PARTICULAR CONDITIONS AMENDING THE GENERAL

PARTICULAR CONDITIONS AMENDING THE GENERAL CONDITIONS OF FIDIC
1.1
Definitions
1.1.1
The Contract
Replace 1.1.1.1 with:
“ “Contract” means the Form of Offer and Acceptance, Contract Data, these Conditions, the
Specifications, the Drawings, the Schedules, and the further documents (if any), which are listed in the
Form of Offer and Acceptance, and further includes drawings and documents or parts thereof, which
any of the aforesaid documents incorporate by reference.”
Replace 1.1.1.3 with:
“ “Letter of Acceptance” means the Form of Acceptance as contained in part C1.1.2 of the contract
documents.”
Replace 1.1.1.4 with:
“ “Letter of Tender” means the Form of Offer as contained in part C.1.1.1 of the contract document.”
Replace 1.1.1.5 with:
“ “Specification” means that document entitled Scope of Work, as included in the Contract, and any
additions and modifications to the Scope of Work in accordance with the Contract. Such document
specifies the Works.”
Replace 1.1.1.7 with:
“ “Schedules” means the document(s) completed by the Contractor and submitted with his tender
offer, as included in the Contract. Such document(s) may include the Bill of Quantities, data lists and
schedules of rates and/or prices.”
Replace 1.1.1.8 with:
“ “Tender” means that section of the Form of Offer and Acceptance called ‘Offer’ and all other
documents which the Contractor submitted as Returnable Documents, as included in the Contract.”
Replace 1.1.1.9 with:
“ “Appendix to Tender” means the completed section entitled C1.2.2 Contract Data – Information
provided by the Employer included in the Contract Data:”
1.1.1.10 - Add the following:
“ “Bill of Quantities” shall also mean the Pricing Schedule as contained in section C2.2 of the contract
document.”
1.1.2
Parties and Persons
Add the following:
“1.1.2.11
“Targeted Enterprise” means an enterprise defined in part C3 Scope of Work.”
1.1.3
Dates, Tests, Periods and Completions
Replace 1.1.3.9 with:
“A “day” means a calendar day, except for any extension of time that is granted under sub-clause 8.4,
[Extension of Time for Completion], in which case a day means a working day. A “year” means 365
calendar days”.
C-13
1.1.6
Other Definitions
1.1.6.5
“Laws”
In the 1st line, replace “(or state)” with “(or other spheres of government)” and in the 2nd line, after
“other laws”, insert “including the South African Common Law”.
Add the following:
"1.1.6.10
“Supplementary Agreement” means an agreement between the Employer and
the Contractor for executing work, supplemental to the original Contract, which was not contemplated
in the original Contract and is also not required for the proper completion of the original Contract.”
1.2
Interpretation
Replace the contents of (d) with:
“The expression “written”, “in writing”, “notify”, “the giving of notice”, “giving consent”, “as instructed” or
“at the request of” means that communication, either hand-written or printed by whatever means,
including transmission by telefax or e-mail, and resulting in a permanent record. However, such notice,
instruction, consent or request is not deemed to have been delivered by virtue of its appearance in the
minutes of meetings.”
1.5
Priority of Documents
Replace sub-paragraphs items (a) to (h) with:
“(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
the Forms of Offer and Acceptance
the Appendix to Tender within the Contract data
the Particular Conditions of Contract
the General Conditions
the Scope of Works,
the project Drawings,
the standard Specifications,
the standard Drawings, and
the Schedules and any other documents forming part of the Contract.”
1.6
Contract Agreement
Replace the 1st two sentences with the following:
“The Parties shall enter into a Contract Agreement when the Employer issues the Form of Acceptance
(see Particular Condition 1.1.1.3). The Contract Agreement shall be in the form prescribed in the
tender documents”
1.7
Assignment
Change the title of this sub-clause to read “Assignment/Cession” and replace its contents with the
following:
“Neither Party shall, without the written consent of the other, assign the contract or any part thereof or
any obligation under the Contract or cede any right or benefit thereunder.”
1.8
Care and Supply of Documents
In the 1st paragraph, 2nd line, change “two copies” to “one copy”.
In the 2nd paragraph, 3rd line, change “six” to “two”.
2.3
Employer’s Personnel
In the 1st sentence delete “and the Employer’s other contractors”.
C-14
3.1
Engineer’s Duties and Authority
After the 3rd paragraph insert the following:
“In addition to the actions stipulated in the General Conditions whereby the Engineer shall first obtain
the approval of the Employer, the Employer’s approval shall also be obtained before taking any action
under sub-clauses 8.4, 11.9, 13.3 and 20.1 as amended in these Particular Conditions”.
4.1
Contractor’s General Obligations
Add the following sentence to the 1st paragraph:
“With regard to the Contractor’s proposals submitted under the item of the Scope of Works entitled
“Small Contractor Development, Training and Community Participation”, if the Contractor fails to
provide the employment or training to the extent proposed, the Employer may impose penalties as set
out in the above-mentioned Scope of Works.”
Add the following to the 2nd paragraph:
“Where necessary to maintain the rate of progress required by the programme, the Contractor shall
assist a Targeted Enterprise Subcontractor employed as a condition of contract in buying, bringing to
Site and storing on Site all Materials, Plant and equipment to be supplied by, or required for work to be
done by, the Targeted Enterprise Subcontractor.”
4.2
Performance Security
Replace the 2nd paragraph with:
“The Contractor shall deliver the Performance Security to the Employer within 14 days of the date of
issue of the Letter of Acceptance. The Performance Security shall be issued by a bank or insurance
company registered or licensed as a bank or insurance company to do business in the Republic of
South Africa and approved by the Employer and having an office or banking facility in the Republic of
South Africa. The Performance Security shall be subject to approval by the Employer and shall be in
the form prescribed in the tender documents or in another form approved by the Employer.”
In the last line of the last paragraph replace the words “Performance Certificate” with “Taking-Over
Certificate”.
4.4
Subcontractors
Change the title to read “Subcontractors and Suppliers”
In the first paragraph delete “the whole of the Works” and add “more than 40% of the Works without
the express approval of the Employer”.
In the 1st line of the 2nd paragraph, after the word “Subcontractor” replace the expression “his agents
or employees” with “suppliers, their agents or employees”.
Add the following sub-paragraphs:
“(e)
If the Contractor is required to employ one or more Subcontractors under his targeted enterprise
development, then the subcontract agreement between the Contractor and the Subcontractor
shall be the standard FIDIC subcontract agreement (version 2011) and the provisions of SubClause 5.4 [Evidence of Payments] shall apply as if such Subcontractor is a nominated
Subcontractor.
(f)
Each subcontract agreement shall include the provisions:
(i)
The Contractor undertakes to pay the Subcontractor the full value as certified by the
Engineer as being due in each Interim Payment Certificate, without any deduction for
plant, equipment, materials or fuel supplied by the Contractor. The Contractor further
undertakes to make payment within 21 days of presentation by the Engineer of the
Contractor’s own Interim Payment Certificate to the Employer for payment, or by the
C-15
25th of the month following that in which the Subcontractor completed the work,
whichever date is earlier.
(ii)
4.7
The Subcontractor’s retention money shall be released when a Subcontractor’s work
does not show any defect within 12 (twelve) months after the completion of the
subcontract. However, the Subcontractor’s retention money may be withheld but only if
the Performance Certificate is unable to be issued because of defective workmanship
attributable to the Subcontractor.”
Setting Out
Amend the second line of the second paragraph to read:
“……reference, provided that the Contractor shall provide proof of their inaccuracy before they are
used.”
4.8
Safety Procedures
Add the following sub-paragraph:
“(f)
enter into and execute an agreement as provided for under Section 37(2) of the Occupational
Health and Safety Act, 1993 (Act No 85 of 1993) and shall comply with all other requirements of
Act No 85 of 1993 and Construction Regulations, 2014. The agreement in the relevant form
shall be prepared at the expense of the Employer.”
4.10 Site Data
In the 1st paragraph, 1st sentence, replace “prior to the Base Date” with “either as part of or by
reference in the Tender Documents or, otherwise, not later than 7 days before the latest date for
submission of the Tender Documents”, and delete the 2nd sentence.
4.13 Rights of Way and Facilities
Add the following paragraph:
“The Contractor shall abide by the procedures for the provision of deviation, haul and construction
roads, and the requirements for the construction, maintenance and final reinstatement of such roads,
all as set out in the standard Specifications.”
4.17 Contractor’s Equipment
Add the following paragraph:
“The Contractor shall notify the Engineer, in writing, of the names and addresses of the owners of all
major items of equipment not owned by the Contractor.”
4.18 Protection of the Environment
In the 1st paragraph, 1st sentence add “and shall ensure compliance with all the environmental
requirements indicated in part C3 Scope of Work.”
Add the following paragraph:
“The Contractor shall indemnify the Employer against any liability arising from or in relation to any of
the above matters.”
4.19 Electricity, Water and Gas
In the 1st paragraph, 1st line, delete “except as stated below”, and delete the 2nd and 3rd paragraphs.
4.20 Employer’s Equipment and Free-Issue Material
Delete “and Free-Issue Material” from the title of the sub-clause and delete the 3rd and 4th
paragraphs.
C-16
4.21 Progress Reports
In the 1st paragraph, 2nd line, delete “in six copies”.
4.22 Security of the Site
Replace the fullstop at the end of subclause (b) with a comma and continue this clause as follows:
“... on the Site, or utility or service owners whom the Employer or the Engineer identifies as having
also been authorised. Without said notice, the Contractor may refuse access to such utility or service
owners; and”
Add the following subclause:
“(c)
The Contractor shall indemnify the Employer against any liability for damage incurred to, or loss
of, property within the site identified in the contract documents as not belonging to the Employer
regardless of whether or not such damage or loss is caused by the Contractor’s equipment.”
4.24 Fossils
In the 1st paragraph, 1st sentence after “fossils” insert “and graves” and in the 2nd sentence, add “and
shall indemnify the Employer against any liability arising from such loss or damage.”
6.5
Working Hours
Replace the 1st sentence with the following:
“No work shall be carried out on Site on Sundays or on any special non-working day stated in the
Contract Data or between sunset and sunrise on any day, unless:”
6.7
Health and Safety
Replace the 1st paragraph with the following:
“The Contractor shall provide and maintain on the Site adequate and suitable sanitary and first aid
services (including the provision at all times of a person qualified to render medical first aid) and a
supply of potable water for the Contractor’s, the Employer’s and the Engineer’s personnel engaged on
the Contract and, if necessary, similar facilities elsewhere for such personnel off the Site.”
Add the following sub-clause:
“6.12 Indemnity by Contractor
The Contractor shall indemnify the Employer against and from all damages, losses and expenses
(including legal fees and expenses) resulting from:
(a)
the loss of output and delay caused by the slowing down or partial or total stoppage of work
caused by:
i.
all or any of the Contractor’s workforce as a result of a dispute between all or any of the
Contractor’s workforce and the Contractor; or
ii.
all or any of the Contractor’s suppliers’ difficulty or impossibility to deliver goods or
materials needed to perform the Works;
(b)
any unlawful, riotous or disorderly conduct by or amongst the Contractor’s personnel.”
8.1
Commencement of Work
In the 1st paragraph, delete the 1st sentence, and in the 2nd sentence replace “42 days after the
Contractor receives the Letter of Acceptance” with “28 days of the date of issue of the Letter of
Acceptance.”
In the 2nd line of the 2nd paragraph, after the words “Commencement Date”, insert “but within the
period stated in the Contract Data.”
C-17
8.3
Programme
Replace the 1st sentence of the 1st paragraph with “The Contractor shall submit a detailed
programme to the Engineer within 14 days of the Commencement Date.”
Add to the items to be included in the programme the following sub-paragraph:
“(e)
(f)
The Contractor’s cash flow forecast.
Documented details of the contractor’s environmental mitigation measures and health and
safety plans in respect of all construction activities”
In the 2nd paragraph replace “21” with “14”.
8.4
Extension of Time for Completion
Replace the word “Engineer” with “Employer” in the last sentence of the last paragraph.
8.7
Delay Damages
Change the marginal heading of this clause to read “Delay Damages and Other Non-compliance
Charges” and insert the following as a first paragraph to this clause:
“Delay damages and other payments to the Employer for late delivery, failure to achieve intraprogramme due dates or non-compliance events shall apply as follows:”
Keep the existing two paragraphs unchanged as subclause (a) and add the following subclause
relating to other non-compliance charges:
“(b)
If the Contractor fails to achieve programmed completion dates that result in extended duration
of accommodation of traffic closures, or fails to adhere to specified controls and targets,
penalties shall be levied by deductions from relevant Interim Payment Certificates in terms of
subclause (f) of clause 14.3 [Application for Interim Payment Certificates] at the rates stated in
the Appendix to Tender.”
10.2 Taking Over of Parts of the Works
Delete the 2nd paragraph.
Between the 3rd and 4th paragraphs insert the following paragraph:
“The Employer may make use of any part of the Permanent Works prior to the issue of a Taking OverCertificate.”
Delete the 5th paragraph.
11.9 Performance Certificate
In the 1st paragraph, 2nd line and in the 2nd paragraph, 1st line, replace the word “Engineer” with
“Employer”.
Delete the last sentence of the 2nd paragraph.
11.11 Clearance of Site
Replace the 1st paragraph with the following:
“With the exception of Plant, Materials and Contractor’s Equipment required to complete any
outstanding work or to remedy defects or damage as notified by, or on behalf of, the Employer and
which Plant, Materials and Contractor’s Equipment have been agreed by the Engineer and the
Contractor, the Contractor shall, upon receipt of the Taking-Over Certificate, remove all Contractor’s
Equipment and surplus material, wreckage, rubbish and Temporary Works, from the Site unless
otherwise instructed by the Engineer.”
C-18
In the 2nd paragraph, replace “after the Employer receives a copy of the Performance Certificate” with
“after the issue of the Taking-Over Certificate”.
12.3 Evaluation
Replace the second sentence of paragraph two with the following:
“However a new rate or price shall be appropriate for an item of work only if notice has been given and
if ...”
In sub-paragraph (a)(iv) replace the word “Contract” with “Appendix to Tender”.
13.3 Variation Procedure
Replace the 3rd paragraph with the following:
“Each instruction to execute a Variation, unless the Variation is to be executed on a Daywork basis,
shall be a written instruction presented in the form of a Variation order. The Variation order shall be
presented to the Employer, who shall signify his approval before the order is signed by the Engineer
and issued to the Contractor, who shall acknowledge his acceptance by signing the order. The
Contractor shall not accept a Variation order that is not approved and signed by the Employer”.
13.5 Provisional Sums
In the 1st line of sub-paragraph (b) after “services” insert “and including items for which a prime cost
sum has been provided in the Bill of Quantities”.
13.6 Daywork
Replace the 2nd and 3rd sentences in the 1st paragraph with “The following procedure shall apply.”
Add the following as the 5th paragraph of this sub-clause:
“The work shall be valued in accordance with the Daywork Schedule included in the Contract or, in the
absence of a Daywork Schedule or for items not included in the Daywork Schedule the Contractor
shall be paid the aggregate of:
(i)
(ii)
(iii)
(iv)
the gross remuneration of the workmen for the time they are actually engaged on the work
concerned,
the net cost of Materials actually used,
an amount in respect of Contractor’s Equipment which shall be charged on a time basis at the
rates stated in the Tender, failing which at rates, to be agreed between the Contractor and the
Engineer or, failing agreement, to be determined by the Engineer on the basis of ruling
equipment hire rates and
the percentage allowances stated in the Contract Data, which allowances shall be held to cover
all charges for the Contractor’s and/or Subcontractor’s profits, timekeeping, clerical work,
insurance, establishment, superintendence and the use of hand tools.”
13.8 Adjustments for Changes in Costs
Replace this sub-clause with the following:
“The value of certificates issued in terms of Sub-clause 14.6 (excluding the value of those special
Materials specified in the Contract Data) shall be increased or decreased by applying a Contract Price
adjustment factor calculated according to the formula and the conditions set out in the Contract Price
adjustment Schedule appended to these Particular Conditions.
Price adjustments for variations in the costs of special Materials specified in the Contract Data shall be
made in the manner set out in the Contract Price adjustment schedule.”
14.1 The Contract Price
In clause (d), replace “a proposed breakdown of each lump sum price” with ”a breakdown of all rates.”
C-19
14.3 Application for Interim Payment Certificates
In the 1st line of the 1st paragraph, delete “in six copies.”
In the 4th line of the 1st paragraph, change “the report” to “reports.”
In the 2nd paragraph, sub-paragraph (c), after “above amounts” insert “and 80% of the value of
Materials on Site” and add the following as a final paragraph:
“If, as stated in the Contract Data, a Retention Money Guarantee is permitted and the Contractor
elects to furnish it, the guarantee shall, at the cost of the Contractor, be executed by an insurance
company or bank in a form approved by the Employer.
The said company or bank shall be registered or licensed to do business in the Republic of South
Africa and shall have an office and banking facility in the Republic of South Africa and shall be subject
to approval by the Employer.
The aggregate liability under the guarantee shall be the maximum amount of retention monies to be
retained by the Employer, which amount shall be as stated in the Contract Data.
Other conditions, if any, additional to the above standard conditions shall be as stated in the Contract
Data.
The guarantee shall expire on the date on which the last of the retention monies (which, but for the
guarantee, would have been retained by the Employer) becomes payable to the Contractor.
The guarantee shall be returned to the guarantor upon final payment of the aggregate liability or on
the date of expiry, whichever is the earlier.”
14.5 Plant and Materials intended for the Works
In the first paragraph delete “If this Sub-Clause applies”.
Delete the 2nd paragraph.
In the 3rd paragraph, delete sub-paragraphs (b) and (c)(i) and amend sub-paragraph (a) so that (c)(ii)
becomes (a)(iii) thus:
“(a)(ii)
(a)(iii)
... supported by satisfactory evidence; and
ensured that the relevant Plant and Materials have been delivered to and …”
Add the following sub-sub-clause:
“(a)(iv)
(a)(v)
provided proof of ownership of the plant and materials; and
for plant and materials kept off-site, clearly demarcated and identified it as the
contractor’s property.
Add the following paragraph:
“If so agreed in writing by the Employer, the provisions of this Sub-Clause 14.5, as amended herein,
shall apply equally to Plant and Materials intended for incorporation in the Permanent Works and
stored at places other than the Site.”
14.6 Issue of Interim Payment Certificates
In the 2nd line of the 1st paragraph replace “28” with “14”
14.7 Payment
In sub-paragraphs (b) and (c) of the 1st paragraph replace “56” with “28”.
Delete the 2nd paragraph.
C-20
14.8 Delayed Payment
Replace the 2nd paragraph with the following:
“These financing charges shall be at the rate prescribed in terms of the Prescribed Rate of Interest
Act, 1975 (Act No 55 of 1975)”.
14.10 Statement at Completion
In the 2nd line of the 1st paragraph delete “six copies of”.
14.11 Application for Final Payment Certificate
In the 2nd line of the 1st paragraph delete “six copies of”.
In the 3rd paragraph, replace the last sentence with:
“Thereafter, when the dispute is finally resolved, the Contractor shall then prepare and submit to the
Employer (with a copy to the Engineer) a Final Statement.”
14.15 Currencies of Payment
Delete this sub-clause.
15.2 Termination by the Employer
Delete the word “or” at the end of sub-paragraph (e) and replace sub-paragraph (f) with the following:
"(f)
gives or has given, offers to give or has offered to give (directly or indirectly) to any person any
bribe, gift, gratuity, commission or other thing of value, as an inducement or reward:
(i)
(ii)
for doing or forbearing to do any action in relation to the Contract or any other contract
with the Employer or State Department or Organ of State, or
for showing or forbearing to show favour or disfavour to any person in relation to the
Contract or any other contract with the Employer or State Department or Organ of State,
or if any of the Contractor’s Personnel, agents or Subcontractors gives or has given, offers to
give or has offered to give (directly or indirectly) to any person any such inducement or reward
as is described in this sub-paragraph (f). However, lawful inducements and rewards to
Contractor’s Personnel shall not entitle termination,"
Add the following sub-paragraphs:
"(g)
misrepresented, whether innocently, negligently or fraudulently, the true facts requested in the
tender documents; or
(h)
acts in such a way, on this contract or any other contract with the Employer, that a statute
relating to the combating of fraud, corruption, uncompetitive practice and the like can be
invoked.”
Replace the expression “e) or f)” in the penultimate line of the second paragraph with:
“e), f), g) or h)”.
Replace the full stop at the end of the third paragraph with a comma and add the following:
"including the right to terminate any other contract between the Employer and the Contractor and to
forbid the Contractor or any employee, partner, shareholder or director of the Contractor to tender on
any future projects put out to tender by the Employer for a period of five years from the date of notice
of termination, which period may be reduced by application to and at the sole discretion of the
Employer."
C-21
17.3 Employer’s Risks
Add the following to sub-paragraph (c):
“unless these risks are insurable with the South African Special Risks Insurance Association (SASRIA)
at the time of tendering and it is stipulated in the Contract Data that the Contractor is to effect
insurance against these risks”.
18.1 General Requirements for Insurances
Replace this sub-clause with the following:
“The Contractor shall effect all insurances as have been proposed and agreed by the Contractor as
being necessary to adequately cover his insurable obligations under the Contract and shall maintain
such insurances for the duration of the Contract.
With regard to the insurances to be effected for insurance against injury to Persons and Damage to
property the Contractor shall arrange for the policy to be issued in the joint names of the Contractor,
the Employer and Subcontractors and will incorporate a Cross Liability clause.
The Employer shall be entitled at his discretion to call for evidence of the scope and validity of such
insurance as and when this may be required.
If required, the Contractor shall provide proof that he has paid all contributions required in terms of the
compensation for Occupational Injuries and Diseases, 1993 (Act No 130 of 1993).”
18.2 Insurance for Works and Contractor’s Equipment
Delete this sub-clause.
18.3 Insurance against Injury to Persons and Damage to Property
Delete this sub-clause.
18.4 Insurance for Contractor’s Personnel
Delete this sub-clause.
19.1 Definition of Force Majeure
In the third line of subclause 19.1(iii) insert “or suppliers,” after the word “Subcontractors”.
19.5 Force Majeure Affecting Subcontractor
Amend the title to read “Force Majeure Affecting Subcontractor and Supplier”.
In the first line insert “or supplier” after the word “Subcontractor”
20.1 Contractor’s Claims
In paragraph 5, insert the following after the first sentence:
"If an extension of time is granted the Contractor shall be paid such time-related Preliminary and
General allowances as are appropriate having regard to any other compensation which may already
have been granted in respect of the circumstances concerned. Payment of costs additional to the
above will only be considered if the costs derive from claims that fall within the terms of Clause 13
[Variations and Adjustments] and/or Sub-clause 17.3 [Employer’s Risks].”
Replace the 6th paragraph with the following:
“After receiving a claim or any further particulars supporting a previous claim, the Engineer shall
present such claim or particulars to the Employer, together with his recommendations, for a ruling,
which ruling shall be given to the Contractor within 42 days after receiving a claim or any further
C-22
particulars, provided that the said period of 42 days may be extended by application from one Party
and approval of the other. If the Employer fails to give his ruling within the specified period, or agreed
extension thereto, it shall be deemed that the Employer has dismissed the claim.”
Delete the 8th paragraph.
20.2 to 20.8
Replace these sub-clauses with the following:
20.2 Settlement of Disputes
(a)
The Contractor shall have the right to dispute any ruling given or deemed to have been given by
the Employer or the Engineer, provided that, unless the Contractor shall, within 42 days after his
receipt of a ruling or after a ruling shall have been deemed to have been given, give written
notice (hereinafter referred to as a “Dispute Notice”) to the Engineer, referring to this Clause,
disputing the validity or correctness of the whole or a specified part of the ruling, he shall have
no further right to dispute that ruling or the part thereof not disputed in the said Dispute Notice.
(b)
All further references herein to a ruling shall relate to the ruling, or part thereof, specified in the
Dispute Notice, as varied or added to by agreement between the Contractor and the Engineer
or by the Engineer’s decision in terms of sub-paragraph (c) or by the Mediator’s opinion to the
extent that it has become binding in terms of Sub-clause 20.3(f).
(c)
The Engineer shall
i)
ii)
iii)
before giving his decision on the dispute, consult the Employer thereon and give the
Contractor a reasonable opportunity to present written or oral submissions thereon, which
latter shall be confirmed in writing within 7 days
deliver his decision in writing to the Employer and to the Contractor, and
give his decision within 56 days of his receipt of the Dispute Notice, or within any further
period as may be agreed between the Engineer and the Contractor, failing which, he shall
be deemed to have given a decision affirming, without amendment, the ruling concerned.
(d)
Unless either the Employer or the Contractor, shall, within 28 days after his receipt of notice of
the decision in terms of sub-paragraph (c)(ii) or after the decision is deemed to have been given
in terms of sub-paragraph (c)(iii), have given notice in writing to the Engineer, with a copy to the
other Party, disputing the Engineer’s decision or a specific part thereof, he shall have no further
right to dispute any part of the ruling not specified in his said notice.
(e)
If either Party shall have given written notice in compliance with sub-paragraph (d), the dispute
shall be referred to mediation in terms of Sub-Clause 20.3 unless either Party has given written
notice to the other Party of its intention to refer the matter in dispute to court, which notice shall
be given either:
i)
within 28 days of receipt of notice of the Engineer’s decision, or
ii)
within 14 days of receipt by the one Party of the other Party’s notice of dispute of the
Engineer’s decision.
If notice of intention to refer the matter in dispute to Court has been served by either party, the
matter in dispute shall not be referred to mediation but shall be referred to Court.
(f)
Notwithstanding that the Contractor may, in respect of a ruling, have given a Dispute Notice, the
ruling shall be of full force and carried into effect unless and until otherwise agreed by both
Parties in terms of Sub-Clause 20.3(f) or as determined in a court judgement.
20.3 Mediation
(a)
The mediation referred to in Sub-Clause 20.2(e) shall be conducted by a mediator selected by
agreement between the Parties or, failing such agreement within 7 days after a written request
by either Party for such agreement, nominated on the application of either Party by the
President for the time being of the South African Institution of Civil Engineering.
C-23
If, for any reason, the person appointed fails to assume or to continue in the office concerned:
(i)
(ii)
(iii)
(b)
Neither Party shall be entitled to be represented at any hearing before, or at, any meeting, or in
any discussion, with the mediator except by any of the following:
i)
ii)
iii)
iv)
v)
vi)
vii)
(c)
the provisions of Sub-Clause 20.3 shall apply mutatis mutandis in the appointment of a
successor, and
in making his nomination in terms of this sub-clause, the president for the time being of
the South African Institution of Civil Engineering shall, at his own discretion, act in
consultation with the presidents for the time being of Consulting Engineers South Africa
and the South African Federation of Civil Engineering Contractors, and
if the president required to make a nomination in terms of this sub-clause shall have a
direct or indirect interest in the subject matter of the dispute, the nomination shall be
made by the chief executive officer or the next senior officer of the body concerned who
has no such interest.
the Party himself, if a natural person,
a partner in the case of a partnership,
an executive director in the case of a company,
a member in the case of a close corporation,
the Engineer,
a bona fide employee of the party concerned, and
a professional engineer appointed for the purpose by the Party concerned.
The mediator shall, as he deems fit, follow formal or informal procedure and receive evidence or
submissions orally or in writing, sworn or unsworn, at joint meetings with the Parties or
separately or from any person whom he considers can assist in the formulation of his opinion,
provided that:
i)
each Party shall be given reasonable opportunities of presenting evidence or
submissions and of responding to evidence or submissions of the other Party, and
ii)
each Party shall be given full details of any evidence or submissions received by the
Mediator from the other Party or any other person otherwise than at a meeting where
both Parties are present or represented.
(d)
The mediator shall have the power to propose to the Parties compromise settlements of or
agreements in disposal of the whole or portion of the dispute.
(e)
The mediator shall, as soon as reasonably practical, give to each of the Parties his written
opinion on the dispute, setting out the facts and the provisions of the Contract on which the
opinion is based and recording the details of any agreement reached between the Parties
during the mediation.
(f)
The mediator’s opinion shall become binding on the Parties only to the extent correctly recorded
as being agreed by the Parties in the mediator’s written opinion or otherwise as recorded as
being agreed in writing by both Parties subsequent to the receipt of the mediator’s opinion.
(g)
The dispute on any matter still unresolved after the application of the provisions of subparagraph (f) shall be resolved by court proceedings.
(h)
Save for reference to any portion of the mediator’s opinion which has become binding in terms
of sub-paragraph (f), no reference shall be made by or on behalf of either Party, in any
proceedings subsequent to mediation, to the mediator’s opinion, or to the fact that any particular
evidence was given, or to any submission, statement or admission made in the course of the
mediation.
(i)
Irrespective of the nature of the mediator’s opinion:
(i)
(ii)
each Party shall bear his own costs arising from the mediation, and
the Parties shall in equal shares pay the mediator the amount of his expenses and the
amount of his fee based on a scale of fees as agreed between the mediator and the
Parties before the commencement of the mediation.
C-24
20.4 Reference to Court
If a dispute is still unresolved as provided for in sub-paragraph (g) of sub-clause 20.3 or the dispute is
one described in sub-clause 20.5, the dispute shall be determined by court proceedings, provided that:
(a)
(b)
(c)
nothing herein contained shall deprive the Contractor of the right to institute immediate court
proceedings in respect of failure by the Employer to pay the amount of a payment certificate on
its due date or to refund any amount of retention money on its due date for refund,
no ruling or decision given by the Engineer in accordance with the provisions of the Contract
shall disqualify him from being called as a witness and giving evidence before the court on any
matter whatsoever relevant to the dispute concerned, and
the court shall have full power to open up, review and revise any ruling, decision, order,
instruction, certificate or valuation of the Engineer relevant to the matter in dispute.
20.5 Special Disputes
Notwithstanding anything elsewhere provided in sub-clauses 20.2, 20.3 and 20.4, any dispute
between the Contractor and the Employer,
(a)
(b)
not relating to a ruling, decision, order, instruction or certificate by the Engineer, or
arising after the completion of the Contract or, if a Defects Notification Period is provided, after
the termination of that period,
shall be determined, without the application of the provisions of sub-clauses 20.2 and 20.3 by court
proceedings which may be initiated by either Party, in which event the provisions of sub-clause 20.4
shall apply.
20.6 Continuing Validity of sub-clauses 20.2 to 20.6
Sub-clauses 20.2 to 20.6 inclusive constitute a separate, divisible agreement from the rest of the
Contract and shall remain valid and applicable, notwithstanding that the Works may have been
completed or that the rest of the Contract may be void or voidable or may have been cancelled for any
reason.”
APPENDIX: General Conditions of Dispute Adjudication Agreement
Delete this appendix
ANNEX:
Procedural Rules
Delete this annexure
C-25
APPENDIX TO THE PARTICULAR CONDITIONS:
CONTRACT PRICE ADJUSTMENT SCHEDULE
1.
Contract
Price
Adjustment
In accordance with sub-clause 13.8, the value of each
certificate issued in terms of sub-clause 14.6 shall be
increased or decreased by the amount obtained by multiplying “Ac”, defined
in clause 2 of this Schedule, by the Contract Price adjustment factor,
rounded off to the sixth decimal place (or the fourth decimal place if
expressed as a percentage), determined according to the formula:
(1 – x) *  (aLt/Lo) + (bEt/Eo) + (cMt/Mo) + (dFt/Fo) - 1 
in which the symbols have the following meanings:
“x” is the proportion of “Ac” which is not subject to adjustment. Unless
otherwise stated in the Appendix this proportion shall be 0,15.
“a”, “b”, “c” and “d” are the co-efficients determined by the Engineer and
specified in the Appendix to Tender, which are deemed, irrespective of the
actual constituents of the work, to represent the proportionate value of
labour, equipment, materials (other than “special materials” specified, in
terms of sub-clause 13.8, in the Appendix to Tender) and fuel respectively.
The arithmetical sum of “a”, “b”, “c”, and “d” shall be unity.
“L” is the “Labour Index” and shall be the price index for “Consumer Price
Index” for the urban area specified in the Appendix to Tender, as published
in the Statistical Release P0141, Additional tables, Table 14, of Statistics
South Africa.
“E” is the “Equipment Index” and shall be the price index for “Civil
Engineering Plant”, as published in the Statistical Release P0151, Table 4,
of Statistics South Africa. Note that Statistics South Africa’s “Civil
Engineering Plant” includes equipment.
“M” is the “Materials Index” and shall be the price index for “Civil Engineering
Materials”, as published in the Statistical Release P0151, Table 3, of
Statistics South Africa.
“F” is the “Fuel Index” and shall be the price index for “Diesel fuel – Coast
and Witwatersrand”, as published in the Statistical Release P0151, Table 4,
of Statistics South Africa.
The suffix “o” denotes the basic indices applicable on the Base Date as
defined in sub-clause 1.1.3.1 of the General Conditions of Contract.
The suffix “t” denotes the current indices applicable to the month in which
the last day of the period falls to which the relevant payment certificate
relates.
If any index relevant to any particular Payment Certificate is not known at the
time when the certificate is prepared, the Engineer may estimate the value of
such index. Any correction which may be necessary when the correct
indices become known shall be made by the Engineer in subsequent
Payment Certificates.
2.
Assessment
of amount
subject to
adjustment
For the purpose of calculating the adjustment to the value of the relevant
certificates, the amount “Ac” shall be determined by the formula:
Ac = T – S – D – W – G – Ap
In which formula the symbols have the following meanings:
“T” is the summation of the total value of the:
C-26
(i)
(ii)
(iii)
preliminary and general items,
work done, and
Materials on Site,
as certified in the Payment Certificate under consideration without any
deduction whatsoever and before any adjustment made in terms of this
Schedule
“S” is the aggregate of (i), (ii), (iii) and (iv), referred to below, and included in
“T”:
(i)
(ii)
(iii)
(iv)
the amounts actually expended and substituted for any prime cost
sums;
the value of any work done by Nominated Subcontractors;
the value of any work done against Provisional Sums;
the value of any extra or additional work done under a Variation order,
where special arrangements for price adjustments in respect of those
amounts were made and recorded at the time the work was ordered.
“D” is the value of work included in “T” and done at new rates fixed in terms
of sub-clause 12.3, where those rates are not based on labour, Contractor’s
Equipment or Materials costs in force at the time of tendering. Generally new
rates may be based on current costs and de-escalated to the Base Date of
the indices, in which case work done at these rates shall not be included in
the value of “D”.
“W” is the amount included in “T” and paid for any Daywork executed at Cost
plus percentage allowances as set out in sub-clause 13.6 as amended by
Particular Condition.
“G” is the amount included in “T” for Materials classified and dealt with as
“special materials” in terms of sub-clause 13.8 as amended by Particular
Condition.
“Ap” is the summation of all “Ac” amounts determined in terms of Clause 2 of
this Schedule for all Payment Certificates preceding in time the Payment
Certificate under consideration.
3.
Reduction of
CPAF after
Time for
Completion
has expired
Save only for Variations ordered to be carried out after the Time for
Completion has expired, the Contract Price adjustment factor to be applied
to certificates relating to work done or materials supplied after the expiry of
the Time for Completion shall be half the factor calculated by inserting in the
formula referred to in Clause 1 of this Schedule the indices Lt, Et, Mt and Ft
applicable at the date of expiry of the Time for Completion.
4.
Special
materials
The price of each “special material” specified in the Appendix to Tender shall
be increased or decreased by the net amount of any variation incurred after
the date of the Tender on the basis set out in the Contract, provided that any
claim for adjustment in terms hereof shall be substantiated by the
submission of acceptable invoices and any other supporting documents
which the Engineer considers necessary for that purpose. However, except
for Variations ordered in terms of Clause 13 (Variations and Adjustments) all
adjustments after expiry of Time for Completion shall be increased or
decreased by half the net amount of such calculated variation.
For the purpose of this clause, “the net amount of any Variation” in respect
of a particular material referred to as a “special material” in terms of subclause 13.8 shall be calculated by multiplying the difference between the
rate or price entered in the Contract by the Contractor for that Material and
the equivalent rate or price actually paid by the Contractor for the Material by
the quantity of the Material in question.
C-27
5.
Assessment
of indices if
certificates are
not issued
monthly
If more than one month intervenes between the month applicable to any
Payment Certificate and the month applicable to the immediately succeeding
payment certificate, then the indices “Lt”, “Et”, “Mt” and “Ft” applicable to the
succeeding Payment Certificate shall each be taken as the arithmetic mean,
rounded off to the second decimal place, of the relevant indices applicable to
the month of measurement and to such intervening months.
C-28
C1.2.2
APPENDIX TO TENDER: CONTRACT DATA - INFORMATION PROVIDED BY THE
EMPLOYER
Notes to tenderer:
1.
This form is the equivalent of the Appendix to Tender as defined in Sub-Clause 1.1.1.9 of
the FIDIC Conditions of Contract.
2
Clause numbers (Cl. No.) refer to the FIDIC Conditions of Contract. The prefix A refers to
an amendment to these conditions.
Item
Employer
Cl No
Data
1.1.2.2
means the South African National Roads
Agency SOC Limited instituted in terms of the
South African National Roads Agency Limited
and National Roads Act (Act No. 7 of 1998) or
a person delegated by the South African
National Roads Agency SOC Limited to act on
its behalf.
The Employer’s address is:
The South African National Roads Agency
SOC Limited
48 Tambotie Avenue
Val De Grace
Pretoria, 0184
Engineer
1.1.2.4
means LEO/Element Joint Venture
The engineer’s address to be used for this
contract is:
Physical address:
54 Oxford Street
Oxford Gate: Block C
Durbanville
7550
Postal address:
P O Box 1142
Durbanville
7551
Communications
1.3
The addresses for communication between the
parties shall be:
Physical address:
1 Havenga Street
Oakdale
Bellville
7530
Employer
Postal address:
Private Bag X19
Bellville
7535
Period of validity of tender
-
16 weeks after the closing date for tenders
Time for completion of works
1.1.3.3.
13 months maximum including the contractor’s
holidays in December and January
Defects for notification period
1.1.3.7
12 calendar months
Laws
1.1.6.5
The law governing this contract is South
C-29
Item
Cl No
Data
African law
Nil (access on Commencement Date)
Time for access to the site
2.1
Amount of performance security
4.2
10% of the accepted contract amount
(Cl no. 4.11)
Rates of Wages and Conditions of
Labour
6.2
Rates for wages and conditions of labour
agreed by the Bargaining Council for the Civil
Engineering Industry shall apply except where
a specific industry publishes its own wage
rates and conditions of labour
Base date
13.8
Base date for this contract is 28 days prior to
the closing date of tender
Subcontractors
A4.4
The contractor shall not sub-contract more
than 25% of the value of the contract
(including value of work allocated to Targeted
Enterprise(s) but excluding work specified in
the Scope of Works to be procured through
the Employer’s Supply Chain Procurement
process) to any sub-contractor with a lower
BBBEE status level, unless the intended subcontractor(s) is an Exempted Micro Enterprise
that has the capability and ability to execute
the sub-contract.
Special non-working hours/days
A6.5
(a) All designated public holidays (including all
foreseeable statutory declared election
days)
(b) The SAFCEC declared annual shut-down
period between December and January
(c) Day before Easter Weekend
(d) Day of school term closure
Period in which works must
commence
A8.1
Not later than 30 days after the
commencement date
Programme
A8.3(a)
The contractor shall make allowance for the
following requirements in his programme:
(a) Accommodation of traffic restrictions
(b) Embargo period for seal work using hot
applied binders
Extension of time for completion
A8.4
An exceptional adverse climatic condition shall
be considered where the return period of the
climatic condition is greater than 5 times the
contract duration. On this contract the climatic
condition is to exceed a return period of 1:5
Delay damages and Other Noncompliance Charges
A8.7
Delay Damages – R15 000.00 /day
Other Non-compliance charges:
i. Accommodation of traffic non-compliance
(i) Occurrence – R10 000.00/number
(ii) Time delay – R1000.00/hour
ii. Overloading – 2 x Unit Rate x weight
factor x distance hauled
iii. Contract Participation Targets – 50% of
unachieved target
Evaluation
A12.3
The term “fixed rate item” shall apply to all
C-30
Item
Cl No
Data
items of work listed in the Pricing Schedule
(Including agreed items of work listed in
variation orders).
Daywork allowances
A 13.6
Not required (Dayworks provided for in the
pricing schedule)
Special materials
A13.8
Bitumen binder extracted from petroleum
based products and used on site. Including
that used in asphalt, irrespective of whether it
is produced and/or placed by the contractor or
an approved sub-contractor
Price Variations
A 13.8
x = 0.15
(a) = 0.20
(b) = 0.35
(c) = 0.35
(d) = 0.10
“L” is the consumer price index for the
Northern Cape Province, all urban areas
Retention money:
Percentage
14.3(c)
10% of value of completed work
-
14.3(c)
R 1,500,000.00 (excl VAT)
Limit
Guarantee
Minimum amount of interim
payment certificate
A14.3(c)
14.6
This will be considered provided that the
tenderer submits his proposal as an alternative
tender indicating what discount he proposes to
give
R 1,500,000.00
Contractor to insure with SASRIA
A17.3C
Required
Environmental Management Plan
(EMPl)
C1004(d)
DEO means: Designated Environmental
Officer
Target Area
D1002(a)
Namakwa District Municipality, Northern Cape
Contract Participation Goals (CPG)
D1003(b)
Targeted Labour
of which minimum contributions by
Targeted Groups:
i)
Woman
ii)
Youth (under 35 years)
4%
Targeted Enterprise
of which minimum contribution:
i)
Woman owned companies
8%
30% of value
30% of value
10% of value
C-31
C1.2.3
APPENDIX TO TENDER: CONTRACT DATA – INFORMATION PROVIDED BY THE
TENDERER
CONTRACT NRA N007-078-2014/1: SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF
NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN KM 60 AND OKIEP (KM 7.4)
Note to tenderer:
This form is the equivalent of the Appendix to Tender as defined in Sub-Clause 1.1.1.9 of the
FIDIC Conditions of Contract
1.
FIDIC CONDITIONS OF CONTRACT
1.a
Clause 1.3: Communications
The Contractor is .......................................................................................................................................
Physical Address: ......................................................................................................................................
....................................................................................................................................................................
Telephone: ................................................................................................................................................
Facsimile: ..................................................................................................................................................
1.b
Clause 4.3: Contractor’s representative
The authorised and designated representative of the Contractor is:
Name: ........................................................................................................................................................
2.
OTHER CONTRACT INFORMATION
2.a
.........................................................................................................................................................
2.b
.........................................................................................................................................................
SIGNED BY TENDERER: .........................................................................................................................
C-32
C1.3
OTHER STANDARD FORMS
C1.3.1
AGREEMENT IN TERMS OF THE OCCUPATION HEALTH AND SAFETY ACT 1993
(ACT NO. 85 OF 1993) AND CONSTRUCTION REGULATIONS, 2014
This AGREEMENT made at ......................................................................................................................
on this the ................................ day of .............................................................. in the year ...................
between THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED (hereinafter called “the
Employer”) on the one part, herein represented by ..................................................................................
in his capacity as .......................................................................................................................................
and delegate of the Employer in terms of the Employer’s standard powers of delegation pursuant to
the provisions of Act No. 7 of 1998, and ...................................................................................................
(hereinafter called “the Mandatary”) on the other part, herein represented by .........................................
....................................................................................................................................................................
in his capacity as .......................................................................................................................................
WHEREAS the Employer is desirous that certain works be constructed, viz. CONTRACT NRA N007078-2014/1: SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7
SECTIONS 7 TO 8 BETWEEN KM 60 AND OKIEP (KM 7.4) and has accepted a tender by the
Mandatary for the construction, completion & maintenance of such works and has appointed the
Mandatary in terms of Regulation 5(1)(k) of the Construction Regulations 2014, and whereas the
Employer and the Mandatary have agreed to certain arrangements and procedures to be followed in
order to ensure compliance by the Mandatary with the provisions of the Occupational Health and
Safety Act 1993 (Act 85 of 1993);
NOW THEREFORE THIS AGREEMENT WITNESSETH AS FOLLOWS:
1.
The Mandatary shall execute the work in accordance with the contract documents pertaining to
this contract.
2.
This Agreement shall hold good from its commencement date, to either :
a)
the date of the Performance Certificate issued in terms of sub-clause 11.9 of the
Conditions of Contract for Construction for Building and Engineering Works designed by
the Employer (1999) published by Federation Internationale des Ingenieurs-Conseils
(FIDIC), as contained in Volume 1 of the contract documents pertaining to this contract,
or
b) the date of termination of the contract in terms of clauses 15, 16 or 19 of the GCC.
3.
4.
The Mandatary declares himself to be conversant with the following:a)
All the requirements, regulations and standards of the Occupational Health and Safety
Act (Act 85 of 1993), hereinafter referred to as "The Act", together with its amendments
and with special reference to the following Sections of The Act.
i)
Section 8: General duties of employers to their employees.
ii)
Section 9: General duties of employers and self-employed persons to persons
other than employees.
iii)
Section 37: Acts or omissions by employees or mandataries and
iv)
Sub-section 37(2) relating to the purpose and meaning of this Agreement.
b)
The procedures and safety rules of the Employer as pertaining to the Mandatary and to
all his subcontractors.
In addition to the requirements of sub-clause 4.8, 6.7 and 17.1 of the GCC and all relevant
requirements of Volume 3 of the contract documents pertaining to this contract, the Mandatary
agrees to execute all the works forming part of this contract and to operate and utilize all
machinery, plant and equipment in accordance with The Act.
C-33
5.
The Mandatary is responsible for the compliance with the Act by all his subcontractors, whether
or not nominated and/or approved by the Employer.
6.
The Mandatary warrants that all his and his subcontractors’ workmen are covered in terms of
the Compensation for Occupational Injuries and Diseases Act 1993, which cover shall remain in
force whilst any such workmen are present on site. A letter of good standing from the
Compensation Commissioner to this effect must be produced to the Employer upon signature of
the agreement.
7.
The Mandatary undertakes to ensure that he and/or his subcontractors and/or their respective
employees will at all times comply with the following conditions:
a)
The Mandatary shall assume the responsibility in terms of Section 16.1 of The Act. The
Mandatary shall not delegate any duty in terms of Section 16.2 of The Act without the
prior written approval of the Employer. If the Mandatary obtains such approval and
delegates any duty in terms of section 16.2 a copy of such written delegation shall
immediately be forwarded to the Employer.
b)
All incidents referred to in The Act shall be reported by the Mandatary to the Department
of Labour as well as to the Employer. The Employer will further be provided with copies of
all written documentation relating to any incident.
c)
The Employer hereby obtains an interest in the issue of any formal enquiry conducted in
terms of section 32 of The Act into any incident involving the Mandatary and/or his
employees and/or its subcontractors.
In witness thereof the parties hereto have set their signatures hereon in the presence of the
subscribing witnesses:
SIGNED FOR AND ON BEHALF OF EMPLOYER: ..................................................................................
WITNESS 1: ..............................................................................................................................................
NAME (IN CAPITALS) ...............................................................................................................................
WITNESS 2: ..............................................................................................................................................
NAME (IN CAPITALS) ...............................................................................................................................
SIGNED FOR AND ON BEHALF OF THE MANDATARY .........................................................................
WITNESS 1: ..............................................................................................................................................
NAME (IN CAPITALS): ..............................................................................................................................
WITNESS 2: ..............................................................................................................................................
NAME (IN CAPITALS) ...............................................................................................................................
C-34
C1.3.2
FORM OF GUARANTEE
To:The South African National Roads Agency SOC Limited
PO Box 415
Pretoria
0001
Note to tenderer:
This pro forma is for information only. The successful tenderer’s guarantor will need to
reproduce it without amendment, omission or addition for completion and lodgement with the
Employer. A separate copy of this pro forma will be issued to the successful tenderer with the
letter of acceptance.
CONTRACT NRA N007-078-2014/1
FOR THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS
7 TO 8 BETWEEN KM 60 AND OKIEP (KM 7.4)
1.
I/We , the undersigned, ................................................... and ......................................................
in our respective capacities as ........................................................................................................
and
...............................................................................................................................................
and as such duly authorised to represent: ......................................................................................
(hereinafter referred to as “the Guarantor”)
do hereby hold at your disposal the amount of ...............................................................................
(R…………………………….) including VAT, for the due fulfilment by ...........................................
(hereinafter referred to as “the Contractor”) of its obligations to The South African National
Roads Agency SOC Limited (hereinafter referred to as “SANRAL”) in terms of the above stated
contract between the Contractor and SANRAL.
2.
The Guarantor hereby renounces the benefits of the exceptions non numeratae pecuniae, non
causa debiti, excussionis and divisionis, the meanings and effect whereof the Guarantor
declares itself to be fully conversant.
3.
The Guarantor undertakes and agrees to pay to SANRAL the said amount of R ...........................
.........................................................................................................................................................
(R…………………………) including VAT, or such portion as may be demanded on receipt of a
written demand from SANRAL, which demand may be made by SANRAL if, (in your opinion and
at your sole discretion), the said Contractor fails and/or neglects to commence the work as
prescribed in the contract or if he fails and/or neglects to proceed therewith or if, for any reason,
he fails and/or neglects to complete the services in accordance with the conditions of contract,
or if he fails or neglects to refund to SANRAL any amount found to be due and payable to
SANRAL, or if his estate is sequestrated or if he surrenders his estate in terms of the Insolvency
Law in force within the Republic of South Africa.
4.
Subject to the above and without in anyway detracting from your rights to adopt any of the
procedures set out in the contract, the said demand can be made by you at any stage.
5.
The said amount of R .......................................................................................................................
(R………………………….) including VAT, or such portion as may be demanded may be
retained by SANRAL on condition that after completion of the service, as stipulated in the
contract, SANRAL shall account to the Guarantor showing how this amount has been utilised
and refund to the Guarantor any balance due.
6.
This guarantee is neither negotiable nor transferable and
C-35
a)
b)
c)
7.
must be surrendered to the Guarantor at the time when SANRAL accounts to the
Guarantor in terms of clause 5 above, or
shall lapse upon the issue of the Taking-Over Certificate in terms of sub-clause 10.1 of
the Conditions of Contract and
shall not be interpreted as extending the Guarantor’s liability to anything more than
payment of the amount guaranteed.
This guarantee shall be governed by South African Law and subject to the jurisdiction of South
African Courts.
THUS DONE AND SIGNED AT ................................................................................................................
ON THIS .................... DAY OF ................................................................. 20 ........................................
GUARANTOR: ..........................................................................................................................................
ADDRESS:
....................................................................................................................................................................
....................................................................................................................................................................
....................................................................................................................................................................
AS WITNESSES: 1 ....................................................
2 ..................................................................
NAMES (PRINT)
2 ..................................................................
1 ....................................................
C-36
C1.3.3
FORM OF APPLICATION FOR A PERMIT TO DEPARTMENT OF LABOUR TO DO
CONSTRUCTION WORK
CONTRACT NRA N007-078-2014/1
FOR THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS
7 TO 8 BETWEEN KM 60 AND OKIEP (KM 7.4)
Annexure 1
Occupational Health and Safety Act, 1993
(Regulation 3(2) of the Construction Regulations, 2014)
APPLICATION FOR A PERMIT TO DO CONSTRUCTION WORK
This application must be submitted with the following documents:
a)
Health and Safety specification
b)
Health and Safety plan
c)
Baseline risk assessment.
1.
Name, postal address and telephone numbers of the client:
.........................................................................................................................................................
.........................................................................................................................................................
2.
Details of the Agent:
(a)
Title, Surname and Initials: ....................................................................................................
(b)
Identity number / Passport number: ......................................................................................
(c)
Registration number with SACPCMP: ...................................................................................
(d)
Office Tel. Number and/or Mobile number: ...........................................................................
(e)
Postal address: ......................................................................................................................
...............................................................................................................................................
3.
Name, postal address and telephone numbers of the appointed principal contractor:
.........................................................................................................................................................
.........................................................................................................................................................
4.
Name, postal address and telephone numbers of the designer of the project:
.........................................................................................................................................................
.........................................................................................................................................................
C-37
5.
Name, postal address and telephone numbers of the following persons:
(a)
Construction Manager:
...............................................................................................................................................
(b)
Construction Health and SafetyManager:
...............................................................................................................................................
(c)
Construction Health and Safety Officer:
...............................................................................................................................................
5.
Exact physical address of the construction and site office::
.........................................................................................................................................................
.........................................................................................................................................................
7.
Nature of construction work:
.........................................................................................................................................................
.........................................................................................................................................................
8.
Expected commencement date: .....................................................................................................
9.
Expected completion date: ..............................................................................................................
10.
Estimated maximum number of persons on the construction site:
……………………….………………………. ......................................................................................
11.
Planned number of contractors on the construction site accountable to the principal contractor:
.........................................................................................................................................................
12.
Name(s) of contractors appointed:
.........................................................................................................................................................
.........................................................................................................................................................
.........................................................................................................................................................
.........................................................................................................................................................
18.
________________________________________
Signature of Client / Client’s Agent
19.
________________________________________
Signature of the Principal Contractor
C-38
FOR OFFICE ONLY
Authorization /
Unique No.
LABOUR CENTRE
OFFICE APPROVAL STAMP
13.
Date of application: .........................................................................................................................
14.
Submitted documents prescribed in Construction Regulation 5(4) (Please tick ):
CR 5(1)(a)
CR 5(1)(b)
17.
Result of the application (Please tick ) ____
18.
Reason for declining the application
CR 5(1); (C-S)
Approved
Declined
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
20.
________________________________________
Signature of the Supervisor
21.
________________________________________
Signature of revoking officer / Inspector
C-39
C1.3.4
FORM OF RETENTION MONEY GUARANTEE
To:
The South African National Roads Agency SOC Limited
PO Box 415
Pretoria
0001
Note to tenderer:
This pro forma is for information only. The successful tenderer’s guarantor will need to
reproduce it without amendment, omission or addition for completion and lodgement with the
Employer. A separate copy of this pro forma will be issued to the successful tenderer with the
letter of award.
CONTRACT NRA N007-078-2014/1
FOR THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS
7 TO 8 BETWEEN KM 60 AND OKIEP (KM 7.4)
The guarantee is issued on behalf of ........................................................................................................
Registration No. ............................................ (hereinafter referred to as “the Contractor”) in connection
with the above mentioned contract (hereinafter referred to as “the Contract”).
Whereas you have agreed that the Contractor may provide a guarantee in lieu of the retention monies
provided for under the Contract.
Now therefore we, the undersigned, being duly authorised to represent .................................................
registration number .......................................................................................... undertake to pay you
such amounts as you may from time to time demand from us, immediately upon receipt of a written
demand from you.
1.
Each demand shall be in writing and delivered to us at .................................................................
or such other address as we shall in writing notify to you.
2.
Our liability to make the payments herein referred to shall be unconditional and not be affected
or diminished by any disputes, claims or counterclaims between you and the Contractor.
3.
Our aggregate liability under this guarantee is limited to .................................................................
(R ....................................................................................................................................................)
and is restricted to payment of monies only.
4.
This guarantee shall expire on the date on which the last of the retention monies, which but for
this guarantee would have been retained by you, becomes payable to the Contractor.
5.
This guarantee is neither negotiable nor transferable and must be returned to us against final
payment of our aggregate liability or on the date of the expiry of the guarantee in terms of
Clause 4 (above), whichever is the earlier.
Signed at .................................................................. for and on behalf of ................................................
on this the ....................... day of ............. in the year ..............................................................................
GUARANTOR: ..........................................................................................................................................
C-40
AS WITNESSES:
1
..................................................................
NAME: ................................................................
ADDRESS: .........................................................
..................................................................
..................................................................
..................................................................
2
..................................................................
NAME: ................................................................
ADDRESS: .........................................................
..................................................................
..................................................................
..................................................................
C-41
C1.3.5
FORM OF BANKING DETAILS
Notes to Contractor:
1.
The Employer applies an Electronic Funds Transfer system for all payments.
2.
If you are already registered as a vendor with the Employer, you are required to confirm
your banking details in the form below, but are not required to submit the documentation
as per note 3.1 and 3.2.
3.
If you are not registered as a vendor with the Employer, you are required to supply:
2.1 a completed SANRAL Vendor Application Form (to be obtained from the relevant
Regional Project Manager); or
2.2 an original cancelled cheque bearing your company name and account number; or
2.3 if you are unable to supply an original cancelled cheque, you are to provide a letter
on your letterhead as per the pro forma below and return the original letter to the
address as stated in clause 1.3 of C1.2.2 - Information provided by the Employer,
delivered by hand or sent by post.
__________________________________________________________________________________
To:
The South African National Roads Agency SOC Limited
1 Havenga Street
Oakdale
Bellville
7530
Dear Sir
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF
NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN KM 60 AND OKIEP (KM 7.4)
BANKING DETAILS
By signing this document we accept the following:

The banking details submitted are those of and we take full responsibility for their correctness.

We indemnify the Employer from any and all outcomes if an electronic transfer is made into an
incorrect bank account using the banking details submitted.
Account Name: ................ …………………………………………………………………………………………
Bank: ............................... …………………………………………………………………………………………
Branch Name: ................. …………………………………………………………………………………………
Branch Code: .................. …………………………………………………………………………………………
Account Number:............. …………………………………………………………………………………………
Yours sincerely
..................................................................................
Authorised Signatory for
DATE:
C-42
C1.3.6
TAX COMPLIANCE PERMISSION DECLARATION
SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED
CONTRACT NRA N007-078-2014/1: SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF
NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN KM 60 AND OKIEP (KM 7.4)
Where Tax Compliance Certificates and VAT Registration Certificates are no longer issued by SARS
the Contractor shall complete the declaration below.
I, .................................................................................................................................................... (name)
the undersigned in my capacity as ............................................................................................ (position)
on behalf of ................................................................................................................................................
.................................................................................................................................... (name of company)
herewith grant consent that SARS may disclose to the South African National Roads Agency SOC
Limited (SANRAL) our tax compliance status on an ongoing basis for the contract term.
For this purpose, our unique security personal identification number (PIN) is ........................................ .
In addition, the Contractor shall obtain written consent from each of its subcontractors, undisclosed
principals and partners involved in this contract confirming that SARS may, on an ongoing basis
during the contract term, disclose the subcontractors’ tax compliance status to the Employer. For this
purpose the Contractor shall provide the Employer with the unique security personal identification
number (PIN) for each of its subcontractors, undisclosed principals and partners involved in this
contract.
SIGNATURE: ............................................................................................................................................
DATE: ........................................................................................................................................................
C-43
__________________________________________________________________________________
PART C2:
PRICING DATA
__________________________________________________________________________________
C-44
PART C2: PRICING DATA
TABLE OF CONTENTS
PAGE
C2.1
PRICING INSTRUCTIONS ............................................................................................ C-46
C2.2
PRICING SCHEDULE (INCORPORATING SBD3) ...................................................... C-48
C2.3
SUMMARY OF PRICING SCHEDULE ......................................................................... C-94
C-45
C2.1
PRICING INSTRUCTIONS
C2.1.1
Measurement and payment shall be in accordance with the relevant provisions of
the COLTO Standard Specification for Road and Bridge Works for State Road
Authorities (1998 edition) as amended in the Scope of Works.
C2.1.2
The units of measurement described in the Pricing Schedule are metric units.
Abbreviations used in the Pricing Schedule are as follows:
%
h
ha
kg
kl
km
km-pass
kPa
kW
l
m
mm
2
m
2
m -pass
3
m
3
m -km
MN
MN.m
MPa
No.
Prov sum
PC Sum
R/only
sum
t
W/day
C2.1.3
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
=
percent
hour
hectare
kilogram
kilolitre
kilometre
kilometre-pass
kilopascal
kilowatt
litre
metre
millimetre
square metre
square metre-pass
cubic metre
cubic metre-kilometre
meganewton
meganewton-metre
megapascal
number
Provisional sum
Prime Cost sum
Rate only
lump sum
ton (1000kg)
Work day
For the purpose of the Pricing Schedule, the following words shall have the
meanings assigned to them:
Unit:
The unit of measurement for each item of work as defined in the
COLTO Standard Specification for Road and Bridge Works for
State Road Authorities (1998 edition).
Quantity:
The number of units of work for each item.
Rate:
The payment per unit of work for which the Service Provider
tenders to do the work.
Amount:
The product of the quantity and the rate tendered for an item.
Lump Sum:
An amount tendered for an item, the extent of which is
described in the Pricing Schedule, the Scope of Work or
elsewhere, but of which the quantity of work is not measured in
units.
Prime cost:
Is a specific type of Provisional Sum where payment is made on
the production of invoices showing the cost price of the
implementation or installation of the service required. Services
rendered in this manner carry a mark-up for which a rate is
offered at tender stage to cover all the tenderer’s handling,
supervision and liability costs in providing the item or services.
C-46
Provisional Sum:
Means a sum (if any) which is specified in the contract as a
provisional sum, for the execution of any part of the works or
the supply of plant, materials or services under sub-clause 13.5
(Provisional sums).
C2.1.4
Unless otherwise stated, items are measured net in accordance with the drawings,
and no allowance is made for waste.
C2.1.5
It will be assumed that prices included in the bills of quantities are based on Acts,
Ordinances, Regulations, By-laws, International Standards and National Standards
that were published 28 days before the closing date for tenders. (Refer to
www.stanza.org,za or www.iso.org for information standards)
C2.1.6
The prices and rates in the Pricing Schedule are fully inclusive prices for the work
described under the items. Such prices and rates cover all costs and expenses that
may be required in and for the execution of the work described in accordance with the
provisions of the Scope of Work, and shall cover the cost of all general risks, liabilities
and obligations set forth or implied in the Contract Data, as well as overhead charges
and profit. These prices will be used as a basis for assessment of payment for
additional work that may have to be carried out.
C2.1.7
Where the Scope of Work requires detailed drawings and designs or other information
to be provided, all costs associated therewith are deemed to have been provided for
and included in the unit rates and sum amount tendered such items.
C2.1.8
An item against which no price is entered will be considered to be covered by the
other prices or rates in the Pricing Schedule. A single lump sum will apply should a
number of items be grouped together for pricing purposes.
C2.1.9
The quantities set out in the Pricing Schedule are approximate and do not necessarily
represent the actual amount of work to be done. The quantities of work accepted and
certified for payment will be used for determining payments due and not the quantities
given in the Pricing Schedule.
C2.1.10
Reasonable compensation will be received where no payitem appears in the Pricing
Schedule in respect of work required in terms of the Contract and which is not covered
in any other payitem.
C2.1.11
The short descriptions of the items of payment given in the Pricing Schedule are only
for the purposes of identifying the items. More details regarding the extent of the work
entailed under each item appear in the Scope of Work.
C2.1.12
The item numbers appearing in the Pricing Schedule refer to the corresponding item
numbers in the COLTO Standard Specification for Road and Bridge Works for State
Road Authorities (1998 edition)
C2.1.13
The pricing schedules are provided electronically on the Compact Disc. A printout of
the entire completed pricing schedule must be signed and attached to the tender as
well as an electronic copy of the priced pricing schedule. In the event of any
discrepancy between the signed printed copy, and the electronically submitted copy,
the tender rates in the signed copy will govern. The item numbers and description of
the PDF document will govern. For all addenda issued relating to the pricing schedule,
the item numbers, description and quantities of the issued document will govern.
C-47
C2.2
PRICING SCHEDULE (INCORPORATING SBD3)
SIGNED BY TENDERER ..........................................................................................................................
C-48
SCHEDULE A
ROADS WORKS
C-49
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 1300
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
1300
CONTRACTOR'S ESTABLISHMENT ON
SITE AND GENERAL OBLIGATIONS
B13.01
Contractor's general obligations:
Glob
bdrg
(a) Fixed obligations
L/Sum
1.0
(b) Value-related obligations
L/Sum
1.0
(c) Time-related obligations
month
13.0
(d) Health and safety obligations
month
13.0
day
13.0
(f) Environmental obligation
month
13.0
(g) Monthly reporting cost
month
13.0
(e) Provision of a 10 seater mini-bus
c
Total Carried Forward To Summary
C-50
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 1400
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
1400
HOUSING, OFFICES AND
LABORATORY FOR THE ENGINEER'S
SITE PERSONNEL
14.01
Office and laboratory accommodation:
14.02
B14.03
(a) Offices (interior floor space only)
m²
50.0
(b) Laboratories (interior floor space only)
m²
150.0
(c) Open concrete working floors,150 mm
thick)
m²
50.0
(d) Roofs over open concrete working
floors
m²
50.0
(e) Ablution units
m²
10.0
(f) Stores
m²
50.0
(a) Chairs
No
20.0
(c) High chairs for laboratory
No
2.0
(d) Desks, complete with drawers and
locks
No
3.0
(f) Conference tables
No
1.0
(i) 220/250 volt power points
No
10.0
(iii) Double 80 watt fluorescent light
fittings complete with ballast and tubes
No
10.0
(vi) Wash-hand basins complete with taps
and drains
No
2.0
(vii) Laboratory basins complete with
swanneck taps and drains
No
2.0
(viii) Extractor fans installed complete
with own power connection
No
2.0
(x) Fire extinguishers, 9,0 kg all purpose
dry powder type, complete mounted on
wall with brackets
No
4.0
(xi) Air conditioning units with 2,2 kW
minimum capacity, mounted and with own
power connection
No
4.0
c
Office and laboratory furniture:
Office and laboratory fittings, installations
and equipment:
(a) Items measured by number:
Total Carried Forward
C-51
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 1400
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
c
Brought Forward
(xii) Heater, space-heating type, minimum
capacity 1,5 kW
No
4.0
(xiii) Curing chamber (2.0 x 1.0 x 0.8) for
UCS specimens, including the provision
of brick partitions, plaster, paint and
shelving, all complete
No
1.0
(xiv) General-purpose steel cupboards
with shelves
No
3.0
(xv) Steel filing cabinets with drawers
No
3.0
(xvi) Refrigerators
No
2.0
(xvii) Book cases
No
2.0
(xviii) Voltage stabilizers
No
4.0
(xix) Plan holders
No
1.0
(xx) Floodlights complete with poles and
500 Watt minimum globes
No
2.0
(xxi) Rain gauge
No
3.0
(xxii) Minimum and maximum
thermometer
No
3.0
(iii) The provision of a direct telephone
line for the engineer, including the cost of
calls in connection with contract
administration and telephone rental
PC Sum
1.0
(iv) Handling costs and profit in respect of
subsubitem B14.03(b)(iii) above
%
(vii) The provision of 400/231 volt 3 phase electrical power installation,
including all wiring, switchboards, mains
connections, etc
-
Lump
Sum
(viii) The provision of gas installations,
including gasstorage cylinders, tubing,
regulators, gas burners and shut-off
cocks
-
Lump
Sum
(b) Prime cost items and items measured
and paid for in a lump sum:
20,000 00
20,000.00
(c) Items measured by area:
(i) Shelving as specified, complete with
brackets
m²
10.0
Total Carried Forward
C-52
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 1400
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
c
Brought Forward
14.04
(ii) Work-benches complete with concrete
slab top, minimum thickness 75mm
m²
10.0
(iv) Constant temperature baths and/or
plastered brick
m²
5.0
(v) Foundations for laboratory equipment
m²
5.0
(vi) Roller blinds, opaque type
m²
10.0
(vii) Venetian blinds
m²
10.0
(viii) Noticeboard as specified
m²
5.0
No
6.0
(i) Fixed costs
L/Sum
1.0
(ii) Running costs
month
13.0
Car ports
(a) Car ports, as specified, at offices and
laboratory buildings
14.08
Services
(a) Services at office and laboratories
Total Carried Forward To Summary
C-53
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 1500
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
1500
ACCOMMODATION OF TRAFFIC
B15.01
Accommodating traffic and maintaining
temporary deviations:
B15.03
(a) On the national route
km
61.0
(b) On cross-roads and service roads of
intersections
km
1.0
c
Temporary traffic-control facilities:
(a) Flagmen
(b) Portable STOP and GO-RY signs
man-day
5,950.0
No
6.0
(i) Fixed in ground
No
75.0
(ii) Mounted on stand
No
75.0
(i) Fixed in ground
No
40.0
(ii) Mounted on stand
No
40.0
(i) Fixed in ground
m²
20.0
(ii) Mounted on stand
m²
20.0
(i) Single
No
2,750.0
(ii) Double sided blade
No
1,500.0
(i) TW411/TR104 or TR103 combination
No
6.0
(j) Traffic cones (750 mm high)
No
50.0
Prov
Sum
1.0
(e) Road signs, R- and TR-series, 1200
mm diam.
(f) Road signs, TW and W-series, 1500
mm sides
(g) Road signs, STW-, DTG-, TGS- and
TG-series (excluding delineators and
barricades):
(h) Delineators (TW401/402) (800 mm x
250 mm):
(i) Moveable barricade/road sign
combination
(n) Other traffic control measures ordered
by the engineer
(i) Provision of other traffic control
measures
Total Carried Forward
C-54
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 1500
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
c
Brought Forward
(ii) Handling costs and profit in respect of
subitem B15.03(n)(i)
B15.04
Relocation of traffic-control facilities
B15.10
Accommodation of traffic where the road
is constructed in half-widths
B15.11
75,000.00
L/Sum
1.0
km
17.0
(a) Providing signalised traffic control
devices
No
3.0
(b) Operating signalised traffic control
devices
month.s
et
36.0
No
24.0
No
10.0
(a) Traffic safety officer
month
12.0
(b) Traffic safety vehicle
month
12.0
Traffic control devices
B15.14
Amber flashing lights mounted on signs
B15.15
Provision of safety equipment for use by
visitors
(a) Safety jackets
B15.16
%
Provision of traffic safety
Total Carried Forward To Summary
C-55
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 1700
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
1700
CLEARING AND GRUBBING
17.01
Clearing and grubbing
ha
31.0
17.03
Re-clearing of surfaces (on the written
instructions of the Engineer only)
ha
2.0
Clearing and grubbing at inlets and
outlets of hydraulic structures
m²
2,440.0
(a) Pipes with an internal diameter up to
and including 750 mm
m³
190.0
(b) Pipes with an internal diameter
exceeding 750 mm
m³
120.0
(c) Box culverts up to and including 1,5 m
vertical dimension
m³
130.0
(d) Box culverts exceeding 1,5 m vertical
dimension
m³
310.0
(a) In windrows alongside the work area
m³
1,000.0
(b) In temporary stockpiles after loading
materialinto trucks including 1,0km
freehaul
m³
6,000.0
Overhaul of material hauled in access of
1.0 km
m³km
3,000.0
17.04
17.05
B17.07
17/B16.02
c
Cleaning out of hydraulic structures
Removal and temporary stockpiling of
topsoil
Total Carried Forward To Summary
C-56
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION B1800
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
B1800
DAYWORKS
B18.01
Personnel:
B18.02
B18.03
(a) Unskilled labour
h
150.0
(b) Semi-skilled labour
h
150.0
(c) Skilled labour
h
150.0
(d) Ganger
h
150.0
(e) Foreman
h
100.0
(a) Front end loader, 2.0 m³ bucket
h
50.0
(b) Backhoe loader, 0.75 m³ bucket
h
50.0
(c) Compressor and two Jackhammers
h
50.0
(d) Grader, 14000kg / 100kW
h
50.0
(e) Vibratory roller, 10 000kg
h
50.0
(f) Pneumatic roller, 17 000 kg
h
50.0
(g) Pedestrian roller, double drum,
650mm wide
h
50.0
(h) Water bowser, 10000l
h
50.0
Prov
Sum
1.0
Equipment:
Materials:
(a) Procurement of materials
(b) Contractor's handling costs, profit and
all other charges in respect of Subitem
B18.03(a)
B18.04
c
%
50,000.00
(a) LDV (1,0 ton)
km
5,000.0
(b) Flatbed truck (5,0 ton)
km
5,000.0
50,000.00
50,000.00
Transport
Total Carried Forward To Summary
C-57
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 2100
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
2100
DRAINS
21.01
Excavation for open drains
c
(a) Excavating soft material situated
within the following depth ranges below
the surface level
(i) 0 m up to 1,5 m
m³
3,000.0
Clearing and shaping existing open
drains
m³
1,000.0
(i) 0 m up to 1,5 m
m³
150.0
(b) Extra over subitem 21.03 (a) for
excavation in hard material irrespective of
depth
m³
20.0
(a) Unstabilised natural gravel
m³
50.0
(b) G5 material stabilised with 4%
cementitious stabilising agent
m³
25.0
21.05
Banks and dykes
m³
150.0
B21.06
Natural permeable material in subsoil
drainage systems (washed crushed
stone)
m³
75.0
(i) 110 mm internal dia. perforated or
slotted
m
250.0
(ii) 110 mm internal dia. unperforated
m
25.0
m²
550.0
21.02
21.03
Excavation for subsoil drainage systems:
(a) Excavating soft material situated
within the following depth ranges below
the surface level:
B21.04
Impermeable backfilling to subsoil
drainage systems
(b) Crushed stone obtained from
commercial sources
(i) 19 mm crushed stone (Grade 1)
21.08
Pipes in subsoil drainage systems:
(b) Unplasticised PVC pipes and fittings,
normal duty complete with couplings
21.10
Synthetic-fibre filter fabric
(a) Grade 2 as per table 2104/2 or similar
approved
Total Carried Forward
C-58
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 2100
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
c
Brought Forward
B21.12
Concrete outlet structures, manhole
boxes, junction boxes and cleaning eyes
for subsoil drainage systems:
(a) Outlet structures
No
5.0
(d) Cleaning eyes
No
5.0
21.13
Concrete caps for subsoil drain pipes
No
5.0
21.15
Overhaul for material hauled in excess of
1,0 km free-haul (normal overhaul)
m³km
2,500.0
21.16
Backfilling existing eroded side drains
m³
50.0
21.17
Test flushing of pipe subsoil drains
No
5.0
B21.20
Exposing of existing subsoil drains
m³
200.0
B21.21
Clearing of subsoil drains
m
250.0
Total Carried Forward To Summary
C-59
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 2200
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
2200
PREFABRICATED CULVERTS
22.01
Excavation:
c
(a) Excavating soft material situated
within the following depth ranges below
the surface level:
22.02
22.03
(i) 0 m up to 1.5 m
m³
150.0
(b) Extra over subitem 22.01 (a) for
excavation of hard material, irrespective
of depth
m³
50.0
(a) Using the excavated material
m³
100.0
(b) Using imported selected material
m³
50.0
(c) Extra-over subitems 22.02(a) and (b)
for soil cement backfilling 3% cement
m³
10.0
m
100.0
m³
20.0
(i) Vertical formwork for F1 surface finish
m²
40.0
(ii) Vertical formwork for F2 surface finish
m²
25.0
t
0.25
(i) Ref 617
kg
25.0
(ii) Ref 433
kg
25.0
m³
10.0
Backfilling:
Concrete pipe culverts:
(c) On class C bedding
(ii) 600mm dia Ogee Pipe (Type 75D)
22.07
Cast in situ concrete and formwork:
(c) In inlet and outlet structures, skewed
ends, catchpits, manholes, thrust and
anchor blocks, excluding formwork, but
including class U2 surface finish
(i) Class 20/19
(d) Formwork of concrete under subitem
22.07(c) above
22.10
Steel reinforcement:
(b) High-tensile steel bars
(c) Welded steel fabric
22.12
Removing existing concrete:
(a) Plain concrete
Total Carried Forward
C-60
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 2200
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
c
Brought Forward
(b) Reinforced concrete
22.25
Overhaul on excavated material carted to
spoil, backfill material (but excluding
Portland cement in the case of soil
cement), existing structures demolished
and removed to spoil, and removing and
relaying, and removing and stacking
existing prefabricated culverts, for haul in
excess of the free-haul distance
m³
m³km
10.0
2,500.0
Total Carried Forward To Summary
C-61
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 2300
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
2300
CONCRETE KERBING, CONCRETE
CHANNELLING, CHUTES AND
DOWNPIPES, AND CONCRETE
LININGS FOR OPEN DRAINS
23.01
Concrete kerbing:
c
(b) Precast kerbing (Class 30/19)
(i) Figure 8
23.03
m
240.0
m
250.0
(b) In situ inlet structures for chutes as
shown on drawing, class 25/19 concrete
No
50.0
(d) In situ outlet structures for chutes as
shown on drawing, class 25/19 concrete
No
50.0
Concrete chutes (Drawing TD-D-RD-002V1)
(a) 300 mm precast concrete chute
23.05
Inlet, outlet, transition and similar
structures (Drawing TD-D-RD-002-V1)
Total Carried Forward To Summary
C-62
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 2400
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
2400
ASPHALT AND CONCRETE BERMS
24.01
Asphalt berms:
(b) Placed at existing guardrails (using
coldmix medium continuously graded
asphalt)
m
c
10,465.0
Total Carried Forward To Summary
C-63
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 3300
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
3300
MASS EARTHWORKS
B33.01
Cut and borrow to fill, including free-haul
up to 1,0 km:
c
(a) Material in compacted layer
thicknesses of 200 mm and less:
(ii) Compacted to 93% of Mod AASHTO
density
B33.04
B33.07
m³
2,000.0
(a) Soft excavation
m³
3,000.0
(b) Intermediate excavation
m³
500.0
(c) Hard excavation
m³
50.0
m³
50.0
m³
50.0
m³
1,000.0
(a) Vibratory roller
m²
1,250.0
(f) Pneumatic tyred roller
m²
1,250.0
(a) Cut slopes
m²
1,450.0
(b) Fill slopes
m²
1,450.0
m³
2,000.0
Cut to spoil including free-haul up to 1,0
km. Material obtained from:
Removal of unsuitable material (including
free-haul of 1,0 km):
(a) In layer thicknesses of 200 mm and
less:
(i) Stable material
(b) In layer thicknesses exceeding 200
mm:
(i) Stable material
33.10
Roadbed preparation and the compaction
of material:
(a) Compaction to 90% of modified
AASHTO density
33.11
33.13
33.16
Three roller passess compaction:
Finishing-off cut and fill slopes, medians
and interchange areas
Widening of fills as specified in subclause 3307 (i) extra over:
(a) Item B33.01
Total Carried Forward
C-64
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 3300
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
c
Brought Forward
33.17
33/B16.02
Extra over item B33.04 for spoiling
material from benches constructed for
widening of existing fills
Overhaul on materials hauled in excess
of 1,0 km (ordinary overhaul)
m³
m³km
250.0
30,000.0
Total Carried Forward To Summary
C-65
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 3400
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
3400
PAVEMENT LAYERS OF GRAVEL
MATERIAL
B34.01
Pavement layers constructed from gravel
obtained from commercial sources:
c
(c) Gravel subbase (unstabilised G5quality gravel) compacted to:
(i) 97% of modified AASHTO density
(150 mm thick)
m³
900.0
m³
850.0
(1) 200 mm thickness for structural
repairs and widening of the base layer in
5.1 m half-width
m³
14,300.0
(2) 200 mm thickness for structural
repairs and widening of of the base layer
in 3.3 m half-width
m³
2,000.0
m³
31,500.0
(f) Graded crushed stone (minimum G3quality) base material from commercial
sources, including all haul as free-haul
m³
12,000.0
Extra-over item 34.04 for temporarily
blading the material to windrow
m³
1,000.0
(e) Gravel base (unstabilized G3-quality
gravel) compacted to:
(i) 98% of modified AASHTO density
(150 mm thick)
B34.04
In situ reconstruction of existing
pavement layers as:
(j) Gravel base compacted to 98% of
modified AASHTO density (chemically
stabilised material), using:
(i) Mixture of imported graded crushed
stone material and in-situ pre-milled
bituminous and cement stabilised
material in:
(iv) Mixture of imported graded crushed
stone material and in-situ natural gravel
shoulder material in:
(1) 200 mm thickness for widening of the
base layer in 1.5 m half-width
B34.06
34.07
Extra over item 34.04 for adding extra
material as specified in subsubclause
3207(b)(iii):
Total Carried Forward
C-66
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 3400
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
c
Brought Forward
34.10
34.11
Compacting the excavated pavement
floor with 5 roller passes with:
(a) Vibratory rollers
m²
5,000.0
(e) Pneumatic-tyred rollers
m²
5,000.0
Watering the excavated pavement floor
kl
300.0
Total Carried Forward To Summary
C-67
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 3500
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
3500
STABILIZATION
35.01
Chemical stabilization extra-over
unstabilized compacted layers:
c
(a) Cement stabilised base for:
(i) Reconstruction of existing cement
stabilised base and widening of surfaced
shoulder to half-width of 5.1 m
(1) 200 mm thickness
m³
14,300.0
m³
2,000.0
m³
31,500.0
(a) CEM II 32,5 A-L cement
t
2,800.0
Provision and application of water for
curing
kl
10,000.0
Extra over items 35.01 and 35.07 for trial
sections
m³
250.0
(ii) Reconstruction of existing cement
stabilised base and widening of surfaced
shoulder to half-width of 3.3 m
(1) 200 mm thickness
(ii) Widening of surfaced shoulder to halfwidth of 1.5 m
(1) 200 mm thickness
B35.02
35.04
B35.13
Chemical stabilizing agent:
Total Carried Forward To Summary
C-68
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 3800
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
3800
BREAKING UP EXISTING PAVEMENT
LAYERS
B38.03
Milling out cemented crushed stone and
multiple layers of stone seals:
(c) Average milling depth exceeding
100 mm, irrespective of compressive
strength
m³
c
11,500.0
Total Carried Forward To Summary
C-69
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 4100
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
4100
PRIME COAT
41.01
Prime coat:
(c) MC-30 cut-back bitumen
litre
c
240,000.0
Total Carried Forward To Summary
C-70
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 4400
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
4400
SINGLE SEALS
44.01
Single seals (Grade 1 aggregate):
(b) Using 7.0 mm aggregate and
Class S-E1 binder
44.02
m²
630,000.0
litre
31,500.0
m³
350.0
litre
210,000.0
(b) 7.0 mm aggregate
m³
3,150.0
Precoating fluid variations
litre
1,000.0
Bituminous binder variations:
(l) Class S-E1 binder
44.03
Aggregate variations (Grade 1)
(b) 7.0 mm aggregate
44.04
Application of fog spray:
(b) 30% cationic spray-grade emulsion
B44.05
B44.10
c
Precoating of aggregate (using Bitukote
or similar approved):
Total Carried Forward To Summary
C-71
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 4500
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
4500
DOUBLE SEALS
45.02
Bituminous binder variations:
45.03
45.04
(l) Class S-E1 binder
litre
59,500.0
(m) Class SC-E1 binder
litre
25,000.0
(b) 14.0 mm aggregate
m³
120.0
(d) 7.0 mm aggregate
m³
120.0
litre
111,750.0
(b) 14.0 mm aggregate
m³
1,950.0
(c) 7.0 mm aggregate
m³
1,050.0
(i) Class S-E1 binder
m²
146,300.0
(ii) Class SC-E1 binder
m²
63,000.0
Aggregate variations (Grade 1):
Application of fog spray:
(b) 30% cationic spray-grade emulsion
B45.05
B45.08
c
Precoating of aggregate (using Bitukote
or similar approved):
Inverted double seal, using:
(a) 14.0 mm and 7.0 mm aggregate
(Grade 1) using:
Total Carried Forward To Summary
C-72
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 4600
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
46.00
BITUMINOUS SINGLE SEAL WITH
SLURRY (CAPE SEAL)
46.02
Bituminous single seal with 14.0 mm
aggregate and slurry:
(a) Using Grade 1 aggregate and SC-E1
binder
B46.03
6,500.00
litre
1,000.0
Bituminous binder variations:
(m) Modified spray grade emulsion of SCE1 binder
46.04
m²
Aggregate variations:
(a) 14.0 mm nominal sized aggregate
Rate Only
m³
50.00
46.06
Slurry application rate variation
t
25.00
46.07
Variation in active filler content (Cement)
t
5.00
B46.09
Extra over items B46.02(a) and (b) and
46.06 for the addition of natural sand from
commercial sources to the aggregate of
the slurry
t
20.00
Second application of binder consisting of
35% spray grade emulsion
litre
B46.10
c
6,500.0
Total Carried Forward To Summary
C-73
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 4800
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
4800
TREATMENT OF AN EXISTING
SURFACE EXHIBITING CERTAIN
DEFECTS
B48.14
Sealing cracks with 200mm wide
geotextile
B48.15
B48.17
6,100.0
m
10,000.0
Sealing cracks:
(a) Cleaning crack with cold compressed
air, priming, and sealing using Class CE1 modified binder crack sealant
B48.16
m
c
Establishment of Ultra-high Pressure
(UHP) Water-cutter
Removal of excess binder by means of
UHP Water-cutter
Lump
sum
m²
1.0
18,000.0
Total Carried Forward To Summary
C-74
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 5100
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
5100
PITCHING, STONEWORK AND
PROTECTION AGAINST EROSION
51.01
Stone pitching
51.05
51.07
(c) Grouted stone pitching on a concrete
bed of 75mm thickness
m²
7,000.0
Concrete edge beams (Class 30/19 cast
in-situ concrete)
m³
160.0
Foundation trenches
m³
160.0
c
Total Carried Forward To Summary
C-75
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 5400
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
5400
GUARDRAILS
B54.01
Guardrails on 3.81m spaced posts:
c
(a) Complete galvanised system on:
(i) Timber posts
m
110.0
(iii) End treatments where double
guardrail sections are used (including
additional posts)
No
20.0
(iv) Bridge adaptors (including extra rail
and posts)
No
20.0
Bridge adaptors to connect guardrail to
endblocks
No
24.0
54.06
Reflective plates
No
40.0
B54.07
Removing existing guardrails
m
31,400.0
54.08
Renovating guardrail material
m
31,400.0
m
29,000.0
No
130.0
(a) Guardrails
m
100.0
(b) Timber posts
No
7,750.0
(d) Reflective plates
No
2,500.0
(e) Spacer blocks
No
7,750.0
(f) Splice bolt complete with nut and
washer
No
2,500.0
(g) Post bolt complete with nut and
washer
No
2,500.0
(h) Reinforcing plates
No
2,500.0
(b) Extra over 54.01(a) for the following:
B54.04
(a) Guardrails and end treatments
54.09
Re-erection of guardrails with recovered
and/or new material:
(a) Single guardrail
54.10
Re-erection of end treatments with
recovered material:
(e) End treatments with double guardrails
54.11
New material required for the re-erection
of guardrails with recovered materials:
Total Carried Forward
C-76
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 5400
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
c
Brought Forward
54.12
B54.14
Extra over items 54.01 and 54.02 for
drilling and blasting holes for guardrail
posts
No
20.0
Nailing of gang nail plates on top of
timber posts
No
420.0
Total Carried Forward To Summary
C-77
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 5600
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
5600
ROAD SIGNS
B56.01
Road sign boards with painted or
coloured semi-matt background.
Symbols, lettering and borders in semimatt blackor Class 1 retro-reflective
material, where the sign board is
constructed from
c
(c) Prepainted galvanized steel plate
(chromadek or approved equivalent):
56.02
(i) Area not exceeding 2 m²
m²
45.0
(ii) Area exceeding 2 m² but not 10 m²
m²
40.0
m²
85.0
m²
25.0
t
2.5
Extra over item 56.01 for using
(a) Background of retro-reflective
material:
(i) Class I
(b) Lettering, symbols, numbers, arrows,
emblems and borders of retro-reflective
material of:
(i) Class II
56.03
Road sign supports (overhead road sign
structures excluded)
(a) Steel tubing
(i) 76 mm dia x 2 mm
56.04
Kilometre posts, as per drawing
No
43.0
56.05
Excavation and backfilling for road sign
supports (not applicable to kilometre
posts)
m³
17.0
Extra over item 56.05 for cement-treated
soil backfill
m³
17.0
Danger plates at culverts/structures
(1200 mm x 300 mm)
No
60.0
56.06
B56.10
Total Carried Forward To Summary
C-78
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 5700
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
5700
ROAD MARKINGS
57.02
Retro-reflective roadmarking paint:
c
(a) White lines (broken or unbroken)
(i) 100 mm wide
km
50.0
(ii) 150 mm wide
km
25.0
(iii) 300 mm wide
km
0.2
(iv) 500 mm wide
km
0.2
(ii) 150 mm wide
km
125.0
(d) White lettering and symbols
m²
500.0
(e) Yellow lettering and symbols
m²
150.0
(f) Transverse lines, painted island and
arrestor bed markings (any colour)
m²
250.0
(a) White paint
litre
100.0
(b) Yellow paint
litre
100.0
(a) STA +52 Roadstud
No
7,800.0
Setting out and premarking the lines
(Excluding traffic-island markings,
lettering and symbols)
km
185.0
Removal of existing roadstuds
No
7,800.0
(b) Yellow lines (broken or unbroken)
57.04
B57.05
B57.06
57.09
Variations in rate of application:
Road studs (installation and
maintenance):
Total Carried Forward To Summary
C-79
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 5900
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
5900
FINISHING THE ROAD AND ROAD
RESERVE AND TREATING OLD
ROADS
59.01
Finishing the road and road reserve:
(b) Single carriageway road
km
c
61.0
Total Carried Forward To Summary
C-80
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION B7600
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
B7600
REST AREA CONCRETE FURNITURE
B76.01
Concrete rest area furniture per set
No
10.0
B76.02
Concrete block paving
m²
250.0
B76.03
Shelters
No
10.0
c
Total Carried Forward To Summary
C-81
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SECTION 8100
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
8100
TESTING MATERIALS AND
WORKMANSHIP
B81.02
Other special tests requested by the
engineer:
B81.04
Financial contribution for the combined
laboratory
Prov
Sum
1.0
month
13.0
100,000.00
c
100,000.00
Total Carried Forward To Summary
C-82
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4)
SCHEDULE A: ROADWORKS
SUMMARY OF SECTIONS
SECTION
1300
DESCRIPTION
AMOUNT
(RAND)
CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL
OBLIGATIONS
............................
HOUSING, OFFICES AND LABORATORY FOR THE
ENGINEER'S SITE PERSONNEL
............................
1500
ACCOMMODATION OF TRAFFIC
............................
1700
CLEARING AND GRUBBING
............................
B1800
DAYWORKS
............................
2100
DRAINS
............................
2200
PREFABRICATED CULVERTS
............................
2300
CONCRETE KERBING, CONCRETE CHANNELLING, CHUTES
AND DOWNPIPES, AND CONCRETE LININGS FOR OPEN
DRAINS
............................
2400
ASPHALT AND CONCRETE BERMS
............................
3300
MASS EARTHWORKS
............................
3400
PAVEMENT LAYERS OF GRAVEL MATERIAL
............................
3500
STABILIZATION
............................
3800
BREAKING UP EXISTING PAVEMENT LAYERS
............................
4100
PRIME COAT
............................
4400
SINGLE SEALS
............................
4500
DOUBLE SEALS
............................
4600
BITUMINOUS SINGLE SEAL WITH SLURRY (CAPE SEAL)
............................
4800
TREATMENT OF AN EXISTING SURFACE EXHIBITING
CERTAIN DEFECTS
............................
PITCHING, STONEWORK AND PROTECTION AGAINST
EROSION
............................
5400
GUARDRAILS
............................
5600
ROAD SIGNS
............................
5700
ROAD MARKINGS
............................
5900
FINISHING THE ROAD AND ROAD RESERVE AND TREATING
OLD ROADS
............................
B7600
REST AREA CONCRETE FURNITURE
............................
8100
TESTING MATERIALS AND WORKMANSHIP
............................
1400
5100
Total Carried Forward To Summary Of Schedules
C-83
SCHEDULE B
STRUCTURES
C-84
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km7.4)
SCHEDULE B: STRUCTURES
SECTION 6400
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
6400
CONCRETE FOR STRUCTURES
64.01
Cast in situ concrete:
c
(a) Class 20/19 mass concrete:
(i) To stone pitching
m³
3.0
Total Carried Forward To Summary
C-85
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km7.4)
SCHEDULE B: STRUCTURES
SECTION 6600
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
6600
NO-FINES CONCRETE, JOINTS,
BEARINGS, BOLT GROUPS FOR
ELECTRIFICATION, PARAPETS AND
DRAINAGE FOR STRUCTURES
B66.05
Expansion joints:
c
(a) Supply and installation of approved
plug type expansion joints in roadway
between parapets:
66.18
(i) Silicon / Bituminous seal complete as
per drawing
m
226.0
(ii) New asphalt plug joint at abutments
m
108.0
No
10.0
No
91.0
hour
20.0
m
108.0
Numbers for structures:
(a) Number plates
66.19
Drainage pipes:
(i) to extend scuppers 75mm dia 750mm
long
B66.27
Clean out expansion gaps by highpressure water jetting:
(a) between deck ends and between deck
and abutments
B66.28
Removal of existing movement joints:
Total Carried Forward To Summary
C-86
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km7.4)
SCHEDULE B: STRUCTURES
SECTION F12300
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
F12300
SURFACE & STRUCTURAL REPAIR OF
CONCRETE MEMBERS
F123.03
Proprietary cementitious repair
compound:
(a) Repair System 1
litre
c
1,558.0
Total Carried Forward To Summary
C-87
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km7.4)
SCHEDULE B: STRUCTURES
SECTION F12600
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
F12600
PROTECTIVE COATINGS &
TREATMENTS FOR CONCRETE
F126.01
Cleaning and preparation of concrete
surface by high pressure water jetting to
deteriorated concrete surfaces
F126.02
m²
1,755.0
m²
1,755.0
c
Application of protective treatment:
(a) Coating System 1
Total Carried Forward To Summary
C-88
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL
ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km7.4)
SCHEDULE B: STRUCTURES
SUMMARY OF SECTIONS
SECTION
DESCRIPTION
AMOUNT
(RAND)
6400
CONCRETE FOR STRUCTURES
............................
6600
NO-FINES CONCRETE, JOINTS, BEARINGS, BOLT GROUPS
FOR ELECTRIFICATION, PARAPETS AND DRAINAGE FOR
STRUCTURES
............................
SURFACE & STRUCTURAL REPAIR OF CONCRETE
MEMBERS
............................
PROTECTIVE COATINGS & TREATMENTS FOR CONCRETE
............................
F12300
F12600
Total Carried Forward To Summary Of Schedules
C-89
SCHEDULE C
SMALL CONTRACTOR DEVELOPMENT, TRAINING AND
COMMUNITY LIAISON
C-90
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (rEPAIR AND RESEAL) OF NATIONAL
ROUTE N7 SECTIONS 7 TO 8 BETWEEN Km 60 AND OKIEP (Km7.4)
SCHEDULE C: SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY LIAISON
SECTION D1000
ITEM
DESCRIPTION
UNIT
QTY
RATE
AMOUNT
R
D1000
SMALL CONTRACTOR
DEVELOPMENT, TRAINING AND
COMMUNITY LIAISON
D10.01
Training:
c
(a) Generic skills
(i) Training costs
(ii) Handling cost and profit in respect of
subitem D10.01(a)(i)
Prov
Sum
%
1.0
50,000.00
50,000.00
50,000.00
50,000.00
50,000.00
50,000.00
50,000.00
50,000.00
50,000.00
50,000.00
50,000.00
(b) NQF level 3 training:
(i) Training costs
(ii) Handling cost and profit in respect of
subitem D10.01(b)(i)
Prov
Sum
%
1.0
50,000.00
(c) NQF level 4 training:
(i) Training costs
(ii) Handling cost and profit in respect of
subitem D10.01(c)(i)
(d) Other costs during training
(e) Training venue
D10.02
Bonus
Prov
Sum
%
1.0
50,000.00
Prov
Sum
1.0
L/Sum
1.0
Prov
Sum
1.0
Total Carried Forward To Summary
C-91
CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (rEPAIR AND RESEAL) OF NATIONAL
ROUTE N7 SECTIONS 7 TO 8 BETWEEN Km 60 AND OKIEP (Km7.4)
SCHEDULE C: SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY LIAISON
SUMMARY OF SECTIONS
SECTION
D1000
DESCRIPTION
SMALL CONTRACTOR DEVELOPMENT, TRAINING AND
COMMUNITY LIAISON
AMOUNT
(RAND)
............................
Total Carried Forward To Summary Of Schedules
C-92
CALCULATION OF TENDER SUM
C-93
C2.3
SUMMARY OF PRICING SCHEDULE
SCHEDULE A:
ROADWORKS.....................................
R ...............................................................
(from page C-83)
SCHEDULE B:
BRIDGES ............................................
R .............................................................. .
(from page C-89)
SCHEDULE D:
SMALL CONTRACTOR DEVELOPMENT,
TRAINING AND COMMUNITY
PARTICIPATION ................................
R .............................................................. .
(from page C-92)
SUBTOTAL
.............................................................
R ...............................................................
VALUE ADDED TAX:
14% of Subtotal
............................................................
R ......................................................……..
__________________________________________________________________________________
TOTAL CARRIED TO C.1.1.1 : FORM OF OFFER
R ...............................................................
__________________________________________________________________________________
SIGNED BY TENDERER: .........................................................................................................................
C-94