the south african national roads agency … document for construction version 19.doc 1 february 2016...

333
PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) PROJECT DOCUMENT DATE: April 2016 TENDER DOCUMENT VOLUME 3 CHIEF EXECUTIVE OFFICER SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED 48 TAMBOTIE AVENUE VAL DE GRACE PRETORIA, 0184 NAME OF TENDERER: Set sequential number

Upload: doandung

Post on 26-Mar-2018

252 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-1

THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED

CONTRACT NRA N002-268-2014/1

UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6)

PROJECT DOCUMENT DATE: April 2016 TENDER DOCUMENT

VOLUME 3

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

Set sequential number

Page 2: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-2

CONTRACT NRA N002-268-2014/1

FOR

THE UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) DATE: April 2016 STATUS VOLUME 3 THIS DOCUMENT COMPILED BY: Madan Singh and Associates cc (Address) 36 Westdale Crescent Reservoir Hills Durban, 4091 Tel: (031) 262 6950 Fax: (031) 262 5494 Email: [email protected] UNDER THE DIRECTION OF THE REGIONAL MANAGER THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED 58 van Eck Place Mkondeni Pietermaritzburg, 3204 Tel: (033) 392 8100 Fax: (033) 386 6284 Email: [email protected]

Page 3: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-3

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

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

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

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

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

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

Volume 4: Book of Drawings. Notes to tenderer: 1. Volume 1 is obtainable from CESA, P. O. Box 68482, Bryanston, 2021. Tel: (011) 463 2022

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

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

following files: - The full Project Document in PDF format - The returnable forms in word format - The pricing data in excel format

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

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

4. SUBMISSION OF TENDER – Of the contract documents, o nly the following elements of

Volume 3 needs to be submitted in a neatly bound fi le and in the following order:

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

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

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

Page 4: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-4

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

- Form of Offer (paper copy) copy from CD and state “ Alternative Form of Offer” - All returnable schedules (paper copies) applicable to alternative offer, as is

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

Page 5: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-5

TABLE OF CONTENTS PAGE PART T1: TENDERING PROCEDURES .................................................................................... T-1

PART T2: RETURNABLE SCHEDULES .............................. .................................................... T-17

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

PART C2: PRICING DATA ...................................... .................................................................. C-53

PART C3: SCOPE OF WORKS ................................................................................................ C-62

PART C4: SITE INFORMATION ............................................................................................. C-481

PART C5: ANNEXURES ......................................................................................................... C-502

Page 6: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-1

__________________________________________________________________________________

PART T1: TENDERING PROCEDURES __________________________________________________________________________________

Page 7: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-2

PART T1: TENDERING PROCEDURES TABLE OF CONTENTS PAGE

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

T1.2 CONDITIONS OF TENDER ....................................................................................... T-5

T1.3 TENDER DATA ........................................................................................................ T-21

Page 8: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-3

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) T1.1 TENDER NOTICE AND INVITATION TO TENDER (Incorp orating SBD1)

Page 9: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-4

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) T1.1 TENDER NOTICE AND INVITATION TO TENDER (Incorp orating SBD1) The South African National Roads Agency SOC Limited (SANRAL) invites tenders for the Upgrade and Refurbishment of Toll Plazas on National Route 2 between Section 26 (km 15.80) and Section 28 (km 42.6). This project is in the province of Kwa-Zulu Natal and in the eThekwini Metropolitan, iLembe and uThungulu District Municipalities. The approximate duration is 15 months Tenderers should have a CIDB contractor grading designation of 7CE and 7GB or higher, however tenderers attention is drawn to clause F.2.1.1 of the Tender Data when submitting their tender. Tenders from tenderers with a CIDB contractor grading designation of 6CEPE and 6GBPE or lower will not be accepted. The primary criterion in selection, apart from the qualification and experience of the construction manager (Contractor’s Representative), CIDB grading and costs, will be the degree to which the tenderer can demonstrate appropriate knowledge and expertise. Preferences are offered to tenderers who comply with the criteria stated in the Tender Data. TENDER DOCUMENTS Tender documents are available at no cost in electronic format on CD. Tenderers must have access to MS Office 2007 and Acrobat Adobe 9.0, or similar compatible software. The physical address for collection of tender documents is 58 van Eck Place, Mkondeni, Pietermaritzburg, 3204, where documents may be collected during the hours 08h00 to 16h00 (Monday to Friday), from Friday , 29 April 2016. TENDERER’S MEETING A Compulsory Tender Clarification meeting with representatives of SANRAL will take place “Salt Rock Hotel ” on Friday, 06 May 2016, starting at 11h00. (“Salt Rock Hotel & Beach Resort” is located in Salt Rock town situated North of Durban on N2 just after Ballito and Chakashead) All tenderes must carry their own PPE. Late arrivals will not be allowed to participate in the meeting and their submissions shall be declared non -responsive. COMPLETION AND DELIVERY OF TENDERS The closing time for receipt of tenders is 14h00 on Friday, 20 May 2016. Telegraphic, telephonic, telex, email, facsimile, late tenders and submissions from tenderers who arrived late at the tender clarification meeting will not be accepted. Tenders may only be submitted in the format as stated in the Tender Data. Requirements for sealing, addressing, delivery, opening and assessment of tenders are stated in the Tender Data. Queries relating to issues arising from these documents may be addressed to Mr Manoj Soni Tel No (031) 262 6950 Cell No (083) 779 6151 Fax No (031) 262 5494 Email [email protected]

Page 10: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-5

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) T1.2 CONDITIONS OF TENDER Note to tenderer: The legislated Standard Conditions of Tender (as pu blished and amended from time to time by the Construction Industry Development Board) have b een adapted and insertions are shown in italics.

Page 11: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-6

SANRAL Standard Conditions of Tender – 28 July 2014

(Based on CIDB Standard Conditions of Tender – 28 M ay 2010) T1.2: CONDITIONS OF TENDER

TABLE OF CONTENTS PAGE

F.1 GENERAL ........................................... .................................................................................. T-8

F.1.1 ACTIONS ............................................................................................................................... T-8

F.1.2 TENDER DOCUMENTS ........................................................................................................ T-8

F.1.3 INTERPRETATION ............................................................................................................... T-8

F.1.4 COMMUNICATION AND EMPLOYER’S AGENT ................ ................................................ T-9

F.1.5 THE EMPLOYER’S RIGHT TO ACCEPT OR REJECT ANY TENDER OFFER ................. T-9

F.1.6 PROCUREMENT PROCEDURES ........................................................................................ T-9

F.1.6.1 GENERAL ........................................... .................................................................................. T-9

F.1.6.2 COMPETITIVE NEGOTIATION PROCEDURE .................................................................... T-9

F.1.6.3 PROPOSAL PROCEDURE USING THE TWO STAGE-SYSTEM ..... .................................. T-9

F.1.7 JURISDICTION ................................................................................................................... T-10

F.2 TENDERER’S OBLIGATIONS ............................ ............................................................... T-10

F.2.1 ELIGIBILITY ....................................... ................................................................................. T-10

F.2.2 COST OF TENDERING ...................................................................................................... T-10

F.2.3 CHECK DOCUMENTS ........................................................................................................ T-10

F.2.4 CONFIDENTIALITY AND COPYRIGHT OF DOCUMENTS ........ ...................................... T-10

F.2.5 REFERENCE DOCUMENTS .............................................................................................. T-10

F.2.6 ACKNOWLEDGE ADDENDA ............................... .............................................................. T-10

F.2.7 CLARIFICATION MEETING (S) AND/OR SITE VISIT ........................................................ T-10

F.2.8 SEEK CLARIFICATION ................................ ...................................................................... T-11

F.2.9 INSURANCE ....................................................................................................................... T-11

F.2.10 PRICING THE TENDER OFFER ........................................................................................ T-11

F.2.11 ALTERATIONS TO DOCUMENTS .......................... ........................................................... T-11

F.2.12 ALTERNATIVE TENDER OFFERS (INCLUDING DEVIATIONS OR

QUALIFICATIONS)…………………………………………………………………….......... .......T-

11

F.2.13 SUBMITTING A TENDER OFFER.......................... ............................................................ T-11

F.2.14 INFORMATION AND DATA TO BE COMPLETED IN ALL RESPECT S .......................... T-12

F.2.15 CLOSING TIME ................................................................................................................... T-12

F.2.16 TENDER OFFER VALIDITY ............................. .................................................................. T-12

F.2.17 CLARIFICATION, MODIFICATION OR WITHDRAWAL OF TENDER OFFER AFTER

SUBMISSION………………………………………………………………….............................T-12

F.2.18 PROVIDE OTHER MATERIAL ............................ ............................................................... T-13

Page 12: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-7

F.2.19 INSPECTIONS, TESTS AND ANALYSIS ................... ....................................................... T-13

F.2.20 SUBMIT SECURITIES, BONDS, POLICIES, ETC. .......... .................................................. T-13

F.2.21 CHECK FINAL DRAFT ................................. ...................................................................... T-13

F.2.22 RETURN OF OTHER TENDER DOCUMENTS .................................................................. T-13

F.2.23 CERTIFICATES .................................................................................................................. T-13

F.3 THE EMPLOYER’S UNDERTAKINGS ....................... ........................................................ T-13

F.3.1 RESPOND TO REQUESTS FROM THE TENDERER ....................................................... T-13

F.3.2 ISSUE ADDENDA ..................................... .......................................................................... T-14

F.3.3 RETURN LATE TENDER OFFERS ......................... ........................................................... T-14

F.3.4 OPENING OF TENDER SUBMISSIONS ............................................................................ T-14

F.3.5 TWO-ENVELOPE SYSTEM ................................................................................................ T-14

F.3.6 NON-DISCLOSURE ............................................................................................................ T-14

F.3.7 GROUNDS FOR REJECTION AND DISQUALIFICATION ........ ........................................ T-14

F.3.8 TEST FOR RESPONSIVENESS......................................................................................... T-15

F.3.9 ARITHMETICAL ERRORS, OMISSIONS, DISCREPANCIES AND IMBALANCED

UNIT RATES ....................................................................................................................... T-15

F.3.10 CLARIFICATION OF A TENDER OFFER ................... ....................................................... T-16

F.3.11 EVALUATION OF TENDER OFFERS ....................... ......................................................... T-16

F.3.11.1 GENERAL ........................................... ................................................................................ T-16

F.3.11.2 METHOD 1: FINANCIAL OFFER ......................... .............................................................. T-16

F.3.11.3 METHOD 2: FINANCIAL OFFER AND PREFERENCE .......... .......................................... T-16

F.3.11.4 METHOD 3: FINANCIAL OFFER AND QUALITY ............. ................................................ T-16

F.3.11.5 METHOD 4: FINANCIAL OFFER, QUALITY AND PREFERENCES ................................ T-17

F.3.11.6 DECIMAL PLACES .................................... ......................................................................... T-17

F.3.11.7 SCORING FINANCIAL OFFERS .......................... .............................................................. T-17

F.3.11.8 SCORING PREFERENCES ................................................................................................ T-18

F.3.11.9 SCORING QUALITY ................................... ........................................................................ T-18

F.3.12 INSURANCE PROVIDED BY THE EMPLOYER ................ ................................................ T-18

F.3.13 ACCEPTANCE OF TENDER OFFER ........................ ........................................................ T-18

F.3.14 PREPARE CONTRACT DOCUMENTS ........................ ...................................................... T-18

F.3.15 COMPLETE ADJUDICATOR'S CONTRACT ................... .................................................. T-18

F.3.16 NOTICE TO UNSUCCESSFUL TENDERERS ................................................................... T-19

F.3.17 PROVIDE COPIES OF THE CONTRACTS ........................................................................ T-19

F.3.18 PROVIDE WRITTEN REASONS FOR ACTIONS TAKEN ......... ........................................ T-19

F.3.19 DELEGATION OF AUTHORITY ......................................................................................... T-19

Page 13: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-8

F.1General

F.1.1 Actions F.1.1.1The 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. 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.1.3.2These conditions of tender, the tender data and tender schedules which are only required for tender evaluation purposes, shall not form part of any contract arising from the invitation to tender. F.1.3.3 For the purposes of these conditions of tender, the following definitions apply: a) conflict of interest means any situation in which: i) someone in a position of trust has competing professional or personal interests which make it difficult to fulfil his or her duties impartially; ii) an individual or organisation is in a position to exploit a professional or official capacity in some way for their personal or corporate benefit; or iii) incompatibility or contradictory interests exist between an employee and the organisation which employs that employee. b) comparative offer means the tenderer’s financial offer after all tendered parameters that will affect the value of the financial offer have been taken into consideration in order to enable comparisons to be made between offers on a comparative basis. c) corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the action of the Employer or his staff or agents, or any official in the employ of the State, in any 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, or the State, 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) quality (functionality) means the totality of features and characteristics of a product or service that bear on its ability to satisfy stated or implied needs. g)tenderer means any commercial entity that responds to the Tender Notice by submitting an offer. h)tender rigging means collusive bidding by which 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 tender process. It is, therefore, an agreement between competitors not to compete. i)these conditions of tender mean the Standard Conditions of Tender (as published and amended

Page 14: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-9

from time to time by the Construction Industry Development Board) and the Employer’s Special Conditions of Tender, the latter of which are demonstrated by appearing in italics. F.1.4 Communication and Employer’s agent Each communication between the Employer and a tenderer shall be to or from the Employer’s agent only, and in a form that can be readily read, copied and recorded. Communications shall be in the English language. The Employer shall not take any responsibility for non-receipt of communications from or by a tenderer. The name and contact details of the Employer’s agent are stated in the tender data. F.1.5 The Employer’s right to accept or reject any tender offer F.1.5.1 The Employer may accept or reject any variation, deviation, tender offer, or alternative tender offer, and may cancel the tender process and reject all tender offers at any time before the formation of a contract. The Employer shall not accept or incur any liability to a tenderer for such cancellation and rejection, but will give written reasons for such action upon written request to do so. F.1.5.2 The Employer may not subsequent to the cancellation or abandonment of a tender process re-issue a tender covering substantially the same scope of work within a period of six months (measured between the relevant closing dates of the cancelled tender and the re-issued tender) unless only one tender was received and such tender was returned unopened to the tenderer or if there is agreement by the participating tenderers. F.1.6 Procurement procedures F.1.6.1 General Unless otherwise stated in the tender data, a contract will, subject to F.3.13, be concluded with the tenderer who in terms of F.3.11 is the highest ranked or the tenderer scoring the highest number of tender evaluation points, as relevant, based on the tender submissions that are received at the closing time for tenders. F.1.6.2 Competitive negotiation procedure F.1.6.2.1 Where the tender data require that the competitive negotiation procedure is to be followed, tenderers shall submit tender offers in response to the proposed contract in the first round of submissions. Notwithstanding the requirements of F.3.4, the Employer shall announce only the names of the tenderers who make a submission. The requirements of F.3.8 relating to the material deviations or qualifications which affect the competitive position of tenderers shall not apply. F.1.6.2.2 All responsive tenderers, or not less than three responsive tenderers that are highest ranked in terms of the evaluation method and evaluation criteria stated in the tender data, shall be invited in each round to enter into competitive negotiations, based on the principle of equal treatment and keeping confidential the proposed solutions and associated information. Notwithstanding the provisions of F.2.17, the Employer may request that tenders be clarified, specified and fine-tuned in order to improve a tenderer’s competitive position provided that such clarification, specification, fine-tuning or additional information does not alter any fundamental aspects of the offers or impose substantial new requirements which restrict or distort competition or have a discriminatory effect. F.1.6.2.3 At the conclusion of each round of negotiations, tenderers shall be invited by the Employer to make a fresh tender offer, based on the same evaluation criteria, with or without adjusted weightings. Tenderers shall be advised when they are to submit their best and final offer. F.1.6.2.4 The contract shall be awarded in accordance with the provisions of F.3.11 and F.3.13 after tenderers have been requested to submit their best and final offer. F.1.6.3 Proposal procedure using the two stage-syst em 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

Page 15: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-10

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.1.7 Jurisdiction Unless stated otherwise in the tender data, each tenderer and the Employer undertake to accept the jurisdiction of the law courts of the Republic of South Africa. 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 the Employer. F.2.1.2 Notify the Employer of any proposed material change in the capabilities or formation of the tendering entity (or both) or any other criteria which formed part of the qualifying requirements used by the Employer as the basis in a prior process to invite the tenderer to submit a tender offer and obtain the Employer’s written approval to do so prior to the closing time for tenders. F.2.2 Cost of tendering Accept that, unless otherwise stated in the tender data, the Employer will not compensate the tenderer for any costs incurred in the preparation and submission of a tender offer, including the costs of attending the clarification meeting(s) and/or site visit and any testing necessary to demonstrate that aspects of the offer comply with the requirements. F.2.3 Check documents Check the tender documents on receipt for completeness and notify the Employer of any discrepancy or omission. F.2.4 Confidentiality and copyright of documents Treat as confidential, regardless whether or not a tender offer is submitted, 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 (s) and/or site visit

Page 16: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-11

Attend, where required, the clarification meeting(s) and/or site visit 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 7 (seven) working days before the closing time stated in the tender data. F.2.9 Insurance Be aware that the extent of insurance to be provided by the Employer (if any) might not be for the full cover required in terms of the conditions of contract identified in the contract data. The tenderer is advised to seek qualified advice regarding insurance. F.2.10 Pricing the tender offer F.2.10.1 Include in the rates, prices, and the tendered total of the prices (if any) all duties, taxes (except Value Added Tax (VAT)), and other levies payable by the successful tenderer, such duties, taxes and levies being those applicable 14 days before the closing time stated in the tender data. 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 Not make any alterations or additions to the tender documents, except to comply with instructions issued by the Employer, or necessary to correct errors made by the tenderer. All signatories to the tender offer shall initial all such alterations. Erasures and the use of masking fluid are prohibited. F.2.12 Alternative tender offers (including deviations or qualifications) F.2.12.1 Unless otherwise stated in the tender data, submit alternative tender offers only if a main tender offer, strictly in accordance with all the requirements of the tender documents, is also submitted as well as a schedule that compares the requirements of the tender documents with the alternative requirements that are proposed. F.2.12.2 Accept that an alternative tender offer may be based only on the criteria stated in the tender data or criteria otherwise acceptable to the Employer. F.2.13 Submitting a tender offer F.2.13.1 Submit one tender offer only, either as a single tendering entity or as a member in a joint venture to provide the whole of the works, services or supply identified in the contract data and described in the scope of works, unless stated otherwise in the tender data. F.2.13.2 Return all returnable documents to the Employer after completing them in their entirety, either electronically (if they were issued in electronic format) or by writing legibly in non-erasable ink. F.2.13.3 Submit the parts of the tender offer communicated on paper as an original plus the number of copies stated in the tender data, with an English translation of any documentation in a language other than English, and the parts communicated electronically in the same format as they were issued by the Employer. F.2.13.4 Sign the original and all copies of the tender offer where required in terms of the tender data. For purposes of the tender offer the Employer will hold all authorised signatories liable on behalf of the tenderer. In the case of proposed joint ventures all members shall sign the tender offer. Signatories for tenderers proposing to contract as joint ventures shall also state which of the signatories is the lead

Page 17: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-12

partner. 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 written notice before the closing time for tenders that a tender is to be withdrawn or substituted. F.2.16.4 Where a tender submission is to be substituted, submit a substitute tender in accordance with the requirements of F.2.13 with the packages clearly marked as “SUBSTITUTE”. F.2.17 Clarification, modification or withdrawal of tender offer after submission F.2.17.1 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 or re-balancing of imbalanced rates, 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. F.2.17.2 Accept that the Employer may, at its sole discretion, accept a less favourable tender from those already received or invite fresh tenders if a tenderer, at any time after the opening of his tender offer but prior to entering into a contract based on his tender offer:

a) withdraws his tender;

Page 18: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-13

b) gives notice of his inability to execute the contract in terms of his tender; or

c) fails to comply with a request made in terms of F.2.17.1 or F.2.18.1,

in which case such tenderer shall be automatically barred from tendering on any of the Employer’s future tenders for a period to be determined by the Employer, but not less than six (6) months, from the date of tender closure. The Employer may fully or partly exempt a tenderer from the provisions of this condition if he is of the opinion that the circumstances justify the exemption. 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 and may invoke the same remedy as provided for under F.2.17.2. 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, policies, etc. If requested, submit for the Employer’s acceptance before formation of the contract, all securities, bonds, guarantees, policies and certificates of insurance required in terms of the conditions of contract identified in the contract data. F.2.21 Check final draft Check the final draft of the contract provided by the Employer within the time available for the Employer to issue the contract. F.2.22 Return of other tender documents If so instructed by Employer, return all retained tender documents within 28 days after the expiry of the validity period stated in the tender data. F.2.23 Certificates Include in the tender submission or provide the Employer with any certificates as stated in the tender data. F.3 The Employer’s undertakings F.3.1 Respond to requests from the tenderer F.3.1.1 Unless otherwise stated in the tender data, respond to a request for clarification received up to 7 (seven) working days before the tender closing time stated in the tender data and notify all tenderers who drew tender 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

Page 19: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-14

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 5 (five) working 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 tender 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, preferences claimed and time for completion for the main tender offer only. F.3.4.3 Make available the record outlined in F.3.4.2 to all interested persons upon request. F.3.5 Two-envelope system F.3.5.1 Where stated in the tender data that a two-envelope system is to be followed, open only the technical proposal of valid tenders in the presence of tenderers’ agents who choose to attend at the time and place stated in the tender data and announce the name of each tenderer whose technical proposal is opened. F.3.5.2 Evaluate the quality of the technical proposals offered by tenderers, then advise tenderers who remain in contention for the award of the contract of the time and place when the financial proposals will be opened. Open only the financial proposals of tenderers, who score in the quality evaluation equal to or more than the minimum number of points for quality stated in the tender data, and announce the total price and any preferences claimed. Return unopened financial proposals to tenderers whose technical proposals failed to achieve the minimum number of points for quality. F.3.6 Non-disclosure Not disclose to tenderers, or to any other person not officially concerned with such processes, information relating to the evaluation and comparison of tender offers, the final evaluation price and recommendations for the award of a contract, until after the award of the contract to the successful tenderer. F.3.7 Grounds for rejection and disqualification F.3.7.1 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 tender rigging (i.e. collusive tendering), corrupt or fraudulent practices. F.3.7.2Consider rejecting any tender offers received from tenderers who are, or are likely in the near future, to become involved in any form of litigation or legal proceedings against the Employer. F.3.7.3Reject any offer from a tenderer who has not purchased the tender documents in his own name or in the name of a fellow member of a joint venture.

Page 20: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-15

F.3.7.4Reject any offer from a tenderer who proposes a key person who does not meet the minimum criteria specified. F.3.7.5Reject any offer from a tenderer whose representative at the clarification meeting does not meet the specified criteria in the tender notice and invitation to tender. F.3.8 Test for responsiveness F.3.8.1 Determine, after opening and before detailed evaluation, whether each tender offer properly received: a) complies with the requirements of these Conditions of Tender, b) has been properly and fully completed and signed, and c) is responsive to the other requirements of the tender documents. F.3.8.2 A responsive tender is one that conforms to all the terms, conditions, and specifications of the tender documents without material deviation or qualification. A material deviation or qualification is one which, in the Employer’s opinion, would: a) detrimentally affect the scope, quality, or performance of the works, services or supply identified in the Scope of Work, b) significantly change the Employer’s or the tenderer's risks and responsibilities under the contract, or c) affect the competitive position of other tenderers presenting responsive tenders, if it were to be rectified. Reject a non-responsive tender offer, and not allow it to be subsequently made responsive by correction or withdrawal of the material deviation or reservation. F.3.9 Arithmetical errors, omissions, discrepancies and imbalanced unit rates F.3.9.1 Check responsive tenders for discrepancies between amounts in words and amounts in figures. Where there is a discrepancy between the amounts in figures and the amount in words, the amount appearing in the summary to the Pricing Schedule shall govern. F.3.9.2 Check responsive tender offers 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. d)imbalanced unit rates. F.3.9.3 Notify shortlisted tenderers of all errors, omissions or imbalanced rates that are identified in their tender offers. F.3.9.4 Where the tenderer elects to confirm the errors, omissions or re-balancing of imbalanced rates the tender offer shall be corrected as follows: a) If bills of quantities or pricing schedules apply and there is an error in the line item total resulting from the product of the unit rate and the quantity, the unit rate shall govern and the line item total shall be corrected. Where there is an obviously gross misplacement of the decimal point in the unit rate, the line item total as quoted and the unit rate shall be corrected. b) Where there is an error in the total of the prices either as a result of other corrections required by this checking process or in the tenderer's addition of prices, the total of the prices shall be corrected. c)Where the unit rates are imbalanced adjust such rates by increasing or decreasing them and selected others while retaining the total of the prices derived after any other corrections made under (a) and (b) above. Where there is an omission of a rate or a line item, no correction is possible and the offer may be declared non-responsive. F.3.9.5 Declare as non-responsive and reject any offer from a tenderer who elects not to accept the

Page 21: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-16

corrections proposed under F.3.9.4 and subject the tenderer to the sanction under F.2.17.2. F.3.10 Clarification of a tender offer Obtain clarification from a tenderer on any matter that could give rise to ambiguity in a contract arising from the tender offer. F.3.11 Evaluation of tender offers F.3.11.1 General Appoint an evaluation panel of not less than three persons. Reduce each responsive tender offer to a comparative offer and evaluate them using the tender evaluation methods and associated evaluation criteria and weightings that are specified in the tender data. F.3.11.2 Method 1: Financial offer In the case of a financial offer: a) Rank tender offers from the most favourable to the least favourable comparative offer. b) Recommend the highest ranked tenderer for the award of the contract, unless there are compelling and justifiable reasons not to do so. c) Re-rank all tenderers should there be compelling and justifiable reasons not to recommend the highest ranked tenderer and recommend the highest ranked tenderer, unless there are compelling and justifiable reasons not to do so and the process set out in this sub-clause is repeated. F.3.11.3 Method 2: Financial offer and preference In the case of a financial offer and preferences: a) Score each tender in respect of the financial offer made and preferences claimed, if any, in accordance with the provisions of F.3.11.7 and F.3.11.8. b) Calculate the total number of tender evaluation points (TEV) in accordance with the following formula: TEV = NFO + NP where: NFO is the number of tender evaluation points awarded for the financial offer made in accordance with F.3.11.7; NP is the number of tender evaluation points awarded for preferences claimed in accordance with F.3.11.8. c) Rank tender offers from the highest number of tender evaluation points to the lowest. d) Recommend the tenderer with the highest number of tender evaluation points for the award of the contract, unless there are compelling and justifiable reasons not to do so. e) Rescore and re-rank all tenderers should there be compelling and justifiable reasons not to recommend the tenderer with the highest number of tender evaluation points, and recommend the tenderer with the highest number of tender evaluation points, unless there are compelling and justifiable reasons not to do so and the process set out in this sub-clause is repeated F.3.11.4 Method 3: Financial offer and quality In the case of a financial offer and quality: a) Score each tender in respect of the financial offer made and the quality offered in accordance with the provisions of F.3.11.7 and F.3.11.9, rejecting all tender offers that fail to score the minimum number of points for quality stated in the tender data, if any. b) Calculate the total number of tender evaluation points (TEV) in accordance with the following formula: TEV = NFO + NQ where: NFO is the number of tender evaluation points awarded for the financial offer made in accordance with F.3.11.7; NQ is the number of tender evaluation points awarded for quality offered in accordance with F.3.11.9.

Page 22: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-17

c) Rank tender offers from the highest number of tender evaluation points to the lowest. d) Recommend tenderer with the highest number of tender evaluation points for the award of the contract, unless there are compelling and justifiable reasons not to do so. e) Rescore and re-rank all tenderers should there be compelling and justifiable reasons not to recommend the tenderer with the highest number of tender evaluation points and recommend the tenderer with the highest number of tender evaluation points, unless there are compelling and justifiable reasons not to do so and the process set out in this sub-clause is repeated. F.3.11.5 Method 4: Financial offer, quality and pre ferences In the case of a financial offer, quality and preferences: a) Score each tender in respect of the financial offer made, preference claimed, if any, and the quality offered in accordance with the provisions of F.3.11.7 to F.3.11.9, rejecting all tender offers that fail to score the minimum number of points for quality stated in the tender data, if any. b) Calculate the total number of tender evaluation points (TEV) in accordance with the following formula, unless otherwise stated in the tender data: TEV = NFO + NP + NQ where: NFO is the number of tender evaluation points awarded for the financial offer made in accordance with F.3.11.7; NP is the number of tender evaluation points awarded for preferences claimed in accordance with F.3.11.8; NQ is the number of tender evaluation points awarded for quality offered in accordance with F.3.11.9. c) Rank tender offers from the highest number of tender evaluation points to the lowest. d) Recommend the tenderer with the highest number of tender evaluation points for the award of the contract, unless there are compelling and justifiable reasons not to do so. e) Rescore and re-rank all tenderers should there be compelling and justifiable reasons not to recommend the tenderer with the highest number of tender evaluation points and recommend the tenderer with the highest number of tender evaluation points, unless there are compelling and justifiable reasons not to do so and the process set out in this sub-clause is repeated. F.3.11.6 Decimal places Score financial offers, preferences and quality, as relevant, to two decimal places. F.3.11.7 Scoring Financial Offers Score the financial offers of remaining responsive tender offers using the following formula: NFO = W1 x A where:NFO is the number of tender evaluation points awarded for the financial offer. W1 is the maximum possible number of tender evaluation points awarded for the financial offer as stated in the tender data. A is a number calculated using the formula and option described in Table F.1 as stated in the tender data. Table F.1: Formulae for calculating the value of A

Formula Comparison aimed at achieving Option 1a Option 2a

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

2 Lowest price or percentage commission / fee

A = (1 – (P – Pm)/Pm)

A = Pm / P

aPm is the comparative offer of the most favourable comparative offer (except in the case of tenders for professional services when the comparative offer must exclude all Provisional and Prime Cost Sums and the associated VAT). P is the comparative offer of the tender offer under consideration (except in the case of tenders for professional services when the comparative offer must exclude all Provisional and Prime Cost Sums and the associated VAT).

Page 23: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-18

F.3.11.8 Scoring preferences Confirm that tenderers are eligible for the preferences claimed in accordance with the provisions of the tender data and reject all claims for preferences where tenderers are not eligible for such preferences. Calculate the total number of tender evaluation points for preferences claimed in accordance with the provisions of the tender data. F.3.11.9 Scoring quality Score each of the criteria and sub-criteria for quality in accordance with the provisions of the tender data. Calculate the total number of tender evaluation points for quality using the following formula: NQ = W2 x SO / MS where:SO is the score for quality allocated to the submission under consideration; MS is the maximum possible score for quality in respect of a submission; and W2 is the maximum possible number of tender evaluation points awarded for the quality as stated in the tender data. F.3.12 Insurance provided by the Employer If requested by the proposed successful tenderer, submit for the tenderer's information the policies and/or certificates of insurance which the conditions of contract identified in the contract data, require the Employer to provide. F.3.13 Acceptance of tender offer Accept the tender offer, if in the opinion of the Employer, it does not present any unacceptable commercial risk and only if the tenderer: a) is not under restrictions, or has principals who are under restrictions, preventing participating in the Employer’s procurement; b) can, as necessary and in relation to the proposed contract, demonstrate that he or she possesses the professional and technical qualifications, professional and technical competence, financial resources, equipment and other physical facilities, managerial capability, reliability, experience and reputation, expertise and the personnel, to perform the contract; c) has the legal capacity to enter into the contract; d) is not insolvent, in receivership, bankrupt or being wound up, has his affairs administered by a court or a judicial officer, has suspended his business activities, or is subject to legal proceedings in respect of any of the foregoing; e) complies with the legal requirements, if any, stated in the tender data; and f)is able in the opinion of the Employer, to perform the contract free of conflicts of interest. F.3.14 Prepare contract documents F.3.14.1 If necessary, revise documents that shall form part of the contract and that were issued by the Employer as part of the tender documents to take account of: a) addenda issued during the tender period, b) inclusion of some of the returnable documents, and c) other revisions agreed between the Employer and the successful tenderer. F.3.14.2 Complete the schedule of deviations attached to the form of offer and acceptance, if any. F.3.15 Complete adjudicator's contract Unless alternative arrangements have been agreed or otherwise provided for in the contract, arrange for both parties to complete formalities for appointing the selected adjudicator at the same time as the main contract is signed.

Page 24: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-19

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 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 written 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. F.3.19 Delegation of authority The Employer may delegate any power vested in him by virtue of these Conditions of Tender to an officer or employee of the Employer.

Page 25: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-20

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) T1.3 TENDER DATA

Page 26: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-21

T1.3 TENDER DATA The Standard Conditions and the Employer’s Special Conditions of Tender for Procurement 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/special conditions of tender. Each item of data given below is cross-referenced to the clause in the Standard and Special Conditions of Tender to which it mainly applies.

Clause Number

Tender Data

F.1.1 The Employer is The South African National Road Agency SOC Limited (SANRAL). The Employer’s domicilium citandi et executandi (permanent physical business address) is: 48 Tambotie Avenue Val De Grace, Pretoria, 0184 The Employer’s address for communication relating to this project is: 58 van Eck Place Mkondeni Pietermaritzburg, 3204

F.1.2 The tender documents issued by the Employer comprise: Part T1: Tendering Procedures T1.1 Tender notice and invitation to tender .......................................... (White) T1.2 Standard and Special Conditions of Tender .................................... (Pink) T1.3 Tender data ..................................................................................... (Pink) Part T2: Returnable Schedules T2.1 List of returnable documents ....................................................... (Yellow) Part C1: Agreements and contract data C1.1 Form of offer and acceptance ..................................................... (Yellow) C1.2 Contract data ............................................................................... (Yellow) C1.3 Other contract forms .................................................................... (Yellow) Part C2: Pricing data C2.1 Pricing instructions ...................................................................... (Yellow) C2.2 Pricing Schedules / Bills of Quantities ......................................... (Yellow) Part C3: Scope of work C3 Scope of work .................................................................................... (Blue) Part C4: Site Information C4 Site Information ............................................................................... (Green) Part C5: Annexures ............................................................................. (White)

F.1.4 The Employer’s Agent is Madan Singh and Associates cc They can be contacted at (031) 262 6950 or 083 779 6151

F.2.1.1 a) CIDB registration

Page 27: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-22

Only those tenderers who are registered with the CIDB, at close of tender and for the duration of the Tender offer validity period, in a contractor grading designation equal to or higher than a contractor grading designation determined in accordance with the sum tendered, or a value determined in accordance with Regulation 25(1B) or 25(7A) of the Construction Industry Development Regulations, for a CE/GB class of construction work are eligible to have their tenders evaluated. Tenderers registered as potentially emerging enterprises but with a CIDB contractor grading designation lower than a contractor grading designation determined in accordance with the sum tendered, or a value determined in accordance with Regulation 25(1B) or 25(7A) of the Construction Industry Development Regulations, are not eligible to have their tenders evaluated. For the sake of clarity and subject to satisfactory proof of a tenderer’s ability to perform the work specified at the tendered value, the Employer lists in the table below the margins it considers reasonable. However, in the event that the sum tendered exceeds the margins shown then such tender shall be deemed non-responsive.

Category of tender

Upper limits per CIDB Regulation 17

Employer’s allowable margins (Incl. VAT)

CE/GB 5 R6.5m R7.8m CE/GB 6 R13m R15.6m CE/GB 7 R40m R48.0m CE/GB 8 R130m R156.0m

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

class of construction work; and - the combined contractor grading designation calculated in accordance

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

b) Key Personnel In order to be considered for an appointment in terms of this tender, the tenderer must have in its permanent employment key personnel who will be the single point accountability and responsibility for the management of the construction works. Alternatively, a signed undertaking from an organisation having the required personnel, stating that they will undertake the necessary work on behalf of the tenderer in terms of a sub-consultant agreement, will be acceptable. Such undertaking must be attached to Forms D4 of the Returnable Schedules. Individuals must be identified for each of the key personnel listed under Forms D4.

Where the key personnel are no longer available to undertake the necessary work after the award of the tender, the contractor shall within a period of 14 working days replace the key personnel listed in Forms D4 with personnel with equivalent competencies and subject to approval by the Employer. Such approval shall not be unreasonably withheld.

Page 28: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-23

The key person shall be a suitably qualified and experienced construction manager (Contractor’s Representative) who will be the single point accountability and responsibility for the management of the construction works, and who is registered with SACPCMP as PrCM or ECSA as PrEng or PrTechEng shall be required as a minimum. Failure to comply with the requirements or to complete Forms D4.1, D4.2 and D4.3 may render the tender non-responsive.

F.2.2 The Employer will not compensate the tenderer for any costs incurred in the preparation and submission of a tender offer, including the costs of attending the site visit and clarification meeting(s) and any testing necessary to demonstrate that aspects of the offer complies with requirements.

F.2.6 Failure to apply instructions contained in addenda may render a tenderer’s offer non-responsive in terms of Condition of Tender F.3.8.

F.2.7 The arrangements for a compulsory site visit and clarification meeting(s) are: Location: oThongathi Toll plaza – Admin Building Date: 6 May 2016 Starting time: 11h00 The onus rests with the tenderer to ensure that the person attending the clarification meeting on its behalf is appropriately qualified to understand all directives and clarifications given at that meeting. The clarification meeting shall start strictly at the time advertised. Only then will the Employer’s Representative circulate the attendance register for completion by those present. During this time latecomers may enter and complete the register. On completion by all present the Employer's Representative will: (a) read out from the collected lists calling for confirmation that all have

signed; (b) close the door and not allow any latecomers to enter. The signature on the attendance register and duly completed and signed Form A1 shall be considered proof that the tenderer attended the whole meeting and was available to hear all directives and clarifications given at the meeting.

F.2.8 Any deviation or qualification that the tenderer considers necessary must follow the following process: • check with the Engineer that the qualification is not a point for which

clarity should be sent to other tenderers,

Failure to follow this process could render a tenderer’s offer non-responsive in terms of Condition of Tender F.3.8.

Page 29: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-24

F.2.12 An alternative offer is deemed to be any qualification, i.e. deviation from or variation to the main tender offer. A tenderer wishing to submit an alternative offer (excluding alternative offers of different contract duration, retention guarantees or different compliant material sources) shall first apply to the Employer’s agent for confirmation that the Employer’s standards and requirements envisaged in the design are not compromised or reduced. Such confirmation must have been provided by the Employer’s agent in writing at least 5 working days before the date and time of tender closing given in Tender Data clause F.2.15.1, or as extended by an addendum sent to all tenderers. The replacement of specified construction items like pipes, in situ culverts, kerbs and channels with similar products constructed of different materials (e.g. plastic products or pre-cast construction) are generally not acceptable as alternatives because construction using such alternative products would have been considered during the design stage and not selected as appropriate and because the Employer is able, post-award, to make proposals to or receive proposals from the contractor. Also not acceptable as alternative offers are alterations to contingency pay items provided in the Pricing Schedule, fixed prices for individual items or a fixed price contract. If considered acceptable by the Engineer as genuinely giving the tenderer a financial advantage and/or not transferring risk, the qualification must be recorded on returnable schedule A4: Schedule of Deviations or Qualifications by Tenderer If an alternative proposal is confirmed to be acceptable, calculations, drawings and all other pertinent technical information and characteristics as well as proposed modification of, or alternative to, the Pricing Data must be submitted with the alternative tender offer to enable the Employer to evaluate the efficacy of the alternative and its principal elements, to take a view on the degree to which the alternative complies with the Employer’s standards and requirements and to evaluate the acceptability of the pricing proposals. Calculations must be set in clear and logical sequence and must clearly reflect all design assumptions. Pricing Data must reflect all assumptions in the development of the pricing proposal. Should an alternative structural design be proposed, the proposed alternative Pricing Data shall include an amount equal to 3% of the amount tendered for the alternative offer to cover the Employer’s costs of confirming the acceptability of the detailed design before it is constructed. If the alternative offer is accepted, this amount will serve as a negative prime cost sum under section 1200 to be deducted from the contractor’s payment certificates. The Employer undertakes to provide full accounting of the amount expended for this contingent sum and if exceeded, no further payments shall be deducted. Failure by a tenderer to include the required amount for confirming the alternative design may render his alternative tender as non-responsive.

Acceptance of an alternative offer will mean acceptance in principle of the offer. It will be an obligation of the contract with the tenderer, in the event that the alternative is accepted, to accept full responsibility and liability that the alternative offer complies in all respects with the Employer’s standards and requirements.

Page 30: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-25

F.2.13.2 Of the contract documents, only the following needs to be submitted: a) Volume 3 – The following information in a neatly bound file and in the

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

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

Form of Offer” - All returnable schedules (paper copies) applicable to alternative

offer, as is appropriate - Alternative Pricing Schedule (paper copy) - Other relevant information.

c) A complete breakdown of all rates in electronic format (Excel) on a CD in

a clearly marked sealed envelope. The rates are to be clearly referenced to the relevant payitem numbers, with each rate broken down into its labour, materials, plant, fuel, overhead charges and profit components. This requirement is also applicable for each alternative offer.

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

F.2.13..4 Submit only the signed original tender offer.

F.2.13.5 Tenders must be submitted during office hours (08:00 to 16:00) Monday to Friday at the Employer’s address. The Employer’s address for delivery of tender offers and identification details to be shown on each tender offer package are: Location of tender box: Office of the Regional Manager (Eastern Region) Physical address: 58 van Eck Place, Mkondeni, Pietermaritzburg, 3204 Identification details: Place the signed original tender offer in a package marked TENDER: N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 1 5.80) AND SECTION 28 (KM 42.6) It is in the tenderer’s interest to ensure that the delivery of the tender offer is recorded in the Employer’s tenders received register.

F.2.13.6 A two envelope procedure will NOT apply to this tender.

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

F.2.15 The closing time for submission of tender offers is 14h00 hours on Friday 20

May 2016.

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

Page 31: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-26

F.2.16 The tender offer validity period is 16 weeks.

F.2.18.1 Any additional information requested under this clause must be provided within 7 (seven) days of date of request.

F.2.19 Access shall be provided for the following inspections, tests and analysis: None

F.2.23 The tenderer is required to submit all certificates as listed in the Schedule of Tender Compliance (Form F1).

F.3.4 The time and location for opening of the tender offer are: Time: 14h00 on Friday 20 May 2016. Location: 58 Van Eck Place, Mkondeni, Pietermaritzburg-3204

F.3.7.1 In the event of disqualification, the Employer may, at its sole discretion, impose a specified period during which tender offers will not be accepted from the offending tenderer and report same to CIDB and National Treasury.

F.3.9 The tenderer is required to submit balanced unit rates for rate only items in the pricing schedule. The rates submitted for these items will be taken into account in the evaluation of tenders.

F.3.11.1 General The South African National Roads Agency SOC Ltd is committed to transformation, employment equity and staff advancement, and to supporting black economic empowerment. The primary criteria in selection, apart from costs, will be the degree to which the tenderer can demonstrate appropriate knowledge and expertise. A further consideration will naturally be the equity profile of the tenderer in management, ownership and implementation. The procedure for the evaluation of responsive tenders is Method 2.

F.3.11.2 Method 1: Financial Offer This method shall not apply to this tender.

F.3.11.3 Method 2: Financial offer and preference Method 2 shall apply to this tender. Refer to Tender Data items F3.11.7 and F.3.11.8.

F.3.11.4 Method 3: Financial offer and quality This method shall not apply to this tender.

F.3.11.5 Method 4: Financial offer, quality and preferences This method shall not apply to this tender.

Page 32: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-27

F.3.11.7 Scoring financial offers The procedure for the evaluation of responsive tenders is Method 2. The financial offer will be scored using Formula 2 (Option 1) where W1 is: - 90 where the financial value inclusive of VAT of all responsive tenders

received have a value in excess of R 1 000 000,00 - 80 where the financial value inclusive of VAT of one or more responsive

tenders received equals or is less than R 1 000 000,00. In the event that the calculated value is negative, the allocated score shall be 0.

Page 33: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-28

F.3.11.8 Scoring preference Up to 100 minus W1 tender evaluation points will be awarded to tenderers who submit responsive tenders and who are found to be eligible for the preference claimed. Points are based on a tenderer’s scorecard measured in terms of the Broad-Based Black Economic Empowerment Act (B-BBEE, Act 53 of 2003) and the Regulations (2009) to the Preferential Procurement Policy Framework Act (PPPFA, Act 5 of 2000). Points awarded will be according to a tenderer’s B-BBEE status level of contributor and summarised in the table below:

B-BBEE Status Level of contributor

Qualification

Number of Points for Contract value up to R1 000 000

Number of Points for Contract Value above R1 000 000

1 ≥ 100 points 20 10 2 ≥ 85 but < 100

points 18 9

3 ≥ 75 but < 85 points 16 8 4 ≥ 65 but < 75 points 12 5 5 ≥ 55 but < 65 points 8 4 6 ≥ 45 but < 55 points 6 3 7 ≥ 40 but < 45 points 4 2 8 ≥ 30 but < 40 points 2 1

Non-compliant Contributor < 30 points 0 0

Eligibility for preference points is subject to the following conditions: • A tenderer’s scorecard shall be based on the Construction Sector Codes

of Practice promulgated in Government Gazette 32305 of 5 June 2009; and

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

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

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

Independent Regulatory Board of Auditors (IRBA), and • The certificate shall be in accordance with Government Notice 754 issued

by the Department of Trade and Industry on 23 September 2011 under Government Gazette 34612; and

• The Verification Certificate must be valid at the tender closing date; and • The date of issue of the certificate must be less than 12 (twelve) months

prior to the advertised tender closing date (see Tender Data F.2.15); and • Compliance with any other information requested to be attached to

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

verification certificate, a period of 24 hours will be granted to submit an acceptable verification certificate which was valid at date of tender closure; and

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

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

Page 34: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-29

F.3.13 In addition to the requirements of the Condition of Tender, offers will only be accepted if: - the tenderer is registered with the Construction Industry Development

Board with an appropriate contractor grading designation; - the tenderer or any of its directors is not listed on the Register of Tender

Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector;

- the tenderer has not abused the Employer’s supply chain management system; and

- the tenderer has not failed to perform on any previous contract and has not been given a written notice to this effect;

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

Employer is 1.

Page 35: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-30

__________________________________________________________________________________

PART T2: RETURNABLE SCHEDULES __________________________________________________________________________________

Page 36: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-31

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) T.2.1 LIST OF RETURNABLE SCHEDULES The tenderer must complete the following returnable schedules: Notes to tenderer: 1. Returnable schedules have been based on the CIDB Standard for Uniformity in

Construction Procurement and incorporate National T reasury requirements within them. Returnable schedules are separated into the followi ng categories: - Forms, certificates and schedules for completion by the tenderer for use in the

quantitative and qualitative evaluation of the tend er (Forms A to E) - A list of all returnable documents for completion b y the tenderer (Form F1)

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

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

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

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

Page 37: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-32

PART T2: RETURNABLE SCHEDULES TABLE OF CONTENTS PAGE FORM A1: CERTIFICATE OF ATTENDANCE AT CLARIFICATION MEETING ....................... T-33

FORM A2.1: CERTIFICATE OF AUTHORITY FOR SIGNATORY ............................................... T-34

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

OUTSTANDING TO SANRAL .................................................................................. T-35

FORM A3.1: COMPULSORY ENTERPRISE QUESTIONNAIRE (INCORPORATING SBD4) .... T-36

FORM A3.2: CERTIFICATE OF INDEPENDENT TENDER (INCORPORATING SBD9) ............. T-40

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

PRACTICES (INCORPORATING SBD8) ................................................................. T-42

FORM A4: SCHEDULE OF DEVIATIONS OR QUALIFICATIONS BY TENDERER ................. T-44

FORM A5: SCHEDULE OF ADDENDA TO TENDER DOCUMENTS ....................................... T-45

FORM A6: CERTIFICATE OF TAX COMPLIANCE (INCORPORATING SBD2)....................... T-46

FORM A7: CERTIFICATE OF INSURANCE COVER ................................................................ T-47

FORM A8: TENDERER’S BANK DETAILS ................................................................................ T-48

FORM A9: SCHEDULE OF TENDERER'S LITIGATION HISTORY .......................................... T-49

FORM A10: SCHEDULE OF CURRENT COMMITMENTS ......................................................... T-50

FORM A11: CERTIFICATE OF COMPLIANCE WITH COMPENSATION FOR OCCUPATIONAL

INJURIES AND DISEASES ACT, 1993 (ACT NO. 130 OF 1993) ........................... T-51

FORM A12: CERTIFICATE OF REGISTRATION WITH CIDB .................................................... T-52

FORM B1: CONTRACTOR’S ESTABLISHMENT ON SITE ...................................................... T-53

FORM B2: SCHEDULE OF SPECIAL MATERIALS .................................................................. T-54

FORM C1: TENDERER’S B-BBEE VERIFICATION CERTIFICATE (INCORPORATING

SBD6.1) .................................................................................................................... T-55

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

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

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

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

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

FORM D4.3: TENDERER’S KEY PERSONNEL EXPERIENCE (CONSTRUCTION MANAGER

(CONTRACTOR’S REPRESENTATIVE)) ................................................................ T-61

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

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

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

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

FORM F1: SCHEDULE OF TENDER COMPLIANCE ............................................................... T-66

Page 38: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-33

FORM A1: CERTIFICATE OF ATTENDANCE AT CLARIFICATION MEETING CONTRACT NRA NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Notes to Tenderer: 1. Unless the attendee’s name, details and signatur e also appear on the attendance register

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

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

Page 39: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-34

FORM A2.1: CERTIFICATE OF AUTHORITY FOR SIGNATORY CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Notes to tenderer: 1. The signatory for the tenderer shall confirm his /her authority thereto by attaching on the

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

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

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

condition F.2.13.4. 3. The resolution below is given as an example of a n acceptable format for authorisation,

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

By resolution of the board of directors passed at a meeting held on ........................................................ Mr/Ms ....................................................................................................................................................... , whose signature appears below, has been duly authorised to sign all documents in connection with the tender for Contract NRA NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) and any contract which may arise therefrom on behalf of enter name of tenderer in block capitals .................................................................................................................................................................... SIGNED ON BEHALF OF THE COMPANY:.............................................................................................. IN HIS/HER CAPACITY AS: ...................................................................................................................... DATE: ......................................................................................................................................................... SIGNATURE OF SIGNATORY: ................................................................................................................ WITNESS: ........................................................ ....................................................................... SIGNATURE SIGNATURE ........................................................ ....................................................................... NAME (PRINT) NAME (PRINT)

Page 40: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-35

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

CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Notes to tenderer: 1. The signatory for the tenderer (as per Form A2.1 ) shall complete and sign this form

declaring the current status of any debt outstandin g to SANRAL. 2. In the event that the tenderer is a Joint Ventur e, a declaration is required from each

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

other than what is listed below: ......................................................................................................................................................... ......................................................................................................................................................... ......................................................................................................................................................... ......................................................................................................................................................... .........................................................................................................................................................

(ii) that to the best of my knowledge the above information is true and accurate. SIGNATURE: ............................................................................................................................................ ON BEHALF OF THE COMPANY: ........................................................................................................... DATE: ........................................................................................................................................................

Page 41: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-36

FORM A3.1: COMPULSORY ENTERPRISE QUESTIONNAIRE (INC ORPORATING SBD4) Notes to tenderer: 1. Any legal person, including persons employed by the State, or persons having a kinship

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

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

2. Definitions: 2.1 “State” means:

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

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

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

Page 42: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-37

FORM A3.1: COMPULSORY ENTERPRISE QUESTIONNAIRE (con tinued) CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6)

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

The names of all directors/trustees/shareholders/members (attach a separate page if more than 3 directors/trustees/shareholders/members):

Name Director/Trustee/

Shareholder/ Member

Identity number Personal income tax number

Employee/ Persal number

Section 6 : Record in the service of the State: Indicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or director, manager, trustee, shareholder or stakeholder in a company or member of a close corporation is currently or has been within the last 12 months in the service of any of the following: � a member of any municipal council � a member of any provincial legislature � a member of the National Assembly or the

National Council of Province � a member of the board of directors of any

municipal entity � an official of any municipality or municipal entity

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

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

� an employee of Parliament or a provincial legislature

If any of the above boxes are marked, disclose the following: Name of sole proprietor, partner,

director, manager, trustee, shareholder, stakeholder or

member

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

Status of service (tick appropriate column) Current Within last

12 months

*insert separate page if necessary

Page 43: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-38

FORM A3.1: COMPULSORY ENTERPRISE QUESTIONNAIRE (con tinued) CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6)

Section 7 : Declaration of Interest: If any legal person on whose behalf the tender document is signed, has a relationship with person/s who are involved in the evaluation and/or adjudication of this tender, or where it is known that such a relationship exists between the person/s for or on whose behalf the declarant acts and person/s who are involved with the evaluation and/or adjudication of the tender:

1. Are you or any person connected with the tenderer presently employed by the State?

2. If so, furnish the following particulars: • Name of

person/director/trustee/shareholder/member: • Name of State institution at which you or person

connected to the tenderer is employed: • Position occupied in State institution:

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

3. If you are presently employed by the State, did you obtain the appropriate authority to undertake remunerative work outside Employment in the public sector?

4. If Yes, did you attach proof of such authority to the tender document?

(Note: Failure to submit proof of such authority, where applicable, may result in disqualification of the tender)

If No, furnish reasons for non-submission of such proof

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

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

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

5. Did you or your spouse or any of the company’s directors/ trustees, shareholders, members or their spouses conduct business with the State in the previous twelve months? If so, furnish particulars:

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

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

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

6. Do you, or any person connected with the tenderer, have any relationship (family, friend, other) with a person employed by the State and who may be involved with the evaluation and/or adjudication of this bid? If so, furnish particulars:

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

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

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

7. Are you, or any person connected with the tenderer, aware of any relationship (family, friend, other) between any other tenderer and any person employed by the State who may be involved with the evaluation and/or adjudication of this tender? If so, furnish particulars:

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

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

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

8. Do you or any of the directors/trustees/shareholders/ members of the company have any interest in any other related companies whether or not they are tendering for this contract? If so, furnish particulars:

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

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

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

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Page 44: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-39

FORM A3.1: COMPULSORY ENTERPRISE QUESTIONNAIRE (con tinued) CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6)

Section 8 : Declaration The undersigned, who warrants that he/she is duly authorised to do so on behalf of the enterprise: i) authorizes the Employer to obtain a tax clearance certificate from the South African Revenue Services that

my / our tax matters are in order; ii) confirms that neither the name of the enterprise or the name of any partner, manager, director or other

person, who wholly or partly exercises, or may exercise, control over the enterprise appears on the Register of Tender Defaulters established in terms of the Prevention and Combating of Corrupt Activities Act of 2004;

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

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

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

I, the undersigned .................................................................................................................................................... certify that the information furnished in Form A3 above is correct. I accept that the Employer may reject the tender or act against me in terms of F.3.7 of the Conditions of Tender should this declaration prove to be false. .................................................................................... ........................................................................................ Signature (duly authorised) Date .................................................................................... ........................................................................................ Position Name of Enterprise

Page 45: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-40

FORM A3.2: CERTIFICATE OF INDEPENDENT TENDER (INCOR PORATING SBD9) CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Notes to tenderer: 1. This certificate conforms to Treasury Regulation 16A9 and the requirement of section 4

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

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

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

Declaration I, the undersigned, in submitting the accompanying tender on behalf of the tenderer do hereby make the following statements that I certify to be true and complete in every respect: 1. I have read and understand the notes to, and the contents of, this Certificate; 2. I understand that the accompanying tender will be disqualified if this Certificate is found to be

not true and complete in every respect; 3. I am authorised by the tenderer to sign this Certificate, and to submit the accompanying tender,

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

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

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

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

business as the tenderer.

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

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

consultation, communication, agreement or arrangement with any competitor regarding:

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

Page 46: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-41

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

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

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

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

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

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

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

restrictive practices related to tenders and contracts, tenders that are suspicious will be reported to the Competitions Commission for investigation and possible imposition of administrative penalties in terms of section 59 of the Competition Act No. 89 of 1998 and/or may be reported to the National Prosecuting Authority for criminal investigation and/or may be restricted from conducting business with the public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No. 12 0f 2004 or any other applicable legislation.

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

Page 47: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-42

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

CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Notes to tenderer: 1. This tender document must form part of all tende rs invited. 2. This form serves as a declaration to be used by institutions in ensuring that when goods

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

3. The tender of any tenderer may be disregarded if that tenderer or any of its directors have – (a) abused the institution’s supply chain managemen t system; (b) committed fraud or any other improper conduct i n relation to such system; or (c) failed to perform on any previous contract.

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

4.1 Is the tenderer or any of its directors listed on the National

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

Yes �

No �

4.1.1 If Yes, furnish particulars:

4.2 Is the tenderer or any of its directors listed on the Register for

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

Yes �

No �

4.2.1 If Yes, furnish particulars:

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

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

Yes �

No �

4.3.1 If Yes, furnish particulars:

Page 48: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-43

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

Yes �

No �

4.4.1 If Yes, furnish particulars:

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

Page 49: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-44

FORM A4: SCHEDULE OF DEVIATIONS OR QUALIFICATIONS B Y TENDERER CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Notes to tenderer: 1. The postulated tender MUST be priced. 2. When submitting an alternative tender (including an alternative contract period),

condition F.2.12 of part T1.3: Tender Data, shall b e followed.

Page Description

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

Page 50: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-45

FORM A5: SCHEDULE OF ADDENDA TO TENDER DOCUMENTS CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6)

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

Date Title or Details

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

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

Page 51: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-46

FORM A6: CERTIFICATE OF TAX COMPLIANCE (INCORPORAT ING SBD2) CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Note to tenderer: Scan the relevant copies of certificates on CD. The tenderer shall attach to this page an original current Tax Clearance certificate and VAT Registration certificate which is valid for the duration of the Tender offer validity period and which shall be obtained by the tenderer from the South African Revenue Service (SARS). In the event of a joint venture, each member shall comply with the above requirement. Where such certificates are no longer issued by SARS the tenderer shall complete the declaration below.

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

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

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

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

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

identification number (PIN) is ............................

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

Page 52: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-47

FORM A7: CERTIFICATE OF INSURANCE COVER CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Note to tenderer: In the event of the tenderer being a joint venture/ consortium the details of the individual members must also be provided. The tenderer shall provide the following details of this insurance cover: i) Name of Tenderer: .......................................................................................................................... ii) Period of Validity: ............................................................................................................................ iii) Value of Insurance:

• Insurance for Works and Contractor’s Equipment

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

• Insurance for Contractor’s Personnel

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

• General public liability

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

• SASRIA

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

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

Page 53: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-48

FORM A8: TENDERER’S BANK DETAILS CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Notes to tenderer: 1. The tenderer shall attach to this form a letter from the bank at which he declares he

conducts his account. The contents of the bank’s le tter must state the credit rating that it, in addition to the information required below, accords to the tenderer for the business envisaged by this tender. Failure to provide the re quired letter with the tender submission may render the tenderer’s offer non-resp onsive in terms of tender condition F.3.8.

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

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

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

Page 54: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-49

FORM A9: SCHEDULE OF TENDERER'S LITIGATION HISTORY CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Note to tenderer: The tenderer shall list below details of any litiga tion with which the tenderer (including its directors, shareholders or other senior members in previous companies) has been involved with any organ of state or state department within the last ten years. The details must include the year, the litigating parties, the subject matte r of the dispute, the value of any award or estimated award if the litigation is current and in whose favour the award, if any, was made.

Employer Other litigating party

Dispute Award value Date resolved

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

Page 55: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-50

FORM A10: SCHEDULE OF CURRENT COMMITMENTS CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Notes to tenderer: 1. The tenderer shall list below all contracts curr ently under construction or awarded and

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

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

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

Table 1: CONTRACTS AWARDED

Employer Project Expected total value of contract

(incl. VAT)

Duration (Months)

Expected completion date

Table 2: TENDERS NOT YET AWARDED

Employer Project Sum Tendered (incl. VAT)

Tendered Duration (Months)

Expected commencement

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

Page 56: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-51

FORM A11: CERTIFICATE OF COMPLIANCE WITH COMPENSATI ON FOR OCCUPATIONAL INJURIES AND DISEASES ACT, 1993 (ACT NO. 130 OF 199 3)

CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Notes to tenderer: 1. Discovery that the tenderer has failed to make p roper disclosure may result in SANRAL

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

2. The tenderer shall attach to this Form evidence that he is registered and in good standing with the compensation fund or with a licen sed compensation insurer who is approved by Department of Labour in terms of sectio n 80 of the Compensation for Injury and Disease Act 1993 (COID) (Act 130 of 1993).

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

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

Page 57: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-52

FORM A12: CERTIFICATE OF REGISTRATION WITH CIDB CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) The tenderer shall provide a printed copy of the Active Contractor’s Listing off the CIDB website. (www.cidb.org.za). In the case of a Joint Venture, a printed copy of the Active Contractor’s Listing must be provided for each member of the Joint Venture. Name of Contractor: .................................................................................................................................. Contractor Grading Designation: ................................................................................................................ CIDB Contractor Registration Number: ..................................................................................................... SIGNED BY TENDERER: .........................................................................................................................

Page 58: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-53

FORM B1: CONTRACTOR’S ESTABLISHMENT ON SITE CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Note to Tenderer: If the tenderer should require additional compensat ion for his obligations under section 1300 (over and above the total tendered for item B13.01) by including such additional compensation in the tendered rates and/or lump sum of items in t he pricing schedule, these items and the value of such additional compensation shall also be set out in a letter attached to this form. Should the combined, extended total tendered for Item B13.01 The contractor’s general obligations: a) Fixed obligations b) Value-related obligations c) Time-related obligations exceed a maximum of 20% of the tender sum, the tenderer shall clearly set out his reasons for tendering in this manner in a letter attached to this page. The relevant regional project engineer will duly consider these reasons but reserves the right to consider the tendered rates to be imbalanced and to deal with them in terms of Conditions of Tender F.3.9 contained in this volume. Total tendered for Item B13.01 expressed as a percentage of the tender sum (excluding VAT) .......... % SIGNED BY TENDERER: .........................................................................................................................

Page 59: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-54

FORM B2: SCHEDULE OF SPECIAL MATERIALS CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Notes to tenderer: 1. Refer to part C1.2.1 Conditions of Contract wher e subclause 13.8 of the FIDIC General

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

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

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

4. Tenderers shall append to this page the followin g information on a letterhead from their selected supplier: - the supplier’s company registration and address de tails; and - the product range available including refinery fro m which the base bitumen is

drawn; and - the net base bitumen type and content for each pro duct; and - the supply price (excluding VAT but including all o ther obligatory taxes and levies)

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

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

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

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

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

SPECIAL MATERIAL

UNIT*

RATE OR PRICE FOR THE

BASE MONTH

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

Page 60: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-55

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

verification certificate in accordance with the Con struction Sector Codes of Practice promulgated in Gazette 32305 on 5 June 2009 (see F. 3.11.8 of the tender data).

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

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

to evaluate the tenderer. (g) The name and/or mark/logo of the B-BBEE verific ation agency or registered

auditor. (h) The category (Generic, QSE, Exempt) in which th e tenderer has been measured. (i) The B-BBEE status level. (j) The South African National Accreditation System (SANAS) or Independent

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

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

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

Page 61: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-56

FORM D1: SCHEDULE OF TENDERER’S PLANT AND EQUIPMENT CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Note to tenderer: The tenderer shall provide details of the major pla nt and equipment required for this project. The tenderer shall state below what constructional plant will be immediately available for this contract, what constructional plant will become available by virtue of outstanding orders, and what further constructional plant will be acquired or hired for the work should the tenderer be awarded the contract. a) Constructional plant immediately available (I) b) Constructional plant on order (O)

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

(State details of delivery arrangements)

PLANT AND EQUIPMENT TYPE

NUMBER

TO BE USED ON

THIS PROJECT

DATE OF

MANUFACTURE

AVAILABILITY (State either I,

O or H)

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

Page 62: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-57

FORM D2: TENDERER’S METHOD STATEMENT CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Note to tenderer: The tenderer shall provide a method statement with the details as indicated on this form. The method statement must respond to the Scope of Work and Site Information under Part C4 and outline the proposed approach/methodology. The method statement should articulate what value the Tenderer will add by in achieving the stated objectives for the project. The Tenderer must as such explain the following: - Its understanding of the objectives of the assignment and the Employer’s stated and implied

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

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

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

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

Page 63: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-58

FORM D3: TENDERER’S ORGANISATION AND STAFFING Notes to tenderer: 1. The intention of this form is to demonstrate the tenderer’s project structure, as well as the lines of responsibility between members of the project t eam and between the

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

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

responsibility of the proposed personnel involved i n the project. In addition there must also be a com bined organogram that indicates how the joint ventu re itself will function and the proposed share of the work will be come a contractual obligation between the members o f the joint venture.

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

5. Registered professional engineers, technicians or t echnologists means those who are involved in the ro ad construction/transport industry. Registered prof essionals of other disciplines (e.g. mechanical) are considered as employees only.

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

Name of employee Position in team Estimated monthly hours

Relevant specialist areas of knowledge demonstratin g suitability for position

Managing Director Contracts Director Contracts Manager

Construction manager (Contractor’s Representative)

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

Managing Director

Contracts Director 1

Civils and earthworks

Employee 1

Assistant to C&E4 other employees

Director 2

H&S

Employee 2

Other directors

Head Office: State City/Town. See note 4. Other Offices: Only list number, See note 4 Registered Professionals: ECSA or in terms of ECSA approved International Agreements (PrEng, PrTechEng , PrCertEng, PrTechniEng)

See note 5

Registered Professionals: SACPCMP (Pr CM) See note 5

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

Page 64: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-59

FORM D4.1: TENDERER’S KEY PERSONNEL EXPERIENCE (CON TRACTS DIRECTOR) CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Note to tenderer: The tenderer shall provide details of previous expe rience required for this project The tenderer is re ferred to clause F2.1.1 (b) of the Tender Data and shall insert in the spaces provided below details of the key personnel required to be in the employment of t he tenderer or other organisation, in order for the tenderer to be eligible to submit a tender for this project. Proof of registration must be appended to this form.

NAME POSITION IN TEAM ECSA REG. NO ECSA CATEGORY

SACPCMP REG NO

SACPCMP CATEGORY

NO. OF YEARS EXPERIENCE

CONTRACTS DIRECTOR

Technical/Managerial Experience (List only the most recent 5 projects of the key st aff that the tenderer considers relevant to the spe cified scope of works

CLIENT DESCRIPTION OF

PROJECT PROJECT START DATE PROJECT END

DATE VALUE

POSITION HELD

CONTACT PERSON AND FIRM CONTACT NO.

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

Page 65: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-60

FORM D4.2: TENDERER’S KEY PERSONNEL EXPERIENCE (CON TRACTS MANAGER) CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Note to tenderer: The tenderer shall provide details of previous expe rience required for this project. The tenderer is r eferred to clause F2.1.1 (b) of the Tender Data and shall insert in the spaces provided below details of the key personnel required to be in the employment of t he tenderer or other organisation, in order for the tenderer to be eligible to submit a tender for this project. Proof of registration must be appended to this form.

NAME POSITION IN TEAM ECSA REG. NO ECSA CATEGORY

SACPCMP REG NO

SACPCMP CATEGORY

NO. OF YEARS EXPERIENCE

CONTRACTS MANAGER

Technical/Managerial Experience (List only the most recent 5 projects of the key st aff that the tenderer considers relevant to the spe cified scope of

CLIENT DESCRIPTION OF

PROJECT PROJECT START DATE PROJECT END

DATE VALUE

POSITION HELD

CONTACT PERSON AND FIRM CONTACT NO.

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

Page 66: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-61

FORM D4.3: TENDERER’S KEY PERSONNEL EXPERIENCE (CON STRUCTION MANAGER (CONTRACTOR’S REPRESENTATIVE)) CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Note to tenderer: The tenderer shall provide details of previous expe rience required for this project. The tenderer is r eferred to clause F2.1.1 (b) of the Tender Data and shall insert in the spaces provided below details of the key personnel required to be in the employment of t he tenderer or other organisation, in order for the tenderer to be eligible to submit a tender for this project. Proof of registration must be appended to this form.

NAME POSITION IN TEAM ECSA REG. NO ECSA CATEGORY

SACPCMP REG NO

SACPCMP CATEGORY

NO. OF YEARS EXPERIENCE

CONSTRUCTION MANAGER (CONTRACTOR’S REPRESENTATIVE)

Technical/Managerial Experience (List only the most recent 5 projects of the key st aff that the tenderer considers relevant to the spe cified scope of works

CLIENT DESCRIPTION OF

PROJECT PROJECT START DATE PROJECT END

DATE VALUE

POSITION HELD

CONTACT PERSON AND FIRM CONTACT NO.

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

Page 67: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-62

FORM D5: TENDERER’S EXPERIENCE CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Note to tenderer: The tenderer shall provide details of previous expe rience required for this project. The experience of the Tenderer or joint venture partners in a consortium will be evaluated on the basis of experience in similar projects or similar areas and conditions in relation to the scope of work required for this project. Tenderers should briefly provide details of the 5 most recent relevant projects and status of project

(List only the most recent 5 projects of the firm t hat the tenderer considers relevant to the specifie d scope of works

CLIENT DESCRIPTION OF

PROJECT PROJECT START

DATE PROJECT END DATE

VALUE OF WORK (i.e. the service

provided) inclusive of VAT (Rand)

NUMBER OF MONTHS

DELAY ON PROJECT

I.E. WHERE NO

EXTENSION OF TIME

GRANTED BY CLIENT

CONTACT PERSON AND FIRM CONTACT NUMBER

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

Page 68: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-63

FORM D6: TENDERER’S INDICATIVE PROGRAM CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Notes to tenderer: 1. The tenderer shall attach an indicative programm e, reflecting the proposed sequence

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

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

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

Page 69: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-64

FORM D7: SCHEDULE OF ESTIMATED MONTHLY EXPENDITURE CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Note to tenderer: If a tenderer wishes to submit an alternative tende r then this form, appropriately completed, shall also be attached to the Pricing Schedule for the alternative proposal. The tenderer shall state his estimated value of the work to be completed every month, based on his preliminary programme and his tendered unit rates, in the table below.

MONTH VALUE MONTH VALUE

1 2 3 4 5 6 7 8 9 TOTAL c/f

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

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

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

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

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

Page 70: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-65

FORM D8: SCHEDULE OF SPECIALIST SUBCONTRACTORS CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) With regard to sub-clause 4.4 of the FIDIC Conditions of Contract as amended: Notes to tenderer: 1. The tenderer shall list below the specialist ite ms of work on this contract. Alternatives

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

SPECIALISED ITEM NAME OF SPECIALIST SUBCONTRACTOR

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

Page 71: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

T-66

FORM F1: SCHEDULE OF TENDER COMPLIANCE CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Note to tenderer: This form has been created as an aid to ensure a te nderer’s compliance with the completion of the returnable forms and schedules and subsequent p lacement in the correct envelope.

FORM NO / SBD NO

FORM DESCRIPTION TICK IF COMPLETED

A1 CERTIFICATE OF ATTENDANCE AT CLARIFICATION MEETING

A2.1 CERTIFICATE OF AUTHORITY FOR SIGNATORY

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

A3.1 / SBD4 COMPULSORY ENTERPRISE QUESTIONNAIRE

A3.2 / SBD9 CERTIFICATE OF INDEPENDENT TENDER

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

A4 SCHEDULE OF DEVIATIONS OR QUALIFICATIONS BY TENDERER

A5 SCHEDULE OF ADDENDA TO TENDER DOCUMENTS

A6 / SBD2 CERTIFICATE OF TAX COMPLIANCE

A7 CERTIFICATE OF INSURANCE COVER

A8 TENDERER’S BANK DETAILS

A9 SCHEDULE OF TENDER’S LITIGATION HISTORY

A10 SCHEDULE OF CURRENT COMMITMENTS

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

A12 CERTIFICATE OF REGISTRATION WITH CIDB

B1 CONTRACTORS ESTABLISHMENT ON SITE

B2 SCHEDULE OF SPECIAL MATERIALS

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

D1 SCHEDULE OF TENDERER’S PLANT AND EQUIPMENT

D2 TENDERER’S METHOD STATEMENT

D3 TENDERER’S ORGANISATION AND STAFFING

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

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

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

D5 TENDERER’S EXPERIENCE

D6 TENDERER’S INDICATIVE PROGRAMME

D7 SCHEDULE OF ESTIMATED MONTHLY EXPENDITURE

D8 SCHEDULE OF SPECIALIST SUBCONTRACTORS

C1.1.1 / SBD7 FORM OF OFFER

C1.2.3 CONTRACT DATA – INFORMATION PROVIDED BY THE TENDERER

C2.2 / SBD3 PRICING SCHEDULE

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

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

Page 72: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-1

__________________________________________________________________________________

PART C1: AGREEMENTS AND CONTRACT DATA

__________________________________________________________________________________

Page 73: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-2

PART C1: AGREEMENTS AND CONTRACT DATA TABLE OF CONTENTS PAGE C1.1 FORMS OF OFFER AND ACCEPTANCE ................................................................. C-3

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

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

C1.1.3 APPENDIX TO FORM OF ACCEPTANCE ................................................................ C-8

C1.2 CONTRACT DATA ..................................................................................................... C-9

C1.2.1 CONDITIONS OF CONTRACT .................................................................................. C-9

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

EMPLOYER .............................................................................................................. C-30

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

TENDERER .............................................................................................................. C-34

C1.3 OTHER STANDARD FORMS .................................................................................. C-35

C1.3.1 AGREEMENT IN TERMS OF THE OCCUPATION HEALTH AND SAFETY ACT 1993

(ACT NO. 85 OF 1993) AND CONSTRUCTION REGULATIONS, 2014 ................. C-35

C1.3.2(A) FORM OF GUARANTEE .......................................................................................... C-37

C1.3.3(A) FORM OF NOTIFICATION OF CONSTRUCTION WORK WITH DEPARTMENT OF

LABOUR ................................................................................................................... C-39

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

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

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

Page 74: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-3

C1.1 FORMS OF OFFER AND ACCEPTANCE C1.1.1 FORM OF OFFER (Incorporating SBD7) The South African National Roads Agency SOC Limited PO Box 415 PRETORIA 0001 Sir, CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) I/we, by signing this part of the forms of offer and acceptance acknowledge they are the equivalent of the Letters of Tender and Acceptance as defined in clauses 1.1.1.3 and 1.1.1.4 in the “Conditions of Contract for Construction for Building and Engineering Works designed by the Employer” (1999), published by the Federation Internationale des Ingenieurs-Conseils (FIDIC). I/we, confirm that I/we practise the principles of corporate governance that abhors corruption and fraud and that I/we have examined the documents listed in the tender data and addenda thereto as listed in the returnable schedules and am/are duly authorised to represent and commit the tenderer to the contractual obligations contained therein. I/we further confirm that by submitting this offer the tenderer accepts the conditions of tender and offers to perform all of the obligations and liabilities of the contractor under the contract including compliance with all its terms and conditions according to their true intent and meaning for an amount to be determined in accordance with the conditions of tender and the conditions of contract identified in the contract data. A. PRICE OFFERED THE OFFERED TOTAL OF THE PRICES (INCLUSIVE OF VALUE ADDED TAX) BROUGHT

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

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

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

(R .............................................................................................................................................. in figures) I/we confirm that if any difference between the total of the Pricing Schedule Summary and the amounts stated above exists, the total in the Pricing Schedule Summary shall apply. B. PREFERENCE CLAIMED I/we claim the following B-BBEE contributor status level ......................... as per Returnable Schedule Form C1: Tenderer’s B-BBEE Verification Certificate subject to Tender Data F.3.11.8. In the event of any difference between the above stated status level and the Verification Certificate attached to Form C1, the Verification Certificate shall apply. You may accept this offer by signing and returning to the tenderer one copy of the Form of acceptance before the end of the period of validity stated in the tender data, (or at the end of any agreed extension thereof), whereupon the tenderer becomes the party named as the contractor in the conditions of contract identified in the contract data. Notwithstanding anything contained in a covering letter to this tender, I/we declare this offer is submitted entirely without deviations or qualifications other than those stipulated in Form A4: Schedule of Deviations or Qualifications by the tenderer and that it is made free from any fraud, corruption and misrepresentation.

Page 75: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-4

Yours faithfully

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

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

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

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

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

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

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

NAME AND SIGNATURE OF WITNESSES:

WITNESS 1:

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

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

WITNESS 2:

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

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

Page 76: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-5

C1.1.2 FORM OF ACCEPTANCE (Incorporating SBD7) Note to compiler: Form to be printed on SANRAL lett erhead To (Name of successful tenderer) Dear Sir, CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) ACCEPTANCE OF OFFER 1. It is our pleasure to inform you that the South African National Roads Agency SOC Ltd (the

Employer) accepts your offer in the amount of R…………………………..……… (i.e. including VAT but excluding CPA, and any contingent sum not in the priced schedule) for a contract period of 15 months and with a Base date of 20 April 2016.

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

the conditions of contract identified in the contract data.

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

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

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

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

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

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

offer agreed by us during the process of offer and acceptance shall not be valid unless contained in the appended schedule of deviations. In the event that an alternative offer is accepted, it is a fundamental condition of acceptance that all responsibilities and concomitant liabilities arising from the alternative design pass from us to you.. Addenda issued during the tender period are deemed not to be deviations to the tender documents and schedules.

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

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

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

is attached for your reference. The 10% calculation shall be based on the accepted contract value as contained in this form and there shall be no deviations from the wording of the proforma guarantee.

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

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

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

Page 77: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-6

v. A completed Form of Banking Details Failure to fulfil either of the obligations (i), (ii) and (iii) above shall constitute a repudiation of this

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

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

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

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

held, which shall not be later than 28 days after the date of this form or earlier if circumstances demand and as agreed between tenderer/Employer.)

10. Notwithstanding that a full, original-signed copy of the contract document containing all contract

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

11. Messrs …………….. act as our agent to fulfil the functions of the engineer in the administration

of this contract. Please contact ………… at ……. to make arrangements for the signing of the contract documents and hand-over of the site.

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

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

CAPACITY: Regional Manager, Eastern Region

EMPLOYER’S NAME AND ADDRESS: South African National Roads Agency SOC Limited 58 van Eck Place Mkondeni Pietermaritzburg 3204

AUTHORITY TO ACT: SANRAL’s Delegation of Powers Item 2.4.1.2

NAME & SIGNATURE OF WITNESSES:

WITNESS 1:

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

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

WITNESS 2:

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

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

Page 78: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-7

C1.1.3 APPENDIX TO FORM OF ACCEPTANCE CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6 Schedule of deviations The deviations listed below constitute agreed deviations/amendments to the tender document negotiated between the tenderer and employer based on information provided in Form A4: Schedule of Deviations or Qualifications by the tenderer or imposed conditions of award. Addenda issued during the tender period are deemed not to be deviations to the tender. 1. Subject: .....................................................................................................................................

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

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

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

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

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

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

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

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

Page 79: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-8

C1.2 CONTRACT DATA C1.2.1 CONDITIONS OF CONTRACT Note to tenderer: 1. The Conditions of Contract for Construction (199 9 edition) published by the Federation

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

TABLE OF CONTENTS PAGE PART A: GENERAL CONDITIONS - FIDIC AMENDMENTS ................................................. C-11

PART B: PARTICULAR CONDITIONS OF CONTRACT ........................................................ C-12

1.1 DEFINITIONS ........................................................................................................... C-14

1.2 INTERPRETATION .................................................................................................. C-15

1.5 PRIORITY OF DOCUMENTS .................................................................................. C-15

1.6 CONTRACT AGREEMENT ...................................................................................... C-15

1.7 ASSIGNMENT .......................................................................................................... C-15

1.8 CARE AND SUPPLY OF DOCUMENTS ................................................................. C-15

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

3.1 ENGINEER’S DUTIES AND AUTHORITY ............................................................... C-16

4.1 CONTRACTOR’S GENERAL OBLIGATIONS ......................................................... C-16

4.2 PERFORMANCE SECURITY .................................................................................. C-16

4.4 SUBCONTRACTORS .............................................................................................. C-16

4.7 SETTING OUT.......................................................................................................... C-17

4.8 SAFETY PROCEDURES ......................................................................................... C-17

4.10 SITE DATA ............................................................................................................... C-17

4.13 RIGHTS OF WAY AND FACILITIES ........................................................................ C-17

4.17 CONTRACTOR’S EQUIPMENT............................................................................... C-17

4.18 PROTECTION OF THE ENVIRONMENT ................................................................ C-17

4.19 ELECTRICITY, WATER AND GAS .......................................................................... C-17

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

4.21 PROGRESS REPORTS ........................................................................................... C-18

4.22 SECURITY OF THE SITE ........................................................................................ C-18

4.24 FOSSILS ................................................................................................................... C-18

6.5 WORKING HOURS .................................................................................................. C-18

6.7 HEALTH AND SAFETY ............................................................................................ C-18

“6.12 INDEMNITY BY CONTRACTOR.............................................................................. C-18

8.1 COMMENCEMENT OF WORK ................................................................................ C-18

8.3 PROGRAMME .......................................................................................................... C-19

8.4 EXTENSION OF TIME FOR COMPLETION ............................................................ C-19

8.7 DELAY DAMAGES ................................................................................................... C-19

10.2 TAKING OVER OF PARTS OF THE WORKS ......................................................... C-19

11.9 PERFORMANCE CERTIFICATE ............................................................................. C-19

11.11 CLEARANCE OF SITE ............................................................................................. C-19

Page 80: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-9

12.3 EVALUATION ........................................................................................................... C-20

13.3 VARIATION PROCEDURE ...................................................................................... C-20

13.5 PROVISIONAL SUMS .............................................................................................. C-20

13.6 DAYWORK ............................................................................................................... C-20

13.8 ADJUSTMENTS FOR CHANGES IN COSTS ......................................................... C-20

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

14.3 APPLICATION FOR INTERIM PAYMENT CERTIFICATES .................................... C-21

14.5 PLANT AND MATERIALS INTENDED FOR THE WORKS ..................................... C-21

14.6 ISSUE OF INTERIM PAYMENT CERTIFICATES ................................................... C-21

14.7 PAYMENT ................................................................................................................ C-21

14.8 DELAYED PAYMENT .............................................................................................. C-22

14.10 STATEMENT AT COMPLETION ............................................................................. C-22

14.11 APPLICATION FOR FINAL PAYMENT CERTIFICATE ........................................... C-22

14.15 CURRENCIES OF PAYMENT ................................................................................. C-22

15.2 TERMINATION BY THE EMPLOYER ...................................................................... C-22

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

18.1 GENERAL REQUIREMENTS FOR INSURANCES ................................................. C-23

18.2 INSURANCE FOR WORKS AND CONTRACTOR’S EQUIPMENT ........................ C-23

18.3 INSURANCE AGAINST INJURY TO PERSONS AND DAMAGE TO PROPERTY C-23

18.4 INSURANCE FOR CONTRACTOR’S PERSONNEL ............................................... C-23

19.1 DEFINITION OF FORCE MAJEURE ....................................................................... C-23

19.5 FORCE MAJEURE AFFECTING SUBCONTRACTOR ........................................... C-23

20.1 CONTRACTOR’S CLAIMS ....................................................................................... C-23

20.2 SETTLEMENT OF DISPUTES ................................................................................. C-24

20.3 MEDIATION .............................................................................................................. C-24

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

20.5 SPECIAL DISPUTES ............................................................................................... C-26

20.6 CONTINUING VALIDITY OF SUB-CLAUSES 20.2 TO 20.6 ................................... C-26

APPENDIX: GENERAL CONDITIONS OF DISPUTE ADJUDICATION AGREEMENT .............. C-26

ANNEX: PROCEDURAL RULES ........................................................................................... C-26

CONTRACT PRICE ADJUSTMENT SCHEDULE ............................................................................. C-27

PARTICULAR CONDITIONS ON CERTAIN CONTRACTS .............................................................. C-30

Page 81: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-10

PART A: GENERAL CONDITIONS - FIDIC AMENDMENTS Up to 28 November 2014 no amendments have been issued by FIDIC.

Page 82: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-11

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

Page 83: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-12

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

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

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

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

Page 84: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-13

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

Page 85: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-14

1.1.6 Other Definitions 1.1.6.5 “Laws ” In the 1st line, replace “(or state)” with “(or other spheres of government)” and in the 2nd line, after “other laws”, insert “including the South African Common Law”. Add the following: "1.1.6.10 “Supplementary Agreement ” means an agreement between the Employer and the Contractor for executing work, supplemental to the original Contract, which was not contemplated in the original Contract and is also not required for the proper completion of the original Contract.” 1.2 Interpretation Replace the contents of (d) with: “The expression “written”, “in writing”, “notify”, “the giving of notice”, “giving consent”, “as instructed” or “at the request of” means that communication, either hand-written or printed by whatever means, including transmission by telefax or e-mail, and resulting in a permanent record. However, such notice, instruction, consent or request is not deemed to have been delivered by virtue of its appearance in the minutes of meetings.” 1.5 Priority of Documents Insert the following at the end of the first paragraph before the colon: “… unless specifically stated otherwise in the contract:”. Replace sub-paragraphs items (a) to (h) with: “(a) the Forms of Offer and Acceptance (b) the Appendix to Tender within the Contract data (c) the Particular Conditions of Contract (d) the General Conditions (e) the Scope of Works (Part C3) (f) the project Drawings, (g) the standard Specifications, (h) the Bill of Quantities (Part C2); and (i) the Schedules and any other documents forming part of the Contract.” 1.6 Contract Agreement Replace the 1st two sentences with the following: “The Parties shall enter into a Contract Agreement when the Employer issues the Form of Acceptance (see Particular Condition 1.1.1.3). The Contract Agreement shall be in the form prescribed in the tender documents” 1.7 Assignment Change the title of this sub-clause to read “Assignment/Cession” and replace its contents with the following: “Neither Party shall, without the written consent of the other, assign the contract or any part thereof or any obligation under the Contract or cede any right or benefit thereunder.” 1.8 Care and Supply of Documents In the 1st paragraph, 2nd line, change “two copies” to “one copy”. In the 2nd paragraph, 3rd line, change “six” to “two”. 2.3 Employer’s Personnel

Page 86: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-15

In the 1st sentence delete “and the Employer’s other contractors”. 3.1 Engineer’s Duties and Authority After the 3rd paragraph insert the following: “In addition to the actions stipulated in the General Conditions whereby the Engineer shall first obtain the approval of the Employer, the Employer’s approval shall also be obtained before taking any action under sub-clauses 8.4, 11.9, 13.3 and 20.1 as amended in these Particular Conditions”. 4.1 Contractor’s General Obligations Add the following sentence to the 1st paragraph: “With regard to the Contractor’s proposals submitted under the item of the Scope of Works entitled “Small Contractor Development, Training and Community Participation”, if the Contractor fails to provide the employment or training to the extent proposed, the Employer may impose penalties as set out in the above-mentioned Scope of Works.” Add the following to the 2nd paragraph: “Where necessary to maintain the rate of progress required by the programme, the Contractor shall assist a Targeted Enterprise Subcontractor employed as a condition of contract in buying, bringing to Site and storing on Site all Materials, Plant and equipment to be supplied by, or required for work to be done by, the Targeted Enterprise Subcontractor.” 4.2 Performance Security Replace the 2nd paragraph with: “The Contractor shall deliver the Performance Security to the Employer within 14 days of the date of issue of the Letter of Acceptance. The Performance Security shall be issued by a bank or insurance company registered or licensed as a bank or insurance company to do business in the Republic of South Africa and approved by the Employer and having an office or banking facility in the Republic of South Africa. The Performance Security shall be subject to approval by the Employer and shall be in the form prescribed in the tender documents or in another form approved by the Employer.” In the last line of the last paragraph replace the words “Performance Certificate” with “Taking-Over Certificate”. 4.4 Subcontractors Change the title to read “Subcontractors and Suppliers ” In the first paragraph delete “the whole of the Works” and add “more than 25% of the Works without the express approval of the Employer”. In the 1st line of the 2nd paragraph, after the word “Subcontractor” replace the expression “his agents or employees” with “suppliers, their agents or employees”. Add the following sub-paragraphs: “(e) If the Contractor is required to employ one or more Subcontractors under his targeted enterprise

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

(f) Each subcontract agreement shall include the provisions:

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

Page 87: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-16

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

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

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

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

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

4.10 Site Data In the 1st paragraph, 1st sentence, replace “prior to the Base Date” with “either as part of or by reference in the Tender Documents or, otherwise, not later than 7 days before the latest date for submission of the Tender Documents”, and delete the 2nd sentence. 4.13 Rights of Way and Facilities Add the following paragraph: “The Contractor shall abide by the procedures for the provision of deviation, haul and construction roads, and the requirements for the construction, maintenance and final reinstatement of such roads, all as set out in the standard Specifications.” 4.17 Contractor’s Equipment Add the following paragraph: “The Contractor shall notify the Engineer, in writing, of the names and addresses of the owners of all major items of equipment not owned by the Contractor.” 4.18 Protection of the Environment In the 1st paragraph, 1st sentence add “and shall ensure compliance with all the environmental requirements indicated in part C3 Scope of Work.” Add the following paragraph: “The Contractor shall indemnify the Employer against any liability arising from or in relation to any of the above matters.” 4.19 Electricity, Water and Gas In the 1st paragraph, 1st line, delete “except as stated below”, and delete the 2nd and 3rd paragraphs. 4.20 Employer’s Equipment and Free-Issue Material

Page 88: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-17

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

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

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

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

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

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

Page 89: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-18

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

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

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

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

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

Page 90: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-19

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

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

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

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

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

Page 91: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-20

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

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

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

Page 92: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-21

Delete the 2nd paragraph. 14.8 Delayed Payment Replace the 2nd paragraph with the following: “These financing charges shall be at the rate prescribed in terms of the Prescribed Rate of Interest Act, 1975 (Act No 55 of 1975)”. 14.10 Statement at Completion In the 2nd line of the 1st paragraph delete “six copies of”. 14.11 Application for Final Payment Certificate In the 2nd line of the 1st paragraph delete “six copies of”. In the 3rd paragraph, replace the last sentence with: “Thereafter, when the dispute is finally resolved, the Contractor shall then prepare and submit to the Employer (with a copy to the Engineer) a Final Statement.” 14.15 Currencies of Payment Delete this sub-clause. 15.2 Termination by the Employer Delete the word “or” at the end of sub-paragraph (e) and replace sub-paragraph (f) with the following: "(f) gives or has given, offers to give or has offered to give (directly or indirectly) to any person any

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

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

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

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

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

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

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

relating to the combating of fraud, corruption, uncompetitive practice and the like can be invoked.”

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

Page 93: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-22

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

Page 94: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-23

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

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

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

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

(c) The Engineer shall

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

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

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

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

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

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

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

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

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

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

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

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

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

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

Page 95: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-24

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

successor, and (ii) in making his nomination in terms of this sub-clause, the president for the time being of

the South African Institution of Civil Engineering shall, at his own discretion, act in consultation with the presidents for the time being of Consulting Engineers South Africa and the South African Federation of Civil Engineering Contractors, and

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

20.4 Reference to Court

Page 96: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-25

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

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

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

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

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

the termination of that period, shall be determined, without the application of the provisions of sub-clauses 20.2 and 20.3 by court proceedings which may be initiated by either Party, in which event the provisions of sub-clause 20.4 shall apply. 20.6 Continuing Validity of sub-clauses 20.2 to 20. 6 Sub-clauses 20.2 to 20.6 inclusive constitute a separate, divisible agreement from the rest of the Contract and shall remain valid and applicable, notwithstanding that the Works may have been completed or that the rest of the Contract may be void or voidable or may have been cancelled for any reason.” APPENDIX: General Conditions of Dispute Adjudicatio n Agreement Delete this appendix ANNEX: Procedural Rules Delete this annexure

Page 97: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-26

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

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

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

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

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

Page 98: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-27

(i) preliminary and general items, (ii) work done, and (iii) Materials on Site,

as certified in the Payment Certificate under consideration without any deduction whatsoever and before any adjustment made in terms of this Schedule “S” is the aggregate of (i), (ii), (iii) and (iv), referred to below, and included in “T”:

(i) the amounts actually expended and substituted for any prime cost

sums; (ii) the value of any work done by Nominated Subcontractors; (iii) the value of any work done against Provisional Sums; (iv) the value of any extra or additional work done under a Works

Authorisation,

where special arrangements for price adjustments in respect of those amounts were made and recorded at the time the work was ordered. “D” is the value of work included in “T” and done at new rates fixed in terms of sub-clause 12.3, where those rates are not based on labour, Contractor’s Equipment or Materials costs in force at the time of tendering. Generally new rates may be based on current costs and de-escalated to the Base Date of the indices, in which case work done at these rates shall not be included in the value of “D”. “W” is the amount included in “T” and paid for any Daywork executed at Cost plus percentage allowances as set out in sub-clause 13.6 as amended by Particular Condition. “G” is the amount included in “T” for Materials classified and dealt with as “special materials” in terms of sub-clause 13.8 as amended by Particular Condition. “Ap” is the summation of all “Ac” amounts determined in terms of Clause 2 of this Schedule for all Payment Certificates preceding in time the Payment Certificate under consideration.

3. Reduction of Save only for Variations ordered to be carried out after the Time for CPAF after Completion has expired, the Contract Price adjustment factor to be applied Time for to certificates relating to work done or materials supplied after the expiry of Completion the Time for Completion shall be half the factor calculated by inserting in the has expired formula referred to in Clause 1 of this Schedule the indices Lt, Et, Mt and Ft applicable at the date of expiry of the Time for Completion. 4. Special The price of each “special material” specified in the Appendix to Tender shall materials be increased or decreased by the net amount of any variation incurred after

the date of the Tender on the basis set out in the Contract, provided that any claim for adjustment in terms hereof shall be substantiated by the submission of acceptable invoices and any other supporting documents which the Engineer considers necessary for that purpose. However, except for Variations ordered in terms of Clause 13 (Variations and Adjustments) all adjustments after expiry of Time for Completion shall be increased or decreased by half the net amount of such calculated variation.

For the purpose of this clause, “the net amount of any Variation” in respect of a particular material referred to as a “special material” in terms of sub-clause 13.8 shall be calculated by multiplying the difference between the rate or price entered in the Contract by the Contractor for that Material and the equivalent rate or price actually paid by the Contractor for the Material by the quantity of the Material in question.

Page 99: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-28

5. Assessment If more than one month intervenes between the month applicable to any of indices if Payment Certificate and the month applicable to the immediately succeeding certificates are payment certificate, then the indices “Lt”, “Et”, “Mt” and “Ft” applicable to the not issued succeeding Payment Certificate shall each be taken as the arithmetic mean, monthly rounded off to the second decimal place, of the relevant indices applicable to the month of measurement and to such intervening months.

Page 100: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-29

PARTICULAR CONDITIONS ON CERTAIN CONTRACTS 2. ADHERENCE TO PRESCRIBED PROGRAMME MILESTONES

Where there is a need to impose a condition that the contractor has to achieve completion of a certain aspect of construction prior to another, the commencement of which is critical to the overall programme, then the following clause shall be included as a deterrent against late completion:- SUB-CLAUSE 8.7 DELAY DAMAGES Add the following paragraph: “If it is stipulated in the project specification that certain parts of the work must be completed within a specified period and the Contractor fails to complete this part or parts of the work by the due date, a separate penalty as defined in the Appendix to Tender shall apply for each day the actual completion date for these specified items surpasses the due date”

Page 101: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-30

C1.2.2 APPENDIX TO TENDER: CONTRACT DATA - INFORMAT ION PROVIDED BY THE EMPLOYER

Notes to tenderer: 1. This form is the equivalent of the Appendix to T ender as defined in Sub-Clause 1.1.1.9 of

the FIDIC Conditions of Contract. 2 Clause numbers (Cl. No.) refer to the FIDIC Condi tions of Contract. The prefix A refers to

an amendment to these conditions. Item Clause No Data Employer 1.1.2.2 means the South African National Roads Agency SOC

Limited instituted in terms of the South African National Roads Agency Limited and National Roads Act (Act No. 7 of 1998) or a person delegated by the South African National Roads Agency SOC Limited to act on its behalf.

The Employer’s address is: The South African National Roads Agency SOC Limited 48 Tambotie Avenue Val De Grace Pretoria, 0184

Engineer 1.1.2.4 means Madan Singh and Associates cc

The engineer’s address to be used for this contract is: Physical address:

36 Westdale Crescent Reservoir Hills Durban, 4091

Postal address: PO Box 65857 Reservoir Hills Durban, 4090 Communications 1.3 The addresses for communication between the parties

shall be: Employer Physical address:

58 van Eck Place Mkondeni Pietermaritzburg, 3204

Postal address: PO Box 100410 Scottsville 3209

Page 102: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-31

Item Cl No Data Period of validity of tender

-

16 weeks after the closing date for tenders

Time for completion of works 1.1.3.3. 15 months maximum including the contractor’s holidays in December and January

Defects for notification period 1.1.3.7 12 calendar months

Laws 1.1.6.5 The law governing this contract is South African law

Time for access to the site 2.1 Nil (access on Commencement Date)

Amount of performance security 4.2 10% of the accepted contract amount (Cl no. 4.11)

Rates of Wages and Conditions of Labour

6.2 The contractor shall be registered with the Bargaining Council for the Civil Engineering/General Building works Industry (Governemnt Notice R.490 – Part III) and rates for wages and conditions of labour agreed by the Bargaining Council for the Civil Engineering Industry shall apply except where a specific industry publishes its own wage rates and conditions of labour

Base date 13.8 Base date for this contract is 28 days prior to the closing date of tender

Subcontractors A4.4 The contractor shall not sub-contract more than 25% of the value of the contract (including value of work allocated to Targeted Enterprise(s) but excluding work specified in the Scope of Works to be procured through the Employer’s Supply Chain Procurement process) to any sub-contractor with a lower BBBEE status level, unless the intended sub-contractor(s) is an Exempted Micro Enterprise that has the capability and ability to execute the sub-contract. The percentage of the contract value that may be sublet shall not exceed 40% without the express approval of the Employer.

Special non-working hours/days

A6.5 (a) All designated public holidays (including all foreseeable statutory declared election days)

(b) The annual shut-down period between December and January

(c) Day before Easter Weekend (d) Day of school term closure

Period in which works must commence

A8.1 Not later than 30 days after the commencement date

Page 103: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-32

Programme

A8.3(a) The contractor shall make allowance for the following requirements in his programme: (a) Accommodation of traffic restrictions

Extension of time for completion A8.4 An exceptional adverse climatic condition shall be considered where the return period of the climatic condition is greater than 5 times the contract duration. On this contract the climatic condition is to exceed a return period of 1:6

Delay damages and Other Non-compliance Charges

A8.7 Delay Damages – R15 000 /day Other Non-compliance charges: i. Accommodation of traffic non-

compliance (i) Occurrence – R10 000.00/number (ii) Time delay – R1000.00/hour

Evaluation A12.3 The term “fixed rate item” shall apply to all

items of work listed in the Pricing Schedule (Including agreed items of work listed in Works Authorisations).

Daywork allowances A13.6 Not required (Dayworks provided for in the pricing schedule)

Special materials A13.8 Bitumen binder extracted from petroleum based products and used on site. Including that used in asphalt, irrespective of whether it is produced and/or placed by the contractor or an approved sub-contractor

Price Variations

A13.8

X = 0.15 (a) =0.20 (b) =0.35 (c) =0.35 (d) =0.10 “L” is the consumer price index for the Province of Kwazulu Natal and all urban areas

Retention money: - Percentage

A14.3(c) 10% of value of completed work

- Limit

A14.3(c) R 500 000.00

- Guarantee A14.3(c) This will be considered provided that the tenderer submits his proposal as an alternative tender indicating what discount he proposes to give

Minimum amount of interim payment certificate

A14.6 R 450 000.00

Contractor to insure with SASRIA

A17.3C Required

Page 104: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-33

Environmental Management Plan (EMPl)

C1004(d) DEO means: Designated Environmental Officer

Target Area

D1002(a)

Ethekwini Metropolitan,Ilembe and UThungulu District Municipality

Contract Participation Goals (CPG)

D1003(b)

Targeted Labour of which minimum contributions by Target Groups: i) Woman ii) Youth (under 35 years)

4 % 30% of value 30% of value

Targeted Enterprise of which minimum contribution by Target Groups: i) Woman owned companies ii) Youth (under 35 years)

owned companies

15% 20% of value 20% of value

Page 105: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-34

C1.2.3 APPENDIX TO TENDER: CONTRACT DATA – INFORMAT ION PROVIDED BY THE TENDERER

CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Note to tenderer: This form is the equivalent of the Appendix to Tend er as defined in Sub-Clause 1.1.1.9 of the FIDIC Conditions of Contract 1. FIDIC CONDITIONS OF CONTRACT 1.a Clause 1.3: Communications The Contractor is ....................................................................................................................................... Physical Address: ...................................................................................................................................... .................................................................................................................................................................... Telephone: ................................................................................................................................................ Facsimile: .................................................................................................................................................. Email: ........................................................................................................................................................ 1.b Clause 4.3: Contractor’s representative The authorised and designated representative of the Contractor is: Name: ........................................................................................................................................................ 2. OTHER CONTRACT INFORMATION 2.a ......................................................................................................................................................... 2.b ......................................................................................................................................................... SIGNED BY TENDERER: .........................................................................................................................

Page 106: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-35

C1.3 OTHER STANDARD FORMS C1.3.1 AGREEMENT IN TERMS OF THE OCCUPATION HEALTH AND SAFETY ACT 1993

(ACT NO. 85 OF 1993) AND CONSTRUCTION REGULATIONS, 2014 This AGREEMENT made at ......................................................................................................................

on this the ................................ day of .............................................................. in the year ...................

between THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED (hereinafter called “the Employer”) on the one part, herein represented by ..................................................................................

in his capacity as .......................................................................................................................................

and delegate of the Employer in terms of the Employer’s standard powers of delegation pursuant to the provisions of Act No. 7 of 1998, and ...................................................................................................

(hereinafter called “the Mandatary”) on the other part, herein represented by .........................................

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

in his capacity as .......................................................................................................................................

WHEREAS the Employer is desirous that certain works be constructed, viz. CONTRACT NRA: N002-268-2014/1 for UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42 .6)and has accepted a tender by the Mandatary for the construction, completion & maintenance of such works and has appointed the Mandatary in terms of Regulation 5(1)(k) of the Construction Regulations 2014, and whereas the Employer and the Mandatary have agreed to certain arrangements and procedures to be followed in order to ensure compliance by the Mandatary with the provisions of the Occupational Health and Safety Act 1993 (Act 85 of 1993);

NOW THEREFORE THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. The Mandatary shall execute the work in accordance with the contract documents pertaining to

this contract. 2. This Agreement shall hold good from its commencement date, to either :

a) the date of the Performance Certificate issued in terms of sub-clause 11.9 of the Conditions of Contract for Construction for Building and Engineering Works designed by the Employer (1999) published by Federation Internationale des Ingenieurs-Conseils (FIDIC), as contained in Volume 1 of the contract documents pertaining to this contract, or

b) the date of termination of the contract in terms of clauses 15, 16 or 19 of the GCC.

3. The Mandatary declares himself to be conversant with the following:-

a) All the requirements, regulations and standards of the Occupational Health and Safety Act (Act 85 of 1993), hereinafter referred to as "The Act", together with its amendments and with special reference to the following Sections of The Act. i) Section 8: General duties of employers to their employees. ii) Section 9: General duties of employers and self-employed persons to persons

other than employees. iii) Section 37: Acts or omissions by employees or mandataries and iv) Sub-section 37(2) relating to the purpose and meaning of this Agreement.

b) The procedures and safety rules of the Employer as pertaining to the Mandatary and to

all his subcontractors. 4. In addition to the requirements of sub-clause 4.8, 6.7 and 17.1 of the GCC and all relevant

requirements of Volume 3 of the contract documents pertaining to this contract, the Mandatary agrees to execute all the works forming part of this contract and to operate and utilize all machinery, plant and equipment in accordance with The Act.

Page 107: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-36

5. The Mandatary is responsible for the compliance with the Act by all his subcontractors, whether or not nominated and/or approved by the Employer.

6. The Mandatary warrants that all his and his subcontractors’ workmen are covered in terms of

the Compensation for Occupational Injuries and Diseases Act 1993, which cover shall remain in force whilst any such workmen are present on site. A letter of good standing from the Compensation Commissioner to this effect must be produced to the Employer upon signature of the agreement.

7. The Mandatary undertakes to ensure that he and/or his subcontractors and/or their respective

employees will at all times comply with the following conditions:

a) The Mandatary shall assume the responsibility in terms of Section 16.1 of The Act. The Mandatary shall not delegate any duty in terms of Section 16.2 of The Act without the prior written approval of the Employer. If the Mandatary obtains such approval and delegates any duty in terms of section 16.2 a copy of such written delegation shall immediately be forwarded to the Employer.

b) All incidents referred to in The Act shall be reported by the Mandatary to the Department

of Labour as well as to the Employer. The Employer will further be provided with copies of all written documentation relating to any incident.

c) The Employer hereby obtains an interest in the issue of any formal enquiry conducted in

terms of section 32 of The Act into any incident involving the Mandatary and/or his employees and/or its subcontractors.

In witness thereof the parties hereto have set their signatures hereon in the presence of the subscribing witnesses: SIGNED FOR AND ON BEHALF OF EMPLOYER: .................................................................................. WITNESS 1: .............................................................................................................................................. NAME (IN CAPITALS) ............................................................................................................................... WITNESS 2: .............................................................................................................................................. NAME (IN CAPITALS) ............................................................................................................................... SIGNED FOR AND ON BEHALF OF THE MANDATARY ......................................................................... WITNESS 1: .............................................................................................................................................. NAME (IN CAPITALS): .............................................................................................................................. WITNESS 2: .............................................................................................................................................. NAME (IN CAPITALS) ...............................................................................................................................

Page 108: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-37

C1.3.2(a) FORM OF GUARANTEE To:The South African National Roads Agency SOC Limited PO Box 415 Pretoria 0001 Note to tenderer: This pro forma is for information only. The success ful tenderer’s guarantor will need to reproduce it without amendment, omission or additio n for completion and lodgement with the Employer. A separate copy of this pro forma will be issued to the successful tenderer with the letter of acceptance. CONTRACT NRA N002-268-2014/1 FOR UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NAT IONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) 1. I/We , the undersigned, ................................................... and ......................................................

in our respective capacities as ........................................................................................................ and ............................................................................................................................................... and as such duly authorised to represent: ...................................................................................... (hereinafter referred to as “the Guarantor”) in the case of a company, a resolution to be attached do hereby hold at your disposal the amount of ............................................................................... (R…………………………….) including VAT, for the due fulfilment by ........................................... insert the name of Contractor (hereinafter referred to as “the Contractor”) of its obligations to The South African National Roads Agency SOC Limited (hereinafter referred to as “SANRAL”) in terms of the above stated contract between the Contractor and SANRAL.

2. The Guarantor hereby renounces the benefits of the exceptions non numeratae pecuniae, non

causa debiti, excussionis and divisionis, the meanings and effect whereof the Guarantor declares itself to be fully conversant.

3. The Guarantor undertakes and agrees to pay to SANRAL the said amount of R ...........................

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

(R…………………………) including VAT, or such portion as may be demanded on receipt of a written demand from SANRAL, which demand may be made by SANRAL if, (in your opinion and at your sole discretion), the said Contractor fails and/or neglects to commence the work as prescribed in the contract or if he fails and/or neglects to proceed therewith or if, for any reason, he fails and/or neglects to complete the services in accordance with the conditions of contract, or if he fails or neglects to refund to SANRAL any amount found to be due and payable to SANRAL, or if his estate is sequestrated or if he surrenders his estate in terms of the Insolvency Law in force within the Republic of South Africa.

4. Subject to the above and without in anyway detracting from your rights to adopt any of the

procedures set out in the contract, the said demand can be made by you at any stage. 5. The said amount of R .......................................................................................................................

(R………………………….) including VAT, or such portion as may be demanded may be retained by SANRAL on condition that after completion of the service, as stipulated in the contract, SANRAL shall account to the Guarantor showing how this amount has been utilised and refund to the Guarantor any balance due.

6. This guarantee is neither negotiable nor transferable and

Page 109: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-38

a) must be surrendered to the Guarantor at the time when SANRAL accounts to the Guarantor in terms of clause 5 above, or

b) shall lapse upon the issue of the Taking-Over Certificate in terms of sub-clause 10.1 of the Conditions of Contract and

c) shall not be interpreted as extending the Guarantor’s liability to anything more than payment of the amount guaranteed.

7. This guarantee shall be governed by South African Law and subject to the jurisdiction of South

African Courts. THUS DONE AND SIGNED AT ................................................................................................................

ON THIS .................... DAY OF ................................................................. 20 ........................................

GUARANTOR: ..........................................................................................................................................

ADDRESS: .................................................................................................................................................

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

AS WITNESSES: 1 .................................................... 2 ..................................................................

NAMES (PRINT) 1 .................................................... 2 ..................................................................

Page 110: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-39

C1.3.3(a) FORM OF NOTIFICATION OF CONSTRUCTION WORK WITH DEPARTMENT OF LABOUR

CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6)

Annexure 2

Occupational Health and Safety Act, 1993

(Regulation 4 of the Construction Regulations, 2014 )

NOTIFICATION OF CONSTRUCTION WORK

1. (a) Name and postal address of principal contractor:

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

(b) Name and telephone number of principal contractor’s contact person:

............................................................................................................................................... 2. Principal contractor’s compensation registration number:

......................................................................................................................................................... 3. (a) Name and postal address of client:

The South African National Roads Agency SOC Limited, PO Box 100410, Scottsville, 3209

(b) Name and telephone number of client’s contact person or agent:

Client: Miss S Naicker 033 392 8100 ...............................................................................................................................................

Agent: Madan Singh and Associates cc Manoj Soni 031 262 6950

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

4. (a) Name and postal address of designer(s) of the Project:

Madan Singh & Associates cc, 36 Westdale crescent, Reservoir Hills, Durban (b) Name and telephone number of the designer’s contact person:

Manoj Soni 031 262 6950

5. Name and telephone number of principal contractor’s construction supervisor on site appointed

in terms of Regulation 8(1):

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

Page 111: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-40

6. Name(s) of principal contractor’s subordinate supervisors on site appointed in terms of Regulation 8(2):

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

7. Exact physical address of the construction site or site office:

......................................................................................................................................................... 8. Nature of construction work:

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

9. Expected commencement date: ..................................................................................................... 10. Expected completion date: .............................................................................................................. 11. Estimated maximum number of persons on the construction site:

Total: ……………………….. Male: ……………………….Female: ...................................................

12. Planned number of contractors on the construction site accountable to the principal contractor:

......................................................................................................................................................... 13. Name(s) of contractors already selected:

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

.................................................................................. .................................................................. PRINCIPAL CONTRACTOR DATE .................................................................................. .................................................................. CLIENT’S AGENT (where applicable) DATE .................................................................................. .................................................................. CLIENT DATE • THIS DOCUMENT IS TO BE FORWARDED TO THE OFFICE OF THE DEPARTMENT OF

LABOUR PRIOR TO COMMENCEMENT OF WORK ON SITE. • ALL PRINCIPAL CONTRACTORS THAT QUALIFY TO NOTIFY MUST DO SO EVEN IF

ANOTHER PRINCIPAL CONTRACTOR ON THE SAME SITE HAD DONE SO PRIOR TO THE COMMENCEMENT OF WORK

Page 112: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-41

C1.3.4 FORM OF RETENTION MONEY GUARANTEE To: The South African National Roads Agency SOC Limited PO Box 415 Pretoria 0001 Note to tenderer: This pro forma is for information only. The success ful tenderer’s guarantor will need to reproduce it without amendment, omission or additio n for completion and lodgement with the Employer. A separate copy of this pro forma will be issued to the successful tenderer with the letter of award. CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONAL ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) The guarantee is issued on behalf of ........................................................................................................ Registration No. ............................................ (hereinafter referred to as “the Contractor”) in connection with the above mentioned contract (hereinafter referred to as “the Contract”). Whereas you have agreed that the Contractor may provide a guarantee in lieu of the retention monies provided for under the Contract. Now therefore we, the undersigned, being duly authorised to represent ................................................. full name of guarantor registration number ................................................... undertake to pay you such amounts as you may from time to time demand from us, immediately upon receipt of a written demand from you. 1. Each demand shall be in writing and delivered to us at .................................................................

or such other address as we shall in writing notify to you. 2. Our liability to make the payments herein referred to shall be unconditional and not be affected

or diminished by any disputes, claims or counterclaims between you and the Contractor. 3. Our aggregate liability under this guarantee is limited to .................................................................

(R .................................................................................................................................................... ) and is restricted to payment of monies only.

4. This guarantee shall expire on the date on which the last of the retention monies, which but for

this guarantee would have been retained by you, becomes payable to the Contractor. 5. This guarantee is neither negotiable nor transferable and must be returned to us against final

payment of our aggregate liability or on the date of the expiry of the guarantee in terms of Clause 4 (above), whichever is the earlier.

Signed at .................................................................. for and on behalf of ................................................

on this the ....................... day of ............. in the year ..............................................................................

GUARANTOR: ..........................................................................................................................................

AS WITNESSES:

1 ....................................................................... 2 ....................................................................

NAME: ..................................................................... NAME: ...........................................................

ADDRESS: .............................................................. ADDRESS: ....................................................

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

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

Page 113: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-42

C1.3.5 FORM OF BANKING DETAILS Notes to Contractor: 1. The Employer applies an Electronic Funds Transfe r system for all payments. 2. If you are already registered as a vendor with t he Employer, you are required to confirm

your banking details in the form below, but are not required to submit the documentation as per note 3.1 and 3.2.

3. If you are not registered as a vendor with the E mployer, you are required to supply: 2.1 a completed SANRAL Vendor Application Form (to be obtained from the relevant

Regional Project Manager); or 2.2 an original cancelled cheque bearing your compa ny name and account number; or 2.3 if you are unable to supply an original cancell ed cheque, you are to provide a letter

on your letterhead as per the pro forma below and r eturn the original letter to the address as stated in clause 1.3 of C1.2.2 - Informa tion provided by the Employer, delivered by hand or sent by post.

__________________________________________________________________________________ To: The South African National Roads Agency SOC Limited 58 van Eck Place Mkondeni Pietermaritzburg, 3204 Dear Sir CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) BANKING DETAILS By signing this document we accept the following: • The banking details submitted are those of Note to compiler: insert name of successful

contractor and we take full responsibility for their correctness.

• We indemnify the Employer from any and all outcomes if an electronic transfer is made into an incorrect bank account using the banking details submitted.

Account Name: ............... ………………………………………………………………………………………… Bank: ............................... ………………………………………………………………………………………… Branch Name: ................. ………………………………………………………………………………………… Branch Code: .................. ………………………………………………………………………………………… Account Number: ............. ………………………………………………………………………………………… Yours sincerely .................................................................................. Authorised Signatory for Note to compiler: Insert name of successful contrac tor DATE:

Page 114: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-43

C1.3.6 TAX COMPLIANCE PERMISSION DECLARATION SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) Where Tax Compliance Certificates and VAT Registration Certificates are no longer issued by SARS the Contractor shall complete the declaration below. I, .................................................................................................................................................... (name)

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

on behalf of ................................................................................................................................................

.................................................................................................................................... (name of company)

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

Limited (SANRAL) our tax compliance status on an ongoing basis for the contract term.

For this purpose, our unique security personal identification number (PIN) is ........................................ .

In addition, the Contractor shall obtain written consent from each of its subcontractors, undisclosed principals and partners involved in this contract confirming that SARS may, on an ongoing basis during the contract term, disclose the subcontractors’ tax compliance status to the Employer. For this purpose the Contractor shall provide the Employer with the unique security personal identification number (PIN) for each of its subcontractors, undisclosed principals and partners involved in this contract. SIGNATURE: ............................................................................................................................................ DATE: ........................................................................................................................................................

Page 115: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-44

PART C2: PRICING DATA __________________________________________________________________________________

Page 116: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-45

PART C2: PRICING DATA TABLE OF CONTENTS PAGE C2.1 PRICING INSTRUCTIONS ....................................................................................... C-46

C2.2 PRICING SCHEDULE (INCORPORATING SBD3).................................................. C-57

C2.3 SUMMARY OF PRICING SCHEDULE .................................................................... C-61

Page 117: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-46

C2.1 PRICING INSTRUCTIONS C2.1.1 Measurement and payment shall be in accordance with the relevant provisions of

the COLTO Standard Specification for Road and Bridge Works for State Road Authorities (1998 edition) as amended in the Scope of Works.

C2.1.2 The units of measurement described in the Pricing Schedule are metric units.

Abbreviations used in the Pricing Schedule are as follows:

% = percent h = hour ha = hectare kg = kilogram kl = kilolitre km = kilometre km-pass = kilometre-pass kPa = kilopascal kW = kilowatt l = litre m = metre mm = millimetre m2 = square metre m2-pass = square metre-pass m3 = cubic metre m3-km = cubic metre-kilometre MN = meganewton MN.m = meganewton-metre MPa = megapascal No. = number Prov sum = Provisional sum PC Sum = Prime Cost sum R/only = Rate only sum = lump sum t = ton (1000kg) W/day = Work day

C2.1.3 For the purpose of the Pricing Schedule, the following words shall have the

meanings assigned to them:

Unit: The unit of measurement for each item of work as defined in the COLTO Standard Specification for Road and Bridge Works for State Road Authorities (1998 edition).

Quantity: The number of units of work for each item.

Rate: The payment per unit of work for which the Service Provider

tenders to do the work. Amount: The product of the quantity and the rate tendered for an item. Lump Sum: An amount tendered for an item, the extent of which is

described in the Pricing Schedule, the Scope of Work or elsewhere, but of which the quantity of work is not measured in units.

Prime cost: Is a specific type of Provisional Sum where payment is made on

the production of invoices showing the cost price of the implementation or installation of the service required. Services rendered in this manner carry a mark-up for which a rate is offered at tender stage to cover all the tenderer’s handling, supervision and liability costs in providing the item or services.

Page 118: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-47

Provisional Sum: Means a sum (if any) which is specified in the contract as a provisional sum, for the execution of any part of the works or the supply of plant, materials or services under sub-clause 13.5 (Provisional sums).

C2.1.4 Unless otherwise stated, items are measured net in accordance with the drawings, and no allowance is made for waste.

C2.1.5 It will be assumed that prices included in the bills of quantities are based on Acts,

Ordinances, Regulations, By-laws, International Standards and National Standards that were published 28 days before the closing date for tenders. (Refer to www.sabs.co.za for information standards)

C2.1.6 The prices and rates in the Pricing Schedule are fully inclusive prices for the work

described under the items. Such prices and rates cover all costs and expenses that may be required in and for the execution of the work described in accordance with the provisions of the Scope of Work, and shall cover the cost of all general risks, liabilities and obligations set forth or implied in the Contract Data, as well as overhead charges and profit. These prices will be used as a basis for assessment of payment for additional work that may have to be carried out. A complete breakdown of all rates in electronic format (Excel) on a separate CD must be submitted with the completed pricing schedule. The rates are to be clearly referenced to the relevant payitem numbers, with each rate broken down into its labour, materials, plant, fuel, overhead charges and profit components.

C2.1.7 Where the Scope of Work requires detailed drawings and designs or other information

to be provided, all costs associated therewith are deemed to have been provided for and included in the unit rates and sum amount tendered such items.

C2.1.8 An item against which no price is entered will be considered to be covered by the

other prices or rates in the Pricing Schedule. A single lump sum will apply should a number of items be grouped together for pricing purposes.

C2.1.9 The quantities set out in the Pricing Schedule are approximate and do not necessarily

represent the actual amount of work to be done. The quantities of work accepted and certified for payment will be used for determining payments due and not the quantities given in the Pricing Schedule.

C2.1.10 Reasonable compensation will be received where no payitem appears in the Pricing

Schedule in respect of work required in terms of the Contract and which is not covered in any other payitem.

C2.1.11 The short descriptions of the items of payment given in the Pricing Schedule are only

for the purposes of identifying the items. More details regarding the extent of the work entailed under each item appear in the Scope of Work.

C2.1.12 The item numbers appearing in the Pricing Schedule refer to the corresponding item

numbers in the COLTO Standard Specification for Road and Bridge Works for State Road Authorities (1998 edition)

C2.1.13 The pricing schedules are provided electronically on the Compact Disc. A printout of

the entire completed pricing schedule must be signed and attached to the tender as well as an electronic copy of the priced pricing schedule together with the breakdown of rates. In the event of any discrepancy between the signed printed copy, and the electronically submitted copy, the tender rates in the signed copy will govern. The item numbers and description of the PDF document will govern. For all addenda issued relating to the pricing schedule, the item numbers, description and quantities of the issued document will govern.

Page 119: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-48

C2.2 PRICING SCHEDULE (INCORPORATING SBD3)

(See PC Docs 42751 – Excel spreadsheet) SIGNED BY TENDERER ..........................................................................................................................

Page 120: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-49

SCHEDULE A

TOLL PLAZAS

Page 121: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-108

SCHEDULE B

SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY PARTICIPATION

Page 122: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-111

CALCULATION OF TENDER SUM

Page 123: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-112

C2.3 SUMMARY OF PRICING SCHEDULE SCHEDULE A: TOLL PLAZAS ..................................... R ………………………

(from page C-50 to C-112)

SCHEDULE B: SMALL CONTRACTOR DEVELOPMENT,

TRAINING AND COMMUNITY

PARTICIPATION .................... ………. . R ...................................................... .

(from page C-109 to C-110)

SUBTOTAL ............................................................. R ........................................................ VALUE ADDED TAX: 14% of Subtotal ............................................................ R ............................................... …….. __________________________________________________________________________________ TOTAL CARRIED TO C.1.1.1 : FORM OF OFFER R .............................................................. __________________________________________________________________________________ SIGNED BY TENDERER: .........................................................................................................................

Page 124: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-113

PART C3: SCOPE OF WORKS __________________________________________________________________________________

Page 125: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-114

PART C3: SCOPE OF WORKS TABLE OF CONTENTS PAGE SECTION A: STANDARD AMENDMENTS ISSUED BY COLTO ............... ............................ C-64

SECTION B: PROJECT SPECIFICATION AMENDMENTS TO THE STANDARD

SPECIFICATIONS .............................................................................................. C-65

SECTION C: ENVIRONMENTAL MANAGEMENT PLAN ..................... ................................ C-360

SECTION D: SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNIT Y

PARTICIPATION ..................................... .......................................................... C-383

SECTION E: REQUIREMENTS OF THE OCCUPATIONAL HEALTH AND SAFETY ACT AND

REGULATIONS ....................................... ......................................................... C-396

SECTION F: REHABILITATION OF STRUCTURES AND BRIDGES .......... ........................ C-407

Page 126: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-115

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) SECTION A: STANDARD AMENDMENTS ISSUED BY COLTO Notes to tenderer: 1. The Standard Specifications for Road and Bridge Works for State Road Authorities (1998

edition) prepared by the Committee of Land Transpor t Officials, (COLTO), as amended, shall apply to this contract. The amendments are th ose issued by COLTO and reproduced in Section A, together with additional a mendments as set out in Section B.

2. Where reference is made to the General Condition s of Contract and sub-clauses thereof

in the abovementioned Standard Specifications, they refer to the appropriate edition of the ‘General Conditions of Contract for Road and Br idge Works for State Road Authorities” issued by COLTO (clause 1115 of the St andard Specifications refers).

3. The General Conditions of Contract applicable to this contract are the “Conditions of

Contract for Construction for Building and Engineer ing Works Designed by the Employer” (1999), published by the Federation Inter nationale des Ingenieurs-Conseils (FIDIC) and the necessary amendments to the Standar d Specifications have been made and included in the Project Specifications containe d in this document.

4. The terms “Schedule of Quantities”, (used throug hout the Standard Specifications) and

“Bill of Quantities”, (used in all other documents forming part of this contract), and “Pricing Schedule” are synonymous.

As at 28 November 2014 no amendments have been issued.

Page 127: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-116

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) SECTION B: PROJECT SPECIFICATION AMENDMENTS TO THE STANDARD

SPECIFICATIONS Notes to tenderer: 1. In certain clauses the Standard Specifications a llow a choice to be specified in the

project specifications between alternative material s or methods of construction and for additional requirements to be specified to suit a p articular contract. Details of such alternatives or additional requirements applicable to this contract are contained in this part of the project specifications. It also contain s some additional specifications required for this particular contract.

2. The number of each clause and each payment item in this part of the project

specifications consists of the prefix B followed by a number corresponding to the number of the relevant clause or payment item in th e standard specifications. The number of a new series, new clause or a new payment item which does not form part of a series, clause or a payment item in the standard sp ecifications and which is included here, is also prefixed by B followed by a new numbe r. The new numbers follow on the last clause or item number used in the relevant sec tion of the standard specifications.

3. The tenderer shall note that the standard COLTO specification is based on the COLTO

General Conditions of Contract. References to speci fic COLTO General Conditions of Contract clauses will need to be exchanged for the equivalent clause in the FIDIC Conditions of Contract as amended by the Particular Conditions of Contract to be found in Part C1 of this document. The Employer assumes n o responsibility for the contractor’s interpretation of which are the correct relevant cl auses.

Page 128: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-117

SECTION B: PROJECT SPECIFICATIONS TABLE OF CONTENTS PAGE COLTO SERIES 1000: GENERAL ........................................... .................................................... C-118

SECTION B1100: DEFINITIONS AND TERMS ............................................................................. C-118

SECTION B1200: GENERAL REQUIREMENTS AND PROVISIONS ............... ........................... C-121

SECTION B1300: CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL OBLI GATIONCS

........................................................................................................................... C-135

SECTION B1400: HOUSING, OFFICES AND LABORATORIES FOR THE ENGINEER’ S SITE

PERSONNEL .................................................................................................... C-139

SECTION B1500: ACCOMMODATION OF TRAFFIC .......................... ......................................... C-142

SECTION B1600: OVERHAUL .......................................... ............................................................ C-155

COLTO SERIES 2000: DRAINAGE .......................................... ................................................... C-156

SECTION B2300: CONCRETE KERBING, CONCRETE CHANNELLING, CHUTES AND

DOWNPIPES AND CONCRETE LINING FOR OPEN DRAINS ..... ................. C-156

SECTION B3400: PAVEMENT LAYERS OF GRAVEL MATERIAL ................ ............................. C-157

SECTION B3500: STABILIZATION ..................................... .......................................................... C-159

SECTION B5500: FENCING .......................................................................................................... C-163

SECTION B5700: ROAD MARKINGS ..................................... ...................................................... C-165

COLTO SERIES 6000: STRUCTURES ........................................................................................ C-172

SECTION B6100: FOUNDATIONS FOR STRUCTURES .............................................................. C-172

SECTION B6200: FALSEWORK, FORMWORK AND CONCRETE FINISH ........... ..................... C-174

SECTION B6300: STEEL REINFORCEMENT FOR STRUCTURES ............................................ C-177

SECTION B6400: CONCRETE FOR STRUCTURES .................................................................... C-178

SECTION B6600: NO-FINES CONCRETE, JOINTS, BEARINGS, PARAPETS AND D RAINAGE

FOR STRUCTURES ......................................................................................... C-189

COLTO SERIES 7000: SUNDRY STRUCTURES ....................................................................... C-191

SECTION B7100: CONCRETE PAVEMENTS ............................................................................... C-191

SECTION B7600: CONCRETE PAVEMENT REHABILITATION .................. ................................ C-194

COLTO SERIES 8000: SUNDRIES .............................................................................................. C-199

SECTION B8100: TESTING MATERIALS AND WORKMANSHIP ................. .............................. C-199

SECTION B8200: QUALITY CONTROL ................................... ..................................................... C-212

SECTION B8400: PAINTING .......................... ............................................................................... C-215

SECTION B8500: BUILDING WORKS ..................... ...................................................................... C-219

SECTION B8600: DISMANTLING AND REMOVAL OF STEEL ST RUCTURES ......................... C-257

SECTION B8700: PROTECTIVE COATINGS AND TREATMENTS FOR CONCRETE ... ............ C-259

Page 129: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-118

COLTO SERIES 1000: GENERAL SECTION B1100: DEFINITIONS AND TERMS B1115 GENERAL CONDITIONS OF CONTRACT

Replace Clause 1115 with the following:

The General Conditions applicable to this Contract are the Conditions of Contract for Construction for Building and Engineering Works designed by the Employer, (1999) published by the Federation Internationale des Ingenieurs-Conseils (FIDIC). Accordingly, all reference in the Standard Specifications to any other General Conditions of Contract (GCC) has to be amended. The Standard Specifications have been scrutinized and clauses which refer to another GCC identified. These are tabulated below together with the relevant equivalent clause in the FIDIC Conditions of Contract. The context of the reference to the GCC is also noted. Whereas every effort has been made to include all of the affected clauses in the table, there may be some omissions. In every case, however, the FIDIC Conditions of Contract, as amended by the Particular Conditions of Contract in Part C1.2 of this Volume, shall apply and the contractor shall be responsible for interpretation of the equivalent clause

CHANGES TO REFERENCES BY THE COLTO STANDARD SPECIFI CATIONS TO THE COLTO GENERAL CONDITIONS OF CONTRACT AND FIDIC CONDITIONS OF CONTRACT

COLTO Standard Specification

COLTO General Conditions of Contract 1998

FIDIC Conditions of Contract 1999

Clause No

Page No

Clause No

Description or Reference Clause No

Description or Reference

1115 1100-2 Definition of GCC Definition of FIDIC 1204 1200-2 15 Construction programme 8.3 Construction programme 1204 1200-2 General reference to GCC Applicable to FIDIC 1206 1200-3 14 Setting out of works 4.7 Setting out of works 1209(a) 1200-4 General references to GCC Applicable to FIDIC 1209(e) 1200-5 52(2) Valuation of material brought onto

site 14.5 Plant and material intended for

use in the works. 1210 1200-5 54(1) Certificate of practical completion 10.1 Taking-over certificate 1212(1) 1200-7 49(2) CPA on alternative designs 13.8 CPA on alternative designs 1215 1200-9 45(2) Extension of time for completion due

to abnormal rainfall. 8.4 Extension of time for completion

due to abnormal rainfall. 1217 1200-10 35 Care of the works 17.2 Care of the works 1303(ii) 1300-1 General reference to GCC Applicable to FIDIC 1303(iii) 1300-1 49 Price adjustment Item 13.01(a) 13.7&13.

8 Price adjustment Item 13.01(a)

1303(iii) 1300-2 49 Price adjustment Item 13.01(b) 13.7&13.8

Price adjustment Item 13.01(b)

1303(iii) 1303(iii)

1300-1 1300-2

53 53

Variations exceeding 20% Variations exceeding 20%

Not applicable to this contract Not applicable to this contract

1303 1300-2 12 Payment Item 13.01(c) 8.1 Payment Item 13.01(c) 1303 1300-2 45 Payment Item 13.01(c) 8.4 Payment Item 13.01(c) 1403(c)(ii) 1400-4 40(1) Variation for rented accommodation 13.3 Variation for rented

accommodation 1505 1500-3 40(1) Variation for temporary drainage 13.3 Variation for temporary drainage Item 15.08 1500-8 48 Payment of Provisional Sum 13.5 Payment of Provisional Sum Item 15.09 1500/8 48 Payment of Provisional Sum 13.5 Payment of Provisional Sum Item 15.11 1500-8 48 Payment of Provisional Sum 13.5 Payment of Provisional Sum Note (2) 3100-4 40 Payment for prospecting for materials 13.5 Payment for prospecting for

materials 3204(b)(iii) 3200-2 40 Payment for oversize material 13.3 Payment for oversize material 3303(b) 3300-2 2 Engineer’s decisions, with reference

to materials classification 3 Engineer’s decisions, with

reference to materials classification

Item 44.06 4400-3 General reference to GCC, PC Sums 13.5 Provisional Sums in FIDIC Item 45.06 4500-3 General reference to GCC, PC Sums 13.5 Provisional Sums in FIDIC 5803(c) 5800-3 40 Variation, for landscaping 13.3 Variation, for landscaping 5805(d) 5800-4 40 Variation, for grassing 13.3 Variation, for grassing Item 58.10 5800-10 48 Payment for Extra Work 13.5 Payment for Extra Work 8103(c) 8100-1 40 Variation, for testing material 13.3 Variation, for testing material Item 81.02 8100-26 General reference to GCC,

Provisional Sums Applicable to FIDIC, Provisional

Sums Item 81.03 8100-26 22 Clearance of site on completion, with 11.11 Clearance of site on completion,

Page 130: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-119

COLTO Standard Specification

COLTO General Conditions of Contract 1998

FIDIC Conditions of Contract 1999

Clause No

Page No

Clause No

Description or Reference Clause No

Description or Reference

reference to core drilling with reference to core drilling

B1155 WORK IN RESTRICTED AREAS

Add the following: “Any omission of payitems from the pricing schedule with regard to additional or extra over payment for work in restricted areas should be regarded as deliberate and any additional cost incurred shall be included in the bulk rates tendered. (Refer also to clause B1209(g))”

Add the following clauses: “B1156 OTHER DEFINITIONS

The COLTO Standard Specifications for Roads and Bridge Works for State Road Authorities (1998 edition) has been written for all contractors, employers and engineers. Similarly, the works and the site are not defined and the general nature of the entities and elements that collectively constitute construction under a contract are characterized by the use of lower case letters throughout. These project specifications continue to use lowercase spellings in order to avoid the appearance of the capitalised and non-capitalised words to describe or prescribe the same elements of work required on this project. However, for the purposes of this contract the following definitions shall apply: Contractor The Contractor and the contractor is the same persona defined under clause 1.1.2.3 of the FIDIC Conditions of Contract, but who will only be formally identified by the completed Form of Acceptance C1.1.2 in this document and which will be bound into the final contract document. Employer The Employer and employer is the same persona and is defined in C1.2.2 Contract Data, and clause 1.1.2.2 of the FIDIC Conditions of Contract. Engineer The Engineer and engineer is the same persona and is defined in the C1.2.2 Contract Data, and clause 1.1.2.4 of the FIDIC Conditions of Contract. Site The site is defined in clause 1.1.6.7 of the FIDIC Conditions of Contract. It is bound by the limits of construction as shown in the drawings or the title of the project and extends to also include the following: • Areas outside the construction zone areas where accommodation of traffic is placed. • All borrowpits defined in the applications approved by the relevant Department of

Minerals and Energy. • All haul roads constructed by the contractor for purposes of access. • Any non-adjacent sites specified in the contract documentation. • The contractors and his subcontractors camp sites

Works The works is described in Part C4 of this document and is as defined in clause 1.1.5.8 of the FIDIC Conditions of Contract and prescribed in Sections B, C, D & E of this Volume. Prime cost Is a specific type of Provisional Sum for which payment is made on the production of invoices showing the cost price of the implementation or installation of the service required? Services rendered in this manner carry a mark-up for which a rate is offered at tender stage to cover all the tenderer’s handling, supervision and liability costs and profit in providing the item or services.

Page 131: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-120

Provisional Sum Is a sum which is specified in the contract as a provisional sum, for the execution of any part of the works or the supply of plant, materials or services under sub-clause 13.5 (Provisional sums).

B1157 LANE OCCUPATION LEVY

Lane occupation is a charge levied by the Employer for use of its asset outside of times to which the contractor has committed himself through the original construction programme in terms of clause 8.3 of the FIDIC Conditions of Contract. The levy shall be applied each day, or part thereof, for the duration of the contractor’s unauthorised extended occupation of ramps or carriageway lanes to complete the required work. The levy shall be payable by the contractor in each and every month that it occurs, and shall be deducted from the amount due to the contractor on the relevant monthly payment certificates. The same levy shall be applied whenever during the Defects Notification Period the contractor is required to undertake repairs to defective work. The levy shall be applied at the rate stated in the appendix to tender and will be commensurate with the reduction in service levels imposed on road users by the contractor’s extended occupation.

B1158 SABS SPECIFICATIONS

Where reference is made in this specification or the standard specifications to SABS specifications, the latest published national standard shall be applicable. Use: https://www.sabs.co.za/content/uploads/files/SABS%20Catalogue%20February%202012%20(abridged).pdf for the most up-to-date versions of the various standards.

B1159 AGGREGATE SIZE

Where reference is made in this specification or the standard specifications to aggregate size, nominal aggregate size or maximum aggregate size, the aggregate size as listed shall be replaced with the new corresponding aggregate size as indicated in the following table:

Aggregate size New aggregate size 26,5 28 19 20

13,2 14 9,5 10 6,7 7 4,75 5 2,36 2 1,18 1 ”

Page 132: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-121

SECTION B1200: GENERAL REQUIREMENTS AND PROVISIONS B1202 SERVICES Add the following first paragraph:

“All reference to services in this clause shall also mean utility services as well as traffic monitoring devices such as Comprehensive Traffic Observation (CTO), Speed Measuring Device (SMD) and Weigh-in-Motion (WIM) stations.” In the final paragraph, replace “clause 15” in the second line with “clause 8.3” In the second paragraph, delete the word “utility” at the end of the second line. In the final paragraph delete the second and third sentences starting with ‘Should’ and replace with the following: “Table B1202/1 lists all known services on the site. Those requiring removal, realignment or temporary replacement are indicated within the table with an asterisk However, before any work can commence the contractor shall verify the actual position of each service and bring to the attention of the engineer any service that is not recorded. As the contractor is not authorised to remove or replace these facilities he shall:

i) Give preliminary notice, in writing to the relevant service provider, that the services

on the site will require removal or protection prior to works being carried out in the vicinity of each station. The contractor shall advise the service provider of

a) The number of services, their locations and station ID numbers and b) The proposed dates when work will commence in the vicinity of each

service.

ii) In addition to the above preliminary notice, give the service provider 14 days written notice of the intention to commence work in the vicinity of each facility.

iii) Upon completion of the work in the vicinity of each facility, the contractor shall

notify the service provider, in writing, that work is complete and the service may be reinstated.

Any delay resulting from the removal/replacement of a service shall not be the subject of a potential claim, unless the contractor can demonstrate that every effort has been made to timeously request and/or apply for the removal/replacement of the said service. In addition, the contractor shall be deemed to have employed the services of the service provider as a subcontractor for purposes of removing and/or replacing the relevant service.

Routine Road Maintenance Manager (eMdloti to Empangeni)

• Stollie Van Wyk – UWP Consulting Cell : 072 283 6669 Email: [email protected]

Page 133: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-122

• Toll Road Manager

Toll Plaza Contact Person Tel E-mail

Tongaat Ben Reddy 032 945 1237 [email protected] King Shaka Ramp Ben Reddy 032 945 5005 [email protected]

Mvoti

Saras Mahomed/ Krishnen Govender 032 559 9395 [email protected]

Mtunzini, Dokodweni & Mandeni

Saras Mahomed 035 340 1087 [email protected]

Any cost of repairs, replacement and/or installation of the stations and equipment resulting from the contractor’s negligence or unauthorised action shall be to the contractor’s account.”

B1204 PROGRAMME OF WORK

a) General requirements

Add the following as a continuation of the first paragraph: “In drawing up the programme the contractor shall make allowance for the following:

i) All special non-working days defined in the Contract Data.

ii) The expected delays defined in B1215: Extension of time resulting from

inclement weather as a terminal float.

iii) The following embargo hours and days: From 9:00 am on the Thursday before the Easter weekend to 7:00 am on the Tuesday after the Easter weekends.

iv) The following restricted working conditions:

- During the contractor’s annual shutdown period between December

and January, the contractor shall maintain two-way traffic within the contract limits.

- - As many toll booths as possible must be kept open at each toll plaza

for traffic during the construction. Items such as repair works and painting of canopies, columns etc. will require to work in sections. 2 to 4 lanes must be kept open at all times depending upon intensity of the traffic.

- It must be noted that Dokodweni and Mandeni Ramp Plazas are single lane plazas. This lane must be kept open at all times, While replacing steel canopy with concrete canopy at these plazas, the formwork should be designed such that it accomadates for one traffic lane being open at all times, It means that one traffic lane is open all the time during construction.

Page 134: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-123

- It must be noted that Tongaat Ramp Plazas is a single lane plaza. This lane must be kept open at all times during construction.

At the toll plaza admin buildings, offices are being occupied by the toll plaza employees. Althoughprovision for temporary offices in form of park homes has been made in scheduled of quantities, the contractor need to finish their work within following specified time duration after the access. (a) King Shaka Admin building : 1 month (b) oTongathi Admin building Ablution block : 1 month Main building : 1 month (c) Mvoti Admin building : 1 month (d) Mtunzini Admin Building : 2 month

Notwithstanding to the above, works within the buidldings shall be carried out in such a way that it causes minimum disruption the users. It is possible that all offices may not be available at the same time, particularly computer room and control room, in this case the contractor will be required to work in sections.

v) Meeting the requirements of the Environmental Management Plan (EMPl).

vi) The time needed for preparation and approval of the various mix designs specified in the relevant construction sections of the Scope of Works.

This initial programme shall realistically account for the forecast cashflow within the defined contract period, and as provided on Form D7: Schedule of Estimated Monthly Expenditure. An illustrative programme is shown opposite. The contractor shall not slavishly copy this programme, which is provided to illustrate that the required work can be realistically programmed within the contract period at the estimated cost. If an alternative contract period is offered, the contractor shall submit a separate programme with the alternative tender.”

Insert the following paragraphs: “c) Additional programme requirements

In addition to the requirements of clauses B1204(a) and B1204(b), and of clause 8.3 of the FIDIC Conditions of Contract, the programme of work shall include the following details: (i) A work breakdown structure that identifies all major activities. (ii) Scheduled start and end dates for each activity. (iii) Linkages between activities that clearly identify sequence, floats and critical

path. (iv) Intended working hours and resource allocations (plant and labour). (v) Production rates. (vi) Monthly cashflow projections. (vii) Key dates in respect of information required or due delivery.” (viii) The contractor’s payment weekends (ix) A risk assessment schedule with mitigating plans of issues that could

prevent the due completion date being met.

(x) “The principle of penalties being imposed for extended lane closures shall be applied whenever the contractor fails to complete work zones within the periods allocated for completion according to the initial approved programme provided in terms of clause 8.3”

Page 135: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-124

Should the engineer require an electronic version of the programme for review purposes, the contractor shall supply the programme in a format compatible with the engineers software.

“d) Programme revisions

The programme will be reviewed at the monthly site meetings at which the contractor shall provide sufficient detail that will allow the comparison of completed work per activity against the current programme. The contractor shall indicate what resources and programme changes he intends to implement in order to remedy any activity that has fallen behind. The engineer may demand from the contractor a major revision of the programme. Such a revision shall be submitted for comment within 14 days of the demand.”

B1205 WORKMANSHIP AND QUALITY CONTROL

Insert the following heading after the title: “a) General: Insert the following as sub-clauses after the first paragraph: b) Quality Systems

The contractor shall implement a quality assurance system that replicates an ISO 9002 and appoint a quality manager who shall ensure that members of the contractor’s staff comply with the requirements of the quality system. The quality system and the methods used to implement it shall be described in a quality plan produced by the contractor. The quality manager shall be resident on site full time. The contractor shall submit the quality assurance system he proposes using to the engineer, for his approval, within two weeks of the site handover. The system shall record the lines and levels of responsibility and indicate the method by which testing procedures will be conducted. Once accepted by the engineer the contractor shall not deviate from it unless written notification of proposed changes have similarly been submitted and approved. The system shall provide for a method statement for each construction activity for which a pay item is provided in the Pricing Schedule. Each method statement shall be submitted to the engineer for his approval two weeks prior to commencement of the activity. Where appropriate the contractor shall make use of the employer’s manuals in preparing his method statements. No construction activity shall commence before the engineer has approved the contractor’s quality assurance system.”

Page 136: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-125

ILLUSTRATIVE PROGRAMME

Page 137: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-126

B1206 THE SETTING OUT OF WORK AND PROTECTION OF BEA CONS

Replace “clause 14” in the first paragraph with “clause 4.7” Add the following at the end of the fourth paragraph: “Road markings, particularly the divergent/convergent lines of ramp interchanges and no overtaking barriers are also elements of the road that require proper setting out. The contractor shall prove to the engineer that critical reference points have been satisfactorily recorded for later reinstallation before any work commences that will obliterate the existing markings.” Delete “and of clause 14 of the general conditions of contract” in the sixth paragraph. Add the following paragraph: “The contractor shall take care that property beacons, trigonometrical survey beacons or setting-out beacons are not displaced or destroyed without the consent of the engineer. Property beacons and trigonometrical survey beacons that have been displaced or destroyed shall be replaced by a registered land surveyor, who shall certify such replacement. The cost of replacing all beacons displaced or destroyed during the course of the contract without the consent of the engineer shall be the contractor’s responsibility and included in the tender rates”.

B1207 NOTICES, SIGNS AND ADVERTISEMENTS

Delete the third paragraph and replace with the following: “All signboards erected in accordance with the drawings shall be removed at the same time as the de-establishment of the contractor’s camp. Payment under subitem 13.01 for the final instalment of 15% of the tendered lump sum shall not be made unless all the advertisements, notices and temporary signs have been removed. A typical signboard layout is shown opposite”.

B1209 PAYMENT

b) Rates to be inclusive

Add the following to the first paragraph: “VAT shall be excluded from the rates.” Insert the following after “constructional plant” in lines 6 and 7 of the first paragraph: “(distinguishing between operational costs and hire costs)”.

c) The meanings of certain phrases in payment claus es

Procuring and furnishing ... (material) Add the following: “Payment for procuring and furnishing material from commercial sources shall include all transport costs, irrespective of distance hauled”.

e) Materials on the site

Replace “clause 52” in the first line with “sub-clause 14.5” Add the following sub-clauses:

Page 138: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-127

“g) Work in confined areas

Except where provided for in the specification and the Pricing Schedule no extra payment shall be made nor shall any claim for additional payment be considered for construction in confined areas. The omission of standard payitems from the schedule of quantities shall be taken to be deliberate and any additional costs incurred shall be included in the bulk rate.

h) Split quantities

Wherever in the Pricing Schedule allowance has been made to price items of work for which a product or material is uncertain and quantities split between pricing items, the Employer reserves the right to choose whichever is the most appropriate or combination thereof, regardless of any adverse effect on the Contractor’s costs and no claims for additional compensation shall be entertained.”

B1210 CERTIFICATE OF PRACTICAL COMPLETION OF THE WO RKS

Amend the heading of this clause to read: “TAKING-OVER CERTIFICATE” Replace the 1st paragraph with the following: “Notwithstanding that there might be natural or programmed sections of the works that will result in them being completed in their entirety before other sections, no consideration shall be given to the issuing of taking-over certificates for parts of the works. The use of any completed roadway or parts of the work, whether for unhindered use by the public or for accommodation of traffic while other parts are being constructed, shall not constitute use or occupation by the Employer. The notice to the engineer, i.t.o clause 10.1 of the Conditions of Contract applying for a Taking-Over Certificate, shall include the contractor’s own list of what it considers to be the outstanding minor works that do not substantially affect the use of the Works. As justification that the issue of a Taking-Over Certificate is warranted the contractor shall take note that the following sections of the works are to be completed to the satisfaction of the engineer:” Add the following to sub-clause (e) before the semicolon: “(including road studs)” Add the following paragraphs after item (h): “In addition to the above itemised sections of the works and regardless of the degree of beneficial occupation by the Employer, the outstanding works contained in the lists produced by the contractor and the engineer shall be considered for taking-over only if the following criteria have been met:

(i) The estimated cost to complete the listed outstanding work is less than 2% of the

tendered value of work plus the cost of any variation or extra work orders, but excluding CPA and VAT.

(ii) The written lists of outstanding items of work can be completed within 28 days of

the lists having been issued. (iii) Any information in the contractor’s possession, which is required by the engineer

and has been requested in writing, has been supplied. (iv) The Regional Manager of the Department of Mineral Resources (DMR) has issued

written confirmation to the contractor that they are satisfied with the final shaping to all quarries, borrow pits, stockpile areas, and spoil sites used or intended to be used under this contract. In the event this written confirmation is not obtained from

Page 139: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-128

DMR within 60 days, acceptance by the Environmental Assessment Practitioner (EAP) will be sufficient for the issuing of the Taking-Over Certificate.

If any of the listed criteria (i) through (iv) are not met at the date of the contractor’s notice of application, the engineer is to reject the application without providing any corresponding list of outstanding work. If an application is rejected, the contractor shall rectify what has been identified as deficient before submitting a new notice of application.”

B1213 VARIATION FROM SPECIFIED NOMINAL RATES OF APP LICATION OR NOMINAL

MIX PROPORTIONS

Amend the last line of the second paragraph to read as follows: “… materials, condition of the site and cement type (in order to comply with the durability requirements described in sub-clause B6404(h).”

B1214 CONTRACTOR’S ACTIVITIES IN RESPECT OF PROPERT Y OUTSIDE THE ROAD

RESERVE AND OF SERVICES MOVED, DAMAGED OR ALTERED

Add the following to the last paragraph of subclause (d): "These written statements shall be handed to the engineer before the final certificate will be issued. Failing to obtain these written statements from all landowners and authorities concerned, the Defects Notification Period will be extended including all conditions related to such an extension, until such time that all these statements are obtained. The obtaining of any such written statements will not relieve the contractor of the execution of any of his obligations to the satisfaction of the landowner or authority concerned, and to the approval of the engineer." Under sub-clause (e) replace the opening paragraph with: “Should the contractor use land not provided by the Employer for the purpose of his own establishment, engineer’s offices and laboratory, or storing of equipment or materials required for construction or disposal, it shall be subject to the following:” and add the following sub-sub-clauses:

“(vi) That lease agreements are concluded with the owner or owners of such land for

the full period that such areas are required. The leases shall provide for possible extensions to match the duration of the contract. The lease agreements shall also provide for the contract being terminated by contractor’s default or liquidation and the resulting possibility for them to be taken over by a succeeding contractor.

(vii) That copies of lease agreements shall be submitted to the engineer prior to

signature by the signing parties, and copies lodged with the engineer after signing. Notwithstanding the engineer’s approval of the conditions of a lease the contractor shall be solely responsible for adhesion to the terms of the agreements.

(viii) Adherence to the principles of the environmental management plan and legal

obligations”

Add the following sub-clause:

“f) Cleaning of public roads

Where material is spilled on public roads during the haul of material, the road shall be cleaned immediately.”

Page 140: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-129

B1215 EXTENSION OF TIME RESULTING FROM ABNORMAL RAI NFALL

Change the existing heading of clause 1215 to read as follows: “EXTENSION OF TIME RESULTING FROM INCLEMENT WEATHER” and replace this clause with the following:

“Delays caused by inclement weather events may be considered as extension to the time for completion only if the engineer agrees that the event (and not the consequence of the event) occurred during the working hours of a working day (based on a twenty three (23) day working month) within the contract period and caused all progress on an item or items of work on the critical path of the contractor’s approved programme (including revisions thereof) brought to a halt. Each day, or portion of a day so agreed will accrue as ‘n’ days of delay over the duration of the contract. The summary of accrued agreed ‘n’ delays shall be recorded at each site meeting. In the case of the inclement weather event being rainfall, no limitation is placed on the quantity, severity or duration of the event as being the cause of delay except, if it is an exceptional climatic condition then it shall not be measured as a delay event under this clause, but shall be considered for delay under the general conditions of contract clause 8.4. Expressly excluded from the measurement of ‘n’ days are consequential delays, which are taken to mean delays to critical path activities attributable to the weather event but occurring after (i.e. outside of and distinctly separate from) the duration of the weather event itself. The contractor shall make provision in his approved programme (including revisions thereof) of work for expected N working days caused by inclement weather. This provision shall be shown as a terminal float on the approved programmes. Any extension to the time for completion caused by inclement weather delays will only apply once the agreed cumulative ‘n’ delays exceed N = ∑n days. On this contract N =60 Table B1215/1 below is provided for demonstration purposes only. It shows the average number of days on which rainfall events of > 10 mm has occurred at KwaDukuza (Stanger) weather station. This station has been chosen because its records span ... years and is considered sufficiently close to the site to be representative of what the contractor could expect during the contract. The full weather station record is included in Part C4: Site Information. The contractor may apply this record to any claim for weather delays that fall outside the prescripts of this clause and within the terms of the general conditions of contract. Table B1215/1 also records the average ‘other’ inclement weather event days that the contractor could expect to encounter and cause delay. These have been derived from previous experience of wind and temperature influence on similar construction in the area of the site. ‘Other’ events could be extreme cold or heat, snow, wind or ice but are not limited to these. From Table B1215/1 it will be noted that the sum of average rain and other delays measured over the contract duration is 93 days yet the contractor is instructed to allow N = 60 days in his approved programme (including revisions thereof). The reduction indicates the extent of the Employer’s share of the overall risk attaching to delays caused by inclement weather. TABLE B1215/1: AVERAGE DELAYS DUE TO INCLEMENT WEAT HER

Month Jan∗ Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec∗ Total Average rain days 10

(8) 9 9 6 4 3 3 5 7 10 12 10 (5) 88(81)

Average other days 1 2 1 1 5 * The figures shown in brackets are the average days of rain expected in December/January but reduced to

take account of the standard construction break over the Christmas/New Year period.

If approved extensions of time extend the completion date beyond the start of the Christmas shut-down as defined in the Appendix to Tender, the holiday period shall not be considered as working days. Any remaining extension of time shall be calculated from the first working day in January the following year.”

Page 141: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-130

B1219 WATER

Add the following: “Water for use on site other than municipal, shall be subject to the required permit from Department of Water Affairs (DWA). This shall include such extraction points as rivers, dams, streams, and boreholes. Use Table B1219 below to determine the suitability of water for construction purposes.

TABLE B1219: WATER CLASSIFICATION FOR CONSTRUCTION: TESTING Water Quality Classification Code H0 H1 H2 H3 H4 H5 Property Unit Pure water

(AR) Clean water (Rain)

Treated water (Municipal)

Silty (muddy) water with low salt content

Highly mineralised chloride sulphate water (brackish)

Waste brack, sewage, marsh, sea, etc. water

Method

PH* - 7.0 5.7 – 7.9 4.5 – 6.5 4.5 – 8.5 9.0 - SABS M113 SM 11 - 1990

Dissolved solids*

ppm 0 1000 1500 3000 - - SABS 213 SM213 - 1990

Total hardness*

- None None Temporary

Temporary

Permanent - SABS 215 SM 215 – 1971

Suspended matter

ppm 0 2000 2000 5000 - - SABS 1049 SM 1049 – 1990

Electrical conductivity

mS/m 0 200 200 500 - - SABS 1057 SM 1057 – 1982

Sulphates (SO4)

ppm 0 200 300 500 1000 - SABS 212 SM 212 – 1971

Chlorides (Cl) ppm 0 500 1000 3000 5000 - SABS 202 SM 202 – 1983

Alkali Carbonates (CO3) & Bicarbonates (HCO3)

ppm 0 500 1000 1000 2000 - SABS 241 – 1999

Sugar - Negative Negative Negative Negative Negative - SABS 833

Quality of water required

Untreated layer works

a a a a Investigate the effect on the quality of the material

Chemically treated layer works

a a a Investigate the effect on the quality of the material

Concrete mass

a a a Investigate the effect on the quality of the material

Concrete prestressed

a a

References: 1. Concrete Technology – Dr S Fulton (1989) 2. Materials Manual (PAWC)

Slurry & emulsion

a a

Soil/gravel tests

a a

Chemical or control tests

a a

• A primary property. The quality of the water is that quality where all three of the primary properties are within the limits.

• The tabulated single values are maximum value except in the case of the pH value for pure water, which must be 7.0

Page 142: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-131

B1224 THE HANDING OVER OF THE ROAD RESERVE

Add the following paragraph: “The road reserve within the defined limits of the contract falls within the limits of another contract that has already been let to a routine maintenance contractor who is obliged to conduct regular maintenance on the route on which this contract is sited. The contractor’s responsibility for maintenance shall be restricted to the surfaced road widths within the limits of this contract, including the surfaced road widths of interchange ramps and overpasses. Any potholes or other failures which occur in the road surface shall be repaired by the contractor within 24 hours after first being noted, the contractor shall recover his costs for the execution of maintenance works through the payment items provided under section 1500.

The Routine Road Maintenance Contractor’s details are as follows: Stollie Van Wyk – UWP Consulting Cell : 072 283 6669 Email: [email protected]

The contractor shall take over the maintenance responsibility on the date of handover but may liaise with the routine maintenance contractor by arranging a transition period immediately after the hand-over of the site to allow sufficient time to muster his resources required for routine maintenance of the road. However, the transition period may not extend beyond the contractual starting time defined in sub-clause 8.1 of the FIDIC Conditions of Contract and C1.2.2 Contract Data.”

B1229 SABS CEMENT SPECIFICATIONS

Delete this clause. Add the following clauses:

“B1230 MATERIALS

(a) General

The contractor, when using materials that are required to comply with any standard specification, shall, if so ordered, furnish the engineer with certificates showing that the materials do comply with this specification. Where so specified, materials shall bear the official mark of the appropriate authority. Samples ordered or specified shall be delivered to the engineer's office on the site free of charge. Where materials are specified under trade names tenders must be based on these materials. Alternative materials may be submitted as alternative tenders and the engineer may, after receipt of tenders, approve the use of equivalent materials. The tender must be clearly marked as an alternative tender, failing which the tender may be rejected. Unless otherwise specified, all proprietary materials shall be used and placed in strict accordance with the relevant manufacturer's current published instructions. Agrément certified products shall be used and placed in accordance with its Agrément certification criteria. Unless anything to the contrary is specified, all manufactured articles or materials supplied by the contractor for the permanent works shall be unused. Any materials excavated or present on the site or within the road reserve, or in borrow areas shall not become the property of the contractor, but will be at his

Page 143: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-132

disposal only in so far as they are approved for use on the contract, unless otherwise indicated in the project specification. Existing structures on the site shall remain the property of the Employer and except as and to the extent required elsewhere in the contract, shall not be interfered with by the contractor in any way. Materials to be included in the works shall not be damaged in any way and, should they be damaged on delivery or by the contractor during handling, transportation, storage, installation or testing they shall be replaced by the contractor at his own expense. All places where materials are being manufactured or obtained for use in the works, and all the processes in their entirety connected therewith shall be open to inspection by the engineer (or other persons authorised by the engineer) at all reasonable times, and the engineer shall be at liberty to suspend any portion of work which is not being executed in conformity with these specifications. The contractor shall satisfy himself that any quarry selected for use provides the necessary mined material in accordance with the specification.

(b) Banned materials

No tar fluid products shall be used in the construction works. B1231 MIX DESIGNS

Before commencing with certain construction activities, the contractor shall, except where specified otherwise in the relevant construction sections in the Scope of Works, apply the following procedures with regards to mix designs: - Taking and submitting samples of the relevant materials. - Undertake the required mix design(s) or allow the engineer to undertake them. - Produce, where required, laboratory, production/plant and/or trial mix(es). - Undertake the required adjustments to the mix design(s) and reproduce required

laboratory, production/plant and/or trial mix(es). - Complete trial section(s) where required. - Await the engineer’s approval of the mix design(s) and trial section(s).

Add the following clauses:

“B1233 WORK TO BE DONE BY NOMINATED SUBCONTRACTORS

a) Electrical Works

All the electrical works will be carried out by a subcontractor to be appointed by the main contractor. The Engineer and main contractor would agree on site on the Electrical items. The main contractor to submit three quotations to the Engineer. The Engineer may request additional quotations if necessary. A Prime Cost Sum has been provided in the Pricing Schedule for Electrical Works. The main contractor will be paid an overhead & profit on the cost of electrical works completed by the subcontractor.

B1234 OWNERSHIP OF REDUNDANT ROAD SIDE FURNITURE A ND OTHER MATERIALS

Ownership of all redundant road side furniture and other materials will become the property of the contractor unless otherwise specified by the engineer.

Page 144: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-133

B1235 PENALTIES FOR OVERLOADING OF CONSTRUCTION VEH ICLES

The contractor shall ensure that trucks used to haul construction materials are not overloaded and the legal axle loads are not exceeded. Before any construction materials can be transported, the contractor must provide the engineer with the certified carrying capacity of each truck intended for the purpose of transporting the construction materials. The contractor shall provide the engineer with a weighbridge ticket before discharging/off-loading the materials.

Any truck that is overloaded shall not be allowed to discharge/off-load its load and shall return to the depot/batching plant for adjustment of the load. In addition a penalty shall be applied for the overload.”

For the purposes of the calculation, the so called 5% grace shall not be used. The following example is provided:

Tare Weight of vehicle certified by a calibrated weighbridge = 6 tons Maximum carrying capacity certified by a calibrated weighbridge = 8 tons Gross vehicle mass = 14 tons Actual Load (Weighbridge ticket) = 14.6 tons Overload factor = 0.6 tons Contractors rate tendered under applicable payment item = R350/unit Penalty = 2 x R350/unit x 0.6 x distance hauled(km)

= R 420.00 x distance hauled (km)”

Penalty payments will be deducted from the front page of interim payment certificates.”

Page 145: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-134

B1236 MEASUREMENT AND PAYMENT

Item Unit B12.01 Electrical/Mechanical works

(i) Prime cost sum for Electrical/Mechanical works ............................................................................... Prime Cost (PC) sum

(ii) Handling cost and profit in respect

of subitem B12.01(i) ................................................................ Percentage (%)

The Prime cost item shall be paid in accordance with the provisions of sub-clause 13.5 of the FIDIC Conditions of Contract. The tendered percentage is a percentage of the amount actually spent under the prime-cost item, which shall include full compensation for the handling cost profit in connection with providing the specified service.

Page 146: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-135

SECTION B1300: CONTRACTOR'S ESTABLISHMENT ON SITE A ND GENERAL OBLIGATIONS

B1302 GENERAL REQUIREMENTS

a) Camps, constructional plant and testing faciliti es

Insert the following after the first paragraph: In the event that SANRAL-owned land will be made available for the use of the contractor for his construction camps, offices, stores, workshops and/or testing facilities, the use of such land will not be treated as a lease but will form part of the contract. In this regard the contractor shall complete the prescribed agreement and comply with all the conditions thereof as if it is part of the contract. The Employer’s appointed service provider who administers and manages SANRAL owned land will facilitate the process and the contractor shall liaise and co-operate with the service provider in this regard. The availability of land will be indicated in Part C4: site information.

c) Legal and Contractual Requirements and responsib ilities to the public

Add the following: “Legislation imposes mutual obligations on the Employer and contractor in the performance of their duties to society and to the built and natural environment. To assist the contractor in understanding and assessing his obligations, and thus to make allowances for the cost of compliance with this legislation, the following additional specifications are included in the project specifications. Section C of the Scope of Works contains the Environmental Management Plan (EMPl) for this project. Its provisions regulate the contractor’s construction methods to ensure responsible conduct and treatment of the environment relevant to the project. Payment subitem 13.01(f) makes allowance for the contractor to price for environmental compliance duties as well as the duties of the Designated/dedicated Environmental Officer (DEO) as prescribed in this section. Section D of the Scope of Works contains provisions that regulate the contractor’s construction methods for compliance with Government’s initiatives towards black economic empowerment. It also contains information on criteria used in the procurement process. No separate payment mechanism has been made available for the contractor to allow for his compliance with relevant black economic empowerment legislation. The contractor shall include such costs in the existing payment items under section B1303: Payment. However, non-compliance with the provisions of this section may lead to the imposition of penalties. Section E of the Scope of Works contains the specifications that regulate the contractor’s construction methods so far as to ensure health and safety of his employees and of the public. New payitem has been made available under this section to allow the contractor to make separate provision for the cost of health and safety measures during the construction process.”

Page 147: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-136

Add the following subclause:

d) Monthly reporting

When submitting any information required and interim certificates for payment, the Contractor shall use the Employer’s standard forms and formats. No payment can be made before the Contractor is registered as a vendor on the Employer’s system. The Contractor shall submit payment certificates for all work rendered in the Employer’s financial year within that specific year. The Contractor shall submit and update on a monthly basis all the appendices to the site meeting minutes and a cash flow forecast for the works. The Contractor shall complete monthly reports regarding training, empowerment, capacity building, small contractor development, labour and staff returns and any such aspects on the Employer’s Integrated Transportation Information System (ITIS) or any other format as required by the Employer. This information shall also be reported on monthly for all sub-contractors employed. ITIS is an integrated approach to the sharing and inter-relating of technical performance information for the Employer, and relies on the Contractor following procedures to populate the system with data. ITIS currently consist of the following platforms applicable to this contract:

• ITIS Web – Web enabled portal providing online access to various

functions, workflows and reports. • ITIS Desktop – Offline data capture tool enabling the capture of information

offline, validation and then synchronisation of data with ITIS database.

The Employer then has several ITIS modules running on any of the above ITIS platforms which affect the Contractor, who will need to use some of these modules to provide the required information. The current module applicable to this contract is the Project Information Module – employment and training data.

The above information shall form part of supporting documentation required for

making interim payments in terms of the General Conditions of Contract.

Allowance has been made for these requirements in the Pricing Schedule under pay item B13.01 (g) Monthly Reporting. Failure to comply may result in payments being withheld.

B1303 PAYMENT

Item Unit

B13.01 The contractor's general obligations

Add the following pay subitems:

“(d) Health and safety obligation ............................................................................. month (e) Provision of a 10 seater mini-bus ........................................................................ day (f) Environmental obligation ................................................................................. month

Page 148: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-137

Add the following sub-sub-clauses defining ‘the contractor’s general obligations’:

“(iv) Complying with the requirements and conditions of the additional specifications

relating to the Government’s Broad Based Black Economic Empowerment

(v) The provision of a 10 seater mini-bus for inspecting the works during monthly site meetings, which is generally one day per month. This vehicle shall be in a neat and roadworthy condition and the contractor will be responsible for the insurance of such a vehicle.”

Delete the third paragraph commencing “Should the final value of the work ..................... ”. Replace “clause 49” in the 4th, 8th and 10th paragraphs with “sub-clauses 13.7 and 13.8”. In the 11th paragraph, the following amendments apply:

• Insert as a new 2nd sentence “Hire costs or minimum hourly charges per month for

constructional plant shall be deemed to be a part of construction time”.

• Delete “received the letter of acceptance in terms of clause 12” and replace with “date of commencement in terms of clause 8.1”.

• In the last line, change “clause 45” to read “clause 8.4”. Add the following at the end of the second last paragraph of the payment clause: “... Such limitations to payments shall occur whenever the contractor falls behind by more than 2 month(s) on his initial approved programme, in which case the application of this payment item shall be the same as for 13.01(b) (i.e. the total price offered for 13.01(c) is treated as a lump sum). Normal application continues once the contractor’s progress has returned to within the time set for the limitation.” Add the following paragraphs: “Should the combined total tendered for subitems (a), (b), and (c) exceed 20% of the tender sum (excluding CPA, contingencies and VAT), the tenderer shall state his reasons in writing for tendering in this manner. The tenderer's attention is drawn to Form B1: Contractor’s Establishment on Site, (bound in this Volume), to be completed by the tenderer. If the tenderer should require additional compensation for his obligations under section 1300 (over and above the total tendered for item B13.01) by including such additional compensation in the tendered rates and/or lump sum of items in the Pricing Schedule, these items and the value of such additional compensation shall also be indicated in writing in a letter attached to Form B1. Payment of the rate per month for subitems B13.01(d), (f), (g) and (h) shall include full compensation for all the contractor’s obligations relevant to health and safety legislation, environmental compliance, monthly reporting and security on site (as per clause 4.8 and 4.22 of the FIDIC Conditions of Contract). The tendered rates for subitems 13.01(d), (f), (g) and (h) shall apply in the same manner as pay subitem B13.01(c) but shall not form part of the calculation of the restrictions imposed by Condition of Tender F.3.8(c) and Form to tender B1: Contractor’s Establishment on Site. The tendered percentage under item (e) shall be the day, or part thereof, for which the vehicle was hired and used for its intended purpose. The rate tendered shall include full compensation for the hire of the vehicle including cost of insurances, fuel, wear and tear and any other incidentals. The rate tendered for subitem B13.01(g) shall include full compensation for registering on the Employer’s project information module, compiling and capturing, monthly for the full duration of the Contract, the required information regarding training, empowerment,

Page 149: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-138

capacity building, targeted enterprise development, labour and staff returns. It shall further include for all personnel and other costs, disbursements, overheads and profit. A contractor who tenders zero for this payitem shall not be relieved of his statutory obligations. A nil rate offered shall be deemed not as an omission but as deliberate notice that costs have been included in the tendered rates for individual items of work or in the other preliminary and general pay items. All payitems for which the unit of measurement is "month" are deemed to be based on 23 working days per month and shall become applicable only for use in calculations of approved extensions of time in terms of the Conditions of Contract:”

Add the following pay item Item Unit

B13.02 Contract Notice boards ………..……………………………………..….number (No) The unit of measurement shall be the number of Contract notice boards supplied

and erected. The tendered rate shall include full compensation for manufacturing notice boards

as per the details given by the Engineer, transporting to the site, and installation at the positions as directed by the Engineer. The tendered rate shall also include for removing the contract notice boards from the site after the completion of the contract.

Page 150: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-139

SECTION B1400: HOUSING, OFFICES AND LABORATORIES FO R THE ENGINEER’S SITE PERSONNEL

B1402 OFFICES AND LABORATORIES

b) Offices

Amend sub-clause (xii) to read as follows:

“(xii) A complete telephone service capable of delivering electronic and facsimile data, together with ...”

Amend sub-clause (xvii) to read as follows:

“(xvii) A combination colour printer/copier/scanner/facsimile machine for A3 and A4

size documents.”

Add the following sub-clauses:

“(xviii) Plan holders which shall be able to accommodate 30 AO – sized drawings hanging vertically and of a robust construction to withstand continuous use over the duration of the contract.

(xix) An electric refrigerator of specified capacity. (xx) Floodlights which are to be controlled by a photocell for security purposes at

the offices and laboratory.

c) Laboratories In the second paragraph, second line substitute “drawings” with “figures included in the project document”

B1404 SERVICES

b) Water electricity and gas

Add the following to the end of the third paragraph: “The power supply shall be regulated by a suitable voltage regulator in order to maintain a constant current and voltage level at all times to prevent damage to the office and laboratory equipment and related machinery during power surges. In the event of damage to the office and laboratory equipment and related machinery because of a faulty voltage regulator, the contractor shall be liable for payment of all repair or replacement costs of such damaged items.” Add the following to the end of the fourth paragraph: “An on-site motor-alternator shall supply electricity when power from a recognized power-supply authority is not available.”

B1405 GENERAL

Add the following to paragraph (e): “In addition, the offices and laboratories shall be supplied with approved burglar proofing and the whole site shall be guarded full time during the day and night, as well as over weekends and holidays. The site shall also be fenced with a 2,4m high security fence with a razor-cut wire being used as strands or with a brick wall. The cost of this protection shall be included in item B13.01.” Add the following to paragraph (f): “The offices and any living accommodation must be separated by at least 200m.”

Page 151: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-140

B1406 MEASUREMENT AND PAYMENT

Item Unit

B14.03 Office and laboratory fittings, installation s and equipment

a) Items measured by number

Add the following subitems:

”(xix) Plan holder ................................................................................ . number (No)

(xx) Floodlights complete with poles and 500 watt minimum globes ........................................................................ . number (No)

(xxi) Rain guage ................................................................................. number (No)

The tendered rate for subitem B14.03(a)(xx) shall include for the operation of the lights from sunset to sunrise for the full duration of the contract.”

b) Prime cost items and items paid for in a lump su m

Amend the item subitem (i) as follows: 1. The provision of telephone service and fax service, including

the cost of calls in connection with contract administration and telephone rental………………………………………………….…lumpsum

Add the following subitems:

“(ix) Provision of cell phones: cell phone costs, including pro-rata

rentals, for calls in connection with contract administration ..................................... prime cost sum (PC)sum

(x) Handling costs and profit in respect of

subitem 14.03(b)(ix) above .................................................... percentage (%) (xi) The provision of laptop facilities for the Engineer………………………………………………prime cost sum (PC)sum (xii) Handling costs and profit in respect of subitem 14.03(b)(xi) above .................................................... percentage (%)

The tendered lumpsum for item B14.03 (b)(i) shall include full compensation for providing and installing the complete service (telephone and fax apparatus) and the use thereof, including any fixed and usage charges payable to the relevant authority. The tendered rate shall also include cost of calls and faxes made by him/his employees in connection with contract administration. The tendered lumpsum shall include full compensation for the entire contract period. Payment of B14.03 (b)(ix) shall include for the cost of all cellular telephone calls (including cost of cellphone as required) as required by the Engineer in connection with contract administration, as well as pro rata fixed costs. The tendered percentage for payitem B14.03(b)(x) shall be a percentage of the amount actually spent under subitem B14.03(b)(ix) which shall include full compensation for the profit and handling costs incurred in managing provision of the cellular phones and monthly billings.” The payment for for item B14.03 (b)(xi) shall include full compensation for providing and installing laptop with relevant softwares and programme and 3G

Page 152: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-141

modem as required for the exclusive use of the Engineer/Engineers’ representative for the contract administration The tendered percentage for payitem B14.03(b)(xii) shall be a percentage of the amount actually spent under subitem B14.03(b)(xi) which shall include full compensation for the profit and handling costs incurred in managing provision of the laptop service and all costs related to internet/emails.”

B14.07 Rented, hotel and other accommodation (a) Provisional sum for providing rented housing, hotel or other accommodation as described in subsubclause 1403(c)(ii)…………..……provisional sum (Prov Sum) (b) Handling costs and profit in respect of subitem 14.07 (a)

subitem 14.07 (a)..……………………………………………….percentage (%)

The contractor shall provide leased accommodation for the Engineer’s staff. The lease shall be under the name of the contractor. The monthly certificates shall include for furnished accommodation. No separate payment shall be made for furnishing.

B14.10 Provision of Photostat facilities

Amend this payitem description to read “Provision of copying facilities” and in the payment prescription, amend “photocopier” to read “combination colour printer/copier/scanner machine”.

Add the following payitem:

B14.11 Rented temporary office accommodation for To ll plaza employees (a) Provisional sum for providing rented Parkhome offices ………..…………..………………………….…………….Provisional Sum (Prov Sum) (b) Handling costs and profit in respect of subitem B14.11(a).……………………………………………………..Percentage (%)

The contractor shall provide rented parkome accommodation for the Toll plaza employees during construction works to be carried out at toll admin buildings. The rental agreement shall be under the name of the contractor. The monthly certificates shall include for furnished offices. No separate payment shall be made for furnishing. 80% of the payment shall be made once the park homes have been established. Balance of 20% payment shall be released once the park homes have been deestablished and transported away.

Page 153: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-142

SECTION B1500: ACCOMMODATION OF TRAFFIC B1501 SCOPE

Add the following: “It is a requirement of this specification that traffic is accommodated taking into account the provisions of the latest edition of the South African Road Traffic Signs Manual (SARTSM). The latest version for use in the accommodation of traffic is volume 2, chapter 13 of the June 1999 edition. Copies of this publication are available from Government Printers –Tel: (012) 334 4507/8/9 or (012) 334 4510 Fax: (012) 323 9574. This section also covers the provision of additional information signs for motorists and the release of any notices to the media and public.”

B1502 GENERAL REQUIREMENTS

Insert the following: “The whole of the site will be handed over to the contractor at the beginning of the contract. The sequence in which various parts of the site may be occupied by the contractor for the execution of the different items of work shall be subject to the requirements of the contract documents regarding, inter alia, working hours and the number, spacing and length of the work areas which may be occupied at any particular time. The contractor shall programme his work taking due cognizance of restrictive conditions indicated in Clause B1204. The contractor's tendered rates shall include full compensation for all possible additional costs which may arise from the above and no claims for extra payment as a result of this modus operandi will be considered. The contractor shall in particular note that no additional compensation shall be made for work that could be considered as half-width construction."

a) Safety

Replace the full stop at the end of the first paragraph and continue with the following: “... flow of traffic, including the prohibition of his, and his subcontractor’s, construction plant from disregarding the stop/go accommodation of traffic control facilities. Failure to comply with this requirement shall be taken as a penalty event in terms of B1502(l).” Add the following paragraphs: “The contractor shall be responsible for maintaining the existing road surface both within the works area and the advance warning and termination areas in a safe and trafficable condition for the duration of the contract. The contractor shall within 7 (seven) working days after receipt of a 3rd party claim acknowledge receipt to the claimant. The engineer shall be copied on all correspondence regarding 3rd party claims. The contractor shall at the monthly site meeting report on the status and outcome of the 3rd party claims. The contractor shall be fully responsible for all the traffic accommodation on site, including for work undertaken by sub-contractors. The Contractor shall submit his proposed Traffic Accomadation Plan for approval by the engineer.

Page 154: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-143

Traffic shall be accommodated as indicated on the drawings unless an alternative tender incorporating an amended method of traffic accommodation has been accepted. The contractor may amend the agreed traffic accommodation scheme but only with the approval of the engineer in consultation with the provincial and municipal traffic authorities. During the non-working hours, or when construction is not taking place on a certain section of road all obstructions to the traffic shall be removed and all signs no longer applicable to the situation shall be removed to an approved safe location or effectively covered. No equipment or vehicles shall be stored or parked in the median or on the road side during non-working hours except if protected or demarcated and only if approved by the engineer. When requested by the engineer, the contractor shall provide lane closures for the purpose of road inspection. This must be done in advance of the actual programmed time for the work.”

f) Approval of temporary deviations

Add the following: “If, after any temporary deviation has been constructed, any changes are considered necessary or desirable, the proposal shall be submitted to the engineer for his approval."

i) Traffic Safety Officer

Add the following to the end of the second paragraph: “The contractor shall submit a CV of the candidate to the engineer for approval before the candidate is appointed as the traffic safety officer. “ Insert the following as the opening phrase to sub-sub-clause (i): “make himself available to discuss road safety and traffic accommodation matters whenever required by the engineer and shall be responsible…” Delete sub-sub-clauses (ii) and (iii) and replace with the following: “(ii) Record on neat and dimensioned sketches and submit to the engineer the

position and sign reference number, where applicable, of each sign, barricade, delineator, cone, amber flicker light, guardrail and permanent or temporary painted road marking feature. The position of each shall be adequately referenced from the marker boards or other surveyed points on the site of the works.

These records shall also show the date and time at which the recorded traffic accommodation features are certified correct by the traffic safety officer, and shall be signed by the traffic safety officer before being submitted to the engineer. The records shall similarly account for whatever changes are made in the field. Such changes shall record the position of flagmen and stop/go control men and their associated traffic accommodation equipment wherever they are used.

(iii) Personally inspect the position and condition of each traffic accommodation

feature on the whole site of works twice per workshift, whether daytime or nightwork, and at least twice a day/night during non-working hours, to record all irregularities discovered and the remedial action taken, and to sign off as

Page 155: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-144

correct and submit to the engineer such record sheets by middle of the next working shift. The above inspections must at least take place before the commencement of peak traffic periods. The traffic safety officer shall keep a duplicate book for this specific purpose.

The traffic safety officer shall also submit with this report the daily labour

returns of flagmen, stop/go, traffic signal control personnel employed and the traffic data recorded at each traffic control point.”

Add the following sub-sub-clauses:

“(ix) The traffic safety officer shall be equipped with a cellular telephone and shall

have a traffic safety vehicle and sufficient labour at his disposal 24 hours a day, including all prescribed non-working days, and shall not be utilised for other duties. He shall be directly answerable to the contractor’s site agent. The traffic safety officer shall have his own vehicle to carry out inspections and at least one assistant to accompany him full time. Furthermore the traffic safety vehicle shall be a truck with a capacity of at least 3 tons and shall be equipped with a high visibility rear panel in accordance with the requirements of the SARTSM.The words TRAFFIC CONTROL shall be written on a warning sign in highly legible letters, not less than 150 mm high, and the sign shall be mounted on both the traffic safety officer’s vehicle and the traffic safety vehicle at least 1,5 m above ground level. The proposed sign and letter dimensions shall be submitted to the engineer for his approval.

The vehicles shall also be equipped with an amber-coloured flashing light of the rotating parabolic reflector type with a minimum intensity of 100W. The warning light shall be switched on at all times and the sign shall be displayed when the vehicle is used on site. The traffic safety officer shall have a direct line of communication at all times with the police and traffic officers responsible for the area within limits of the contract.

(x) Ensure that all obstructions related to the contractor’s activities be removed

at the end of each work shift where applicable as instructed by the engineer and that the roads are safe for the travelling public.

(xi) The traffic safety officer shall, in addition to the duties listed in paragraph

1502 (i), also be responsible to arrange for the removal of stationary or broken down vehicles off the roadway in conjunction with the routine maintenance contractor and/or traffic authorities and implementing actions requested by the traffic authorities with regard to the work to be carried out and be responsible for the erection and maintenance of all traffic signs necessary for the accommodation of traffic.

(xii) In the event of an accident the traffic officer shall record in a written report

the details of the accident, record the position of all temporary road signs, barricades, delineators, flagmen and any other devices used for traffic accommodation. In addition the report shall include a neat dimensional sketch, photographs, identifiable permanent features, and any other relevant information.

(xiii) At least two separate traffic safety officers and teams shall be employed

when construction is carried out during the day and night.”

Add the following sub-clauses:

“j) Crossing the median or carriageway centreline

No vehicle or item of equipment shall be allowed to cross the median of a dual carriageway road or the centreline of a single carriageway unless the traffic

Page 156: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-145

accommodation and signage specifically allows for this and is approved by the engineer as safe.

k) Site personnel

The contractor shall ensure that all his personnel, excluding those who are permanently office bound, are equipped with reflective safety jackets and that these are worn at all times when working on or near to the travelled way. Any person found not wearing a reflective jacket under these circumstances shall be removed from the site until such time as he is in possession of and wearing a reflective jacket. Reflective safety jackets shall be kept in good condition and any jackets that are, in the opinion of the engineer, ineffective shall be immediately replaced by the contractor.

l) Penalty events

Whenever the following events occur, the contractor shall be subjected to penalty conditions expressed in the Appendix to Tender.

(i) Non-compliance with accommodation of traffic specifications

Failure or refusal on the part of the contractor to take the necessary steps to ensure the safety and convenience of the travelling public, accommodation of traffic, plant and personnel in accordance with these specifications or as required by statutory authorities or ordered by the engineer, shall be sufficient cause for the engineer to apply penalties as follows: A fixed penalty of R10 000,00 per occurrence shall be deducted for each and every occurrence of non-compliance with any of the requirements of section 1500 of the standard specifications and section B1500 of the project specifications. In addition a time-related penalty of R1000,00 per hour over and above the fixed penalty shall be deducted for non-compliance to rectify any defects in the accommodation of traffic within the allowable time after the engineer has given an instruction to this effect. The engineer's instruction shall state the allowable time, which shall be the time in hours for reinstatement of the defects. Should the contractor fail to adhere to this instruction, the time-related penalty shall be applied from the time the instruction was given.

(ii) Late occupation of lanes, ramps and/or crossroads

The contractor shall be charged a lane occupation levy if he continues to occupy interchange ramps, crossroads and/or carriageway lanes beyond programmed completion dates. The levy shall be deducted from payments due on the relevant interim payment certificates at the rates provided in the Appendix to Tender and the pricing schedule.”

m) Liaison with relevant Authorities

Where applicable, the contractor shall liaise on a daily basis with the Employer’s relevant i-traffic Management Centre (TMC), informing their operations manager about the expected works and lane closures for the next day, inclusive of all work shifts, in order for the operational manager to take into account the accommodation of traffic impacts in the TMC’s operations. The daily report shall be submitted to the TMC operations manager not later than 10h00. For exceptional traffic accommodation impacts, such as lane closures in peak hours, short term contra flow conditions, lane closures over weekend peak periods etc., the TMC operational manager shall be informed seven days prior to the event. The contractor shall inform the TMC about all traffic related incidents, as soon as he becomes aware of the incident.

Page 157: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-146

Where required the contractor shall be responsible for acquiring the services of a municipal traffic officer and traffic vehicle (equipped with a blue light) to assist in the accommodation of traffic. The traffic officer and vehicle will be required when lanes are to be closed and/or where directed by the Engineer. If the road under construction forms part of an abnormal load route the contractor shall liaise with the relevant provincial abnormal load office that issues permits to ensure that permits are not issued when construction restrictions do not allow passage of the abnormal load.

n) Other requirements

The following other requirements must be adhered to for the entire contract period:

i) The travelling public shall have the right of way on public roads and the

contractor shall make use of approved methods to control the movement of his equipment and vehicles so as not to constitute a hazard on the road.

ii) The contractor’s tendered rates for the relevant items in the schedule of

quantities shall include full compensation for all possible additional costs which may arise from the above and no claims for extra payment due to inconvenience as a result of the modus operandi will be considered.”

B1503 TEMPORARY TRAFFIC-CONTROL FACILITIES

Replace the first sentence of the first paragraph with the following: “The contractor shall provide, erect and maintain the necessary traffic-control devices, road signs, channelisation devices, barricades, warning devices and road markings (hereinafter referred to as traffic-control devices) in accordance with these special provisions and as shown on the drawings and in the SARTSM and remove them when no longer required. It shall be incumbent upon the contractor to see to it that the abovementioned traffic-control devices are present where required at all times and are functioning properly.” Replace the last sentence of the second paragraph with the following: "Traffic-control facilities no longer required at the site of a deviation or a lane closure shall be moved for re-use. Traffic-control facilities lost or damaged by the contractor shall be replaced at his own cost. Where it can be proved that loss of or damage to such facilities is beyond the contractor's control and not the result of his actions or omissions, the engineer may order the facilities to be replaced and paid for at scheduled rates." Replace the third paragraph with the following: “The type of construction, spacing and placement of traffic-control devices shall be in accordance with the SARTSM. The recommended arrangements of the traffic control devices illustrated and/or drawings issued by the engineer shall not be departed from without prior approval of the engineer. The arrangements expected to be most commonly used in the contract are given on the tender drawings. The details shown for spacing and placement of traffic-control facilities may however, be revised at the discretion of the engineer where deemed necessary to accommodate local site geometry and traffic conditions.” a) Traffic control devices

Add the following at the end of the last paragraph: “At each signalised traffic control point, an all-weather shelter of at least three (3) square metres capable of accommodating two operators, with a clear window, a stable door, two chairs and a portable chemical toilet that shall be regularly maintained, shall be provided. Each control point shall have a 2 (two) phased signal system mounted on 3m high steel poles complete with all electrical wiring, a

Page 158: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-147

floodlight system of at least 2x400W metal halide floodlights mounted onto a 9m high pole to light up the traffic control point and lighting along the road where the traffic will queue. The provision shall include for a sufficient continuous power supply to operate each traffic control point. Included in the establishment and operation of the traffic control devices shall be a communication system that allows the operators to communicate with each other. At each traffic control point, plastic moveable barriers, fitted with STOP signs to both sides, shall be provided to prevent vehicles from utilising the closed road lanes. These barriers shall be moved to open and close the relevant lanes for road users. Records of opening and closing of closures and traffic counts shall be kept and submitted daily to the traffic safety officer.”

b) Road signs and barricades

Add the following: “The contractor shall be responsible for the protection and maintenance of all signs, and shall at his own cost replace any that have been damaged, lost, or stolen. All temporary road signs required to remain in position for some time shall be pole mounted as shown on the drawings. All temporary road signs required to be moved more often shall be mounted on portable supports for the easy moving of signs to temporary positions. The only permitted method of ballasting the sign supports shall consist of durable sandbags filled with sand of adequate mass to prevent signs from being blown over by wind. The cost of the sandbags shall be included in the tendered rates for the various types of temporary road signs. The covering of permanent road signs, if applicable, shall be by utilizing a suitable and durable covering that shall be pulled over the sign in the form of a hood and fastened to the signposts. Plastic bags or other materials and fastened by means of adhesive tape shall not be permitted. The cost of covering of permanent road signs shall be included in the tendered rates of items B15.01 and B15.10.”

c) Channelisation devices and barricades

Add the following: “The use of drums as channelisation devices shall not be permitted. Drums may however be used to set up barriers as provided for in sub-clause 1503(d). Delineators shall:

(i) comply with the manufacturing and reflective requirements of the SARTSM

and the blades shall be reversible with dimensions as indicated on the drawings;

(ii) have smooth and round edges and be mounted on a post and base. All

components shall be of durable plastic material; (iii) have the lower edge of the reflective part of the delineator mounted not

lower than 250mm above the road surface; (iv) be capable of withstanding the movement of passing vehicles and gusting

winds up to 60km/h in typical working conditions without falling over. To achieve this, the base shall be at least 0,18m2 and ballasted by its own weight or with sandbags filled with sand;

(v) together with its mounting be designed such that it will collapse in a safe

manner under traffic impact.

Page 159: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-148

Traffic cones manufactured in a fluorescent red-orange or red plastic material may be used only at short term lane deviations during daylight. Cones shall not be used on their own, but shall be interspersed with delineators at a ratio not exceeding 3:1. Cones used on all deviations shall be 750mm high. Lane closures which continue into the night time shall be demarcated by delineators only. On section of road where the centreline has been obliterated, delineators shall be provided on both road edges at minimum 200m spacing on straight sections and at least 3 (three) visible on all curves.”

d) Barriers

Add the following: “Barriers for preventing vehicles from leaving the permitted lanes shall be movable barriers with an approved safety shape design (e.g. New Jersey, F-shape or single slope). Temporary movable barriers shall be obtained from suppliers and placed between the existing road and the construction areas. They shall comply with the requirements of either of the following specifications:

(i) The European Specification EN 1317 with containment level H1, or

(ii) The American Federal Highways Administration Specification NCHRP

Report 350 with containment level TL4.

When applying these specifications the contractor must take cognisance of his liabilities relating to the installation of temporary works to provide protection to the permanent Works and safety to his personnel and select a barrier system appropriate to his chosen work methodology. Particularly pertinent is the working width rating of a barrier system; the displacement width of the system shall not exceed the available safe width to the nearest edge of the construction. All moveable barriers shall be installed in accordance with the manufacturer's instructions or generally accepted best practice and shall be submitted to the engineer for review and comment. Even though the Employer has made available its own barrier system for the contractor to price no transfer of responsibility for use of that system shall pass to the Employer it being deemed that any price offered by the contractor constitutes his confirmation that this barrier system provides appropriate protection. When using the Employer’s concrete barriers the connecting system using metal plates and bolts (as shown in the drawings) provides a system compliant with the specifications of i) above. The working width classifications of this system are W3 and W6 when impacted by a TB11 or TB42 vehicle respectively. This means that the unsafe working width behind this barrier system is 1000mm or 2100mm measured from the back of the barrier depending on the impact characteristics of each vehicle. If the contractor installs a different connecting system to that shown on the drawings it is entirely in the knowledge that the risk of protection lies entirely with the contractor. Where instructed by the engineer, the terminal sections of moveable barriers may be a proprietary type or may be contractor designed to attenuate head-on impacts of at least NCHRP Test Level 1 (50 km/h, 2 000 kg) or EN1317 Containment Level H1 (80 km/h, 1 500 kg).”

e) Warning devices

Add the following: “All construction vehicles and plant used on the works shall be equipped with rotating amber flashing lights and warning boards as specified. All vehicles and plant before being allowed onto the site shall obtain a clearance permit from the engineer.

Page 160: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-149

(i) Vehicle mounted flashing lights

Rotating lights shall have an amber lens of minimum height of 200mm and shall be mounted in such a way as to be highly visible from all directions. The lights on construction vehicles shall not be switched on while vehicles are being operated on unrestricted sections of a public road, but shall be switched on while construction vehicles are operating within the accommodation of traffic area, as the vehicles decelerate to enter a construction area, and as the vehicles accelerate to the general speed when entering the road from a construction area. Lights on plant shall operate continuously while the plant is working alongside sections of road open to public traffic within the work areas. All LDV's and cars operating on site shall also be equipped with rotating amber flashing lights which shall be placed so as to be highly visible from all directions and operated continuously while the vehicles are manoeuvring in or out of traffic or are travelling or parked alongside roads open to public traffic within the work areas. Rotating lights and the "construction vehicle" signs on the contractor's vehicles and plant shall not be paid for separately but shall be included in the rates covering the use of the vehicles. The contractor shall apply and maintain lights together with temporary mounting brackets, to the approval of the engineer. Vehicles and plant that do not comply with these requirements shall be removed from the site.

(ii) Sign mounted flashing lights

Two amber flashing lights shall be vertically mounted on top of the traffic signs at each end of each traffic accommodation section as shown on the drawings. The lights shall be operated during the hours of darkness.

(iii) Flashing Illuminated Arrow Board

The arrow board shall be made up of light sources mounted on a backing board. A single shaft arrow will be required that can be used for both left and right directions. The light sources must be of LED type to improve visibility if used also during day time. The arrow board shall be used at lane drops as described B1502.

(iv) Mobile Variable Message Sign (VMS)

The VMS shall be mobile and located in a safe position to convey to the travelling public of traffic conditions ahead and/or inform a motorist of his actual travelling speed. The mobile VMS system must be equipped with solar panels to provide an output of 400 Watt. It shall be stable for shocks up to 3G and wind speeds up to 120 km/h. The sign face shall not be less than 3m wide by 1.5m high to provide a full matrix LED with at least 50 and 27 pixels for the width and height respectively. Each pixel shall have 4 LED’s and the pixel spacing shall not be less than 60mm. An LED mask for contrast and shading shall be provided. The sign shall be able to display 3 lines by 10 characters. The cone of vision is to be 30º. The information displayed on each individual sign shall be controlled by a computer with internet connection operated by the contractor.”

Page 161: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-150

f) Road Markings

Add the following new paragraphs: “Temporary road marking shall be reinstated before the road is opened to full width traffic. Temporary road marking shall consist of heavy pre-marking, and/or retro-reflective road marking paint, and/or temporary road studs, as directed by the engineer. Temporary road studs shall be installed at double the spacing and shall be fixed to the road surface with the bitumen rubber crack sealant to allow for easy removal by application of gentle heat. Temporary road marking lines for demarcation of temporary traffic lanes, on the final road surface shall not be allowed, except if approved by the engineer. Should temporary road marking lines be approved, it shall consist of one of the following as directed by the Engineer:

(i) Construction grade tape for temporary road marking which can be removed

by applying gentle heat. The tape shall be foil backed, adhesive, reflective tape. The tape shall be capable of being easily removed from the road surface by the application of gentle heat.

(ii) Removable road marking paint.”

Add the following sub-clauses:

“g) Other traffic control measures ordered by the en gineer

The engineer may instruct the contractor to provide any other road sign, reflective tape, etc. not measured in standard payitems. Such road signs shall conform to the requirements of the SARTSM, or specification provided by the engineer. Similarly, in order to ensure that the travelling public is kept fully informed and warned on matters relating to the accommodation of traffic, construction sign posting and the effect of the construction on the free flow of traffic through the site, the engineer may arrange for advertising in the press and/or for other forms of publicity.

h) Flagmen

Flagmen shall be provided where shown on the drawings or required by the specification. During the daytime, at least two flagmen shall be provided at each traffic control point in addition to the STOP/GO sign operator, one flagman at the first speed reduction sign and a second roving flagman at least a 100m behind the last vehicle in the queue to indicate to the traffic to stop. At night time all flagmen shall be equipped with a suitably visible strobe, and a torch at each traffic control point as well as the traffic light operator. Where the shoulder of the road is closed to traffic, flagmen shall be provided at the leading ends of closures during daytime. These flagmen shall be provided at the first speed reduction sign to warn the traffic about the closure. No flagmen shall be on duty for a period of more than 10 hours per day. Flagmen shall be adequately trained in the standard flagging techniques as described in the SARTSM (refer to figure 13.23 of detail 13.23.1) and be provided with conspicuous clothing such as safety jackets utilizing retro-reflective and/or fluorescent panels in red, yellow and/or white. Flagmen shall have in their possession, at all times, certification that they have attended and passed an accredited course in flagging techniques before being allowed onto the construction site. Flags shall be made from bright red or red-orange material and shall be square with a minimum side length of 600mm. The flag shall be attached to a staff at least 1,0m in length.

Page 162: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-151

In terms of lateral clearance and safety, flagmen shall stand on the shoulder of the lane of traffic that is being controlled and under no circumstances shall flagmen be permitted to stand within the traffic lane. In order to obtain maximum visual impact for the travelling public, flagmen shall stand-alone.”

B1513 ACCOMMODATION OF TRAFFIC WHERE THE ROAD IS CO NSTRUCTED IN HALF-

WIDTHS

Add the following as a final paragraph to this clause: “The contractor shall programme the works in such a way to maintain two-way traffic within the contract limits during the contractor’s annual shutdown period between December and January. The contractor shall further ensure that there is no vertical step between two opposing traffic lanes. Failure to comply with these specifications will entitle the Engineer to apply a lane occupation levy.”

B1517 MEASUREMENT AND PAYMENT

Insert the following paragraph after the heading: “The contractor’s tendered rates for the relevant items in the schedule of quantities shall include full compensation for all possible additional costs which may arise from the above and no claims for extra payment due to inconvenience as a result of the modus operandi will be considered.” Item Unit B15.03 Temporary traffic control facilities (a) Flagmen

Replace the 1st paragraph of the payment description to the following:

“The unit of measurement shall be a full day and night worked by flagmen. A man-day shall be deemed to comprise of three eight hour shifts in a twenty four hour period. Three shifts of eight hours per flagman equates to one man-day. Shorter single portion shifts (6 to 10 hours) shall be measured as a half man-day.”

Add the following sub-item: “n) Other traffic control measures ordered by the e ngineer :

(i) Provision of other traffic control measures …... provisional sum (Prov Sum)

(ii) Handling costs and profit in respect of

sub-item B15.03(n)(i) ............................................................. percentage (%)

Expenditure under this payment item, (e.g. media releases or other signs to deliver information to the public) shall be made in accordance with sub-clause 13.5 of FIDIC Conditions of Contract for the supply and installation of any additional signs or other traffic control measure ordered by the engineer in accordance with clause B1503(g). The tendered percentage is a percentage of the actual amount spent under subitem B15.03(n)(i), which shall include full compensation for the handling costs of the contractor, and the profit in connection with providing other signs and traffic control measures ordered by the engineer.”

Page 163: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-152

Item Unit B15.04 Relocation of traffic-control facilities : Replace the first paragraph with the following: “Except for the movement of concrete barriers no payment for this item shall be made under this contract. All costs related to relocation of traffic control facilities shall be deemed to be included in the other pay items in this section.” Item Unit Amend item 15.11 to read as follows: “B15.11 Traffic control devices

(a) Providing signalised traffic control devices ............................................ number (No)

The unit of measurement shall be the number of signal sets provided where a set is deemed to be 2 (two) signalised facilities, one at each end of a closure. The tendered rate shall include full compensation for the provision of complete sets of signalised traffic control devices as specified. 75% of the rate offered will be payable when the sets have been provided on site ready for use and 25% when finally removed from the site.

(b) Operating signalised traffic control devices ................................................. month-set

The unit of measurement shall be the month set or part thereof that the signalised traffic control device is operated.

The tendered rate shall include full compensation for all costs necessary to operate and maintain the signalised traffic control devices in full working order for 24 hours per day in compliance with the specification and shall include for 2 (two) operators per shift. Also included in the tendered rate shall be the cost of operation of the communication system between the traffic control devices.”

Add the following payitems: “Item Unit “B15.14 Amber flashing lights mounted on signs .............................. number (No) The unit of measurement shall be the number of sets provided. The tendered rate shall include full compensation to provide, erect, operate and maintain a set of 2 (two) amber flashing lights per sign at each end of the traffic accommodation sections. It shall also include the provision of power to operate the lights, replacing bulbs as required and keeping the lenses clean and visible. Item Unit B15.15 Provision of traffic safety equipment for us e by the Engineer/visitor

(a) Safety jackets ....................................................................................... number (No) (b) Hard hats ............................................................................................... number (No)

The unit of measurement shall be the number of each item provided as specified, and approved by the engineer. The tendered rates for the various safety items shall include full compensation for provision thereof and maintenance in good working order.

Page 164: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-153

Item Unit B15.16 Provision of traffic safety

(c) Traffic safety officer ......................................................................................... month

The unit of measurement shall be the month (or part thereof) that the specified duties of the traffic safety officer are performed, irrespective of the number of traffic safety officers employed in any 24 hour day. The tendered rate shall include full compensation for the cost of the traffic safety officer(s) to conduct the duties as specified in sub-clause B1502(i) and includes the provision of his own vehicle, fuel, vehicle maintenance and insurance and the cost of the cellular telephone and all other incidentals related to the performance of his duties.

(d) Traffic safety vehicle(s) .................................................................................... month

The unit of measurement shall be the month (or part thereof) that the safety vehicle is on site and in continuous use in the performance of traffic safety. The rate tendered shall include the provision of the traffic safety vehicle, fuel, vehicle maintenance and insurance costs, drivers, labourers and all other incidentals related to the performance of the traffic safety duties. Item Unit

B15.17 Penalties (a) Fixed penalty per occurence ……………………………………………....number (No)

(b) Time related penalty………………………………………………..….………. hour (h) In subitem B15.17 (a), the unit of measurement shall be number and applied for each and every occurrence of non-occurrence with any of the requirements of section 1500 of the standard specifications and section B1500 of the project specifications at the rate specified in the pricing schedule In subitem B15.17 (b) the unit of measurement shall be hour and applied for each hour over and above the time set by the engineer that the identified non-compliance has not been rectified. The above payitems shall be applied at the rates stated in the pricing schedule and become payable by the contractor in each and every month they occur and shall be deducted from the amount due to the contractor on the relevant monthly payment certificates. Item Unit

B15.18 Media release and public relations

(a) Media releases and public relations ......................................... prime cost( PC) Sum (b) Handling costs and profit in respect of sub-item B15.18 .................. percentage (%)

The PC sum is provided to cover costs related to the public notices as instructed by the Engineer. The tendered percentage for subitem (b) shall include full comepensation for the handling costs and profit of the Contractor in connection with subitem (a)

Page 165: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-154

Add the following new sections: “B1518 TOW TRUCKS A heavy duty tow truck capable of moving heavy vehicles over 2 tons and a light duty tow truck for light vehicles under 2 tons shall be available when called upon for assistance with a reaction time not exceeding 30 minutes. Failure to react within the specified time shall result in the application of penalties under Clause B1502(l). The heavy duty tow truck shall be able to remove broken down heavy vehicles off the roadway or to locations as directed by the traffic authorities. In the event of a truck breakdown, the Traffic Safety Officer shall contact the provincial traffic inspector who will then issue an instruction / permit for the tow truck operator to remove the stationary vehicle. It will be the Traffic Safety Officer’s duty to administer the process so that the stationary vehicle is removed in the shortest time. Both tow trucks must be branded with SANRAL insignia on the front, back and sides of each vehicle.” Add the following: "B1519 ACCOMMODATION OF PEDESTRIAN TRAFFIC The contractor shall pay specific attention to the accommodation of pedestrian traffic along the cross roads where the safety of pedestrians could be compromised as a result of the works. Where pedestrians have to cross the site, the contractor shall ensure that the pedestrians are safeguarded and shall be able to cross the site without being endangered. The pedestrians should not be able to enter areas where works are taking place. Should a walkway be required, it shall have a clear opening of at least 1,2 m wide and 2,1 m high and shall be uniformly illuminated at all times. The surface of the walkway shall be free from obstructions and shall be clearly signposted to guide the pedestrians towards the walkway. If steps are required to reach the level of the walkway, these shall comply with the OHS act and have proper handrails. No ramps shall be steeper than 1 in 8. Payment for compliance to this requirement shall be deemed to be included in the rates tendered for accommodation of traffic."

Page 166: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-155

SECTION B1600: OVERHAUL B1601 SCOPE

Insert in the second line between ‘’excavation” and “or stockpile” the following:

“ …, crushing and screening,” B1602 DEFINITIONS

(a) Overhaul material

(iv) Insert “selected layers” before “subbase” in the first line. Insert the following as a final paragraph “Material procured from commercial sources shall not be regarded as overhaul material.” (vi) amend the sentence to read, “material removed from the existing pavment layers such as block paving and other building rubble or material which requires either disposal or stock piling”,

b) Overhaul

Delete this subcaluse

c) Haul distance

Delelete this subclause

d) Free-haul distance

Replace the sub-clause with the following: “Free haul distance for this contract shall be unlimited. The material to spoil shall be taken to a nearest municipal dump site identified by the contractor. The material which needs to be stock piled shall be taken to the site as identified by the Cleint and the Engineer. However, it shall be noted that the identified site will be within contract limits.

Page 167: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-156

COLTO SERIES 2000: DRAINAGE SECTION B2300: CONCRETE KERBING, CONCRETE CHANNELLI NG, CHUTES AND DOWNPIPES AND CONCRETE LINING FOR OPEN DRAINS B2307 MEASUREMENT AND PAYMENT

Item Unit B23.16 Bedding material from Commercial Sources (element, gravel/soil type and thickness specifie d)...….cubic metre (m3) The unit of measurement shall be the cubic metre (m3) of completed bedding material material, measured in place calculated in accordance with the authorised dimensions.

The tendered rates shall include procuring, furnishing, placing, and compacting the bedding material to 96% MODAASHTO density for gravel material.

The tendered rates shall also include ripping and re-compacting of material and addition of weed killer if required prior to placing the gravel material.

Page 168: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-157

SECTION B3400: PAVEMENT LAYERS OF GRAVEL MATERIAL B3402 MATERIALS

a) General

Add the following at the end of the second paragraph: "For chemically stabilised layers the material shall conform to the requirements in table B3402/5. Add the following after the second paragraph: “Distinction shall be made between crushed and natural G4, G5 and G6 materials. Where the crushing and/or screening of these materials has been specified, the combined grading shall conform to the grading limits specified for G4 class material in Table B3402/1. The same shall apply for all materials obtained from commercial sources.” Replace the grading section in Table 3402/1 with:

Grading

Nominal aperture size of

sieve (mm)

Percentage passing through sieve by mass

The percentage

by mass passing

the 2,00mm

sieve shall not be less than 20% not more than 70%

Crushed material Nominal max size Uncrushed

material 37,5 mm 28 mm

53 100 50 95 - 100

37,5 100 85 – 100 28 86 - 95 20 73 - 86 87 - 96 61 - 91 14 61 - 76 73 – 86 5 37 - 54 43 - 61 31 - 66 2 23 – 40 27 – 45 20 – 50

0,425 11 – 24 13 – 27 10 – 30 0,075 4 - 12 5 - 12 5 - 15

Note: Refer to standard COLTO table for COLTO grading if required Replace Table 3402/5 with: "TABLE B3402/5: REQUIREMENTS FOR CHEMICALLY STABILI SED LAYERS

Classification C1 C2 C3 C4 Material before treatment

At least G2 quality

At least G4 quality

At least G5 quality

At least G6 quality

PI after treatment

Non-plastic Non-plastic 6 max. *(1) 6 max. *(1)

UCS (MPa) *(2) 6 min. 4 min. 1,5 min 0,75 min. ITS (kPa) *(3) - - 250 min. 200 min. WDD (% loss) 5 max. 10 max. 20 max. 30 max.

Note: * (1) For materials derived from the basic crystalline rock group, the Plasticity Index after

stabilisation shall be non-plastic. * (2) Unconfined Compressive Strength @ 100% Mod. AASHTO density * (3) Indirect tensile Strength @ 100% Mod. AASHTO density (Rapid Curing) * (4) Wet/Dry Durability according to Method B 8110"

Page 169: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-158

b) Compaction requirements

Subbase: Gravel Subbase compacted to 98% of modified AASHTO Density which is chemically stabilized with CEM II (B-L) – 32.5N Cement. Base: Shoulder & wearing course:”

B3405 CONSTRUCTION TOLERANCES

(a) Level

Replace the table in the sub-sub-clause with the following:

“ H90

Hmax

Selected layers 25 mm 33 mm Sub-base layers 15 mm 20 mm Base layers 12 mm 15 mm Shoulders 25 mm"

Add the following:

"Level control for the various pavement layers shall be done at least at the following intervals in the longitudinal direction:

Layer Interval

Selected layer, sub-base, shoulders and wearing course 20 m Base 10 m

(b) Layer thicknesses

Replace the table in the sub-sub-clause with the following:

“ D90 Dmax

Dave

Selected layers 25 mm 35 mm 8 mm Sub-base layers 18 mm 24 mm 5 mm Base layers 15 mm 22 mm 5 mm Shoulders 30 mm 0 mm"

Page 170: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-159

SECTION B3500: STABILIZATION B3501 SCOPE

Add the following as a 3rd paragraph:

“The use of recyclers for cold in situ recycling purposes is also covered in this section, which includes cement, lime, emulsion and foam stabilisation of base and subbase layers consisting of gravel and/or crushed stone material as described in sections 3400 and 3600.”

B3502 MATERIALS

a) Chemical stabilizing agents

Delete sub-clauses (ii) Ordinary Portland cement and (iii) Portland blast-furnace cement and replace with the following: "Cement shall comply with the relevant requirements of SANS 50197-1:2000. The use of strength classes greater than 32,5 shall not be permitted. On this contract CEM II (B-L) – 32.5N shall be used for stabilization purposes.”

B3503 CHEMICAL STABILIZATION

a) Preparing the layer

Insert the following before the first paragraph: “Moisture content tests shall not be undertaken more than one day in advance of in situ stabilization operations. Care shall be taken to ensure that samples are representative of the in situ material. Checks shall be conducted when wet weather occurs between initial testing and work commencing on any section.”

b) Applying the stabilizing agent

Replace the second sentence of the second paragraph with the following: “Spreading shall only commence when the engineer is satisfied that the correct quantity of stabilizing agent has been placed on the layer and has given permission that the stabilizing agent may be spread uniformly over the entire surface to be treated."

h) Curing the stabilized work

Add the following to method (ii): "The covering material shall be placed by end-tipping, spread, and not compacted until the underlaying layer has cured for at least 7 days." Add the following to paragraph: “Method (iii) and (iv) shall not be applicable.”

Page 171: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-160

i) Construction limitations

Replace the fourth paragraph starting with “No stabilization ...” with the following: “No stabilization shall be done during windy conditions, wet weather or with falling air temperatures (7°C and dropping), or during rising air temperatures (when the air temperature is below 3°C). The surface temperature of a compacted stabilized layer shall not be allowed to fall below 1°C during the first three (3) days after stabilization. The contractor shall be responsible for taking the necessary precautions to prevent the layer from freezing. All stabilized layers damaged by rain, frost or by the formation of ice in the layer shall be removed and replaced by the contractor at his own expense. The contractor shall make allowance for these requirements in his construction programme.” In Table 3503/1, delete “8 hours” for Ordinary portland cements and cement blends and replace with “6 hours”.

B3506 TOLERANCES

b) Uniformity of mix (chemical stabilisation)

The test method described in paragraph (ii) will be applicable to this contract.

Replace the full stop at the end of paragraph (i) with the following: “using the formula (Sn / Xn) where: Sn is the standard deviation of stabilizer Xn is the average stabilizer content.”

B3507 CONSTRUCTION OF TRIAL SECTION

Insert the following before the second paragraph: “Prior to carrying out the trial section for cold in situ recycling, the contractor shall assemble all items of plant and equipment that he proposes to use for the recycling operation. Only those machines he intends using for production work shall be used to construct the trial section and under no circumstances shall he be permitted to use any substitutes. The first section of pavement to be recycled shall be regarded as a trial section with the objective of: - demonstrating that the equipment and processes he proposes to employ are

capable of constructing the recycled layer in accordance with the specified requirements;

- determining the effect on the grading of the recycled material by varying the forward speed of the recycling machine and the rate of rotation of the milling drum; and

- determining the amount of rolling necessary to achieve the compaction requirements.

The trial section shall be at least 200m in length and shall cover the full lane-width or half-road width in accordance with the geometry of the road and the accepted work plan. To allow the engineer sufficient time to assess all aspects of quality of the completed trial section and contingent on the results being satisfactory, the contractor shall programme to start production recycling work no sooner than one week after constructing the trial section.

Page 172: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-161

Should the contractor make any alterations in the methods, processes, equipment or materials used, or if he is unable to comply consistently with the specifications due to variations in the in situ material, or for any other reason, he may be required to undertake further trial sections before continuing with the permanent work.” Insert the following new paragraph after the third paragraph: “For cold in situ recycling provision is made for payment for the first approved trial section. Such payment will be made as an extra-over to the various payment items for recycling work together with all additives that will be measured and paid as normal production work. Any further trial sections ordered by the engineer shall likewise be paid provided they are approved.”

B3509 QUALITY OF MATERIALS AND WORKMANSHIP

Add the following after the second paragraph: “The test results and measurements will be judged in accordance with the provisions of Section 8200. Bitumen stabilised layers shall be judged on the same criteria as chemically stabilised layers.”

Add the following paragraphs: "The engineer shall be notified in good time to enable him to conduct tests himself. Sample preparation and testing for cement stabilization testing shall be done by means of the Rapid Cure Method as described in clause B8110 while bitumen stabilisation sampling and testing shall be in accordance with the latest edition of the TG2. The stabilized material sampled from the layer for the compaction of modified AASHTO briquettes, shall be prepared according to SANS 3001; GR54; i.e. discard material coarser than a 37,5 mm test sieve, and compacted according to SANS 3001; GR31.

Any delamination of the completed layer (biscuiting), identified by the hollow sound caused when a chain is dragged over the stabilized layer, shall be removed and repaired prior to the construction of subsequent layers. The repair method shall be approved by the engineer. No payment will be made for repairs. (a) Process control for cold in situ recycling

The contractor shall establish a comprehensive process control system for the recycling work. The following daily reports shall be submitted as a minimum: • The production plan; • The completed pre-start check list; • Weather conditions and temperature measurements; • Details of the recycling work completed during the day with the following

information for each cut that was made: - start and end chainage; - depth of cut (including a schedule of dip measurements); - width of application of stabilising agent(s); - nozzle settings (closures) for each spraybar (where relevant); - computer data input; - cement / lime spreading check measurements (where relevant);and - compaction data in electronic format from the integrated

compactometer device fitted to the primary roller (if applicable): • Where the material is treated with a bitumen stabilising agent, the following

shall be included: - bitumen emulsion or Pen-grade bitumen consumption; - average temperature and pressure measured at the spraybar; and - all other details shown in the sample report included in the

Appendices of the latest edition of SAPEM and TG2:

Page 173: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-162

• Relevant comments / information concerning the recycling operation. These shall include but shall not be limited to: - standing time and the reason(s);

sections where in situ pavement conditions changed together with a description of the change (e.g. thick asphalt between km 1+200 and km 1+230 in Cut #2);

- details of any non-routine tests that were undertaken; - any changes in the weather during the day (e.g. strong wind from

13:00); and - relevant instructions received and from whom; and

• The location where the daily sample of pulverised material was taken." B3510MEASUREMENT AND PAYMENT Item Unit B35.02 Chemical stabilizing agent Replace the full stop at the end of the third paragraph with the following: "and layer dimensions."

Page 174: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-163

SECTION B5500: FENCING B5501 SCOPE

Add the following: “This section also covers the repairing of existing fences that form part of the permanent work and/or routine maintenance”

B5514 MEASUREMENT AND PAYMENT

Add the following sub-payitem (f1) after payitem (f) Unit (f.1) Weld mesh………………………………………………………….……square metre (m2)

Replace the sentence in 10th paragraph; “Diamond mesh, wire netting and hinge joint mesh (subitems (c), (d) and (f)” with “Diamond mesh, wire netting, hinge joint mesh and weld mesh (subitems (c), (d), (f) and (f1)” Replace the sentence in 11th paragraph; “The unit of measurement shall be the square metre of diamond mesh, wire netting or hinge joint mesh,” with “The unit of measurement shall be the square metre of diamond mesh, wire netting, hinge joint mesh or weld mesh,” Add the following new payitem “Item Unit B55.10 Replacing existing fence material (a) Diamond mesh (describe)....……………………………………….…...square metre (m2) (b) Wire netting……………………………………………………………….square metre (m2) (c ) Zinc coated barbed wire……………………………………………………..……metre (m) (d) Zinc coated smooth wire……………………………………………………….….metre (m) (e) Weld mesh……………………………………………………………….square metre (m2) The unit of measurement for subitem (a), (b) and (e) shall be the square metre of diamond mesh or wire netting or weld mesh removed from existing fence and supplying and installing new diamond mesh or wire netting or weld mesh. The unit of measurement for subitem (c) and (d) shall be the metre of zinc coated barbed or smooth wire from existing fence and supplying and installing new zinc coated barbed or smooth wires The tendered rate shall include full compensation for removing diamond mesh, wire netting, weld mesh, zinc coated barbed wire or zinc coated smooth wires from existing fence, transporting to disposal site or designated site and supplying new diamond mesh, wire netting, zinc coated barbed or smooth wires, tying wires, straining wire, and installation all complete as to the satisfaction of the Engineer.

Page 175: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-164

Add the following payitem Unit B55.11 Supply and install Steel Palisade fence (Des cribe) ………………….……….m The unit of measurement shall be the metre of palisade fence supplied and installed. The tendered rate shall include all the material, labour, equipment, tools necessary for the installation of the fence The tendered rate shall also include necessary bolts, washers, nuts, screws, rivets etc. required for fixing and hot dip galvanising.

Page 176: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-165

SECTION B5700: ROAD MARKINGS B5701 SCOPE

Replace “South African Road Traffic Signs Manual” in the second paragraph with: “SADC Road Traffic Signs Manual” Replace the words “ordinary road marking paint” with “solvent borne road marking paint”. Replace “BS 3262” with “EN 1436”. Replace “Hot melt plastic road marking” with “thermoplastic road marking”.

B5702 MATERIALS

Insert the following before subclause (a) Paint: “The selection of the appropriate road marking paint and materials for permanent road markings to ensure conformance with the requirements of this specification rests with the contractor. Such paint and material shall have technical characteristics (brightness, luminance, skid resistance, durability) equal to or greater than road marking paint and materials specified in subclauses 5702(a), (b) and B5702(c). Where plastic road-marking material (hot-melt plastic (also known as thermoplastic) and two-component (also known as cold plastic)) is used, the contractor shall obtain an approved guarantee from the manufacturer that the paint complies with the specification. This shall be submitted to the Engineer on request.”

Replace sub-subclause B5702(a)(i) with the following: “(i) Road marking paint

Road marking paint shall be Type 1 as specified in SANS 731-1. Only paint, manufactured in a SANS approved and accredited facility shall be accepted. The no-pick-up time of road-marking paint shall comply with the Class 1 requirement in accordance with SANS 731-1. The paint shall be delivered at the site in sealed containers marked in accordance with SANS 731-1. The viscosity of the paint shall be such that it can be applied without being thinned down.”

Replace sub-subclause B5702(a)(iii) with the following:

“(iii) Thermoplastic road marking material

Thermoplastic road marking material shall comply with the requirements of EN 1436, and EN 1423: 1998 for drop-on glass beads for road marking and anti-skid aggregates and mixtures thereof. Blending of thermoplastic road marking material and glass beads shall comply with EN 1424: 1998. The binder shall be an elasticized synthetic resin and the material shall be reflectorized by mixing in 25% by mass Class A glass beads in accordance with EN 1424: 1998. An additional topping of glass beads shall be applied to the hot surface of the material for instant retro-reflectivity. The white road marking material shall contain 6% by mass minimum titanium dioxide content and shall have a skid resistance of 45 S.R.T. – units or higher. SABS Method 1248: 1995 shall be used for determination of traffic wear index; indication of durability.

Page 177: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-166

The following minimum lumination values are required for the completed product:

• 250 mcd/m2.lux & 120 mcd/m2.lux for white & yellow lines respectively, at 30 days after application.

• 200 mcd/m2.lux & 100 mcd/m2.lux for white & yellow lines respectively, at 6 months after application.

Determination of coefficient of retro-reflected luminance by means of portable retro-reflectometer shall be carried out using SANS 6261: 2008. Application of the permanent roadmarking will thus have to be performed within the first 6 months of the 12 month defects liability period to allow for the second measurement to fall within the contract dates. Should the application of the permanent road-marking fall outside the first half of the defects liability period for whatever reason, the settlement of the retention money will be delayed until the second measurement of luminance can be performed at the stipulated time and the required adjustment can be made to the tendered rate (if required).

Two-component cold plastic road marking material shall be used for symbols, arrows and letters (hand painted markings) unless otherwise instructed by the Engineer.”

Add the following sub-subitem:

“(v) Cold plastic road marking material

Cold plastic road marking material shall be used for symbols, arrows and letters (hand painted markings) and shall consist of a solvent-free reactive acrylic resin, stuffing, beads and pigment to which a hardener shall be added. Application is carried out using a trowel. Material applied by paint brush shall not be used.

Cold plastic road marking material shall be reflectorized by mixing in 25% by mass (or 400g/m2) Class A glass beads in accordance with EN 1424: 1998. An additional topping of glass beads is applied to the wet surface of the material after application and will comply with EN 1423: 1997.”

b) Roadstuds

Replace the clause with the following:

“Permanent and temporary road studs shall comply with the requirements of the European Standard for road studs IS EN 1463. The road studs to be used on this contract shall be RSA-3” Road studs for the areas of application shall be supplied and installed in accordance with the requirements set out in Table B5702/1 with reference to IS EN 1463.

TABLE B5702/1

Classification Area of Application

RSA-1 RSA-2 RSA-3 RSA-T

Description Bi-directional Bi-directional Circular

Cats-Eye Bi-directional

Material Galvanized Cast Iron

Plastic Glass Plastic

Design Type A Type A Type A Type A

Use Type P Type P Type P Type T

Reflector Type 1 Type 1 Type 1 Type 2

Reflectivity R1 R1 R1 Not Specified

Page 178: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-167

Installation System Anchored Bonded Embedded

Self Adhesive or Bonded

Height above Road

H3 H3 H3 H1

Dimensions (min-footprint) 100mmx80mm 100mmx100mm

100mm dia

100mmx100mm

Colours W – R - Y W – R -Y W W – R - Y

Road Trials S1 S1 S1 Not Applicable

Add the following sub-item: “c) Retro-reflective beads

Retro-reflective glass beads shall be applied to the wet paint, thermoplastic and cold plastic. The beads shall comply with Class A beads in accordance with EN 1424: 1998, with the following requirements or as approved by the Engineer:

• colour : crystal clear • roundness : > 80% • size range of : 14 – 200 US Mesh (75 – 1400 Microns) • refractive index : > 1.5 • specific gravity : ± 2.5 • granulometry :

CUMULATIVE RETAINED MASS

SIEVE MINIMUM MAXIMUM 1700 0 2 1400 0 10 1180 5 30 850 40 80 600 70 100 425 80 100 355 90 100 212 95 100 PAN 100 100

The beads shall be delivered to the site in sealed bags, marked with the name of the manufacturer, the batch number and an inspection seal of SANS, confirming that the beads form part of a lot tested by SANS and comply with the requirements of EN 1424: 1998. Alternatively, the Contractor shall at all times have a SANS certificate on the site, identifying the batches to which the inspection seals apply and certifying that they have been tested by SANS, and comply with the requirement of EN 1424: 1998.”

B5704 MECHANICAL EQUIPMENT FOR PAINTING

Add the following sentence at the end of the first paragraph: ”The road-marking machine shall be fitted with a device to guide the operator to the centre of the line to be painted. This device shall be used at all times of operation.”

B5705 SURFACE PREPARATION

Add the following at the end of the second paragraph: “The onus is on the contractor to ensure that the surface on which the road markings are to be applied is sufficiently clean and dry to ensure that the quality of the road markings will not be adversely affected. The contractor is also responsible for protecting road studs

Page 179: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-168

from being painted over, and the subsequent cleaning thereof if such over-painting did occur.”

B5706 SETTING OUT THE ROAD MARKINGS

Insert the following before the first paragraph: “Where road markings are to be replaced after any construction activity, it is essential that all existing road marking be accurately surveyed and referenced before commencement of such construction activities which will obliterate the existing road markings. The position of barrier lines shall be re-assessed on site by the engineer before the contractor commences with the road marking.”

B5707 APPLYING THE PAINT

Insert the following before the first paragraph:

“The Contractor’s establishment on site and general obligation shall be deemed to fully include the establishment of the road-marking team, irrespective of the number of times the road-marking team is required to be on site or is required to move within the site. Provision is also made under item B57.07 for de-establishment and re-establishment in the contract or maintenance period if such action is required by delays not attributable to the contractor and/or ordered by the Engineer.”

Replace the sixth paragraph with the following: “Solvent borne road marking paint shall be applied at a nominal rate of 0,42ℓ/m2 or as directed by the Engineer. Thermoplastic road marking shall be applied at a nominal rate of 2,5 kg/m2 to achieve a minimum thickness of 1,25mm to 1,5mm or as directed by the Engineer. The two-component road marking material shall be applied by hand by means of a trowel. The desired symbol or line shall be marked with a tape or a template on the road surface. Thereafter apply the required volume of material and spread uniformly over the entire area. When dry/set, remove the tape or template. A spreading rate of 4,5kg/m2 is estimated to achieve a 2,0mm material thickness. In order to ensure proper coverage on all types of surfaces the Engineer may order an increase in the above nominal application rates. Payment for these variations in application rates shall be made under item 57.04. A daily log-sheet, provided by the Employer, shall be completed and signed by the Contractor and the Engineer’s representative, recording the quantities of paint and glass beads used on that day and shall be available for inspection at all times. The completed and signed log-sheet for the period covered by a payment certificate shall be attached to the payment certificate.”

Replace the last paragraph with the following:

“Solvent-based road marking as specified by the Engineer shall be carried out within 14 days of opening the road full width to traffic after the completion of the surfacing. If in the in the opinion of the Engineer, conditions are unsafe, the centre-line shall be painted immediately after 2,0 km of continuous road has received a new asphalt layer, or 4,0 km of continuous road has received a new seal surfacing.”

B5708 APPLYING THE RETRO-REFLECTIVE BEADS

In the first paragraph, replace the nominal application rate of 0,8kg/litre with “400gm/m2”. Replace the second paragraph with the following: “The thermoplastic road marking material and two-component road marking material shall contain insitu glass beads of minimum content of 25% in order to obtain night visibility (reflectivity). The contractor shall immediately apply additional glass beads at 400g/m2 to

Page 180: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-169

obtain immediate reflectivity. The beads shall be sprayed onto the road marking layer by means of a pressure sprayer. Where letter, symbol, traverse line and island road marking is undertaken by hand, the glass beads may be applied by hand if approved by the Engineer. Prior to any hand application work, the contractor shall first request approval from the Engineer.” Add the following: “Beads shall be applied in accordance with EN 1424.”

B5710 TOLERANCES

Add the following paragraphs to subclause (c) Alignment of markings: ”When an unbroken line and a broken line are painted alongside each other, the beginning and the end of the unbroken line shall coincide with the beginning of one broken line and the end of another broken line. When existing lines are repainted, the new markings shall not deviate more than 100mm in the longitudinal direction nor 10 mm in the transverse direction from the existing marking. The alignment of the road studs shall not deviate from the true alignment by more than 10mm and shall be positioned so that the reflective faces are within 5° of a right angle to the centre line of the road.” Add the following subclause:

“e) Testing

(1) Plant

Before painting any permanent road markings, the Contractor shall satisfy himself and the Engineer, by painting test lines on a section of pavement other than the section required to be marked:

(i) that the painting machine is in good working order and properly

adjusted; (ii) that the operator is fully experienced; and (iii) that the machine sprays at the specified rate of paint application.

The Contractor shall bear the cost of all materials and workmanship required for the above plant tests. In addition, the Contractor shall conduct random paint thickness tests and dip/spread tests as required by the Engineer.”

B5711 GENERAL

Add the following clause: ”The Contractor shall provide temporary traffic control facilities in accordance with Section 1500 of the COLTO’s standard specifications for road and bridge works to ensure traffic safety where work is being executed. Property and/or road signs damaged by the Contractor, his personnel, his agents or sub-contractors shall be repaired or restored to their condition prior to the damage at his own cost.”

B5712 FAULTY WORKMANSHIP OR MATERIAL

Add the following paragraphs to this item: ”The Contractor shall rectify in an acceptable manner and at his own costs; all marking that do not comply with the specified requirements.

Page 181: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-170

While work is in progress, tests shall be carried out on materials and/or the quality of work to ensure compliance with the specified requirements. The sampling methods are specified in SANS 731-1. The sampling methods described in TMH5 shall be followed where applicable.”

B5713 PROTECTION

Add the following paragraph ”Traffic cones shall not be smaller than 750mm in height and shall be placed on the road not further than 48m apart. Cones shall not be removed before the paint on the road has hardened to such an extent that it will not be damaged by traffic and the adhesive of the road studs has hardened to such an extent that the studs will not turn or become loose. All marks on the road caused by traffic driving over wet paint shall be removed by the Contractor at his own cost.”

B5714 MEASUREMENT AND PAYMENT

Amend the heading for payitem B57.03 as follows: “B57.03 Thermo-plastic road-marking paint ...................................... kilometre (km)” Amend the unit of measurement for payitem B57.03 (a) to metre (m) Add words “or metre” after word “kilometre” in the second line in first paragraph under item B57.03 Add words “or metre” after word “kilometre” in the first line in third paragraph under item B57.03 Add the following after the third paragraph: “Full payment of the tendered rate will be applicable upon completion of the application of the road-marking paint. However, should the coefficient of retro-reflected luminance fall below the required minimum levels as specified in paragraph B5702 above, payment will be reduced on the following sliding scale : White lines: • Below 250 mcd/m2.lux at 30 days : minus 10 % of the tendered rate • Below 200 down to 180 mcd/m2.lux at 6 months : minus 10% of the reduced rate • Below 180 down to 160 mcd/m2.lux at 6 months : minus 20% of the reduced rate • Below 160 down to 140 mcd/m2.lux at 6 months : minus 30% of the reduced rate

Yellow lines: • Below 120 down at 30 days: minus 20 % of the tendered rate • Below 100 down to 80 mcd/m2.lux at 6 months: minus 20% of the reduced rate

The reduction in the tendered rate applicable for failing to meet the specified minimum luminance level at the 30 days and 6 months measurement dates shall be applied accumulative in the certificate immediately following the date of measurement.”

Amend payitem B57.05 as follows: “Item Unit B57.05 Roadstuds (installation and maintenance) ........................... number (No)” Add the following after the first sentence of the second paragraph:

Page 182: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-171

“No additional payment will be made should temporary or permanent road studs be replaced if lost or broken during the construction period or during the Defects Notification Period.”

Page 183: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-172

COLTO SERIES 6000: STRUCTURES SECTION B6100: FOUNDATIONS FOR STRUCTURES B6103 GENERAL

a) Subsurface Data

Add the following: “It is expressly understood that, while all subsurface information is given in good faith, the correctness of the information furnished is not guaranteed. Where the actual foundation conditions encountered are considerably at variance with conditions visualised and described in the Contract documents and those terms for which the rate or price provided for in the Contract is rendered unreasonable or inapplicable, such other rate or price consistent with the rates set out in the Contract shall be fixed as set out in Clause 13 of the FIDIC Conditions of Contract subject always to a founding depth variation not exceeding 2.5m in any foundation component (except piling depth) of the permanent structure not, by itself, being held to constitute cause for variation for the Contract rates or prices.”

B6104 ACCESS AND DRAINAGE

c) Drainage

Add the following: “Where dewatering and keeping dry of excavations has not been billed separately as per item 61.03 “Access and Drainage”, it shall be deemed to be included in the rates tendered and paid for excavation and backfill.”

B6105 EXCAVATION

a) General

Add the following: “Excavation required for diverting, channelling or widening streams within 5.0m of concrete structures shall be measured and paid for under item 61.02. Excavations beyond the 5.0m limit shall be measured and paid for under the appropriate items in Sections 2100 and 3300.”

c) Excavation

Add the following paragraphs: “Where excavation is in soft material, the final 0.75m and in the case of hard material, the final 0.25m of material shall be removed using suitable hand tools such as pick and shovel or pneumatic tools. During construction of the river bridges the Contractor will only be permitted to construct, subject to the approval of the Directorate of Water Affairs, low level causeways access the rivers that cause negligible backing up and cofferdams around the piers and abutments for the construction of the foundations using material excavated in the road prism consisting of natural alluvial deposits of sand boulders, etc. These obstructions must be removed at the end of the contract and the river and banks restored to their original condition.

g) The safety of excavations

Add the following paragraph:

“The design for shoring, signing of the drawings and inspection prior to construction of the permanent works of excavations to ensure it is safe shall be

Page 184: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-173

undertaken by the contractor’s competent person, who shall be a professional engineer with the relevant experience. The contractor shall ensure that all temporary works undertaken shall comply with the relevant sections of the Occupational Health and Safety Act and the Construction Regulations”.

B6106 FOUNDING

Add the following clause at the end of the last paragraph: “Where foundation slabs or pile caps are cast directly against the face of the excavations, the volume of concrete measured for payment shall be the total volume of concrete placed or the volume based on the plan dimensions detailed on the drawings plus a 100mm allowance for overbreak on each applicable side whichever is the lesser. No formwork to the footing shall be measured when the concrete is cast against the face of the excavations”.

B6109 FOUNDATION FILL

In the 5th paragraph, 7th line delete “60” substitute “45”. Add the following after the 6th paragraph: “Concrete blinding shall extend 100mm all round beyond the horizontal dimensions of all formed footings to facilitate placing of the formwork, unless otherwise directed by the engineer. In the case of structures where excessive ground water is encountered, the blinding layer may extend over the full plan area of the base of the excavation and beyond the edge of the foundation where required. Payment shall be made for the quantity of concrete calculated as the product of the specified thickness of blinding layer and the actual area of blinding placed subject to a maximum distance of 500mm beyond the edge of the foundation.”

Page 185: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-174

SECTION B6200: FALSEWORK, FORMWORK AND CONCRETE FIN ISH B6204 DESIGN

a) General

Add the following: “The Contractor shall submit to the Engineer at least 4 weeks before the structure is scheduled for construction a detailed analysis showing the effect of the stresses that will be induced by the Contractor’s chosen method of construction. The cost of any additional prestressing, reinforcing steel, concrete, etc. required as a result of the Contractor’s chosen method of construction shall be to the Contractor’s account. No construction shall commence until the Engineer has given his written approval.”

b) Falsework

“Unless instructed otherwise by the Engineer, the Contractor shall submit his design criteria and detailed drawings of the staging to the formwork. The design, signing of the drawings and inspection of the falsework prior to construction of the permanent works shall be undertaken by the contractor’s competent person, who shall be a professional engineer with the relevant experience.”

B6205 CONSTRUCTION

b) Formwork

(i) General

Add the following: “Formwork to faces of structures with a gradient equal to or greater than ten vertical to one horizontal shall be classified as vertical formwork. Formwork to faces of structures with a gradient less than ten vertical to one horizontal, or equal to or greater than one vertical to ten horizontals, shall be classified as inclined formwork. Formwork to faces of structures with a gradient of less than one vertical to ten horizontal shall be classified as horizontal formwork.”

(ii) Formwork to exposed surfaces

Add the following: “The formwork at construction joints shall have moulding strips 25mm x 25mm neatly butted and set at the position of the construction joint”.

d) Class F3 surface finish

Replace the second paragraph with the following:

“The use of steel forms shall be permitted to form surfaces for which Class F3 surface finish has been specified, provided that only undamaged forms shall be used for such work and that the forms shall be subject to the approval of the engineer.”

Page 186: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-175

B6207 FORMED SURFACES: CLASSES OF FINISH

Add the following clause (g) Trough surface finish

This finish to the rectangular slabs is achieved by using trough forms (SABS approved manufacturers) to create rectangular recesses in soffit of slabs. Troughs are arranged in pattern shown on drawings. The soffit of the slab comprises as series of ribs which span in one direction with a topping cast on top of the trough shutter to form the Trough slab. Troughs are fibre glass recoverable void forms and are manufactured in 900 series and 1200 series. However 1200 series is not standard and may not be easily available. The standard rib modules are at 900 mm centre. These modules are manufactured in depths of 225, 325, 425, 525 and 625 mm

B6210 MEASUREMENT AND PAYMENT Add the following new payitems.

Item Unit

B62.10 Temporary props and supports to steel canopy …………metre square (m2) The unit of measurement shall be the square metre of the soffit covered by

temporary props and supports installed whilst carrying out repair works to steel canopy.

The tendered rates shall include full compensation for providing propping system

consists of vertical steel props (standards), horinzontal bracings (ledgers), etc. The contractor shall submit design and drawing including methodology of his

temporary propping system for approval. The tendered rate shall include supply of design, drawing and methodlogy of the

propping system. The tendered rate shall also include dismantling of temporary props after

completion of the relevant activity. 80% of the payment shall be made once the propping has been installed. Balance 20% shall be released once the propping has been dismantled.

Item Unit B62.11 Horizontal form work to provide Trough surf ace finish to slab soffit (description) ……….…….…..…….……square metre (m2) The unit of measurement shall be the square metre, and the full soffit area of the

trough slab (plan area) shall be measured horizontally( in contact with the finished face of the concrete shall be measured.

The tendered rate shall include full compensation for procuring and furnishing all

materials required, erecting the false work and formwork, props, hiring of troughs, treating and preparing forms, installing the forms, and removing the forms after completion of the work

The Tendered rate shall also include the Contractor submitting his design criteria

and detailed drawings of the staging to the formwork

Page 187: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-176

Payment of 80% of the amount due formwork will be made when the formwork has

been removed and payment of the remaining 20% will be made on approval of the concrete surface finish.

Page 188: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-177

SECTION B6300: STEEL REINFORCEMENT FOR STRUCTURES B6306 PLACING AND FIXING

Replace the second and third paragraphs with the following: “The concrete cover for all structural concrete shall be within the acceptance ranges shown in Table B6404/6. Prior to fixing the steel, samples of the proposed cover and spacer blocks shall be submitted to the engineer along with a written statement for in situ manufacture, if applicable, for approval. Overlap of steel reinforcement bars shall be such that the cover to the lapped bars remains constant at the specified cover.”

B6307 COVER AND SUPPORT

Amend the second paragraph as follows: Replace the second sentence, commencing with: ”Where no cover is indicated…shown in Table 6306/1” with the sentence “Where no cover is indicated, the contractor shall inform the engineer who shall after consultation with the design engineer indicate the required cover in writing and the as-built drawings shall indicate such cover”. Add the following to the end of the fifth paragraph: “Concrete cover and spacer blocks shall be made using the same cement and aggregate type as the main concrete with the same water/ cement ratio so that differences in shrinkage, thermal movements and strain are minimised. Cover blocks shall be water cured by submersion for a minimum of 7 days and thereafter kept submerged in water until immediately before fixing onto reinforcing steel. Where concrete cover blocks, subsequent to fixing, have visually dried out they shall be remoistened by an appropriate method so that they are damp before the placing of concrete. Only semi-spherical concrete cover blocks shall be used. Where fixing wire is inserted into cover blocks, it shall be galvanised. Cover and spacer blocks manufactured from other materials e.g. plastic or wood, shall not be permitted. All cover blocks regardless of the type of material manufactured from, shall not be visible on exposed concrete surfaces.” Delete Table 6306/1 in its entirety. Add the following paragraph: “Where the concrete cover specified has not been achieved after cover tests have been carried out in accordance with clause B8106(j), reduced payment as determined under clause B8212 shall be applied to all the relevant payitems under section 6300.”

Page 189: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-178

SECTION B6400: CONCRETE FOR STRUCTURES B6401 SCOPE

Add the following paragraph: “The contractor shall take and submit samples of materials and/or mixtures to the engineer who must approve mix designs before construction work can commence.”

B6402 MATERIALS

a) Cement

Replace the colon at the end of the first paragraph with a comma, and add the following: “taking into account the adoption of the new SANS 50197-1:2000 code for cements: (refer to C&CI website www.cnci.org.za)” Add the following paragraphs: “The type of cement to be used in any concrete element shall take into account the environmental conditions and durability requirements at the location of the site of the works, and shall be as approved by the engineer. With the exception of the standard SANS approved cement blends supplied by the primary cement producers, the blending of CEM1 and extenders shall not be permitted unless specifically approved by the engineer on the basis of an acceptable quality assurance procedure.

b) Aggregates

Delete the remainder of the sentence after “exceed” in sub-clause (i)(1) and replace with the following: “150% of that of the reference norite aggregate or any of the other three reference aggregates” Delete the remainder of the sentence after “exceed” in sub--clause (i)(2) and replace with the following: “200% and of the coarse aggregate 175% of that of the reference norite aggregate or any of the other three reference aggregates” Delete the remainder of the sentence after “exceed” in the first paragraph of sub-clause (i)(3) and replace with the following: “235% of that of the reference norite aggregate or any of the other three reference aggregates” Delete the entire last paragraph of sub-sub-sub-clause (i)(3) commencing with “The drying shrinkage of concrete…” Add the following sub-sub-clause:

“(vi) The maximum chloride ion content of fine aggregate shall be 0,03% by mass

of aggregate as specified by SANS 1083:2002. Where concrete is situated in a chloride environment the value shall be reduced from 0,03% to 0,01%.”

Page 190: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-179

d) Water

Add the following: “Water for concrete other than prestressed concrete, shall not contain chlorides, calculated as sodium chloride, in excess of three thousand parts per million (3000ppm) nor sulphates, calculated as sodium sulphate, in excess of two thousand parts per million (2000ppm). Water for curing concrete shall not contain impurities in sufficient amount to cause discolouration of the concrete or produce etching of the surface. No sea-water or water containing salts shall be used. No water shall be added on site to ready mix concrete prior to placing to improve workability. All concrete delivered to site shall be checked for workability using the slump cone test and slump measured outside of the limit set from the design mix shall be rejected.”

e) Admixtures

Add the following sub-sub-clauses:

“(v) Admixtures, which have a retarding effect on the rate of hydration of the

cement, may not be used when the concrete temperature is below 20°C. (vi) A retarding admixture shall be used if the temperatures of concrete mixes

using cements of strength class 42.5 or higher is between 20 to 30°C or where the ambient temperature is between 20 to 30°C.”

Add the following: “Note: Only admixtures of the type that do not increase the water content of the mix will be considered by the Engineer. In addition, no admixtures shall be added on site to ready mix concrete prior to placing to improve workability.”

B6404 CONCRETE QUALITY

a) General

Insert the following paragraph after the second paragraph: “When structural concrete prefixed ‘W’ is shown on the drawings, it shall, in addition to the strength requirement, comply with the durability requirements specified in sub-clause 6404(h), ‘W’ class concrete shall not apply to minor structural elements such as side drains and catchpits except in very severe environmental conditions of exposure. Requirements for concrete quality (including any durability requirements) for concrete pavements are found in Section 7100 of the specifications.”

b) Strength concrete

Replace the sixth paragraph with the following: “Where concrete is designated by the prefix “W”, e.g. class W30/19, such designations shall denote concrete achieving the durability criteria specified in the relevant tables under sub-clause B6404(h).”

Add the following sub-clauses:

Page 191: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-180

“h) Concrete durability

(i) General

Concrete designated by the prefix ‘W’ shall, in addition to the requirements of sub-clause 6404(b) comply with the durability parameters described below. Durability is influenced by the materials used in the concrete, their mix proportions, transporting, placing, compacting and, in particular, curing of the finished cover concrete (concrete layer between the outermost layer of steel reinforcement and the exposed outer surface of the concrete element). The tests required to prove durability performance of the placed concrete are given under sub-clause B8106(i). It is the engineer’s responsibility to approve the component materials and their mix properties, however it is the contractor’s responsibility to utilise acceptable component material and to achieve mix properties complying to the specifications. It is the contractor’s responsibility to design and blend materials to produce concrete of the specified quality

(ii) Durability parameters

Water sorptivity: Sorptivity is sensitive to surface effects and may

be used to assess the effectiveness of initial curing.

Oxygen permeability: Permeability is sensitive to changes in the coarse

pore fraction and thus a means of assessing compaction of concrete. It is used to quantify the microstructure of the concrete and sensitive to macro-defects such as voids and cracking.

Chloride conductivity: Chloride conductivity provides a method of

characterisation of concretes in the marine environment and is used to assess the chloride resistance of concrete.

Cover concrete: Cover concrete is the outer concrete layer that

protects reinforcing steel. Concrete cover is a requirement for all concrete whether specified as durability concrete (Class “W”) or normal reinforced concrete.

Individual Cover Depth Individual cover depth measurement determined Measurement (CDM): by an electromagnetic cover meter, complying with

BS 1881, Part 204. Average Cover: The average of at least 30 individual CDM’s per m²

determined on a clearly identified area. Overall Cover: The mean average cover determined for the

scanned area per structure. Scan Area: Areas of approximately 1m², randomly distributed

over the entire structure, representing at least 5% of total surface area for that structure.

Individual bar reading: A minimum of 3 linear CDM’s, spaced at 100mm

intervals, representing a single bar of reinforcement.

Capped CDM: The value applied to all CDM’s in excess of the

maximum allowed CDM, determined by the engineer (e.g. 40mm (specified cover) + 15mm (upper limit) = 55mm) or

Page 192: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-181

Capped Value: A value in mm, assigned to a cover reading where

the raw reading exceeds the specified cover, plus a value (mm) specified by the engineer.

Quick/Linear Scan: For evaluation of cover depth measurements taken

perpendicular to closest rebar in a line covering required area to be scanned.

Image/Block/Grid Scan: Provides an overview of rebar layout.

Measurements taken over a square meter clearly indicating position of first and second layer of rebar.

Notes: 1. Water sorptivity and Oxygen Permeability tests are required to assess

carbonation resistance 2. Water sorptivity, permeability and chloride conductivity tests are required

to assess chloride resistance

Concrete cover: Concrete cover is a dimensional indicator of cover concrete depth and it varies according to the requirements of the different environmental exposure classes.

When tested in accordance with the test protocols described in B8106 for each potential durability parameter, the concrete shall meet the limits listed in tables B6404/4 and B6404/6.

(iii) Cement content

In order to meet the durability criteria, the proportions of cementitious binder used shall be determined to suit the fine and coarse aggregate and cement type used in order to achieve the durability limits specified in tables B6404/4 and B6404/6 under the Acceptance Category of “Concrete made, cured and tested in the laboratory.” In order to avoid the possibility of Alkali Silica Reaction (ASR), the following shall be taken into account when designing the mixes:

1. Where the cementitious contents is less than 350kg/m3, the maximum

equivalent sodium monoxide content (calculated as Na2O) permitted shall be 0.60%, unless a test certificate from the CSIR (Built Environment) is provided stating that the long term testing has proved the aggregate to be non-reactive.

2. Where the cement content exceeds 350kg/m3, the maximum equivalent sodium monoxide content permitted shall be 2.1kg/m3 of concrete.

3. Where potentially reactive aggregate is used, the maximum cement content shall be 400kg/m3 and the equivalent sodium oxide (Na2O) content permitted shall be 2.4kg/m3 of concrete.

4. The contractor shall prior to the use of cement provide test certificates from an approved laboratory confirming the equivalent sodium oxide (Na2O) content of the batch of cement to be used.

5. Special literature should be consulted e.g. Fulton’s Concrete Technology.

(i) Environmental Classes of Exposure

For this project, the environmental classes for carbonation and chloride exposure for the different structural elements are as shown below in Table B6404/3.

Page 193: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-182

TABLE B6404/3: ENVIRONMENTAL CLASSES OF EXPOSURE FO R ELEMENTS OF STRUCTURE

Element Chloride Environment (Chloride Conductivity)

Foundations XS1 Substructures XS1 Superstructures XS1

(v) Acceptance ranges

TABLE B6404/4: DURABILITY PARAMETERS ACCEPTANCE RAN GES

Acceptance Category

Test No./ Description/ Unit

Water Sorptivity (mm/ / h)

Concrete made, cured and tested in the laboratory using Trial Panels

<10.0

Full acceptance of in situ using Test Panels

<10.0

Notes: 1. A value has been given, but the value to be adopted shall be based on the results

from design mixes. 2. Although no value has been given due to ongoing research, values above 12 are

regarded as poor quality concrete. 3. For purposes of interpretation, substructure is deemed to be all supporting

elements below the deck (superstructure), including buried lengths of columns, etc, but excluding foundation elements like bases and spread footings.

Chloride index testing is required where specified by the engineer. The maximum water: binder (only blended binders omitted) content of concrete used in the XS environment classes shall be 0,55. Chloride conductivity testing shall be used for materials selection and design of mixes in aggressive chloride conditions. It will therefore only be used as a check on mix designs during the initial stages of construction (based on trial panels) and on the test panels constructed as described in clause B6404(i). Testing shall be undertaken during the construction as described in clause B8106(i). Where a cement blend is used which is different from that given in Table B6404/5, the appropriate limits shall be discussed with the engineer for approval. TABLE B6404/5: APPROPRIATE LIMITS FOR CHLORIDE COND UCTIVITY (mS/cm) (For a range of possible cement blends, with minimum cover of 50mm)

ENV Class 70:30 CEM1 : FA

50:50 CEM1 : GGBS

50 : 50 CEM1 : GGCS

90 : 10 CEM1 : CSF

XS 1 2.10 2.20 2.80 0.50

FA=Fly Ash, GGBS = Ground Granulated Blast furnace Slag, GGCS = Ground Granulated Corex Slag, CSF = Condensed Silica Fume Notes: 1. Table B6404/5 shows typical blends of cements only with appropriate chloride conductivity

values. These are minimum values to be achieved in the as-built structure. Cement blends used under the contract that differs from these must be tested in the laboratory to obtain appropriate values.

2. Acceptable cement blends shall be as approved by the Design Engineer.

TABLE B6404/6: DURABILITY PARAMETERS ACCEPTANCE RAN GES: COVER FOR ALL CONCRETE TYPES

Page 194: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-183

Test No. Description

of Test

Specified Cover (mm)

Acceptance Range

Min Max

Overall cover Overall cover

B8106(g) (iv)

Concrete cover to reinforce-ment (mm)

30 to 80

85% of specified cover – 5mm

Specified cover + 15mm or where member depth is less than 300mm the limit accepted in writing by Design Engineer.

(v) Site Testing

To ensure that the concrete has been placed, compacted and cured correctly, a number of tests shall be carried out on the concrete by an approved laboratory.

(vi) Non-compliance with specified criteria

The Contractor should also note that there is specific provision made for curing of concrete under payment item B64.07 of the project specification. The amount priced under this item will be subject to reduced payments should the durability tests indicated under B8106(h) fail to meet the required targets. Similarly, failure to achieve the required durability test results will be sufficient cause to apply partial payment factors for all the payitems of the elements of the structure under sections 6300 and 6400 of the standard and project specifications or in some cases the removal of the rejected concrete.

Add the following sub-clauses: “i) Mix design approval procedures

(i) General

The compressive strength achieved on ‘W’ class concrete shall generally exceed the characteristic strength class structurally required. The contractor shall note that the process of finalising ‘W’ class mix designs could take up to two months. In order to expedite the process, the contractor must submit samples of aggregate and cement to an approved laboratory within seven days of the Commencement Date. Should ‘W’ class concrete be required before the mix design is finalised, the engineer will approve a preliminary mix design in consultation with the contractor.

(ii) Laboratory designs and site tests based on Trial Panels

Good mix design practice is essential and the following criteria shall be taken into consideration when pricing and determination of the mix design:

1. Selection of sands and aggregates to achieve a good grading is

important if the desirable concrete density and durability have to be achieved.

2. The selection and use of the correct cement grade and type for the environmental conditions (and not based solely on costs) is fundamental

3. Water: cement ratios are critical, dictating both the structural strength and the durability requirements

Mix proportions for the concrete to be used on site need to be determined by an approved laboratory, Cylindrical specimens, 70 ± 2mm in diameter shall be made or cored from a trial panel during the laboratory trial mix for performance of tests B8106(g)(i), (ii) (if required). Note that concrete cubes are not cored for durability testing during design trial mix stage or during the construction stage.

Page 195: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-184

Testing for approval purposes shall be carried out by an accredited laboratory approved by the engineer, the costs of which are deemed to be included in the contractor’s rates for structural concrete. Concrete as designed shall satisfy the limits set out in Table B6404/4 under the heading “Concrete made, cured and tested in the laboratory, using Trial Panels”. It is therefore a requirement that the trial panels be cast on the site and the cores extracted and tested in the laboratory as part of the mix design approval process. Where the site is remote from the laboratory, the Trial Panels may be cast at the laboratory in accordance with the requirements of sub-clause B8106(g). It will be necessary for the contractor to establish a target mean strength with a margin above the minimum requirement so that small fluctuations due to material changes or workmanship can be accommodated. In general, mean target strength = characteristic strength + 1,645xSn. Once the mix is approved, the target mean compressive strength for quality control purposes for durability class concrete shall be the mean compressive strength obtained from the mix that satisfies the durability requirements.”

B6408 CONSTRUCTION JOINTS

a) General

Add the following: “No construction joints other than those indicated on the drawings will be permitted without the written approval of the engineer. In all cases the proposed method of forming the joint shall be discussed and agreed with the engineer.”

B6409 CURING AND PROTECTION

Add the following to the end of sub-clause 6409(f): “Where a curing compound is used, it shall consist of an approved water based low viscosity clear wax emulsion applied in accordance with the manufacturer’s instructions.” Add the following paragraphs to the end of this sub-clause: “Where curing by retention of formwork is used as the only method of curing the concrete, it must be left in place for the minimum period specified in Table 6206/1 but in no instance shall it be less than 7 days. The materials used for formwork shall take into account properties such as thermal insulation and moisture absorption when assessing the suitability of the material, to the approval of the engineer. If impermeable curing membranes are to be used as a curing method, they shall be installed at the same time as formwork is removed and no portion of a concrete surface may be left unprotected for a period in excess of 2 hours. If the surface is an unformed finish e.g. top of deck slab, then the surface must be protected immediately by appropriate methods approved by the engineer after it is finished, without damage to that surface, since it is vulnerable to plastic shrinkage cracking due to high rates of evaporation while the concrete is still in a plastic state. Plastic shrinkage and settlement shall not be permitted on any of the structural elements since it compromises the durability of the concrete. In order to prevent early settlement and shrinkage of the concrete, the concrete placed shall be re-vibrated after initial compaction while the concrete is still in a plastic state. Any remedial measures shall be as approved in writing by the engineer. On bridge decks, the top surface shall be cured using the method described in clause 6409(d) i.e. “Constantly spraying the entire area of exposed surfaces with water”.

Page 196: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-185

For all concrete curing shall be excluded from the make-up of rates for measurement under items B64.01 and B64.02 and will paid for separately under payitem B64.07. Where the application of a curing compound is used, the type and nominal application rate thereof shall be as specified in the schedule of quantities or to the manufacturer’s nominal specified rates.”

B6410 ADVERSE WEATHER

Add the following sub-clause: “d) Temperature and hydration of concrete

Site batched concrete: The temperature of concrete delivered to site shall be within the range 10°C to 30°C. Concrete which has a temperature outside of this range shall not be placed in the structure. Ready mix concrete: In the case of ready mix concrete the temperature limits at point of delivery shall be as specified in SANS 878 2004 unless the engineer has specified other limits due to specific design requirements. If slump loss occurs at concrete temperatures of over 30°C and more than two hours after mixing, the concrete shall be rejected. Also if after addition of allowed water the concrete begins to stiffen again such as to place in doubt that full compaction and finishing can be achieved, the concrete shall be rejected. Care must also be taken not to cast concrete onto hot steel shutters as this might induce cracking. The rate of hydration of the cement in the concrete shall be such that the concrete can be placed and properly compacted within 2 hours after the addition of water to the mix ingredients. The initial set of the concrete shall not be unduly delayed due to inappropriateness of admixtures or cement type, which could promote bleeding.”

B6413 PRECAST CONCRETE

Add the following final paragraph: "Precast concrete units shall comply with the requirements of the latest SANS 986:2006 specification. Prior to the manufacture of any units the manufacturer shall submit his Quality Plan to be approved by the engineer. The quality plan must incorporate all requirements and frequency for durability index testing i.e. Sorptivity, Oxygen Permeability, Chloride Conductivity (if required) and Cover Testing. As part of the Quality Plan submitted for approval, copies of calibration certificates of both gauges used for proof loads and cover meters used at the factory shall be supplied to the engineer. The originals of these certificates shall at all stages also be available for inspection at the factory premises. The manufacturer shall check each precast unit for cover compliance, and random checking of units shall not be permitted. The engineer's representative may visit the factory at any stage to ascertain adherence to the quality plan including test results from the durability index testing as well as to check covers before delivery to site. Any substandard cover shall result in the applicable structural element or part thereof being rejected. Should the manufacturer not be adhering to their Quality Plan the engineer may exercise the right to reject the use of products from the manufacturer concerned. The Employer shall also be informed in all such cases. For durability requirements due to the reduced cover provided for precast culverts, all such durability testing shall be done in accordance with clause B6404(h). "

B6414 QUALITY OF MATERIALS AND WORKMANSHIP

a) Criteria for compliance with the requirements

Page 197: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-186

Add the following paragraphs after the first paragraph: “The cores shall be taken from the Trial Panels cast using the design mixes made in the laboratory. Where the site is remote from the laboratory, the Trial Panels may be cast at the laboratory in accordance with the requirements of sub-clause B8106(g). In the event that for ‘W’ classed concrete strength requirements the actual achieved average cube strengths of an element are less than 85% of the target mean strength needed to meet durability requirements or less than 100% of the target mean strength to meet strength requirements, it may result in the durability parameters not meeting the prescribed targets and the engineer will instruct the taking of cores from the test panel and structure for additional testing. The cost of these in situ tests shall be borne by the contractor. The approved quality control criteria for process control testing for durability concrete shall be coring and testing of test panels. The frequency of manufacture and coring of test panels shall be as ordered by the engineer and indicated in Tables B8106/1 and B8106/2. Tests B8106(g)(i), (ii) and (iii) (when required), shall be conducted on cores extracted from the test panels when the concrete reaches the age of at least 28 days. To allow for variability in the material potential, the type of chloride conductivity values shall be limited to 90% of the values indicated in table B6404/5. Test no. B8106(g)(iv) shall be conducted to confirm that the specified depth of concrete cover has been achieved. The frequency of these tests shall be as described under item B8106(g). The test results shall be accepted or rejected on the criteria set out in Table B6404/4 and B6404/5 based on the following categories: (i) Full acceptance

Concrete shall be accepted unconditionally and full payment shall be made.

(ii) Conditional acceptance

Concrete may be accepted, based on the cube strength and durability index results with a warning that construction methods be examined to improve the durability criteria. A reduced payment shall be applied to all the relevant payitems of the specific element under B6300 where the cover requirements are not achieved and B6400 where the oxygen permeability and strength requirements are not achieved for the non-conforming element or concrete pour as set out in Tables B8212/1 and B8212/2. The decision to accept the substandard concrete at reduced payment shall rest solely with the Employer. Should the test result(s) indicate conditional acceptance of the element tested, the Contractor shall have the option of carrying out additional tests (on 4 extracted cores) on that element of the structure, at his own expense to confirm or disapprove the original test result(s). These cores shall be extracted within 56 days from the date of the element being cast. Should the additional test confirm the original test result, then the original test result shall serve to determine payment in accordance with Tables B8212/1 and B8212/2. Should the additional test show that the structure meets the targets, the penalty shall be halved.”

(iii) Rejection

The concrete shall be removed and replaced with fresh concrete at the expense of the contractor, as directed by the engineer.

Page 198: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-187

B6416 MEASUREMENT AND PAYMENT

Add the following at the beginning of clause 6416: "Note that payitems B64.01, B64.02 and B64.07 below are only applicable to durability concrete prefixed ‘W’." Item Unit B64.01 Cast in situ concrete

Amend the descriptions of subitems 64.01(a) and (b) to read as: "(a) Durability Concrete (Class W) ........................................................ cubic metre (m3)

(i) Indicate part of structure and strength e.g. Piers (W30/19)) (ii) Etc for other parts of structure

(b) Normal Concrete ............................................................................ cubic metre (m3)

(i) Indicate part of structure and strength e.g. Blinding (15/19) (ii) Etc for other parts of structure

In the case of cast in situ concrete, delete “curing and protecting the concrete,” in the sixth line of the description of the tendered rate for item 64.01. Add the following after the second paragraph in the rate make-up: “The Contractor shall note that the strengths indicated above are to meet structural requirements only. In order for the durability criteria to be achieved, it may result in higher strengths being required. Target mean strengths to be achieved for durability purposes may therefore be higher than those shown above, as discussed under sub-clauses B6406(b) and B6404(h)(ii). All durability testing costs required for process control testing shall be included in the rate make-up for durability class concrete.” Add the following payment item: “Item Unit B64.06 Demolishing existing concrete Amend the payment paragraph as follows: “The tendered rate shall include full compensation for all labour, plant (including access and craneage) and equipment (including concrete cutters) required to demolish the existing concrete (irrespective of strength) and the disposal of the product of the demolishing to a borrow pit or Municipal Dump . The tendered rate shall also include full compensation for any necessary measures to ensure no debris falls into rivers or surfaces where damage is possible and for any debris that has fallen into rivers to be recovered. The tendered rate shall also include the associated fees for diposing the demolished concrete at the relevant Municipal Dump Site. Payment shall distinguish between plain and reinforced concrete. For the purposes of this item, reinforced concrete is defined as concrete containing at least 0,2% of steel reinforcement measured by volume.”

Page 199: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-188

Add the following payment items at the end of clause B6416: “Item Unit B64.07 Curing of concrete: (a) (Indicate structural element and surface to be cured)

(Tenderer to specify method of curing) ........................................ square metre (m2)

(b) Etc. for various elements (Tenderer to specify method of curing) ........................................ square metre (m2)

The unit of measurement shall be the square metre of completed concrete element cured using an approved method as described in clause B6409 of these Project Specifications. The tendered rates shall include full compensation for providing the curing agent and applying it to the fresh concrete surface by means of an approved pressure distributor (or other approved methods of application) in accordance with the manufacturer’s specified nominal rates of application. Wet fine mist spray curing is also permitted providing it is done for 7 days. Payment will also be made under this item if this is the preferred method to be used. Should no curing method be specified at time of tender then it will be assumed wet fine mist spray curing is to be done. Partial payment shall be applied in the event that the engineer allows conditional acceptance. Item Unit B64.08 Cast in situ mass concrete for unde rpinning pads (Class of concrete )……………………………………..…..…cubic metre (m3) The unit of measurement shall be the cubic metre of mass concrete in place. The tendered rate shall include full compensation for procuring and furnishing all the material, storing the material, providing plants and labour, mixing, transporting, placing and compacting the concrete, curing and protecting the concrete. The tendered rate shall also include for necessary excavation, shoring, backfilling and other miscelleanous items that will need to be completed once the mass concrete underpinning pads are complete.

Page 200: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-189

SECTION B6600: NO-FINES CONCRETE, JOINTS, BEARINGS , PARAPETS AND DRAINAGE FOR STRUCTURES

B6603 JOINTS IN STRUCTURE

Add the following new clause (h) Sealing of cracks in concrete floors and maso nry walls

Cracks in concrete floors shall be cut to v shape and cleaned. Sealant shall be applied in accordance with the manufacturer’s specification.

Structural cracks on masonry walls shall be sealed with metal stitching method. 300mm long and 6mm in diameter threaded steel bar shall be placed along the joints of brick walls at every third course via cutting groove of 20mm into the joint. Bars shall be placed across the crack Thereafter joints shall be sealed with cement mortar (1:3) to match existing.

B6608 MEASUREMENT AND PAYMENT

Add the following new pay items:

Item Unit

B66.27 Sealing cracks with: (a) Sealant (Cracks on Floor with silicon )………………………………..………metre (m)

The unit of measurement shall be the metre of sealant or seal of each type installed The tendered rate shall include full compensation for supplying all materials, cutting the cracks (in concrete) in v shape, all labour and equipment required for sealing the cracks complete, and for all waste material.

Item Unit B66.28 Sealing cracks on walls with metal stitching …………..…………metre (m) The unit of measurement shall be the metre of crack sealed via method of metal stiching.

The tendered rate shall include full compensation for supplying all material, cutting the cracks in v groves, labour and tools required for sealing the crack activity

.

Page 201: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-190

SECTION B6700: STRUCTURAL STEELWORK B6708 MEASUREMENT AND PAYMENT Add the following new payment item Item Unit B67.04 Remove existing Anchor Bolts (Dia.Specifi ed)…………………..… No The Unit of measurement shall be the number of removed anchor-bolt assemblies. The tendered rates shall include full compensation for removal and disposal of the

existing bolts. The rate shall also include haulage, equipment and labour.

Page 202: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-191

COLTO SERIES 7000: SUNDRY STRUCTURES SECTION B7100: CONCRETE PAVEMENTS B7101 SCOPE

Add the following paragraphs: “The contractor shall take and submit samples of materials and/or mixtures to the engineer who must approve designs before construction work can commence.

This section shall also cover the re-sealing of all joints in the longitudinal weakened plane, transverse and longitudinal contraction and longitudinal construction joints (where directed by the engineer) in the existing concrete pavement.”

B7102 MATERIALS

Add the following paragraph before sub-clause 7102(a): “Materials shall comply with the requirements of Series 7100 except for the following additional/amendments contained in this clause.” a) Cement

Add the following to the end of the clause:

“In order to avoid the possibility of Alkali Silica Reaction (ASR), the following shall be taken into account when designing the mixes:

(i) Where the cementitious contents is less than 350kg/m3, the maximum

equivalent sodium monoxide content (calculated as Na2O) permitted shall be 0.60%, unless a test certificate from the CSIR (Built Environment) is provided stating that the long term testing has proved the aggregate to be non-reactive.

(ii) Where the cement content exceeds 350kg/m3, the maximum equivalent sodium monoxide content permitted shall be 2.1kg/m3 of concrete.

(iii) Where potentially reactive aggregate is used, the maximum cement content shall be 400kg/m3 and the equivalent sodium oxide (Na2O) content permitted shall be 2.4kg/m3 of concrete.

(iv) The contractor shall prior to the use of cement provide test certificates from an approved laboratory confirming the equivalent sodium oxide (Na2O) content of the batch of cement to be used.

(v) Special literature should be consulted e.g. Fulton’s Concrete Technology.”

e) Materials for joints

(iii) Silicone sealant

Add the following to this sub-sub-clause: “A requirement of this contract shall be that the liquid sealant used in the joint grooves shall comply with a performance guarantee which shall be subject to conditions stipulated in the special conditions and project specifications. The requirements to which the liquid sealant shall conform during the guarantee period shall be in accordance with the functional conditions of the sealant described in Chapter 5 Part F. Materials used for sealing of joints shall not be older than six (6) months. The age of sealant shall be certified by an approved testing facility.

Page 203: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-192

The silicone sealant must be applied by means of pumping the sealant from a storage contained through compressed air powered pumping equipment and applied to the joint slot by means of nozzles designed to ensure that the slot is filled with sealant as indicated on the drawings. Application of the sealant to the joint slot by hand shall not be permitted.”

B7103 REQUIREMENTS IN RESPECT OF CONCRETE

d) Specified strength

Add the following paragraph: “The required 28 day flexural strength shall be 4,2 MPa.”

B7116 WEAKENED PLANE JOINTS

Add the following sub-clause: “c) Removal of existing joint seals

Existing joint seals shall be removed from the existing joints. The joints shall be reamed, cleaned and washed to the requirements of the joint sealant manufacturer. Seals shall be removed immediately prior to the resealing operation and no sections of pavement shall be left unsealed while being trafficked unless written permission has been obtained from the engineer.

The contractor shall submit a complete method statement for approval by the engineer before the resealing of any joints commence. The engineer will have 5 days to study and comment on the method statement before approval shall be given”

B7127 MEASUREMENT AND PAYMENT

Add the following payment items: “Item Unit B71.22 Removal of existing joint seals and sealing joints with new sealant (a) Transverse & longitudinal joints –

8 to 10mm wide (joint sealant specified)…………………………..…………meter (m) (b) Transverse & longitudinal joints not previously sealed - 8 to 10mm wide

(joint sealant specified)………………………………………………………....meter (m)

The unit of measurement shall be the linear metre of transverse and longitudinal joint sealant in accordance with the specifications and as detailed on the drawings. The tendered rate shall include full compensation for all labour, plant and material to seal the joints as specified or according to the Product Performance Guarantee requirements. The tendered rate shall also include for the removal and disposal of the existing joint seals including cleaning, additional cut, backstop, primer (if required) and any other material or process required to reseal the joint.”

Page 204: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-193

. SECTION B7300: CONCRETE BLOCK PAVING FOR ROADS B7304 MEASUREMENT AND PAYMENT

Add the following new payment items: Item Unit B73.04 Removal of existing paving blocks …………………….…square metre (m2) The unit of measurement shall be the square metre of existing paving blocks removed and stockpiled for re-use. The tendered rate shall include full compensation for all labour, tools and plants to remove existing paving blocks. The rate shall also include for stockpiling removed blocks as directed by the Engineer. Item Unit B73.05 Re-compaction of underlying layers of gravel .….…..…square metre (m2) The unit of measurement shall be the square metre of underlying layers compacted after the existing paving blocks have been removed. The tendered rate shall include full compensation for all labour, tools and plants to re-compact existing underlying layers to 98% modaashto density. Item Unit B73.06 Relaying of concrete block paving …………………….…square metre (m2) The unit of measurement shall be the square metre of relaying existing concrete paving blocks. The tendered rate shall include full compensation for all labour, tolls and plants to relay existing paving blocks from stock pile. The tendered rate shall also include for constructing sand bedding, laying and compacting the concrete pavement blocks, filling the joints with jointing sand, and for all other work necessary to complete the concrete block paving as specified.

Page 205: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-194

SECTION B7600: CONCRETE PAVEMENT REHABILITATION B7601 SCOPE

This section covers maintenance and repairs to existing concrete pavement and includes for materials, preparation, construction and finishing of the Works. Section 7600 shall also be read in conjunction with Section 7100 Concrete pavements. However, where conflict arises, the requirements of Section 7600 shall take preference. The main types of repair work included under this section are as follows: (a) Full depth repairs (b) Partial depth repairs (c) Crack repairs and sealing (d) Subsealing and slabjacking

Note that the crack sealing will not form part of the works to be covered by the Product Performance Guarantee System (PPGS) required for the joint sealant (specified under Section 7100)

B7604 CRACK REPAIRS

a) Description

This type of repair shall be carried out to certain active transverse cracks and non-active transverse or longitudinal cracks, which are of at least medium width and exhibit spalling. The repair includes the routing or sawing of cracks in width and depth ranges as detailed to suit the degree of cracking/spalling, the installation of a closed cell expanded polyethylene backing strip, where required and sealing with a low modulus silicone sealant. If the slot cut to receive the sealant is shaped so that the sealant can be installed to its correct shape without the use of a backing strip, then the latter may be omitted, provided that a suitable bond breaker can be applied to the base of the slot without contaminating the sides. Some longitudinal cracks that have opened may require stitching to prevent further opening and grouting to restore shear resistance across the joint.

b) Materials

Grout used for filling cracks shall be an approved non-shrink cementitious based grout, and its consistency when mixed shall be such that it will be able to gravitate to the full depth of the crack when poured in from the surface. Where cracks in excess of 15mm are to be filled, a pre-mixed non-shrink cementitious grout/fine aggregate mix may be submitted. Pre-mixed grout/fine aggregate mix shall be supplied in suitable containers pre-mixed by the supplier to achieve the desired strength and flow characteristics. The minimum 100mm cube compressive strength of the grout shall be 30 MPa prior to re-opening to traffic. All sealant materials, primers and backing medium shall be certified or tested and approved by the engineer before being incorporated into the work. When requested by the engineer, the contractor shall furnish a complete written statement of the origin, composition and procedures or any or all materials that are to be used in the work. Where installation procedures or any part thereof are required to be in accordance with recommendation of the manufacturer of sealing compounds, the contractor shall submit catalogue data and copies of recommendations prior to installation of the materials. The backing strip shall be a closed cell polyethylene with a minimum density of 30kg/m3 and shall be an approved brand such as Sondor or similar and shall be subject to the engineers approval. The epoxy used for securing the bars in stitched repairs shall be PROSTRUCT 638 pourable epoxy grout or similar approved.

Page 206: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-195

The tie-bars shall be 12mm nominal diameter highly yield reinforcing steel cut to lengths. The requirements of Section 6300 shall apply where applicable. The low modulus silicone sealant shall be Dow Corning 888-SL or similar approved and shall, in addition to the requirement of sub-clause 7102(e)(iii), be capable of a 25% minimum movement accommodation. Where a primer is required this shall be strictly in accordance with the manufacturer’s recommendation.

c) Construction

(i) Widening of crack

The sawing or routing machine shall be capable of following closely the path of the crack and of widening the top to form a slot of the required section without causing excessive spalling or other damage to the concrete. The sawing or routing shall also be executed in such a way that the actual crack is always visible in the middle half of the widened slot. It is recommended that an angle grinder be used to widen the crack to the slot dimensions as detailed on the Drawing.

(ii) Cleaning of crack

The crack shall be thoroughly cleaned using a high pressure water jet to remove all cutting or debris remaining on the faces and in the crack opening. Cleaning of cracks may be assisted by tools such as hard nylon brushes. After water cleaning, and before grouting, surplus water shall be allowed to drain or be blown out using an air hose but care must be taken to prevent splashing mud onto the face of the crack.

(iii) Grouting of cracks

Normally, all open cracks wider than 3mm shall be grouted. Existing concrete shall be saturated where possible before grout is poured into a crack. Excess water shall be removed immediately prior to the grouting operation. Grout of the correct consistency shall be poured into the crack until it is full. After 24 hours, any bleeding water shall be blown out and the process shall be repeated until the crack is filled with grout.

(iv) Stitching

Where required stitching shall be carried out to active cracks and certain longitudinal joints where instructed by the engineer. This operation shall be completed before the crack or joint is sealed. The stitching details for both crack repairs and longitudinal joints are shown on the Drawings. Cleaning of the grooves for the tie-bars shall be as specified elsewhere for the cleaning of cracks and joints. The application of the epoxy grout to secure the tie bar shall be strictly in accordance with the manufacturer’s recommendations. Under no circumstances shall the recommended working time of the epoxy grout be exceeded.

(v) Cleaning of slot

Immediately after grouting, the widened slot that is to be sealed shall be brush cleaned to ensure that no grout remains in the slot. For final cleaning, immediately prior to installation of the backing medium, the slots shall be blown out with oil-free compressed air at a minimum pressure of 0,5 N/mm2. Care shall be taken to ensure that grout is not removed from the underlying crack. This process shall be repeated if necessary until the slot is thoroughly cleaned of all foreign material and new,

Page 207: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-196

clean dry concrete faces are exposed prior to sealing. If necessary, further drying using soot-free hot air shall be carried out.

(vi) Priming

Where the sealant to be used requires priming of the crack before installation, the priming procedure shall follow the manufacturer’s instructions for proper application rate and proper time of cure before the sealant is applied. In most cases the primer cure time will change as the temperature and relative humidity changes. Should the recommended maximum primer cure time be exceeded, a fresh coat primer shall be applied, at the contractor’s expense prior to installation of the sealant. Prior to application of the primer the widened slot over the crack must be thoroughly dry and clean. Any necessary cleaning, air blasting etc. shall be completed before priming and installation of backing strip and sealant.

(vii) Installation of backing medium or bond-breaker

The backing medium shall be a closed cell polyethylene strip and shall act as a bond-breaker between the bottom face of the slot and the silicone sealant. The backing strip shall be compatible with the sealant, clean and free of scale, foreign matter, oil or moisture, and shall be non-absorbing. Every effort shall be made to ensure that the sides of the slot are not contaminated during the application of the bond-breaker or insertion of the backing medium.

(viii) Installation of sealant

The installation of sealants is to be done as soon after priming (if required) and placing of the backing strip as reasonably possible to ensure that the slot is still clean and dry. In the event the slot does become contaminated, damp, or wet, the backing strip is to be removed, the slot cleaned and dried, and a new backing strip and primer re-applied prior to placing the sealant material, all at the contractor's expense. The sealant shall also be applied within the time limit specified by the manufacturer after priming the sides of the slot. The material used shall be ‘DowCorning 888-SL’ low modulus silicone highway sealant or similar approved. This is a cold pour, one part sealant and shall be applied by pumping through a long nozzle or with a hand gun. The pumping equipment shall be of sufficient capacity to deliver the necessary volume of material to completely fill the slot to the specified width and height of sealant in one pass. The nozzle shall be of sufficient size and shape to closely fit into the slot and introduce the sealant inside the slot with sufficient pressure to prevent voids occurring in the sealant and to force the sealant into contact with the slot faces. Any excess material on the surface of the pavement shall be removed and the pavement surface shall be left in a clean condition. Unless otherwise specified, the period of cure shall be in accordance with the manufacturer’s recommendations. Vehicular or heavy equipment traffic shall not be permitted on the pavement in the area of the cracks until the sealant is tack free and debris from traffic does not embed into the sealant.

B7606 CONSTRUCTION TOLERANCES

a) Level and grade

The level tolerance on any portion of full depth fresh concrete cast between existing panels or portions thereof, shall be governed by the levels on the adjacent edges of the existing concrete. Where the fresh concrete is a portion of an existing panel the level shall be checked by a 3m straight-edge placed across the existing

Page 208: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-197

concrete edges and the level of the fresh concrete shall not deviate by more than ± 3mm from the line of the straight-edge. Where complete panels are replaced between existing joints, the longitudinal grade tolerance of each replaced panel shall be governed by the longitudinal grade along the edge of adjacent concrete panels remaining in position. The concrete shall be finished flush with the adjacent panels and the maximum deviation from the existing longitudinal grade shall not exceed ± 3mm. For thin bonded arris and surface repairs the fresh concrete shall be finished flush with the surrounding concrete to within a tolerance of ± 3mm.

b) Thickness

Where full depth panels or portions thereof, are replaced on top of the existing subbase layers, the nominal thickness of the concrete shall be equal to the nominal thickness of the adjacent concrete pavement.

c) Surface regularity

Where single concrete panels or portions thereof are replaced between existing panels, no irregularity of more than 3mm shall be measured with a rolling straight-edge or a 3mm long straight-edge laid along the centre line of the road.

d) Testing frequency

For full depth repairs the testing frequency for construction tolerances shall be as per the following: TABLE 7606/1: TESTING FREQUENCY FOR CONSTRUCTION TO LERANCES

Test Testing frequency Surface levels 9 Random control points per panel Width and edge alignment Each panel Joint alignment Each panel

B7607 TESTING OF MATERIALS

a) General

Concrete and grout mix designs shall be determined in accordance with the requirements of Section 7100 together with the revisions listed under Section B7600. All mix designs for approval shall be as recommended by an approved concrete testing laboratory and shall include full tests for both the aggregates and cements to be used in the mixes. Routine inspection and acceptance of work shall comply with Clause 7124 and Section 8200.

b) Aggregates

Testing of fine and coarse aggregates shall be carried out for every batch of aggregate delivered to site and shall include:

- Grading analysis - Fineness modulus of sands and organic material - Particle size distribution - Flakiness index for stone - Moisture content of sand to be checked every day and after any rain

c) Concrete mix

A slump test shall be taken for every batch of concrete. A lot of concrete shall be tested for every full depth panel or group of panels cast on the same day. Where fine concrete is used for thin bonded repairs a minimum

Page 209: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-198

of 3 lots per day shall be taken. This frequency of testing may be increased or relaxed at the discretion of the engineer and depending on the amount of concrete being poured each day. A lot shall include:

- cubes of 24 hour compressive strength - 1 cube for 3 day compressive strength - 1 cube of 7 day compressive strength - cubes for 28 day compressive strength - beam for 28 day flexural strength (concrete only)

If the initial results satisfy the relationship between compressive and flexural strength established by preliminary laboratory results, the necessity for beam tests may be relaxed at the discretion of the engineer. Initially 24 hour, 3 day and 7 day compressive strengths are required to ensure the required minimum compressive strength of 30 MPa prior to re-opening to traffic. This frequency of testing may also be decreased at the discretion of the engineer as soon as a relationship between minimum strength requirement versus time has been firmly established on site.

B7608 MEASUREMENT AND PAYMENT

Add the following new Payment Item:

Item Unit B76.04 Crack repairs (width after routing as specif ied) ........................ metre (m) The unit of measurement shall be the linear metre of crack repaired in accordance with the Specifications and drawings and the quantity shall be the summation of individual lengths measured along the line of the crack. The width shall be width of seal as measured after routing. The tendered rate shall include full compensation for:

- Provision of all plant and materials - Sawcutting and routing - Cleaning - Application of primer if required - Installation of backing strip where required - Installation of silicone sealant - Bevelling of concrete edges - Disposal of surplus material and cleaning up

The tendered rate will not include for grouting or stitching, which shall be measured under Item B76.06 and B76.08.

Page 210: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-199

COLTO SERIES 8000: SUNDRIES SECTION B8100: TESTING MATERIALS AND WORKMANSHIP B8102: TESTING METHODS

Insert the following as a new first paragraph: “Where reference is made to TMH test methods in this specification or the standard specifications, it shall be replaced with the relevant current published SANS test method.”

B8103: THE COSTS OF TESTING

(a) Process Control

Rename the heading as “Materials Quality Control ” and replace the contents with the following: “Testing shall be undertaken by a combined laboratory facility for process control (where the process control testing can be utilised as acceptance control), acceptance control and correlation testing subject to the following requirements laid down by the Employer:

(i) The contractor accepts the test results of the combined laboratory. Should

there be any doubts with regard to certain test results, this will be settled by an independent laboratory mutually agreed upon. The cost in such cases will be to the account of the party at fault. The contractor shall apply in writing, quoting this clause, as to which specific tests are in doubt, providing test reference numbers and details as to the reasons why the test result is in doubt.

(ii) The contractor accepts that the engineer will be in charge of the combined

laboratory.

(iii) The contractor will be allowed to place a permanent representative in the combined laboratory to observe the laboratory operations. The cost of such representation cannot be claimed as a payment contribution towards payment item B81.04, but will be for the account of the contractor. The contractor shall indicate in writing within 14 days of the commencement date if such representation will be required or declined.

The total cost of the combined laboratory for the 15 months has been estimated at R 1 000 000.00

The estimated cost per month to establish and operate the combined laboratory for the contract period as listed above, allows for the following items:

(i) Establishment of laboratory buildings (ii) Salaries and labour for all laboratory staff members (iii) Housing for all laboratory staff members (iv) Transport requirements (based on distance) for staff and material testing (v) Provision of laboratory equipment (as required for the contract)

A pay item for the monthly contribution from the contractor’s interim payment certificates has been provided under payment item B81.04.”

B8105 TESTING OF AGGREGATES

Add the following sub-clause: “g) Determination of Ethylene Glycol Durability Inde x

The Ethylene Glycol Durability Index shall be determined as follows:

Page 211: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-200

(i) Apparatus

Suitable pans or basins Ethylene Glycol solution Stirring rod

(ii) Method

Obtain three or more representative samples from the source to be evaluated. If not already crushed, crush the material in order to obtain sufficient minus 19mm plus 13mm sized aggregate in order to totally cover the bottom of the basin or pan with a single layer of stone. Add sufficient ethylene glycol to each basin ensuring that every aggregate particle is completely submerged. After soaking for 24 hours, gently stir the aggregate and allow to settle. Observe and record the response of the aggregate to the ethylene glycol according to the criteria listed in (iii) below. Continue the above cycle at intervals of 24 hours for a further 4 days, in each case recording the observed response. After 5 days allow the samples to remain submerged in the solution and observe and record the disintegration response after a total period of 15, 30 and 60 days have elapsed.

(iii) Classification of response

After each cycle, classify and record the response of the aggregate as follows: DISINTEGRATION CLASS Class 1: No obvious effects, or only very minor spalling of sand sized particles or very small flakes. Class 2: Splitting of rock, accompanied by any other disintegrative effects. Class 3: Fracturing (spheroidal and/ or internal) without extensive spalling or distortion. Class 4: Fracturing (spheroidal and/or internal) with extensive spalling or distortion. Class 5: Complete disintegration. TIME CLASS The time factor in the above disintegrative process is classified according to the time taken for the most serious effect of the expansive stresses to occur i.e. Class 4: 0 - 5 days Class 3: 6 - 15 days Class 2: 16 - 30 days Class 1: 31 - 60 days Class 0: Over 60 days

(iv) Determination of Glycol Durability Index

Page 212: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-201

The Ethylene Durability Index is determined by adding the class number as assigned for the specific disintegrative response observed to the class number as assigned for the period for this response to occur. A durability index ranging from 1 (no response) to 9 (rapid and complete disintegration) is thus determined.”

Amend the heading of B8106 to read as follows: “B8106 TESTING THE CONCRETE AND COVER TO STEEL REINF ORCEMENT”

Add the following sub-clauses under B8106: “g) Trial panels for durability concrete (W class co ncrete )

As part of the durability class concrete mix design approval process, trial panels shall be constructed on the site (or at the laboratory) before construction of structural elements commences, to ensure that the contractor can successfully achieve the oxygen permeability and sorptivity targets set for the in situ concrete with method of construction to be adopted. Each trial panel shall be constructed using the same type of concrete mix, shuttering type, placing and curing methods (including application rates of curing compounds if applicable) as to be used on the final structural element to be constructed. The dimensions of such a trial panel shall be 0.40m wide, 0.60m high and 150mm thick. The panel shall be constructed vertically. It is suggested that 2 lifting hooks be cast into the panel to facilitate lifting, moving or disposal of panel. It most likely will be that one trial panel will be required for substructures (piers, abutments, retaining walls, etc.) if the same grade concrete is specified for all substructures and another for the decks due to type of casting and curing methods. The test area for taking of cores (taken in horizontal direction) shall not be less than 100mm from all horizontal and vertical edges. The number of cores to be extracted and tested is described under B8106(i).

h) Test panels for durability concrete (W class con crete)

During casting of concrete on site, test panels shall be constructed on the site adjacent to where the concrete element is being placed. Each test panel shall be constructed with the same concrete, shutter type, compaction and curing methods being used in the element being cast (including same vibrator frequency and curing compound application rates), and be left to cure for 28 days adjacent to the concrete element. Thereafter it shall either be cored on site or transported to the laboratory for testing of the required durability parameters. The dimensions of the test panels shall be 0,4m wide, 0,6m high and 150mm thick and be cast vertically to simulate vertical casts of the substructures and vertical faces of bridge decks. It is suggested that 2 lifting hooks be installed at both top ends of the test panel to assist with transport. For precast concrete, test panels will not be constructed, as cores will be drilled from the concrete elements at the Precast yard before being placed at its final location. For the horizontal faces of in situ bridge decks and culverts, test panels will also not be constructed. Instead cores will be extracted from the top surface of the decks. The frequency of the testing and number of cores to be extracted is described under B8106(i). The test area for the taking of cores (taken in a horizontal direction) shall not be less than 100mm all horizontal and vertical edges. The costs for construction of the test panels shall be deemed to be included under rates for payitem 64.01.”

Page 213: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-202

i) Testing for concrete durability

Durability predictions for durability concrete prefixed ‘W’ will be based on the following tests that shall be carried out by an accredited laboratory approved by the Engineer:

(i) Chloride conductivity (if specified)

Notes: The test methods shall be as described below. Cores of 70 ± 2mm diameter shall be extracted from the test panels when the concrete reaches the age of at least 28 days and tested for the durability criteria set out in clause B6404(h) and used to determine the payment as per Table B8212/1. Test No. (iii) may only be required where specified (e.g. within a chloride environment along the coast or where chlorides are present in ground water). A sample for the purposes of durability testing is as defined in Table B8106/1. The cores for durability testing shall be extracted from the test panels for process and acceptance control (at the frequency as shown in Table B8106/2). Durability testing shall only be required for concrete specified as durability concrete with the prefix “W”. The number of samples to be taken shall be as shown in Table B8106/2. TABLE B8106/1: NUMBER OF CORE RESULTS REQUIRED FOR A SINGLE SAMPLE FOR DURABILITY TESTING

Durability Parameter No. of Core Results c. Chloride Conductivity 4

* Test undertaken only if specified and within a chloride environment. TABLE B8106/2: NUMBER OF TEST PANELS REQUIRED FOR D URABILITY TESTING

Element No. of Test Panels to be taken (see Table B8106/1 for number of core

results required for a single sample) In Slab 1 (per pour)1

In concrete pavement 1 (per element)2 Note: 1. Test panels required to be cast vertically. Additional cores required to be extracted from

top of deck / major culvert slabs, i.e. in situ cores. 2. Note that where group of elements are cast on the same day, only one test panel will be

required, but only if the same grade concrete is used. 3. Sample required to be taken from Precast element in casting yard. For edge beams,

inner face to be cored.

For cores to be extracted from precast elements and top of bridge decks, the engineer will indicate the positions at which the cores will be extracted. Filling of the holes left by the drilling of the cores shall be the responsibility of the contractor and shall be carried out using an approved proprietary non-shrink repair mortar so as to restore structural integrity and durability of the structural element tested.

If the test results indicate that the durability requirement has not been achieved, then the structural element shall be cored and tested for the durability criteria. The engineer will indicate the positions at which the cores will be extracted. The costs for testing of the structure shall be borne by the contractor. Filling of the holes left by the drilling of the cores shall be the responsibility of the contractor and shall be carried out with material as described in the paragraph above. Note that if testing has to be undertaken on sides of decks and walls, the cores shall be taken on the exposed faces of the concrete i.e. the sidewall face taking care not to cut the reinforcing bars. Where the cores do contain pieces of

Page 214: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-203

reinforcing steel, they shall not be used for the tests. The cores shall be extracted through the cover concrete from the Test Panels or constructed concrete element as applicable. The outer 5mm of the exposed surface of the core shall be cut off and then a slice (30 ± 2mm thick) shall then be cut and prepared for testing. The engineer will indicate the positions at which the cores will be extracted. The methodology and latest revisions for the durability index tests are available at the University of Cape Town’s web address at www.civil.uct.ac.za. In addition, the results of all the durability testing shall be submitted at least once a month in the required format to the University of Cape Town, where the present contact person is:

Dr. H Beushausen - email: [email protected].

j) Testing for concrete cover

Concrete cover testing shall be conducted using an approved calibrated electromagnetic cover meter, able to comply to requirements as defined in linear and block scans, and has the ability to save and calculate data measured. The testing (non-destructive) shall be conducted to confirm that the specified depth of concrete cover has been achieved. The cover meter tests shall cover at least 1m2 for every 20m2 surface area of concrete placed. Readings shall be taken to identify individual bars, with at least 3 readings at 100mm spacing on every single bar within 1m². The average cover of the 1m2 subjected to the test shall be used to determine the payment as per Table B8212/2 unless the Contractor chooses to carry out additional tests as detailed in the final paragraph of clause B6414(a). The cover meter must be calibrated whenever being used to test for cover on each project. Standard Calibration block must be used on each project, and where substantial testing is required, the calibration block shall be kept on site. Cover meters shall comply with the relevant modern standards (e.g. EN55011, 50082-1, 6100-6-1, 6100-6-2, 6100-6-3, 6100-6-4 and BS18881 Part 204). Critical elements for cover surveys are parapets, deck edges including underside of cantilevers, lower portions of columns and abutments and walls. Soffits should be excluded from measurements. All parapets (F-shaped) including the parapet beam shall be fully tested for cover compliance. In addition, the entire area up to 1,5m high on piers, walls and abutments, including the rear of abutments and wingwalls, shall be fully tested before being backfilled. The engineer will identify other critical areas required to be surveyed. Should any of these areas shows deficiencies, the engineer may order additional cover tests on other areas at the contractors costs. The procedure for testing for depth of reinforcement from concrete surface shall be in accordance with the manufacturer’s requirements for the relevant electromagnetic cover meter, but further requirements are set out in clause B8119. All cover meters shall be calibrated on site under the control of the engineer. The number of readings taken of the layer of rebar closest to the concrete surface to each 1m2 to be tested shall be such that an accurate average cover can be determined for the tested area. For the purposes of calculating the average depth of cover bars that have covers 15mm or greater than what is specified shall be capped at specified cover plus 15mm in the calculations. For calculation of payment, specified cover to be reduced by 5mm (allowance for variation of equipment) before apply criteria as defined in Table B8212/2. Example, where Specified cover = 40mm, test as 35mm, then apply limits, 85% * 35 = 30mm. Quick Scan readings are to be taken perpendicular to the layer of rebar closest to the concrete surface for each scan area (+/- 30 per m2), so that an average cover to reinforcement can be determined for the tested area. Readings are to be taken to identify individual bars within each 1m2. At least three cover readings, at 150mm spacing, per an individual bar shall be shown in the test results but only overall cover measurement would be used for payment purposes.

Page 215: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-204

Reports generated by the equipment shall be used for determining payment. Where more than 10% of readings are below specified lower limit, the area shall be re-scanned, by Image, Block or Grid scan method, to verify the average cover. For calculation refer to specific worksheet (attached) Cognizance to be taken of the effect to cover depth measured, where spliced bars are measured in same area as single bars. The size of rebar shall be corrected manually on the device by means of applying the following formula (approximately 1.41 x diameter of rebar as shown in design). Where insufficient cover are established before placing of concrete, e.g. Starter bars from base not correct position, remedial action to be performed before continuing with next concreting – these actions to be clearly recorded and area identified.

B8108 DETERMINING THE TOTAL APPROXIMATE DRY BULK RE LATIVE DENSITY AND

THE APPARENT DENSITY

Add the following at the end of this clause: “For materials where the total water absorption, when determined according to TMH1 Methods B14 and B15, is in excess of 1,5%, the Apparent Density shall be calculated in accordance to the following formula:

This formula shall be used as an alternative to note (5) regarding soaking period, when so instructed by the engineer."

B8110 TESTS RELATING TO CHEMICAL STABILISATION

Add the following sub-clause:

“d) The Wet-Dry Durability Test for cement and/or li me-treated materials using the hand-brush method (SANRAL METHOD)

1. Scope

This method covers the procedure for determining the soil-cement losses obtained by repeated wetting, drying and hand brushing of hardened soil-cement specimens (see 5.4).

2. Apparatus

2.1 A moisture curing room capable of maintaining a relative humidity of

95 to 100 percent and a temperature of 22 to 25°C, or suitable plastic bags capable of holding specimens and carriers in an air tight condition in a water bath as described in 2.2 below.

2.2 A suitable water bath with thermostatic control capable of maintaining

a temperature of 22 to 25°C. 2.3 A balance to weigh up to 10kg, accurate to 0.5g. 2.4 A drying oven capable of maintaining temperatures of 71 ± 3°C and

110 ± 5°C. 2.5 A wire scratch brush made of 50mm by 1.6mm flat 26 gauge wire

bristles assembled in 50 groups of 10 bristles and mounted to form five longitudinal rows and 10 transverse rows on a 200 by 65mm wooden block.

(b -a)

(d - a) + { (w - 1.0)/100 x (b - a) } - (c - b)

Page 216: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-205

3. Method

3.1 Preparation of specimens

Prepare specimens in accordance with the procedure described in the Appendix to method A19 in the TMH 1 with the following exceptions: Use the material passing the 37.5mm sieve and discard the material remaining on the sieve. Use the apparatus and compaction method as described in TMH 1 method A7 (100% Modified AASHTO at predetermined OMC).

3.2 Curing of specimens

Rapid cure the specimens (see 5.6). Alternatively, and where instructed by the engineer, the specimens may be cured for seven days at a relative humidity of 95% to 100% and a temperature of 22°C to 25°C in a suitable curing room or in plastic bags and a suitable water bath.

3.3 Wetting, drying and brushing

After curing, remove the specimens from the curing room or plastic bags, allow to cool and submerge them in water at room temperature for a period of five hours. Remove the specimens from the water and place them in an oven at 71°C for 42 hours. Remove the specimens from the oven. Give each specimen two firm strokes over the full surface area with the wire scratch brush. The brush must be held parallel to the long axis of the specimen or parallel to the ends as required to cover all areas of the specimen. Apply these strokes to the full height and width of each specimen with a firm stroke corresponding to approximately 13.5 kN force (see note 5.5).

3.4 Determination of soil-cement losses

After 12 cycles, dry the specimens to constant mass at 100°C and determine the oven dry mass of the specimens. The data collected will permit the calculation of the soil-cement losses of the specimens after the prescribed 12-cycle test.

4. Calculations

4.1 Calculate the soil-cement loss of the specimens as a percentage of

the original oven-dry mass of the specimens as follows:

L = W - N x 100 W

Where L = soil-cement loss (%) W = original calculated oven-dry mass (g) (calculated according to paragraph 3.5 in the Appendix to method A19 in the TMH 1). N = final oven-dry mass (g).

4.2 The percentage loss shall be calculated and reported to the nearest

0.1 percent. The results are normally required for stabilisation design purposes and should be reported graphically against relevant cement contents.

Page 217: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-206

5. Notes

5.1 Mass determinations of the specimens before and after brushing are

usually made at the end of each cycle during research or special investigations.

5.2 Care is required when assessing results obtained on very coarse

graded materials as "plucking" out of the aggregate pieces during the brushing process could result in very high losses of material, which may however not be truly indicative of its potential erosion resistance.

5.3 If it not possible to run the cycle continuously because of Sundays or

holidays, or for any other reason, the specimens should be held in the oven during the layover period.

5.4 The test was originally developed to determine wet-dry durability of

cement-treated material. It can, however, be used with equal success on material tested with other chemical stabilizers, for example lime, or mixes of lime and milled blast furnace slag, or cement and milled blast furnace slag.

5.5 The pressure of the brushing stroke is determined as follows:

Clamp a specimen in a vertical position on the edge of a platform scale and zero the scale. Apply vertical brushing strokes to the specimen and note the force necessary to register approximately 1.36kg.

5.6 Rapid curing:

Seal each specimen airtight in a suitable container or plastic bag. Carefully place the briquettes on suitable holders or in pans and place in the oven at the relevant temperature and period given below:

Stabilizing agent Temp (°C) Time (Hours)

Cement 70 – 75 24 ±0.5 PBFC 70 - 75 24 ±0.5 Lime 60 ±2 45 ±1 Lime / FA 60 ±2 45 ±1 Lime / MBFS 60 ±2 45 ±1

B8114 GEOTEXTILE AND GEOTEXTILE – SOIL COMPACTIBILI TY TESTS

Add the following new sub-clause: “c) Other Tests:

i. Thickness (mm): The thickness of the material shall be specified by the contractor (or

supplier). Thickness and compressibility tests shall be carried out in accordance with

Code of Practice SABS 0221:1988. The Testing of Geo-textile, to check that the material supplied conforms to the thickness specified by the contractor.

ii. Mass per unit area (g/m2): Testing shall be carried out in accordance with Code of Practice SABS 0221. iii. Tensile strength (kN/m): Testing shall be carried out in accordance with Code of Practice SABS 0221. iv. Penetration load (kN): Testing shall be carried out in accordance with Code of Practice SABS 0221.

Page 218: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-207

v. Puncture resistance (mm): Testing shall be done in accordance with test procedures laid down by

CSIR, Pretoria. vi. Permeability (l/s/m2): Testing shall be carried out in accordance with Code of Practice SABS

0221.” B8117 MEASUREMENT AND PAYMENT

Amend payitem 81.02 as follows: Item Unit B81.02 Other special tests requested by the engine er "(a) Employer’s contribution to concrete durability tests

(i) Tests for water sorptivity ...................................................... (Provisional sum) (ii) Tests for oxygen permeability ............................................. (Provisional sum) (iii) Tests for chloride conductivity .............................................. (Provisional sum) (iv) Tests for concrete cover ....................................................... (Provisional sum)

(b) Other tests ..................................................................................... (Provisional sum) The provisional sum provided to cover the cost of special tests as requested by the engineer in terms of clause 8115 shall be expended in accordance with the provisions of the FIDIC Conditions of Contract. Payment will not be made for any special tests should the result indicate that the specifications have not been complied with.” Add the following payment items before the “Note: ” Item Unit “B81.04 Financial contribution for the combined labo ratory .................... month The unit of measurement shall be the month. The negative rate tendered per month shall cover the contractor’s contribution towards the establishment and operation of the combined laboratory over the contract period including any approved extension of time, and shall be deducted from the contractor’s payment certificates.

The contractor’s tendered contribution for the establishment and operation of the combined laboratory shall be deducted monthly from the payment certificates over the contract period, including approved extension of time. However, excluded from the tendered contribution shall be the costs of all other special tests requested by the engineer.” Insert “(a) & (b)” after “81.03” in the 1st line of the 2nd paragraph of the Note Item Unit B81.05 Surface regularity tests as described in sub clauses B3405(f) and

B4213(a)(v)

(a) Establishment of equipment:

(i) Inertial Laser Profilometer .......................................................... number (No)

Page 219: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-208

(ii) Other profilometer type, e.g. ARRB Walking or Face Dipstick : (Specify type) ..................................................... number (No)

(b) Profiler surveys on: (i) Base layers using:

(1) Profilometer, e.g. Inertial Laser, ARRB Walking or Face Dipstick (Specify type) .......................................... kilometre (km)

(ii) Asphalt surfacing using: (1) Inertial Laser Profilometer .............................................. kilometre (km)

The unit of measurement for sub-item B81.05(a) shall be the number of times the particular piece of equipment is established and de-established on site to perform acceptance control measurements, as approved by the engineer. The tendered rates for sub-item B81.05(a) shall include full compensation for providing and establishing the equipment on site, and for the subsequent de-establishing and removal of the equipment from site when no longer required. The unit of measurement for sub-item B81.05(b) shall be the kilometre of road surveyed in accordance with, and as specified in, sub-clauses B3405(f) and B4213(a)(v) respectively. The tendered rates for sub-item B81.05(b) shall include full compensation for surveying the specified layer, and for analyzing and determining the longitudinal profiles and 100m International Roughness Index (IRI), all as specified in sub-clauses B3405(f) and B4213(a)(v) of the specifications. The tendered rates must also include full compensation for the number of runs per lane as specified.”

Add the following clauses:

“B8119 CONCRETE COVER TESTING PROCEDURE

1. Scope

This procedure covers all measurements to be done on concrete structures to establish conformance to specified concrete cover requirements.

2. Guidelines and Preparation

a. The contractor is to complete a cover survey request and forward it to the

engineer.

b. The selected area for cover measurement is to be indicated on a sketch (see example attached).

c. The responsible person must identify the area to be scanned, take

measurements on the required date and calculate the results in terms of project specification.

d. The cover meter is to be checked against a calibration box/block constructed

with typical reinforcement of known parameters, on each day of use. Any deviations from actual measurement must be recorded on a Cover Survey Request.

e. Cognizance shall be taken of the effect to cover depth measured, where

spliced bars are measured in the same area as single bars (typically, the rebar diameter is increased by a factor of 1.44).

Page 220: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-209

f. The depth of cover shall be determined with equipment, complying with BS 1881, Part 204 and capable of identifying the location and depth of reinforcement on a scanned area. The results shall be recorded electronically by the equipment software.

g. Measurements are to be taken in accordance with cover meter

manufacturer’s guidelines.

h. The person responsible for measurements must indicate the position, dimension, type and splicing of reinforcement on the sketch for each scanned area.

3. Method of Measurement

Two methods of measurement are proposed as follows:

a. Quick/Linear Scan Method

(i) Readings are to be taken perpendicular to the layer of rebar closest to

the concrete surface for each scan area (+/- 30 per m2), so that an average cover to reinforcement can be determined for the tested area.

(ii) Readings are to be taken to identify individual bars within each 1m2.

At least three cover readings, at 150mm spacing, per individual bar shall be shown in the test results but only the overall cover measurement would be used for payment purposes. Reports generated by the equipment shall be used for determining payment. Further specified cover to be reduced by 5mm (allowance for variation of equipment), before applying criteria as defined in table B8212/2a.

e.g. If specified cover is 40mm, the lower limit for full acceptance is: (40 mm-5 mm) x 85% = 30 mm. (iii) Where more than 10% of readings are below specified lower limit, the

area shall be re-scanned, by Image, Block or Grid scan method, to verify the average cover. Refer to item 3.2 below.

Page 221: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-210

An example of Quick Scan information and presentation is shown in Figure B8119-1 below. Figure B8119-1 : Example of a Quickscan output

b. Image/Block/Grid Scan Method

(i) Readings are to be taken in both directions of a marked grid as per the equipment manufacturer’s recommendations.

(ii) This method shall be used to determine the average cover to

reinforcement when more than 10% of the Quick/Linear Scan results do not meet the specified lower limit for overall cover.

(iii) For purposes of calculation of the averages for cover of a rebar layer,

readings exceeding upper limit (cover + 15mm) to be capped on upper limit. Further specified cover to be reduced by 5mm (allowance for variation of equipment), before applying criteria as defined in Table B8212/2a.

e.g. If specified cover is 40mm, the lower limit for full acceptance is:

(40 mm-5 mm) x 85% = 30 mm.

Page 222: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-211

An example of Image Scan information and presentation is shown in Figure B8119-2 below:

Figure B8119-2 : Example of a Imagescan output If the equipment used is not able to provide the above presentation it has to be done manually by determining the grid of rebar, first and second layer closest to surface, and manually record readings in order to establish the depth of rebar, as shown in Figure B8119-3 below.

Figure B8119-3 : Manual recording of readings”

Page 223: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-212

SECTION B8200: QUALITY CONTROL B8206 JUDGEMENT PLAN B

Notes (Table 8206/3) (1) Asphalt base or surfacing: Specification limits for-

(c) Voids

Delete and replace the contents of this subitem with the following: “Ls =specified values -1,0% points L’s =specified values +1,0% points”

Add the following clause:

"B8212 DETERMINING BOTH REDUCED PAYMENTS FOR ‘W’ CLA SS CONCRETE AND COVER METER TESTING Payments for all durability concrete prefixed ‘W’ shall be based on the test results of the compressive strengths and of the durability parameters, (from test panels) and for both durability and non-durability class concrete, cover meter testing as indicated in Tables B8212/1 and B8212/2 a and b. General note: The percentage payment shall be applied to a specific concrete member and shall apply to the relevant payitems of sections 6300 (based on concrete cover test) and 6400 (based on the worst results from the oxygen permeability and compressive strength tests.

TABLE B8212/2: TABLE OF REDUCED PAYMENTS FOR CONCRE TE COVER

Concrete cover (mm)

% of specified cover Percentage (%)

payment Overall cover

Full acceptance

≥ 85% <(100%+15mm)

100%

Conditional acceptance (with reduced payment)

<85% ≥75%

85%

Conditional acceptance (with remedial measures as approved by the Engineer and reduced payment)

<75% ≥65%

70%

Non-conforming (non-conformance raised with remedial measures as approved by the Engineer)

<65%

Agreed by Engineer (Note: remedial measures at the

contractor’s costs should restore full payment)

The following notes shall apply to Table B8212/2: 1. Specified cover to be reduced by 5mm (allowance for variation of equipment) before applying

criteria as defined in Table B8212/2, e.g. where specified cover = 40mm, test as 35mm, apply limits, 85% * 35 = 30mm.

2. For cantilevers, the cover shall in no instance be greater than 10mm of the specified cover for the top reinforcement.

3. Percentage payment for concrete cover shall be based on the average number of cover meter tests performed on a particular concrete element.

In addition, the engineer shall confirm to the Employer whether substandard cover at a reduced payment shall be acceptable by agreement with the contractor.”

Page 224: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-213

1.0 CONCRETE DURABILITY

a) General

All structural concrete prefixed ‘W’ shall conform to the durability requirements specified under sub-clause B6404(h) of the Project Specifications. Durability is influenced by the materials used in the concrete, their mix proportions, transporting, placing, compacting and, in particular, curing of the finished cover concrete (concrete layer between the outermost layer of steel reinforcement and the exposed outer surface of the concrete element). The tests required to prove durability performance of the placed concrete are given under sub-clause B8106. The numbers of panels and tests are shown in Tables 1 and 2 below and are the minimum requirement that the engineer considers necessary to achieve the desired quality of concrete. It is the engineer’s responsibility to approve the component materials and their mix properties. However it is the contractor’s responsibility to design and blend them and in so doing produce concrete of the specified quality.

b) Concrete mix design

Good mix design practice is essential and the following criteria ought to be taken into consideration when pricing:

(i) Selection of sands and aggregates to achieve a good grading is important if

the correct concrete density is to be achieved. (ii) The use of the correct cement grade and type for the environmental

conditions (and not based solely on costs) is fundamental (iii) Selection of the correct cement extenders and admixtures are also

fundamental to appropriate mix designs. (iv) Water: cement ratios are critical, dictating both the structural strength and

the durability requirements.

Mix proportions for the concrete to be used on site need to be determined by an approved laboratory. Cylindrical specimens, 70 ± 2mm in diameter must be made or cored from a laboratory trial mix for performance of tests B8106(g)(i), (ii) and (iii) (if required). It will be necessary for the contractor to establish a target mean strength with a margin above the minimum requirement so that small fluctuations due to material changes or workmanship can be accommodated.

c) Site testing

To ensure that the concrete has been placed, compacted and cured correctly, a number of tests shall be carried out on the trial and test panels as well as on the tops of decks and precast panels by an approved laboratory. For this contract the following number of test / trial panels and testing are envisaged: TABLE 1: MINIMUM NUMBER OF TRIAL / TEST PANELS REQU IRED

Panel Type No. Vertical Cast No. Horizontally cast Total No.

Trial Panel 1 2 3 Test Panel Slab deck 4 = 4 Concrete Pavement

0 8 8

Page 225: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-214

TABLE 2: MINIMUM NUMBER OF CORE RESULTS REQUIRED

Element No. of Cores Deck soffit 4 Concrete pavement 8

d) Non-compliance with specified criteria

The contractor should also note that there is specific provision made for curing of concrete under payment item B64.07 of the project specification. The amounts priced under this item will be subject to reduced payments should the durability tests indicated under B8106(g) fail to meet the required targets. Similarly, failure to achieve the required durability test results will be sufficient cause to apply partial payment factors for all the payitems of the elements of the structure under section 6300 and 6400 of the standard and project specifications or in some cases the removal of the concrete rejected.

Page 226: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-215

SECTION B8400: PAINTING B8403 GENERAL

Add the following before the first paragraph.

All the painting system and the specialist applications shall have the prior approval of the Engineer. Thereafter, and prior to the commencement of any application, the Contractor, in conjunction with the manufacturers or the suppliers and the applicators, shall prepare and submit to the Engineer for approval a detailed method statement for each application. All aspects of the materials, surface preparation, abrasive debris, application, quality control, inspection and testing shall be covered.

The manufacturer or suppliers shall be present at any test application and shall inspect the work in progress at periodic interval to confirm correct and satisfactory use of their products.

Testing of paint application shall include recognised adhesion tests to confirm the adequate adhesion of the various layers to the substrates , the Contractor shall submit to the Engineer a certificate from the manufacturer or supplier correct and satisfactory use. The preparation of the method statement, the attendance and inspections by the manufacturer or supplier and issuing of the certificate shall be considered to be part of the Contractor’s obligations in regard to process control. No separate payment shall be made for these aspects.

B8405 PROTECTING THE WORKS DURING PAINTING

Add the following.

It is requirement of this specification that all paint and abrasive debris resulting from the

surface preparation of the existing steel work of concrete surfaces shall be collected and

disposed off.

Add the following new clause B8413 PAINTING PLASTERED & WOOD SURFACES (a) Materials Materials where specified are to be of the brand specified or approved by the

Engineer.

All primers, emulsion paints, enamels, stains, varnishes, etc., are to comply with the relevant SABS Specification. Paints, etc., shall be suitable for application on the surfaces to which they are being applied and those used externally shall be of exterior quality or suitable for exterior use.

. For any particular work the priming coat and subsequent coats of paint are to be

executed with paints from the same manufacturer and in accordance with that manufacturer's instructions.

The materials are to be brought to the site in unopened containers and no

adulteration will be permitted, except thinners of a quantity and quality directed by the manufacturer.

The Engineer shall at all times be permitted to take samples for testing purposes

from open containers of any brand of paint being used on the work. All materials, if and when required by the Engineer, will be subject to tests by the

South African Bureau of Standards, and the cost of such tests, should the material

Page 227: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-216

under test not meet the requirements of this specification, shall be borne by the Contractor.

Fillers and stoppings are to be suitable for use with the material being filled or

stopped and to the approval of the Engineer (b) Preparatory work All new and existing surfaces are to be thoroughly dry and are to be cleaned of all

dust, dirt, grease, oil, rust, scale, efflorescence, fungus, loose or flaking material, etc., rubbed down, stopped, filled, knotted and sanded smooth as required in accordance with the paint manufacturer’s recommendations and to the approval of the Engineer prior to the application of paint, etc.

Ceilings are to have nail heads, including those to cornices and cover strips,

primed and stopped up as necessary and rubbed down smooth. Woodwork to be painted shall have all knots and resinous areas treated with an

approved knot ting, the surface shall then be primed and all holes, etc., stopped and rubbed down smooth.

Woodwork to be oiled, stained, varnished, etc., shall be free of all stains, pencil

marks and other surface discolourations and all holes, etc., stopped with tinted stopping and rubbed down smooth.

In preparing existing glazed sashes and sash doors, all loose putty is to be removed, the rebates primed and glass re-sprigged and re-puttied as necessary before the repainting is commenced.

Previously distempered or lime washed surfaces to receive any other type of paint,

are to have the existing distemper or limewash completely removed by scraping or wirebrushing and the surfaces treated with an approved bonding liquid.

Where existing paint films are in good condition any flaking or bared patches are to

be properly feathered into the surrounding paint and spot primed as necessary. Where existing paint films are in poor condition and require to be removed

completely, they are to be removed by means of wire brushing, paint remover, burning off, or other approved method.

Paint removers shall be free of wax and caustic substances and shall preferably be

of water rinsable type. When burning off paint from wood, care must be taken to avoid charring the wood.

The final state of preparatory work to existing decorated surfaces shall in all cases

produce in the finished decorated surfaces a condition similar to new work. The Contractor will be held responsible for the proper and adequate preparation of

the surfaces and any work which fails to meet the manufacturer's recommendations must be made good at the Contractor's expense to the satisfaction of the Engineer.

(c) Application of paints Painting may be carried out by brush, roller or spray as recommended by the

manufacturer and to the approval of the Engineer. All paints, etc., are to be applied in strict accordance with the manufacturer's

instructions. Each coat of paint is to be adequately and permanently keyed onto the previous

coat or surface and shall be evenly distributed and continuous and shall dry to a smooth film, free from sags, runs or other imperfections.

Page 228: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-217

All painting must be done in accordance with a colour scheme which will be

provided by the Engineer, and rates for painting etc., are to include for all cutting in of contrasting colours and masking as required. No distinction has been made where more than one colour of the same material is required on the walls or ceiling of the same room.

Samples of colours for the final coats are to be prepared in all cases to the

approval of the Director and all work must be finished to the approved colours. Backs of wood door and similar frames and the surfaces of other new or refixed

joinery in contact with brickwork, etc., and built in as the work proceeds, shall be primed or sealed before building in to prevent moisture seeping into the wood from the mortar bedding.

Tongued and grooved and rebated edges of boards in batten doors and other such

like inaccessible parts of new joinery shall, before assembly, be primed, or where the joinery is to receive a finish other than paint, be given one coat of such other finishing material.

All new external structural timbers shall be primed before the timbers are fixed in

position and shall include all surfaces such as backs of fascias and bargeboards. B8412 MEASUREMENT AND PAYMENT Amend the following item: B84.01 Painting: Add the following paragraph; The tendered rates shall also include for removing existing paint including sanding

down/power tool cleaning of the surfaces as required and necessary access scaffoldings to complete the work.

Add the following new payitems Unit Unit B84.02 Painting of palisade f ence (type/height of fence and paint

type/coats specified ).……………………………….…square metre (m2) The unit of measurement shall be square metre of the palisade fence painted. The

square metre area of the fence shall be based on total length of the fence multiplied by the height of the fence measured from ground level/finished level to top of the vertical pales. No deduction shall be made for gaps between pales. However the square meter area shall be measured once and for one side only.

The tendered rate shall include full compensation for surface preparation, applying

all the coats of paint, all material, plant, labour and scaffolding necessary for completing the work.

The tendered rate shall also include removal of existing paint as required Item Unit B84.03 Painting of steel grills/gates/burglar g uards (type/height and paint

type/coats specified )……….……….……….…………………….square metre (m2)

Page 229: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-218

The unit of measurement shall be square metre of steel grills/gates/burglar guards painted. The square metre area of the steel grills/gates/burglar guards shall be based on width multiplied by the height of the grill/gate/burglar guard. No deduction shall be made for gaps between steel bars. However the square meter area shall be measured once and for one side only.

The tendered rate shall include full compensation for surface preparation, applying

all the coats of paint, all material, plant, labour and scaffolding necessary for completing the work.

The tendered rate shall also include removal of existing paint as required

Page 230: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-219

SECTION B8500: BUILDING WORKS B8501 MASONRY (a) BRICKS AND BLOCKS Clay bricks Use clay bricks complying with SANS 227: • face bricks of class FBS, FBX or FBA, solid or hollow, as specified, or to match existing face bricks; uniformity of colour and texture is required when specified • common bricks of class NFP for general building work • common bricks of class NFX for general building work, but extra durable • grade of efflorescence: normal grade for internal walls that will not become damp; special grade for visible unplastered foundation walls, retaining walls or free-standing walls • water absorption limits of 6-14% • irreversible moisture expansion of not more than 0,20 % • work size as specified. Concrete bricks and blocks Use concrete bricks and blocks complying with SANS 1215: • colour, size, profile and surface texture as specified • compressive strength of 3,5 MPa for general single-storey work, 7,0 MPa for double storey structural walls, free-standing walls and retaining walls • average drying shrinkage of 0,06% if built into walls within 21 d from manufacture. Compressive strength Minimum average compressive strength of masonry units must comply with the minimum requirements of SANS 10400-K provided that the minimum compressive strengths are 3 (5) MPa for single storey construction and for cladding and internal walls in concrete framed construction; 7 (10) MPa for double storey structural walls, free-standing walls and retaining walls, the number referring to hollow units, the number in brackets to solid units. Stone Use stone of type as specified, from an approved quarry, and to approved samples. Proof of quality Ensure that despatch or consignment notes of bricks and blocks delivered to site state the specified requirements. Keep all notes and produce when requested by the architect/principal agent. Samples Supply a sample of 20 clay face bricks (10 of which are to be retained by the purchaser and 10 by the manufacturer) and six of every other type of clay brick for approval. Supply one sample of every type of concrete block. Keep these units on site for reference. Storage

Page 231: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-220

Ensure that bricks and blocks are carefully unloaded to prevent chipping and breakage. Stack on prepared level areas. Protect from staining or marking. Reinforcement Wire brick reinforcement must be of hard drawn mild steel comprising two 2,8 mm diameter main wires spaced 75 mm apart and 2,5 mm cross wires spaced at not exceeding 300 mm, welded to main wires. Steel bars for reinforcement of lintels must comply with SANS 920, of nominal size as specified. Wall ties must be galvanized mild steel wire or strip wall ties complying with SANS 28, of type and length as specified. Lintels Use precast pre-stressed concrete lintels complying with SANS 1504, of sizes as specified. Exposed lintels are to be of uniform colour and without imperfections.Lintels for exposed work must be uniform in colour and texture, and free from imperfections. Lay lintels with a bearing length of at least 200 mm in 1:5 cement mortar. Prop lintels at 1,5 m centres for at least seven days after masonry was completed. Cut faces of lintels above reveals to make provision for face brick faggots when used in face brick walls. (b) MORTAR Cement Use common cement complying with SANS 50197, strength class 32,5N or, where available, or masonry cement complying with SANS 50413, strength class 22,5X. Type, composition and strength of the cement must be shown on the bag or the delivery slip of bulk cement. Bags must be SABS-mark bearing. Keep bagged cement in a dry store. Always use the oldest cement first. Do not use bagged cement with lumps that cannot be crumbled by hand. Sand Use natural pit sand for mortar complying with SANS 1090. Supply grading test results if required by the architect/principal agent. Supply a sample of sand before ordering and make up a small batch to test its workability. Obtain sand from one source throughout the duration of the works. Store sand in a way that will avoid contamination by foreign matter. Lime If sand lacks fine material or is single-sized, use a maximum of 40 litres of building lime complying with SANS 523 per 50 kg of cement to improve workability, if required. Do not use lime with masonry cement. Mix proportions Use the following mix proportions for cement:sand mortars: Class Minimum

compressive Application Cement:sand

(common Cement:sand (Masonry

Page 232: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-221

strength MPa

cement) cement

I 10 High-strength structural work (multi-storey, loadbearing)

1:4 or 50 kg to 130 litres

1:3 or 50 kg to 100 litres

II 5 Normal loadbearing work, parapets, balustrades, retaining structures, freestanding walls, and walls exposed to dampness

1:6 or 50 kg to 200 litres

1:5 or 50 kg to 170 litres

III 1.5 Unexposed singlestorey non-loadbearing walls.

1:9 or 50 kg to 300 litres

1:6 or 50 kg to 200 litres

Mixing Mix ingredients dry on a clean surface or by means of a mechanical mixer. Mix thoroughly until colour is uniform. Add water to give the desired plasticity. Use within 2 hours. (c) MASONRY WALLING Invoked Standards (when specified ) SANS 10145 Concrete masonry SANS 10249 Masonry walling SANS 10164 Structural use of masonry SANS 10073 Safe application of masonry-type facings Masonry Manual. Concrete Manufacturers' Association Bond Use full bricks or blocks wherever possible. Build half brick walls in stretcher bond, reinforced with wire reinforcement every eight courses. Build one and one-and-a-half brick walls in stretcher bond. Join leaves with a header course every tenth or specified layer as well as the top course, wherever practical. If this is not possible, join leaves with wire ties as described below. Build face-brick work in stretcher bond or as specified. Build half-brick walls, leaves of cavity walls, and block work in stretcher bond. Reinforce intersections of block walls which cannot be bonded, with metal mesh complying with SANS 190 as recommended by the manufacturer of the masonry unit. Cladding and infill panels Construct masonry cladding and infill panels according to NHBRC Home Building Manual 3.11. Tie brick or block work to concrete columns at about 500 mm centres with 600 x 30 x 1,6 mm galvanized steel ties cast into or shot-nailed to concrete, or dove tail ties sliding in full length metal slot profiles cast into concrete. Fill cores of hollow units solid with concrete for the full length of the strap. Tie brickwork facings to concrete walls with 4 mm diameter galvanized crimped wire ties cast 75 mm into concrete and built 75 mm into brickwork, spaced in a staggered pattern 1 m apart every third course.

Page 233: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-222

Provide a horizontal movement joint between the infill masonry wall panels and the underside of concrete beam or slab soffits. Fill joint with compressible joint filling material and seal on external face. Support masonry facings to slabs and beams immediately above the movement joint described above, on 100 x 100 x 8 mm galvanized steel shelf angles bolted to frame with 10 mm diameter galvanized steel anchor bolts at 1 m centres. Use full-height metal shims between angle and concrete surface to ensure full-height bearing and proper alignment. Provide lateral support to infill wall panels with galvanized steel anchors fixed to slab or beam soffits at 1 m centres, as fig CM24 of the NHBRC Home Building Manual, when specified. Fix slips to concrete members by bonding with an epoxy or polyester resin system or a polymer modified mortar to thoroughly cleaned concrete surfaces to manufacturer’s instructions. In the case of concrete members exceeding 300 mm in depth, fix masonry in addition with 1,2 x 30 mm galvanized steel straps shot nailed to concrete at 250 mm vertically and 450 mm horizontally and built into the bedding joints. Laying bricks and blocks Lay bricks on a full bed of mortar. Lay hollow concrete blocks on shell bedding except first courses on foundations, where damp proof courses occur, and in columns, where all horizontal joints must be filled solid. Fill all vertical joints solid. Use only complete blocks. Construct corners of walls with profiles. Check height of courses with a gauge rod. Joints must be 10—12mm thick or as specified. Carry up work evenly. Keep perpends and angles plumb. Wet clay bricks before laying, only if they are highly porous. Do not wet concrete bricks or blocks. Flush off joints in common brickwork. Rake out joints 10 mm deep where a mechanical key is required for plastering. Fill the cores of hollow units in foundation walling with grade 10 concrete. Reinforce the tops of walls where they carry concrete slabs or beams by one 6 mm steel rod in the two top bed joints of solid masonry, and one 6 mm rod in lintel blocks or bond blocks of hollow unit construction. Build half-brick or half-block beam filling in between roof timbers and hard up against roof covering. Lay glass blocks in class II mortar. Coat the surface on which the first course is laid with bitumen emulsion or similar material to permit movement of the blocks. Make joints 10 mm thick, strike back and smooth. Mix an emulsifying agent into joint grout if wall is exposed to rain. Allow 15 mm clear space at sides and top of glass block panel. Fill these clearances with a polyurethane backing strip and silicone sealant. Reinforce every fifth horizontal joint, and vertical joints at 1 m maximum centres, with 25—65 mm wide corrosion resistant metal strips or mesh, nailed to the adjacent walls or columns, or with 6 mm diameter galvanized reinforcing rod drilled 50 mm deep into surrounding structure. Cavity walls Tie the two masonry leaves with metal wall ties spaced in a staggered pattern at 2½ ties per m2. Fill the cavity in foundation walling with grade 10 concrete. Close the cavity at the top of the wall with two courses of solid brickwork. Return the inner leaf to stop un-bonded against the outer leaf at sills, reveals and lintels, with a damp proof course built into the joint formed between the return and the external leaf.

Page 234: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-223

Form weep-holes in the outer leaf of external cavity walls at floor and lintel level by leaving the perpendicular joint open at centres not exceeding 1 m, in the first course above stepped dpc’s, or in the second course below single dpc’s. Keep the cavity free of mortar droppings. Sealed walls Construct the outer leaf of exposed walls ahead of the inner leaf, bag the inner surface to fill all crevices and paint two coats bitumen sealer before building the inner leaf. Retaining walls Provide weep-holes in retaining walls at a height not exceeding 300 mm above the lower ground level, ate centres not exceeding 1,5 m. Face work Sort facing units to ensure proper mixing within the colour range. Prepare mortar in a consistent manner to ensure face work with a uniform appearance. Cut facing units with a bolster or carborundum wheel. Prepare a sample panel for approval, as specified. Maintain and protect until masonry work is complete. Wherever possible, tool horizontal and vertical joints of face work after mortar has stiffened so as to compact the mortar and improve the weatherproofness of the wall. Joints must be keyed, vee, flush, weathered, struck or recessed as specified. Clean face work as the work progresses. Building in Set up and securely strut door, window and cupboard frames and build in solid with the build-in lugs provided. Grout pressed steel door frames solid between frame and wall as work proceeds. Build in 30 x 1,6 mm galvanized steel straps or 4 mm diameter double twisted galvanized wire roof anchors at least 600 mm deep into brickwork. Bend the bottom end of the strap into the horizontal joint. Provide the looped bottom end of wire anchors with a short length of reinforcing rod to prevent pulling out. Build in all electrical conduits, boxes and distribution boards. Ensure boxes and boards are built in level, plumb and at the specified depth in the wall and height above floor level. Movement and control joints Form vertical movement and control joints in walls where specified with 10 mm expanded polystyrene. Seal joints to comply with SANS 10249 Annex D and in accordance with the manufacturer’s instructions. Butt joints may be used in concrete masonry. Special works Leave holes and/or openings where required by special works under separate contract. Take instructions as regards these holes and openings from the architect/principal agent. Lintels Construct lintels according to NHBRC Home Building Manual 3.12 unless otherwise specified.

Page 235: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-224

Bedjoint reinforced lintels must have reinforcement located in the bottom (primary) and uppermost (secondary) bed joints. The first course in face-brick work must be brick-on-edge, or as specified. Units in the bottommost course of the lintel may rest on the window or door frame below or, where practicable, be tied to the course above by means of crimp wire ties placed in cores or cavities or collar joints at centres that do not exceed 300 mm. In the case where lintels in brick cavity walls are sheltered from rain by for example projecting eaves, fill the cavity with concrete. In the case where lintels in cavity walls are exposed to rain, provide a stepped damp-proof course and open cross joints as described under cavity walls. Fill cores and perpend joints in hollow masonry units solidly with mortar or grade 25 infill concrete. Provide brickforce at vertical centres that do not exceed 200 mm between the primary and secondary reinforcement. Do not lap rod reinforcement. Lap brickforce by not less than 300 mm. Prestressed concrete lintels for use in composite action with masonry work must comply with SANS 1504, for exposed work when specified. Set prestressed concrete lintels in mortar with minimum bearing length of 150 mm when supporting masonry only. When supporting roof trusses, bearing length must be 150 mm for spans <1,5 m, or 250 mm for spans 1,5—2,5 m, or 350 mm for spans >2,5 m. Clean and wet prestressed lintels before receiving mortar. Ensure side cover over reinforcement is at least 30 mm inland, 40 mm in coastal regions. Support lintels adequately for a period of not less than 7 d after completion. Masonry testing Provide for the testing of masonry, as specified. B8502 PLASTERING (a) PLASTER Cement Use common cement complying with SANS 50197-1, strength class 32,5N, or masonry cement complying with SANS 50413-1, type MC 22,5X. Type, composition and strength of the cement must be shown on the bag or the delivery slip of bulk cement. Bags must be SABS-mark bearing. Keep bagged cement in a dry store. Always use the oldest cement first. Do not use bagged cement with lumps that cannot be crumbled by hand. Sand Use natural sand for plaster complying with SANS 1090, of fineness modulus as specified, when relevant. Supply grading test results if requested by the architect/principal agent. Lime Use putty plaster type hydrated lime complying with SANS 523 for finishing plaster.

Page 236: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-225

Insulating plaster Use aggregate of low density complying with SANS 794 of density range as specified. Mix 5 volumes aggregate and one volume cement One-coat cement plaster, bagging or roughcast Mix cement and sand to the following proportions: Class Application Cement:sand

(Common cement) Cement:sand (Masonry cement)

I Foundation walls, constantly damp conditions

1:4 or 50 kg to 130 litres

1:3 or 50 kg to 100 litres

II External and internal plaster above dpc-level

1:6 or 50 kg to 200 litres

1:5 or 50 kg to 170 litres

III Weak substrates, eg unburnt clay brick

1:9 or 50 kg to 300 litres

1:6 or 50 kg to 200 litres

Gypsum plaster Hardwall gypsum plaster must be a retarded hemi-hydrate finishing plaster. Barite plaster Barite must be plaster grade barium sulphate (BaSO4). Mix one part cement to five parts barite by weight. Plaster on metal lathing For plaster on metal lathing add ¼ kg of sisal to every wheelbarrow (65 l ) of the plaster mix. Metal plaster lath must conform to SANS 190. Preparation Complete all chased pipework and service outlets before plastering commences. Ensure that the surface to be plastered does not deviate from the required plane by more than about 10 mm. Remove high areas by hacking or cutting. Fill low areas by applying undercoats of plaster not exceeding 15 mm in thickness, scored as described below. Roughen concrete surfaces where necessary by hacking, and clean the surface with a wire brush. In case the surface is very dense and non-absorbent, eg hard-burnt bricks or dense concrete, wet and slush with 1:1 cement:sand grout to form a key for the plaster. Add a polymer emulsion bonding agent to improve adhesion if necessary. In case the surface is absorbent, wet the surfaces directly before plastering commences. Fix 1500 x 1,0 x 35 mm girth galvanized angle rounded corner protection strips complying with SANS 190 above skirting to external angles of interior walls where specified. Plastering Apply one coat plaster to surface, leave to stiffen, strike off with a striker board, and wood float to an even surface and to a thickness of 10—15 mm.

Page 237: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-226

If plaster is to be applied in two coats, or is to be tiled, score the first coat with roughly parallel lines about 20 mm apart and 5 mm deep to provide a key for the finishing coat or the tile adhesive. Cement-sand finishing coats must be 5—8 mm thick. Gypsum finishing coats must be 3—5 mm thick. Where a roughcast finish is specified, spatter onto the still green rendering coat the same mix with a spatterdash machine to achieve an approved finish. Where a bagged finish is specified, remove sharp projections and spread the mix over the surface with a rolled-up sack until all holes and cracks have been filled. Apply barite plaster in layers of 6-7 mm at a time, to a final thickness as specified. Float every layer well while setting to prevent the formation of cracks. In the case of soft clay brickwork, external plasterwork that has to be tiled, single leaf walls where metal roof straps are surface fixed, as a substitute for V-joints between different materials, or in the case of chases in walls exceeding 75 mm in width, the following applies: • nail metal lath or mesh to the wall at 300 mm centres horizontally and vertically with galvanized or stainless steel nails and spacers to provide a gap of 5 mm between substrate and lath, stretch tightly • apply the first coat by forcing plaster through lath, and score. • apply the finishing coat • in the case of soft clay brickwork, use a class III mix Finish plaster with a wooden trowel, to an even and smooth finish. Plaster single wall surfaces in one operation. Protect surfaces against drying out for three days. Form knife joints through full plaster thickness over movement joints, where different materials meet, and along the line of the damp proof course at floor level, with arris-rounded or V-shaped edges. Accuracy Permissible deviation of plaster work is 6 mm under a 2 m straight-edge in any direction

Page 238: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-227

B8503 ROOF COVERING (a) PROFILED ROOFING AND CLADDING SHEETS Metal roof sheeting Galvanized mild steel sheet coated on both sides with class Z275 galvanizing (commercial quality) to comply with SANS 3575 or SANS 4998, or AZ150 or AZ200 aluminium / zinc alloy coating to SANS 9364 or SANS 14788, of sheet thickness and profile as specified. Pre-painted galvanized mild steel sheet to comply with SANS 1845, coated with class Z185 galvanizing, primed with an epoxy-based primer, and painted with silicon polyester paint for normal exterior use, or with PVC for corrosive conditions, to 0,02 mm thickness, applied under factory conditions on one or both sides, of sheet thickness and profile as specified. Aluminium alloy sheets of alloy, profile, nominal thickness and finish as specified, to comply with SANS 903. Profiles Use profiles complying with the following: • corrugated, to be fixed from above: eight and a half or ten and a half corrugations

per sheet width, not less than 17,5 mm deep at 76 mm centres. Sheets must be in long lengths.

• box ribbed, to be fixed from above: five ribs per sheet width, rib depth and centres as specified. Sheets must be in single lengths for each roof slope.

• interlocking box ribbed, to be fixed with clips from below: three ribs per sheet, with rib depth and centres as specified, and with male and female interlocking edge ribs. Sheets must be in single lengths for each roof slope.

• interlocking seam ribbed, to be fixed with clips from below: three seam ribs per sheet, with rib depth and centres as specified, with beadings in between the ribs to provide the necessary stiffness, and with male and female interlocking edge seams. Sheets must be in single lengths for each roof slope.

Storing roof sheets Store sheets off the ground and under cover to protect them from dust and moisture. Report wet storage stain or white rust on galvanized sheet and do not fix until inspected. Fasteners and washers Use fasteners and washers complying with SANS 1273, as corrosion resistant as the metal roofing, durable, and compatible with the material they come in contact with. Use self tapping screws and blind rivets with suitable seals or washers and without holes. End laps and purlin spacing Use end laps and purlin spacing as specified. Glass-reinforced polyester sheets laid in single width between steel sheets of similar profile may be supported on the same purlins as the steel sheet. When two or more polyester sheets are laid side-by-side, support these sheets at not more than 0,8 m, and side cladding at not more than 1,5 m. Fixing Fix roofing and cladding sheets according to SANS 10237 and the manufacturer's instructions, by a firm of specialists licensed by the manufacturer if so specified. Do not order any sheet material or do any related work until every aspect thereof has been discussed with the architect/principal agent. Arrange such a discussion in advance so as not to delay the work. Lay side laps away from prevailing storm winds. Fix sheets to be fixed from above as follows: • drill all holes in sheets—do not punch

Page 239: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-228

• fix to timber purlins with 65 mm galvanized steel roof drive screws with galvanized steel and neoprene flanged washers

• fix to steel purlins with 6 mm diameter galvanized hook bolts, nuts and washers, or according to the manufacturer's instructions

• in the case of corrugated sheets, fix on the crests of all outermost and middle corrugations, at overhangs and at end laps on every second crest

• in the case of box ribbed sheets, fix on the crest of every second and fourth rib, with side laps stitched at 900 mm centres with 6 mm diameter self-tapping screws with neoprene washers and galvanized steel caps, with approved sealing strip along full length of side laps

• in the case of side cladding, fix with the rib against the girt. • fix fibre-cement roof or cladding sheets with 7 mm diameter galvanized drive

screws to wood purlins, or with 8 mm diameter galvanized hook bolts to steel purlins, all with malthoid or plastic washers with galvanized steel cups.

Fix sheets to be fixed from below as follows: • fix with concealed clips supplied by the roof sheet manufacturer, nailed or screwed

to the top of purlins • in the case of seam ribbed sheets and if required by the manufacturer,button

punch through the interlocking seam ribs at 150 mm either side of the fixing clip and at mid-span between purlins.

In the case of metal roofs with slopes less than15º, bend down trough ends of ribbed roof sheets at eaves to form a drip, and bend up trough ends at the ridge. Ridgings, closers Use steel ridging sheets of the same material as the roofing sheets and with a girth of approximately 450 mm. Use ridgings with or without roll top, and with down turned edges. Lap ends of steel ridging 200 mm, cut and fit neatly at intersections of ridges, hips and valleys. Close the roll top of ridgings at exposed ends. Fix ridging to purlins in the same way as the roof sheets, or according to the manufacturer’s instructions. Provide serrated closers where necessary. Use fibre-cement ridging by filling corrugations under plain wings of fibre cement ridgings with 1:5 cement/sand mortar. Fix flashings, bird proofing etc. according to the manufacturer's instructions

Page 240: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-229

B8504 FLOOR COVERING (a) EPOXY FLOORING Seamless epoxy mortar floor

Use epoxy mortar consisting of epoxy with approved colour and size aggregate. Ensure base concrete or screed is clean, sound and dry. Scabble or sand the surface to provide the necessary grip. Prime the surface with low-viscosity epoxy. Apply the final epoxy finish after 10 h by trowel or by self-leveling, to a thickness of 1 to 6 mm as specified, and to a smooth or exposed aggregate finish. Prepare a sample panel for approval. Stop the finish against specified metal strips on both sides of movement joints.

Page 241: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-230

B8505 WATERPROOFING (a) Material and application Use waterproofing materials of the following types, as specified: • Polymer modified bitumen membrane, consisting of a polyester core impregnated with polymer modified bitumen, of type APP (Atactic polypropylene) wax modified bitumen membrane, or type SBS (Styrene Butadiene Styrene) rubber modified bitumen membrane, as specified and of thickness as specified. Apply in a single layer for exposed surfaces, and in a double layer for applications where the sheeting is covered with stone, paving, tiles etc. Seal laps by heat fusion. • Reinforced liquid acrylic or styrene/acrylic waterproofing compounds of approved colour, or rubberised bitumen, as specified, reinforced with a non-woven needle-punched polyester or polypropylene fibre fabric with a mass of 125—150 g/m2. Apply in five coats, i.e. primer, bed coat, saturation coat and two top coats, or according to the manufacturer's instructions. • Polyolefin sheet waterproofing to comply with SANS 952 type C of thickness as specified. Apply sheeting in one layer. Make joints and laps waterproof with compatible solvent welds, strictly according to the manufacturer’s instructions. • Synthetic or plastomeric waterproofing membranes: PVC, polyisobutylene or chlorosulfonated polyethylene, as specified. Apply synthetic waterproofing membranes in a single layer without surface protection. Seal laps by heat or solvent welding. Quality control Provide, prior to the awarding of the waterproofing contract: • A certificate of competency from the relevant manufacturer of the waterproofing material for approval. • A Quality Assurance and/or Quality Control (QA/QC) programme from the waterproofing contractor, setting out the quality control procedures and duties of all parties involved, including the date of manufacture of the waterproofing material, the signed acceptance of the surface, daily testing and the final commissioning of the waterproofing system. During the course of the works the manufacturer of the waterproofing material must inspect regularly, and upon completion of the installation must certify in writing that the application has been done according to the manufacturer's instructions. Preparation Ensure surfaces to receive waterproofing comply with the minimum substrate requirements as set out in SANS 10021: • screeds to be a minimum of 40 mm thick and laid to a minimum fall of 1:70, or as specified. • fillets, coves and chamfers to be provided where horizontal and vertical surfaces meet. • screeds to be clean, smooth, even and stable. Cracks up to 0,3 mm are acceptable. • moisture content of the screed to be less than 7%. • outlets to have a minimum diameter of 75 mm, and not be of plastic material. • the area to be waterproofed to be free of traffic and without protrusions.

Page 242: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-231

(b) Waterproofing

Organise a pre-installation meeting with the manufacturer of the waterproofing material, the architect/principal agent, and the waterproofing contractor well in advance of installation to review products, procedures, quality control and guarantees, and so that clarity may be reached on construction details, for example grooves, flashings and outlets. These works procedures must be signed off by the waterproofing contractor and the manufacturer. General application Apply waterproofing according to SANS 10021 and according to the manufacturer'sinstructions by trained artisans. Provide slip layers, blinding layers, metal lathe, ventilators, movement joints etc. as necessary and according to the manufacturer's instructions. Dress the waterproofing down into patent type stormwater outlets. Take up waterproofing at least 150 mm above roof level or to the level of the damp proof course if present, tuck into grooves where provided, and counterflash, or as specified. Testing Where waterproofing is applied to a horizontal surface, and before applying the protection layer, one of the following tests must be performed: • a flood test of 48 hours • a spark, vacuum or air pressure test, using approved testing apparatus Where waterproofing is applied to a vertical surface, a spark or vacuum test must be performed, whichever is easier. Provide the architect/principal agent with a certificate that the waterproofing treatment was handed over in a watertight and workmanlike condition. Protection Protect the waterproofing surface with one of the following as specified: • paint the surface of bituminous-based systems with a heavy brush of bituminous based aluminium paint complying with SANS 802. • paint other systems with an approved ultra-violet block. In the case of acrylic or styrene/acrylic this UV block must be an enriched titanium tiocide dispersion applied in two coats in cross directions. • lay a specified geocomposite drainage layer having a minimum mass of 210 g/m2 on the waterproofing, followed by an 80 mm thick layer of light coloured non-absorbent natural stone of 15 mm nominal size. Keep the stone back from outlets, gutters and water shedding edges and bond the stone in these areas with a thinly applied cold dressing compound. • lay a specified geocomposite drainage layer having a minimum mass of 210 g/m2 or a high density polyethylene and polypropylene scrim compatible with the dynamic load of the final finish on the waterproofing, followed by tiles of specified type and thickness, layed in cement-sand mortar or on a screed. Screed and/or tiles and mortar must be cast or placed in panels of 12 m2 maximum, separated by movement joints, and separated from bounding walls at the perimeter by isolation joints. The isolation joints must proceed through the screed onto the waterproofing system. • lay tiles of specified type and thickness on patent adjustable underlay pads in order to keep the tile approximately 20—40 mm clear of the waterproofing.

Page 243: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-232

Guarantee Provide an insurance backed guarantee from the manufacturer for the waterproofed area including flashings, skirtings, outlets, expansion joints and other details for a minimum period of 10 years on general surfaces, and 5 years on retaining walls and plant boxes. If any finish installed over the waterproofing is to be removed due to leaks it shall be replaced by the guarantor at no charge. Provide full maintenance particulars. (c) Joint Filler/Sealants Material • building construction sealants to comply with SANS 11600, of type and class as recommended by the sealant manufacturer. • two-part gun-grade polysulphide sealants to comply with SANS 110. • one part low modulus silicone rubber sealant to comply with SANS 1305, type 1 for building joints; one part high modulus fungus proof silicone rubber sealant to comply with SANS 1305, type 2 for glazing and sanitary ware. • two-part gun grade to comply with SANS 1077, type 2. • preformed elastomeric compression joint seals to comply with SANS 1023 type 1. • rubber or flexible PVC water stop seals in construction and expansion joints in concrete structures where movements of up to 15 mm is expected to comply with CKS 388/389, of type, dimension and workmanship as specified in these standards. Preparation Sealant work must be done by specialists. When requested by the architect/principal agent, organise a pre-installation meeting with the sealant manufacturer, the architect/principal agent, and the sealant installer well in advance of installation to review products and procedures. Samples asked for must be in place and cured before this meeting. Ensure joints are clean and dry. Apply correct primer to sides of joints. Fill the joint with closed-cell expanded polyethylene cord or strip back-up and bond-breaking material as recommended by the sealant manufacturer, or as specified. Mask edges of joints if necessary. Sealing Fill the foremost part of movement joints to a thickness of not less than half the width of the joint, with sealant of approved type and colour, according to the manufacturer's instructions. Seal joints around door and window frames, movement joints, joints between walls and columns, floor joints, and other joints where sealing is indicated, and as specified. Finish joints neatly and smoothly. Fill joints in wet areas, for example between ceramic wall tiles and kitchen cupboards, baths, wash-basins and shower floors, with fungus-proof sealant.

Page 244: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-233

B8506 CARPENTRY AND JOINERY (a) TIMBER DOORS Doors Use timber doors complying with SANS 545, of type, handing, materials of construction, face and edge finish, size and position of coat rails and closer blocks, dimensions, performance class, interior/exterior grade, rebated pairs, weather bar and ironmongery as specified. Veneer on pairs of doors must match in grain and colour. Batten doors for external use must be mortice and wedge tenoned, with the tenon showing on the outside edge of styles. Provide a sample batten door for approval. Use fire-doors and fire-shutters complying with SANS 1253, of class, type,types of fastenings, type of closing device, direction of opening and size as specified. Storage Seal doors, or knot and prime, on all four edges immediately after delivery on site (if not prefinished). Store doors flat (not on edge) on a level surface in a dry and well ventilated building. Hanging Delay hanging of doors until all wet trades are done. Check distortion or out-of-plumbness of frames, and report to the architect/principal agent, before hanging door. Hang doors to leave a clear space of 2 mm (+0 mm -1 mm) above and along the sides, and 6 mm (+0 mm -3 mm) under the door. Take off equal amounts from each side, top and bottom of flush doors when fitting. To reduce the height of panel or framed doors, take off from the bottom only. Fit two hinges to every door leaf. Fit three hinges to doors weighing more than 20 kg, and doors which are exposed to large differences in humidity or temperature. Hang external doors on brass hinges of which the pins are not removable. Paint or seal the top and bottom edges of doors after trimming to size and before hanging.

Page 245: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-234

B8507 IRONMONGERY (a) Ironmongery Locks, latches, handles, plates, closers etc. Use locks, latches, handles, plates, closers etc. of pattern, type, and finish as specified. If not specified, these items are provided for with a prime cost or provisional sum, as stated in the Bill of Quantities, for the supply only of all ironmongery and screws to the site. Locks, latches and associated furniture for doors (domestic type) must comply with SANS 4, of type of lock/latch, hand, single- or double cylinder in case of cylinder mortice locks, design of furniture, type of finish, number of keys supplied with each lock, type of latch spring action, and type of striking plate as specified. Use single action overhead door closers complying with SANS 1510 of size as specified. Padlocks to comply with SANS 1533. Fasteners to comply with SANS 1700 of type, material and finish as specified. Fix all ironmongery with matching screws. Ease and adjust locks on completion. Supply two keys with every lock. No key must pass more than one lock. Supply master and grand master keys if specified. Label all keys as specified.

Page 246: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-235

B8508 METALWORKS (a) Rolled Steel Window and Door Frames Window and door frames must be of rolled mild steel profiles to comply with SANS 727, of type, size, spacing of glazing bars, type of hinges, glazing side, type and finish of ironmongery, and primed or zinc coated as specified. Provide suitable weather bars 1,6 mm thick to bottom of opening in and vertically pivot hung ventilators, and to the bottom of all opening out ventilators where they occur above other ventilators. Provide suitable holes for fixing with screws and plugs to frames, at the same spacing as standard lugs for building in, wherever frames have to be fixed to concrete columns, beams or walls. Provide side hung ventilators not accessible from outside for cleaning with projecting hinges for cleaning from inside, as specified. Frames must be of one piece construction except where shown to be coupled with standard coupling mullions and/or transoms, as specified. Fit outward opening doors with sills of door framing section (stepped sills), but inward opening doors with metal ties welded to frames, for embedding in thresholds (flush sills). Hang doors on three hinges per leaf. Hinges must be of the projecting type so that the door opens 180 degrees when frames are set back from wall faces. If locks are specified to doors, these must be three-lever locks. Building in of frames Build in frames upright, square and free from warp with fixing lugs provided with the frame. Check frames and opening sections and adjust before glazing. (b) Pressed Steel Window and Door Frames Pressed steel door frames to comply with SANS 1129, of type, material of lock strike plate, hinges, size, type of profile, fanlight, , type of lock, whether frames are to be for power floated floors, and primed or zinc coated as specified. Frames must be of 1,2 mm thick sheet except single rebate door frames for 190 / 220 mm walls, and frames for double swing doors which must be of 1,6 mm thick sheet. Frames for double swing doors must have jambs with V-shaped centres to fit rounded edges of doors, and plain heads or transoms, holed and prepared to receive top centres of spring hinges. Provide rebates receiving doors with two rubber buffers on the lock side. Frames for external doors must have a standard RFX7 residential window section permanently welded on as a threshold. Pressed steel door and frame combination Pressed steel door and frame combination must consist of 1,2 mm pressed steel door with 40 mm edge, at least two V-shaped vertical ribs over full door height, three horizontal rails and 1,6 mm steel lock box, hung on one pair of 100 mm steel hinges in single rebated pressed metal door frame, all primed or zinc coated as specified. The door frame must comply with SANS 1129. Building in of frames Fix frames according to SANS 1129 appendix C: • build in frames upright, square and free from warp • brace jambs with timber while building in • bed fixing lugs in 1:3 cement mortar • fill in space between door frame and wall solid with mortar • remove base ties after mortar has set, if they are to be removed. (c) Aluminium Frame Windows and Doors Glazed aluminium windows and sliding doors

Glazed aluminium alloy windows and sliding doors for external use to comply with SANS 1651 of type and dimension, handing, finish, type and quality of glass, colour of gaskets and weather strips, material and finish of hardware, insect screens, whether weather strips are to be renewable, additional

Page 247: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-236

security devices and performance class as specified. Provide a copy of the latest performance test certificate for similar products. Glass Use glass of type, thickness and colour as specified. Design Design wind pressure must be to SANS 10160 as specified. The manufacturer is responsible for taking height of product head above ground into account when selecting products of appropriate performance. Atmospheric temperature range is between -10�C and 35�C. The plastic, shrinkage and creep deflection of floor slabs must be as specified. Installation The supplier is responsible for confirmation of opening sizes. Build in approved sub-frames if so specified. Fit windows at the last possible stage in the building process to prevent damage and staining of the aluminium frames. Protect frames against impact or scratching by wrapping with paper or plastic or covering with a light tack tape, and leave these wrappings in place until all rough trades are finished. Use fixings of aluminium or 304 grade stainless steel. Avoid direct contact between aluminium and other metals or wet concrete by applying a separating coat of bituminous paint. Install the window or door secure, sealed and undamaged. Scratches and blemishes shall be viewed for inspection at a distance of three metres under normal and reasonable lighting conditions.

Page 248: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-237

B8509 TOPPINGS, SCREEDS AND TERRAZZO Cement Use cement complying with SANS 50197-1, strength class 32,5N. Type, composition and strength of the cement must be shown on the bag or the delivery slip of bulk cement. Bags must be SABS-mark bearing. Keep bagged cement in a dry store. Always use the oldest cement first. Do not use bagged cement with lumps that cannot be crumbled by hand. Aggregate Use aggregate for toppings and screeds complying with SANS 1083 for concrete. Supply grading test results if required by the architect/principal agent. Aggregate for terrazzo must be marble aggregate consisting of equal parts of sizes ranging from 3 to 4 mm and 4 to 6 mm, and of approved colour. Topping Mix cement, sand and stone by volume or by mass to produce concrete of at least grade 20 at 28 d, or as specified. Mix proportions may be arrived at by a process of mix design or by the use of recognised tables of trial mixes with South African aggregates. Mixing of concrete may be done by hand, or preferably by forced-action mechanical mixers, for 3 minutes. If mixed by hand, mix the dry ingredients, then add just enough water to produce a workable consistence. Screeds Mix proportion of cement-sand screeds must be 1 part cement to 3½ parts sand, or 50 kg (one sack) cement to 130 � sand. Add just sufficient water to achieve a plastic, workable consistence. Pigment Colour pigment must comply with BS 1014, and be of approved colour. Add pigment to the cement before the aggregate is added, or apply pigments to the surface as a dry shake. Preparation Ensure all piped services are in position in the base. Do not bury services in the topping or screed. Ensure the base concrete is hard and strong, free of cracks and reasonably accurate to the required level. Expose clean hard concrete by chipping if necessary and remove all dust, preferably using an industrial vacuum cleaner. Wet the surface for four hours only if the concrete is absorptive. Remove free water before grouting. Prepare bay forms for toppings to coincide with joints in the base. Laying Lay toppings, screeds as follows: • make up a grout by adding about ½ litre water per kg cement, or a proprietary

bonding agent, and brush over the surface 10 to 20 minutes before applying the topping. Apply the bonding agent according to the manufacturer's instructions. Use within 30 minutes of mixing

• in the case of screeds, lay guide strips of the sand-cement mix to establish levels.

Lay screeds in panels as large as possible in one operation • in the case of toppings, establish levels by means of bay forms. Cast bays in

chequerboard fashion in 3 m squares • in the case of toppings and screeds, spread the mix, compact, and lightly wood-

float to a non-slip finish and to 25—30 mm thickness • in the case of terrazzo, spread the screed mix, compact and lightly wood float to

within 16 mm of the finished floor level. Set the dividing strips as specified below into the screed to form panels not exceeding one square m, or in pattern as specified. While the screed is still plastic, spread the terrazzo mix in the bays and trowel to a level surface.

Finishing Finish surfaces of toppings and screeds as follows:

Page 249: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-238

• where a hard smooth finish is specified, leave finish undisturbed for about two to

four hours (longer in cold weather), remove bleed water and laitance on the surface, and steel trowel until the desired texture is obtained. Use power trowels if areas are large

• where a hard non-slip finish is specified, steel-trowel as above and subsequently lightly texture with carpet-faced floats or soft brushes

• where a brushed surface is specified (for example to external finishes), lightly brush with a broom to achieve a non-slip texture

• do not add water or dry cement at any stage. Do not trowel too soon, and avoid overtrowelling.

• where toppings are specified as tinted, lay the mix in two thicknesses in one operation, the lower thickness brought up to 6 mm of the finished level, and the upper thickness laid with the required amount of pigment added to the mix.

Finish surface of terrazzo as follows: • grind the surface after four d by a wet mechanical process until the aggregate is

fully exposed and the surface is smooth and even. Grind small or awkward surfaces by hand with a carborundum stone.

• wash clean • prepare a sample panel for approval, as specified. Joints Form isolation joints through the full thickness of toppings, screeds and terrazzo against walls,columns or other fixed objects, to coincide with isolation joints in the base, and 20 mm wide. In the case of toppings, form intermediate contraction joints dividing the top of the topping with a mechanical concrete saw. Arris-round the top edges of joints with a radius of 3—5 mm, and seal with an approved elastomeric material when so specified. Accuracy Deviation of the floor finish from datum level must be ±15 mm but not near door openings, where levels must be accurate. Maximum permissible deviation in surface regularity must be 5 mm along a 3 m straight-edge in any direction, and such deviation must be gradual. Skirtings Form 100 mm high skirtings of the same material as the floor finish and in the same operation, against walls, columns etc. where so specified, hollow rounded at junction between floor and skirting, and with level top edge with slightly rounded edge, or to shape as specified. Skirtings must project 10 mm from face brick and bagged wall surfaces, 5 mm from face of plastered walls, and be flush with tiled wall surfaces, except where specified otherwise. Curing Cure the finish for at least seven days by ponding water on the surface, covering with sand which is kept moist, or with plastic sheet. Extend the curing time in cold weather, i.e. when the ambient temperature falls below 10 ºC. Inspection, testing and repair Inspect the screed or topping as late as possible in the construction program. Test the adhesion of the screed or topping to the base by tapping the surface with a hammer or the end of a rod. A hollow sound indicates lack of adhesion, in which case the architect/principal agent must decide whether repair work is necessary. Isolate rejected panels by sawing with a mechanical concrete saw in an acceptable pattern, remove and relay, using the same procedure as above, starting with preparation of the base. Finishing Seal the floor with one coat non-slip wax polish if so specified.

Page 250: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-239

B8510 TILING (a) Material Glazed ceramic tiles Use glazed ceramic wall tiles complying with SANS 22, of size, thickness and colour as specified, or floor and wall tiles complying with SANS 1449 / 13006, glazed or unglazed, of group A (split or quarry tiles) or group B (dust pressed. tiles), size, shape, pattern, colour and moisture expansion limits as specified. Terrazzo tiles Terrazzo tiles of approved quality, and of pattern, colour and size as specified. Natural stone tiles Natural stone tiles must be slate, quartzite, marble, granite or other natural stone from an approved South African quarry, of size, colour, surface finish and edge finish as specified. Mosaic tiles Glass or ceramic mosaic of approved manufacture, and of colour as specified. Tesserae must be approximately 20 x 20 x 4 mm thick, fixed to brown paper in squares of about 300 x 300 mm. Samples Provide samples of every type and colour for approval. Keep samples on site for reference. Adhesive Adhesive must be of approved type, suitable for the tiling work at hand. Provide the architect/principal agent with copies of relevant product literature before any adhesive is purchased. Preparation Complete all adjacent rough construction work and install and test all services in the background before commencing tiling work. Use only personnel experienced in this type of work. Examine backgrounds, remedy defects and allow to dry to equilibrium. Remove dust, loose matter, efflorescence and laitence. Roughen surface of backgrounds if not rough enough to provide a satisfactory bond, or wet and slush with a 1:2 cement:coarse sand mix, or apply a bonding agent. Where the background to be tiled is of asbestos cement, plasterboard, fibre board or plywood sheets, cover joints with 75 mm wide scrim fixed with adhesive, and coat the whole surface with a suitable water-repellent. Fixing tiles

Fix tiles in adhesive strictly according to the manufacturer's instructions. Use a white tile adhesive for white marble or marble with a delicate colour. Fixing mosaic tiles Lay mosaic sheets in adhesive with adhesive paper side up. Beat the sheets to an overall flat surface. Wet the adhesive paper when the adhesive has started to set, and remove paper with a brush. Pattern

Fix tiles with straight joints in both directions, or in agreed or specified pattern. Cut tiles only along sides of wall panels and along floors. The top row of wall tiles must be a full tile or mosaic. Angles Butt tiles at internal angles. Mitre tiles at external angles.

Page 251: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-240

Cills and thresholds Lay sill tiles to the specified slope and projection over finished wall faces. Where internal sills are specified as sloping, the sill line must coincide with full tiles on the wall surface. Lay external sill tiles symmetrically about the opening, with cut tiles at sill ends. Lay shower threshold tiles sloping towards the shower. Grouting and pointing Grout joints of width less than 3 mm; point wider joints. If proprietary grout mixes are used, apply according to the manufacturer's instructions. Use epoxy compound or acid-proof cement mortar if surface is to be acidproof, when specified. Grout or point tiles fixed in adhesive after a time recommended by the manufacturer of the adhesive. Grout as follows: • dampen joints and apply cement grout with a brush • work the grout into the joints with a squeegee until joints are filled flush with the

surface • before grout hardens, pencil in the joints with a piece of wood or tool of width the

same as that of the joint. Point as follows: a dampen joints and fill with cement:sand mortar with a pointing tool • before mortar hardens, tool the joints to the specified finish. Movement joints Form 6 mm wide movement joints through full depth of the bedding coat: • over movement joints in the background • at ceiling level • vertically and horizontally at approximately 4,5 m centres • where tiling is continuous over different backgrounds • fill joints with sealant of approved type. Use patent aluminium movement joint strips with synthetic rubber inserts for joints in floors, when

specified. Fix strips through pre-drilled holes using stainless steel screws and plugs at 300 mm centres on both sides of joint.

Cleaning Sponge the tiled surface with water and polish the tiled surface with a clean, dry cloth. Do not use acid cleaners, scouring powder or abrasive cleaning materials. Protect absorbent floor finishes (for example quarry tiles) with an application of non-slip wax polish or approved proprietary sealer.

Page 252: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-241

B8511 PLUMBING AND DRAINAGE (a) EAVES GUTTERS AND DOWNPIPES Sheet metal Eaves gutters must be 0,6 mm thick continuous hot-dip zinc-coated carbon steel sheet complying with SANS 3575/4998 class Z275, or other metal as specified, with beaded edges, angles, stopped ends and outlet nozzles where necessary, and to the following shapes, sizes and thicknesses, as specified Gutter shape Gutter size-mm Sheet thickness-mm Size of bracket-mm Halfround 150 0.6 32 x 3.5 Square 125 x 125 0.6 32 x 3.5 Square 175 x 175 0.8 40 x 5 Square 225 x 225 1.0 40 x 6 Rectangular 150 x 100 deep 0.6 32 x 3.5 Rectangular 200 x 150 deep 0.8 40 x 5 Rectangular 250 x 200 deep 1.0 40 x 6 Sheet steel downpipes must be 0,6 mm thick continuous hot-dip zinc-coated carbon steel sheet complying with SANS 3575/4998 class Z275, or other metal as specified, seamed along the pipe length. Join pipe lengths, offsets, elbows and shoes with slip joints neatly soldered. Lay eaves gutters in galvanized mild steel brackets of size as stated in table. above (the 5 and 6 mm thick brackets must be hot-dip galvanized after manufacture), screwed twice to roof timber at 1 000 mm maximum centres. Bolt the bracket to the gutter close to the underside of the gutter bead with a 6 mm diameter zinc electroplated or sherardized as required gutter bolt. Lay gutters in long lengths. Lap gutter lengths at least 20 mm and seal with approved sealant over full lap before riveting. Lay gutters to a fall of 1:500. Strengthen gutter angles with 50 mm wide strips of 0,6 mm galvanized sheet steel soldered over the internal mitres inside the gutter. Fix sheet steel downpipes to walls, 25 mm away from the finished wall surface, and with the seam at the back, with 25 x 1,6 mm galvanized mild steel clamps, bolted around pipe in two halves, and with 6 mm diameter galvanized steel lug with toothed end riveted to clamp and built into wall. Fix downpipes at least twice to walls and at 2 m maximum centres. In the case of downpipes to be connected to stormwater drains, fit the end of each downpipe with a 0,6 mm thick galvanized flange of diameter to fit into the socket of the drainpipe. Caulk the socket with cement-sand mortar. (b) ROOF AND FLOOR OUTLETS Rainwater outlets Use rainwater outlets in flat concrete slabs of ductile iron, consisting of a funnel-shaped head with outlet threaded to take standard mild steel galvanized pipes, and with optional domical or flat removable grating, secured by a single centre hook bolt. Outlets must be of type and size as specified. Cast outlet heads with the necessary pipework into concrete. Floor outlets Use floor outlets of ductile iron with baked epoxy coating, or stainless steel, consisting of removable grating capable of taking heavy vehicle loading, easy-clean grease and solids trap, and tapered bottom for installation on 100 mm diameter pipe or clamp coupling, as specified. Outlet pipes Outlet pipes must be galvanized steel pipes with screwed ends, of specified wall thickness class, complying with SANS 62, and with galvanized malleable cast iron fittings complying with SANS 14, or as specified.

Page 253: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-242

(c) DRAINAGE AND WATER SUPPLY Standard

SANS 10252 Water supply and drainage for buildings. All work must be done by registered plumbers. Certification is required stating that the completed installation complies with this standard. BELOW GROUND SOIL WATER DRAINAGE Sewer pipes below ground Vitrified clay pipes to comply with SANS 559 / 50295, without sockets, and with polypropylene and glass fibre sleeves with rubber seal ring couplings to comply with SANS 974. Sizes as specified are internal diameters.Unplasticised polyvinyl chloride sewer and drain pipes and fittings to comply with SANS 791, of duty class and size as specified. Couplings must be push fit sockets with rubber seal rings to SANS 974. Sizes as specified are outside diameters. Sandwich or hollow-core ribbed or corrugated wall PVC-U pipes for buried drainage to comply with SANS 1601 of type, nominal size, type of end and pipe stiffness class as specified. Fibre-cement pipes, couplings and fittings for sewerage to comply with SANS 819, of series and nominal size as specified. Laying sewer pipes below ground Install pipes as follows: Install PE and PVC-U/M pipes according to SANS 10112 Excavate, lay and backfill in reasonable lengths and without delay. Assume excavations are in soil. Notify the architect/principal agent if excavations are in harder material. Excavate the trench not wider than is necessary to lay, joint and backfill the pipe, or to width as specified, and to a depth of 100 mm below the required pipe level. Do not excavate below a line drawn at 45 degrees to the horizontal as measured from the bottom edge of the nearest foundation. Keep drain pipes 500 mm away from water pipes if parallel, 100 mm above or below if pipes cross, and 100 mm from any other service pipe. The trench must be inspected by the architect/principal agent before bedding material is placed. Protect the trench against flooding. Bed the pipe true to line and grade on 100 mm minimum thickness approved granular material over the full trench width. Carefully compact the bedding to 90 % MOD AASHTO. Support the pipe uniformly and continuously. Install flexible compression joints according to the manufacturer's instructions. Place backfill in the trench, up to the level of the top of the pipe and carefully compact to 90—95 % MOD AASHTO. Ensure the moisture content of the backfill is within 2 % of its optimum moisture content. Fill over the pipe with a 300 mm thick layer of the same material and tamp lightly. Fill the remainder of the trench in layers not exceeding 300 mm with material from the trench excavations, but without organic material or boulders larger than 150 mm and compact to 90 % MOD AASHTO. Do not roll or use heavy mechanical compaction until at least 600 mm of material has been placed over the pipe. Fill in layers not exceeding 150 mm and compact to 93 % MOD AASHTO where the trench crosses roads or paving. Where pipes run under buildings, lay pipes with a minimum soil cover of 300 mm, or with 100 mm precast or cast-in-situ concrete slabs over the pipe, isolated from the crown of the pipe by a soil cushion not less than 100 mm thick, or with 100 mm grade 15 concrete. Where pipes pass through structural walls, provide 50 mm clearance all around, or, if built in, connect on bothe sides of the wall with flexible joints located not more than 150 mm from the wall face. Where drain gradient exceeds 1:5, provide grade 15 concrete anchor blocks at bottom of gradient to secure pipe in place. Connect the sewer pipe to the sewer of the local authority where relevant. Cleaning eyes

Provide cleaning eyes where specified on drawings as "CE". Construct cleaning eyes of pipe of the same material and diameter as the drain. Insert junction in drain, or bend in end of drain, and bring branch up to ground level with easy bends. Fit top at ground level with cast iron cover with letter ―CEǁ on the cover, secured with non-ferrous metal screws. Encase bends and pipe in grade 15 concrete not less than 100 mm thick and finish on top with 1:2 cement-sand mortar, troweled smooth and rounded on salient angles.

Page 254: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-243

Inspection eyes Provide inspection eyes where specified on drawings as "IE". Form inspection eyes in the drain by inserting an access pipe or bend with access lid. When the letters "IE" on drawings are specified as being enclosed with a square, mark the position of the inspection eye with a precast concrete block with the letters "IE" formed in the top surface. Gulleys Gulleys must be vitrified clay gulley traps with gulley heads complying with SANS 559, with cast iron gratings complying with SANS 1115, or unplasticised polyvinyl chloride (PVC-U) gulley traps and heads with polypropylene lids complying with SANS 791, laid loose in the socket. Encase gulleys in grade 15 concrete, not less than 100 mm thick, and finish where exposed with 1:2 cement-sand mortar, flush with gulley head and splayed on edges. Lay gulleys so that overflow height is at least 150 mm above the finished ground level. Provide precast concrete gulley heads where dished gulleys are indicated so that the top of the head is at least 150 mm above the finished ground level. Bed gratings in bitumen. Grease traps

Grease traps must be of stainless steel or reinforced fibreglass, of type, capacity and size as specified. Testing of sewers Inspect and test the sewer before covering with soil or encasing in concrete. Use air or water test as required. Drains may be tested in sections. Cement mortar joints must be at least 24 hours old before testing. Repeat the test after the whole drainage installation has been completed. Make good any defects should the test(s) fail and repeat until the system is sound and tight. Defective parts must be replaced, not patched up. Repair Repair road or paving surfaces where disturbed by pipe-laying, when relevant. ABOVE GROUND SOIL AND WASTE WATER DRAINAGE Cast iron pipes Use cast iron pipes complying with SANS 746 type B (without ears), and with couplings of stainless steel band with worm drive clamps. Sizes as specified are internal diameters. PVC-U soil waste and vent pipes Use unplasticised polyvinyl chloride soil waste and vent pipes and fittings, for use above ground complying with SANS 967 / 7675. Joints must be push fit assembly or solvent weld type. Sizes as specified are outside diameters. Galvanized mild steel waste pipes Galvanized mild steel waste, ventilation and anti-siphon pipes must be as described under WATER AND GAS SUPPLY, but fitted at angles and intersections with cast iron, brass or malleable cast iron bends and junctions. Bends and junctions to waste pipes must have inspection eyes where necessary. Fixing pipes above ground Fix cast iron ventilation pipes to walls with hinged cast iron holder bats complying with SANS 1209, and with general or heavy duty zinc coating as specified. Fix PVC-U ventilation and soilwater pipes with galvanized mild steel holder bats at centres according to the manufacturer's instructions. Provide open end of ventilation pipes with a galvanized wire- or PVC-U balloon, or with vent valve complying with SANS 1532, of approved function and size.

Page 255: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-244

Discuss measures to be taken to avoid unsightly pipework on the outside of buildings with the architect/principal agent before any chasing or cutting for pipework is started, and to the satisfaction of the Local Authority. In general, waste pipes with a maximum diameter of 40 mm may be built into walls or cast into floors, with the necessary cleaning eyes. Stacks and ventilation pipes may be placed inside lavatories, store rooms or in easily accessible drainage ducts. STORMWATER DRAINAGE Stormwater pipes Concrete pipes must be unreinforced concrete non-pressure pipes complying with SANS 677 type SC, with ogee or plain ends as specified. Sizes as specified are internal diameters. Fibre-cement pipes, couplings and fittings for drainage must comply with SANS 819, of series and nominal size as specified. Laying stormwater pipes Lay stormwater pipes according to the manufacturer's instructions, and as follows: Lay pipes on 100 mm minimum compacted granular bedding material. Fully support the pipe over its entire length. Lay pipes accurately to lines and gradient Joint ogee pipes with 1:2 cement mortar, well caulked in with a steel tool, and finish with a smoothly troweled fillet, or with an approved external rubber collar. Joint butt joined pipes with mortar coated hessian band. Build pipes into walls of sumps, catchpits or inspection chambers with 1:2 cement-sand mortar. Lay pipes with top of bores at the same level where pipes enter or leave, with the invert of the largest pipe at the bottom of the sump, pit or chamber. Bends and junctions Bends and junctions up to 150 mm diameter must be of vitrified clay as specified above. Where one or more stormwater pipes are over 150 mm diameter, construct junction boxes over bends and junctions with grade 15 concrete after the drains have been laid. Cast bottoms and sides of junction boxes 150 mm thick. Cast sides to slightly above the top level of the pipes. Cover box with a 80 mm thick slab of similar concrete, laid loose. WATER SUPPLY Galvanized mild steel pipes Galvanized mild steel water supply pipes to comply with SANS 62, galvanized finished inside and outside to SANS 32, medium wall thickness class, and with screwed ends. Sockets, elbows, crosses, tees, bends, branches, bushes, unions, nipples, plugs, caps and back nuts must be galvanized malleable cast iron to comply with SANS 14. Pipe diameters mentioned on drawings refer to the nominal inside diameter of the pipe. Join galvanized mild steel pipes as follows: ream pipe ends to remove burr, keep jointing surfaces clean; remove cutting oil; join pipes with red-lead paint, proprietary jointing tape or paste and/or hemp. Copper pipes Copper pipes for domestic water and gas supply must comply with SANS 460, class 0 for water or gas supply above ground, and class 2 or 3 for water supply below ground. Fittings must be copper-based capillary solder or compression fittings to comply with SANS 1067. Join copper pipes as follows: cut pipe end square, ream, remove burrs and size if required; clean bore of fitting and pipe with a ring brush or fine emery paper.Capillary joints: apply flux to outside of pipe, twist to help distribute the flux over the two surfaces. Use flux carefully and sparingly; apply flame to tube and fitting until heated. Remove flame and allow solder to be drawn into the joint until a complete fillet of solder appears around the mouth of the fitting;

Page 256: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-245

Wipe joint clean. Compression joints: slide fitting onto tube end until it stops against the inner shoulder; tighten capnut by hand; tighten nut with a spanner until the fitting is difficult to turn on the pipe. Thereafter tighten fittings ½ turn. Flared joints: slide coupling nut over end of pipe and insert flaring tool; drive the flaring tool to expand the pipe end; assemble joint by placing ferrule squarely between flared end of pipe and flare in fitting body, and engage coupling nut with fitting threads. Tighten with two spanners. Thermoplastics pipes and fittings Thermoplastics pipes and fittings for hot and cold water systems to comply with SANS 10508, of class and size as specified. PVC-U pressure pipes Unplasticised polyvinyl chloride pressure pipes to comply with SANS 966 /15877, of class and size as specified. Join PVC-U pipes as follows, or as specified: slightly roughen joint faces;apply solvent cement to joint faces; insert pipe into socket and wipe clean. Polypropylene (PP) pressure pipes

Polypropylene pressure pipes to comply with SANS 1315 / 15874, of type and pressure class as specified, and suitable for the conveyance of cold and hot water. Fittings must be copper-based compression fittings complying with SANS 1067. Join polypropylene pipes as follows:

cut pipe end square and remove burrs; clean bore of pipe; butt join pipe ends and fusion weld according to the manufacturer’s instructions, or slide compression fitting onto tube end until it stops against the inner shoulder; tighten capnut by hand; tighten nut with a spanner until the fitting is difficult to turn on the pipe; thereafter tighten fittings ½ turn. Polyethylene (PE-X) pipes Polyethylene pipes to comply with SANS 15875 of application class, design pressure and size as specified. Polybutylene (PB) pipes

Polybutylene pipes to comply with SANS 15876, of application class, design pressure and size as specified. Polyethylene (PE) pipes Black polyethylene pressure pipes must be low or high density as specified.

Low density polyethylene pipe to comply with SANS 533, type 1, of nominal inside diameter and used with insert couplings and clamps, or type 2, of and of nominal size and pressure class as specified. High density polyethylene pipe to comply with SANS 533, type 3, of nominal inside diameter and used with insert couplings and clamps, or type 4, of nominal outside diameter and used with compression type couplings, and of nominal size and pressure class as specified. Polyethylene pipes for buried water mains and services and for water supply above ground both inside and outside buildings to comply with SANS 4427 of designation and diameter as specified. Join pipes as follows: Compression joints: use approved compression fittings according to the manufacturer’s instructions; insert metal liner in pipe end to prevent collapse of the pipe; screw nut of fitting hand tight, and then a further one-and-a- quarter turns to compress the ring into the pipe.

Page 257: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-246

Insert joints: use approved compression fittings according to the manufacturer’s instructions; force spigot of insert piece into end of pipe; soften pipe end if necessary by inserting in hot water; clamp pipe to spigot with circular metal clamp. Screwed joints: cut ends of pipe off square; chamfer pipe end with a file; cut thread on pipe ends with special dies, without oil and with a mandrel inserted in the end of the pipe to support it against the die; thread only enough length necessary to enter the joint; screw on galvanized malleable cast iron fittings, complying with SANS 14, firmly hand-tight. Installation of pipes Standard: SANS 10112 The installation of polyethylene and poly(vinyl chloride)(PVC-U and PVC-M) pipes Laying pipes below ground Lay water supply pipes below ground according to the manufacturer's instructions, and as follows: a lay water supply pipes 500 mm away from drains if parallel, 100 mm away if at right

angles. Pipes of 75 mm diameter or less must have 450 mm minimum cover, larger pipes must have 750 mm minimum cover. Pipes must not have more than 1000 mm cover

• excavate trench 100 mm deeper than the required level. Backfill with compacted stable material to achieve a level bottom

• bed the pipe true to line. Support the pipe uniformly and continuously • test the pipe for leakages before covering the pipe. Provide all necessary testing

equipment. Fill pipes with water and evacuate all air. Pressurise the system to one and a half times the design pressure and maintain for at least four hours. Fix all leaks

• fill over the pipe with selected soil and compact in layers not exceeding 300 mm. Tamp the first layer lightly and do not roll or use heavy mechanical compaction until at least 600 mm of material has been placed over the pipe. Compact to 90% MOD AASHTO

• do not lay galvanized steel pipes in clay soil without approved protection. lines of fibre-cement pipes.

Fixing pipes above ground Fix water or gas supply pipes above ground according to the manufacturer's instructions, and as follows: a discuss measures to be taken to avoid unsightly pipework with the

architect/principal agent before any chasing or cutting for pipework is started. In general no surface mounted water or gas piping is permitted on external walls except for the vertical rising water main from ground level to ground floor level, provided this is not unsightly. All other surface mounted pipes must preferably run in ducts or be so placed as to be unobtrusive. All visible surface pipework must run in straight lines and be neatly fixed

• fix pipes larger than 20 mm diameter firmly to walls with galvanized cast iron holderbats complying with SANS 1209 or plastic holderbats for copper or polypropylene pipes, and to centres according to the manufacturer's instructions, to leave a clear space between the pipe and the finished wall

• embed pipes up to 20 mm diameter in walls. Chase neatly. Do not chase walls constructed of hollow blocks but locate pipes in the block cavities.Chase solid walls not deeper than one third of the wall thickness vertically and not more than one sixth of the wall thickness horizontally. Avoid horizontal chasing where possible. Ensure that chases, holes and recesses are so made as not to impair the strength or stability of the wall, or reduce the fire resistant properties of the wall. Fill chases in masonry. walls with class I or II mortar once the conduits are in position

• fasten pipes firmly to roof timber with galvanized mild steel or copper pipe clips screwed on. Support polypropylene hot water pipes in roof spaces continuously. Do not install polypropylene pipes closer than one metre from hot water geysers

• use bends in preference to elbows if practicable. If a reduction in the size of the pipe takes place at an angle, the bend or elbow must be the size of the larger pipe

Page 258: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-247

• no air may lodge in pipes. Maintain a proper fall • provide for expansion in long lengths of pipes. Insert long- screws or approved

couplings at convenient points to provide for alterations and repairs. Provide unions at in- and outlets of geysers.

Pressure-reducing valve box

Pressure-reducing valve box must be a pressed sheet steel valve box with door or lid, ball stopcock, 20 mm stainless steel sieve, pressure reducing valve with non-return and relief valve complying with SANS 198 of working pressure as specified, and 20 mm overflow pipe through bottom of box down in wall and bent outwards at floor height. Box must be pre-painted in factory. Build in valve box in wall in approved position or as specified, at a height of 1 200 mm above finished ground level so that it can be reached easily. Water meters Water meters to comply with SANS 1529, of flow rate and metrological class as specified. Cleaning

Flush the entire pipe works before any valves or taps are connected. Fill fibre-cement pipes with water containing 0,15 g/� calcium hypochlorite.Allow the solution to flow slowly into the pipe and let stand for 24 h. Flush fibre-cement pipes with clean water until a sample taken from the pipe complies with the requirements for drinking water of the local authority. Insulate pipes above ground with bonded preformed mineral fibre pipe sec- tions complying with SANS 1445 part 3, where specified. SANITARY APPLIANCES Appliances Sanitary appliances must be of shape, size, colour, type, capacity and with accessories as specified.

Acrylic baths to comply with SANS 1402 / 50198. Acrylic baths must carry a written guarantee against latent defects for a minimum of five years. Ceramic hand wash basins to comply with SANS 497. Stainless steel basins and wash troughs must be of 1,2 mm thick pressed stainless steel grade 304 to comply with SANS 906. Ceramic water closets to comply with SANS 497. Cisterns must be glazed ceramic cisterns complying with SANS 497, or plastic cisterns complying with SANS 821, of type, type of flushing system, capacity, material of body and colour as specified. Urinals must be glazed ceramic complying with SANS 497, or stainless steel complying with SANS 924, of type, dimension and finish as specified. Drip sinks must be glazed ceramic complying with SANS 497.

Stainless steel sinks with draining boards to comply with SANS 242 for domestic use, and with SANS 907 for institutions, of type stainless steel grade and finish as specified, with sound-deadening material on the under side and with overflow. Sinks and draining boards must have splashbacks and tiling keys along the back and at sides where against walls. Concrete wash trough must be of reinforced concrete, with reeded front.

Drainers must be of reinforced concrete with lip to fit over side of trough and fixed to trough with copper dowels and to wall with bracket supplied. Pedestals must be reinforced concrete. Bed pedestals on floor, and trough on pedestals, with 1:2 cement-sand mortar. Taps and valves Use water supply and distribution system components complying with SANS 1808, of type as specified.

Use water taps and stopcocks to comply with SANS 226 (metal), or SANS 1021 (plastics), of size and class, and whether aerator is required, as specified. Taps for cold and hot water must be marked blue and red respectively with plastic inserts. Use single control mixer taps complying with SANS 1480. Use flush valves complying with SANS 1240, of class and size as specified.

Page 259: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-248

Traps Waste traps must be plastic or rubber or as specified. Plastic waste traps complying with SANS 1321, part 1, of specified type, size and depth of seal. Use rubber waste traps to comply with SANS 1321 part 2, of specified type, size and depth of seal. Toilet roll holders, towel rails Toilet roll holders must be chromium plated brass, or white glazed ceramic, or as specified. Towel rails must be chromium plated brass or aluminium, of approved type, or as specified. Fixing of sanitary fittings generally Leave protective wrappings in position for as long as possible. Fix in a manner that will facilitate future removal if necessary. Fix all appliances securely. Use manufacturers’ brackets and fixing methods wherever possible. Use frame fixing anchors for fixing brackets—do not screw and plug. Bed water closet pans in 1:3 cement-sand mortar. Bed squatter pans in grade 10 concrete. Build bath fronts up in brick masonry except where specified otherwise. Bed acrylic baths in 1:5 cement:sand mortar on three rows of bricks, or bed solidly on dry river sand or concrete. Fix shower heads at 2 100 mm above shower floor level, or as specified. Screw and plug toilet roll holders and towel rails to walls. FIRE EQUIPMENT Fire hose reels Fire hose reels to comply with SANS 543, with 30 m long x 20 mm diameter light duty rubber fire hoses, for corrosive conditions as specified, with fixed bases, and with couplings, connections, branch pipes and nozzles to SANS 1128 part 2. Fix reels against walls with suitable frame fixing anchors or expansion bolts at a height of 2100 mm from floor to spindle, or to height as specified. Fire extinguishers General purpose, portable, non-refillable fire extinguishers to comply with SANS 1322 of class, capacity and extinguishing medium as specified. Water, foam or dry powder portable rechargeable extinguishers to comply with SANS 1910, of capacity and for corrosive conditions as specified. CO2 type extinguishers must be portable rechargeable carbon dioxide extinguishers to comply with SANS 1567, of capacity and for corrosive conditions as specified. BCF type extinguishers must be halogenated hydrocarbon fire extinguishers to comply with SANS 1151, of capacity and for corrosive conditions as specified. Hang extinguishers on wall hooks screwed and plugged to wall, in approved positions and height. Fire hydrants Fire hydrants to comply with SANS 1128 and must be supplied to the approval of the local fire control officer.

Page 260: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-249

B8512 ELECTRICAL (a) ELECTRICAL INSTALLATION Comply with all requirements of the local authority and with SANS 10142 Wiring of Premises. All work must be done under supervision of a registered electrician. Electrical symbols on drawings comply with SANS 10143 Recommended Building Drawing Practice, or as specified. Chase neatly. Do not chase walls constructed of hollow blocks—locate services in the block cavities. Chase solid walls not deeper than one third of the wall thickness vertically and not more than one sixth horizontally. Avoid horizontal chasing where possible. Ensure that chases, holes and recesses are so made as not to impair the strength or stability of the wall, or reduce the fire resistance properties of the wall. Fill chases with class 1 or 2 mortar once the conduits are in position. (b) GUARANTEE Guarantee the efficient and safe working of the whole installation for 12 months after completion of the building. Lighting bulbs and tubes are excluded from this guarantee. (c) MATERIALS Conduits Conduits must be metallic, non-metallic or composite complying with SANS 950/60614/61386, as specified. Fix conduits as follows: • build in conduits in wall chases with cement mortar and clamps • fix conduits on wall surfaces and in roof spaces with clamps • cast conduits in concrete surface beds • do surface fixing level, plumb, neatly and in straight lines Conductors and cables

Copper conductors must be PVC isolated copper conductors complying with SANS 150.

Electric cables must be PVC armoured copper cable complying with SANS 1574/1411. Lay electric cables as follows: • excavate for cable 600 mm below finished ground level • encase the cable in river sand. Backfill and compact in layers not exceeding 300

mm • protect the cable with precast concrete cable protection slabs where necessary • mark the cable route with approved markers Notify the local authority for connection and give the necessary assistance. Distribution board and meter cabinets Electrical distribution boards must be of prepainted (to approved colour) pressed steel with door and latch complying with SANS 1765, with isolator, earth leakage protection unit to SANS 767, and circuit breakers. Meter cabinets to comply with SANS 60439, of finish and with locking device as specified. Build in cabinets in walls, or surface mount, as specified. Label all functions in distribution board and provide a legend card. Switches and sockets Switches , including dimmer, remote-control, isolating and time-delay switches as specified, complying with SANS 60669. Sockets must be 3 pin 16 Amp wall switch sockets complying with SANS 164.

Page 261: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-250

Fix switches and sockets in boxes and enclosures with covers complying with SANS 1085/60670. Build in boxes for switches at 1 500 mm above floor level, or as specified. Build in boxes for sockets at 300 mm above floor level except above work tops where these must be 1 200 mm above floor level, or as specified. Telephone or television points: build in boxes with covers complying with SANS 1085 at 300 mm above floor level or as specified. Connect with conduit to roof space and through to roof overhang nearest the telephone connection or television antenna. Provide conduit with draw wire. Luminaires Luminaires to comply with SANS 60598 as specified, complete with lamps, ballasts, control gear and earth terminals. Control gear within luminaires must bear the SANS mark. Fix luminaires at as late a stage as possible, and protect from damage. Earth all luminaires. (d) TEST Inform the Engineer at completion of the electrical installation for inspection. Provide the architect/principal agent with a copy of the electrical test certificate before handing over.

Page 262: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-251

B8513 GLAZING (a) MATERIALS Glass Glass to comply with SANS 50572, of type, pattern, colour and thickness, and whether heatabsorbing, tinted, heat-reflecting, glare-reducing or wired, as specified. Work on glass to comply with SANS 1817: cutting; obscuring; acid embossing; silvering, gilding; staining or painting, or bending as specified. Maximum pane sizes for single-pane float glass should not exceed 0,75 m2 for 3mm thickness, 1.5m2 for 4mm thickness and 2.1m2 for 5 mm thickness Safety and security glass to comply with SANS 1263, part 1, 2 or 3, of type, thickness, and, in the case of bullet-resistant glass, the class and level of attack, as specified. Each sheet of glass must be permanently engraved, etched or sand-blasted with the trade name of the laminator and the symbol '1' for safety glass, '2' for burglar-resistant glass, and '3' for bullet-resistant glass. These markings must be visible after glazing, and be situated in the left or right bottom corner of the installed sheet, unless otherwise specified. Sealants Sealants must be one or more of the following, as specified: • polysulphide to comply with SANS 110 (two part) • silicone to comply with SANS 1305 • polyurethane to comply with SANS 1077. Gaskets, tape, setting blocks Elastomeric structural glazing and panel gaskets to comply with SANS 635, of dimensions and thicknesses as specified. Adhesive glazing tape must be treated cotton-based tape with self-adhesive coating on one or both sides, or adhesive velvet ribbon with adhesive coating on one side. Setting and locating blocks must be of an approved resilient, non-absorbent, inert material of hardness 50°—90° Shore A durometer. (b) GLAZING Preparation Allow an edge clearance of at least 3 mm all around panes up to 6 mm thick. Increase the edge clearance for thicker panes and with a minor dimension exceeding 1 000 mm. Do not cut or nip any glass thicker than 4 mm on site. Discuss the direction of the pattern in obscure glass with the architect/principal agent before cutting. Treat timber frames and beads with a wood primer complying with SANS 678. Ensure that the primer is compatible with the glazing compounds.

Seal relative areas of masonry and concrete frames with two coats of alkaliresistant sealer that is compatible with the compound. Ensure frames are dry, clean, true and square before glazing. Ensure rebates are free from projections, for example screws. Fix steel beads with screws. Fix wood beads with pins. Allow for the thickness of the glass plus at least 3 mm of glazing compound on each face. Check edges of solar and tinted glass. If damaged, reject before fixing. Place 25—75 mm long setting and location blocks before glazing. Place blocks in opposite corners of openable frames to prevent distortion of the frame. Weatherstripping, gaskets, sealants Gaskets, sealants, etc. must be of approved material and type. Finishes

When specified , aluminium must be anodised to comply with SANS 999 /1407 / 10322, of specified grade and colour. Powder coating to comply with SANS 1274 / 1796 / 1578 , 10322, of type, finish and colour as specified.

Page 263: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-252

Steel must be galvanized to comply with SANS 121, of specified thickness. Paint must be alkyd enamel as specified under PAINTING. B8514 MEASUREMENT & PAYMENT Item Unit

B85.01 Removing existing tile work (Vinyl Floor Til es) …………….……..square metre (m2)

The unit of measurement shall be square metre (m2) of existing tile work removed.

The tendered rate shall include full compensation for supplying necessary tools, labour,

and demolition of existing tile work as specified, transportation and carting away rubble, debris to specified site within free-haul distance of 1.0 km

B85.02 New tile work (type/element specified )……………..……………….square metre (m2) The unit of measurement shall be square metre (m2) of new tiling laid.

The tendered rate shall include full compensation for supplying all material, tools, labour, transportation, and laying tiles within specified areas

The tendered rate shall also include for preparing bedding to receive tiles, filling joints

and cleaning all complete to the satisfaction of the Engineer.

B85.03 Cleaning of roof tiles…………………………………………………... .square metre (m2)

The unit of measurement shall be square metre (m2) of existing roof tiles cleaned.

The tendered rate shall include full compensation for supplying necessary tools,

equipment, labour, scaffolding and cleaning, all complete to the satisfaction of the Engineer.

B85.04 Removal of roof sheeting (describe) ………………………………....square metre (m2)

The unit of measurement shall be square metre (m2) of existing roof sheeting removed.

The tendered rate shall include full compensation for supplying necessary tools,

equipment, labour, scaffolding, removal of roof sheeting, all complete to the satisfaction of the Engineer

B85.05 New roof sheeting (describe) ……………..……………………….......square metre (m2)

The unit of measurement shall be square metre (m2) of new roof sheeting installed. The tendered rate shall include full compensation for supplying material, necessary tools, equipment, labour, transportation, off-loading, scaffolding, fixing, all-screws, bolts, nuts, washers, installation, all complete to the satisfaction of the Engineer

B85.06 Remove existing timber skirting, stockpile and reinstall (describe) …..………….……………………………….…………....metre (m)

The unit of measurement shall be the metre of existing floor skirting removed, stockpiled temporarily and reinstalled on floor.

Page 264: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-253

The tendered rate shall include full compensation for necessary tools, labour, screws, and nails, adhesive, all complete for removal, temporary storage and re-installation of the skirting to the satisfaction of the Engineer.

B85.07 Cement screed (describe) ………………….…................................square metre (m2)

The unit of measurement shall be square metre (m2) of new cement screed laid.

The tendered rate shall include full compensation for supplying material, necessary tools, equipment, labour, transportation, off-loading, necessary scaffolding, laying and curing, all complete to the satisfaction of the Engineer.

B85.08 New Epoxy flooring (decsribe )…………………….………………….square metre (m2)

The unit of measurement shall be square metre (m2) of new epoxy flooring laid.

The tendered rate shall include full compensation for supplying all material, tools, labour, transportation, and laying epoxy flooring in accordance with the manufacturer’s specification

The tendered rate shall also include for sand blasting or scabbling existing floor to provide necessary grip

B85.09 Supply and fit sanitary wares (describe )…………………….…….….…...Number (No)

The unit of measurement shall be number of sanitary ware supplied and fitted. The tendered rate shall include full compensation for supplying sanitary wares, transport, offloading, fitting in position, necessary tools, cutting in walls/floor, labour, all complete to the satisfaction of the Engineer. The tendered rate shall also include for all Plumbing Service and Installation Fees.

B85.10 Supply and fit Doors and windows (describe )………………………….…...Number (No) The unit of measurement shall be number of doors or windows supplied and fitted. The tendered rate shall include full compensation for supplying doors or windows, transport, offloading, fitting in position, necessary tools, hinges, 3-lever locks, necessary cutting in walls/floor, labour, all complete to the satisfaction of the Engineer

B85.11 110mm sewer pipes laid in trenches (describe )……………………………...metre (m) The unit of measurement shall be metre of sewer pipe supplied and laid. The tendered rate shall include full compensation for supplying and laying sewer pipe in trenches, including necessary bedding, backfilling and compaction, fittings such as elbows & bends, labour, all complete to the satisfaction of the Engineer

B85.12 Construct Complete French Drain ……………………………….……......…...metre (m) The unit of measurement shall be the meter of French Drain constructed according to referred drawing number as stated in the schedule of quantities. The tendered rate shall include full compensation for supplying all material and labour, and constructing of the French Drain all complete as per the drawing.

Page 265: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-254

The tendered rate shall also include full compensation for supplying necessary tools, equipment, transportation, off-loading, and laying all complete to the satisfaction of the Engineer

B85.13 Aluminium Gutter (describe) ………………………………………..……...…...meter (m) The unit of measurement shall be the meter of Aluminium Gutter installed according to referred drawing number as stated in the Bill of Quantities. The tendered rate shall include full compensation for supplying all material, labour and constructing/Installation of the Aluminium gutter all complete as per the drawing. The tendered rate shall also include full compensation for supplying necessary tools, equipment, transportation, off-loading all complete to the satisfaction of the Engineer

B85.14 Facia boards (describe) ……………….……………………….……...…………...meter (m)

The unit of measurement shall be the meter of Everite Facia installed according to referred drawing number as stated in the schedule of quantities. The tendered rate shall include full compensation for supplying all material, labour and constructing/Installation of the Everite Facia all complete as per the drawing. The tendered rate shall also include full compensation for supplying necessary tools, equipment, transportation, off-loading all complete to the satisfaction of the Engineer

B85.15 Rain Screen –Louvers (describe) ………………….……...…...meter square (m2)

The unit of measurement shall be the meter squared of Rain Screed installed according to referred drawing number as stated in the schedule of quantities. The tendered rate shall include full compensation for supplying all material, labour and constructing/Installation of the Rain Screen all complete as per the drawing. The tendered rate shall also include full compensation for supplying necessary tools, equipment, transportation, off-loading all complete to the satisfaction of the Engineer

B85.16 Hot dipped galvanized Cat Ladder (des cribe) …………………………….………metre The unit of measurement shall be the metre of Cat Ladder installed according to referred drawing number as stated in the scheduled of quantities. The tendered rate shall include full compensation for supplying all material, labour and constructing/Installation of the Cat Ladder all complete as per the drawing. The tendered rate shall also include full compensation for supplying necessary tools, equipment, transportation, off-loading all complete to the satisfaction of the Engineer

B85.17 Hot dipped galvanized handrails (desc ribe )…………………………..…………metre(m)

The unit of measurement shall be the metre of handrail installed according to referred drawing number as stated in the Schedule of Quantities. The tendered rate shall include full compensation for supplying all material, labour and constructing/Installation of the handrail all complete as per the drawing.

Page 266: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-255

The tendered rate shall also include full compensation for supplying necessary tools, equipment, transportation, off-loading all complete to the satisfaction of the Engineer

B85.18 Brickwork (as described) ……………………………….……………….…metre square (m2)

The unit of measurement shall be the meter square of the brick work constructed of specified thickness. The tendered rate shall include full compensation for supplying all material, labour and constructing the brick work. The tendered rate shall also include full compensation for supplying necessary tools, equipment, transportation, off-loading all complete to the satisfaction of the Engineer

B85.19 Removal of existing palster work (as describ ed) ………………..…metre square (m2)

The unit of measurement shall be the meter square of the plaster removed. The tendered rate shall include full compensation for supplying all labour and tools required for removal of the existing plaster work.

B85.20 Plaster work (as described) ……………………………………..……….metre square (m2) The unit of measurement shall be the meter square of the plaster work constructed. The tendered rate shall include full compensation for supplying all material, labour and constructing the plaster work.

The tendered rate shall also include full compensation for supplying necessary tools, equipment, transportation, off-loading all complete to the satisfaction of the Engineer

B85.21 Application of flexible water proofing prote ctive layer ………………metre square (m2)

The unit of measurement shall be the meter square of approved flexible water proofing protective layer supplied and installed. For payment purposes, the surface area shall be measured once only irrespective of the number of layers of water proofing installed. The tendered rate shall include full compensation for the cleaning and preparation of the . substrate, in accordance with the specifications of the product supplier. The rate will also cover all labour, materials, equipment, additional safety measures, storage, mixing, ......... application and curing of the protective coating, as well as cleaning and the .....disposal of unused or rejected materials and all incidentals required to execute the work as specified, all to the satisfaction of the engineer The tendered rate shall include full compensation for supplying all material, labour, tools, equipment, transportation, off-loading all complete to the satisfaction of the Engineer

B85.22 Removal of existing 19mm stone …………………………………..…metre square (m2) The unit of measurement shall be the cubic meter of 19mm stone removed and stock ...... piled for re-use.

Page 267: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-256

The tendered rate shall also include for placing stones from the stockpile once the water

proofing has been completed. Quanitiy for this item shall be measured once only. The tenderd rate shall also include payment for placing stones back to its original position.

50% payment shall be released once the stones have been removed and balance 50%

payment shall be released once stones have been placed back. Water proofing shallbe measured under separate item.

B85.23 Damp proof course membrane (describe) ………………………..…..metre square (m2)

The unit of measurement shall be the meter square of approved flexible damp proof membrane supplied and installed. The tendered rate shall include full compensation for the supplying and laying SABS approved damp proof course membrane complete to the staifaction of the Engineer. The tendered rate shall also include for overlaps (atleast 300mm) in the membrane Overlaps shall not be measured separately.

B85.24 Demolish existing brick work (describe) …………………….…….…metre square (m2)

The unit of measurement shall be the meter square of brick work demolished. The tendered rate shall include full compensation for the supplying tools, equipment and labour. The demolished material shall be disposed off to the dump site identified by the contractor. No overhaul shall be paid separately.

Page 268: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-257

SECTION B8600: DISMANTLING AND REMOVAL OF STEEL ST RUCTURES B8601 SCOPE

This specification covers the work in connection with the dismantling and removal of steel structure components such as roof trusses, sheeting, cladding, steel columns etc.

B8602 DEFINITIONS

(a) Definitions

(i) Steel structure

All references to steel structure shall include roof sheeting, cladding, roof trusses, purlins, bracing, steel columns, nuts, bolts, washers etc.

(ii) Dismantling of steel structure

Dismantling of steel structure means the careful removal of all elements of a steel structure so that damage to the elements is as minimum as possible

(iii) Removal of steel structure

Removal of steel structure means carting away of the structural steel elements to a specified location as directed by the Engineer.

.

B8603 PLANT AND EQUIPMENT

(a) General

All plant, equipment, tools and devices used for the dismantling of steel structure shall be inspected and maintained on a regular basis to ensure that they remain in good working order, function efficiently, and that safety is not compromised. The plant, equipment, tools and devices used for the dismantling or removal process shall be of the accepted type and capacity for the relevant application. The suitability of the chosen method shall be demonstrated to the Engineer for approval.

(b) Access structures and working platforms

Where necessary, the contractor shall provide suitable and safe temporary access structures, working platforms and temporary props and supports for the dismantling work. The temporary structures, platforms, props and supports must be stable and of sufficient strength and rigidity to safely carry the imposed temporary loads arising from the work activity.

B8604 CONSTRUCTION

The method and sequence of dismantling and removal work of steel structure shall be submitted to the Engineer prior to the work commenced.

Page 269: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-258

The dismantling and removal technique work for the steel structure shall not damage adjacent structures or structural elements The contractor shall ensure that any nuisance associated with his work activity is minimised by implementing appropriate precautions and measures to the approval of the engineer. Concrete members which are to be demolished completely shall be broken into suitably sized fragments to allow easy removal from site to an approved dump area.

B8605 MEASUREMENT AND PAYMENT

The payitems in this clause shall include full compensation for all work associated with the demolition and removal of steel structural elements including initial preparation of concrete surfaces or portions thereof which are not already covered by the measurement and payment items of the Standard Specifications or the Project Specification, such as procurement, transport, access and temporary works, plant and equipment required to undertake the work as specified. General access, work platforms and associated temporary works are covered in Section 12 100. The quantities indicated in the pricing schedule under Section 12 200 are based on the dimensions shown on the drawings and on inspections carried out as part of the preliminary and detail design phases increased to allow for unseen work. It must, however, be accepted that the quantities of work actually done may vary significantly from the scheduled quantities, and that the contractor shall be deemed to have allowed in his tendered rates for such variations in quantities which can be reasonably expected. Item Unit B86.01 Dismantling and removal of steel

structure (description) .......................................................... Lump sum (LS)

The unit of measurement is the lump sum for the entire steel structure dismantled and removed. The steel structure shall include roof trusses, purlins, bracing, steel columns, sheeting, cladding, all the bolts, nuts, washers, gussets plates. The tendered rate shall include full compensation for all labour, material, equipment, temporary props, supports, access scaffolding, equipment and plant as well as for all work and incidentals required to complete the work as specified. The tendered rate shall also include loading, transporting and removal of the steel elements to a dump site identified by the contractor.

Page 270: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-259

SECTION B8700: PROTECTIVE COATINGS AND TREATMENTS F OR CONCRETE B8701 SCOPE

This section covers the material, equipment and work required for applying protective coatings and treatments to concrete surfaces.

B8702 INTERPRETATION

(a) Supporting specification

The following specifications shall be read with and shall form part of the contract:

(i) Project Specification (ii) COLTO Standard Specifications for Road and Bridge Works for State Road

Authorities (1998 edition). B8703 MATERIALS

(a) Penetrant pore liner (Water-repellent surface i mpregnants)

Penetrant pore liners are low viscosity fluids which penetrate the concrete surface. After the concrete has been impregnated by one of these substances, the carrier fluid evaporates, leaving behind a hydrophobic (water-repellent) layer in the pores of the concrete. They are generally colourless and make little change to the appearance of the concrete. Typical examples are silanes, siloxanes, silicon resins and stearates.

(b) Penetrant pore blocker

Penetrant pore blockers are low viscosity solutions that can penetrate concrete surfaces and block the pores, thereby increasing the surface density of the concrete. Some of these materials react with the concrete substrate (calcium hydroxide present in hydrated cement) to form crystals. Other fluids such as resins and drying oils penetrate and harden by chemical reaction. Typical examples are silicates, silicon fluorides, epoxy resins and acrylics.

(c) Sealer

Sealers are more viscous fluids which both penetrate the concrete and form a thin film on its surface. They are sometimes used as sealing coats or primers to a coating. The thin film of the sealer is vulnerable to weathering. Typical examples are epoxy resins, polyurethanes, acrylics and linseed oil.

(d) Coatings

Coatings are viscous fluids that form a film on the surface of the concrete and provide protection as a result of the thickness of the film itself. They are usually pigmented to provide colour, and extended or filled to provide thickness and surface texture to the coat. Typical examples are epoxy resins, polyurethanes, alkyds, vinyls, acrylics, chlorinated rubber, styrene-butadyne, bitumens and combinations of these.

Page 271: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-260

(e) Renderings

Renderings are thick film coatings, generally applied by trowel rather than by brush or spray. They work in a similar way as coatings, by providing a physical barrier. Typical examples are cement mortar with various polymer additions and crystal growth systems.

(f) Carbonation inhibitor barrier coatings

An approved carbonation inhibitor barrier coating shall comply with the following criteria:

(i) Present a uniform appearance with the final colour to be decided by the

engineer.

(ii) Provide barrier protection against ingress of water, oxygen and carbon dioxide

(iii) Permit the passage of water vapour.

(iv) Resist the deleterious effects of UV light.

(v) Weather such that only minimal surface preparation is required when

overcoating.

(vi) Adhere strongly to concrete and repair materials.

(vii) Bridge minor cracks and have flexibility to accommodate small movement.

(viii) Provide a 12 year guarantee against coating failure and UV degradation.

(ix) Supply a specification for surface preparation and application of overcoating after a 12 year period.

The coating material will be deemed to meet the requirements of (b) and (c) with respect to water, oxygen, water vapour and carbon dioxide barrier protection if it complies with the following specification:

- The product of the minimum dry film thickness of the coating (microns) and

the carbon dioxide diffusion resistance coefficient shall exceed 50m.

- The cured coating shall reduce the water absorption of good quality 30MPa concrete by a factor of at least 20.

- The product of the average dry film thickness of the coating (microns) and

the water vapour diffusion resistance coefficient shall not exceed 4m.

In the event that a multi layer and/or a multi product system is proposed criteria (i), (ii) and (iii) shall apply to the complete system acting as a combined barrier coating.

(g) Corrosion inhibitor

Corrosion inhibitors are emulsion type impregnating fluids that are applied to the outer surface of existing concrete members. Inhibitors migrate into concrete and are absorbed onto the surface of embedded reinforcing steel thus delaying the onset of corrosion and/or reducing the rate of corrosion that is in progress.

Page 272: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-261

B8704 PLANT AND EQUIPMENT

(a) General

All plant and equipment used for pressure cleaning and protective treatment application shall be based on proven technology and practice, and shall be maintained in a clean and good working order. The equipment shall be inspected, serviced and calibrated at regular intervals and tested to ensure that the system functions efficiently and accurately, all to the satisfaction of the engineer.

(b) High-pressure water-jetting equipment

The type and capacity of the water-jetting equipment, delivery hoses and nozzles shall be capable of delivering at least 1000 kPa water pressure through nozzles which shall at least remove curing compounds or membranes and shutter release compounds without producing an exposed aggregate finish.

(c) Low-pressure airless sprayer

Low-pressure airless sprayers consist of knapsack sprayers which shall be capable of providing a uniform discharge rate and even spread over the spray area.

(d) Access structures and working platforms

Where necessary the contractor shall provide suitable and safe measures at each location for pressure cleaning and surface coating. These provisions shall be deemed to form part of the access for bridge rehabilitation as specified in Section 12 100

B8705 CONSTRUCTION

(a) Storing of materials

The contractor shall provide a lock-up store for the repair materials and observe all storage requirements and safety precautions recommended by the materials manufacturers.

(b) Surface preparation

(i) Procedures

All concrete surfaces that are to receive protective coatings and/or treatments such as:

- Penetrant pore liners - Penetrant pore blockers - Sealers - Coatings - Renderings - Corrosion inhibitors

Shall be prepared strictly in accordance with the materials manufactures instructions. The preparation shall include for everything that is necessary to prepare the surface to receive the protective coatings and/or treatments. The contractor shall ensure that technical representatives, appointed or employed by the materials suppliers, carry out regular inspections of the preparation work and provide written confirmation that the work is in accordance with the materials supplier’s requirements. The reports shall be specific and definitive, generalised statements will not be acceptable. Where surface preparation is found by the technical representatives to be inadequate the report shall contain specific advice to enable the contractor to attain a required standard.

Page 273: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-262

The contractor shall provide the engineer with copies of all technical inspection reports before any surface treatment or protective coatings is applied to a bridge element. Where the time between surface preparation and treatment exceeds two days and/or during windy and/or wet weather the prepared surfaces shall be reinspected and approved by the technical representative. The moisture content of patch repair areas must be specifically checked by the technical representative to ensure that coatings are not applied over surfaces that contain moisture.

(c) Batching and mixing

Mixing equipment, mixing times, working life and overcoating times shall conform to the manufacturer’s recommendations taking into account the temperature at time of application. Treatment materials shall be mixed (if applicable) and applied strictly in accordance with the manufacturer’s specifications. Thinning or diluting shall not be permitted without the approval of the engineer.

(d) Protective surface treatment

Surface treatment or coatings may consist of a system of several coats of more than one type of coating. Where such a system is applied, the various components shall be compatible and preferably from one manufacturer. Protective treatments shall be applied to all of the exposed concrete surface as indicated. Items or areas which are not to be coated shall be suitably protected or masked before application of the treatment.

(i) Application of surface coatings

All protective coatings and treatments for concrete shall be stored, mixed and applied strictly in accordance with the product manufacture’s specifications and the project specifications. All surface coating materials shall be handled, mixed and applied strictly in accordance with the manufacture’s specification.

(ii) Application rate records

Records of application rates shall be submitted by the contractor to the engineer on a daily basis indicating batch numbers, the area covered by each coat and the quantity of coating material used. Only material from the same batch shall be used for any continuous, visible, unbroken surface to attain uniformity of colour and texture on the concrete surface.

(iii) Trial sample panels

Protective treatment shall not be applied until trial sample panels of the protective treatment have been prepared by the contractor and approved by the engineer and the material supplier’s technical representative. The contractor shall prepare the sample panels using the same surface preparation mixing and batching equipment, application technique, application rate and under the same climatic conditions he intends to treat the whole structure. The position of the trial sample panels are subject to the engineer’s approval.

Page 274: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-263

Product manufacturers of coating products are required to inspect, assist and finally approve (in writing) all aspects of surface preparation and product application employed on the trial sample panel. The trial sample shall be used as a standard against which the rest of the work will be judged and shall be maintained intact until all other coating work is complete.

(iv) Proprietary protective surface coatings

The suitability of the protective surface coating for a particular application shall be proved by testing and submission of an approved industry track record of usage under similar circumstances.

The contractor shall submit details of proprietary protective surface coatings to the engineer for approval prior to its use in the permanent works. The surface coating systems shall be either:

A. Coating system 1 * Sika Products

Corrosion Inhibitor Sika Ferro Gard 903 Penetrant pore liner Sikagard 705L Barrier coating Sikagard 550W Elastic Top

B. Coating system 2 * Degussa Products

Corrosion inhibitor Protectosil CIT Penetrant pore liner Dynasylan BHN Barrier Coating Masterseal 300H (incl. primer)

C. Coating system 3 Pro-Struct Products

Corrosion inhibitor Cortex MCI 2020 Penetrant pore liner Pro-Struct 670 Barrier Coating Pro-Struct 684/4

D. Coating system 4 Alternative as proposed by the contractor. The

contractor shall submit details of Repair System 4 to the engineer for approval during the tender period.

(c) Health and safety precautions

The contractor shall observe the health and safety precautions recommended by the manufacturer regarding the handling and the disposal of unused material and containers. The contractor shall ensure that natural water streams or rivers are not polluted by protective treatment material under any circumstances.

B8706 TESTING

The contractor shall ensure that only compatible materials are used for the surface treatment or protective coatings. The test results shall be reported to the engineer and will be subject to the engineer’s approval.

B8707 MEASUREMENT AND PAYMENT

Payment for items in this section shall include full compensation for all works associated with the execution of the work and quality assurance procedures which are not separately covered by the measurement and payment items of the Standard Specifications or the

Page 275: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-264

Project Specifications. General access and work platforms and associated temporary works are covered in Section 12 100. All work and material for which no specific payitem is defined shall be deemed to be covered by the items in this section. Item Unit B87.01 Application of protective treatment and trea tments

(Type and application rate indicated) .......................... .. square metre (m2)

The unit of measurement shall be the square metre of surface area to be protected or treated as specified. For payment purposes, the surface area shall be measured once only irrespective of the number of layers of protective coatings and/or applications of surface treatment is required to achieve the specified application rate. The tendered rate shall include full compensation for all surface preparations, labour, materials, equipment, additional safety measures, storage, mixing and applications of the protective coatings and treatments, cleaning and disposal of unused or rejected material and all incidentals necessary to execute the work (including wastage) as specified, all to the satisfaction of the engineer.

Page 276: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-265

B8800: REPAIR OF CORRODED STEEL ITEMS B8801 SCOPE

This section covers the work in connection with the removal, refurbishment and re-attachment of corroded steel items on bridges.

B8802 EXECUTION OF WORK

Corroded or badly fitting steel ancillary items shall be refurbished when instructed by the engineer. The items will be carefully removed from their installed positions without damaging the surrounding concrete or other steel items, taken off site and made to fit the structure correctly or cleaned up as the case may be and sand blasted in preparation for hop dip galvanising. After they have been hop dipped galvanised, they will be returned to site and re-installed in their original positions, utilising new galvanised mild steel bolts to suit their application if necessary.

B8803 QUALITY STANDARD

All hot dip galvanising shall be done in accordance with SABS 763 (as amended in 1998), and the minimum coating thickness for all elements shall be 85 microns (600g/m2). All items shall be sand blasted to remove all existing corrosion protection and/or corrosion. The correct shape and size of ill-fitting items shall be requested from the engineer who shall either issue standard SANRAL drawings from which the dimensions shall be derived, or provide such general dimensions in writing as are appropriate to the structure concerned. The contractor shall then be fully responsible for ensuring that the item removed for refurbishment will fit to generally accepted tolerances onto the structure once it is reinstalled. The contractor shall ensure that the structure from which the steel element was removed, remains in a safe condition, specifically where the removal of the item may have a negative impact on the safety of the public. In this regard, any and all necessary supports, signage, danger tape etc. shall be utilised by the contractor.

B8804 MEASUREMENT AND PAYMENT

Item Unit B88.01 Replacement of Structural steel items

(Member/accessary specified)…………………..…………….…………kilogram (kg) The unit of measurement shall be kilogram of the new member/accessory replaced. The mass of the steel waste caused by punching, drilling, sheared edges, milling, or planning or metal cut outs shall not be deducted, and the mass of rivets, bolts, nuts, washers, welding fillets shall not be added unless specified. The tendered rate shall include full compensation for preparing shop details and methodology, removal of the corroded item, supply of required material, transporting to the site, erecting and installation. It shall include full compensation for all welding, nuts, bolts, washers, rivets, cutting and waste. The temporary propping of the existing structure and painting has been measured elsewhere.

Page 277: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) SECTION C: ENVIRONMENTAL MANAGEMENT PLAN

Page 278: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

SECTION C: ENVIRONMENTAL MANAGEMENT PLAN TABLE OF CONTENTS PAGE C1001 SCOPE ................................................................................................................... C-362

C1002 DEFINITIONS ......................................................................................................... C-362

C1003 LEGAL REQUIREMENTS ...................................................................................... C-363

C1004 ADMINISTRATION OF ENVIRONMENTAL OBLIGATIONS ................................. C-365

C1005 TRAINING ............................................................................................................... C-366

C1006 ACTIVITIES/ASPECTS CAUSING IMPACTS ........................................................ C-367

C1007 ENVIRONMENTAL MANAGEMENT OF CONSTRUCTION ACTIVITIES ............. C-370

C1008 AREAS OF SPECIFIC IMPORTANCE ................................................................... C-378

C1009 REHABILITATION .................................................................................................. C-378

C1010 RECORD KEEPING ............................................................................................... C-379

C1011 COMPLIANCE AND PENALTIES .......................................................................... C-379

C1012 PROJECT SPECIFIC CONDITIONS ..................................................................... C-379

Page 279: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C1001 SCOPE

The Employer recognises environmental management as a key component of road infrastructure development and as part of its environmental policy has developed this Environmental Management Plan (EMPl) as a tool for continual improvement in environmental performance. This EMPl prescribes the methods by which proper environmental controls are to be implemented by the contractor. The duration over which the contractor’s controls shall be in place cover the construction period of the project as well as the limited time after contract completion defined by the Conditions of Contract for Construction for Building and Engineering Works Designed by the Employer (1999 edition) published by the Federation Internationale des Ingenieurs-Conseils (FIDIC) as the Defects Notification Period (maintenance period). The provisions of this EMPl are binding on the contractor during the life of the contract. They are to be read in conjunction with all the documents that comprise the suite of documents for this contract, particularly the conditions of any environmental authorisation and associated Environmental Management Programme (EMPr). In the event that any conflict occurs between the terms of the EMPl and the rest of the project specifications or environmental authorisation, the terms herein shall be subordinate. The EMPl is a dynamic document subject to similar influences and changes as are brought by variations to the provisions of the project specification. Any changes to the EMPl and/or environmental authorisation cannot occur without being submitted to the Employer who will manage the process of seeking approval of the change from the relevant authority. The EMPl identifies the following: - Relevant parties and their responsibilities; - Construction activities that will impact on the environment; - Specifications with which the contractor shall comply in order to protect the

environment from the identified impacts; and - Actions that shall be taken in the event of non-compliance.

C1002 DEFINITIONS

Alien Vegetation : undesirable plant growth which includes, but is not limited to all declared category 1 and 2 listed invader species as set out in the Conservation of Agricultural Resources Act (CARA), 1983 regulations. Other vegetation deemed to be alien are those plant species that show the potential to occupy in number, any area within the defined construction area and which are declared to be undesirable. Construction Activity : any action taken by the contractor, his sub-contractors, suppliers or personnel during the construction process as defined in the contract documents. Environment : the surroundings within which the contract exists and comprises land, water, atmosphere, micro-organisms, plant and animal life (including humans) in any part or combination thereof as well as any physical, chemical, aesthetic or cultural inter-relationship among and between them.. Environmental Aspect : any component of a contractor’s construction activity that is likely to interact with the environment. Environmental authorisation : a written statement from the National Department of Environmental Affairs, (DEA), with the general and specific conditions and the EMPr recording its approval of an application for a planned undertaking that triggers listed activities in the Environmental Impact Assessment (EIA) regulations of the National Environmental Management Act (NEMA). Environmental Impact : any change to the environment, whether desirable or undesirable, that will result from the effect of a construction activity. An impact may be the direct or indirect consequence of a construction activity.

Page 280: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

Environmental Impact Assessment (EIA) : a systematic process of identifying, assessing and reporting environmental impacts associated with an activity and includes basic assessment and scoping and environmental impact reporting. Environmental Management Programme (EMPr) : the embodiment of this EMPl to ensure that undue or reasonably avoidable adverse impacts of a development are prevented, and to ensure that positive impacts are enhanced. It thus addresses the how, when, who, where and what of integrating environmental mitigation and monitoring measures through identified projects. Road Reserve : a corridor of land, defined by co-ordinates and/or proclamation, within which the road, including access intersections or interchanges, is situated. A road reserve may, or may not, be bounded by a fence. Site ; the site is defined in the FIDIC conditions of contract and in the scope of works. It is bound by the limits of construction as shown in the drawings or the title of the project and extends to also include the following:

- Areas outside the construction zones where accommodation of traffic is placed; - All borrowpits defined in the applications approved by the relevant Department of

Mineral Resources (DMR); - All haul roads constructed by the contractor for purposes of access; - Any non-adjacent sites specified in the contract documentation; - The contractor’s and his subcontractors’ camp sites; and

for the purposes of this EMPl includes areas outside of, but adjacent to, the road reserve that may be affected by construction activities. Spoil material : is material unsuitable for construction of the road pavement and for which no other useful purpose can be found in appurtenant works on the project (e.g. for the provision of protection beams). Such material is considered as waste material that requires spoiling at convenient areas to be identified by the engineer and/or contractor within the Site. Spoil material does not require removal to a designated landfill site unless it contains identifiable hazardous contaminants.

C1003 LEGAL REQUIREMENTS

(a) General

Construction shall be according to the best industry practices, as identified in the project documents. This EMPl, which forms an integral part of the contract documents, informs the contractor as to his duties in the fulfilment of the project objectives, with particular reference to the prevention and mitigation of environmental impacts caused by construction activities associated with the project. The contractor should note that obligations imposed by the EMPl are legally binding in terms of this contract. In the event that any rights and obligations contained in this EMPl contradict those specified in the standard or project specifications then the latter shall prevail.

(b) Statutory and other applicable legislation

The contractor is deemed to have made himself conversant with all legislation pertaining to the environment, including provincial and local government ordinances, which may be applicable to the contract. Major environmental legislation, as amended from time to time, includes but is not limited to the following:

(i) Conservation of Agricultural Resources Act (Act No. 43 of 1983)

This act provides for control over the utilisation of the natural agricultural resources of South Africa in order to promote the conservation of soil, water sources and vegetation, as well as combating weeds and invader plants.

Page 281: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

(ii) The Constitution (Act 6 of 1996)

The Constitution states that everyone has the right to an environment that is not harmful to their health or well-being, and to have the environment protected through reasonable legislative and other measures to prevent pollution and ecological degradation; promote conservation and ensure ecologically sustainable development and use of natural resources.

(iii) Mineral and Petroleum Resources Development Act (Act No. 28 of 2002)

This act makes provision for equitable access to, and sustainable development of, minerals and petroleum resources.

(iv) National Environmental Management Act (NEMA), (Act No. 107 of 1998)

This act supports the Bill of Rights within the Constitution and highlights principles of sustainable development including preservation of ecosystems and biological diversity and avoidance, minimisation and remediation of pollution and environmental degradation. It also sets the stage for the EIA Regulations.

(v) National Environmental Management: Air Quality Act (Act No. 39 of 2004)

This act provides reasonable measures for the prevention of pollution and ecological degradation; and provides for specific air quality measures; for national norms and standards regulating air quality monitoring, management and control by all spheres of government.

(vi) National Environmental Management: Biodiversity Act (Act No. 10 of 2004)

This act makes provisions to accomplish the objectives of the United Nations’ Convention on Biological Diversity. The Employer may be required to apply for permits to conduct certain listed activities which, together with the listed threatened or protected species, may be identified by the Minister.

Section 73 (3) of this act empowers a competent authority to direct a person to take steps to remedy any harm to biodiversity resulting from the actions of that person or as a result of occurrence of listed invasive species occurring on land on which that person is the owner. Thus the Employer may be directed to remedy harm caused by listed invasive species.

(vii) National Environmental Management: Protected Areas Act (Act No. 57 of

2003)

This act provides for the protection and conservation of ecologically viable areas representative of South Africa’s biological diversity, natural landscapes and seascapes.

(viii) National Environmental Management: Waste Act (Act No. 59 of 2008)

This act aims to regulate waste management practices through provision of national norms and standards, specific waste measures, licensing and control of waste activities, remediation of contaminated land as well as providing for compliance and law enforcement.

(ix) National Forests Act (Act No. 84 of 1998)

This act makes provision for promoting the sustainable management and development of forests, and for the protection of certain forests and trees for environmental, economic, educational, recreational, cultural, health and spiritual purposes.

Page 282: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

(x) National Heritage Resources Act (Act No. 25 of 1999)

This act provides for an integrated and interactive system for identification, assessment and management of South Africa’s heritage resources, and empowers civil society to nurture and conserve their heritage resources.

(xi) National Water Act (Act No. 36 of 1998)

This act makes provision for the protection of surface water and groundwater and their sustainable management for the prevention and remediation of the effects of pollution, as well as for the management of emergency situations.

C1004 ADMINISTRATION OF ENVIRONMENTAL OBLIGATIONS

Copies of this EMPl shall be kept at the site office and must be distributed to all senior contract personnel who shall familiarise themselves with its contents. Implementation of this EMPl requires the involvement of several stakeholders, each fulfilling a different but vital role as outlined herein, to ensure sound environmental management during the construction phase of a project.

(a) The Employer

The Employer is the holder of authorisations issued by the relevant environmental regulating authorities responsible for authorising and enforcing environmental compliance. The Employer and anyone acting on the Employer’s behalf is accountable for the potential impacts of the activities that are undertaken and is responsible for managing these impacts.

(b) The Engineer

The engineer has been appointed by, and acts for, the Employer as its on-site implementing agent and carries the responsibility to ensure that the contractor undertakes its construction activities in such a way that the Employer’s environmental responsibilities are not compromised. The engineer will, within seven days of receiving a contractor’s request for approval of a nominated Designated Environmental Officer (DEO), approve, reject or call for more information on the nomination. The engineer will be responsible for issuing instructions to the DEO where environmental considerations call for action to be taken. If in the opinion of the engineer the DEO is not fulfilling his/her duties in terms of this EMPl, the engineer may, after discussion and agreement with the Employer, exercise his powers under FIDIC condition of contract clause 6.9 and instruct replacement of the DEO in writing and with stated reasons.

(c) The Contractor

The contractor is responsible for project delivery in accordance with the prescribed specifications, among which this EMPl shall be included. The contractor shall receive and implement any instruction issued by the engineer relating to compliance with the EMPl including the removal of personnel or equipment. Compliance with the provisions contained herein or any condition imposed by the environmental approvals shall become the responsibility of the contractor through an approved Designated Environmental Officer (DEO). The contractor shall nominate a person from among his site personnel to fulfil this function and submit to the engineer for his approval the curriculum vitae of the proposed DEO. This request for approval shall be given, in writing, at least fourteen days before the commencement of any construction activity clearly setting out reasons for the nomination, and with sufficient detail to enable the engineer to make a decision.

Page 283: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

(d) The Designated/Dedicated Environmental Officer (DEO )

Once a nominated representative of the contractor has been approved he/she shall become the DEO and shall be the responsible person for ensuring that the provisions of this EMPl are complied with during the life of the contract. The DEO shall submit regular written reports to the engineer, but not less frequently than once a month. The DEO may undertake other construction duties unless the Appendix to Tender prescribes this position as ‘dedicated’ as opposed to the standard position being ‘designated’. However, the DEO’s environmental duties shall hold primacy over other contractual duties and the engineer has the authority to instruct the contractor to reduce the DEO’s other duties or to replace the DEO if, in the engineer’s opinion, he/she is not fulfilling his/her duties in terms of the requirements of this EMPl. Such instruction will be in writing clearly setting out the reasons why a replacement is required. As a minimum the DEO shall have an accredited diploma qualification in environmental or natural sciences or equivalent. Alternatively, the DEO shall have a minimum of 2 years’ experience in a similar role in construction or other environmental regulatory field. In addition to the compliance duties relating to EMPl the DEO shall also provide full cooperation whenever the contractor is subjected to regular environmental audits.

(e) Environmental Control Officer (ECO)

The Environmental Control Officer (ECO) is an independent environmental specialist appointed by the engineer to objectively and regularly monitor the contractor’s implementation of this EMPl and the EMPr as may be determined by the sensitivity of the project or by conditions of authorisations. These are ‘internal’ audits and the regularity determined by the environmental approvals, usually once a month. Other ad hoc or ‘external’ audits ordered by the Employer may be conducted by other environmental specialists.

C1005 TRAINING

(a) Qualifications

The (DEO) shall have the minimum qualifications as prescribed above, and must be conversant with all legislation pertaining to the environment applicable to the contract. He/she must be appropriately trained in environmental management and possess the skills necessary to impart environmental management skills to all personnel involved in the contract. The contractor shall ensure that adequate environmental training takes place. All employees shall have been given an induction presentation on environmental awareness. Where possible, the presentation needs to be conducted in the language of the employees.

(b) Content

Apart from induction environmental training should, as a minimum, include the course content below and no induction or course should be given until the engineer has been afforded the opportunity to appraise it and provide comment.

(i) The importance of conformance with all environmental policies and the

consequences of departure from standard operating procedures;

(ii) Environmental impacts, actual or potential, caused by work activities, prevention measures to avoid them and mitigation measures when they occur;

Page 284: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

(iii) Work force roles and responsibilities in achieving conformance with the

environmental policy and procedures and with the requirement of the Employer’s environmental management systems, including emergency preparedness and response requirements; and

(iv) The environmental benefits of improved personal performance.

(c) Induction

In the case of permanent staff the contractor shall provide evidence that such induction courses have been presented. In the case of new staff (including contract labour) the contractor shall inform the engineer when and how he intends concluding his environmental training obligations.

C1006 ACTIVITIES/ASPECTS CAUSING IMPACTS

Typical environmental aspects and impacts associated with road construction are listed in Table 1: Aspects and Impacts Associated with Road Construction. Actual impacts will differ from project to project and, therefore, so may the mitigation measures employed. The commonest aspects and impacts are addressed separately and typical avoidance and/or mitigation measures described. The list and descriptions are not by any means exhaustive and they shall be used for guideline purposes only. TABLE 1: ASPECTS AND IMPACTS ASSOCIATED WITH ROAD C ONSTRUCTION Aspect Impact

Waste generation/storage Water pollution; nuisance; visual impact

Water use and stormwater discharge Change in flow regime and/or reduction in downstream availability; soil erosion: water pollution

Vehicle use and maintenance Air pollution; noise

Chemical/fuel storage Water/air/soil pollution; health impacts; accidents e.g. slips, fire

Site clearing; earthworks; layer-works; seal works

Change in landform; impact on heritage resources; noise; soil erosion; air pollution

River bridges; installing drainage structures

Water pollution; impact on river flows; noise

Land acquisition Loss of land &/or livelihood; change in land use;

Acquisition of building material from borrow pits

Change in landform and use

(a) General approach

The role of the DEO cannot be underestimated and once approved he/she shall be on the site at all times, and before the contractor begins each construction activity he/she shall give to the engineer a written statement setting out the following:

(i) The type of construction activity about to be started. (ii) Locality where the activity will take place. (iii) Identification of the environmental aspects and impacts that might result

from the activity. (iv) The methodology of impact prevention for each activity or aspect. (v) The methodology of impact containment for each activity or aspect. (vi) Identification of the emergency/disaster potential for each activity (if any) and

the reaction procedures necessary to mitigate impact severity. (vii) Treatment and continued maintenance of impacted environment.

The contractor shall programme his work in such a way that each cause and effect of a construction activity is also identified and the activity planned so as to prevent any impact from happening and shall demonstrate that he is capable of carrying out any repair and reinstatement of the damaged environment. These requirements shall be concurrent with the time constraints to produce method

Page 285: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

statements for each construction activity in compliance with the provisions of the project specifications. The contractor shall provide such information in advance of any or all construction activities provided that new submissions shall be given to the engineer whenever there is a change or variation to the original. The engineer may provide comment on the methodology and procedures proposed by the DEO, but he shall not be responsible for the contractor’s chosen measures of impact mitigation and emergency/disaster management systems. However, the contractor shall demonstrate at inception and at least once during the contract that the approved measures and procedures function properly.

(b) Spillages

Streams, rivers and dams shall be protected from direct or indirect spillage of pollutants such as refuse, garbage, cement, concrete, sewage, chemicals, fuels, oils, aggregate, tailings, wash water, organic materials and bituminous products. In the event of a spillage, the contractor shall be liable to arrange for professional service providers to clear the affected area. Responsibility for spill containment and treatment (whether hazardous or not) lies with the contractor. The individual causing a spill, or who discovers a spill, must report the incident to his/her DEO or to the engineer. The DEO will assess the situation in consultation with the engineer and act as required. In all cases, the immediate response shall be to contain the spill. The exact treatment of polluted soil / water shall be determined by the contractor in consultation with the DEO and the engineer. Areas cleared of hazardous waste shall be re-vegetated according to the engineer’s instructions. Should water downstream of the spill be polluted, and fauna and flora show signs of deterioration or death, specialist hydrological or ecological advice will be sought for appropriate treatment and remedial procedures to be followed. The requirement for such input shall be agreed with the engineer. The costs of containment and rehabilitation shall be for the contractor’s account, including the costs of specialist input as well as the sampling and testing of the water quality upstream and downstream of the spill. Water quality sampling and testing, and further treatment shall continue until upstream and downstream results correspond with each other.

(c) Water use and control

The contractor’s use of water shall take into consideration that it is a scarce commodity, and shall be optimised. Where applicable, authorisation shall be obtained from the Department of Water Affairs (DWA) before water is drawn from streams or new boreholes developed. The contractor shall also ensure that any stream deviations or diversions are undertaken in such a manner that the impact on the environment is minimised. Method statements shall be submitted to the engineer for comment, detailing how the work will be undertaken, what risks are foreseen and what measures will be employed to minimise such risks. Notwithstanding any comments by the engineer, no work on stream deviations or diversions can commence without written approval from DWA. The quality, quantity and flow direction of any surface water runoff shall be established prior to disturbing any area for construction purposes. Cognisance shall be taken of these aspects and incorporated into the planning of all construction activities. Before a site is developed or expanded, it shall be established how this development or expansion will affect the drainage pattern. Recognised water users / receivers shall not be adversely affected by the expansion or re-development. No water source shall be polluted in any way due to proposed changes.

Page 286: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

Streams, rivers, pans, wetlands, dams, and their catchments shall be protected from erosion and from direct or indirect spillage of pollutants such as refuse, garbage, cement, concrete, sewage, chemicals, fuels, oils, aggregate, tailings, wash water, organic materials and bituminous products. The contractor shall submit to the engineer his proposals for prevention, containment and rehabilitation measures against environmental damage of the identified water and drainage systems that occur on the site. Consideration shall be given to the placement of sedimentation ponds or barriers where the soils are of a dispersive nature or where toxic fluids are used in the construction process. The sedimentation ponds must be large enough to contain runoff so that they function properly under heavy rain conditions up to a 1:5 year severity.

(d) Vegetation management

The contractor shall be responsible for the management of vegetation by protection of indigenous vegetation, especially identified protected species, and the prevention of alien vegetation germinating in areas disturbed by road construction activities within and outside the road reserve. This includes, for example, service roads, stockpile areas, stop/go facilities, windrows and wherever material generated for or from road construction has been stored temporarily. This responsibility shall continue for the duration of the defects notification period.

(e) Dust control

Dust caused by construction activities shall be controlled by means such as water spray vehicles and applied at sufficient frequency so as not to cause nuisance to adjacent habitation or affect farming activities or natural vegetation. Vegetation cover should also be kept for as long as possible to reduce the area of exposed surfaces. Dust emissions from batching and screening plants shall be subject to the relevant legislation and shall be the subject of inspection by the relevant authorities.

(f) Noise control

The contractor shall endeavour to keep noise generating activities to a minimum. Noises that could cause a major disturbance, for instance blasting and crushing activities, should only be carried out during the hours prescribed by the conditions of contract (i.e. normal hours). Should such noise generating activities have to occur at any time outside normal hours the people in the vicinity of the noise-generating activity shall be warned about the noise well in advance and the activities kept to a minimum. Relevant legislation shall also be taken into consideration, and any practical mitigation measures adopted. No noise generating activity outside of normal hours, regardless of its proximity to residences, can take place without application to the engineer for approval. The application shall be accompanied by the noise containment measures proposed.

(g) Energy consumption

The contractor shall take into consideration the impacts of high energy consumption, both from a cost and emissions point of view. Energy use shall be minimised, and where possible, alternative energy sources such as solar utilised.

Page 287: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C1007 ENVIRONMENTAL MANAGEMENT OF CONSTRUCTION ACTI VITIES

The contractor shall undertake “good housekeeping” practices during construction as stated in the COLTO Standard Specifications for Roads and Bridges and the FIDIC conditions of contract. This will help avoid disputes on responsibility and allow for the smooth running of the contract as a whole. Good housekeeping extends beyond the wise practice of construction methods that leaves production in a safe state from the ravages of weather to include the care for and preservation of the environment within which the site is situated. The construction activities addressed below shall become part of the contractor’s obligations regarding his programme of work and incorporated into the required method statements for workmanship and quality control.

a) Site establishment

i) Site Plan

The site refers to an area with defined limits on which the project is located. The contractor shall establish his construction camps, offices, workshops, staff accommodation and testing facilities on the site in a manner that does not adversely affect the environment. However, before any site establishment can begin, the contractor shall submit to the ECO for his comments and to the engineer for his approval, plans of the exact location, extent and construction details of these facilities and the impact mitigation measures the contractor proposes to put in place.

The plans shall detail the locality as well as the layout of the waste management facilities for litter, kitchen refuse, sewage and workshop-derived effluents. The site offices should not be sited in close proximity to steep areas, as this will increase soil erosion. Preferred locations would be flat areas along the route. If the route traverses water courses, streams and rivers, it is recommended that the offices, and in particular the ablution facilities, aggregate stockpiles, spoil areas and hazardous material stockpiles are located as far away as possible from any water course. No camp establishment, including satellite camps, can be placed within 32 metres of an identified wetland unless the contractor has applied to DWA and DEA and received authorisation to do so. Regardless of the chosen site, the contractor’s intended mitigation measures shall be indicated on the plan. The site plan shall have been submitted and approved before establishment commences. Detailed, electronic colour photographs shall be taken of the proposed site before any clearing may commence. These records are to be kept by the ECO and the engineer for consultation during rehabilitation of the site in order that rehabilitation is, as a minimum, done to a standard similar to pre-construction activities.

ii) Vegetation

The contractor has a responsibility to inform his staff of the need to be vigilant against any practice that will have a harmful effect on vegetation. The natural vegetation encountered on the site is to be conserved and left as intact as possible. Vegetation planted at the site shall be indigenous and in accordance with instructions issued by the engineer. Only trees and shrubs directly affected by the works, and such others as may be indicated by the engineer in writing, may be felled or cleared. In wooded areas where natural vegetation has been cleared out of necessity, the same species of indigenous trees as were occurring shall be re-established. Protected trees may not be removed without a permit from the Department of Agriculture, Forestry and Fisheries. Contravention of a notice of listed protected tree species under the National Forests Act, 1998 is regarded as a first category offence that may result in a

Page 288: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

fine or imprisonment for a period up to three years, or to both a fine and imprisonment. Rehabilitation shall be undertaken using only indigenous tree, shrub and grass species. Special attention shall be given to any search and rescue operation identified during the environmental application process, removal to an on site nursery for continuous nurturing and protection and later replanting. The contractor should be alert to this procedure and apply to the engineer to approve it even though no allowance has been made in the contract documents. Any proclaimed weed or alien species that propagates during the contract period shall be cleared by hand before seeding. Fires shall only be allowed in facilities or equipment specially constructed for this purpose. The need for a firebreak shall be determined in consultation with the engineer and the relevant authorities, and if required a firebreak shall be cleared and maintained around the perimeter of the camp and office sites. The contractor’s staff shall at no time make fires for purposes of keeping out the cold unless they are contained in purpose-built containers capable of preventing runaway fires if knocked over and the ashes collected and safely and environmentally disposed of on a daily basis.

iii) Water management

Water for human consumption shall be available at the site offices and at other convenient locations on site. All effluent water from the camp/office sites shall be disposed of in a properly designed and constructed system, situated so as not to adversely affect water sources (streams, rivers, pans, dams etc.). Only domestic type wastewater shall be allowed to enter this system.

iv) Heating and cooking fuel

The contractor shall provide adequate facilities for his staff so that they are not encouraged to supplement their comforts on site by accessing what can be taken from the natural surroundings. The contractor shall ensure that energy sources are available at all times for construction and supervision personnel for heating and cooking purposes.

b) Sewage management

Particular reference in the site establishment plan shall be given to the treatment of sewage generated at the site offices, site laboratory and staff accommodation and at all localities on the site where there will be a concentration of labour. Sanitary arrangements should be to the satisfaction of the engineer, the local authorities and legal requirements. Safe and effective sewage treatment will require one of the following sewage handling methods: septic tanks and soak-aways, dry-composting toilets such as “enviro loos”, or the use of chemical toilets which are supplied and maintained by a specialist service provider. The type of sewage management will depend on the geology of the area selected, the duration of the contract and proximity (availability) of providers of chemical toilets. Should a soak-away system be used, it shall not be closer than 800 metres from any natural water course or water retention system. The waste material generated from these facilities shall be serviced on a regular basis. The positioning of the chemical toilets shall be done in consultation with the engineer. Toilets and latrines shall be easily accessible and shall be positioned within walking distance from wherever employees are employed on the works. Use of the veld for this purpose shall not, under any circumstances, be allowed. Outside toilets shall be provided with locks and doors and shall be secured to prevent them from blowing over. The toilets shall also be placed outside areas

Page 289: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

susceptible to flooding. The contractor shall arrange for regular emptying of toilets and shall be entirely responsible for enforcing their use and for maintaining such latrines in a clean, orderly and sanitary condition to the satisfaction of the engineer.

c) Waste management

The contractor’s intended methods for waste management shall be outlined and implemented at the outset of the contract, and shall be to the satisfaction of the engineer. Opportunities for avoiding, reducing, reusing and recycling of materials should be identified upfront, as should constraints for their implementation. All personnel shall be instructed to dispose of all waste in the proper manner.

i) Solid waste

Solid waste shall be stored in an appointed area in covered, tip-proof metal drums or similar container for collection and disposal. Disposal of solid waste shall be at a licensed landfill site or at a site approved by the relevant authority in the event that an existing operating landfill site is not within reasonable distance from the project area. No waste shall be burned or buried at or near the project area.

ii) Litter

No littering by construction workers shall be allowed and any locality where motorists are encouraged or forced to stop shall be effectively controlled for litter collection. During the construction period, the various contractor’s facilities shall be maintained in a neat and tidy condition and the site shall be kept free of litter. Measures shall be taken to reduce the potential for litter and negligent behaviour with regard to the disposal of all refuse. At all places of work the contractor shall provide litter collection facilities for later safe disposal at approved sites. Particular emphasis on litter control measures shall apply at stop/go facilities.

iii) Hazardous waste

Hazardous waste such as oils shall be disposed of at an approved landfill site. Special care shall be taken to avoid spillage of bitumen products such as binders or pre-coating fluid to avoid water-soluble phenols from entering the ground or contaminating surface water. Under no circumstances shall the spoiling of bituminous products on the site, over embankments, in borrow pits or any burying, be allowed. Unused or rejected bituminous products shall be returned to the supplier’s production plant. Any spillage of bituminous products shall be attended to immediately and affected areas shall be promptly reinstated to the satisfaction of the engineer.

iv) Construction and demolition waste

The opportunity for recycling and reuse of construction and demolition waste as fill for road embankments, land reclamation and drainage control must first be explored and take priority before the option of declaring these materials a ‘waste’. The contractor is encouraged to actively engage with authorities and landowners adjacent to the site and identify where such ‘waste’ materials can be usefully deployed to repair existing environmentally damaged areas such as erosion dongas.

Page 290: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

d) Control at the workshop

The contractor’s management and maintenance of his plant and machinery will be strictly monitored according to the criteria given below, regardless of whether it is serviced on the site (i.e. at the place of construction activity or at a formalised workshop).

i) Hazardous Material Storage

Petrochemicals, oils and identified hazardous substances shall only be stored under controlled conditions. All hazardous materials such as bitumen binders shall be stored in a secured, appointed area that is suitably fenced, bunded and has restricted entry. Storage of bituminous products shall only take place using suitable containers to the approval of the ECO and the engineer. The contractor shall provide proof to the engineer that relevant authorisation to store such substances has been obtained from the relevant authority. In addition, hazard signs indicating the nature of the stored materials shall be displayed on the storage facility or containment structure. Before containment or storage facilities can be erected the contractor shall furnish the engineer with details of the preventative measures he proposes to install in order to mitigate pollution of the surrounding environment from leaks or spillage. The preferred method shall be a concrete floor that is bunded. Any deviation from the method will require proof from the relevant authority that the alternative method proposed is acceptable to that authority. The proposals shall also indicate the emergency procedures in the event of misuse or spillage that will negatively affect an individual or the environment.

ii) Fuel and gas storage

The contractor shall take cognisance of the limits set by legislation for the storage of fuels and acquire the necessary authorisation for storage capacity beyond these. All fuel shall be stored in a secure area in steel tanks supplied and maintained by the fuel suppliers. An adequate bund wall, 110% of volume, shall be provided for fuel and diesel areas to accommodate any leakage spillage or overflow of these substances. The area inside the bund wall shall be lined with an impervious lining to prevent infiltration of the fuel into the soil. Any leakage, spillage or overflow of fuel shall be attended to without delay. Gas welding cylinders and LPG cylinders shall be stored chained in a secure, well-ventilated area exterior to any building wall.

iv) Oil and lubricant waste

Used oil, lubricants and cleaning materials from the maintenance of vehicles and machinery shall be collected in a holding tank and sent back to the supplier. Water and oil should be separated in an oil trap. Oils collected in this manner, shall be retained in a safe holding tank and removed from site by a specialist oil recycling company for disposal at approved waste disposal sites for toxic/hazardous materials. Oil collected by a mobile servicing unit shall be stored in the service unit’s sludge tank and discharged into the safe holding tank for collection by the specialist oil recycling company. All used filter materials shall be stored in a secure bin for disposal off site. Any contaminated soil shall be removed and replaced. Soils contaminated by oils and lubricants shall be collected and disposed of at a facility designated by the local authority to accept contaminated materials.

Page 291: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

e) Clearing the site

In all areas where the contractor intends to, or is required to clear the natural vegetation and soil, either within the road reserve, or at designated or instructed areas outside the road reserve, a plan of action shall first be submitted to the engineer for his approval. Working areas shall be clearly defined and demarcated on site to minimise the construction footprint. ‘No-go- areas’ and other sensitive areas shall also be clearly demarcated on site, and staff must be made aware of them. The plan of action shall contain a photographic record and chainage/land reference of the areas to be disturbed. This shall be submitted to the engineer for his records before any disturbance/stockpiling may occur. The record shall be comprehensive and clear, allowing for easy identification during inspections.

f) Soil management

i) Topsoil

Topsoil shall be removed from all areas where physical disturbance of the surface will occur and shall be stored and adequately protected. The contract will provide for the stripping and stockpiling of topsoil from the site for later re-use. Topsoil is considered to be the natural soil covering, including all the vegetation and organic matter. Depth may vary at each site. The areas to be cleared of topsoil shall include all storage areas. All topsoil stockpiles and windrows shall be maintained throughout the contract period in a weed-free condition. Weeds appearing on the stockpiled or windrowed topsoil shall be removed by hand. Soils contaminated by hazardous substances shall be disposed of at an approved waste disposal site. The topsoil stockpiles shall be stored, shaped and sited in such a way that they do not interfere with the flow of water to cause damming or erosion, or itself be eroded by the action of water. Stockpiles of topsoil if they are to be left for longer than 6 months, shall be analysed, and if necessary, upgraded before replacement. Stockpiles shall be protected against infestation by weeds. The contractor shall ensure that no topsoil is lost due to erosion – either by wind or water. Areas to be top-soiled and grassed shall be done so systematically to allow for quick cover and reduction in the chance of heavy topsoil losses due to unusual weather patterns. The contractor’s programme shall clearly show the proposed rate of progress of the application of topsoil and grassing. The contractor shall be held responsible for the replacement, at his own cost, for any unnecessary loss of topsoil due to his failure to work according to the progress plan approved by the engineer. The contractor’s responsibility shall also extend to the clearing of drainage or water systems within and beyond the boundaries of the road reserve that may have been affected by such negligence.

ii) Subsoil

The subsoil is the layer of soil immediately beneath the topsoil. It shall be removed, to a depth instructed by the engineer, and if not used for road building it shall be stored and maintained separately from the topsoil so that neither stockpile is contaminated by the other. This soil shall be used for rehabilitation purposes by first spreading it over the excavated slopes without interfering with or contaminating the stockpiled topsoil. Whilst in stockpile it shall be maintained free from erosion and weed infestation in the same way as for topsoil stockpile maintenance.

Page 292: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

g) Earthworks and layerworks

This section includes all construction activities that involve the mining of all materials, and their subsequent placement, stockpile, spoil, treatment or batching, for use in the permanent works, or temporary works in the case of deviations. Before any stripping prior to the commencement of construction, the contractor shall have complied with the requirements of this EMPl. In addition, the contractor shall take cognisance of the requirements set out below.

i) Quarries and borrow pits

The contractor’s attention is drawn to the requirement of the Department of Mineral Resources, that before entry into any quarry or borrow pit, an EMPr for the establishment, operation and closure of the quarry or borrow pit shall have been approved by the Department. It is the responsibility of the contractor to ensure that he is in possession of the approved EMPr or a copy thereof, prior to entry into the quarry or borrow pit. The conditions imposed by the relevant EMPr are legally binding on the contractor and may be more extensive and explicit than the requirements of this specification. In the event of any conflict occurring between the requirements of the specific EMPr and these specifications the former shall apply. The cost of complying with the requirements shall be deemed to be included in existing rates in the Pricing Schedule.

ii) Excavation, hauling and placement

The contractor shall provide the ECO and the engineer with detailed plans of his intended construction processes prior to starting any cut or fill or layer. The plans shall detail the number of personnel and plant to be used and the measures by which the impacts of pollution (noise, dust, litter, fuel, oil and sewage), erosion, vegetation destruction and deformation of landscape will be prevented, contained and rehabilitated. Particular attention shall also be given to the impact that such activities will have on the adjacent built environment. The contractor shall demonstrate his “good housekeeping”, particularly with respect to closure at the end of every day so that the site is left in a safe condition from rainfall overnight or over periods when there is no construction activity.

iii) Spoil sites

The contractor shall be responsible for the safe siting, operation, maintenance and closure of any spoil site he uses during the contract period, including the defects notification period. This shall include existing spoil sites that are being re-entered. Before spoil sites may be used proposals for their locality, intended method of operation, maintenance and rehabilitation shall be given to the ECO for his comments and to the engineer for his approval. The location of these spoil sites shall have signed approval from the affected landowner before submission to the ECO and the engineer. No spoil site shall be located within 500m of a wetland and/or within 100m of any watercourse. A photographic record shall be kept of all spoil sites for monitoring purposes. This includes before the site is used and after re-vegetation. The use of approved spoil sites for the disposal of hazardous or toxic wastes shall be prohibited unless special measures are taken to prevent leaching of the toxins into the surrounding environment. Such special measures shall require the approval of the relevant provincial or national authority. The same shall apply for the disposal of solid waste generated from the various camp establishments. The engineer will assist the contractor in obtaining the necessary approval if requested by the contractor. Spoil sites will be shaped to fit the natural topography. Depending on availability these sites shall receive a minimum of 75mm topsoil and be grassed with the recommended seed mixture. Appropriate grassing

Page 293: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

measures to minimise soil erosion shall be undertaken by the contractor. This may include both strip and full sodding. The contractor may motivate to the engineer for other acceptable stabilising methods. The engineer may only approve a completed spoil site at the end of the defects notification period upon receipt from the contractor of a landowner’s clearance notice and an engineer’s certificate certifying slope stability.

iv) Stockpiles

The contractor shall plan his activities so that materials excavated from borrow pits and cuttings, in so far as possible, can be transported direct to and placed at the point where it is to be used. However, should temporary stockpiling become necessary, the areas for the stockpiling of excavated and imported material shall be indicated and demarcated on the site plan submitted in writing to the engineer for his approval, together with the contractor’s proposed measures for prevention of environmental damage, containment and subsequent rehabilitation. The areas chosen shall have no naturally occurring indigenous trees and shrubs present that may be damaged during operations. Care shall be taken to preserve all vegetation in the immediate area of these temporary stockpiles. During the life of the stockpiles the contractor shall at all times ensure that they are positioned and sloped to create the least visual impact, constructed and maintained so as to avoid erosion of the material and contamination of surrounding environment and kept free from all alien/undesirable vegetation. After the stockpiled material has been removed, the site shall be re-instated to its original condition. No foreign material generated / deposited during construction shall remain on site. Areas affected by stockpiling shall be landscaped, top soiled, grassed and maintained at the contractor’s cost until clearance from the engineer and the relevant national authority is received. Material milled from the existing road surface that is temporarily stockpiled in areas approved by the engineer within the road reserve, shall be subject to the same condition as other stockpiled materials. Excess materials from windrows, in situ milling or any detritus of material from road construction activities may not be swept off the road and left unless specifically instructed to do so in the contract documentation or under instruction from the engineer. In all cases, the ECO shall comment on and the engineer shall approve the areas for stockpiling and disposal of construction rubble before any operation commences and shall approve their closure only when they have been satisfactorily rehabilitated.

v) Blasting activities

Wherever blasting activity is required on the site (including quarries and/or borrow pits) the contractor shall rigorously adhere to the relevant statutes and regulations that control the use of explosives. In addition, the contractor shall, prior to any drilling of holes in preparation for blasting, supply the engineer with a risk assessment and locality plan of the blast site on which shall be shown the zones of influence of the ground and air shock-waves and expected limits of fly-rock. The plan shall show each dwelling, structure and service within the zones of influence and record the existing positions and conditions of the dwellings/structures/services including, lengths and widths of cracks, as well as the condition of doors, windows, roofing, wells, boreholes etc. The contractor, alone, shall be responsible for any costs that can be attributed to blasting activities, including the collection of fly-rock from adjacent lands and fields. The submission of such a plan shall not in any way absolve the contractor from his responsibilities in this regard. The contractor shall also indicate to the engineer the manner in which he intends

Page 294: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

to notify the adjacent communities and/or road users the times and delays to be expected for each individual blast.

h) On site plant

i) Crusher, screening plants and concrete batching plants

Crushing plants and concrete batching plants, whether sited inside or outside of defined quarry or borrow pit areas, shall be subject to the requirements of the applicable industrial legislation that governs gas and dust emissions into the atmosphere. Such sites will be the subject of regular inspections by the relative authorities during the life of the project. In addition, the selection, entry onto, operation, maintenance, closure and rehabilitation of such sites shall be the same as for those under section C1007(g)(i) of this EMPl, with the exception that the contractor shall provide additional measures to prevent, contain and rehabilitate against environmental damage from toxic/hazardous substances. In this regard the contractor shall provide plans that take into account such additional measures as concrete floors, bunded storage facilities, linings to drainage channels and settlement dams. Ultimate approval of these measures shall be from the relevant national authority, as shall approval of closure. The engineer will assist the contractor in his submissions to the relevant authority. Screening activities shall be undertaken so that dust and noise is minimised. This can be done by carefully choosing the site for the activity, and by using slightly damp material. Effluent from concrete batch plants and crusher plants shall be reused where possible or treated in a suitable designated sedimentation dam to the legally required standards to prevent surface and groundwater pollution. The designs of such a facility should be submitted to the engineer for approval. The contractor shall invite the relevant department to inspect the site within 2 months after any plant is commissioned and at regular intervals thereafter, not exceeding 12 months apart.

ii) Asphalt Plant

Asphalt plants are considered to be one of the scheduled processes listed in the Environmental Impact Assessment Regulations of 2010. The activity triggered by the asphalt for road construction purposes is activity 26 of GN. R. 545, which states: “Commencing of an activity, which requires an atmospheric emission license in terms of Section 21 of the National Environmental Management: Air Quality Act, 2004 (Act No 39 of 2004) except where Activity 28 in Notice No R544 of 2010 applies.” Commencing with activity 26 of GN R. 545 requires Scoping and Environmental Impact Reporting (S&EIR) in order to obtain an environmental authorisation. In the event the use of an on-site asphalt plant is considered the contractor shall be responsible to obtain the necessary permit from the Department of Environmental Affairs, regardless of where the site is situated. Operation of the plant shall conform to the same requirements as for a crushing plant or concrete batching plant under C1007(h)(i) above.

C1008 AREAS OF SPECIFIC IMPORTANCE

Any area, as determined and identified within the project documents as sensitive or of special interest within the site shall be treated according to the express instructions contained in these specifications or the specific, approved EMPr. The contractor may offer alternative solutions to the engineer in writing should he consider that construction will be affected in any way by the hindrance of the designated sensitive area or feature. However, the overriding principle is that such defined areas requiring protection should not be changed. Every effort to identify such areas within the site will have been made

Page 295: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

prior to the project going out to tender. The discovery of other sites with archaeological or historical interest that have not been identified shall receive ad hoc treatment.

a) Archaeological sites

If an artefact on site is uncovered, work in the immediate vicinity shall be stopped immediately. The contractor shall take reasonable precautions to prevent any person from removing or damaging any such article and shall immediately upon discovery thereof inform the engineer of such discovery. The South African Heritage Resource Agency (SAHRA) is to be contacted, and a SAHRA-registered archaeological consultant may undertake the necessary work involved in confirming the find and advising on how it should be preserved or removed. Work may only resume once clearance is given in writing by the archaeologist. If a grave or midden is uncovered on site, or discovered before the commencement of work, then all work in the immediate vicinity of the graves/middens shall be stopped and the engineer informed of the discovery. The South African Heritage Resource Agency and the South African Police Services (SAPS) should be contacted and in the case of graves, arrangements made for an undertaker to carry out exhumation and reburial. The undertaker will, together with SAHRA, be responsible for attempts to contact family of the deceased and for the place where the exhumed remains can be re-interred.

C1009 REHABILITATION

The contractor shall be responsible for the re-establishment of grass within the road reserve boundaries for all areas disturbed during construction. This includes, for example, service roads, stockpile areas, stop/go facilities, windrows and wherever material generated for, or from, construction has to be stored temporarily, and designated or instructed areas outside the road reserve. It also includes the area where site offices were erected which may require rehabilitation at the end of the contract. All construction material, including concrete slabs and barbecue (braai) areas shall be removed from the site on completion of the contract unless written approval from the relevant landowner demonstrates it is to be left in place. Responsibility for re-establishment of vegetation shall extend until expiry of the defects notification period. However, the employer reserves the right to continue holding retention monies (or not releasing guarantees in lieu of retention) depending upon the state of cover at the end of the defects notification period. Such extension may continue until closure of the relevant quarry or borrow pit has been secured, Rehabilitation of affected areas should be undertaken as early as possible when the relevant activities are done in order to reduce further environmental damage. All re-vegetation should be undertaken using indigenous vegetation. The standard of rehabilitation should be to the satisfaction of the engineer and the relevant authorities. The Department of Minerals Resources will only issue closure certificates for borrow pits and quarries when they are satisfied with the rehabilitation undertaken. It should also be noted that in some cases there is a requirement for a final environmental audit covering the extent of the project.

C1010 RECORD KEEPING

The engineer and the DEO will continuously monitor the contractor’s adherence to the approved impact prevention procedures and the DEO shall submit regular written reports to the ECO and to the engineer, at least once a month. The engineer shall issue to the contractor a notice of non-compliance whenever transgressions are observed. The DEO shall document the nature and magnitude of the non-compliance in a designated register, the action taken to discontinue the non-compliance, the action taken to mitigate its effects and the results of the actions. The non-compliance shall be documented and reported to the engineer in the monthly report. Copies of any authorisations or EMPrs (including those for specific borrow pits or quarries used on the project) shall be kept on site and made available for inspection by visiting

Page 296: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

officials from the employer, relevant environmental departments or internal/external auditors.

C1011 COMPLIANCE AND PENALTIES

The contractor shall act immediately when a notice of non-compliance is received and correct whatever is the cause for the issuing of the notice. Complaints received regarding activities on the construction site pertaining to the environment shall be recorded in a dedicated register and the response noted with the date and action taken. This record shall be submitted with the monthly reports and an oral report given at the monthly site meetings. Any non-compliance with the agreed procedures of the EMPr and this EMPl is a transgression of the various statutes and laws that define the manner by which the environment is managed and, therefore, any avoidable non-compliance, dependant on severity, may be considered sufficient grounds for contact to be made with relevant provincial or national authorities to invite their sanction.

The engineer’s decision with regard to what is considered a violation, its seriousness and the action to be taken against the contractor shall be final. Failure to redress the cause shall be reported to the relevant authority. The responsible provincial or national authority may ensure compliance and impose penalties relevant to the transgression as allowed within statutory powers.

C1012 PROJECT SPECIFIC CONDITIONS 1

Page 297: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-286

TABLE 7/1: MECHANISMS THAT CAUSE ENVIRONMENTAL IMPA CTS DURING CONSTRUCTION ACTIVITIES

Section Contents Environmental Impacts

Pollution Type Deformation of Landscape Soil erosion Alien Vegetation Sensitive Areas

1300 Camp Establishment

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Waste water disposal Machine oil disposal

1400 Housing, Offices and laboratories

Waste treatment Hazardous waste Water supply Spillage Storage Noise/lights

Selection of site Preserve indigenous vegetation Preserve topsoil Demarcate sensitive areas

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Waste water disposal Disposal of construction test samples

1500 Accommodation of Traffic

Waste treatment Hazardous waste Water supply Spillage Storage Noise/lights Dust control

Selection of site Preserve indigenous vegetation Preserve topsoil Demarcate sensitive areas Maintenance of windrows

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Disposal of litter from STOP/Go sites

1600 Overhaul

Spillage Storage Noise/lights Dust control Exhaust fumes Washing waste

Turning circles Parking areas

Restrict access to sensitive areas

Protection of indigenous vegetation Preserve topsoil

Access to sensitive areas

1700 Clearing and grubbing

Waste treatment Hazardous waste Water supply Noise /lights Dust control

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Protection of indigenous vegetation Preserve topsoil

Unnecessary clearing of indigenous growth

2100 -2400

Drainage

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Erosion at drainge unit outlets

Page 298: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-287

Section Contents Environmental Impacts

Pollution Type Deformation of Landscape Soil erosion Alien Vegetation Sensitive Areas

3200 Stockpiling

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Erosion of topsoil berms

3300 Mass Earthworks

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Erosion of roadway of areas

3400 - 3900

Pavement layers

Waste treatment Hazardous waste Water supply Spillage Storage Noise / lights Dust control

Selection of site Preserve indigenous vegetation Preserve topsoil Demarcate sensitive areas Maintenance of windrows

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Erosion of pavement edges

5000 Ancillary roadworks

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Erosion protection works

6000 Structures

Waste treatment Hazardous waste Water supply Spillage Storage

Selection of site Preserve indigenous vegetation Preserve topsoil

Selection of site Preserve indigenous vegetation Preserve topsoil

Preserve indigenous vegetation Preserve topsoil Management of weeds

Erosion outlets

7000 Concrete pavements etc.

Waste treatment Hazardous waste

Selection of site Preserve indigenous

Selection of site Preserve indigenous

Preserve indigenous vegetation

Erosion

Page 299: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-288

Section Contents Environmental Impacts

Pollution Type Deformation of Landscape Soil erosion Alien Vegetation Sensitive Areas

Water supply Spillage Storage

vegetation Preserve topsoil

vegetation Preserve topsoil

Preserve topsoil Management of weeds

Page 300: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-289

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) SECTION D: SMALL CONTRACTOR DEVELOPMENT, TRAINING A ND COMMUNITY

PARTICIPATION

Page 301: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-290

SECTION D: SMALL CONTRACTOR DEVELOPMENT, TRAINING A ND COMMUNITY LIAISON TABLE OF CONTENTS PAGE D1001 SCOPE ................................................................................................................... C-385

D1002 DEFINITIONS AND APPLICABLE LEGISLATION ................................................ C-385

D1003 CONTRACT PARTICIPATION ............................................................................... C-386

D1004 COMMUNITY LIAISON .......................................................................................... C-388

D1005 TRAINING ............................................................................................................... C-389

D1006 LABOUR ENHANCED CONSTRUCTION ............................................................. C-393

D1007 MEASUREMENT AND PAYMENT ........................................................................ C-393

Page 302: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-291

D1001 SCOPE

This section covers construction aspects relating to the processes by which the construction industry develops emerging and established small contractors, preferably from the Target Area. It also deals with labour enhanced construction by encouraging the engagement and training of labour recruited from local communities.

D1002 DEFINITIONS AND APPLICABLE LEGISLATION

(a) Definitions

Unless inconsistent with the context, in these specifications, the following terms, words or expressions shall have the meanings hereby assigned to them:

(i) Contract Participation

Contract Participation is a process by which the Employer implements Government’s objectives by setting targets relating to small contractor development and labour enhancement which the Contractor shall achieve as a minimum.

(ii) Contract Participation Goal (CPG)

Contract Participation Goal is the monetary value of the targets set by the Employer in the Contract Participation process.

(iii) Contract Participation Performance (CPP)

Contract Participation Performance is the measure of the Contractor’s progress in achieving the CPG.

(iv) Labour

Labour is the Contractor’s and Subcontractor’s personnel whose monthly earnings are derived from hours worked for a fixed hourly rate which is adjusted from time to time by legislation (as a statutory minimum) and the Contractor’s and Subcontractor’s employment policies.

(v) Target Area

Target Area is a defined area from which the Contractor is expected to recruit Targeted Labour. The Target Area for this contract is as indicated in the Appendix to Tender.

(vi) Targeted Enterprise

An enterprise which: a) is a contractor registered with the Construction Industry Development

Board in a contractor grading designation from 2 to 7 and status as potentially emerging; and

b) the Contractor has no equity holding in; and c) is a sub-contractor who undertakes work within its registered CIDB

category; and d) is registered in terms of the Company’s Act, 2008 (Act No. 71 of 2008)

or Close Corporation Act, 1984 (Act No. 69 of 1984); and e) is registered with the South African Revenue Service.

(vii) Target Groups

A Target Group is a specific section of the population who are South African citizens or have the legal right to work in South Africa and who are distinguished by gender, age or disability.

Page 303: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-292

(viii) Targeted Labour

Targeted Labour is Labour recruited from the Target Area, who permanently reside in the Target Area or who are recognized as being residents of the Target Area on the basis of identification and association with and recognition by the residents of the Target Area.

(b) Applicable Legislation

The following Acts, as amended from time to time, are predominant amongst those which apply to the construction industry and are listed here for reference purposes only:

(i) The Constitution of South Africa; (ii) Public Finance Management Act No. 1 of 1999; (iii) Preferential Procurement Policy Framework Act No. 5 of 2000; (iv) Construction Industry Development Board Act No. 38 of 2000; (v) Broad-Based Black Economic Empowerment Act No. 53 of 2003.

D1003 CONTRACT PARTICIPATION

(a) Objective

A major objective of Government is to extend economic opportunities and entrepreneurial capacity to all localities by the optimum utilisation of the resources existing in the vicinity of projects, the development of these resources in the execution of the project, and by maximising the amount of project funds retained within the project locality. To this end, the contractor shall preferably recruit Targeted Enterprises from the Target Area.

(b) Contract Participation Targets

Contract participation is the process by which the Employer implements Government’s objectives. The Employer sets targets for construction by specified entities the rand value for which is based on the services and work undertaken by the specified entities and measured as a percentage of the Contractor’s final certified value of work completed (excluding VAT) measured at the date of issue of the Taking-over Certificate. The Contractor is obliged to commit to or exceed the targets stated in the Appendix to Tender. As far as it is practical, the Contractor should consider utilising small contractor resources from communities immediately adjacent to the contract before considering from wider areas.

(c) Contract Participation Goal (CPG)

The CPG is the monetary value of the targets set by the Employer and will be calculated as follows: CPG = final contract value (excluding VAT) x (% Targeted Labour + % Targeted Enterprise) The final contract value is the total value of certified work measured at the date of issue of the Taking-Over Certificate.

(d) Contract Participation Performance (CPP)

The CPP is the monetary value of the Contractor’s actual progress towards achievement of the CPG calculated as follows: CPP = total value (excluding VAT) of Targeted Labour contribution + Targeted Enterprise contribution The Contractor’s participation performance will be measured monthly in order to

Page 304: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-293

monitor the extent to which he is striving to reach the CPG. The basis of monitoring shall be the levels of the individual contributions for Targeted Labour, Targeted Enterprises and Target Groups. Monthly returns, in the format provided by the Employer, are required from the Contractor and shall be submitted with each interim payment certificate. To assist in the measurement of CPP the Contractor shall include in his contract programme details of how he will achieve the CPG. The detail shall be provided not later than 1 (one) month after the engineer has accepted the original construction programme and updated with every subsequent revision. As an incentive to encourage the Contractor to exceed the CPG, a bonus is offered, measured as follows: The bonus = 0.05 x (CPP – CPG) up to a maximum of R100 000.00. Any bonus due (or portion thereof) shall be calculated on the final contract value. No bonus shall apply if either the Targeted Labour, Targeted Enterprises and/or any individual Target Group targets are not reached. Conversely, failure to reach the CPG or any individual Target Group targets shall render the Contractor liable for a penalty as prescribed in clause 8.7 of the FIDIC Conditions of Contract. Penalties shall be calculated as follows: Penalty = 0.5 x {[(0.4 x TL) + YL + WL] + [(0.6 x TE) + YE + WE]}

Where:

TL = Monetary value of the shortfall on the Targeted Labour target

YL = Monetary value of the shortfall on the Youth Labour target

WL = Monetary value of the shortfall on the Women Labour target

TE = Monetary value of the shortfall on the Targeted Enterprises target

YE = Monetary value of the shortfall on the Youth Owned companies target

WL = Monetary value of the shortfall on the Women Owned companies target

Where shortfall means the difference between the monetary value of the target

less the monetary value of the actual achievement reached for the specific target. It shall be monitored on a monthly basis and the penalty will be applied on the final contract value.

(e) Accredited Registration

CPP for Targeted Enterprises shall only be accepted if the respective Targeted Enterprises for which services or work is being claimed as having been performed, is registered with CIDB in one of the defined categories. In addition, documentary evidence that such Targeted Enterprises are registered with the South African Revenue Services (SARS) shall be lodged with the engineer before the work or service may be considered as having been performed by a Targeted Enterprise. The responsibility for producing evidence of the respective registration documentation shall rest with the Contractor. The Contractor shall assume responsibility for the compilation and maintenance of comprehensive records detailing each Targeted Enterprise progress during construction, starting from the award of a subcontract to a Targeted Enterprise until the successful completion of the subcontract work or termination of the subcontract. The Contractor may engage a small contractor who is not yet registered as a Targeted Enterprise and it then becomes a responsibility of the Contractor to assist with the registration process. If not successfully registered within the contract period, work completed by that small contractor shall not count towards CPP.

Page 305: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-294

D1004 COMMUNITY LIAISON

“The purpose of community liaison is to create awareness between the Contractor and communities through which the contract passes. There is no need on this contract to create a project liaison committee (PLC), although it may be advisable that a community relations officer (CRO) is appointed from the Contractor’s ranks, for the specific purpose of acting as liaison between management and hired labour.”

(a) Purpose

In order to give effect to the need for transparency in the process of delivering services, the contractor should liaise with the community throughout the life cycle of the contract. This may be achieved through structured engagement between those responsible for the delivery of the contract and the communities adjacent to the contract.

(b) Structure and composition

A public liaison committee (PLC) may be established as a communication structure that interacts with all parties involved with the contract. The composition of the PLC comprises representation by the Employer, the Contractor, the engineer and formal structures within the communities. The Contractor is advised to make use of established community communication channels and appoint from among his site personnel a responsible person, (community relations officer (CRO)), to participate in the PLC business. Should the locality and size of the contract warrant the need for a project liaison officer (PLO) such appointment will be made by the engineer as part of the engineer’s staff.

(c) Use of the PLC

The Contractor is encouraged to utilise the community liaison process in order to facilitate harmonious relationships on the contract. Some of the suggested elements of construction activity that should be discussed by the PLC are, (i) Targeted Enterprises with whom the Contractor is already contractually

committed prior to the commencement of the contract, (ii) Assist the contractor withe the recruitment of Targeted Labour, (iii) Assistance with general community/project liaison, (iv) The need for training.

(d) Use of the PLO

The purpose of the PLO is to facilitate liaison between the community, community structures, local authorities, the contractor and the engineer. The engineer and contractor shall, at the start of the contract, agree on the duties of the PLO which may include the following: (a) communicating the labour requirements with regards to numbers and skills

to the community; (ii) determining, in consultation with the contractor, the needs of the labour for

training; (iii) identifying possible labour disputes and to assist in their resolution; (iv) informing labour of their conditions of temporary employment and to inform

labourers as soon as possible when their period of employment will be terminated;

(v) attending disciplinary proceedings to ensure that hearings are fair and reasonable;

(vi) attending meetings in which the community and/or labour is present or is required to be represented;

In terms of the Conditions of Contract, all labour recruitment, employment and associated risks shall remain the sole responsibility of the contractor.

Page 306: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-295

D1005 TRAINING

(a) Purpose of training

The Employer has no service agreement or memorandum of understanding with any education and training quality assurance body and, therefore, does not function as the employer as defined under any three-party-agreement between the learner, the training provider and the employer. But the Employer desires similar outcomes to such agreements; specifically to train Targeted Enterprises and Targeted Labour and equip them with residual skills that can be used to gain meaningful future employment and qualifications that permit continued access to further learning and qualifications within a defined programme. The Employer will facilitate training and in this capacity demands continuous involvement in the necessary decision making and quality control process of the anticipated training within a skills program which identifies multiple but connected and full learnerships. The training shall be at both a theoretical and practical level and in accordance with the various laws and regulations contained in the South African Qualification Authority (SAQA) statutes. Wherever in this section reference is made to the selection and training of learners, any person, employed by any national, provincial or local authority, being it full time or part time, is expressly excluded from being considered for this training. The complete training programme shall be approved by the engineer before training can commence.

(b) Skills analysis

Before any training programmes can be approved the contractor shall complete a skills audit of his own employees and those of his subcontractors to determine existing qualifications and education received. The outcome of the analysis shall be used to create a training programme that will benefit both the employee and the construction industry at large. A separate skills analysis shall be conducted for the Targeted Enterprises with the specific purpose of identifying programmes that will develop and improve the ability of the owners of those enterprises to better manage their companies. The skills analyses and subsequent training programmes must be provided by a suitably qualified training practitioner (the training manager) whose services the contractor shall procure.

(c) The training provider

The training manager shall be the training provider in terms of his obligations and commitment to undertake the training required. In the event that the training manager does not himself have the requisite training qualifications he may include as part of his management team a person who does. Such person may be an institution/organisation, company, collaborative partnership or consultancy in which case, whoever is approved from that entity shall be dedicated to provide all training once the programme has been approved by the engineer. The training provider must be accredited and have in its employ Practitioners and/or Assessors registered with the Construction Education Training Authority (CETA) and who must have the necessary certified proof. Accreditation and registration proof shall be current, valid and list the NQF levels and unit standards for which he/she is accredited. The training and competency levels required of the training provider are given in the table below:

Page 307: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-296

TABLE D1005/1: QUALIFICATIONS FOR TRAINING PERSONNE L

Designation Title & Unit Standard No NQF Level

Credit

Practitioner Train the trainer; No 7384 4 16

Assessor Conduct outcome base assessment; No 115753

5 15

Moderator Conduct moderation of outcome based assessment; No 115759 6 10

In addition to the above qualifications, and in keeping with current CETA practical experience requirements for registration as a trainer, NQF level 4 training courses shall only be provided by a practitioner/assessor with NQF Level 5 (one level up) credentials. For this project the Employer requires the further qualification that assessors/moderators means persons who have been employed for at least 5 years as a site agent managing construction processes in the specific fields of roads maintenance, roads new construction, roads rehabilitation, structures, etc. It may be appropriate and effective to have different calibre/experienced personnel for each of the fundamental, core and elective training and assessment elements. In other words because the elective unit standards are more vocationally orientated and require specialist input, it is not expected that a single trainer/assessor will have all the necessary skills. In such cases, the training provider shall acquire an appropriate Practitioner/Assessor to perform elective training duties. Such appoint-ments shall be approved by the Employer.

(d) Training

(i) Skills programme

Recognised Prior Learning of each employee shall be investigated, and taken into account and incorporated into each skills programme along with the additional competencies identified as being capable of providing a full learnership outcome. It is recognised that the programme may consist of several unit standards but totalling insufficient credits for a full learnership qualification. Nevertheless, the competencies and credits achieved in a skills program should contribute to a full learnership by a later acquisition of the outstanding Unit Standards required for the full learnership. The skills programme must also be geared in such a way that a selected number of applicable and urgently required unit standards will equip a learner with the minimum skills to become economically involved in the execution of the works as soon as possible. Studying for any learnership requires minimum literacy and numeracy competencies as defined by SAQA. The actual literacy and numeracy levels inform the training provider on how to conduct the selection process. Learners with grade 12 literacy, numeracy and computer skills will, in most cases, comply with the minimum learning necessities. However, a baseline assessment (for example by conducting mini RPL enquiries and tests) may be required to ensure that the competency levels still exist. Some fill-in skills programme of fundamental unit standards may be needed. Learners identified as having already acquired some tertiary training, particularly in the field of civil engineering, may be better suited to a more specialised learner programme. In other words the skills programme must reflect a degree of flexibility to cater for the different levels of competencies the selected learners will have and a single programme suitable for all learners should not be considered. All training shall take place within normal working hours, or as agreed with

Page 308: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-297

the trainees.

(ii) Targeted learnerships

The essential SAQA learnership criteria that must be applied by the training provider are given below for the sake of providing sufficient detail for the contractor to understand the Employer’s requirements: • minimum credits for qualification; • fundamental unit standards and credit values; • core unit standards and credit values; • elective units standards and credit values; • assumption that NQF level 3 language, computer and mathematical

competencies exist; • RPL processes; • exit level outcomes;

Notwithstanding the appearance of the above criteria in the contract document, they are not exhaustive and the training provider must apply the systems and processes provided by the relevant SAQA and other related legislation pertinent to training. The training provider shall constantly consult the SAQA website (www.saqa.org.za) page to ensure that the most current unit standard is used. In the event of any conflict, the legislated requirements shall apply. Before qualifying, the learners will be expected to demonstrate competence in a practical situation that integrates the assessment of all specific outcomes, for all unit standards in the learnership programme. When considering learnerships and skills programmes the training provider shall distinguish between levels of learning required. NQF level 5 training is not anticipated but may be applicable for some members of existing small contractors’ staff. The main training focuses on NQF levels 4 and 3. The former level is for the qualification title National Certificate: Supervision of Construction Processes, and is the prerequisite qualification for NQF level 5, National Diploma: Management of Civil Engineering Construction Processes. The NQF level 3 qualification title is National Certificate: Construction Roadworks. It may be necessary to include additional core unit standards (e.g. “tendering” as an additional unit standard for NQF level 4) in order to achieve project development objectives and identification of any additional unit standards shall be discussed with the engineer and cannot be implemented without prior approval.

(iii) Learning material

Learning material is required for each unit standard. This learning material is like prescribed books for other qualifications. It is a requirement for all the learners to receive a copy, to learn the contents, and also to serve as a reference source after qualification. The SAQA unit standards define the content of the learning material. The learning material must not only comply with the SAQA and CETA guidelines but must, and most importantly, be technically and practically aligned to road construction or road maintenance. Any input from a subject matter expert required to ensure the appropriateness of a particular unit standard subject is to be included in the training provider’s costs. The requirements to be addressed in learning material as outlined by the SAQA unit standard are, amongst others, the following: • The purpose of the unit standard; • Each of the specific outcomes (normally 4 per unit standard); • Each of the assessment criteria (normally 4 per specific outcome);

Page 309: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-298

• The range as is defined for each specific outcome; • The critical cross-field outcomes for the unit standard; • The unit standard essential embedded knowledge.

(iv) Student experiential training

The Employer may provide students to the contractor to provide experiential training. The contractor is required to provide experiential training to the university or university of technology undergraduate students in accordance with the academic institution requirements. The contractor shall also provide the students with all the tools (including appropriate information technology hardware and software) and space necessary to carry out engineering work as if they were the contractor’s own permanent staff Reporting on training progress of each student shall be compiled according to the formats and intervals set be the relevant academic institution.

(e) Training facilities

The Contractor shall be responsible for the provision of everything necessary for the delivery of the various training workshops and modules including: (i) A suitable venue with sufficient furniture, lighting and power (ii) All necessary stationery consumables and study material (iii) Transport for attendants

Before commencing with any structured training the Contractor shall submit his intended programme to the engineer for approval of its subject content and proposed trainers, and the Contractor shall, if so instructed by the engineer, alter or amend the programme and/or course content.

(f) Generic skills training

Generic skills shall be taught where the need for these has been identified as being necessary. In this regard the contractor shall make representation to the engineer, who shall approve candidates that should attend such courses as thought appropriate. Those selected shall receive formal generic skills training in a programmed and progressive manner. The PLC and/or the engineer may also identify a need for generic skills training. Typical training programmes could comprise some or all of the following modules: (i) Basic hygiene and HIV/AIDS awareness (ii) Road safety (iii) Basic management of the environment (iv) Tourism awareness and opportunities (v) Managing personal finance

(g) Keeping of records

The training provider shall keep comprehensive records of the training given to each trainee and ensure that trainees’ successful completion of successive unit standards are entered onto the national database. With successful completion of generic skills courses each trainee shall be issued with a certificate indicating the course contents as proof of attendance and completion. The contractor shall keep a register of certificates issued in this regard. Whenever required, the contractor shall provide copies of such records to the engineer.

D1006 LABOUR ENHANCED CONSTRUCTION

The Contractor's attention is drawn to the fact that it is an objective of the contract to maximise the labour content of certain operations or portions thereof. In this regard,

Page 310: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-299

where the specified work allows for a choice between mechanical or labour-enhanced means, the former should generally be kept to the practical minimum. Before commencing with any labour enhanced operations the Contractor shall discuss his intentions with the engineer, and shall submit to the engineer on a monthly basis, daily labour returns indicating the numbers of temporary personnel employed on the works and the activities on which they were engaged.

D1007 MEASUREMENT AND PAYMENT

Item Unit

D10.01 Community participation

(a) Cost of community participation and PLC support ......... provisional sum (Prov) sum (b) Handling cost and profit in respect of sub-item D10.01(a) ................ percentage (%)

The provisional sum shall be used to cover the direct costs incurred by attending members of the PLC that the contractor establishes. The rate of compensation shall be at a fair rate agreed by the engineer. In accordance with clause 13.5 of the FIDIC Conditions of Contract, the tendered percentage for sub-item D10.01(b) shall include full compensation for all handling costs and profit of the contractor in connection with sub-item D10.01(a). The assistance provided by the contractor to the PLC in the form of in-task training, arranging service providers, appointment and services of a community relations officer shall not be paid from the provisional sum. The contractor’s costs to render such assistance shall be deemed to have been included in his rate offered for pay sub-item B13.01(c), Contractor’s Establishment on Site and General Obligations: Time Related Obligations.

Item Unit

D10.02 Training

(a) Generic skills ...............................................................................................................

(i) Training Costs ................................................................ prime cost (PC) sum (ii) Handling cost and profit in respect of subitem

D10.02(a)(i) .............................................................................. percentage (%) (b) NQF level 3 training .....................................................................................................

(i) Training Costs ................................................................. prime cost (PC) sum (ii) Handling cost and profit in respect of subitem

D10.02(b)(i) ............................................................................. percentage (%) (c) NQF level 4 training ....................................................................................................

(i) Training Costs ................................................................. prime cost (PC) sum (ii) Handling cost and profit in respect of subitem

D10.02(c)(i) ............................................................................. percentage (%) (d) Student experiential training .......................................................................................

(i) Student stipend ............................................................... prime cost (PC) sum (ii) Provision of experiential training ................................................ person month

(e) Other costs during training ................................................................ provisional sum (f) Training venue ............................................................................................ lump sum

The prime cost sum under sub-items D10.02(a)(i), D10.02(b)(i) and D10.02(c)(i) shall be paid in accordance with the provision of sub-clause 13.5 of the FIDIC Conditions of Contract. The prime cost sums shall include all charges for provision and delivery of the service by accredited trainers including the cost of undertaking the required skills audits and analyses and creation of the individual training programmes. The rates tendered under sub-items D10.02(a)(ii), D10.02(b)(ii) and D10.02(c)(ii) shall be deemed to cover all costs required to organise accredited trainers to provide training and shall include the contractor's handling cost, profit, record keeping, reporting and all other

Page 311: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-300

costs in connection therewith. The prime cost sum under sub-item D10.02(d)(i) shall be paid in accordance with the provision of sub-clause 13.5 of the FIDIC Conditions of Contract. The prime cost sum shall cover the monthly stipend as prescribed by the Employer to be paid to students. The unit of measurement for sub-item D10.02(d)(ii) shall be the person-month, with pro-rata payments made for partial months for training provided based on a 23 working day month. The rate tendered under sub-item D10.02(d)(ii) shall include full compensation for the Contractor to provide training to the students provided by the Employer inclusive of all costs to communicate with the Employer and any other body or organisation in respect of work assigned to the students. The rate tendered shall include telephone calls and charges, stationery and information technology hardware, software, connection or licence costs and lost production, profits and all other incidentals as well as all administrative and overhead costs. The provisional sum under pay item D10.02(e) shall be paid in accordance with the provision of sub-clause 13.5 of the FIDIC Conditions of Contract. The provisional sum shall include wages of trainees during the duration of the courses, provision of meals, transport and all other incidentals required by the trainees and approved by the engineer. No mark-up is payable to the contractor under this item. The unit of measurement for pay item D10.02(f), shall be the lump sum. The sum tendered shall include full compensation for the provision of the training venue, for all necessary lighting, power, furniture, stationery, consumables and study material and all other costs necessary to maintain the venue for the duration of the contract. Payment of the lump sum shall be made in two instalments as follows: The first instalment, 75% of the lump sum, shall be paid after the contractor has met all his obligations regarding the provision of the training venue as specified. The second and final instalment, 25% of the lump sum, shall be paid after the provision of all the accredited training as specified in the document.

Item Unit D10.03 Bonus ......................................................................... provisional (Prov) sum

The provisional sum shall cover any CPP bonus due as specified in clause D1003. The provisional sum shall be expended in accordance with clause 13.5 of the FIDIC Conditions of Contract. Note: No separate payment shall be made for any costs incurred by the Contractor, whether direct or indirect, for his efforts in accomplishing the specified requirements, and which are not recoverable from the pay-items allowed. Such costs shall be deemed to have been included in the rate offered under pay sub-item 13.01(c), Contractor’s Establishment on Site and General Obligations: Time Related Obligations. No payment, nor pro rata payment, shall be made for trainees that, once selected, do not attend or only partially complete structured training courses. The contractor’s own staff may attend the courses provided. However, such attendants from the contractor’s staff shall not be considered for measurement and payment purposes unless they also qualify as Targeted Labour.

Page 312: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-301

SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT N002-268-2014/1 UPGRADE AND REFURBISHMENT OF TOLL PLAZAS ON NATIONA L ROUTE 2 BETWEEN SECTION 26 (KM 15.80) AND SECTION 28 (KM 42.6) SECTION E: REQUIREMENTS OF THE OCCUPATIONAL HEALTH AND SAFETY ACT AND

REGULATIONS Note to tenderer: Wherever reference is made in this section of the S cope of Works to contractor this is the equivalent of the principal contractor in the Occupational Health and Safety Act and Regulations. Similarly, reference to subcontractors is equivalent to other contractors .

Page 313: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-302

SECTION E: REQUIREMENTS OF THE OCCUPATIONAL HEALTH AND SAFETY ACT AND REGULATIONS TABLE OF CONTENTS PAGE E1001 SCOPE ................................................................................................................... C-398

E1002 GENERAL OCCUPATIONAL HEALTH AND SAFETY PROVISIONS .................. C-398

E1003 OPERATIONAL CONTROL ................................................................................... C-403

E1004 PROJECT/SITE SPECIFIC REQUIREMENTS ...................................................... C-404

Page 314: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-303

E1001 SCOPE

This part of the specification has the objective to assist the contractor entering into contracts with the Employer that they comply with the Occupational Health and Safety (OH&S) Act, No. 85 of 1993, as well as all applicable Regulations. Compliance with this document does not absolve the contractor from complying with minimum legal requirements and the contractor remains responsible for the health and safety of his employees and those of his Mandataries. The contractor shall therefore include this part of the specification to any contract that he may have with subcontractors and/or suppliers. This section covers the development of a health and safety specification that addresses all aspects of occupational health and safety as affected by this contract. It provides the requirements that the contractor shall comply with in order to reduce the risks associated with this contract, which may lead to incidents causing injury and/or ill health. In this matter the spirit and intention of Regulation 5(1)(l) of the Construction Regulations, 2014 regarding negotiations between the parties, related to the contents and approval of the Health and Safety Plan, must be complied with.

E1002 GENERAL OCCUPATIONAL HEALTH AND SAFETY PROVIS IONS

(a) Hazard Identification and Risk Assessment (Construc tion Regulation 9)

(i) Risk Assessments

Clause E1004 contains a generic list of risk assessment headings that have been identified by the Employer as possibly applicable to this contract. It is, by no means, exhaustive and is offered as assistance to the contractor.

(ii) Development of Risk Assessments

The contractor shall, before the commencement of any construction work or work associated with the aforesaid construction work and during such work, conduct a risk assessment by a competent person and the risk assessment so produced shall form part of the OH&S plan and be implemented and maintained as contemplated in Construction Regulation 9(1). Competence is a factor of training, knowledge, experience and/or appropriate qualifications. Where proof of competence is required by the Regulation, a concise CV must be attached to the appointment letter. The risk assessment shall include, as far as is reasonably practicable, at least: • the identification of the risks and hazards to which persons may be

exposed; • the analysis and evaluation of the risks and hazards identified,

inclusive of a residual risk rating methodology. The method to be used is not prescribed;

• a documented plan of safe work procedures, to mitigate, reduce or control those residual risks that have been identified as unacceptably high, by means of the rating system;

• a monitoring plan; • a review plan, inclusive of dates to be adhered to; and • ergonomic related risks are to be analysed, evaluated and addressed

as part of the process. Based on the risk assessments, the contractor shall develop a set of site-specific OH&S rules that shall be applied to regulate the OH&S aspects of the construction. The risk assessments, together with the site-specific OH&S rules shall be submitted to the Employer before construction on site commences. Despite the more advanced (or site specific) risk assessments listed below in clause E1004: PROJECT/SITE SPECIFIC REQUIREMENTS, the Employer would have conducted a baseline risk assessment before work commence and made the same available to the contractor. This does not

Page 315: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-304

mean that all possible Risk Assessments must be attended to before work commences, but that all relevant Risk Assessments receive the necessary attention as the contract progresses, and this is the responsibility of the contractor. All variations to the scope of work shall similarly be subjected to a risk assessment process.

(iii) Review of Risk Assessment

The contractor shall review the hazard identification, risk assessments and standard working procedures at each production planning and progress report meeting as the contract work develops and progresses and each time changes are made to the designs, plans and construction methods and processes. The contractor shall provide the Employer, subcontractors and all other concerned parties with copies of any changes, alterations or amendments as contemplated above.

(b) Legal Requirements

The contractor shall, as a minimum, comply with: • The Occupational Health and Safety Act and Regulations (Act 85 of 1993), an up-

to-date copy of which shall be available on site at all times. • The Compensation for Occupational Injuries and Diseases Act (Act 130 of 1993),

an up-to-date copy of which shall be available on site at all times. • Where work is being carried out on a “mine”, the contractor shall comply with the

Mines Health and Safety Act and Regulations (Act 29 of 1960) and any other OH&S requirements that the mine may specify. An up-to-date copy of the Mines Health and Safety Act and Regulations shall be available on site at all times.

(c) Structure and Responsibilities

(i) Overall Supervision and Responsibility for OH&S

It is a requirement that the contractor, when he appoints subcontractors in terms of Construction Regulations 7(1)(c), 7(1)(d), 7(1)(f) and 7(3) includes in his agreement with such subcontractors the following:

• OH&S Act (85 of 1993), Section 37(2) agreement: “Agreement with

Mandatary” • OH&S Act (85 of 1993), Section 16(2) appointee/s as detailed in

his/her/their respective appointment forms. (Where applicable)

(ii) Further (Specific) Supervision Responsibilities for OH&S

The contractor shall appoint designated competent employees and/or other competent persons as required by the Act and Regulations. Below is a generic list of identified appointments and may be used to select the appropriate appointments for this contract. The contractor shall note that it is a generic list only and is intended for use as a guideline.

Appointment Regulation Construction manager (Contractor’s Representative), Assistant Construction Manager, Construction Supervisor, Assistant Construction Supervisor

(Construction Regulation 8(1), 8(2), 8(7) and 8(8)

Construction Vehicles and Mobile Plant/Machinery Supervisor

(Construction Regulation 23)

Demolition Supervisor (Construction Regulation 14) Drivers and Operators of Construction Vehicles or Plant

(Construction Regulation 23)

Page 316: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-305

Electrical Installation and machinery on construction sites

(Construction Regulation 24)

Emergency/Security/Fire Coordinator

(Construction Regulation 29)

Excavation Supervisor (Construction Regulation 13) Explosive actuated fastening device

(Construction Regulation 21)

Fall Protection Supervisor (Construction Regulation 10) First Aider (General Safety Regulation 3) Fire Equipment Inspector (Construction Regulation 29) Temporary Works designer and Temporary Works Supervisor

(Construction Regulation 12)

Hazardous Chemical Substances Supervisor

(HCS Regulations)

Incident Investigator (General Admin Regulation 29) Ladder Inspector (General Safety Regulation 13A) Cranes (Construction Regulation 22) Materials Hoist Inspector (Construction Regulation 19) OH&S Committee (OH&S Act Section 19) Construction OH&S Officer (Construction Regulation 8(5) & 8(6) OH&S Representatives (OH&S Act Section 17) Person Responsible for Machinery

(General Machinery Regulation 2)

Scaffolding Supervisor (Construction Regulation 16) Stacking & Storage Supervisor (Construction Regulation 28) Structures Supervisor (Construction Regulation 11) Suspended Platform Supervisor (Construction Regulation 17) Tunnelling Supervisor (Construction Regulation 15) Bulk Mixing h Plants (Construction Regulation 20) Working on/next to Water Supervisor

(Construction Regulation 26)

Welding Supervisor (General Safety Regulation 9)

It is a requirement that a part-time Construction health and safety officer is appointed as per Construction Regulation 8(5) and that the Construction health and safety officer complies with the requirements of construction Regulation 8(6). In addition the Employer requires that a Traffic Safety Officer be appointed. The above appointments shall be in writing and the responsibilities clearly stated together with the period for which the appointment is made. This information shall be communicated and agreed with the appointees. Notice of appointments shall be submitted to the Employer. All changes shall also be communicated to the Employer. The contractor shall, furthermore, provide the Employer with an organogram of all subcontractors that he/she has appointed or intends to appoint and keep this list updated and prominently displayed on site.

(iii) Designation of OH&S Representatives (Section 17 of the OH&S Act)

Where the contractor employs more than 20 persons (including the employees of subcontractors) he has to appoint one OH&S representative for every 50 employees or part thereof. This is a minimum (legal) requirement. The contractor may at his own discretion appoint more OH&S Representatives according to site specific requirements. General Administrative Regulation 6 requires that the appointment or election and subsequent designation of the OH&S representatives be conducted in consultation with employee representatives or employees. (Section 17 of the Act and General Administrative Regulation 6 & 7). OH&S representatives shall be designated in writing and the designation shall include the area of responsibility of the person and term of the designation. OH&S representatives must be experienced, permanently employed by the

Page 317: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-306

contractor or his subcontractors, trained and able to move freely within their designated area of responsibility.

(iv) Duties and Functions of the OH&S Representatives (Section 18 of the

OH&S Act)

The contractor shall ensure that the designated OH&S representatives conduct continuous monitoring and regular inspections of their respective areas of responsibility, focusing on unsafe acts and unsafe conditions and report thereon to the contractor. OH&S representatives shall participate in accident or incident investigations. OH&S representatives shall attend all OH&S committee meetings.

(v) Appointment of OH&S Committee (Sections 19 and 20 of the OH&S Act)

The contractor shall establish an OH&S committee, which shall meet at least once a month.

(d) Administrative Controls and the Occupational Health & Safety File

(i) The OH&S File (Construction Regulation 7(1)(b))

As required by Construction Regulation 7(1), the contractor and subcontractors shall each keep an OH&S file on site. The following index is neither exhaustive nor prescriptive but recommended as a guide for the contents of the OH&S file: • Notification of construction work (Construction Regulation 4) where

applicable • Latest copy of OH&S Act (General Administrative Regulation 4) • Proof of registration and good standing with COID Insurer

(Construction Regulation 5(1)(j) • OH&S plan agreed with the Employer including the underpinning risk

assessment/s and method statements (Construction regulation 7(1)) • Copies of OH&S committee and other relevant minutes • Designs/drawings (Construction Regulation 7(1)(e) • A list of subcontractors including copies of the agreements between

the parties and the type of work being done by each subcontractor (Construction Regulation 7(1)(f))

• Appointment/designation forms as per sub-sub-clause E1002(a)(i) and (ii).

• Registers as follows: - Accident/Incident register (Annexure 1 of the General

Administrative Regulations) - OH&S representatives’ inspection register - Asbestos demolition and stripping register - Bulk mixing plant inspections - Construction vehicles and mobile plant inspections by controller - Daily inspection of vehicles, plant and other equipment by the

operator/driver/user - Demolition inspection register - Designer’s inspection of structures record - Electrical installations, -equipment and -appliances (including

portable electrical tools) - Excavations inspection - Explosive actuated fastening device inspection, maintenance,

issue and returns register (incl. cartridges and nails) - Fall protection inspection register - First aid box contents - Fire equipment inspection and maintenance - Temporary works inspections - Hazardous chemical substances record - Ladder inspections - Lifting equipment register

Page 318: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-307

- Materials hoist inspection register - Machinery safety inspection register (incl. machine guards,

lock-outs etc.) - Scaffolding inspections - Stacking and storage inspection - Inspection of structures - Inspection of suspended platforms - Inspection of tunnelling operations - Inspection of vessels under pressure - Welding equipment inspections - Inspection of work conducted on or near water - Welfare facilities as provided

(e) Notification of Construction Work (Construction Reg ulation 3)

The contractor shall, where the contract meets the requirements laid down in Construction Regulation 4 prior to commencement notify the Department of Labour of the intention to carry out construction work and use the form (Annexure 2 in the Construction Regulations) for the purpose. A copy shall be kept on the OH&S file and a copy shall be forwarded to the Employer for record keeping purposes.

(f) Training and Competence

The training required by the Act and Regulations shall be included in the contractor’s OH&S plan. The contractor shall be responsible for ensuring that all relevant training is undertaken. Only accredited training providers shall be used for the regulatory OH&S training. The contractor shall ensure that his and his subcontractors’ personnel appointed are competent and that all training required for doing the work safely and without risk to health, has been completed before work commences. The contractor shall ensure that follow-up and refresher training is conducted as the contract work progresses and the work situation changes. This does not absolve any subcontractors from their responsibilities as Employers. Records of all training must be kept on the OH&S file for auditing purposes.

(g) Consultations, Communication and Liaison

OH&S liaison between the Employer, the contractor, the subcontractors, the designer and other concerned parties will be through the OH&S committee as contemplated in sub-sub-clause E1002(c)(v). In addition to the above, communication may be directly to the Employer or his appointed agent, verbally or in writing, as and when the need arises. Consultation with the workforce on OH&S matters will be through their construction managers and supervisors, OH&S representatives and the OH&S committee. The contractor shall be responsible for the dissemination of all relevant OH&S information to the subcontractors e.g. design changes agreed with the Employer and the designer, instructions by the Employer and/or his/her agent, exchange of information between subcontractors, the reporting of hazardous/dangerous conditions/situations etc. The contractors’ most senior manager on site shall be required to attend all OH&S meetings.

(h) Checking, Reporting and Corrective Actions

(i) Monthly Audit by Employer (Construction Regulation 5(1)(o)

The Employer will conduct monthly health and safety and document verification audits in compliance with Construction Regulation 5(1)(o) in order to ensure that the contractor has implemented and is maintaining the agreed and approved OH&S plan.

(ii) Other Audits and Inspections by the Employer

The Employer reserves the right to conduct other ad hoc audits and inspections as deemed necessary. This will include site safety walks.

Page 319: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-308

(iii) Contractor’s Audits and Inspections

The contractor must conduct his own regular internal audits to verify compliance with his own OH&S management system, as well as with this specification. The contractor shall furthermore ensure that each subcontractor`s health & safety plan is being implemented by conducting periodic audits at intervals mutually agreed between the contractor and subcontractors, but at least once per month.

(iv) Inspections by OH&S Representative’s and other Appointees

OH&S representatives shall conduct weekly inspections of their areas of responsibility and report thereon to their foreman or supervisor whilst other appointees shall conduct inspections and report thereon as specified in their appointments e.g. vehicle, plant and machinery drivers, operators and users must conduct daily inspections before start-up.

(v) Recording and Review of Inspection Results

All the results of the abovementioned inspections shall be in writing, reviewed at OH&S committee meetings, endorsed by the chairman of the meeting and placed on the OH&S File.

(i) Accidents and Incident Investigation (General Admin istrative Regulation 9)

The contractor and his subcontractors shall coordinate their investigation of all accidents/incidents where employees and non-employees were injured to the extent that he/she/they had to be referred for medical treatment by a doctor, hospital or clinic. The results of the investigation shall be entered into an accident/incident register listed in sub-sub-clause E1002(d)(i). The affected subcontractor shall be responsible for the investigation of all minor and non-injury incidents as described in Section 24(1)(b) & (c) of the Act and keeping a record of the results of such investigations including the steps taken to prevent similar accidents in future.

(j) Reporting

The contractor shall provide the Employer with copies of all statutory reports required in terms of the Act within 7 days of the incident occurring. In addition, the contractor shall update monthly the Disabling Injury Frequency Ratio (DIFR) and display this information on a signboard at the site office.

(k) Medical certificate of fitness (Construction Re gulation 7 (1) (g) and 7 (8) The Contractor as well as subcontractor (where appointed) shall ensure that all their employees have a valid certificate of fitness, specific to the construction work to be performed and issued by an occupational health practitioner, in the form of Annexure 3 to Government Gazette No. 37305 of 7 February 2014.

E1003 OPERATIONAL CONTROL

(a) Operational Procedures

Each construction activity shall be assessed by the contractor so as to identify operational procedures that will mitigate against the occurrence of an incident during the execution of each activity. This specification requires the contractor: - to be conversant with all relevant Regulations; - to comply with their provisions; - to include them in his OH&S plan where relevant.

(b) Emergency Procedures

Page 320: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-309

Simultaneous with the identification of operational procedures (per sub-clause E1003(a) above), the contractor shall similarly identify and formulate emergency procedures in the event an incident does occur. The emergency procedures thus identified shall also be included in the contractor’s OH&S plan, and communicated as part of induction training. It is the responsibility of the first aid worker, together with the construction supervisor, to make an assessment regarding the severity of injuries and which actions are appropriate. For example: transfer to a medical facility by ambulance or helicopter.

(c) Personal & Other Protective Equipment (Sections 8/1 5/23 of the OH&S Act)

The contractor shall identify the hazards in the workplace and deal with them. He must either remove them or, where impracticable, take steps to protect workers and make it possible for them to work safely and without risk to health under the hazardous conditions. Personal protective equipment (PPE) should, however, be the last resort and there should always first be an attempt to apply engineering and other solutions to mitigating hazardous situations before the issuing of PPE is considered. Where it is not possible to create an absolutely safe and healthy workplace the contractor shall inform employees regarding this and issue, free of charge, suitable equipment to protect them from any hazards being present and that allows them to work safely and without risk to health in the hazardous environment. It is a further requirement that the contractor maintain the said equipment, that he instructs and trains the employees in the use of the equipment and ensures that the prescribed equipment is used by the employee/s. Employees do not have the right to refuse to use/wear the equipment prescribed by the Employer and, if it is impossible for an employee to use or wear prescribed protective equipment through health or any other reason, the employee cannot be allowed to continue working under the hazardous condition/s for which the equipment was prescribed but an alternative solution has to be found that may include relocating or discharging the employee. The contractor shall include in his OH&S plan the PPE he intends issuing to his employees for use during construction and the sanctions he intends to apply in cases of non-conformance by his employees. Conformance to the wearing of PPE shall be discussed at the weekly inspection meetings.

(d) Other Regulations

Wherever in the Construction Regulations or this specification there is reference to other regulations (e.g. Construction Regulation 24: Electrical Installations and Machinery on Construction Sites) the contractor shall be conversant with and shall comply with these regulations.

(e) Public Health & Safety (Section 9 of the OH&S Act)

The contractor shall, as far as is reasonably practicable, be responsible for ensuring that non-employees affected by the construction work are made aware of the dangers likely to arise from said construction work as well as the precautionary measures to be observed to avoid or minimise those dangers. This includes: • Non- employees entering the site for whatever reason • The surrounding community • Passers by to the site

Page 321: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-310

E1004 PROJECT/SITE SPECIFIC REQUIREMENTS

The following is a generic list of Risk Assessment and Site specific health and safety specification prepared by the Employer in terms of construction Regulation 5(1)(a) and 5(1)(f):

• Clearing and Grubbing of the area/site • Scaffolding

Access to areas that require the use of scaffolding shall be drawn and specified by the contractor for approval by the contractor’s Professional Engineer prior to the erecting of the scaffolding. Once scaffolding is erected, the contractor’s Professional Engineer must conduct an inspection approving the safe use of the scaffolding the scaffolding .

• Traffic Accommodation Flagmen/women need to direct traffic efficiently and the placing of Traffic cones, signage and barriers strategically under the directorship of the Traffic Safety Officer and in accordance to the Traffic Accommodation Plan that the contractor has drawn up for the Engineer’s approval.

• Office/s - Secure/safe storage for materials, plant and equipment - Ablutions - Sheltered eating area - Maintenance workshop - Vehicle access to the site - Temporary offices for Toll Road staff -

• Dealing with existing structures • Location of existing services – No services are envisaged however care shall be

taken not to damage existing services. Should an existing service be exposed then the contractor shall protect this service as far as possible.

• Installation and maintenance of temporary construction electrical supply, lighting and equipment

• Boundary and access control/public liability exposures (NB: the Employer is also responsible for the OH&S of non-employees affected by his/her work activities.)

• Health risks arising from neighbouring as well as own activities and from the environment e.g. threats by dogs, bees, snakes, lightning etc. It is important that a First Aid Kit be available at all times on site which shall be fully stocked with all the necessary ointments, bandages, etc.

• Protection against dehydration and heat exhaustion • Protection from wet and cold conditions • Dealing with HIV/Aids and other diseases • Use of portable electrical equipment including • Excavations including

- Trenching • Loading and offloading of trucks • Aggregate/sand and other materials delivery • Manual and mechanical handling • Lifting and lowering operations • Driving and operation of construction vehicles and mobile plant including

- Excavator - Bomag roller - Plate compactor - Front end loader - Parking of vehicles and mobile plant - Towing of vehicles and mobile plant

• Use and storage of flammable liquids and other hazardous substances e.g. petrol, diesel, cement, asphalt, bituminous materials and similar

• Layering and bedding • Backfilling of trenches • Protection against flooding • Gabion work

Page 322: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-311

• Protection from overhead power lines • As discovered by the contractor’s hazard identification exercise • As discovered from any inspections and audits conducted by the Employer or by

the contractor or any subcontractor on site • As discovered from any accident/incident investigation.

Page 323: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-312

.

__________________________________________________________________________________

PART C4: SITE INFORMATION __________________________________________________________________________________

Page 324: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-313

PART C4: SITE INFORMATION TABLE OF CONTENTS PAGE C4.1 DESCRIPTION OF THE WORKS .......................................................................... C-483

C4.2 DRAWINGS ............................................................................................................ C-484

C4.3 CAMP ESTABLISHMENT, POWER SUPPLY AND OTHER SERVICES ............. C-484

C4.4 CONSTRUCTION IN CONFINED AREAS ............................................................. C-484

C4.5 MANAGEMENT OF THE ENVIRONMENT ............................................................ C-484

C4.6 TRAFFIC ................................................................................................................. C-485

C4.7 SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY LIAISON485

C4.8 CLIMATE ................................................................................................................ C-485

C4.9 REQUIREMENTS OF THE OCCUPATIONAL HEALTH AND SAFETY ACT AND

REGULATIONS 2014 ............................................................................................. C-485

C4.10 SAFETY PROCEDURES ....................................................................................... C-485

C4.11 OTHER INFORMATION ......................................................................................... C-486

C4.12 AGREEMENT TO OCCUPY SANRAL’S PROPERTY ........................................... C-486

C4.13 APPENDICES......................................................................................................... C-487

APPENDIX 1: LOCALITY PLAN .................................................................................................... C-488

APPENDIX 2: WEATHER DATA ................................................................................................... C-489

APPENDIX 3: TRAFFIC DATA ...................................................................................................... C-490

APPENDIX 4: ROUGHNESS DATA .............................................................................................. C-491

APPENDIX 5: AGREEMENT TO OCCUPY SANRAL’S PROPERTY ........................................... C-492

APPENDIX 5.1: PLAN OF THE PROPERTY ................................................................................... C-497

APPENDIX 5.2: PRE-OCCUPATION INSPECTION FORM ............................................................ C-498

APPENDIX 5.3: PRE-TERMINATION INSPECTION ....................................................................... C-501

Page 325: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-314

Information Only All data and descriptions contained in this section of the contract documents are given for information purposes only and cannot be interpreted as prescriptive or as an instruction despite the fact that the text may give the opposit e perspective. If any conflict arises between the content of this section and other sections of t he contract documents, the latter take precedence. C4.1 DESCRIPTION OF THE WORKS

This contract involves the upgrade and refurbishment of toll plazas on the National Route 2 between section 26 (KM 15.80) and Section 28 (KM 42.6)

The following toll plazas and associated buildings form part of this contract.

Summary of Scope of works:

1. KING SHAKA TOLL PLAZA

• Protective coating on concrete columns, bull noses • Sealing of joint cracks on pavement

2. KING SHAKA ADMIN BUILDING

• Sealing of cracks on floors and walls • Concrete apron around building • Re-waterproofing of smoke area terrace • Epoxy basement floor area

3. OTHONGATHI MAIN LINE TOLL PLAZA AND RAMP PLAZAS

• Localised repairs to corroded bolts, gusset plates, members of canopy roof trusses • De-rust and paint canopy roof structure • De-rust and paint steel columns, tubular pipe sections, metal posts, load shifts etc. • Repainting of new jersy barriers, concrete bull noses, cabins • Seal cracks on road ways slabs • New road marking • New walkway from main line plaza to admin building • Replacement of fence with weld mesh on off-ramp and on-ramp plazas

4. OTHONGATHI ADMIN BUILDING

• Replace existing vinyl tiles with ceramic tiles • Cleaning of roof tile • Concrete apron/channel around building walls • Painting of facia, barge boards, and metal works • Ablution block in out building (converting bin/store room into in to ablution and small office)

5. MVOTI ADMIN BUILDING

• Replace existing vinyl tiles with ceramic tiles • Crack sealing on walls • Painting of palisade fence and steel gate • Sundry paint work

Page 326: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-315

6. MVOTI TOLL PLAZA

• Epoxy floor in tunnel • Crack sealing on roadway slab • Coating on concrete columns/slab • Re-paint tubular pipe sections, metal posts, load shifts etc. • Repainting of new jercy barriers, concrete bull noses, cabins • Water proofing of roof slab (trough slab) • New road marking

7. MANDENI ON RAMP & OFF RAMP PLAZAS

• Dismantle existing corroded canopy and roof structure and replace with reinforced concrete roof slab

• Crack sealing on roadway slab • Re-paint tubular pipe sections, metal posts, load shifts etc • New road marking • Replace fence with weld mesh • Replace block paving on approaches with reinforced concrete in vicinity of toll area (first

portion) 8. DOKODWENI ON RAMP & OFF RAMP PLAZAS

• Dismantle existing corroded canopy and roof structure and replace with reinforced concrete roof slab

• Crack sealing on roadway slab • Re-paint tubular pipe sections, metal posts, load shifts etc • New road marking • Replace fence with weld mesh • Replace block paving on approaches with reinforced concrete in vicinity of toll area (first

portion)

9. MTUNZINI ADMIN BUILDING

• Break existing cracked floor slabs and construct new floor slabs • New tile work - ceramic • Crack sealing on walls • Apron/channel around the building • Epoxy flooring on tunnel floor slab • Painting of palisade • Panting of rainwater goods, and metal works • Sundry paint work

Page 327: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-316

10. MTUNZINI MAIN LINE TOLL PLAZA & RAMP PLAZAS

• Localised repairs to corroded bolts, gusset plates, members of canopy roof trusses • De-rust and paint canopy roof structure • De-rust and paint steel columns, tubular pipe sections, metal posts, load shifts etc. • Repainting of new jercy barriers, concrete bull noses, cabins • Seal cracks on road ways slabs • New walkway • New road marking • Replacement of fence on off-ramp and on-ramp plazas.

C4.2 DRAWINGS

The drawings that form part of the tender document are issued for tender purposes only. The contractor will be supplied with one set of paper prints plus a CD containing all the construction documentation. Only figured dimensions may be used and drawings may not be scaled unless so instructed by the engineer. The engineer will supply all figured dimensions omitted from the drawings.

C4.3 CAMP ESTABLISHMENT, POWER SUPPLY AND OTHER SER VICES

The contractor is to make his own arrangements concerning the supply of electrical power and all other services. No direct payment will be made for the provision of electrical and other services. The cost thereof is deemed to be included in the rates and amounts tendered for the various items of work for which these services are required. Only one site camp shall be allowed. The contractor may specify to provide a suitable site for his camp and for accommodating his labourers.

C4.4 CONSTRUCTION IN CONFINED AREAS

It will be necessary for the contractor to work within confined areas. In certain places the width of the fill material and pavement layers may decrease to zero and the working space may be confined. The method of construction in these confined areas largely depends on the contractor’s constructional plant. Regardless, measurement and payment will be in accordance with the specified cross-sections and dimensions only, irrespective of the method used for achieving these cross-sections and dimensions. It is deemed that the rates tendered in the Pricing Schedule include full compensation for all special equipment and construction methods and for all difficulties encountered when working in confined areas and narrow widths, and at or around obstructions. No extra payment will be made nor will any claim for additional payment be considered in such cases. (Refer to project specification sub-clause B1209(g)).

C4.5 MANAGEMENT OF THE ENVIRONMENT

The contractor will be responsible for construction according to an environmental management plan in terms of Section C1000 Scope of Works. The contractor must take the utmost care to minimise the impact of his establishment and other construction activities on the environment and must adhere to the requirements as set out in Section C of the Scope of Works. Where the contractor fails to adhere to these requirements the specifications in Section C of the Scope of Works provide the methodology and cost liability of remedy.

Page 328: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-317

C4.6 TRAFFIC

The contractor shall take into account the traffic on N2 and on off ramps and on ramps passing through the toll plazas. Repairs will have to occur in phases at the Toll Plazas. Accommodation of traffic will form an integral part of the contract due to the daily operations of the toll roads. As many toll booths as possible must be kept open at each toll plaza for traffic during the construction. Items such as repair works and painting of canopies, columns etc. will require to work in sections. 2 to 4 lanes must be kept open at all times depending upon intensity of the traffic.

It must be noted that Dokodweni and Mandeni Ramp Plazas are single lane plazas. This lane must be kept open at all times, While replacing steel canopy with concrete canopy at these plazas, the formwork should be designed such that it accomadates for one traffic lane being open at all times, It means that one traffic lane is open all the time during construction. It must be noted that Tongaat Ramp Plazas is a single lane plaza. This lane must be kept open at all times during construction. Similarly on administration buildings, partial sections of the buildings shall be allocated for repair works at a time to the contractor.

C4.7 SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COM MUNITY LIAISON

The South African National Roads Agency SOC Limited is committed to the implementation of Government’s policies and in turn expects the same from its contractors. Accordingly, it is a requirement of this project that tenderers are familiar with the specifications that relate to the transformation of the construction industry through the following: (i) adherence to the policies of the Reconstruction and Development Programme and

other similar Government initiatives, (ii) employment and/or creation of Targeted Enterprises, (iii) arrangement of generic skills, engineering skills and entrepreneurial skills training

programmes for which provision has been made in the Pricing Schedule, (iv) construction using labour maximisation principles and, (v) active participation with community-based structures.

Tenderers should note that liaison with adjacent communities via active participation with their leaders and constituted organisations and forums, as well as employment of their people, are essential parts of the project. A provisional sum to cover costs incurred by members of the community in the liaison process has also been included in the Pricing Schedule. Section D of the Scope of Works covers the contractor’s requirements in detail, as well as defining the targets that comprise the Contract Participation Goal (CPG). “Although it is not a requirement on this contract that the contractor actively pursues participation within local communities adjacent to the project, awareness of the need to bring work opportunities to the nearest indigent populations remains a priority”

C4.8 CLIMATE THE CLIMATIC DATA FOR KWADUKUZA (STANGER) STATION I S SHOWN BELOW:

Page 329: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-318

C4.9 REQUIREMENTS OF THE OCCUPATIONAL HEALTH AND SA FETY ACT AND

REGULATIONS 2014

Refer to Section E of the Scope of Works for general requirements in terms of the OH&S requirements.

Climate data for KwaDukuza (Stanger)

Month Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Year

TE

MP

.

Record high °C

40 43 41 38 39 37 35 39 43 41 41 41 43

Average high °C

28.4 28.7 28.3 26.5 24.8 23.2 22.8 23.8 24.6 25.2 26.2 27.8 25.86

Daily mean °C

24.2 24.5 23.9 21.8 19.4 17.3 16.9 18.2 19.6 20.8 21.9 23.5 21

Average low °C

20.1 20.4 19.5 17.1 14.1 11.5 11.1 12.6 14.6 16.4 17.7 19.3 16.2

Record low °C

16 15 15 11 6 5 6 6 5 10 7 14 5

Precipitation mm

118 120 125 72 60 37 33 41 60 92 114 119 991

Page 330: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-319

C4.13 APPENDICES Appendix 1: Locality Plan

Appendix 2: Drawings

Page 331: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-320

APPENDIX 1: LOCALITY PLAN

Page 332: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-321

APPENDIX 2: DRAWINGS Following drawings and any other drawings or details issued during tender and/or construction stage shall form part of the contract. Drawings are not bound with the documents. It will be issued separately. Description Drawing Number

0 COVER-SANRAL

1 Dokodweni On & Off Ramp Toll Plaza – New concrete canopy layout

DK_TL_2014 07_ST_01

2 Mandeni On & Off Ramp Toll Plaza – New concrete canopy layout

MD_TL_2014 07_ST_01

3 King Shaka Toll Plaza – Existing Building Plan KS_BD_2014 07_ST_02 4 King Shaka Toll Plaza – Site Plan – Existing KS_AD_2014 07_ST_01 5 Mvoti Toll Plaza – Existing Admin Building Site Plan MV_AD_2014 07_ST_01 6 Mvoti Toll Plaza – Existing Admin Building MV_AD_2014 07_ST_02 7 Tongaat Off Ramp Toll Plaza – North bound Ramp – Existing

Canopy TOR_TL_2014 07_ST_06a

8 Tongaat On Ramp Toll Plaza – South bound Ramp – Existing Canopy

TOR_TL_2014 07_ST_06b

9 Dokodweni Off Ramp Plaza – Existing Canopy Details DK_TL_2014 07_ST_01a 10 Dokodweni On Ramp Plaza – Existing Canopy Details DK_TL_2014 07_ST_01b 11 Tongaat Toll Plaza – Covered Walkway Details TO_AD_2014 07_ST_07 12 Ablution Block & Septic Tank Details TO_AD_2014 07_ST_05 13 Mandeni Off Ramp Plaza – Existing Canopy Details MN_TL_2014 07_ST_01a 14 Mandeni On Ramp Plaza – Existing Canopy Details MN_TL_2014 07_ST_01b 15 Typical details for ladder, underpinning & V drain BD_TY_2014 07_ST 08 16 Mtunzini Main line Toll Plaza – Existing Canopy layout MT_TL_2014 07_ST_02 17 Mtunzini On Ramp – Existing Canopy details MT_TLR_2014 07_ST_03b 18 Mtunzini Off Ramp - Existing Canopy details MT_TLR_2014 07_ST_03a 19 Road layout at Mandeni North & South bound ramps 2014 07_LP_02 20 Mtunzini Toll – Existing Admin Building –Layout & details MT_AD_2014 07_ST_01 21 Tongaat Toll Plaza - Existing canopy layout TO_TL_2014 07_ST_03 22 Tongaat Toll Plaza – Existing canopy & connection details TO_TL_2014 07_ST_04 23 Road layout at Dokodweni North & South bound ramps 2014 07_LP_01 24 Mvoti Main line Toll Plaza – Existing Concrete Canopy Layout MV_TL_2014 07_ST_01 25 oThongathiToll – Site Layout TO_TL_2014 07_ST_01 26 oThongathi – Existing Admin Building Layout TO_AD_2014 07_ST_02

Page 333: THE SOUTH AFRICAN NATIONAL ROADS AGENCY … DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016 T-1 THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N002-268-2014/1

PROFORMA DOCUMENT FOR CONSTRUCTION VERSION 19.DOC 1 February 2016

C-322