Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q...

37
Ekurhuleni Metropolitan Municipality 169 EKURHULENI METROPOLITAN MUNICIPALITY DEPARTMENT NAME: WATER AND SANITATION CONTRACT NO: A-WS 06-2017 FOR THE APPOINTMENT OF A CONTRACTOR FOR THE SUPPLY, INSTALLATION, REPAIR, REPLACEMENT AND COMMISSIONING OF PRESSURE CONTROL VALVES AND NETWORK VALVES IN EKURHULENI METROPOLITAN MUNICIPALITY, ON AN AS AND WHEN BASIS, FROM 01 JULY 2017 UNTIL 30 JUNE 2020. PART C3 SCOPE OF WORKS CONTENTS PAGE(S) C3.1 DESCRIPTION OF WORKS C3.1.1 EMM's objectives C3.1.2 Overview of the Works C3.1.3 Extent of Works C3.1.4 Location of the Works C3.1.5 Temporary Works C3.2 ENGINEERING C3.2.1 Design C3.2.2 EMM's Design C3.2.3 Contractor's Design C3.2.4 Drawings C3.2.5 Design procedure C3.3 PROCUREMENT C3.3.1 Preferential Procurement C3.3.2 Subcontracting C3.4 CONSTRUCTION C3.4.1 Works specifications C3.4.2 Site establishment C3.4.3 Plant & Materials C3.4.4 Construction equipment C3.4.5 Existing services C3.4.6 Variations and additions to SABS 1200 Standardized specifications and particular specifications C3.5 MANAGEMENT OF THE WORKS C3.5.1 Generic Specification

Transcript of Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q...

Page 1: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 169

EKURHULENI METROPOLITAN MUNICIPALITY DEPARTMENT NAME: WATER AND SANITATION CONTRACT NO: A-WS 06-2017 FOR THE APPOINTMENT OF A CONTRACTOR FOR THE SUPPLY, INSTALLATION, REPAIR, REPLACEMENT AND COMMISSIONING OF PRESSURE CONTROL VALVES AND NETWORK VALVES IN EKURHULENI METROPOLITAN MUNICIPALITY, ON AN AS AND WHEN BASIS, FROM 01 JULY 2017 UNTIL 30 JUNE 2020. PART C3 SCOPE OF WORKS

CONTENTS

PAGE(S) C3.1 DESCRIPTION OF WORKS C3.1.1 EMM's objectives C3.1.2 Overview of the Works C3.1.3 Extent of Works C3.1.4 Location of the Works C3.1.5 Temporary Works C3.2 ENGINEERING C3.2.1 Design C3.2.2 EMM's Design C3.2.3 Contractor's Design C3.2.4 Drawings C3.2.5 Design procedure C3.3 PROCUREMENT C3.3.1 Preferential Procurement C3.3.2 Subcontracting C3.4 CONSTRUCTION C3.4.1 Works specifications C3.4.2 Site establishment C3.4.3 Plant & Materials C3.4.4 Construction equipment C3.4.5 Existing services C3.4.6 Variations and additions to SABS 1200 Standardized specifications and particular specifications C3.5 MANAGEMENT OF THE WORKS C3.5.1 Generic Specification

Page 2: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 170

C3.5.2 Particular Specifications C3.6 HEALTH AND SAFETY C3.6.1 Health and Safety requirements and procedures C3.6.2 Protection of the Public C3.6.3 Barricades and lighting C3.6.4 Traffic control on roads C3.6.5 Measures against disease and epidemics C3.6.6 Aids awareness

Page 3: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 171

STATUS In the event of any discrepancy between the Scope of Works and a part or parts of the SABS 1200 Standardized Specifications, the Bill of Quantities or the Drawings, the Project Specifications shall take precedence and prevail in the Contract. C3.1 DESCRIPTION OF THE WORKS C3.1.1 EMM’S OBJECTIVES The Employer’s objectives are to: i) Repair, replace and commission pressure control valves and network valves. ii) Install area (zone) valve and remove/disable network valves. The challenges encountered is the Ekurhuleni is

a joining of different individual local authorities with different water management policies. Left and right hand closing valves scatted in one town, closed valves, lost valves and bad maintained vales influence service delivery.

iii) Job creation and the maximum retention of project expenditure within the local community through the employment of local labour, local subcontractors and sourcing from local material suppliers. Labour intensive works comprise the activities described in Clause C3.4.3 Labour Based Construction. Such works shall be constructed using local workers who are temporarily employed in terms of this Scope of Works.

MINIMUM REQUIREMENTS Technical Experts Minimum Criteria Project Manager / Site Agent / Site Engineer x1

National Diploma/B-tech or B degree in Civil Engineering 5 years or more relevant experience

Artisan / pipe layer x 1 Plumbers certificate issued by the Department of Labour 1 year or more relevant experience in construction/built environment

General Requirements Bidder’s previous experience

Bidders must have completed a minimum of 2 relevant projects over the last 5 years. The prospective bidder must submit/attach with this bid copies of completion certificates or other proof that the projects and all contractual obligations for a minimum of 2 relevant projects were completed to the satisfaction of the client(s), with contact details of projects completed.

ATTACH CV’s with proof of qualifications and professional registration, where necessary, for each personnel. Failure to submit the above minimum requirement will render your bid non-responsive C3.1.2 OVERVIEW OF THE WORKS The Works will comprise the construction of the following civil engineering infrastructure and related services:

i) Repair/replace pressure control valves. Smart PRV's will also be installed ii) Excavate, installation of zone valves with appropriate valve chamber. iii) Expose ALL network valves and ensure that valves are open or closed (depending on master plan)

and to decommission the valve with a concrete slab over it. vi) Install zone water meters with remote logging. v) Maintenance of the installations for one year.

Page 4: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 172

The bidder will also be responsible for the acquiring of wayleaves.

C3.1.3 EXTENT OF WORKS The Works to be carried out by the Contractor under this Contract comprise mainly the following: i) The repair service or replacement of some 180 PVR/Pressure sustaining/Flow control and Level control valves. These valves are spread over Ekurhuleni with pressures that vary from 5 Barr to 18 Barr. (Contractors MUST have experience, registered plumbers to work on this network)

ii) Install smart PRV's to reduce the pressure during low flow. iii) Securing the installation. Structures to ensure the installation. iv) Correction of defects in the Works in accordance with the requirements specified in the Contract

Documents. This description of the Works is not necessarily complete and shall not limit the work to be carried out by the Contractor under this Contract. Approximate quantities of each type of work are given in the Schedule of Quantities. C3.1.4 LOCATION OF THE WORKS The location of the site is the Ekurhuleni area. C3.2 ENGINEERING C3.2.1 DESIGN (a) The EMM design is given in the set of drawings provided with this document.

(b)The Contractor shall supply all details necessary to assist the Engineer in the compilation of the as-built drawings. C3.2.2 CONTRACTOR'S DESIGN The Contractor is not responsible for the design. C3.2.3 DRAWINGS The Contractor shall ensure that accurate as-built records are kept of all infrastructure installed or relocated

during the contract. The position of pipe bends, junction boxes, duct ends and all other underground infrastructure shall be given by either co-ordinates, or stake value and offset. Where necessary, levels shall also be given. A marked-up set of drawings shall also be kept and updated by the Contractor. This information shall be incorporated into the contractor’s as-built drawings. The reduced drawings that form part of the bid document shall be used for bid purposes only. The Contractor will be supplied by his consulting engineer with at least an unreduced 0,05mm thick transparent polyester print of each of the final drawings, and the Contractor shall make any additional prints he may require at his own cost.

Page 5: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 173

Only figured dimensions shall be used and drawings shall not be scaled unless so instructed by the consulting engineer. The designer will supply all figured dimensions omitted from the drawings. The Contractor is to make available paper copies or electronic format of drawings issued for construction bearing the consulting engineer’s signature, for inspection purposes, as and when requested by the Employer.

The drawings listed hereunder, bound into this document refer to the work described in this contract.

These drawings are for bid purposes only and all design drawings, including detail drawings and standard detail drawings are to be approved by the Employer prior to construction. The Contractor’s design engineer shall submit the following plans to the Water and Sanitation Department for scrutiny and approval: Locality Plan Layout Plans Long Sections General Details A duplicate set of drawings submitted for approval must be supplied on A3 and electronic CAD format for the Employer’s records. All as-built/record drawings in possession of the Contractor must be submitted to the Engineer's Representative before a Certificate of Completion will be issued. The drawings submitted for approval must be signed by the consulting engineer. The drawings which are approved and signed by consulting engineer should be of a manageable and legible size (preferably A1).

C3.3 PROCUREMENT C3.3.1 PREFERENTIAL PROCUREMENT C3.3.1.1 Requirements The general requirements pertaining to preferential procurement are set out in Section 2.3.3 of Part T2.3 of this document. Acceptable bids will be evaluated by using a system that awards points on the basis of 90 points for bid price and 10 points for the BEE rating. C3.3.2 SUBCONTRACTING

Drawing Rev Type Quantity Description No No Size

Page 6: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 174

C3.3.2.1 Scope of mandatory subcontract works Not applicable C3.3.2.2 Preferred subcontractors/suppliers Not applicable C3.3.2.3 Subcontracting procedures Not applicable C3.3.2.4 Attendance on subcontractors As per General Conditions of Contract and in compliance with Clause 4.4.3. C3.4 CONSTRUCTION C3.4.1 WORKS SPECIFICATIONS C3.4.1.1 Applicable SABS 1200 Standardized Specifications The following SABS 1200 Standardized Specifications for civil engineering construction are applicable: SABS 1200 A : General (1986) SABS 1200 AB : Engineer's office (1986) SABS 1200 C : Site clearance (1980) SABS 1200 D : Earthworks (1988) SABS 1200 DA : Earthworks (small works) SABS 1200 DB : Earthworks (pipe trenches) (1989) SABS 1200 GA : Concrete (small works) SABS 1200 L : Medium-pressure pipelines (1983) SABS 1200 LB : Bedding (pipes) (1983) SABS 1200 LD : Sewers (1982) SABS 1200 LE : Stormwater drainage

The term "project specification" must be replaced by "scope of works" wherever it appears in these standardized specifications. C3.4.1.2 Particular Specifications The following Particular Specifications for work not covered by the SABS 1200 Standardized Specifications are also included hereunder: PLI : Generic Labour Intensive Specification C3.4.1.3 Variations and Additions to the SABS 1200 Standardized Specifications Variations and additions to the following SABS 1200 Standardized Specifications listed in C3.4.1 are given in section C3.4.6. C3.4.2 SITE ESTABLISHMENT C3.4.2.1 Permits and wayleaves

Page 7: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 175

The Contractor shall be responsible to obtain all the wayleave required under this Contract. A separate payment item has been included under Section 1200 A of the Schedule of Quantities to compensate the Contractor for all his expenses to obtain the wayleave. The wayleave to be obtained by the Contractor consists mainly of the following: C3.4.2.2 Features requiring special attention (a) Site maintenance During progress of the work and upon completion thereof, the Site of the Works shall be kept and left in a clean and orderly condition. The Contractor shall store materials and equipment for which he is responsible in an orderly manner, and shall keep the Site free from debris and obstructions. The Contractor shall be responsible to mow grass and vegetation on the site and remove and dispose of all grass and vegetation cuttings if so directed by the Employer during the execution of the Works and on completion thereof. (b) Testing and quality control (I) CONTRACTOR TO ENGAGE SERVICES OF AN INDEPENDENT LABORATORY Notwithstanding the requirements of the Specifications pertaining to testing and quality control, the Contractor shall engage the services of an approved independent laboratory to undertake all testing of materials, the results of which are specified in, or may reasonably be inferred from, the Contract. These results will be taken into consideration by the Engineer in deciding whether the quality of materials utilised and workmanship achieved by the Contractor comply with the requirements of the Specifications. The aforegoing shall apply irrespective of whether the specifications indicate that the said testing is to be carried out by the Engineer or by the Contractor. The Contractor shall be responsible for arranging with the independent testing laboratory for the timeous carrying out of all such testing specified in the Contract, at not less than the frequencies and in the manner specified. The Contractor shall promptly provide the Engineer with copies of the results of all such testing carried out by the independent laboratory. For the purposes of this clause, an "independent laboratory" shall mean an "approved laboratory" (as defined in subclause PSA 7.2) which is not under the management or control of the Contractor and in which the Contractor has no financial interest, nor which has any control or financial interest in the Contractor. (II) ADDITIONAL TESTING REQUIRED BY THE ENGINEER In addition to the provisions of subclause C3.4.2.5(b)(i): Contractor to engage services of an independent laboratory, the Engineer shall be entitled at times during the Contract to require that the Contractor arrange with the independent laboratory to carry out any such tests, additional to those described in subclause C3.4.2.5(b)(i), at such times and at such locations in the Works as the Engineer shall prescribe. The Contractor shall promptly and without delay arrange with the independent laboratory for carrying out all such additional testing as required by the Engineer, and copies of the test results shall be promptly submitted to the Engineer. (III) COSTS OF TESTING (a) Tests in terms of subclause C3.4.2.5(c)(i) The costs of all testing carried out by the independent laboratory in accordance with the requirements of subclause C3.4.2.5(c)(i), above shall be borne by the Contractor and shall be deemed to be included in the bidded rates and prices for the respective items of work as listed in the Schedule of Quantities and which require testing in terms of the

Page 8: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 176

Specifications. No separate payments will be made by the Employer to the Contractor in respect of any testing carried out in terms of subclause C3.4.2.5(c)(i). Where, as a result of the consistency of the materials varying or as a result of failure to meet the required specifications for the work, it becomes necessary to carry out additional tests (eg re-tests on rectified work and/or replacement materials), the costs of such additional testing shall be for the Contractor’s account. (b) Additional tests required by the Engineer The costs of any additional tests required by the Engineer in terms of subclause C3.4.2.5(b)(i): Additional testing required by the Engineer, shall be reimbursed to the Contractor against substitution of the Provisional Sum allowed therefore in the Schedule of Quantities; provided always that the costs of any such additional tests ordered by the Engineer, the results of which indicate that the quality of the materials utilised and/or the standard of workmanship achieved are/is not in accordance with the specifications, shall not be reimbursable to the Contractor. (c) Subcontractors All matters pertaining to subcontractors (including Nominated Subcontractors) and the work executed by them shall be dealt with directly between the Engineer and the Contractor in the context of all subcontract work being an integral part of the Works for which the Contractor is responsible. The Engineer will not liaise directly with any subcontractors nor will he issue instructions concerning the subcontract works directly to any subcontractor. All matters arising from the subcontract agreements shall be dealt with directly between the Contractor and the subcontractors and the Engineer will not become involved. (d) Opening up and closing down of designated borrow pits Measurement and payment for opening up and closing down designated borrow pits, including removing and stockpiling overburden and restoring the Site, shall be made under item 8.3.4 of SABS 1200 D. This item applies to all borrow material required under this Contract. The requirements of subclause 5.2.2.2 of SABS 1200 D regarding the opening up, maintenance and closing down of borrow pits shall be adhered to. (e) Access to properties The Contractor shall organise the work to cause the least possible inconvenience to the public and to the property owners adjacent to or affected by the work, and except as hereunder provided, shall at all times provide and allow pedestrian and vehicular access to properties within or adjoining or affected by the area in which he is working. In this respect the Contractor's attention is drawn to Clause 17.1 of the Conditions of Contract. If, as a result of restricted road reserve widths and the nature of the work, the construction of bypasses is not feasible, construction shall be carried out under traffic conditions to provide access to erven and properties. Notwithstanding the aforegoing, the Contractor may, with the prior approval of the Engineer (which approval shall not be unreasonably withheld), make arrangements with and obtain the acceptance of the occupiers of erven and properties to close off part of a street, road, footpath or entrance temporarily, provided that the Contractor duly notifies the occupiers of the intended closure and its probable duration, and reopens the route as punctually as possible. Where possible, such streets, roads, footpaths and entrances shall be made safe and reopened to traffic overnight. Such closure shall not absolve the Contractor from his obligations under

Page 9: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 177

the Contract to provide access at all times. Barricades, traffic signs, drums and other safety measures appropriate to the circumstances shall be provided by the Contractor to suit the specific conditions. (f) Existing residential areas Electricity and water supply interruptions in existing residential areas shall be kept to a minimum. The Engineer's approval shall be obtained prior to such interruptions and residents shall be notified in writing at least 24 hours but not more than 48 hours in advance. Supplies shall be normalised by 16:00 on the same day. (g) Labour-intensive competencies of supervisory and management staff Contractor having a CIDB contractor grading designation of 5CE and higher shall only engage supervisory and management staff in labour intensive works who have either completed, or for the period 1 April 2004 to 30 June 2006, are registered for training towards, the skills programme outlined in Table 1. The managing principal of the contractor, namely, a sole proprietor, the senior partner, the managing director or managing member of a close corporation, as relevant, having a contractor grading designation of 1CE, 2CE, 3CE and 4CE shall have personally completed, or for the period 1 April 2004 to 30 June 2006 be registered on a skills programme for the NQF level 2. All other site supervisory staff in the employ of such contractors must have completed, or for the period 1 April 2004 to 30 June 2006 be registered on a skills programme, for the NQF level 2 unit standards or NQF level 4 unit standards. Table 1: Skills programme for supervisory and management staff Personnel NQF level Unit standard titles Skills programme description

Team leader / supervisor 2 Apply Labour-intensive Construction systems and Techniques to Work Activities This unit standard must be completed, and Use Labour -intensive Construction Methods to Construct and Maintain Water and Sanitation Services

Foreman / supervisor 4 Implement Labour-intensive Construction systems and Techniques This unit standard must be completed, and Use Labour-intensive Construction Methods to Construct and Maintain Water and Sanitation Services

Site Agent / Manager (ie the contractor's most senior representative who is resident on the site)

5 Manage Labour-intensive Construction Processes Skills Programme against this single unit standard

(h) Employment of unskilled and semi-skilled workers in labour-intensive works (I) REQUIREMENTS FOR THE SOURCING AND ENGAGEMENT OF LABOUR (1) Unskilled and semi-skilled labour required for the execution of all labour-intensive works shall be engaged strictly in accordance with prevailing legislation and SANS 1914-5, Participation of Targeted Labour. 13 (2) The rate of pay set for the SPWP is as determined by Department of Labour. (3) Tasks established by the contractor must be such that: (aa) the average worker completes 5 tasks per week in 40 hours or less; and (bb) the weakest worker completes 5 tasks per week in 55 hours or less. (4) The Contractor must revise the time taken to complete a task whenever it is established that the time taken to complete a weekly task is not within the requirements of 1.1.3.

Page 10: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 178

(5) The Contractor shall, through all available community structures, inform the local community of the labour-intensive works and the employment opportunities presented thereby. Preference must be given to people with previous practical experience in construction and/or who come from households: (aa) where the head of the household has less than a primary school education; (bb) that have less than one full-time person earning an income; (cc) where subsistence agriculture is the source of income; (dd) those who are not in receipt of any social security pension income. (6) The contractor must provide monthly statistics to the EMM indicating the number of new jobs created through this contract. This statistic must be provided with each monthly payment certificate using Councils electronic prescribed format, which will be provided by the Project Manager of this project to the successful bidder. Failure to provide the required statistics Council may withhold payment. (II) SPECIFIC PROVISIONS PERTAINING TO SANS 1914-5 (1) Definition Targeted labour: Unemployed persons who are employed as local labour on the project. (2) Contract participation goals (aa) There is no specified contract participation goal for the contract. The contract participation goal shall be measured in the performance of the contract to enable the employment provided to targeted labour to be quantified. (bb) The wages and allowances used to calculate the contract participation goal shall, with respect to both time-rated and task-rated workers, comprise all wages paid and any training allowance paid in respect of agreed training programmes. (3) Terms and conditions for the engagement of targeted labour Further to the provisions of clause 3.3.2 of SANS 1914-5, written contracts shall be entered into with targeted labour. 14 (4) Variations to SANS 1914-5 (aa) The definition for net amount shall be amended as follows: Financial value of the contract upon completion, exclusive of any value-added tax or sales tax which the law requires the employer to pay the contractor. (bb) The schedule referred to in 5.2 shall in addition reflect the status of targeted labour as women, youth and persons with disabilities and the number of days of formal training provided to targeted labour. (III) TRAINING OF TARGETED LABOUR (1) The Contractor shall provide all the necessary on-the-job training to targeted labour to enable such labour to master the basic work techniques required to undertake the work in accordance with the requirements of the contract in a manner that does not compromise worker health and safety. (2) The cost of the formal training of targeted labour, will be funded by the provincial office of the Department of Labour. This training will take place as close to the project site as practically possible. The Contractor must access this training by informing the relevant provincial office of the Department of Labour in writing, within 14 days of being awarded the contract, of the likely number of persons that will undergo training and when such training is required. The Employer must be furnished with a copy of this request. (3) A copy of this training request made by the contractor to the DOL provincial office must also be faxed to the EPWP Training Director in the Department of Public Works – Cinderella Makunike, Fax: 012 328 6820 or email [email protected], Tel: 083 677 4026. (4) The contractor shall be responsible for scheduling the training of workers and shall take all reasonable steps to ensure that each beneficiary is provided with a minimum of six

Page 11: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 179

(6) days of formal training if he/she is employed for 3 months or less and a minimum of ten (10) days if he/she is employed for 4 months or more. (5) The Contractor shall do nothing to dissuade targeted labour from participating in training programmes. (6) An allowance equal to 100% of the task rate or daily rate shall be paid by the Contractor to workers who attend formal training, in terms of 1.3.4 above. (7) Proof of compliance with the requirements of 1.3.2 to 1.3.6 must be provided by the Contractor to the Employer prior to submission of the final payment certificate. (i) LOCAL LABOUR AND TRAINING The Bidder shall limit the utilisation of his permanently employed personnel to Key Personnel, such as Bids Managers, Site Agents, Foremen, Supervisors, Plant Operators, Materials and Survey Technicians, Trainers, Buyers, Storemen and the like should such expertise not be available out of the community. All other personnel and labourers shall be recruited locally (Duduza area). The Bidder shall make maximum use of the human resources existing in the local community. The bidders shall apply to the employment labour desk, conveyed by the Steering Committee for details of those labourers who are available in the area of work and he shall provide preference to those labourers identified by the Steering Committee. Formal structured skills training of labour in certain fields have been done. The bidder shall utilise trained labour in all instances. The employment of labour from outside the local area will only be considered and permitted by the Engineer in the event of: a) the unavailability of sufficient numbers of local labourers to execute the work; b) the unavailability within the local community of the required skills necessary for the execution of specific portion of work, and where the completion period does not permit the creation of the necessary skills through training. In both cases the Bidder shall prove to the satisfaction of the Engineer that he has exercised his best endeavours and taken all reasonable actions to recruit local labour. The bidder shall maintain accurate and comprehensive daily records of all labour engaged on the bid and shall submit to the Engineer at two weekly intervals detailed labour returns substantiating the actual numbers of labourers employed, the amounts actually paid in respect thereof, and details of the various activities undertaken by the labourers. The employment of casual labour will be done in co-operation with community leaders and local structures. The bidder shall ensure that all remuneration paid to employees is in line with the relevant sectorial determination in terms of the Basic Conditions of Employment Act, No 75 of 1997, as determined by the Department of Labour. (j) Monthly statements and payment certificates The statement to be submitted by the Contractor in terms of Clause 49 of the Conditions of Contract shall be prepared by the Contractor at his own cost, strictly in accordance with the standard payment certificate prescribed by the Engineer, in digital electronic computer format. The Contractor shall, together with a copy of the digital electronic computer file of the statement, submit two (2) A4 size paper copies of the statement. For the purposes of the Engineer’s payment certificate, the Contractor shall subsequently be responsible, at his own cost, for making such adjustments to his statement as may be required by the Engineer for the purposes of accurately reflecting the actual quantities and amounts which the Engineer deems to be due and payable to the Contractor in the payment certificate. The Contractor shall, at his own cost, make the said adjustments to the statement and return it to the Engineer within three (3) normal workings days from the date on which the Engineer communicated to the Contractor the adjustments required. The Contractor shall submit to the Engineer five (5) sets of A4 size paper copies of such adjusted statement, together with a copy of the electronic digital computer file thereof.

Page 12: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 180

Any delay by the Contractor in making the said adjustments and submitting to the Engineer the requisite copies of the adjusted statement for the purposes of the Engineer’s payment certificate will be added to the times allowed to the Engineer in terms of Subclause 49.4 of the Conditions of Contract to submit the signed payment certificate to the Employer and the Contractor. Any such delay will also be added to the period in which the Employer is required to make payment to the Contractor. (k) Construction in restricted areas Working space is sometimes restricted. The construction method used in these restricted areas largely depends on the Contractor's Plant. Notwithstanding, measurement and payment will be strictly according to the specified cross-sections and dimensions irrespective of the method used, and the rates and prices bidded will be deemed to include full compensation for any difficulties encountered by the Contractor while working in restricted areas. No extra payment nor any claim for payment due to these difficulties will be considered. (l) Notices, signs, barricades and advertisements All notices, signs and barricades, as well as advertisements, may be used only if approved by the Engineer. The Contractor shall be responsible for their supply, erection, maintenance and ultimate removal and shall make provision for this in his bidded rates. The Engineer shall have the right to instruct the Contractor to move any sign, notice or advertisement to another position, or to remove it from the Site of the Works if in his opinion it is unsatisfactory, inconvenient or dangerous. (m) Workmanship and quality control The onus to produce work that conforms in quality and accuracy of detail to the requirements of the Specifications and Drawings rests with the Contractor, and the Contractor shall, at his own expense, institute a quality control system and provide suitably qualified and experienced engineers, foremen, surveyors, materials technicians, other technicians and technical staff, together with all transport, instruments and equipment to ensure adequate supervision and positive control of the Works at all times. The cost of supervision and process control, including testing carried out by the Contractor, will be deemed to be included in the rates bidded for the related items of work. The Contractor's attention is drawn to the provisions of the various Standardized Specifications regarding the minimum frequency of testing required. The Contractor shall, at his own discretion, increase this frequency where necessary to ensure adequate control. On completion and submission of every part of the work to the Engineer for examination and measurement, the Contractor shall furnish the Engineer with the results of the relevant tests, measurements and levels to demonstrate the achievement of compliance with the Specifications. C3.4.2.3 Extension of time due to abnormal rainfall (a) Extension of time in respect of delays resulting from wet climatic conditions on the Site will only be considered in respect of abnormally wet climatic conditions and shall be determined for each calendar month or part thereof, in accordance with the formula given below: V = (Nw - Nn) + (Rw - Rn)/X in which formula the symbols shall have the following meanings: V = Potential extension of time in calendar days for the calendar month under consideration: If V is negative and its absolute value exceeds Nn, then V shall be taken as equal to minus Nn. When the value of V for any month exceeds the number of days in the particular month, V will be the number of days in the month. Nw = Actual number of days in the calendar month under consideration on which a rainfall of Y mm or more was recorded on the Site Nn = Average number of days, derived from existing records of rainfall in the region of the Site, on which a rainfall of Y mm or more was recorded for the calendar month

Page 13: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 181

Rw = Actual rainfall in mm recorded on the Site in an approved rain gauge for the calendar month under consideration Rn = Average rainfall in mm for the calendar month, derived from existing records of rainfall in the region of the Site The factor (Nw - Nn) shall be deemed to be a fair allowance for variations from the average number of days during which the rainfall exceeds Y mm. The factor (Rw - Rn)/X shall be deemed to be a fair allowance for variations from the average number of days during which the rainfall did not exceed Y mm but wet conditions prevented or disrupted work. (b) The rainfall records at rainfall station number 0476762A3 (Springs) for the period 1998 to 2015 are reproduced in the accompanying table, and the monthly averages (Rn and Nn) for this period shall, for the purposes of this Contract be taken as normal and as the values to be substituted for Rn and Nn in the formula above. The values of X and Y shall be 20 and 10 respectively. The potential extension of time V has been calculated for each month and year of the period concerned to indicate the possible effect of the rainfall formula. The values of V were obtained by applying the rainfall formula and using the actual rainfall figures and the calculated values of Rn and Nn indicated in the table. (c) The Contractor shall, at his own cost, provide and erect on the Site at a location approved by the Engineer, an approved rain gauge, which shall be fenced off in a manner which will prevent any undue interference by workmen and others. The Contractor shall, at his own cost, arrange for the reading of the rain gauge on a daily basis for the duration of the Contract. The gauge readings, as well as the date and time at which the reading was taken shall be recorded in a separate record book provided by the Contractor for this purpose. All entries in the rainfall record books shall be signed by the person taking the reading and the gauge shall be properly emptied immediately after each reading has been taken. If required by the Engineer, the Engineer shall be entitled to witness the reading of the gauge. (d) The Contractor’s claims in terms of Subclause 42.2 of the Conditions of Contract for extension of time in respect of delays resulting from wet climatic conditions on the Site during each month, shall be submitted in writing to the Engineer monthly; provided always that (i) the period allowed to the Contractor in terms of Clause 48 of the Conditions of Contract in which to submit his claim for each month shall be reduced to seven (7) days, calculated from the last day of the month to which the claim applies; and (ii) the 28-day period allowed to the Engineer in terms of Subclause 42.2 of the Conditions of Contract in which to give his ruling on the claim, shall be reduced to fourteen (14) days. The Contractor’s monthly claim shall be accompanied by a copy of the signed daily rainfall readings for the applicable month. (e) The extent of any extension of time which may be granted to the Contractor in respect of wet climatic conditions (whether normal or abnormal) shall be determined as the algebraic sum of the "V" values for each month between the Commencement Date and the Due Completion Date of the Contract, calculated in accordance with subclause C3.4.2.6(a) above; provided always that (i) rainfall occurring within the period of the Contractor’s Christmas shut-down period (referred to in Subclause 1.6 of the Conditions of Contract) shall not be taken into account in the calculation of the monthly "V" values; (ii) rainfall occurring during any period during which the Contractor was delayed due to reasons other than wet climatic conditions on the Site, and for which delay an extension of time is granted by the Engineer, shall not be taken into account in the calculation of the monthly "V" values; (iii) if the algebraic sum of the "V" values for each month is negative, the time for completion will not be reduced on account of subnormal rainfall, and (iv) where rainfall is recorded only for part of a month, the "V" value shall be calculated for that part of the month using pro rata values for Nn and Rn. (f) The Engineer shall, simultaneous with granting any extension of time in terms of this clause, revise the Due Completion Date of the Contract to reflect an extension of time having been granted in respect of wet climatic

Page 14: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 182

conditions, to the extent of the algebraic sum of all the "V" values for all the preceding months of the Contract, less the aggregate of the "Nn" values for the remaining (unexpired) months of the Contract (viz less aggregate of the potential maximum negative "V" values for the remaining Contract Period). Thus, provided that where such period is negative, the Due Completion Date shall not be revised. (g) Any extension of time in respect of wet climatic conditions granted in terms of this clause shall not be deemed to take into account delays experienced by the Contractor in repairing or reinstating damage to or physical loss of the Works arising from the occurrence of abnormal climatic conditions. Extension of time in respect of any such repairs or reinstatement regarding damage shall be the subject of a separate application for extension of time in accordance with the provisions of Clause 42 and Clause 48 of the Conditions of Contract. RAINFALL TABLE 0476762A3 SPRINGS Lat:-26.2050 Lon:28.4380 Height:1592 mMON AVE ST N DAY NUM 1 5.1 10 20 50 100 MAX R MAX RAIN MON DEV RAIN MON 5 10 20 50 100 900 DAY DATE JAN 86 52 14.4 11 4.9 2.2 2.4 1 0.1 0 52.4 2009/01/25FEB 80.4 37 11.6 12 3.8 1.5 2.2 1 0 0 41 2006/02/10MAR 75.4 35.6 11.2 13 3.7 2.2 1.3 1 0.2 0 54.2 2011/03/13APR 29.9 24.8 6.9 13 2.1 0.9 0.8 0 0 0 32.6 2013/04/19MAY 19 17.5 3.3 11 1.2 0.3 0.4 0 0 0 29.8 2002/05/31JUN 6.6 7.8 1.8 12 0.8 0.3 0.2 0 0 0 16.4 2011/06/08JUL 0.9 3 0.2 12 0 0 0.1 0 0 0 10.8 2004/07/02AUG 6.8 9.5 1.9 10 0.6 0.3 0.3 0 0 0 15.4 2006/08/24SEP 11.8 22.9 2.6 14 1 0.1 0.1 0 0 0 45.4 2012/09/06OCT 59 33.5 9.9 11 3.5 1 1.5 1 0 0 35.4 2011/10/01NOV 102.8 40.8 13.8 10 5 3 2.4 1 0.1 0 53.2 1998/11/19DEC 114.5 56.9 14 9 5.2 1.7 2.2 2 0 0 43 2010/12/15 YR 593 91.6 32 13 14 7 0.3 0

1998 to 2015 (Extracted 2015/05/04 13:43)

LEGEND 'AVE' represents the average rainfall for the month 'ST DEV' represents the standard deviation from the normal s = SQRT (SUM(X*X)/n - (AVE(x) * AVE(x))) 'N DAY RAIN' represents the average number of rain days per month 'NUM MON' represents the number of months used in the calculation 'r1 r2' represents the average number of raindays in range r1 to r2 inclusive 'MAX R DAY' represents the maximum rainfall that occurred over a 24-hour period. (08:00-08:00) 'MAX RAIN DATE' represents the date on which the maximum 24 hour rainfall occurred DATA FOR THE AVERAGE CALCULATION ARE NOT USED IF : 1. There are more than 5 consecutive days of accumulation 2. The data for certain days in the month unavailable

Page 15: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 183

3. The accumulation period occurred at the end of a month DATA FOR THE FREQUENCY CALCULATION ARE NOT USED IF : 1. Accumulation occurred in the month 2. The data for certain days in the month are unavailable C3.4.3 PLANT AND MATERIALS C3.4.3.1 Plant and materials supplied by the employer The Employer shall not supply any plant or materials. C3.4.3.2 Materials, samples and shop drawings (a) Samples Materials or work which do not conform to the approved samples submitted in terms of Subclause 23.4 of the Conditions of Contract, will be rejected. The Engineer reserves the right to submit samples to tests to ensure that the material represented by the sample meets the specification requirements. The costs of any such tests conducted by or on behalf of the Engineer, the results of which indicate that the samples provided by the Contractor do not conform to the requirements of the Contract, shall, in accordance with the provisions of Subclause 23.7 of the Conditions of Contract, be for the Contractor’s account. C3.4.4 CONSTRUCTION EQUIPMENT C3.4.4.1 Requirements for equipment Excavator TLB Tipper truck Water Cart 1m³ Concrete mixer Bomag 90 4X Plate Compactors 6KVA Generator Buttwelding machine Electrofusion machine C3.4.5 EXISTING SERVICES C3.4.5.1 Known services No information is available regarding existing pipes and existing underground services. These will be established through way-leaves. The terms set out in the way-leaves must be adhered to to avoid damaging existing services C3.4.5.2 Reinstatement of services and structures damaged during construction The contractor shall be responsible for repairing and reinstating damaged services during construction. This shall be done according to the requirements of the services or structures owner. C3.4.6 VARIATIONS AND ADDITIONS TO SABS 1200 STANDARDIZED SPECIFICATIONS AND PARTICULAR SPECIFICATIONS PARTICULAR SPECIFICATIONS

Page 16: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 184

PLI: Particular Specification for Generic Labour Intensive Specification EMM: Design Guidelines and Specifications for Water and Sewer installations PM: Materials PV: Valves PPR: Repair and maintenance work on various types of valves PLI: PARTICULAR SPECIFICATION FOR GENERIC LABOUR-INTENSIVE SPECIFICATION B 1231 LABOUR BASED CONSTRUCTION METHODS Bidders must take into consideration that the following works may only be constructed using labour-based construction methods: a) Excavation to expose existing services. b) Hand excavation for concrete lined open drains. c) Concrete lining for open drains. d) Construction of all edge beams. e) Preparation of bedding material for stormwater pipes. f) Finishing of road reserve. Where Bidders propose to use additional labour-based methods, the methods must be stated as well as the activities. It will reflect positively on the Bidder’s bid if he should use more labour-based methods. PLI 1 Scope This specification establishes general requirements for activities which are to be executed by hand involving the following: (a) trenches having a depth of less than 1,5 metres (b) stormwater drainage (c) low-volume roads and sidewalks PLI 2 Precedence Where this specification is in conflict with any other standard or specification referred to in the Scope of Works to this Contract, the requirements of this specification shall prevail. PLI 3 Hand excavatable material Hand excavatable material is material: (a) Granular materials: (i) whose consistency when profiled may in terms of table 1 be classified as very loose, loose, medium dense, or dense; or (ii) where the material is a gravel having a maximum particle size of 10 mm and contains no cobbles or isolated boulders, no more than 15 blows of a dynamic cone penetrometer is required to penetrate 100 mm. (b) Cohesive materials: (i) whose consistency when profiled may in terms of table 1 be classified as very soft, soft, firm, stiff and stiff / very stiff; or (ii) where the material is a gravel having a maximum particle size of 10 mm and contains no cobbles or isolated boulders, no more than 8 blows of a dynamic cone penetrometer is required to penetrate 100 mm; Note: (1) A boulder, a cobble and gravel is material with a particle size greater than 200 mm, between 60 and 200 mm. (2) A dynamic cone penetrometer is an instrument used to measure the insitu shear resistance of a soil comprising a drop weight of approximately 10 kg which falls through a height of 400 mm and drives a cone having a maximum diameter of 20 mm (cone angle of 60° with respect to the horizontal) into the material being used. Table 1: Consistency of materials when profiled

Page 17: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 185

Granular materials Cohesive materials Consistency Description Consistency Description Very loose Crumbles very easily when scraped with a geological pick. Very soft Geological pick head can easily be pushed in as far as the shaft of the handle. Loose Small resistance to penetration by sharp end of a geological pick.

Soft Easily dented by thumb; sharp end of a geological pick can be pushed in 30 - 40 mm; can be moulded by fingers with some pressure. Medium dense Considerable resistance to penetration by sharp end of a geological pick.

Firm Indented by thumb with effort; sharp end of geological pick can be pushed in upto 10 mm; very difficult to mould with fingers; can just be penetrated with an ordinary hand spade. PLI 4 Trench excavation All hand excavateable material in trenches having a depth of less than 1,5 metres shall be excavated by hand. PLI 5 Compaction of backfilling to trenches (areas not subject to traffic) Backfilling to trenches shall be placed in layers of thickness (before compaction) not exceeding 100 mm. Each layer shall be compacted using hand stampers (a) to 90% Proctor density; (b) such that in excess of 5 blows of a dynamic come penetrometer (DCP) is required to penetrate 100 mm of the backfill, provided that backfill does not comprise more than 10% gravel of size less than 10 mm and contains no isolated boulders, or (c) such that the density of the compacted trench backfill is not less than that of the surrounding undisturbed soil when tested comparatively with a DCP. PLI 6 Excavation All hand excavateable material including topsoil classified as hand excavateable shall be excavated by hand. Harder material may be loosened by mechanical means prior to excavation by hand. The excavation of any material which presents the possibility of danger or injury to workers shall not be excavated by hand. PLI 7 Clearing and grubbing Grass and small bushes shall be cleared by hand. PLI 8 Shaping All shaping shall be undertaken by hand. PLI 9 Loading All loading shall be done by hand, regardless of the method of haulage. PLI 10 Haul Excavation material shall be hauled to its point of placement by means of wheelbarrows where the haul distance is not greater than 150 m. PLI 11 Offloading All material, however transported, is to be off-loaded by hand, unless tipper-trucks are utilised for haulage. PLI 12 Spreading All material shall be spread by hand. PLI 13 Compaction Small areas may be compacted by hand provided that the specified compaction is achieved.

Page 18: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 186

PLI 14 Grassing All grassing shall be undertaking by sprigging, sodding, or seeding by hand. PLI 15 Stone pitching and rubble concrete masonry All stone required for stone pitching and rubble concrete masonry, whether grouted or dry, must to be collected, loaded, off loaded and placed by hand. Sand and stone shall be hauled to its point of placement by means of wheelbarrows where the haul distance is not greater than 150 m. Grout shall be mixed and placed by hand. PLI 16 Manufactured elements Elements manufactured or designed by the contractor, such as manhole rings and cover slabs, precast concrete planks and pipes, masonry units and edge beams shall not individually, have a mass of more than 320 kg. In addition, the items shall be large enough so that four workers can conveniently and simultaneously acquire a proper handhold on them. SCHEDULES OF QUANTITIES Note: Labour-intensive works must be highlighted in the schedules/bills of quantities for the payment items relating to labour-intensive works. The following wording, as appropriate, may be included in the preamble or pricing instructions to the schedules/bills of quantities in the contract with the contractor: 1 Those parts of the contract to be constructed using labour-intensive methods have been marked in the bill of quantities with the letters LI in a separate column filled in against every item so designated. The works, or parts of the works so designated are to be constructed using labour-intensive methods only. The use of plant to provide such works, other than plant specifically provided for in the scope of work, is a variation to the contract. The items marked with the letters LI are not necessarily an exhaustive list of all the activities which must be done by hand, and this clause does not over-ride any of the requirements in the generic labour intensive specification in the Scope of Works. 2 Payment for items which are designated to be constructed labour-intensively (either in this schedule or in the Scope of Works) will not be made unless they are constructed using labour-intensive methods. Any unauthorised use of plant to carry out work which was to be done labour-intensively will not be condoned and any works so constructed will not be certified for payment. The following payment items should be included in the bill of quantities: Item

Description Unit Quantity Rate Amount

Training allowance paid to targeted labour in terms of formal training Extra over for the administration of payment of training allowances to targeted labour Transport and accommodation of workers for training where it is not possible to undertake the training in close proximity to the site. (Provisional sum)

Person days Person days Sum

(insert quantity) (as above) (insert provisional sum)

(insert specified day rate)

EMM DESIGN GUIDELINES AND SPECIFICATIONS FOR WATER AND SEWER INSTALLATIONS

Page 19: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 187

PM MATERIALS PM1 SCOPE This specification details the specific requirements for the Ekurhuleni Metropolitan Municipality with regard to Materials associated with the Works. PM2 GENERAL All materials incorporated in the Works shall be the best of their respective kinds, new, sound and undamaged and shall conform strictly with the appropriate South African Standard Specifications (S.A.B.S.) or British Standard Specifications (B.S.) and any amendments thereto. Samples of material to be used upon the Works are, when required, to be submitted to the Engineer for his approval by the Contractor at his own cost. Any material which is not of the standard of the sample so submitted and approved or in the opinion of the Engineer is unsuitable for the purpose for which it is to be used will be ordered by the Engineer to be rejected. Upon delivery to site and again before being built into the Works all material is to be examined by the Contractor and any defective or damaged material is to be set aside for inspection by the Engineer's Representative who shall, under the Engineer's direction, determine whether the material is to be rejected. The Contractor shall at his own cost, immediately remove material which has been rejected and replace it with material complying with the Specification. PM3 DELAY DUE TO SUPPLY OF MATERIAL The Contractor shall ensure that the work is not delayed, due to the lack of materials on the site of the works, by placing orders with suppliers for the materials required under this Contract as soon as possible after the acceptance of this tender. The ordering of material must be done with the approval of the Engineer. The Contractor shall, by producing copies of written orders or written enquiries for supplies, prove to the satisfaction of the Engineer that any delay occasioned by non-availability of materials has been caused by the inability of suppliers to supply and not by his own lack of timely ordering or lack of exhaustive enquiry or supplies, before any extensions of the Contract time shall be allowed due to such delays. PV VALVES All valves incorporated in the Works shall be the best of their respective kinds, sound and undamaged and shall conform strictly with the appropriate South African Standard Specifications (S.A.N.S.) or British Standard Specifications (B.S.) and any amendments thereto. All valves supplied must conform to the following relevant specifications unless otherwise indicated by the Engineer: PV1 GATE VALVES RSV valves RSV gate valves (AVK or approved similar), class 16 to SABS 664, cap top, non rising spindle and anti clockwise closing. The valve shall be of Ductile iron GGG 50, electro-statically applied fusion bonded epoxy resin coated (powder coating) body. The wedge shall be of ductile GGG 50 and fully encapsulated with EDK 70 rubber internally and externally to prevent corrosion and rubber failure and ozone stabilized. The wedge shall be supported by guides on the sides of the valve body with no metal contact. The wedge nut shall be of a fixed nut concept, press fit into the wedge not allowing any movement and manufactured from dezincification resistant high tensile navy brass. The stem shall be primarily sealed with an NBR rubber hydraulic ‘U’ seal. The secondary seals shall be at least two NBR O-rings insides and a nylon bush outside for galvanic corrosion protection. A wiper ring shall be included to prevent dirt ingress and housed such to prevent it from UV radiation.

Page 20: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 188

The thrust collar shall be manufactured from a dezincification resistant brass CZ 132 All bonnet bolts shall be manufactured from zinc coated, grade 8.8 high tensile steel, entirely sunk into the body casting, sealed and protected with a hot wax melt. The bonnet gasket shall be of a preformed NBR rubber gasket ring set in recess between the bonnet and the body. The gasket shall encircle the bolt as protection against corrosion The valve shall be manufactured such to accommodate non-rising spindle manufactured from 20 Cr 13 stainless steel. The valve shall carry a 10 years replacement warranty under normal operating conditions All valves shall conform to the dimensional and performance specification of the latest SABS 664 standard and shall carry the JASWIC approval. The operation pressure of all valve shall be to Class 16 with cap tops and shall operate in an anti-clockwise closing direction, Hydraulic test certificates for all valves shall be submitted. These tests shall be carried out at the following pressure rating: Body tests 1.5x nominal pressure rating and seat tests 1.1 x nominal pressure rating. All isolating/gate valve shall be flanged and drilled to table 1600 SABS 1123 unless otherwise indicated by the Engineer. Wedge gate valve Wedge gate valve with a non rising spindle, anti-clock wise clockwise closing (left hand closing), cap top operated, epoxy coated, gunmetal trim, 16bar rated, manufactured to SABS 664. Valves to be manufactured to SABS 664 (as well as carrying the SABS 664 mark of approval). Cast iron body, cover and gate SABS 1034 Grade 250 Gunmetal trim (Body and gate seats) to BS 1400 Grade LG2 Stainless steel spindle to BS 1449 Grade 420 S37 The complete body and cover shall be coated with a two pack epoxy coating, internally and externally to a minimum dry film thickness of 250µm. Valves to be drilled to SANS 1123 Table 1600 unless otherwise indicated by the Engineer.

PV2 BUTTERFLY VALVES Butterfly valves will usually only be considered in cases where the pipe diameter is greater than 300mm and/or when instructed by the Engineer. Butterfly valve shall be of the ‘worm’ gear operating system. Butterfly valve shall be left hand closing, double flanged and drilled to table 1600 SABS 1123 unless otherwise indicated by the Engineer. Wafer type valves may be considered by Engineer for certain applications. The valve bodies shall be cast from SG 42 Iron with integral shaft hubs and an operator mounting flange in stainless steel. The valve shall be fitted with a suitable gearbox and handwheel for the valve size. The valve disc shall have a highly efficient hydrofoil profile to maximize the open flow area and cast from the same material as the body. The valve must be able to seal from both directions. The valve seal shall be precision injection moulded from Nitrile rubber and fitted within the body perimeter. The valve pressure and clamps rings shall be cast from SG 42 Iron, fitted with stainless steel grub screws. Twin stub valve shafts shall be machined from grade 431 stainless steel and shall be accommodated with double seals. The valve bearing s shall be of quadrant worm reducers, keyed to the valve shaft and fitted with hand wheel or cap top positioning bolts for disc adjustment. The valve shall be fusion bond powder coated, 250 micron coated internally and externally. PV3 CONTROL VALVES (PRESSURE REDUCING, FLOW CONTROL, PRESSURE RELIEF

AND LEVEL CONTROL)

Page 21: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 189

Control valves must be a hydraulically operated, diaphragm actuated, automatic control valves. (Cla-Val, Bermad or approved similar by Engineer). The valve shall consist of three major components such as the body, cover, and the diaphragm assembly. The pressure rating of control valves must be at least Class 16. Class 25 may also be tendered if required by the Engineer. The upstream pressure of this type of valve can vary from the full static head in the pipeline to the minimum head under maximum anticipated flow. Ductile iron body and cover (SG42) to SABS 936. Stainless steel stem and stem nut Nitrile rubber sealing disc Nylon reinforced rubber diaphragm The complete body and cover shall be coated with an electro statically applied fusion bonded epoxy coating, internally and externally to a minimum dry film thickness of 250µm. All pilot valves shall be cast in bronze to ASTM-B62. Pilot valves shall be of the same make as the main control valve unless otherwise indicated by the Engineer. All auxiliary control systems will be supplied with brass fittings and copper tubing, or stainless steel fittings and stainless steel tubing Valves to be drilled to SANS 1123 Table 1600 unless otherwise indicated by the Engineer. Control valves shall be compatible with loggers, controllers, control software, modems, and other necessary appurtenances. Price shall also include the removal of valves. The rate shall be per diameter of valve. The valve shall be exposed (excavate or uncover). The valve shall be removed and replaced. The rate shall cover all costs to expose/uncover, remove valve, temporary measures, backfilling after replacement, all transport, commission, proof to the Engineer or his representative, etc. PV4 AIR VALVES All air valves shall be of the Ven-to-Mat type or approved similar by the Engineer. The type single small orifice or double orifice- utilized shall be designed to allow for the optimal operation. The function of single orifice valves is for pressurized discharge and pipeline operating. The functions for the double orifice valves are for pipeline filling, draining and operating. Single small orifice valves: The body and bonnet shall be of Cast Iron and sintered epoxy powder coated. The valve shall be fitted with a stainless steel dirt inhibitor cover. All fastening bolts shall be galvanized. The nozzle shall be of 304 stainless steel. A nitrile seal shall be fitted between the body and the bonnet with a natural rubber seat of float. The float shall be of a high density polyethylene material. The inlet size shall be 25mm. Double Orifice Valves: The body halves shall be Cast Iron and sintered epoxy powder coated. The valve shall be fitted between the body and the bonnet with a natural rubber seat on the float and shall be fitted with a polycarbonate basket. The float shall be of high density polyethylene material. The inlet size shall be 50mm. PV5 Reflux/ Non-return Valves

Page 22: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 190

The Engineer will instruct the contactor which Non-Return Valve should be used. The following types of non-return valves may be considered: - Swing Check Type - Diaphragm type - Double Door Swing type Swing Check Type Swing check valves shall have a pressure rating of at least 16 bar and shall be flanged and drilled to table 1600 SABS 1123 unless otherwise indicated by the Engineer. The valves shall be suitable for either horizontal or vertical mounting with the angle door being such as to ensure that closure starts at the point where the forward flow declines. The disk and hinge shall be fixed in the valve bonnet for easy access and maintenance. The body configuration shall allow for a full flow area during normal operation (full bore) to minimize pressure losses. The disc shall be fully encapsulated with rubber to prevent corrosion and ensures a drop tight shut-off. The seat shall be hydraulically pressed into the body. The hinge shall be designed such to adjust itself accurately to the plane of the seating under load. MATERIAL SPECIFICATION

COMPONENT MATERIAL TYPE MATERIAL SPECIFICATION BODY SG IRON BS 2789 Gr 420/12, SANS 932 SG 32 COVER SG IRON BS 2789 Gr 420/12, SANS 932 SG 32 HINGE SG IRON BS 2789 Gr 420/12, SANS 932 SG 42 SHAFTS STAINLESS STEEL BS 970 Part 4 Gr 431 S29 STOPPER ELASTOMER NITRILE / VITON BODY SEAT STAINLESS STEEL (DEPOSIT WELDED) BS 970 Part 4 Gr 316 S16 DISC SEAT BRONZE (GUNMETAL) (DEPOSIT WELDED) BS 1400 Gr LG2 COVER SEAL O RING NITRILE / VITON BEARING HOUSING (lever side) SEALS U PACKING NITRILE / VITON BEARING HOUSINGS SG IRON BS 2789 Gr 420/12, SANS 936 SG 42 BEARING BUSHES PHOSPHOR BRONZE BS 1400 PB1C (Cu, Sn10, P) KEYS KEYSTEEL DIN 6885 LEVERS (from 500NB) MILD STEEL SANS 1431 Gr 300WA COUNTERWEIGHTS (from 500NB) SG IRON BS 2789 Gr 420/12, SABS 936 SG 42 COVER PLATES STAINLESS STEEL BS 970 Part 4 Gr 316 S16 INDICATOR AND INDICATOR PLATES STAINLESS STEEL BS 970 Part 4 Gr 304 S15 EXTERNAL FASTENERS STEEL (HOT DIP GALVANISED) SABS 1700 INTERNAL FASTENERS STAINLESS STEEL ASTM A193 Gr B8M, ASTM A439 Gr D2

Diaphragm Type Non-Return Valves (Rienzi or approved similar by Engineer) Valves shall be wafer pattern or double flanged as specified. Body Ductile Iron SG42. Centre plate: 304 Stainless Steel. Diaphragm: EPDM or Linatex. Valve to be externally/internally coated with Fusion Bond Epoxy 250 micron minimum, Pin Hole free. (Including Centre Plate)

Page 23: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 191

Valves to be drilled to SANS 1123 Table 1600 unless otherwise indicated by the Engineer. The pressure rating must be at least Class 16. Double Door Swing Type Non-Return Valve: The Engineer will instruct the Contractor whether the valves will be flanged or Wafer Type Flanged valves to be drilled to SANS 1123 Table 1600 unless otherwise indicated by the Engineer. The pressure rating must be at least Class 16. MATERIAL SPECIFICATION

COMPONENT MATERIAL TYPE MATERIAL SPECIFICATION BODY (INLET AND OUTLET) SG IRON BS 2789 Gr 420/12, SANS 932 SG 32 COVER/S SG IRON BS 2789 Gr 420/12, SANS 932 SG 32 DISCS (UPPER & LOWER) CAST STEEL BS 1504 -161 Gr 480/ SANS 1465 Part 1 DISC SHAFT (UPPER & LOWER) STAINLESS STEEL BS 970 Part 4 Gr 431 S29 STOP PINS (UPPER & LOWER) STAINLESS STEEL BS 970 Part 4 Gr 431 S29 BUFFERS SLEEVE NITRILE / VITON BODY SEATS STAINLESS STEEL (DEPOSIT WELDED) BS 970 Part 4 Gr 316 S16 DISC SEAT BRONZE (GUNMETAL) (DEPOSIT WELDED) BS 1400 Gr LG2 COVER & BEARING HOUSING (non lever side) SEALS

O RING NITRILE / VITON BEARING HOUSING (lever side) SEALS U PACKING NITRILE / VITON BEARING HOUSINGS SG IRON BS 2789 Gr 420/12, SANS 936 SG 42 BEARING BUSHES PHOSPHOR BRONZE BS 1400 PB1C (Cu, Sn10, P) KEYS KEYSTEEL DIN 6885 LEVERS (from 500NB) MILD STEEL SANS 1431 Gr 300WA COUNTERWEIGHTS (from 500NB) SG IRON BS 2789 Gr 420/12, SABS 936 SG 42 COVER PLATES STAINLESS STEEL BS 970 Part 4 Gr 316 S16 INDICATOR AND INDICATOR PLATES STAINLESS STEEL BS 970 Part 4 Gr 304 S15 EXTERNAL FASTENERS STEEL (HOT DIP GALVANISED) SABS 1700 INTERNAL FASTENERS STAINLESS STEEL ASTM A193 Gr B8M, ASTM A439 Gr D2

PV6 VALVE MARKERS A concrete/impregnated polymer (plastic) valve marker shall be placed within 500mm from closest erf boundary. Powder blue impregnated valve markers with blue caps with a ‘V’ moulded into the marker shall be positioned opposite normal isolating valves. Powder blue impregnated valve markers with red caps with a “ZV” moulded into the marker shall be positioned opposite zone isolating valves. No valve marker for hydrant stand pipe is the marker. All existing valves, where applicable shall be paint marked with a “V’/ ‘ZV’ template in the relevant colour of the type of valve on the kerbstone closest to the valve. In the case of new developments, the ‘V’ and/or ‘ZV’ shall be moulded/ formed in the relevant kerbstone and paint marked accordingly.

Page 24: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 192

PV7 VALVE BOXES All reticulation isolation valves referred to in PV above shall be installed in valve boxes whilst zone valves, air valves, isolating valves on mainline systems, scour valves and control valves shall be installed and housed in engineering brick constructed chambers with the relevant designed thrust blocks and puddle flanges where necessary. The building of brick chambers will not be used in this tender. The valve boxes shall be supplied complete: assembled and tested. All valve boxes and lids shall be manufactured to the specifications of SABS 558. Valve boxes and lids shall be of ultraviolet proof, polypropylene thermoplastic material. Valve boxes and lids shall be able to withstand temperatures ranging from -3000 C to 8000 C and shall not deform within these limits. Built-in stainless steel cables shall secure all lids. The configuration of these valve boxes shall be as follows: a) The shaft shall be 150mm minimum PVC pipe depending on the depth of the valve-installed on top of the body of the valve, b) The valve box placed on top of the pipe shaft to protrude 50mm. maximum above ground level and supported by four engineering bricks or any other acceptable means of support approved by the Engineer. c) Backfilling shall be with 3% soilcrete in order to maintain all components true to the installation. d) No concrete surround shall be cast with valve box in concrete. Valve box sizes Round: Non lockable 150mm dia box with one stainless steel cable. Round: Non lockable 250mm box with one stainless steel cable. Rectangular: Non lockable 480mm x 380mm x 300mm with 2 stainless steel cables. Square: Lockable 238mm x 238 mm Heavy duty box with 2 locks. Square: Lockable 238mm x 238mm Medium duty box with 2 locks. Valve box Lid Colours All isolating valves boxes shall be blue pigment impregnated. All zone isolating boxes shall be red pigment impregnated. All fire hydrant boxes shall be yellow pigment impregnated. All erf connection valve boxes > 80mm connections shall be white pigment impregnated.

PV8 Gearbox & Guides The body shall be of sufficient strength to withstand stresses and distortion of operation (including testing) and gearing. The valve gearbox (if required) shall be supported by its own brackets and not be fitted to the valve’s stuffing box. Gate guides shall be deep and offer support in all positions without protruding into the flow path. The rubber shall accurately fit the body guide profile to allow smooth operation of the gate without shudder. PV9 General Items 3/8” 2-Way Ball Valve Pressure Rating: 40 Bar Materials: Body and Ball: Stainless Steel Seals: PTFE & FPM

Page 25: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 193

Handle: Stainless Steel (Vinyl Grip) Pressure Gauge Dial Size: 63mm Connection: ¼” BSP Scales: 0-16bar or 0 – 25bar Accuracy: 1.6% of full scale dial Materials: Case: Stainless Steel 304 Window: Extruded Acrylic Sheet Seal: Neoprene Dampening Fluid: Glycerine Socket: Brass Bourdon Tube: Bronze Dial & Pointer: Aluminium X43-Y Strainer Materials: Body: Bronze Plug: Brass Screen: Stainless Steel Maximum Working Pressure: 400 PSI Quick Coupling Quick couplings shall be of the self-sealing quick release coupling type Material: Bronze or Stainless Steel Connection Size: ¼” BSP PPR REPAIR AND MAINTENANCE WORK ON VARIOUS TYPES OF VALVES PPR1 SCOPE This portion refers to the repair / maintenance of various types of valves, control valves and related items within the scope of the Contract. Al rates or amounts tendered shall include for opening and closing the water network complete with all measures as per the specification in this document. Maintenance items listed in this contract is a general overview and must be used as a minimum guideline. Manufacturers have specific guidelines on maintenance activities of various types of valves and pilots. The contractor must obtain these manuals from the different manufacturers and work according to the specifications as described in the manuals. It is expected that the contractor obtains these documents before submitting his tender and base his prices accordingly. The contractor must also use the manufacturers guidelines with regards to: Storage, pre-installation, installation, operation. A copy of these manuals / documents must be made available to the Engineer on his request at no extra cost. PPR2 EXCAVATION AND BACKFILL Distinction shall not be made between excavation and backfill and shall not be measured separately. The rate for excavation and backfilling required for the removal and replacement of a valve is included under PPR5.

Page 26: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 194

PPR3 WATER INFRASTRUCTURE CHAMBERS Where the condition of a chamber is in such a state that the contractor cannot perform his repair / maintenance work on control valves, he must inform the Engineer of the position of such a chamber. The Engineer will decide whether the contractor will be asked to clean the chamber based on the rates provided in the bill of quantities or whether the Engineer will make alternative arrangements to get the chamber clean. PPR4 WORKING HOURS All costs for standing time shall be deemed to be included in other rates tendered and no separate payment will be done for this. Normal working hours will be from 7:00 to 17:00. Separate payments will be made for callouts during non-working hours (17:00 to 7:00). PPR5 REMOVAL AND REPLACEMENT OF ISOLATING VALVES, AIR VALVES AND NON RETURN. The rate shall be per diameter of valve. The valve shall be exposed (excavate or uncover). The valve shall be removed and replaced. The rate shall cover all costs to expose/uncover, remove valve, temporary measures, backfilling after replacement, all transport, commission, proof to the Engineer or his representative, etc. Some valves might be cast in concrete. No separate payment will be made for the removal of valves cast in concrete, the removal of concrete around valve prior to refurbishment and the transport of such valves. Replacement valves must be recast in 15 MPa concrete unless otherwise instructed by Engineer. Separate payment will be made for the placement of concrete. PPR6 REPAIR VALVE IN THE WORKSHOP REGARDLESS OF TYPE Materials and/or parts and labour required for repair shall be quoted as the direct cost plus the percentage added as quoted in section 2 & 3 of the bill of quantities. The repair of valves which have been removed from service and are to be repaired at the nominated refurbishment company should include: Clean valve, Replace defective parts, reassemble, corrosion protection where applicable hydraulic pressure test, The contractor must obtain a quotation from the manufacturer and add a percentage to the refurbishment cost of the valve. The cost of such a valve with the percentage mark-up must be approved by the Engineer. The contractor must produce a certificate from the company that refurbished the valve. The instruments used for testing must be calibrated according to trade metrology standards and the operator must be accredited. The certificate should contain the following information: Company name. Order number. Name of Customer. Date of testing. Body test (kpa) Seat test (kpa) Description. Name of person performing the tests. Paint specifications (corrosion protection)

Page 27: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 195

In General Corrosion Protection Of Valves (Unless specifically specified) The cleaning and corrosion protection of the valves must be carried out before despatching it to the Site. Non-ferrous metal or stainless steel surfaces must not be painted. The protection to be applied must comply with the following: Material to be protected Surface Preparation Coating Coating Thickness Typical Product Steel Or Cast Iron: Shot blast to Sa3, & Chemical treatment.

3 Coats High Build Epoxy for underwater use. Alternatively Fusion Bonded epoxy powder coated, applied by electrostatic spray.

DFT min 250 m. DFT max 400 m. DFT min 300 m. DFT max 500 m. Full chemical cure

Chemrite Coatings: Carboline 891. Spec-coats: Copon EP 2300WB International Paints: Valspar D 1003 LD or similar approved in writing by the Engineer.

PPR7 PACKING OF STUFFING BOX The rate shall be per diameter of valve and shall cover all costs for the packing of stuffing boxes complete with all labour, plant, material, accessories and transport to complete the work as follows: a) Remove all old packing from the stuffing box, clean box and shaft with a solvent thoroughly and examine shaft for any wear or scouring. b) The shaft must be polished with a fine emery cloth. c) The correct size of coil packing must be used. d) The packing must always be cut into separate rings. It is not acceptable to wind a coil of packing into the stuffing box. e) The cut rings must fit into the stuffing box, and fill the space properly, with no gap between the jointing faces. f) The packing rings must be seated firmly in place. The joints of each successive ring must be staggered and rotate at 90 degrees. Each individual ring must be firmly seated with a tamping tool. After the last ring has been installed, tighten the bolts finger tight and install the hydrant or valve, and then tighten the bolts until leakage has stopped. PPR8 REPACK GLAND AND OPERATE VALVE The rate shall be per diameter of valve and shall cover all costs for the re-packing the glands, replacing the T-bolts with new stainless steel T-bolts and operating the valve. The rate shall cover all costs for the packing of stuffing boxes complete with all labour, plant, material, accessories and transport to complete the work. PPR10 SERVICING OF BASIC CONTROL VALVES The complete control valve must be stripped and cleaned in accordance with the maintenance procedure described by the relevant supplier. Defected diaphragms must be replaced and brought under the attention of the Engineer. All replaced components would be handed to the Engineer in charge of the region in the same week it was replaced. Digital photos indicating the damaged part whilst in position will be taken and handed with the damaged components. Seat screws must be tightened properly to prevent damage to the “o-ring”. All parts must function properly before reassembling the valve. All leaks on the control valve must be repaired before the contractor leaves the site. A tagging system must be inserted into the cover by means of a water resistance glue. The Engineer will provide the contractor with the code to be inserted.

Page 28: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 196

An inspection form must be completed and handed in at the office of the Engineer after every service. If the control valve is deemed to be unserviceable or if the control valve is not manufactured anymore the contractor shall inform the Engineer. The Engineer will decide where a new control valve will be sourced. The service intervals of control valves will be determined by the Engineer i.e. once or twice a year. The rate shall be per diameter of valve and shall include full compensation for transport, supervision, site establishment, labour, materials, fittings, plant and equipment and all incidentals necessary for the completion of the work. Spares Replacement on control valves. The rate shall be for parts, additional labour and transport (if parts are not onsite) required to install replacement parts. Initial site establishment is claimed under the section “Basic Service of Control Valve” and cannot be re claimed when replacement parts are installed. Only genuine parts from the specified valve manufacturer may be used. PPR11 SERVICING OF PILOT VALVES AND CONTROL PIPE CIRCUITS The Engineer will decide whether the pilot valves and control pipe circuits should be serviced. The Engineer may decide to instruct the contractor to undertake any of the following serving tasks: The complete control system must be stripped and checked for blockages and any other defaults in accordance with the maintenance procedure as described by the relevant supplier. The Contractor shall check and maintain all restrictors, needled valves, y-strainers, shut-off valves, control piping systems and position indicators. Pilot valves must be stripped and the diaphragm and seat must be checked. Valve must be cleaned and serviced and damaged parts replaced if necessary. The valve must be operational and functional after installing the pilot valve and accessories. All leaks on the control valve must be repaired before the contractor leaves the site. An inspection form must be completed and handed in at the office of the Employer after every inspection The rate for servicing pilot valves and control pipe circuits shall include full compensation for transport, supervision, labour, materials, fittings, plant and equipment and all incidentals necessary for the completion of the work. Spares Replacement on pilot valves. The rate shall be for parts, additional labour and transport (if parts are not onsite) required to install replacement parts. Initial site establishment is claimed under the section “Basic Service of Control Valve” and cannot be re claimed when replacement parts are installed. Only genuine parts from the specified valve manufacturer may be used. PPR12 INSTALLATION OF AUXILIARY CONTROL HOOK UP SYSTEM FOR PRV’S Where the contractor is instructed by the Engineer to install an auxiliary control hook up system for a control valve, the system could consist out of the following items: All brass compression fittings required to complete a PRV auxiliary control system. All copper tubing / nylon tubing required to complete a PRV auxiliary control system (nylon tubing is preferred above plastic tubing as it is tested to 66bar) Pressure gauges with quick coupling system to allow removal of gauge from system after commissioning. Gauge is intended for removal to ensure ease of use.

Page 29: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 197

All fixed orifices. All speed controls to control open and closing speeds of control valves. The rate for supplying and installing an auxiliary control hook up system for PRV’s shall include full compensation for transport, supervision, labour, materials, fittings, plant and equipment and all incidentals necessary for the completion of the work. PPR13 SERVICING OF DIRT BOXES (“STRAINERS”) The complete valve must be stripped and cleaned. The basket must be inspected for any damage. Cover screws must be tightened properly to prevent damage to the seal of the top cover. An inspection form must be completed and handed in at the office of the Employer after the cleaning of dirt boxes. (The cleaning of small strainers in the control circuit of a control valve is covered under the servicing of the control valve) The rate shall be per diameter of valve for servicing dirt boxes shall include full compensation for transport, supervision, labour, materials, fittings, plant and equipment and all incidentals necessary for the completion of the work. PPR14 ON SITE AIR VALVE MAINTENANCE Valve must be cleaned and serviced and damaged parts replaced if necessary (O-ring seals and gasket's) The rate shall be per diameter of valve. The rate shall include full compensation for transport, supervision, labour, materials, fittings, plant and equipment and all incidentals necessary for the completion of the work.

C3.5 MANAGEMENT OF THE WORKS C3.5.1 GENERIC SPECIFICATIONS The SABS 1200 Standardized Specifications listed in 4.1.1 are applicable. C3.6 HEALTH AND SAFETY C3.6.1 HEALTH AND SAFETY REQUIREMENTS AND PROCEDURES Construction Regulations, 2014 The Contractor shall be required to comply with the Occupational Health and Safety Act, 1993: Construction Regulations, 2014 (the regulations) as promulgated in Government Gazette No 37307 and Regulation Gazette No 10113 of 7 February 2014. Non-compliance with these regulations, in any way whatsoever, will be adequate reason for suspending the construction work. The proposed type of work, materials to be used and potential hazards likely to be encountered on this contract are detailed in the Project Specifications, Schedule of Quantity and Drawings, as well as in the Employers' health and safety specifications (regulation5 (1)) of the Construction Regulations 2014, which are bound in the Contract document will be issued separately by the Employer. The Contractor shall in terms of regulation 7(1) provide a comprehensive health and safety plan detailing his proposed compliance with the regulations, for approval by the Employer.

Page 30: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 198

The Contractor shall at all times be responsible for full compliance with the approved plan as well as the Construction Regulations and no extension of time will be considered for delays due to non-compliance with the abovementioned plan or regulations. A payment item is/Payment items are included in the Schedule of Quantities to cover the Contractor's cost for compliance with the OHS Act and the abovementioned regulations. C3.6.2 SPOIL AREA The Contractor shall make his own arrangements for the provision of a suitable approved dumping site off the site for the disposal of material obtained from excavations, demolition, clearing and grubbing, the demolition of boundary walls and rock cuttings. The rates in the Bill of Quantities are to include all costs of fees payable to cover the disposal of waste material at the dumping site. C3.6.3 SPECIFICATION: REQUIREMENTS OF THE OCCUPATIONAL HEALTH AND SAFETY ACT, 1993 AND REGULATIONS The tenderer is hereby notified that the project will be carried out in an area with an established community residing in it. It is expected that the construction work will take place within their residential territory therefore the risks involved must be addressed accordingly. The 645 stands are all occupied and the works will be carried out within the informal settlement structures. Key areas to be noted by the tenderer include but not limited to the following Health and Safety Risks: Access control areas Traffic control Way-leaves Mobile plants (driving speed) Handling of excavations Dust control Noise control Stacking and storage Material handling Handling of hazardous substances Waste removal House keeping Personal Protective Equipment Tenderers are expected to carry out their own full Baseline Risk Assessment and a detailed Health & Safety Plan 1. SCOPE

The purpose of this specification document is to provide the relevant Principal Contractor (and his /her contractor) with any information other than the standard conditions pertaining to construction sites which might affect the health and safety of persons at work and the health and safety of persons in connection with the use of plant and machinery; and to protect persons other than persons at work against hazards to health and safety arising out of or in connection with the activities of persons at work during the carrying out of construction work for Ekurhuleni Metropolitan Municipality. These Specifications should be read in conjunction with the Occupational Health and Safety Act,1993, the Construction Regulations and all other Regulations and Safety Standards which were promulgated under the Act or incorporated into the Act. Compliance with this specification does not absolve the principal contractor from complying with minimum legal requirements and the principal contractor remains responsible for the health and safety of his employees and those of his Mandataries. Principal contractor should therefore ensure that this part of the specification form part of any contract that he may have with other contractors and/or suppliers. The health and safety specification provides the requirements that the principal

Page 31: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 199

contractors and other contractors shall comply with in order to minimize the risks associated with this contract that may lead to incidents causing injury and/or ill health. The Principal Contractor (and his /her contractor) is to be briefed on the significant health and safety aspects of the project and to be provided with information and requirements on inter alia: safety considerations affecting the site of the project and its environment; health and safety aspects of the associated structures and equipment; submissions on health and safety matters required from the Principal Contractor (and his /her contractor); and the Principal Contractor’s (and his /her contractor) health & safety plan. 2. GENERAL OCCUPATIONAL HEALTH AND SAFETY PROVISIONS 2.1 Hazard Identification and Risk Assessment (HIRA) 2.1.1Risk Assessment Risk assessment refers to a program to determine any risk associated with any hazard at a construction site, in order to identify the steps needed to be taken to remove, reduce or control such hazard.The information below provides a generic list of risk assessment headings that are possibly applicable to this contract. It is by no means, exhaustive and is offered as guidelines to contractors intending to tender. 2.1.2 Risk Assessment for construction work Every principal contractor performing construction work shall, before the commencement of any construction work and during such work, cause a risk assessment to be performed by a competent person, appointed in writing, and the risk assessment shall form part of the OH&S plan and be implemented and maintained as contemplated in Construction Regulation 9.The risk assessment shall include: the identification of hazards and risks to which persons may be exposed the analysis and evaluation of hazards and risks identified a documented plan of safe work procedures to mitigate, reduce or control the hazards and risks that have been identified a monitoring plan and a review plan Based on the risk assessment, the principal contractor shall develop a set of site-specific OH&S rules that shall be applied to regulate the OH&S aspects of the construction work. The risk assessment, together with the site-specific OH&S rules shall be submitted to Ekurhuleni Metropolitan Municipality before construction on site commences. The risk assessment shall further include the standard working procedures and the applicable method statements based on the risk assessments. All variations to the scope of work shall similarly be subjected to a risk assessment process. 2.1.3 Review of Risk Assessment The principal contractor must review the risk assessment and the standard working procedures:- where changes are effected to the design and construction that result in a change to the risk profile; or When an incident has occurred The principal contractor shall provide Ekurhuleni Metropolitan Municipality, other contractors and all other concerned parties with copies of any changes, alterations or amendments as contemplated in paragraph 2.1.3. 2.2 Legal Requirements A principal contractor shall, as a minimum, comply with:

Page 32: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 200

The Occupational Health and Safety Act (Act No.85 of 1993) and Regulations, an up-to-date copy of which shall be available on site at all times. The Compensation for Occupational Injuries and Diseases Act (Act No.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 (Act No.29 of 1960) and Regulations 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. Keep the health and safety file on site, which must include all documentations required in terms of the OHS Act, 1993 and regulations. Be registered and in good standing with the compensation fund or with a licensed compensation insurer as contemplated in the Compensation for Occupational Injuries and Diseases Act, 1993 (Act No. 130c of 1993). Ensure that all his or her employees have valid medical certificate of fitness specific to the construction work to be performed and issued by an Occupational Health Practitioner. The principal contractor shall comply with all the requirements as outlined in regulations 7 of the Construction Regulations, 2014 3. OCCUPATIONAL HEALTH & SAFETY MANAGEMENT 3.1 Structure and Responsibilities 3.1.1 Overall Supervision and Responsibility for OH&S The principal contractor shall, when he appoints contractors (Sub-contractors) in terms of Construction Regulations 7 (1) (c) includes in his agreement with such contractors the following: OHS Act (85 of 1993), Section 37(2) agreement: “Agreement with Mandatory” OHS Act (85 of 1993), Section 16(2) appointee/s as detailed in his/her/their respective appointment forms 3.1.2 Further (Specific) Supervision Responsibilities for OH&S The contractor shall appoint competent employees and/or other competent persons as required by the Act and Regulations. The appointment of the competent persons should be done in accordance with the requirements of the Construction Regulations, 2014. 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. Assistant Construction Manager Construction Vehicles/Mobile Plant/Machinery Supervisor Construction Health and Safety Officer Construction Manager Construction Supervisor (s) Drivers/Operators of Construction Vehicles/Plant Electrical Installation and Appliances Inspector Emergency/Security/Fire Coordinator Excavation Supervisor Explosive Powered Tool Supervisor Fall Protection Supervisor First Aider Fire Equipment Inspector Formwork & Support work Supervisor Hazardous Chemical Substances Supervisor Incident Investigator Ladder Inspector Lifting Equipment Inspector

Page 33: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 201

Materials Hoist Inspector OH&S Committee OH&S Representatives Person Responsible for Machinery Scaffolding Supervisor Stacking & Storage Supervisor Structures Supervisor Suspended Platform Supervisor Vessels under Pressure Supervisor Working on/next to Water Supervisor Welding Supervisor In addition Ekurhuleni Metropolitan Municipality 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 Ekurhuleni Metropolitan Municipality. All changes shall also be communicated to Ekurhuleni Metropolitan Municipality. The principal contractor shall, furthermore, provide Ekurhuleni Metropolitan Municipality with a list of all contractors that he/she has appointed or intends to appoint and keep this list updated and prominently displayed on site. Where necessary, or when instructed by an inspector of the Department of Labour or the EMM Occupational Health and Safety Officers, the principal contractor shall appoint a competent construction safety officer. 3.1.3 Designation of OH&S Representatives (Section 17 of the OH&S Act) Where the principal contractor employs more than 20 persons (including the employees of other contractors (sub-contractors), the principal contractor shall appoint one OH&S representatives for every 50 employees or part thereof. 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 OH&S 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. 3.1.4. Functions of the OH&S Representatives (Section 18 of the OH&S Act) The principal contractor shall ensure that the designated OH&S representatives conduct continuous monitoring and regular inspections of their respective areas of responsibility using a checklist and report thereon to the principal contractor. OH&S representatives shall form part of the accident or incident investigation team. OH&S representatives shall attend all OH&S committee meetings on site. 3.1.5 Appointment/Establishment of OH&S Committee (Sections 19 and 20 of the OH&S Act) The principal contractor shall establish an OH&S committee, which shall meet as specified in the Act and Regulations. 3.2 Administrative Controls and the Occupational Health & Safety File 3.2.1The OH&S File The principal contractor and other contractors shall each keep an OH&S file on site as per the Construction Regulations. The safety file should contain the following documents and the list below is not exhaustive and shall only be used as a guide: Notification of construction work Construction work Permit (where applicable) Latest copy of OH&S Act Proof of registration and in good standing with COID Insurer Health and safety plan agreed with the Client including the underpinning risk assessment Copies of OH&S committee and other relevant minutes

Page 34: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 202

Designs/drawings A list of contractors (sub-contractors) including copies of the agreements between the parties and the type of work being done by each contractor Appointment/designation letters as per the OHS Act and Construction Regulations Registers as follows: -Accident/Incident register (Annexure 1 of the General Administrative Regulations) -OH&S representatives’ inspection register/checklist -Asbestos demolition and stripping register -Batch 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 powered tool inspection, maintenance, issue and returns register (incl. cartridges and nails) -Fall protection inspection register -First aid box contents -Fire equipment inspection and maintenance -Formwork and support work inspections -Hazardous chemical substances record -Ladder inspections -Lifting equipment register -Materials hoist inspection register -Machinery safety inspection register (incl. machine guards, lock-outs etc.) -Scaffolding inspections -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 -All other applicable records including traffic safety officer reports. Ekurhuleni Metropolitan Municipality will conduct an audit on the OH&S file of the principal contractor from time-to-time and the safety file should be kept on site. 3.3 Training and Competence The contents of all training required by the Act and Regulations shall be included in the principal contractor’s OH&S plan. The principal contractor shall be responsible for ensuring that all relevant training is undertaken. Only accredited service providers shall be used for OH&S training. The principal contractor shall ensure that his and other contractors’ personnel appointed are competent and that all training required to do the work safely and without risk to health or safety, has been completed before work commences. The principal contractor shall ensure that follow-up and refresher training is conducted as the construction work progresses and the work situation changes. Records of all training must be kept on the OH&S file for auditing purposes. 3.4 Consultations, Communication and Liaison OH&S liaison between the client, the principal contractor, other contractors, the designer and other concerned parties will be through the OH&S committee as contemplated in paragraph 3.1.5. In addition to the above, communication may be directly to the client 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 supervisors, OH&S representatives and the OH&S committee. The principal contractor shall be responsible for the dissemination of all relevant OH&S information to other contractors on site e.g. design changes agreed with the client and the designer, instructions

Page 35: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 203

by the client and/or his/her agent, exchange of information between contractors, the reporting of hazardous/dangerous conditions/situations etc. The principal contractors’ most senior manager on site shall be required to attend all OH&S meetings. 3.5 Checking, Reporting and Corrective Actions 3.5.1 Monthly Audit by Client Ekurhuleni Metropolitan Municipality will conduct monthly audits to comply with the Construction Regulations to ensure that the principal contractor has implemented and is maintaining the agreed and approved OH&S plan. 3.5.2. Other Audits and Inspections by Ekurhuleni Metropolitan Municipality. Ekurhuleni Metropolitan Municipality reserves the right to conduct other ad hoc audits and inspections as deemed necessary. This will include site safety walks. 3.5.3 Principal Contractor’s Audits and Inspections The principal contractor is to conduct his own monthly internal audits to verify compliance with his own OH&S management system as well as with this specification. 3.5.4 Inspections by OH&S Representative’s and other Appointees OH&S representatives shall conduct weekly inspections in 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. 3.5.5 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 chairperson of the committee and placed on the OH&S File. 3.6 Accidents and Incident Investigation The principal contractor shall be responsible for the 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 paragraph 3.2.1. The principal contractor shall be responsible for the investigation of all minor, fatal and non-injury and near-miss 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. 3.7 Reporting of Occupational Incidents and diseases The Principal Contractor shall report all incidents where an employee is injured on duty to the extent that he/she: dies becomes unconscious loses a limb or part of a limb is injured or becomes ill to such a degree that he/she is likely either to die or to suffer a permanent physical defect or likely to be unable for a period of at least 14 days either to work or continue with the activity for which he/she was usually employed OR where:

Page 36: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 204

a major incident occurred the health or safety of any person was endangered where a dangerous substance was spilled the uncontrolled release of any substance under pressure took place machinery or any part of machinery fractured or failed resulting in flying, falling or uncontrolled moving objects machinery ran out of control, The principal contractor shall report to the Provincial Director of the Department of Labour within seven days of the occurrence of such incident or within fourteen days of diagnosis of an occupational disease and at the same time to the Client and/or its Agent. Such incidents should be reported to the Provincial Director on a WCL1 (occupational disease) or WCL 2 (occupational accident). The principal contractor shall provide Ekurhuleni Metropolitan Municipality with copies of all statutory reports required in terms of the Act within 7 days of the incident occurring. These incidents must be recorded in the form of Annexure 1 of the General Administrative Regulations and be kept for a period of at least 3 years. This record shall be kept on the premises and available for perusal by an inspector/and the Client and/or its Agent. 4. OPERATIONAL CONTROL 4.1 Operational Procedures Each construction activity shall be assessed by the principal 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 principal contractor: -to be conversant with the Construction Regulations, 2014 -to comply with their provisions -to include them in his OH&S plan where relevant. 4.2. Emergency Procedures Simultaneous with the identification of operational procedures (per paragraph 4.1 above), the principal 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 principal contractor’s OH&S plan. 4.3 Personal & Other Protective Equipment (Sections 8/15/23 of the OH&S Act) The principal contractor shall identify the hazards in the workplace and measures to remove or mitigate those hazards and risks. 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 mitigate hazardous situations before the issuing of PPE is considered. Where it is not possible to create an absolutely safe and healthy workplace the principal contractor shall inform employees regarding these hazards and risks and issue, free of charge, suitable equipment to protect them from exposure to any hazards in the work environment. The principal contractor shall ensure that the employees are trained on the use of such protective equipment and that they maintain them in a good working conditions also enforce the use of the said equipment. The principal contractor shall include in his OH&S plan the PPE he intends issuing to his employees for use during construction work and measures 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. 4.4 Other Regulations

Page 37: Amended Bid Document (A WS 06-2017) 13 Feb 2017 · (nxukxohql 0hwursrolwdq 0xqlflsdolw\ 67$786 ,q wkh hyhqw ri dq\ glvfuhsdqf\ ehwzhhq wkh 6frsh ri :runv dqg d sduw ru sduwv ri wkh

Ekurhuleni Metropolitan Municipality 205

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 principal contractor shall be conversant with and shall comply with these regulations. 4.5 Public Health & Safety (Section 9 of the OH&S Act) The principal contractor shall 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 5. COMPLIANCE WITH OCCUPATIONAL HEALTH AND SAFETY ACT, 1993 (ACT NO 85 OF 1993) The Contractor shall appoint a person or persons to act as responsible person(s) in terms of the Occupational Health and Safety Act, 1993 (Act no. 85 of 1993) and the appropriate regulations. The Contractor shall comply with the requirements of The Occupational Health and Safety Act, 1993 (Act 85 of 1993, hereinafter referred to as the Act), and with the related regulations. The following arrangements and procedures shall inter alia apply to ensure compliance by the Contractor with the provisions of the act, namely: (a) The Contractor undertakes to acquaint the appropriate officials and employees of the Contractor with all relevant provisions of the Act and the regulations promulgated in terms of the Act; (b) The Contractor undertakes that all relevant duties, obligations and prohibitions imposed in terms of the Act and Regulations will be fully complied with; (c) The Contractor hereby accepts sole liability for such due compliance with the relevant duties, obligations and prohibitions imposed by the Act and Regulations and expressly absolves the Council from itself being obliged to comply with any of the aforesaid duties, obligations and prohibitions; (d) The Contractor agrees that any duly authorised officials of the Council shall be entitled, although not obliged, to take such steps as may be necessary to ensure that the Contractor has complied with his undertakings as set out more fully in paragraphs (a) and (b) above, which steps may include, but will not be limited to, the right to inspect any appropriate site or premises occupied by the Contractor, or to inspect any appropriate records held by the Contractor; (e) The Contractor shall be obliged to report forthwith to the Council any investigation, complaint or criminal charge which may arise as a consequence of the provisions of the Act and regulations, pursuant to work performed in terms of this Contract, and shall, on written demand, provide full details in writing of such investigation, complaint or criminal charge.