You are on page 1of 22

Page 1 of 22

05 March 2024
BY EMAIL:
CONTRACT NO.WS7792: CONSTRUCTION OF NORTH PARK SEWER RETICULATION TIE-IN AND
ASSOCIATED WORKS

1. Herewith Addendum No. 1 for the above-mentioned tender.


2. Distribution
NAME COMPANY EMAIL
Njabulo Nzima Isiqonqwane Trading Enterprise nnzima9@gmail.com
Ivan Tricore SA Tenders@tricoresa.co.za
Menzi Gazu Sipho Glad Construction sabelor@gmail.com
Lungelo Cele Novaphi Construction Services info@novaphiconstruction.co.za
Sphelelo Shikani Trading CC shikani@gmail.com
Sphe Mthembu Uswazi Construction admin@uswaziprojects.co.za
Sphelele Gabadele Trading gabadesbu@yahoo.com
Mthoko Ngubane Zuzilemtho (PTY) Ltd Mthobisingubane2@gmail.com
Zipho Chashaza (PTY) Ltd admin@chashaza.co.za
Menzi Ikhandlela Technologies ikhandlelatechnologies@gmail.com
Sipho African Moon Construction smthombeni@africanmooncon.co.za
Silindokuhle Dlamini Sibonimbali Group (PTY) Ltd info@sibonimbali.co.za
Marcus Sadhai Thumba Projects Joelene@thumba.co.za
Insimu Investments CC T/A
Ntuthuko Mkhizi Info@gubhelaprojects.co.za
Gubhela Projects
N. Govender HT Civils info@htcivils.co.za
Mshana Thatha 5 CC Thatha5cc@gmail.com
Naledi Ngidi Topzinto Trading CC info@topzinto.com
Philile Cele McClain Civils (PTY) Ltd kzn@mcclain.co.za
Dube Umbuso Wamaqadi Investments umbusowamaqadi@gmail.com
Spha Beatus Civils mlu@beatuscivils.co.za
Sphephelo Isolethu Construction Mongezi4@gmail.com
Tyron Pillay AB Projects tenders@abprojects.co.za
Nokuphiwa Cele Mabune Consulting CC info@mabune.net
Venai Singh Sisonke Budpol Construction venai@sisonkebudpol.co.za

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 2 of 22

BY EMAIL:
CONTRACT NO.WS7792: CONSTRUCTION OF NORTH PARK SEWER RETICULATION TIE-IN AND
ASSOCIATED WORKS
1. Herewith Addendum No. 1 for the above-mentioned tender.
2. Distribution
Joseph Mnguni Siyamudumisa Trading njozymngun@gmail.com
Ndamulelo Ramatsits Tarcron Projects (PTY) Ltd ndamu@tarcron.co.za
Leomat Plant Hire &
Brighton Chagwinya Kerusha@leomatdbn.co.za
Construction
Umkhadi Trading cc & Bheji info@bhejitrading.co.za
Banele Sibiya
Trading (PTY) Ltd JV manonkule@gmail.com
Pearl Hadebe Shula Construction tenders@shula.co.za
Nomvelo Msinga Empilweni Trading (PTY) Ltd info@empilwenitrading.co.za
Zama Ngxongo Madudla Contractors sabelod@gmail.com
Lungelo Phahla Ziyenzeka Trading CC Lungelo.phahla@gmail.com
Themba Big Mac Plant & Civil Bigmacplant8@gmail.com
Siyanda Mabaso Mashudula Civils info@mashudulacivils.co.za
Connie Chitepo Moriel Infrastructure Group lawrence@moriel.co.za
Bernard.makhubucivil@gmail.com
Nompumelelo Bulose Makhumbu Civils CC
Mpume.makhubucivil@gmail.com
Mandlakhumalo47@yahoo.com
Mandla Khumalo Inkonjane Project Solutions CC
inkonjaneprojectsolutions@gmail.com
Vusi Mthembu Heinsite Construction nnonjabulo@heinsiteconstruction.com
sichonny@khonny.co.za
Naomi Khonny Krone-OZK JV
kronecivils@gmail.com
Gavin Naidoo Inyameko Trading 602 CC Info.inyameko@gmail.com
info@sibcon.net
Nokuphiwa Shandu Imvusa Trading cc
nokuphiwas@sibcon.net
Siyanda Mabaso Mashudula Civils info@mashudulacivils.co.za

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 3 of 22

for
TENDER NO. WS 7792

CONTRACT NO.WS7792: CONSTRUCTION OF NORTH PARK SEWER RETICULATION TIE-IN AND


ASSOCIATED WORKS

TO ALL TENDERERS

TENDER DOCUMENTS: ADDENDUM NO. 1


Addendum No. 1 to the abovementioned tender documents comprises the following:
1. Minutes of Site clarification meeting
2. Amendments and Changes to the Contract Document
This addendum comprises 22 pages (including this one) and is to be signed by the Tenderer and returned
with the completed tender. The information contained herein will be deemed to have been taken into
account by the tenderer when completing his/her tender. Failure to sign and return this addendum with the
tender will render this tender incomplete.

Signature of Tenderer : ..................................... Date: .........................

Signature on Behalf of : ..................................... Date: .........................

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 4 of 22

MINUTES OF SITE CLARIFICATION MEETING

PROJECT NAME: CONSTRUCTION OF NORTH PARK SEWER RETICULATION TIE-IN AND


ASSOCIATED WORKS

CONTRACT NO.: WS7792

DATE: 22 February 2024

TIME: 10h00

VENUE: 86 Bealings Road, Northdene, 4093

PRESENT
NAME COMPANY

1. Njabulo Nzima Isiqonqwane Trading Enterprise

2. Ivan Tricore SA

3. Menzi Gazu Sipho Glad Construction

4. Lungelo Cele Novaphi Construction Services

5. Sphelelo Shikani Trading CC

6. Sphe Mthembu Uswazi Construction

7. Sphelele Gabadele Trading

8. Mthoko Ngubane Zuzilemtho (PTY) Ltd

9. Zipho Chashaza (PTY) Ltd

10. Menzi Ikhandlela Technologies

11. Sipho African Moon Construction

12. Silindokuhle Dlamini Sibonimbali Group (PTY) Ltd

13. Marcus Sadhai Thumba Projects

14. Ntuthuko Mkhizi Insimu Investments CC T/A Gubhela Projects

15. N. Govender HT Civils

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 5 of 22

16. Mshana Thatha 5 CC

17. Naledi Ngidi Topzinto Trading CC

18. Philile Cele McClain Civils (PTY) Ltd

19. Dube Umbuso Wamaqadi Investments

20. Spha Beatus Civils

21. Sphephelo Isolethu Construction

22. Tyron Pillay AB Projects

23. Nokuphiwa Cele Mabune Consulting CC

24. Venai Singh Sisonke Budpol Construction

25. Joseph Mnguni Siyamudumisa Trading

26. Ndamulelo Ramatsits Tarcron Projects (PTY) Ltd

27. Brighton Chagwinya Leomat Plant Hire & Construction

28. Banele Sibiya Umkhadi Trading cc & Bheji Trading (PTY) Ltd JV

29. Pearl Hadebe Shula Construction

30. Nomvelo Msinga Empilweni Trading (PTY) Ltd

31. Zama Ngxongo Madudla Contractors

32. Lungelo Phahla Ziyenzeka Trading CC

33. Themba Big Mac Plant & Civil

34. Siyanda Mabaso Mashudula Civils

35. Connie Chitepo Moriel Infrastructure Group

36. Nompumelelo Bulose Makhumbu Civils CC

37. Mandla Khumalo Inkonjane Project Solutions CC

38. Vusi Mthembu Heinsite Construction

39. Naomi Khonny Krone-OZK JV

40. Gavin Naidoo Inyameko Trading 602 CC

41. Nokuphiwa Shandu Imvusa Trading cc

42. Siyanda Mabaso Mashudula Civils

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 6 of 22

1 WELCOME AND INTRODUCTIONS


Sithembiso Msomi introduced himself to the tenderers as a Project Engineer and Reudebaker Nel
introduced himself as Area Project Manager.

Sithembiso Msomi then proceeded to inform the tenderers of the following:

2 CONDITIONS OF TENDER THAT APPLY TO THE CONTRACT


The conditions of tender are the Standard Conditions of Tender as contained in Annex F of the CIDB
Standard for Uniformity in Construction Procurement (July 2015) as published in Government Gazette No
38960, Board Notice 136 of 2015 of 10 July 2015.

General Conditions of Contract for Construction Works – 3rd Edition 2015” issued by the South African
Institution of Civil Engineering (GCC 2015).

The Preferential Procurement Policy Framework Act No 5 of 2000, and the Preferential Procurement Policy
Framework Act Regulations (January 2017).

2.1 Scope of Works

The eThekwini Water and Sanitation is providing the North Park area, in Queensburgh, with waterborne
sewer reticulation. The bulk of the waterborne sewers were constructed in a previous contract and the
remaining works (including the sewerage tie-in) is to be completed under this contract. The project
comprises a total of approximately 1020m of 160mm diameter HDuPVC gravity sewer reticulation, within
an existing “built-up” urban area, and 600m of 150mm diameter elevated ductile iron sewer across North
Park which is a proclaimed protected area. The works also include the construction of a sewer pipe bridge
across the Umhlatuzana River.
The scope of work is as follows:
a) Conventional open trench excavation for sewer pipes and concrete bases (provide shoring for trench
depths 1.5m and greater) within road reserves, private properties and a proclaimed protected area.
b) General site clearance.
c) Comply with the site-specific Environmental Management Programme, Water Use License and Health
and Safety Specifications.
d) Erect temporary fencing to enclose working area within private properties.
e) Construct sewer pipe bridge across the Umhlatuzana river and manage flow.
f) Construct elevated sewer pipeline and associated structures i.e., concrete piers, bases and manholes.
g) Expose, maintain and protect underground services.
h) Scan proposed pipeline route (with approved cable detecting devices).
i) Provide protection to services that are visible and that are reflected on drawings (telephone pole;
electricity cables; water meter).

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 7 of 22

j) Removal of trees as directed by the Employers Agent’s Representative and the ECO.
k) Prepare pipe bedding and lay, backfill, and compact 160mm diameter HDuPVC sewer pipe.
l) Remove and relay existing sewer pipe.
m) Create and maintain access to site.
n) Accommodation of traffic
o) Construct new sewer manholes (Type A and B benching).
p) Construct new sewer house connections.
q) Break into and connect to existing sewer manhole (at correct line and level) and make good all
benching and deal with live sewage flow during construction.
r) Construct retaining wall.
s) Saw-cut asphalt roadway and driveways.
t) Protection works i.e., gabion baskets, reno-mattress, and concrete slab protection.
u) Assessment of sewerage infrastructure damage and repair work as a result of floods.
v) Such other work as may be deemed necessary by the engineer for the completion of the project.

2.2 Time for Achieving Practical Completion

65 Weeks
2.2.1 The requirements for achieving Practical Completion are defined as follows:
I. Supply, lay, bed, and test 160mmØ HDuPVC sewer reticulation 1020m long
II. Supply, lay, strap and test 150mmØ elevated ductile iron pipe 310m long.
III. Construct concrete piers.
IV. Construct a sewer pipe bridge.
V. Complete sewer tie-ins at existing manholes.
VI. Construct sewer manholes.

2.3 Penalty for delays in failing to complete the work.

R5200 Per Day

2.4 Closing Date for submission of tenders

22 March 2024

2.5 Quality Evaluation Criteria (clauses detailed as per document)

F.3.11.9 The minimum number of evaluation points for Functionality is 70. Only those tenderers who
achieve the minimum number of Functionality Evaluation points (or greater) will be eligible to

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 8 of 22

have their tenders further evaluated.

The tenderer’s functionality points will be weighted according to the table below:
Functionality Criteria Maximum Weighting
Score (Ms) (W2)

1. Tenderer’s Experience 100 40

2. Experience of Key Staff Construction 100 20


Manager

Site Agent 100 15

Foremen 100 10

3. Approach Paper, Quality Control and Methodology 100 10

4. Preliminary Programme 100 5

100

Each functionality criteria will be based on a logarithmic scale and assessed in terms of five
(5) indicators according to the table below:

Level 0 Level 1 Level 2 Level 3 Level 4

0 40 70 90 100

Unless otherwise stated, evaluation criteria will be adjudicated with respect to the contract specific Scope
of Work, as specified in Part C.3. In this regard the following definitions apply to the evaluation criteria
prompts for judgement:
• “successfully completed” implies a project has been completed on time and to
specification;
• “similar nature” implies projects built-up urban area which each included the construction
of at least 400m of sewer reticulation, with a diameter greater than or equal to 160mm, and
deemed “fit for purpose” by the respective owner/s or Operator/s.
• “experience” implies experience on projects of a similar nature;
• “accredited degree/diploma” implies a minimum 3-year qualification within the built
environment, from a registered National University or Institute of Technology.

The minimum number of evaluation points for Functionality is 70.


Tenderers who meet these criteria will be responsive and will qualify to be evaluated further.
Failure to meet this minimum criterion will lead to this tender being non-responsive.

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 9 of 22

Criterion: Tenderer’s Experience


Note: The tenderer must submit certificates of completion / signed letters from the respective Client/s
confirming completion of the said project. Failure to submit this information will result in the project not
being considered as part of the evaluation.

Level 0 No information provided / irrelevant information provided / no experience in sewer


(Score = 0) reticulation / projects do not meet the full specified requirement in terms of length, diameter
and year of completion / less than 2 completed projects / no experience in pipe bridges.

Level 1 To have successfully completed at least 2 projects (within the past 15 years) in an existing
(Score = 40) developed/built-up urban area which each included the construction of at least 400m of
sewer reticulation, with a diameter greater than or equal to 160mm, and deemed “fit for
purpose” by the respective owner/s or Operator/s.
AND
To have successfully completed at least 1 elevated pipe supported by concrete piers (within
the past 15 years) with a minimum length of 20m.

Level 2 To have successfully completed at least 3 projects (within the past 15 years) in an existing
(Score = 70) developed/built-up urban area which each included the construction of at least 400m of
sewer reticulation, with a diameter greater than or equal to 160mm, and deemed “fit for
purpose” by the respective owner/s or Operator/s.
AND
To have successfully completed at least 1 elevated pipe supported by concrete piers (within
the past 15 years) with a minimum length of 20m.

Level 3 To have successfully completed at least 4 projects (within the past 15 years) in an existing
(Score = 90) developed/built-up urban area which each included the construction of at least 400m of
sewer reticulation, with a diameter greater than or equal to 160mm, and deemed “fit for
purpose” by the respective owner/s or Operator/s.
AND
To have successfully completed at least 1 elevated pipe supported by concrete piers (within
the past 15 years) with a minimum length of 20m.

Level 4 To have successfully completed at least 5 projects (within the past 15 years) in an existing
(Score = 100) developed/built-up urban area which each included the construction of at least 400m of
sewer reticulation, with a diameter greater than or equal to 160mm, and deemed “fit for
purpose” by the respective owner/s or Operator/s.
AND
To have successfully completed at least 1 elevated pipe supported by concrete piers (within
the past 15 years) with a minimum length of 20m.

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 10 of 22

Criterion: Experience of Key Staff


Note: certificates confirming qualifications and registrations must be attached. Failure to submit this
information will result in the respective key personnel not being considered as part of the evaluation.

CONSTRUCTION SITE AGENT FOREMAN


MANAGER

Level 0 No information provided / No information provided / No information provided /


(Score = 0) irrelevant information irrelevant information provided irrelevant information
provided / does not meet / less than 1 year of relevant provided / less than 3 years
minimum educational experience. of relevant experience.
requirement / less than 3
years of relevant experience.

Level 1 At least 3 – 4 years of At least 1 – 2 years of At least 3 – 4 years of


(Score = 40) experience in gravity sewer experience in gravity sewer experience in gravity
pipelines pipelines and sewer pipe sewer pipelines.
AND bridges
Relevant accredited AND
degree/diploma in Civil Relevant accredited
Engineering. degree/diploma in Civil
Engineering.

Level 2 At least 5 – 6 years of At least 3 – 5 years of At least 5 – 6 years of


(Score = 70) experience in gravity sewer experience in gravity sewer experience in gravity
pipelines pipelines and sewer pipe sewer pipelines.
AND bridges
Relevant accredited AND
degree/diploma in Civil Relevant accredited
Engineering. degree/diploma in Civil
Engineering.

Level 3 At least 7 – 8 years of At least 6 – 7 years of At least 7 – 8 years of


(Score = 90) experience in gravity sewer experience in gravity sewer experience in gravity
pipelines pipelines and sewer pipe sewer pipelines.
AND bridges
Relevant accredited AND
degree/diploma in Civil Relevant accredited
Engineering. degree/diploma in Civil
Engineering.

Level 4 Greater than 8 years of Greater than 7 years of Greater than 8 years of
(Score = 100) experience in gravity sewer experience in gravity sewer experience in gravity
pipelines pipelines and sewer pipe sewer pipelines.
AND bridges
Relevant accredited AND
degree/diploma in Civil Relevant accredited
Engineering. degree/diploma in Civil
Engineering.

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 11 of 22

Criterion: Preliminary Programme


Level 0 No information provided / irrelevant information provided.
(Score = 0)

Level 1 The programme is generic and does not cover all key activities, in sequential order, with
(Score = 40) reasonable time frames relating to the scope of work.

Level 2 The programme adequately covers all key activities, in sequential order, with reasonable
(Score = 70) time frames relating to the scope of work and reflects the critical path.

Level 3 The programme well defines all key activities, in sequential order, with reasonable time
(Score = 90) frames relating to the scope of work and reflects the critical path.

Level 4 The programme well defines all key activities and resources, in sequential order, with
(Score = 100) reasonable time frames relating to the scope of work and reflects the critical path.
Plus:
▪ Risk management.
▪ Staff and resource management.
▪ Relevant approvals.
▪ Quality control testing.
▪ Communication and stakeholder engagement.
▪ List of service providers to be used for quality control procedures (where applicable).

Criterion: Approach Paper, Quality Control and Methodology


Level 0 No information provided / irrelevant information provided.
(Score = 0)
Level 1 A generic approach paper and methodology which does not adequately cover all
(Score = 40) programmed activities in chronological order.
Level 2 A project specific approach paper and methodology which adequately covers all
(Score = 70) programmed activities in chronological order.
Level 3 A project specific approach paper and methodology which covers all programmed activities
(Score = 90) in detail and listed in chronological order and reasonable time allocation.
Level 4 A project specific approach paper and methodology which covers all programmed activities
(Score = 100) and associated regulatory compliance requirements in high level detail and listed in
chronological order and reasonable time allocation.

Plus:
▪ Staff, plant and equipment resources.
▪ Health and Safety monitoring.
▪ Environmental control.
▪ Detailed method statement for the diversion of River flow for the construction of
concrete piers.
▪ List of Sub-Contractors.
▪ A brief description of preparatory work, construction processes including finishing
works for each activity.
▪ Quality control including site specific control sheets for programmed activities.
▪ Risk management.
▪ Relevant approvals.
▪ Communication and stakeholder engagement.

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 12 of 22

3 CAMP SITE POSITION


The Contractor shall make his own arrangements for a depot site, for the establishment of his offices,
workshops, stores, sheds and all other facilities required by the Contractor for the execution of the works
under this contract. The Contractor shall provide on the depot site all associated facilities required for the
adequate supervision, control, and execution of the works.

The Contractor’s office for this contract shall be as required to fulfil his obligations under the contract. If the
Employer can make any specific site available to the Contractor, such site will be pointed out to the
Contractor.

The area occupied shall be neatly fenced off to denote its limit. The Contractor shall be responsible for the
proper upkeep and control and security of the area for the duration of the Contract.
and all structures and buildings shall be kept in good repair.

Any clearing of the site that is necessary and the making good after de-establishment will be the
responsibility of the Contractor.

In addition to the requirements of SANS 1200 A clause 8.3.2.2 the following conditions shall also apply: -
(i) None of the existing roads shall be damaged in any way.

(ii) It shall be the responsibility of the Contractor to make good any damage caused to the camp site
area or any improvements on it, including services, and for reinstating it to its former condition when
vacated. The standard of reinstatement must be to the satisfaction of the Employer’s Agent;
Director: Real Estate and/or Director of Parks, Recreation and Beaches Department; or other
owner. Particular attention should be directed to these requirements and written clearances from
the relevant Departments or other owners will be required.

Tenderers to note previous contract Site camp was located at the field opposite 18 Wooten Road Northdene

4 SERVICES TO CAMP SITE


The Contractor shall make his own arrangements concerning the supply of electrical power, water and all
other services. No direct payment will be made for the provision of electricity, water and other services. The
cost thereof shall be deemed to be included in the rates and amounts tendered for the various items of
work for which these services are required, or in the Contractor's preliminary and general items as the case
may be.
(a) Water for Works
The Contractor shall allow in his Establishment rates for the securing of a suitable water supply,
the payment of any connection fee, and for any water charges for the duration of the contract.

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 13 of 22

(b) Power supply for works.


The power supply authority is eThekwini Electricity Services Unit. The contractor will be responsible
for arranging for whatever temporary supplies may be required and he will be required to bear all
costs involved and to pay the ruling tariffs applicable to such supplies.

5 STANDARD SPECIFICATIONS APPLICABLE


SANS 1200

6 ISSUES REQUIRING SPECIAL ATTENTION

6.1 Tip Site

Contractor shall dispose of all material in legal spoil area of his own choice. He shall be responsible for
arrangements for the chosen spoil site. A municipal landfill site for building rubble exists within the
Springfield area – Bisasar Tip site-which would be utilised for the disposal of demolished concrete and any
other rubble.

6.2 Existing Services

Tenderers are to note clause PS 2.2 ,2.2.1 and 2.3 which relate to existing services:
All known existing services have been indicated on the drawings. The Contractor shall make himself
acquainted with the position of all existing services before any excavation or other work likely to affect the
existing services is commenced.

The Contractor will be held responsible for any damage to known existing services caused by
or arising out of his operations and any damage shall be made good at his own expense. Damage
to unknown services shall be repaired as soon as possible and liability shall be determined on
site when such damage should occur.

6.3 Dealing with traffic

The Contractor will be responsible for the safe and easy passage of public traffic past and on sections of
roads of which he has occupation or where work has to be done near traffic. The Contractor upon award
will be required to submit a traffic management plan to be approved by the eThekwini Transport
Department.

Accommodation of traffic shall comply with SANS 1921-2: Construction and Management Requirements
for Works Contracts, Part 2: Accommodation of traffic on public Roads occupied by the Contractor. As
detailed in the document, clause PS.1.3

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 14 of 22

6.4 Site Security (Clause PS 22 in the document to be amended as detailed below):

The Contractor shall, for the duration of the contract, provide sufficient security and watchmen to adequately
ensure the safety and protection of the works, the Contractor’s staff, including local labour and
subcontractors, and all site plant and construction equipment required for the works. The Contractor shall
provide in his rates as he deems necessary for security during the entire duration of the project and no
separate payment will be made for payment of security.

Site Security, in conjunction with the SAPS (where necessary), shall be responsible for removal of disruptive
elements, that may interrupt the progress of the contract through acts such as, but not limited to,
intimidation, threats of disruption, violent disruption, or criminal and illegal activity by the local community
or independent organizations or entities that may result in slowing down or partial or total stoppage of the
works. The Contractor must ensure that all his employees as well as the employees of his subcontractors
are able to identify themselves as members of the construction team.

6.5 Management of the Environment

Contractor is to note clause PS5.1, 5.2, and 5.3 which relate to the management of the environment for the
project. Contractor is to note Annexure C3.6.3 which details the Environmental Management Program.

The Contractor is required to comply with the requirements of the Water Use License and payment shall
be made under item 1.9.8 in the BOQ. Monthly audits shall be carried out by the appointed Environmental
Control Officer (ECO) to ensure that the requirements of the WUL are being adhered to.

6.6 Geotechnical Investigation

Contractor is to note Annexure C4.2: Geotechnical report, clause 9.4 which relates to trench stability.

All trenches will need to be drained and excavations deeper than approximately 1.2m below EGL should
be shored.

6.7 Access to Private Property

The Contractor shall give written notice to the owner of each property crossed by the sewer, of construction
work to be undertaken on the property at least 7 calendar days prior to commencement of work within their
property. The Contractor shall only be allowed to work within private properties during the agreed times
stipulated by the homeowner.

The Contractor shall ensure that works within each property is completed within two (2) weeks of
commencement. The Contractor shall keep the occupants of affected properties advised at all times prior
to disrupting access to, or egress from their properties.

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 15 of 22

Vehicular and pedestrian access may not be denied to occupants of affected properties unless prior
approval has been obtained in writing from the occupants concerned and the Employers Agent’s
Representative. The Contractor must make allowance in his rates for all necessary bridging of excavations
in order to permit uninterrupted access at all times.

6.8 Trenching In Private Property

Trenching in private property shall be carried out manually. Trenching by mechanical means will only be
allowed with the written permission from the landowner and the Employers Agent’s Representative.

6.9 Mid-Property Surface Obstructions

In addition to the clearing of vegetation and paved areas in private properties, work within the properties
will include excavation in close proximity to buildings, fences, and electric light poles. In some cases, walls
or fences might even cross the line of excavation.

The Contractor shall take every precaution and exercise due care by propping or dismantling the fences or
structure and/or by shoring the excavation to ensure that the works do not cause any damage to the
structures or property improvements. Where walls or fences cross the line of the trench, the excavation
shall generally be carried out in heading in order to avoid disturbing them.

Where an obstruction is encountered such that it is not possible to excavate underneath it in heading and
this condition is agreed with the Employer Agent Representative before commencing excavation, the
Contractor shall carefully demolish or remove the obstruction and stockpile.

6.10 Work in a Restricted / Confined Area

Due to the presence of structures and certain underground and overhead services which exist on the site,
the Contractor may experience difficulty in working in a confined or restricted space. Tenderers are to take
cognisance of this fact and allow for the difficulty of working in a restricted space in the rates. No additional
payment will be made for this requirement.

6.11 Certificate From Property Owners On Completion Of Work

After completion of all construction work across any property, the Contractor shall obtain from the owner of
such property, a signed certificate addressed to the Contractor confirming that the property has been
reinstated to the owner’s satisfaction.

6.12 Pay Width

As per SANS 1200 DB the trench pay width for the 160mm pipe shall be 760mm based on an OD pipe
diameter of 160mm. The tenderer is to allow for over break in their excavation and reinstatement rates.

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 16 of 22

6.13 Alternative Design (Amendment to clause F2.12 of the document)

Alternative designs for any aspect of the scope of work can be submitted for this project with the
requirements detailed in clause F2.12 of the document. For the alternative designs the original contract
must also be priced.

6.14 Construction of Piers within the stream

Contractor is to note that a section of the elevated pipe will be constructed in the Umhlatuzana River. A
method statement is required to be submitted by the tenderers to detail how they intend constructing the
piers in the river. An item in the bill of quantities makes provision for this work required and drawing
No.56748-2 sheet 2. Note: the 100-year flood line.

7 CONTRACTUAL MATTERS

7.1 CIDB Registration

A category 6CE Contractor or higher is required for this contract and proof of registration is required in the
returnable schedule.

7.2 OHS and Construction Regulations

A site-specific Health and Safety specification and baseline risk assessment has been prepared by the
eThekwini Health and Safety department and is included as a separate document. At the tender stage, only
a brief overview of the tenderer’s perception of the safety requirements for this contract will be adequate.

Only the successful Tenderer shall submit a separate Health and Safety Plan as required in terms of
Regulation 7 of the Occupational Health and Safety Act 1993 Construction Regulations 2014.

7.3 Community Liaison Officer

A Provisional Sum has been provided in the document for the employment of a Community Liaison Officer
(CLO) for the duration of the contract. The ward Councilor shall be responsible for the selection of the CLO.
The duties of the CLO are as detailed in the contract document.

7.4 Local Labour

The contractor will be required to ensure that a minimum of 50% of the labour force is made up of local
labour. For this contract, “Local labour” will be deemed to be any persons who reside within Ward 63. The
contractor will be required to provide proof of the authenticity of local labour and signed confirmation by the
appointed CLO will suffice for this. No additional costs will be entertained due to this Particular Specification.
The contractor will remain responsible for providing proper supervision of all labour and will be responsible
for the quality of work produced.

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 17 of 22

7.5 Contractor Participation Goal (CPG)

It is a condition of contract that the contractor must allow for a minimum of 30% of the contract value
(excluding PC Sum items and Fixed Cost allowances) to be subcontracted to contractors who are ≥51%
PPG (Priority Population Group) owned.

The selection of Sub-Contractors shall be made by the Principal Contractor with adherence to the sequence
and requirements below:

1. Suitable Sub-Contractors shall be selected from Ward 63, where the project is being undertaken.
2. In the case where there are no suitable Sub-Contractors in Ward 63, and such is demonstrated by the
Principal Contractor, the Sub-Contractors shall be selected from immediately surrounding Wards.
3. In the case where there are no suitable Sub-Contractors in Ward 63 and surrounding Wards, Sub-
Contractors shall be selected from within the eThekwini region.

The Employers Agent’s Representative shall first confirm that the selected Sub-Contractor/s meet the
relevant requirements before approving their appointment by the Principal Contractor. Subsequent to the
above approval, the Principal Contractor must submit to the Employers Agent’s Representative their CPG
Implementation Plan.

Proof of payment to the Sub-Contractors will be required to verify that the minimum CPG requirement has
been achieved.

The penalty for not achieving the specified CPG will be 0.5% of the contract value (excluding PC Sum items
and Fixed Cost allowances) for every 1% of CPG not achieved.

7.6 INSTITUTIONAL AND SOCIAL DEVELOPMENT (ISD)

The Contractor is required to appoint a suitably qualified ISD Consultant prior to construction (provision has
been made under Provisional Sum item 1.10.9 in the BOQ). The ISD will be employed by the Contractor.
eThekwini Municipality will issue the contractor with a quotation document and a minimum of three
quotations will be required to select the ISD for the project.

The responsibilities of the ISD Consultant shall include, but is not limited to, the following:

a) Engage with the Ward Councilor, Business Forums, and relevant stakeholders prior to construction.
b) Form a Project Steering Committee and facilitate monthly meetings.
c) Resolve community issues.
d) Facilitate communication between the appointed Contractor and Sub-Contractors.
e) Attend community meetings (which may take place after business hours).

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 18 of 22

7.7 SITE CLEARANCE

The Contractor is note that along certain sections of the route there is building rubble along the path of the
proposed pipeline route which must be treated as a known condition. The Contractor is required to clear
and dispose of any building rubble along the pipeline route. Contractor shall dispose of all material in legal
spoil area of his own choice. He shall be responsible for arrangements for the chosen spoil site. A municipal
landfill site for rubble exists within the Springfield area – Bisasar Tip site.

7.8 SITE ACCESS

The Contractor is urged to note access to the river crossing of the site can be via Clover factory or an
access road from Kidd Place, but bush clearing will be required for the use of this access road, and this
must be considered in their pricing.

7.9 VERIFICATION OF MANHOLES AND PIPELINES PREVIOUSLY COMPLETED AND SCOPE TO BE


COMPLETED.
Contractor is to note that they are required to verify manholes and pipelines completed during phase 1 of
this project (existing manholes) at the beginning of the project (at the instruction of the engineer) to confirm
the final scope of manholes and pipelines to be completed. The Project scope and BOQ allowance has
made an allowance for a maximum of 1020m of 160mm uPVC pipe to be installed subject to the onsite
investigation. This is to be treated as a known condition at the tender stage. An item in the BOQ has made
an allowance for the checking/verification of the manhole and pipeline positions.

7.9 SITE INFORMATION PICTURES


Tenderers are to note the site information pictures document that is a part of this addendum which highlights
certain elements of the scope of work of the project.

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 19 of 22

8 TENDERERS QUESTIONS.

Q1 Question: In terms of scoring experience – would you consider stormwater pipelines projects?

R1 Response: As per the tender documents, experience to be consider is strictly related to waterborne
sewer reticulation project experience.

Q2 Question: In terms of blasting – is there any blasting required and is there provision listed as part
of the BOQ?

R2 Response: No blasting will be required/permitted for the project thus no allowance has been made
in the BOQ. Tenderers are to refer to the Geotechnical Report (i.e., Annexure C4.2) which states
the ground conditions.

Q3 Question: What is the required servitude length?

R3 Response: The sewer pipeline for the project has a 3m servitude.

Q4 Question: As per environmental regulation, what is the maximum quantity of vegetation removal on
servitude in proclaimed protected area?

R4 Response: As per the Environmental Management Programme (i.e., Annexure 3.6.3) Section 2.4,
only vegetation within the construction footprint must be cleared and the clearance width must not
exceed an overall width of 3m.

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 20 of 22

9 SIGNING OF DOCUMENTS
Sithembiso Msomi and Reudebaker Nel signed all the documents of those present and walked with all
tenderers present to all parts of the site.

10 CLOSURE
These minutes are to be signed, dated, and returned with the Tender documents.

Tenderer’s signature : _________________________________

Name of Firm : _________________________________

Date : ____________________

Signed at : ____________________

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 21 of 22

CONSTRUCTION OF NORTH PARK SEWER RETICULATION TIE-IN AND ASSOCIATED


WORKS

CONTRACT NO. WS 7792

AMENDMENTS AND CHANGES TO CONTRACT DOCUMENT AND TENDER DRAWINGS

TENDER DOCUMENTS DATED 05 March 2024 Contains the Following Amendments

(Note tender document changes are reflected in the document sent to tenderers)

1. On Page 72 BOQ item 2.10, Clearing and removal of building rubble along the
pipeline route has been added.

2. On Page 73 BOQ item 3.7, Lateral support to column excavation quantity to change
from 250m to 500m.

3. On Page 73 BOQ item 3.8, Dewatering of column excavation quantity to change from
250m to 500m.

4. On Page 79 BOQ item 8.2, Supply, lay, joint, test and strap 150mm diameter ductile
iron elevated gravity sewer pipes with spigot and socket joint quantity to change
from 600m to 310m.

5. On Tender drawing no.56748 sheet 5 of 8 is amended to Rev B where the drawing is


amended where Run 2 (MH A22.4 to MH A22) is removed. Sheet 5 now has two
drawings with titles Sheet 5-1/2 of 8 and Sheet 5-2/2 of 8.

6. New sheet added detailed as Sheet 5-1/2 of 8, where Run 2A (i.e., shows extension
of MH A22.12 to MH A22) is placed on this sheet.

7. New Sheet added 5-2/2 of 8 where Run 2B (i.e., shows extension of MH A22.7.12 to
MH A22.7.1)

8. On Tender Drawing No.56748 sheet 5-2/2 of 8, added a typical section of gabion


protection.

9. On Page 6 of Tender document clause F2.12, added alternative designs for any
aspect of the scope of work can be submitted for this project with the requirements
detailed in clause F2.12 of the document.

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1
Page 22 of 22

10. On Page 140 of Tender document clause C3.5.1, amended a list of tender drawings.

11. On Tender Drawing No.56748 sheet 1 of 8, the overall layout drawing has been
amended to Revision B because of extension of Run 2A and Run 2B.

12. On Page 55 of Tender document clause 5.14.1 ii, the quantity of 150mm diameter
ductile iron has changed from 600m to 310m.

13. On Page 71 BOQ item 1.13.5, the description and quantity of the payment item has
changed to:

1.13.5 Verify the positions of existing sewer pipes for the purpose of constructing new
manholes as instructed by the engineer. Rate to allow for all labour plant and material to
verify the position of the pipe. Quantity changed from No.10 to 20

WS 7792 Construction of North Park Sewer Reticulation Tie-in and Associated Works Addendum No.1

You might also like