TENDER NO. 136Q/2016/17 /
SCM – 510 / Approved by SCM Director 25 February 2015 / Version: 2 / Page 1 of 189

CONTRACT DOCUMENT

FOR THE

DESIGN – BUILD OF MECHANICAL AND ELECTRICAL WORKS FOR THE RAILWAY SEWER PUMP STATION.

VOLUME 2

(RETURNABLE DOCUMENT)

(SEE VOLUME 2A FOR SCOPE OF WORK, PART C3.6 ANNEXES: SPECIFICATIONS)

NOTE:

·  The Form of Offer and Acceptance (C1.1) is on page 91 of this document (see also Clause F.4.4 Invalid tenders on page 17)

·  Table 1: Tender preference claim (B-BBEE contribution) is on page 66 of this document

For documents prepared by Consultants):

ISSUED BY:
DIRECTOR: WATER AND SANITATION
CITY OF CAPE TOWN
Tower Block, Civic Centre
12 Hertzog Boulevard
CAPE TOWN
8001
/ COMPILED BY:
BVi CONSULTING ENGINEERS WC (PTY) LTD
Edison Square
c/o Edison Way & Century Avenue
Century City
7441
/ FOR OFFICIAL USE.
Tender Serial No.:
Signatures of City Officials at Tender Opening
1.
2.
3.

February 2015

NAME OF TENDERING ENTITY


CITY OF CAPE TOWN

WATER AND SANITATION

CONTRACT NO. 136Q/2016/17

DESIGN – BUILD OF MECHANICAL AND ELECTRICAL WORKS FOR THE RAILWAY SEWER PUMP STATION

General Tender Information

TENDER ADVERTISED : 11 November 2016

ESTIMATED CIDB CONTRACTOR GRADING

DESIGNATION : 6ME

SITE VISIT/CLARIFICATION MEETING : 14:00 on 22 November 2016

(Attendance is compulsory)

VENUE FOR SITE VISIT/CLARIFICATION

MEETING : City of Cape Town’s Blaauwberg Office,

1 Milnerton Drive, Royal Ascott, Milnerton.

CLOSING DATE : 13 December 2016

CLOSING TIME : 10h00

CLOSING VENUE : Tender Box 148 at the Tender Submission Office,

2nd Floor (Concourse Level), Civic Centre,

12 Hertzog Boulevard, Cape Town.

TENDER BOX : The Tender Document (which includes the Form of Offer and Acceptance) completed in all respects, plus any additional supporting documentation required, must be submitted in a sealed envelope with the name and address of the tenderer, the tender No. and title, the tender box No. and the closing date indicated on the envelope. The sealed envelope must be inserted into the appropriate official tender box before closing time. Note that Volume 2A is not a returnable document.

If the tender offer is too large to fit into the abovementioned box or the box is full, please enquire at the public counter (Tender Distribution Office) for alternative instructions. The onus remains with the tenderer to ensure that the tender is placed in either the original box or as alternatively instructed.

BRIEF DESCRIPTION OF TENDER : The Following Major Mechanical Equipment

ñ  Replacement of current Railway Pumpstation submersible pumps with 6 x 37kw submersible end-suction pumps

ñ  Installation of 2 x mechanical rake screens with washer-compactor operation

The following Electrical Infrastructure and Equipment:

ñ  Motor Control Centre (MCC) for the pumps, UPS for PLC, necessary LV distribution, cabling, trenching and connections to supply various connection points.

ñ  Supply and installation of complete control gear for pump station

ñ  Backup generator system, AMF panel and bulk fuel tank,

ñ  Installation of lights and socket outlets (single and three-phase). Outside socket outlets to be weather proof and suitable for coastal conditions.

ñ  Control and monitoring equipment.

ñ  Cabling glands and connections


CITY OF CAPE TOWN

WATER AND SANITATION

CONTRACT NO. 136Q/2016/17

DESIGN – BUILD OF MECHANICAL AND ELECTRICAL WORKS FOR THE RAILWAY SEWER PUMP STATION

Contents (Volume 2)
Number / Heading / Colour
The Tender
Part T1: Tendering procedures
T1.1 / Tender Notice and Invitation to Tender / White
T1.2 / Tender Data / Pink
Part T2: Returnable documents
T2.1 / List of Returnable Documents / Yellow
T2.2 / Returnable Schedules / Yellow
The Contract
Part C1: Agreements and Contract Data
C1.1 / Form of Offer and Acceptance / Cream
C1.2 / Contract Data / Cream
C1.3 / Form of Performance Guarantee / White
C1.4 / Form of Advance Payment Guarantee / White
C1.5 / Occupational Health and Safety Agreement / White
C1.6 / Protection of the Environment Declaration / White
C1.7 / Insurance Broker’s Warranty / White
Part C2: Pricing data
C2.1 / Pricing Assumptions / Cream
C2.2 / Schedules of Quantities / Cream
C2.3 / Schedule of Rates for Electrical Variations / Cream
Part C3: Scope of Work
C3.1 / Description of the Works / Blue
C3.2 / Engineering / Blue
C3.3 / Procurement / Blue
C3.4 / Construction / Blue
C3.5 / Management / Blue
C3.6 / Annexes (see Volume 2A)
Part C4: Site information
C4 / Site Information / Green

Contents (Volume 2) iv

Reference No. 136Q/2016/17

DETAILED CONTENTS (VOLUME 2) /

Page

Colour

/

Page

No.

General Tender Information /

White

/

i

Contents (Volume 2) /

White

/

ii

Detailed Contents (Volume 2) /

White

/

iii

THE TENDER / /

PART T1: TENDERING PROCEDURES

/ /

1

T1.1 TENDER NOTICE AND INVITATION TO TENDER / WHITE / 2
Locality Plan
T1.2 TENDER DATA / PINK / 5
F.1 General
F.2 Tenderer’s obligations
F.3 The Employer’s undertakings
F.4 Additional Conditions of Tender
Standard Conditions of Tender / /

19

PART T2: RETURNABLE DOCUMENTS / 33
T2.1 LIST OF RETURNABLE DOCUMENTS / YELLOW / 34
T2.2 RETURNABLE SCHEDULES / YELLOW / 36
Schedule 1: Compulsory Enterprise Questionnaire / 37
Schedule 2: Certificate of Independent Tender Determination / 40
Schedule 3: Certificate of Authority for Joint Ventures / 42
Schedule 4: Declaration of Tenderer’s past Supply Chain Management Practices / 43
Schedule 5: Certificate for Municipal Services and Payments to Service Provider / 44
Schedule 6: Bargaining Council Certificate and Declaration in respect of Minimum Wage / 45
Schedule 7: Confirmation of CoCT Vendor Database Registration / 46
Schedule 8: Schedule of Work Experience / 47
Schedule 9: Details of Contractor’s Representative’s Experience / 48
Schedule 10: Details of Tenderer’s Workshop Facilities / 49
Schedule 11: Schedule of Sub-contractors / 50
Schedule 12: Health and Safety Plan / 51
Schedule 13: Proposed Deviations and Qualifications by Tenderer / 52
Schedule 14: Quality Criteria (Not used) / 53
Schedule 15: Authorisation for the Deduction of Outstanding Amounts Owed to the City of Cape Town / 61
Schedule 16: Record of Addenda to Tender Documents / 62
Schedule 17: Preferencing Schedule (where preferences are granted in respect of B-BBEE contribution) / 63
Schedule 18: Information to be provided with the Tender / 67
Schedule 19: Technical Data Sheets / 68
Schedule 20: Price Basis for Imported Plant and Materials (see Part C2 Pricing Data) / 140
THE CONTRACT
PART C1: AGREEMENTS AND CONTRACT DATA / 90
C1.1 FORM OF OFFER AND ACCEPTANCE / CREAM / 91
Offer
Acceptance
Schedule of Deviations
Confirmation of Receipt
C1.2 CONTRACT DATA / CREAM / 96
General Conditions of Contract
Appendix to Tender
Part 1: Contract Data completed by the Employer
Part 2: Contract Data completed by the Contractor
Particular Conditions
C1.3 FORM OF PERFORMANCE GUARANTEE / WHITE / 125
Annexure
C1.4 FORM OF ADVANCE PAYMENT GUARANTEE / WHITE / 129
Schedule of Plant and Materials
C1.5 OCCUPATIONAL HEALTH AND SAFETY AGREEMENT / WHITE / 133
Occupational Health and Safety Conditions
C1.6 PROTECTION OF THE ENVIRONMENT DECLARATION / WHITE / 135
C1.7 INSURANCE BROKER’S WARRANTY / WHITE / 136
PART C2: PRICING DATA / 137
C2.1 PRICING ASSUMPTIONS / CREAM / 138
Returnable Schedule 20: Price Basis for Imported Plant and Materials
C2.2 SCHEDULES OF QUANTITIES / CREAM / 141
Declaration (In respect of completeness of Tender)
C2.3 SCHEDULE OF RATES FOR ELECTRICAL VARIATIONS / CREAM / 168

PART C3: SCOPE OF WORK

/ 171
C3.1 DESCRIPTION OF THE WORKS / BLUE / 173
Employer’s Objectives
Overview of the Works
Location of the Works
C3.2 ENGINEERING / BLUE / 175
Drawings Issued with this Document
Contractor’s Documents
C3.3 PROCUREMENT / BLUE / 178
Preferential Procurement
Subcontracting Procedures
Provisional Sums
C3.4 CONSTRUCTION / BLUE / 180
Applicable Standardised Specifications
Particular Specifications
Wayleaves, Permissions and Permits
Local Production and Content
C3.5 MANAGEMENT / BLUE / 182
Programming and Planning
Contractor’s Responsibility in terms of the OHS Act
Works not to interfere
Unauthorized Persons
Key Personnel
Management Meetings
Management Personnel
Forms for Contract Administration
Monthly Project Labour Report
B-BBEE Sub-Contract Expenditure Report
Joint Venture Expenditure Report
Electronic Payments
C3.6 ANNEXES (SEE VOLUME 2A) / BLUE / 187
Specifications
A Detailed Mechanical Specification (including General Works) / Cream
B Detailed Electrical Specification / Blue
C Detailed Electronic Specification (not used) / White
D Standard Specification for Mechanical Works (including General Works) / Cream
E Standard Specification for Electrical Works / Blue
F Standard Specification for Electronic Works (not used) / White
G Health and Safety Specification / Pink
H Environmental Management Specification / Green
PART C4: SITE INFORMATION / 188
C4 SITE INFORMATION / GREEN / 189

Detailed Contents (Volume 2)

Reference No. 136Q/2016/17 vii

Part T1: Tendering procedures

Pages

T1.1 Tender Notice and Invitation to Tender 2 – 3

T1.2 Tender Data 5 – 32

1

Tender T1

Part T1: Tendering procedures Tendering procedures

Reference No. 136Q/2016/17

CITY OF CAPE TOWN

WATER AND SANITATION

CONTRACT NO. 136Q/2016/17

DESIGN – BUILD OF MECHANICAL AND ELECTRICAL WORKS FOR THE RAILWAY SEWER PUMP STATION

T1.1 Tender Notice and Invitation to Tender

The CITY OF CAPE TOWN, Water and Sanitation, invites tenders for Tender No. 136Q/2016/17: DESIGN – BUILD OF MECHANICAL AND ELECTRICAL WORKS FOR THE RAILWAY SEWER PUMP STATION.

Tenderers must be registered on the City of Cape Town’s Vendor Database.

Tenderers who are not registered on the City of Cape Town’s Vendor Database are not precluded from submitting tenders, but must however be registered prior to the evaluation of tenders in order for their tenders to be responsive.

It is estimated that tenderers should have a CIDB contractor grading designation of 6ME.

Preferences are offered to tenderers who tender in accordance with the Preferential Procurement Regulations, 2011.

The physical address for collection of tender documents is:

Tender Distribution Office, 2nd Floor (Concourse Level), Civic Centre, 12 Hertzog Boulevard, Cape Town.

Documents may be collected during working hours between 08:30 – 15:00 from 11 November 2016.

A non-refundable tender fee of R100.00 payable by crossed cheque made out in favour of the City of Cape Town, is required on collection of the tender documents.

Queries relating to any issues in these documents may be addressed to Mr Hans Cilliers, Tel No. 021527 7000, Fax No. 021527 7001, email

A non-compulsory but strongly recommended site visit/clarification meeting with representatives of the Employer will take place at the City of Cape Town`s Blaauwberg Municipal Offices, 1 Milnerton Drive, Royal Ascott, Milnerton (Refer to Locality Plan – Site Visit/Clarification Meeting Venue overleaf) 22 November 2016 starting at 14:00.

The closing time for receipt of tenders is 10:00 on 13 December 2016.

Telegraphic, telephonic, telex, facsimile, e-mail and late tenders will not be accepted.

Tenders may only be submitted on the tender documentation that has been issued. Printed Schedules of Quantities, in the same format (that is, layout, scheduled items and quantities) as those issued electronically by the Employer upon request, may be submitted as stated in the Tender Data.

Requirements for sealing, addressing, delivery, opening and assessment of tenders are stated in the Tender Data.

CITY OF CAPE TOWN
WATER AND SANITATION
CONTRACT NO. 136Q/2016/17
DESIGN – BUILD OF MECHANICAL AND ELECTRICAL WORKS FOR THE RAILWAY SEWER PUMP STATION
LOCALITY PLAN – SITE VISIT/CLARIFICATION MEETING VENUE
CITY OF CAPE TOWN
WATER AND SANITATION
CONTRACT NO. 136Q/2016/17
DESIGN – BUILD OF MECHANICAL AND ELECTRICAL WORKS FOR THE RAILWAY SEWER PUMP STATION
LOCALITY PLAN – Existing position of Pump Station

5

Contract C4

Part C4: Site information Site information

Reference No. 136Q/2016/17