activities and the precautions to be observed to avoid or minimise those dangers. Appropriate health and safety signage shall be posted at all times.

Both the CDC and the Contractor have a duty in terms of the OHSA to do all that is reasonably practicable to prevent members of the public (visitors to the Robben Island) and others being affected by the processes to be aware and put preventative measures in place.

AB2.4.7 Night Work

The Contractor shall not undertake any night work without prior arrangement and a written permit from Employer’s personnel (“Engineer”). The Contractor shall ensure that adequate lighting is provided for all night work and failure to do so shall result in work being stopped. NB: risk assessment to be revised should night works be approved.

AB2.5 Occupational Health

Exposure of workers to occupational health hazards and risks are very common in any work environment. Occupational health hazards and risks exposure is a major problem and all Contractors are to ensure that proper health and hygiene measures are put in place to prevent exposure to these hazards and risks.

All contractors will be responsible for the full cost of medical treatment that his staff may require; the contractor is therefore required to ensure that all his personnel are medically fit prior to being allowed onto the work site.

AB2.5.1 Medical Service

The contractor must ensure that all his or her employees have a valid medical certificate of fitness specific to the work to be performed and issued by an occupational health practitioner.

Contract Annexure B2 Annexes Page No. 183 of 193

Page 184: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ AB2.6 Close Out Requirements

The Principal Contractor shall hand over a consolidated health, safety and environmental file on a disc CD) to CDC. The Principal Contractor shall submit a report consolidating and confirming the Health Safety and Environment history of the project.

The following information is required in disc, but not limited to:

• Incidents & IOD • WCA Claims • SHE Non conformances ( current/outstanding) • Principal Contractor’s project SHE File

The CDC SHE PM will have to evaluate the SHE performance of the principal contractor i.e. compliance, performance, quality and refer same in their cover letter which will be added to the Principal Contractors portfolio of evidence.

Acknowledgement: I,______________________________________________________representing ____________________________________________________ (Contractor name) have satisfied myself with the content of the Occupational Health and Safety Specification (OHSS) and shall ensure that all the personnel comply with all relevant obligations in respect thereof. __________________________________ _______________________ Signature of Contractor Date _________________________________ _________________________ Signature of Agent Date Comments:

Contract Annexure B2 Annexes Page No. 184 of 193

Page 185: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

ACQUISITION OF NEW FLOATING JETTY, ROBBEN ISLAND

TENDER NO.: CDC/645/16

CONTRACT

ANNEXURE B3

PARTICULAR SPECIFICATION: ENVIRONMENTAL AC

TABLE OF CONTENTS PAGE NO.

AC1 SCOPE ................................................................................................................................................... 179

AC2 APPLICATION ......................................................................................................................................... 180

AC3 DEFINITIONS .......................................................................................................................................... 180

AC4 LEGAL FRAMEWORK .............................................................................................................................. 181

AC5 METHOD STATEMENTS .......................................................................................................................... 182

AC6 SPECIFICATIONS .................................................................................................................................... 183

AC7 GENERAL ............................................................................................................................................... 185

Contract Annexure B3 Annexes Page No. 185 of 193

Page 186: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island Tender No.: CDC/645/16 Annexure B3: Particular Specification AC Environmental AC1 Scope

This Environmental Specification (ES) covers the requirements for controlling the impact on the marine environment relating to the fabrication, supply and installation of a new floating jetty as well as the decommissioning and disposal of the existing floating jetty at Robben Island Murra’s Bay Harbour. The new floating jetty will be for the ferry to Robben Island Museum, and it is the first “point of contact” for tourists visiting the Island. The existing jetty which is unstable, out of level and unsafe will be replaced and decommissioned. All the scrapped old materials and waste shall be recycled where possible and remaining waste disposed of at an authorised landfill site in the main land.

The works shall entail but not limited to the following activities:

• Floating jetty, including: o Decking o Fenders o Bollards o Wall guide brackets complete with bearing pads o Handrails o Raised platform for pedestrian access to the ferry vessel such as Sikhululekile;

• Wall guide beams; • Paint coating of the existing hot dip galvanised gangway and associated wall bracket, and

installation of the gangway onto the new floating jetty. • Removal and disposal of the existing floating jetty and wall guide beams; • Testing and commissioning of the jetty and gangway; • Provision of an Operation and Maintenance Manuals; and • Provision of recommended spares.

Further details regarding the scope of works is clearly specified in detail in the scope of works of the Tender Document (Refer to C3 Scope of Work). The Island has substantial natural heritage value and hosts important plant and animal species of conservation importance and is part of the Cape Floral Kingdom. The Island has the additional ecological importance as a seal colony and as a breeding site for many bird species. As such it is worthy of protection to preserve it natural environment whenever work activities are undertaken. Harbour marine environment has high biological diversity as its fauna and flora ranges from very minute organisms such as algae and protozoans (plankton) to other organisms such as dolphins, turtles, seals and penguins. CDC and its The Coega Development Corporation (CDC) and its client the National Department of Public Works (NDPW) is determined that the highest environmental management standards are implemented and full commitment from all parties to achieving best practices recognised internationally.

Contract Annexure B3 Annexes Page No. 186 of 193

Page 187: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

To achieve this goal the CDC has prepared this ES which is applicable to the Acquisition of New Floating Jetty at Robben Island. The ES sets out guidelines and minimum levels of awareness and guidance for environmental requirements within CDC Projects. Contractual responsibility for adhering to these requirements rests with Contractors. In particular all employees are encouraged to be pro-active in compliance with these requirements. The ES has been prepared by the CDC for inclusion in the Tender and Contract documents for the Acquisition of New Floating Jetty (CDC/645/16).

AC2 Application

This ES contains clauses that are generally applicable to the undertaking of the proposed works as it is necessary to impose pro-active controls on the extent to which the activities impact on the surrounding environment. Where required, additional specification/s relating to management of the marine environment may be developed in addition to this ES and to form part of the Contract Documents.

AC3 Definitions

For the purposes of this ES, the following definitions shall apply:

Contaminated water: Means water contaminated by the Contractor's activities such as with hazardous substances, hydrocarbons, paints, solvents and runoff from plant, workshop or personnel wash areas but excludes water containing cement/ concrete or silt. Environment: Means the surroundings within which human beings exist and these comprise of: the land, water and atmosphere of the earth; micro-organisms, plant and animal life; any part or combination of (i) and (ii) and the interrelationships among and between them; and the physical, chemical, aesthetic and cultural properties and conditions of the foregoing that influence human health and well-being. Method Statement: Is a written submission by the Contractor to the Engineer in response to the Specifications or to a request by the Engineer, setting out the plant (construction equipment), materials, labour and method the Contractor proposes using to carry out an activity, identified by the relevant specification or the Engineer when requesting the Method Statement. The Method Statement shall be in such detail that the Engineer is able to assess whether the Contractor's proposal is in accordance with the Specifications and/or will produce results in accordance with the Specifications. The Method Statement shall cover applicable details with regard to:

• Construction procedures; • Materials and equipment to be used; • Getting the equipment to and from Site; • How the equipment/ materials will be moved while on Site; • How and where materials will be stored; • The containment (or action to be taken if containment is not possible) of leaks or spills of any

liquid or material that may occur; • Timing and location of activities; • Compliance/ non-compliance with the Specifications; and • Any other information deemed necessary by the Engineer.

Contract Annexure B3 Annexes Page No. 187 of 193

Page 188: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Pollution: the introduction by man, directly or indirectly of substances or energy into environment which results, or is likely to result in hazards to human health, harm to living resources and marine ecosystems, damage to amenities or interference with other legitimate uses of the sea. Potentially hazardous substance: Is a substance, which, in the reasonable opinion of the Engineer, can have a detrimental effect on the environment. Hazardous Chemical Substances are defined in the Regulations for Hazardous Chemical Substances published in terms of the Occupational Health and Safety Act. Site: This is the area in the possession of the Contractor for the construction of the works (installation of floating jetty). Where the area is not demarcated, it will include all adjacent areas, which are reasonably required for the activities for the Contractor, and approved for such use by the Engineer. Solid waste: Means all solid waste, including debris, chemical waste, wrapping materials, timber, scrap metal, rubbers, wire, and any domestic waste produced during works.

AC4 Legal Framework

The governance of the Robben Island is subject to a complex legislative framework consisting of international agreements, national, provincial and municipal statutes, legislation and ordinances. The following (list not exhaustive) are important sets of relevant international and national legislation that must be enforced at the Island:

• The South African Constitution 108 of 1996; • National Environment Management Act 107 of 1998 • National Heritage Resource Act of 25 of 1999; • Marine Living Resources Act 18 of 1998. • National Environmental Management: Biodiversity Act 10 of 2004 • National Environmental Management: Protected Areas Act 57 of 2003; • National Water Act 36 of 1988; • Sea Birds and Seals Protection Act 46 of 1973; • International Convention for the Prevention of Pollution from Ships, 1973/1978 (MARPOL) • United Nations Convention on Law of the Sea of 1982 (LOSC) • Municipal By-Laws and Provincial legislation • 1972 Convention for the Protection of the World Cultural and Natural Heritage • Other relevant international treaties and conventions.

In addition to the legal framework, the Robben Island Museum has developed the relevant standards/ management plans to manage both the heritage and natural elements:

• Integrated Conservation Management Plan (ICMP) • Integrated Management Plan (IMP) • Operational Management Plan (OMP) • Natural Environment Management Plan (NEMP)

The contractor must take note of all the requirements in the course of their work activities.

Contract Annexure B3 Annexes Page No. 188 of 193

Page 189: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________ AC5 Specifications AC5.1 Materials handling, use and storage

The Contractor shall ensure that their personnel are informed of all procedures and restrictions (including "no go" areas within the Island) required to comply with the Specifications. The Contractor shall ensure that these personnel are supervised during offloading by someone with an adequate understanding of the requirements. Materials relating to the floating jetty shall be appropriately secured to ensure safe passage from the mainland till reaching the Island. Loads shall have appropriate cover to prevent them spilling from the ferry/cargo boat during transit. The Contractor shall be responsible for any clean-up resulting from the failure by his employees or suppliers to properly secure transported materials.

AC5.2 Stockpiling

Any stockpiling of material including generated waste shall be in areas approved by the Engineer within the defined working area. The Contractor shall ensure that the material does not blow or wash away into the harbour.

AC5.3 Solid waste management

No burning, burying or dumping of any waste materials, litter or refuse is allowed within the Island. The Contractor shall use appropriate waste bins with lids of sufficient number and capacity to store the solid waste produced during their work activities. Recyclable waste shall be disposed of into separate skips/bins and removed off-site for recycling. All solid waste shall be disposed in the main land at an approved landfill site. The Contractor shall supply the Engineer with the appropriate disposal certificates. The Contractor shall submit a waste management Method Statement to the Engineer, as to how waste (if any) will be handled mainly from the decommissioning activities for the existing floating jetty.

AC5.4 Water use

If water will be required, all source of water for work purposes must be approved by the Engineer in writing before any such sources can be used to obtain water.

AC5.5 Hazardous substances

The transportation and handling of hazardous substances must comply with the provisions of the Hazardous Substances Act (Act No.187 of 1993) and associated regulations as well as SABS codes 0228 and SABS 0229. The Contractor shall also comply with all other applicable local regulations with regard to the transport, use and disposal of hazardous substances. If hazardous chemical substances will be used, these should be stored in secondary containers to avoid potential spillages and marine contamination. The relevant Material Safety Data Sheets (MSDS) shall be made available on site. Procedures detailed in the MSDSs shall be followed in the event of an emergency situation. The

Contract Annexure B3 Annexes Page No. 189 of 193

Page 190: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

Contractor shall be responsible for the training and education of all personnel who will be handling hazardous materials about the proper use, handling, storage and disposal.

AC5.6 Contaminated water

Potential pollutants of any kind and in any form shall be kept, stored, and used in such a manner that any escape can be contained and that the harbour water and marine environment is not exposed to any form of pollution. Water containing such pollutants as chemicals, cleaning detergents, paints and solvents and hydrocarbons shall be contained and discharged into an impermeable storage facility for removal from the site or for recycling.

The Contractor shall notify the Engineer immediately of any marine pollution incidents on the

harbour. AC5.7 Pollution

The discharge of oily water from the installation supporting vessel or deck drainage would not be allowed unless there is a separation and treatment system to meet the MARPOL Regulation 21 standard of less than 15 ppm oil in water. The potential impact of disposed treated water on the marine environment should be of very low significance and non-recycled waste oils should be securely stored and transported to shore for disposal at a licensed waste facility.

AC5.8 Marine Management

No materials should be discharged into the harbour’s marine environment. Poaching of seabirds and shorebirds that nest in or near the harbours or shoreline is not allowed. These activities may include direct disturbance and indirectly removal of food resources that impacts the sea lives. Robben Island is identified as an Important Bird Area under the Birdlife International programme, as a nationally and globally important location for the conservation of seabirds. Nine species of seabird breed on the Island including the African Penguin (Spheniscus demersus); Bank Cormorant (Phalacrocorax neglectus); Crowned Cormorant (P. coronatus); Cape Cormorant (P. capensis); Hartlaub’s Gull (Larus hartlaubii); Greyheaded Gull (L. cirrocephalus); Kelp Gull (L. dominicanus); Swift Tern (Sterna bergii) and Caspian Tern (Hydroprogne caspia).

AC5.9 Vegetation Management

The original vegetation type on Robben Island was Cape Flats Dune Strandveld. It is classified as Endangered in recognition of the fact that the ecosystem has ‘undergone degradation of ecological structure, function or composition as a result of human intervention. No collection or disturbance of plants is allowed at the Island.

AC5.10 Noise

The Contractor shall take precautions to minimise noise generated while on the Island. The Contractor shall comply with the Noise Induced Hearing Loss Regulations published under the Occupational Health and Safety Act. The impact on marine fauna is considered to be localized and of low intensity in the short term as works will be of short duration.

AC6 Method statements

Contract Annexure B3 Annexes Page No. 190 of 193

Page 191: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

The following Method Statements shall be provided by the Contractor and submitted for reviewing prior to the commencement of the installation of the new floating jetty.

AC6.1 Solid Waste Management

This should details the expected solid waste types, quantities, methods and frequency of collection and disposal as well as location of disposal sites.

AC6.2 Contaminated Water

Methods of minimising, controlling, collecting and disposing of contaminated water. AC6.3 Contractor SHE Officer

The name and letter of appointment of the Contractor’s SHE Officer must be given to the Engineer and the terms of reference for the work to be undertaken by the SHE Officer must be detailed including time on site, CV, roles and responsibility, interaction with other stakeholders.

AC6.4 Emergency Procedures

Emergency procedures for possible drowning, fire and accidental leaks and spillages of hazardous substances. Include details of risk reduction measures to be implemented including drowning, firefighting equipment, fire prevention procedures and spill kits.

AC6.5 Importing Of Material

Detail the source of any gravel, soil, aggregate or sand imported onto site and precautions taken to ensure no vegetative contamination.

AC6.6 Hazardous Substances

Details of any hazardous substances / materials to be used, together with the transport, storage, handling and disposal procedures for the substances. If potentially hazardous substances are to be stored or used on Site, the Contractor shall submit a Method Statement to the Engineer detailing the substances / materials to be used, together with the transport, storage, handling and disposal procedures for the substances.

AC6.7 Pollution Control

The Contractor shall submit a Method Statement to the Engineer detailing how the marine pollution will be prevented and management of contaminated water if any.

AC6.8 Environmental Awareness Training

Number, dates, trainer and logistics for awareness courses for the Contractor’s employees and for the management staff. Environmental awareness training courses (‘toolbox’ talks) shall be run for all personnel on site. Courses shall be run during normal working hours at a suitable venue provided by the Contractor. All attendees shall remain for the duration of the course and sign an attendance

Contract Annexure B3 Annexes Page No. 191 of 193

Page 192: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

register on completion that clearly indicates participant’s names, a copy of which shall be handed to the Engineer.

AC6.9 “No Go Areas”

As Robben Island is one of the most protected heritage sites, there will be “no-go” areas around the Murray’s Bay Harbour. The Contractor shall ensure that, insofar as he has the authority, no person, machinery, equipment or materials enter the “no go" areas. These areas will be indicated to the Contractor during site handover.

AC6.10 Fire Control

The Contractor shall take all the necessary precautions to ensure that fires are not started as a result of his activities on Site. No open fires shall be permitted on the Site. Any fires that occur shall be reported to the Engineer immediately. The Contractor shall appoint a Fire Officer who shall be responsible for ensuring immediate and appropriate actions in the event of a fire and shall ensure that employees are aware of the procedures to be followed. The Contractor shall forward the name of the Fire Officer to the Engineer for his approval within 7 days of being on site. The Contractor shall ensure that there is basic fire-fighting equipment available on Site at all times.

AC6.11 Emergency Procedures

Emergency procedures, including the names and contact details of responsible personnel and emergency services shall be made available to all staff and shall be clearly displayed at relevant locations at the Site. The Contractor shall advise the Engineer of any emergencies on Site, together with a record of action taken, within 24 hours of the emergency occurring. Telephone numbers of emergency services shall also be posted conspicuously in the Contractor’s office near the telephone.

AC6.12 Protection of natural/heritage features

The Contractor shall not deface, paint, damage or mark any natural features (e.g. wall formations) situated in or around the Robben Island. Any features affected by the Contractor in contravention of this clause shall be restored / rehabilitated to the satisfaction of the Engineer and Robben Island Museum.

AC6.13 Aesthetics

The Contractor shall take reasonable measures to ensure that construction activities do not have an unreasonable impact on the aesthetics of the harbour or surrounding environments.

AC7 General

Any additional Method Statements as required by the Engineer must be provided by the Contractor. The Contractor shall not commence the activity until the Method Statement has been approved in

Contract Annexure B3 Annexes Page No. 192 of 193

Page 193: CONTRACT No. CDC/645/16 TENDER AND CONTRACT … · Building and Engineering Works Designed by the Contractor, First Edition 1999, (FIDIC, “Yellow Book”) issued by the International

Coega Development Corporation (PTY) Ltd. Acquisition of New Floating Jetty, Robben Island S2001-56-TD-CS-001-01 Tender No.: CDC/645/16 ______________________________________________________________________________________________________________

writing and shall, except in the case of emergency activities, allow a period of 7 working days for approval of the Method Statement.

The Engineer may require changes to a Method Statement if the proposal does not comply with the specification or if, in the reasonable opinion of the Engineer, the proposal may result in, or carries a greater than reasonable risk of, damage to the environment in excess of that permitted by the Specifications or any legislation.

Approved Method Statements shall be readily available on the Site and shall be communicated to all relevant personnel and subcontractors (if any). The Contractor shall carry out the works in accordance with the approved Method Statement. Approval of the Method Statement shall not absolve the Contractor from any of his obligations or responsibilities in terms of the Contract.

Contract Annexure B3 Annexes Page No. 193 of 193