Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
SAKHISIZWE LOCAL MUNICIPALITY
CONTRACT NO.: R/EC/6367/09/09
CONSTRUCTION OF MANZANA ACCESS ROADS
NOVEMBER 2019
NAME OF BIDDER :
TENDER AMOUNT :
CLOSING DATE : 21 NOVEMBER 2019
CLOSING TIME : 12H00
ISSUED BY: PREPARED BY:
The Municipal Manager 2 Willow GlenP. O. Box 26 Kliping StreetCala East London5455 5247
Tel. No. (047) 877 5200 Tel. No. (043) 726 1216
Project: R/EC/6367/09/09: Construction of Manzana Access Roads
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
SAKHISIZWE LOCAL MUNICIPALITY
PROJECT: R/EC/6367/09/09
CONSTRUCTION OF MANZANA ACCESS ROADS
- INDEX -TENDER
T1.1 Tender Notice and invitation to tenderT1.2 Tender DataT2.1 List of Returnable DocumentsT2.2 Returnable Documents for tender evaluation purposesT2.3 Returnable Documents to be incorporated into the contract
CONTRACT
Part 1: Agreements and Contract dataC1.1 Forms of Offer and AcceptanceC1.2 Contract DataC1.3 Special ConditionC1.4 Occupational Health and Safety Specification
Part 2: Pricing DataC2.1 Pricing InstructionsC2.2 Bill of Quantities
Part 3: Scope of WorkC3 Scope of Work
Part 4: Site InformationC4 Site information (if relevant)
Part 5: Additional Relevant Documents
Part 6: Contract Drawings
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.1 Tender Notice and Invitation to Tender
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.1
SAKHISIZWE LOCAL MUNICIPALITY
Bids are hereby invited from suitably qualified and experienced Contractors for the construction of Manzana Access
Roads of the MIG funded projects within Sakhisizwe Municipality jurisdiction:
The compulsory briefing session will be held at Cala Hall at Sakhisizwe Municipality at 10:00am sharp, doors will be
closed at 10:15am sharp. The compulsory briefing will then be followed by the compulsory site visit.
Bid Notice
Number
CIDB
Grading
Description Closing Date Compulsory Briefing
Date
Enquiries
R/EC/6367/09/09:
3CEPE/4CEorHigher
Construction ofManzanaAccess Roads
21 November2019@12H00
8 November 2019@10H00 in Cala Hall,Cala.
Technical Queries: Mr. SC Mkabile,
047 877 5318, Email:
Binding Queries: Ms. YM Tofile, 045 931
1011, Email: [email protected]
Bid documents may be downloaded on Sakhisizwe Local Municipality website (www.sakhisizwe.gov.za) at no cost.
Prospective tenderers must bring original tender document to the clarification meeting so that the proof of
attendance certificate can be signed. Participants attending the briefing are to be duly authorised to attend the
clarification meeting on behalf of the tenderer. No bid documents will be sold at the clarification meeting. Those
parties arriving more than 15 minutes after the actual commencement of the briefing will not be allowed to sign the
Attendance Register and Returnable Schedule. Prospective tenderers that do not attend the compulsory clarification
meeting will not be allowed to tender and will be viewed as non – complaint.
Completed sealed bid documents, addressed to the Municipal Manager and marked with “Description of the project
and the bid number” must be deposited in the Bid box situated at Sakhisizwe Municipal offices ERF 5556, UMthatha
Road, Cala, not later than 21 November 2019, @ 12H00.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.1 Tender Notice and Invitation to Tender
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2
PLEASE NOTE:
A minimum score of 70 points out of 100 must be scored for Functionality. Bidders, who do not obtain the minimum score for
functionality, will not be considered for further evaluation.
SUPPLIERS/SERVICE PROVIDERS SHALL TAKE NOTE OF THE FOLLOWING BID CONDITIONS:
[a] The Sakhisizwe Local Municipality Supply Chain Management Policy will apply;
[b] The Sakhisizwe Local Municipality does not bind itself to accept the lowest Bidder or any other Bid and reserves the right to
accept the whole or part of the BID;
[c] Bids which are late, incomplete, unsigned or submitted by facsimile or electronically, may not be accepted.
[d] Price(s) must be valid for at least ninety (90) days from date of bid closing.
[e] Priced bids must be firm and must be inclusive of VAT.
[f] Submit original valid tax clearance certificate or proof of pin from SARS failure will result in a tender deemed non-
responsive
[d] Proof of registration with Central Supplier Database (CSD) must be attached
[h] Submit Original B-BBEE Certificate or certified dated copy of B-BBEE failure to submit will lead to the bidder to losing points
allocated for BEE
[i] Submit Certified copy/s of IDs, CK certificate must be attached.
(j) Joint Ventures/Consortium must provide a JV agreement signed by all parties to an agreement.
(k) Use of Tippex will render the bid non-responsive. Failure to do so will results in disqualification
(l) Must provide a Municipal Levy Clearance Certificate/Municipal account of not older than three months from a municipality
where the entity operates (lease agreements and sworn statements / affidavits are also accepted). Failure to do so will result
in disqualification.
(m) All pages must be initialed and signed where required. Declarations pages must be fully completed and be signed. Failure
to do so will result in disqualification.
T N S HANI - ACTING MUNICIPAL MANAGER
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.1
SAKHISIZWE LOCAL MUNICIPALITY
PROJECT: R/EC/6367/09/09
CONSTRUCTION OF MANZANA ACCESS ROADS
T1.2 TENDER DATA
The conditions of tender are the Standard Conditions of Tender as contained in Annexure F of the 10 July2015 edition of the CIDB Standard for Uniformity in Construction Procurement. The Standard Conditions ofTender Procurements make several references to the Tender Data for details that apply specifically to theTender. The Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency betweenit and the standard conditions of Tender. Each item of data given below is cross-referenced to the clause in theStandard Conditions of Tender to which it mainly applies.
Please note that the word “Client” is used in this document and referred to as “Employer” in the StandardConditions of Tender document.ClauseNumber
F.1 GeneralF.1.1 The Client is:
Sakhisizwe Local Local MunicipalityP. O. Box 26Cala5455
F.1.2 The Tender documents issued by the Client comprise:
TenderT1.1 Tender Notice and invitation to tenderT1.2 Tender DataT2.1 List of Returnable DocumentsT2.2 Returnable Documents for tender evaluation purposesT2.3 Returnable Documents to be incorporated into the contract
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.2
ContractPart 1: Agreements and Contract dataC1.1 Forms of Offer and AcceptanceC1.2 Contract DataC1.3 Occupational health and safety specificationC1.4 Health and Safety SpecificationPart 2: Pricing DataC2.1 Pricing InstructionsC2.2 Bill of QuantitiesPart 3: Scope of WorkC3.1 Description of the WorksC3.2 Applicable Standardised SpecificationsC3.3 Variations and Additions to the Standardised and Particular SpecificationsC3.4 Particular Specification Environmental Management PlanPart 4: Site InformationC4 Site informationPart 5: Additional Relevant DocumentsPart 6: Contract Drawings
F1.3F.1.3.1
F.1.3.2
InterpretationThe tender data and additional requirements contained in the tender schedules that are included inthe returnable documents are deemed to be part of these tender conditions.
These conditions of tender, the tender data and tender schedules which are only required for tenderevaluation purposes, shall not form part of any contract arising from the invitation to tender.
F.1.4 Communication:Each communication between the employer and a tenderer shall be to or from the employer's agentonly, and in a form that can be readily read, copied and recorded. Communications shall be in theEnglish language. The employer shall not take any responsibility for non-receipt of communicationsfrom or by a tenderer. The name and contact details of the employer’s agent are stated in the tenderdata.Contact person: Mr. C. MkabileTel: 047 877 5200
Employers Agent Contact person: Mr. M. MafikaTell: 043 726 1216
F.1.5 Cancellation and Re-Invitation of TendersF.1.5.1
F.1.5.2
An organ of state may, prior to the award of the tender, cancel a tender if-(a) Due to changed circumstances, there is no longer a need for the services, works or goodsrequested; or(b) Funds are no longer available to cover the total envisaged expenditure; or(c) No acceptable tenders are received.
The decision to cancel a tender must be published in the cidb website and in the government TenderBulletin for the media in which the original tender invitation was advertised.
F.1.6 Procurement proceduresF.1.6.1 General
a contract will, subject to F.3.13, be concluded with the tenderer who in terms of F.3.11 is the highestranked or the tenderer scoring the highest number of tender evaluation points, as relevant, based onthe tender submissions that are received at the closing time for tenders.
F.2 Tenderer’s obligations
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.3
F.2.1 EligibilityOnly those tenders who are registered with CIDB and have in their employ management andsupervisory staff satisfying the requirement of the scope of work for labour intensive competencies forsupervisory and management staff are eligible to submit tenders.
F.2.1 CIDB GradingThe required CIDB grading for this project is 3CE PE or 4CE or higher.
F.2.2 Cost of tenderingAccept that the Employer will not compensate the tenderers for any costs incurred in the preparationand submission of a tender offer, including the costs of any testing necessary to demonstrate thataspects of the offer satisfy requirements.
F.2.3 Check documentsCheck the tender documents on receipt for completeness and notify the employer of any discrepancyor omission.
F.2.4 Confidentiality and copyrightTreat as confidential all matters arising in connection with the tender. Use and copy the documentsissued by the employer only for the purpose of preparing and submitting a tender offer in response tothe invitation.
F.2.5 Reference documentsObtain, as necessary for submitting a tender offer, copies of the latest versions of standards,specifications, conditions of contract and other publications, which are not attached but which areincorporated into the tender documents by reference.
F2.6 Acknowledge AddendaAcknowledge receipt of addenda to the tender documents, which the employer may issue, and ifnecessary apply for an extension of the closing time stated in the tender data, in order to take theaddenda into account.
F.2.7 Tenderers must be represented at the clarification meeting by a person who is suitably qualified andExperienced to comprehend the implications of the work involved.
The tenderer’s representative must sign the attendance register in the name of the tendering entityand ensure that they have obtained the site inspection certificate.
The arrangements for a compulsory clarification meeting are:Date: 08 November 2019Starting time: 10HOO
Location: Cala Town Hall
F.2.8 Seek clarificationRequest clarification of the tender documents, if necessary, by notifying the employer at least fiveworking days before the closing time stated in the tender data.
F2.10 Pricing the tender offerF.2.10.1 Include in the rates, prices, and the tendered total of the prices (if any) all duties, taxes (except Value
Added Tax (VAT), and other levies payable by the successful tenderer, such duties, taxes and leviesbeing those applicable 14 days before the closing time stated in the tender data.
F.2.10.2 Show VAT payable by the employer separately as an addition to the tendered total of the prices.F.2.10.4 State the rates and prices in South African Rand
F2.11 Alterations to documentsDo not make any alterations or additions to the tender documents, except to comply with instructionsissued by the employer, or necessary to correct errors made by the tenderer. All signatories to thetender offer shall initial all such alterations. Erasures and the use of masking fluid are prohibited.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.4
F.2.12 Alternative tender offersAlternative offers may be submitted only if a main tender offer, strictly in accordance with all therequirements of the tender documents, is also submitted. The alternative tender offer is to besubmitted with the main tender offer together with a schedule that compares the requirements of thetender documents with the alternative requirements the tenderer proposes.
F.2.13F.2.13.5
Submitting a tender offerThe Client’s address for delivery of Tender offers and identification details to be shown on eachTender offer package are:Location of Tender box: Tender box in Sakhisizwe Municipal offices ERF 5556, between the hours08HOO till 16HOO.Physical address: ERF 5556, Umthatha Road, Cala, Eastern Cape
F.2.14 Information and data to be completed in all respectsAccept that tender offers, which do not provide all the data or information requested completely and,in the form, required, may be regarded by the employer as non-responsive.
F.2.15 Closing timeThe closing times for submission of Tenders are 10:00 am on 21 November 2019.
F.2.15 Telephonic, telegraphic, telex, facsimile or e-mailed Bid offers will not be accepted.F.2.16 Tender offer validity
The Tender offer validity period is 90 Days as stated in the tender data.F.2.17 Clarification of tender offer after submission
The tenderer shall provide clarification of a tender offer in response to a request to do so from theemployer during the evaluation of tender offers. This may include providing a breakdown of rates orprices and correction of arithmetical errors by the adjustment of certain rates or item prices (or both).No change in the competitive position of tenderers or substance of the tender offer is sought, offered,or permitted.
F.2.18 Provide other materialThe tenderer shall, when requested by the Employer to do so, Provide, on request by the employer,any other material that has a bearing on the tender offer, the tenderer’s commercial position (includingnotarized joint venture agreements), preferencing arrangements, or samples of materials, considerednecessary by the employer for the purpose of a full and fair risk assessment.Should the tenderer not provide the material, or a satisfactory reason as to why it cannot be provided,by the time for submission stated in the employer’s request, the employer may regard the tender offeras non-responsive
F2.20 Submit securities, bonds, policiesSubmit to the employer before formation of the contract, certificates of insurance required in terms ofthe conditions of contract identified in the contract data.
F.2.23 The tenderer is required to submit with his tender:(1) an original valid Tax Clearance Certificate issued by the South African Revenue Services; and(2) Certified copy of the original of all the Companies / CC Registration documents.(3) Joint Venture Agreement (signed and initialed on each page).(4) Proof of registration with CIDB(5) Certified copies of the original green bar-coded ID copies of Members of the companies.
F.3 The employer’s undertakingsF.3.1 Respond to requests from the tenderer
F.3.1.1 Respond to a request for clarification received up to five working days before the tender closing timestated in the Tender Data and notify all tenderers who drew procurement documents.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.5
F.3.2 Issue AddendaIf necessary, issue addenda that may amend or amplify the tender documents to each tenderer duringthe period from the date that tender documents are available until three days before the tender closingtime stated in the Tender Data. If, as a result a tenderer applies for an extension to the closing timestated in the Tender Data, the Employer may grant such extension and, shall then notify all tendererswho drew documents.
F.3.4 Opening of tender submissionsF.3.4.1 The employer shall open valid tender submissions in the presence of tenderers’ agents who choose to
attend at the time and place stated in the tender data. Tender submissions for which acceptablereasons for withdrawal have been submitted will not be opened.
F.3.4.2 Announce at the meeting held immediately after the opening of tender submissions, at a venueindicated in the tender data, the name of each tenderer whose tender offer is opened and, whereapplicable, the total of his prices, preferences claimed and time for completion for the main tenderoffer only.
F.3.4.3 The client shall not be obliged to make available the record outlined in F.3.4.2 to any tenderer who failto attend the tender opening.
F.3.6 Non-disclosureThe client shall not disclose to tenderers, or to any other person not officially concerned with suchprocesses, information relating to the evaluation and comparison of tender offers, the final evaluationprice and recommendations for the award of a contract, until after the award of the contract to thesuccessful tenderer.
F.3.7 Grounds for rejection and disqualificationDetermine whether there has been any effort by a tenderer to influence the processing of tender offersand instantly disqualify a tenderer (and his tender offer) if it is established that he engaged in corruptor fraudulent practices.
F3.9 Arithmetical errors, omissions and discrepanciesF.3.9.1 Check the highest ranked tender or tenderer with the highest number of tender evaluation points after
the evaluation of tender offers in accordance with F.3.11 for:
a) the gross misplacement of the decimal point in any unit rate;b) omissions made in completing the pricing schedule or bills of quantities; orc) arithmetic errors in:
i. line item totals resulting from the product of a unit rate and a quantity in bills ofquantities or schedules of prices; or
ii. The summation of the prices.F.3.9.2 Notify the tenderer of all errors or omissions that are identified in the tender offer and invite the
tenderer to either confirm the tender offer as tendered or accept the corrected total of prices.
Where the tenderer elects to confirm the tender offer as tendered, the employer must correct thearithmetical errors in the following manner:
a) Where there is a discrepancy between the amounts in words and amounts in figures, the amount inwords shall govern.b) If bills of quantities or pricing schedules apply and there is an error in the line item total resultingfrom the product of the unit rate and the quantity, the line item total shall govern, and the rate shall becorrected. Where there is an obviously gross misplacement of the decimal point in the unit rate, theline item total as quoted shall govern, and the unit rate shall be corrected.c) Where there is an error in the total of the prices either as a result of other corrections required bythis checking process or in the tenderer's addition of prices, the total of the prices shall govern, andthe tenderer will be asked to revise selected item prices (and their rates if bills of quantities apply) toachieve the tendered total of the prices.
Consider the rejection of a tender offer if the tenderer does not correct or accept the correction of thearithmetical error in the manner described above.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.6
F.3.10 Clarification of a tender offerObtain clarification from a tenderer on any matter that could give rise to ambiguity in a contract arisingfrom the tender offer.
F.3.11 Evaluation of tender offers
Replace the contents of the entire sub-clause with the following:
Responsive bids will be evaluated in two stages, Stage 1 and Stage 2. Stage 1 will entail theevaluation of bids for Quality/Functionality as per the criteria detailed below. Stage 2 of the evaluationwill be as per Method 2 of table F.1 of SANS 294: 2004, Financial Offer & Preferences. Only bidderswho score at least 60 points for Stage 1 (Quality/Functionality) will proceed to Stage 2. All bids thatscore less than 70 points will therefore be rejected as non-responsive. Nevertheless, SakhisizweLocal Municipality retains the right to accept any bid.
Compliance with Bid Rules and other RequirementsThe bids will initially be checked to ensure that they comply with the bid rules and all otherrequirements of the bid document. In particular the following documentation must be completedand/or included within the bid.
The form of Offer and acceptance
Audited financial statements for any tender price over R10million
Certified company registration documents and ID of members
Form C: Compulsory Enterprise Questionnaire
Form D: Certificate of Authority for Signature
Form E: Amendments, Qualifications and Alternatives
Form H: Certificate of Good Standing
Form I: Relevant experience
Form J: Details of key staff and CVs
Form M: Preference Points Claim Form in Terms of the Preferential Procurement Regulations2017
Note:
All information supporting the above forms such as Curricula Vitae of staff who will work onthe project and their functions, details of ownership, relevant experience etc.
Addenda issued during the bid period, if any.
The pricing schedules
Failure to supply the required information will compromise the bid
Stage 1: Evaluation of Quality/Functionality
Only bidders who score 70 points or more on Stage 1 will be evaluated further and therefore eligiblefor award. Bids that score less than 70 points will be rejected as non-responsive.
The maximum score for functionality shall be 100, distributed as follows:
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.7
STAGE 1: FUNCTIONALITY/QUALITY EVALUATIONFunctionality (see detailed criteria below) 100
Experience & Qualification of Project Team 30 Four similar Projects completed with completion certificate 30 Methodology 20 Financial Standing of Tenderer 20
Tender functionality / quality claimedCategory of Quality / Functionality Maximum
tenderevaluation
pointsprovided
B1.1 Company Experience with respect to similar projects will get maximumpoints (attach proof).Detailed documentation with clear project name, project description,reference, time frames, client satisfaction with contactable reference andproject cost with completion certificate
30
Completed at least 4 roads projects each of at least R 2 Million and above,attach Completion Certificate of each Project in order for you to gainmaximum points.
30
Completed at least 3 roads projects each of at least R 2 Million and above,attach Completion Certificate of each Project in order for you to gain relevantpoints.
20
Completed at least 2 roads projects each of at least R 2 Million and above,attach Completion Certificate of each Project in order for you to gain relevantpoints.
10
Completed at least 1 roads projects each of at least R 2 Million and above,attach Completion Certificate of each Project in order for you to gain relevantpoints.
5
No Experience in roads, no roads project completed 0
B1.2 Experience & Qualification of Project Team and relevant qualificationswill get maximum points (attach proof).
30
Site Agent: who has vast experience in Civil Engineering Construction workmore than 5 years as qualified in ND Civil Engineering and NQF Level 5Certificate in labour Construction Methods. Attach CV and QualificationCertificates for easy reference
15
Forman: who has vast experience In Civil Engineering Construction Projectmore than 10 ten years attach CV with contactable reference
10
Attach detailed Organogram of Personnel who will be assigned to the projectclear define their duties (CV to be attached with certified copies) for easyreference
5
B1.3 Methodology:attach proof in order for you to get maximum points
20
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.8
Schedule of Works will get maximum points (attach requiredinformation).
10
Programme of works clearly define activities of works must be done on MSProject (Compulsory)
3
Projected cash flows for the duration of the contract 2Methodology statement indicates on how activities are going to be executedand shows all management skills
5
B1.4 Availability of key plant and equipment will get maximum points (attachproof).
10
Contractor who owns 4 (four) of the required machinery and will supply all themachinery required for the execution of the contract (Grader, Excavator fittedwith bucket or rock breaker/TLB/Tipper Trucks/compaction equipment) andthe machinery /equipment is available for the commencement of the project.Attach proof for easy reference
10
Contractor who will hire 4 (four) of the required machinery and have a writtenagreement with the Plant Hire to supply all the machinery required for theexecution of the contract (Grader, Excavator fitted with bucket or rockbreaker/TLB/Tipper Trucks/compaction equipment) and the machinery/equipment is available for the project.
5
Contractor who will hire 3 (three) of the required machinery and have a writtenagreement with the Plant Hire to supply all the machinery required for theexecution of the contract (Grader, Excavator fitted with bucket or rockbreaker/TLB/Tipper Trucks/compaction equipment) and the machinery/equipment is available for the project.
3
NOTE: The tenderer should provide evidence by means of certificates ofownership to prove that he owns the Equipment.
B1.5 Financial Standing of Tenderer (attach proof). 20Bank recommendation relating to the financial capability of the contractor tofinance the proposed contract. Rating A – undoubted/excellent
20
Bank recommendation relating to the financial capability of the contractor tofinance the proposed contract. Rating B – good for amount quoted
10
Bank recommendation relating to the financial capability of the contractor tofinance the proposed contract. Rating C – average/good if strictly in line ofbusiness.
5
Total Score for Experience, Expertise and Methodology 100
STAGE 2: EVALUATION FOR PRICE AND PREFERENCE (80/20)
The procedure for Stage 2 of evaluation of responsive tenders is Method 2
a) PRICE: ……………………………………………………… 80
b) B-BBEE STATUS LEVEL OF CONTRIBUTION: …...… 20
Points Awarded for Price (Ps)A total of 80 points will be awarded to the Tenderer with the lowest balanced price. The othertenders will be awarded points on the ratio to bench mark price as follows
Where
Ps = Points scored for price of bid under considerationPt = Rand value of bid under considerationPmin = Rand value of lowest acceptable bid
min
min180
P
PPtPs
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.9
c) Points awarded for B-BBEE Status Level of Contribution
In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference pointsmust be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance withthe table below:
B-BBEE status level of contributor Number of points1 202 183 164 125 86 67 48 2Non-compliant contributor 0
The total calculated points will be rounded to the second decimal place.F.3.13 Acceptance of tender offerF3.13.1 Accept the tender offer, if in the opinion of the employer, it does not present any unacceptable
commercial risk and only if the tenderer:
a) is not under restrictions, or has principals who are under restrictions, preventing participating in theemployer’s procurement,b) can, as necessary and in relation to the proposed contract, demonstrate that he or she possessesthe professional and technical qualifications, professional and technical competence, financialresources, equipment and other physical facilities, managerial capability, reliability, experience andreputation, expertise and the personnel, to perform the contract,c) has the legal capacity to enter into the contract,d) is not insolvent, in receivership, bankrupt or being wound up, has his affairs administered by a courtor a judicial officer, has suspended his business activities, or is subject to legal proceedings in respectof any of the foregoing,e) complies with the legal requirements, if any, stated in the tender data, andf) is able, in the opinion of the employer, to perform the contract free of conflicts of interest.
F.3.14 Prepare contract documentsIf necessary, revise documents that shall form part of the contract and that were issued by theemployer as part of the tender documents to take account of:
a) addenda issued during the tender period,b) inclusion of some of the returnable documents,c) Other revisions agreed between the employer and the successful tenderer.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.10
C.1.1bSTANDARD CONDITIONS OF TENDER
Annexure: Standard Conditions of Tender
(As contained in Annexure F of the CIDB Standard for Uniformity in Construction Procurement)
F.1 General
F.1.1 Actions
F.1.1.1 The employer and each tenderer submitting a tender offer shall comply with these conditions of tender.
In their dealings with each other, they shall discharge their duties and obligations as set out in F.2 and F.3,
timeously and with integrity, and behave equitably, honestly and transparently, comply with all legal obligations
and not engage in anticompetitive practices.
F.1.1.2 The employer and the tenderer and all their agents and employees involved in the tender process shall
avoid conflicts of interest and where a conflict of interest is perceived or known, declare any such conflict of
interest, indicating the nature of such conflict. Tenderers shall declare any potential conflict of interest in their
tender submissions. Employees, agents and advisors of the employer shall declare any conflict of interest to
whoever is responsible for overseeing the procurement process at the start of any deliberations relating to the
procurement process or as soon as they become aware of such conflict and abstain from any decisions where
such conflict exists or recuse themselves from the procurement process, as appropriate.
Note: 1) A conflict of interest may arise due to a conflict of roles which might provide an incentive for
improper acts in some circumstances. A conflict of interest can create an appearance of impropriety that
can undermine confidence in the ability of that person to act properly in his or her position even if no
improper acts result.
Conflicts of interest in respect of those engaged in the procurement process include direct, indirect or
family interests in the tender or outcome of the procurement process and any personal bias, inclination,
obligation, allegiance or loyalty which would in any way affect any decisions taken.
F.1.1.3 The employer shall not seek, and a tenderer shall not submit a tender without having a firm intention and
the capacity to proceed with the contract.
F.1.2 Tender DocumentsThe documents issued by the employer for the purpose of a tender offer are listed in the tender data.
F.1.3 Interpretation
F.1.3.1 The tender data and additional requirements contained in the tender schedules that are included in the
returnable documents are deemed to be part of these conditions of tender.
F.1.3.2 These conditions of tender, the tender data and tender schedules which are only required for tender
evaluation purposes, shall not form part of any contract arising from the invitation to tender.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.11
F.1.3.3 For the purposes of these conditions of tender, the following definitions apply:
a) Conflict of interest means any situation in which:
i) someone in a position of trust has competing professional or personal interests which make it
difficult to fulfill his or her duties impartially;
ii) an individual or organisation is in a position to exploit a professional or official capacity in some way
for their personal or corporate benefit; or
iii) Incompatibility or contradictory interests exist between an employee and the organisation which
employs that employee.
b) Comparative offer means the price after the factors of a non-firm price and all unconditional discounts
it can be utilised to have been taken into consideration;
c) Corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the
action of the employer or his staff or agents in the tender process;
d) Fraudulent practice means the misrepresentation of the facts in order to influence the tender process
or the award of a contract arising from a tender offer to the detriment of the employer, including collusive
practices intended to establish prices at artificial levels;
e) Organization means a company, firm, enterprise, association or other legal entity, whether incorporated
or not, or a public body;
f) Functionality means the measurement according to the predetermined norms of a service or
commodity designed to be practical and useful, working or operating, taking into account quality,
reliability, viability and durability of a service and technical capacity and ability of a tenderer.
F.1.4 Communication and employer’s agentEach communication between the employer and a tenderer shall be to or from the employer's agent only, and in
a form that can be readily read, copied and recorded. Communications shall be in the English language. The
employer shall not take any responsibility for non-receipt of communications from or by a tenderer. The name
and contact details of the employer’s agent are stated in the tender data.
F.1.5 Cancellation and Re-Invitation of TendersF1.5.1 An organ of state may, prior to the award of the tender, cancel a tender if-
(a) Due to changed circumstances, there is no longer a need for the services, works or goods requested; or
(b) Funds are no longer available to cover the total envisaged expenditure; or
(c) No acceptable tenders are received.
F1.5.2 The decision to cancel a tender must be published in the cidb website and in the government Tender
Bulletin for the media in which the original tender invitation was advertised.
F.1.6 Procurement procedures
F.1.6.1 General
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.12
Unless otherwise stated in the tender data, a contract will, subject to F.3.13, be concluded with the tenderer who
in terms of F.3.11 is the highest ranked or the tenderer scoring the highest number of tender evaluation points,
as relevant, based on the tender submissions that are received at the closing time for tenders.
F.1.6.2 Competitive negotiation procedure
F.1.6.2.1 Where the tender data require that the competitive negotiation procedure is to be followed, tenderers
shall submit tender offers in response to the proposed contract in the first round of submissions.
Notwithstanding the requirements of F.3.4, the employer shall announce only the names of the tenderers who
make a submission. The requirements of F.3.8 relating to the material deviations or qualifications which affect
the competitive position of tenderers shall not apply.
F.1.6.2.2 All responsive tenderers, or not less than three responsive tenderers that are highest ranked in terms
of the evaluation method and evaluation criteria stated in the tender data, shall be invited in each round to enter
into competitive negotiations, based on the principle of equal treatment and keeping confidential the proposed
solutions and associated information. Notwithstanding the provisions of F.2.17, the employer may request that
tenders be clarified, specified and fine-tuned in order to improve a tenderer’s competitive position provided that
such clarification, specification, fine-tuning or additional information does not alter any fundamental aspects of
the offers or impose substantial new requirements which restrict or distort competition or have a discriminatory
effect.
F.1.6.2.3 At the conclusion of each round of negotiations, tenderers shall be invited by the employer to make a
fresh tender offer, based on the same evaluation criteria, with or without adjusted weightings. Tenderers shall be
advised when they are to submit their best and final offer.
F.1.6.2.4 The contract shall be awarded in accordance with the provisions of F.3.11 and F.3.13 after tenderers
have been requested to submit their best and final offer.
F.1.6.3 Proposal procedure using the two stage-system
F.1.6.3.1 Option 1Tenderers shall in the first stage submit technical proposals and, if required, cost parameters around which a
contract may be negotiated. The employer shall evaluate each responsive submission in terms of the method of
evaluation stated in the tender data, and in the second stage negotiate a contract with the tenderer scoring the
highest number of evaluation points and award the contract in terms of these conditions of tender.
F.1.6.3.2 Option 2
F.1.6.3.2.1 Tenderers shall submit in the first stage only technical proposals. The employer shall invite all
responsive tenderers to submit tender offers in the second stage, following the issuing of procurement
documents.
F.1.6.3.2.2 The employer shall evaluate tenders received during the second stage in terms of the method of
evaluation stated in the tender data, and award the contract in terms of these conditions of tender.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.13
F.2 Tenderer’s obligations
F.2.1 Eligibility
F.2.1.1 Submit a tender offer only if the tenderer satisfies the criteria stated in the tender data and the tenderer,
or any of his principals, is not under any restriction to do business with employer.
F.2.1.2 Notify the employer of any proposed material change in the capabilities or formation of the tendering
entity (or both) or any other criteria which formed part of the qualifying requirements used by the employer as the
basis in a prior process to invite the tenderer to submit a tender offer and obtain the employer’s written approval
to do so prior to the closing time for tenders.
F.2.2 Cost of tendering
F2.2.1 Accept that, unless otherwise stated in the tender data, the employer will not compensate the tenderer for
any costs incurred in the preparation and submission of a tender offer, including the costs of any testing
necessary to demonstrate that aspects of the offer complies with requirements.
F2.2.2 The cost of the tender documents charged by the employer shall be limited to the actual cost incurred by
the employer for printing the documents. Employers must attempt to make available the tender documents on its
website so as not to incur any costs pertaining to the printing of the tender documents.
F.2.3 Check documentsCheck the tender documents on receipt for completeness and notify the employer of any discrepancy or
omission.
F.2.4 Confidentiality and copyright of documentsTreat as confidential all matters arising in connection with the tender. Use and copy the documents issued by
the employer only for the purpose of preparing and submitting a tender offer in response to the invitation.
F.2.5 Reference documentsObtain, as necessary for submitting a tender offer, copies of the latest versions of standards, specifications,
conditions of contract and other publications, which are not attached but which are incorporated into the tender
documents by reference.
F.2.6 Acknowledge addendaAcknowledge receipt of addenda to the tender documents, which the employer may issue, and if necessary
apply for an extension to the closing time stated in the tender data, in order to take the addenda into account.
F.2.7 Clarification meetingAttend, where required, a clarification meeting at which tenderers may familiarize themselves with aspects of the
proposed work, services or supply and raise questions. Details of the meeting(s) are stated in the tender data.
F.2.8 Seek clarificationRequest clarification of the tender documents, if necessary, by notifying the employer at least five working days
before the closing time stated in the tender data.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.14
F.2.9 InsuranceBe aware that the extent of insurance to be provided by the employer (if any) might not be for the full cover
required in terms of the conditions of contract identified in the contract data. The tenderer is advised to seek
qualified advice regarding insurance.
F.2.10 Pricing the tender offer
F.2.10.1 Include in the rates, prices, and the tendered total of the prices (if any) all duties, taxes (except Value
Added Tax (VAT), and other levies payable by the successful tenderer, such duties, taxes and levies being
those applicable 14 days before the closing time stated in the tender data.
F2.10.2 Show VAT payable by the employer separately as an addition to the tendered total of the prices.
F.2.10.3 Provide rates and prices that are fixed for the duration of the contract and not subject to adjustment
except as provided for in the conditions of contract identified in the contract data.
F.2.10.4 State the rates and prices in Rand unless instructed otherwise in the tender data. The conditions of
contract identified in the contract data may provide for part payment in other currencies.
F.2.11 Alterations to documentsDo not make any alterations or additions to the tender documents, except to comply with instructions issued by
the employer, or necessary to correct errors made by the tenderer. All signatories to the tender offer shall initial
all such alterations.
F.2.12 Alternative tender offers
F.2.12.1 Unless otherwise stated in the tender data, submit alternative tender offers only if a main tender offer,
strictly in accordance with all the requirements of the tender documents, is also submitted as well as a schedule
that compares the requirements of the tender documents with the alternative requirements that are proposed.
F.2.12.2 Accept that an alternative tender offer may be based only on the criteria stated in the tender data or
criteria otherwise acceptable to the employer.
F.2.12.3 An alternative tender offer may only be considered in the event that the main tender offer is the winning
tender.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.15
F.2.13 submitting a tender offer
F.2.13.1 Submit one tender offer only, either as a single tendering entity or as a member in a joint venture to
provide the whole of the works, services or supply identified in the contract data and described in the scope of
works, unless stated otherwise in the tender data.
F.2.13.2 Return all returnable documents to the employer after completing them in their entirety, either
electronically (if they were issued in electronic format) or by writing legibly in non-erasable ink.
F.2.13.3 Submit the parts of the tender offer communicated on paper as an original plus the number of copies
stated in the tender data, with an English translation of any documentation in a language other than English, and
the parts communicated electronically in the same format as they were issued by the employer.
F.2.13.4 Sign the original and all copies of the tender offer where required in terms of the tender data. The
employer will hold all authorized signatories liable on behalf of the tenderer. Signatories for tenderers proposing
to contract as joint ventures shall state which of the signatories is the lead partner whom the employer shall hold
liable for the purpose of the tender offer.
F.2.13.5 Seal the original and each copy of the tender offer as separate packages marking the packages as
"ORIGINAL" and "COPY". Each package shall state on the outside the employer's address and identification
details stated in the tender data, as well as the tenderer's name and contact address.
F.2.13.6 Where a two-envelope system is required in terms of the tender data, place and seal the returnable
documents listed in the tender data in an envelope marked “financial proposal” and place the remaining
returnable documents in an envelope marked “technical proposal”. Each envelope shall state on the outside the
employer’s address and identification details stated in the tender data, as well as the tenderer's name and
contact address.
F.2.13.7 Seal the original tender offer and copy packages together in an outer package that states on the
outside only the employer's address and identification details as stated in the tender data.
F.2.13.8 Accept that the employer will not assume any responsibility for the misplacement or premature opening
of the tender offer if the outer package is not sealed and marked as stated.
F.2.13.9 Accept that tender offers submitted by facsimile or e-mail will be rejected by the employer, unless
stated otherwise in the tender data.
F.2.14 Information and data to be completed in all respectsAccept that tender offers, which do not provide all the data or information requested completely and in the form
required, may be regarded by the employer as non-responsive.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.16
F.2.15 Closing time
F.2.15.1 Ensure that the employer receives the tender offer at the address specified in the tender data not later
than the closing time stated in the tender data. Accept that proof of posting shall not be accepted as proof of
delivery.
F.2.15.2 Accept that, if the employer extends the closing time stated in the tender data for any reason, the
requirements of these conditions of tender apply equally to the extended deadline.
F.2.16 Tender offer validity
F.2.16.1 Hold the tender offer(s) valid for acceptance by the employer at any time during the validity period
stated in the tender data after the closing time stated in the tender data.
F.2.16.2 If requested by the employer, consider extending the validity period stated in the tender data for an
agreed additional period with or without any conditions attached to such extension.
F.2.16.3 Accept that a tender submission that has been submitted to the employer may only be withdrawn or
substituted by giving the employer’s agent written notice before the closing time for tenders that a tender is to be
withdrawn or substituted.
F.2.16.4 Where a tender submission is to be substituted, submit a substitute tender in accordance with the
requirements of F.2.13 with the packages clearly marked as “SUBSTITUTE”.
F.2.17 Clarification of tender offer after submissionProvide clarification of a tender offer in response to a request to do so from the employer during the evaluation
of tender offers. This may include providing a breakdown of rates or prices and correction of arithmetical errors
by the adjustment of certain rates or item prices (or both). No change in the competitive position of tenderers or
substance of the tender offer is sought, offered, or permitted.
Note: Sub-clause F.2.17 does not preclude the negotiation of the final terms of the contract with a preferred
tenderer following a competitive selection process, should the Employer elect to do so.
F.2.18 Provide other material
F.2.18.1 Provide, on request by the employer, any other material that has a bearing on the tender offer, the
tenderer’s commercial position (including notarized joint venture agreements), preferencing arrangements, or
samples of materials, considered necessary by the employer for the purpose of a full and fair risk assessment.
Should the tenderer not provide the material, or a satisfactory reason as to why it cannot be provided, by the
time for submission stated in the employer’s request, the employer may regard the tender offer as non-
responsive.
F.2.18.2 Dispose of samples of materials provided for evaluation by the employer, where required.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.17
F.2.19 Inspections, tests and analysisProvide access during working hours to premises for inspections, tests and analysis as provided for in the
tender data.
F.2.20 Submit securities, bonds and policiesIf requested, submit for the employer’s acceptance before formation of the contract, all securities, bonds,
guarantees, policies and certificates of insurance required in terms of the conditions of contract identified in the
contract data.
F.2.21 Check final draftCheck the final draft of the contract provided by the employer within the time available for the employer to issue
the contract.
F.2.22 Return of other tender documentsIf so instructed by the employer, return all retained tender documents within 28 days after the expiry of the
validity period stated in the tender data.
F.2.23 CertificatesInclude in the tender submission or provide the employer with any certificates as stated in the tender data.
F.3 The employer’s undertakings
F.3.1 Respond to requests from the tenderer
F.3.1.1 Unless otherwise stated in the tender Data, respond to a request for clarification received up to five
working days before the tender closing time stated in the Tender Data and notify all tenderers who drew
procurement documents.
F.3.1.2 Consider any request to make a material change in the capabilities or formation of the tendering entity
(or both) or any other criteria which formed part of the qualifying requirements used to prequalify a tenderer to
submit a tender offer in terms of a previous procurement process and deny any such request if as a
consequence:
a) an individual firm, or a joint venture as a whole, or any individual member of the joint venture fails to meet any
of the collective or individual qualifying requirements;
b) the new partners to a joint venture were not prequalified in the first instance, either as individual firms or as
another joint venture; or
c) in the opinion of the Employer, acceptance of the material change would compromise the outcome of the
prequalification process.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.18
F.3.2 Issue AddendaIf necessary, issue addenda that may amend or amplify the tender documents to each tenderer during the
period from the date that tender documents are available until three days before the tender closing time stated in
the Tender Data. If, as a result a tenderer applies for an extension to the closing time stated in the Tender Data,
the Employer may grant such extension and, shall then notify all tenderers who drew documents.
F.3.3 Return late tender offersReturn tender offers received after the closing time stated in the Tender Data, unopened, (unless it is necessary
to open a tender submission to obtain a forwarding address), to the tenderer concerned.
F.3.4 Opening of tender submissions
F.3.4.1 Unless the two-envelope system is to be followed, open valid tender submissions in the presence of
tenderers’ agents who choose to attend at the time and place stated in the tender data. Tender submissions for
which acceptable reasons for withdrawal have been submitted will not be opened.
F.3.4.2 Announce at the meeting held immediately after the opening of tender submissions, at a venue indicated
in the tender data, the name of each tenderer whose tender offer is opened and, where applicable, the total of
his prices, number of points claimed for its BBBEE status level and time for completion for the main tender offer
only.
F.3.4.3 Make available the record outlined in F.3.4.2 to all interested persons upon request.
F.3.5 Two-envelope system
F.3.5.1 Where stated in the tender data that a two-envelope system is to be followed, open only the technical
proposal of valid tenders in the presence of tenderers’ agents who choose to attend at the time and place stated
in the tender data and announce the name of each tenderer whose technical proposal is opened.
F.3.5.2 Evaluate functionality of the technical proposals offered by tenderers, then advise tenderers who remain
in contention for the award of the contract of the time and place when the financial proposals will be opened.
Open only the financial proposals of tenderers, who score in the functionality evaluation more than the minimum
number of points for functionality stated in the tender data, and announce the score obtained for the technical
proposals and the total price and any points claimed on BBBEE status level. Return unopened financial
proposals to tenderers whose technical proposals failed to achieve the minimum number of points for
functionality.
F.3.6 Non-disclosureNot disclose to tenderers, or to any other person not officially concerned with such processes, information
relating to the evaluation and comparison of tender offers, the final evaluation price and recommendations for
the award of a contract, until after the award of the contract to the successful tenderer.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.19
F.3.7 Grounds for rejection and disqualificationDetermine whether there has been any effort by a tenderer to influence the processing of tender offers and
instantly disqualify a tenderer (and his tender offer) if it is established that he engaged in corrupt or fraudulent
practices.
F.3.8 Test for responsiveness
F.3.8.1 Determine, after opening and before detailed evaluation, whether each tender offer properly received:
a) complies with the requirements of these Conditions of Tender,
b) has been properly and fully completed and signed, and
c) is responsive to the other requirements of the tender documents.
F.3.8.2 A responsive tender is one that conforms to all the terms, conditions, and specifications of the tender
documents without material deviation or qualification. A material deviation or qualification is one which, in the
Employer's opinion, would:
a) detrimentally affect the scope, quality, or performance of the works, services or supply identified in the Scope
of Work,
b) significantly change the Employer's or the tenderer's risks and responsibilities under the contract, or
c) affect the competitive position of other tenderers presenting responsive tenders, if it were to be rectified.
Reject a non-responsive tender offer, and not allow it to be subsequently made responsive by correction or
withdrawal of the non-conforming deviation or reservation.
F.3.9 Arithmetical errors, omissions and discrepancies
F.3.9.1 Check the highest ranked tender or tenderer with the highest number of tender evaluation points after
the evaluation of tender offers in accordance with F.3.11 for:
a) The gross misplacement of the decimal point in any unit rate;
b) Omissions made in completing the pricing schedule or bills of quantities; or
c) Arithmetic errors in:
i) line item totals resulting from the product of a unit rate and a quantity in bills of quantities or
schedules of prices; or
ii) the summation of the prices.
F3.9.2 The employer must correct the arithmetical errors in the following manner:
a) Where there is a discrepancy between the amounts in words and amounts in figures, the amount in words
shall govern.
b) If bills of quantities or pricing schedules apply and there is an error in the line item total resulting from the
product of the unit rate and the quantity, the line item total shall govern and the rate shall be corrected. Where
there is an obviously gross misplacement of the decimal point in the unit rate, the line item total as quoted shall
govern, and the unit rate shall be corrected.
c) Where there is an error in the total of the prices either as a result of other corrections required by this
checking process or in the tenderer's addition of prices, the total of the prices shall govern and the tenderer will
be asked to revise selected item prices (and their rates if bills of quantities apply) to achieve the tendered total of
the prices.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.20
Consider the rejection of a tender offer if the tenderer does not correct or accept the correction of the
arithmetical error in the manner described above.
F.3.10 Clarification of a tender offerObtain clarification from a tenderer on any matter that could give rise to ambiguity in a contract arising from the
tender offer.
F.3.11 Evaluation of tender offers
F.3.11.1 GeneralAppoint an evaluation panel of not less than three persons. Reduce each responsive tender offer to a
comparative offer and evaluate them using the tender evaluation methods and associated evaluation criteria and
weightings that are specified in the tender data.
F.3.11.2 Method 1: Price and PreferenceIn the case of a price and preference:
1) Score tender evaluation points for price
2) Score points for BBBEE contribution
3) Add the points scored for price and BBBEE.
F.3.11.3 Method 2: Functionality, Price and PreferenceIn the case of a functionality, price and preference:
1) Score functionality, rejecting all tender offers that fail to achieve the minimum number of points for
functionality as stated in the Tender Data.
2) No tender must be regarded as an acceptable tender if it fails to achieve the minimum qualifying score
for functionality as indicated in the tender invitation.
3) Tenders that have achieved the minimum qualification score for functionality must be evaluated further
in terms of the preference points system prescribed in paragraphs 4 and 4 and 5 below.
The 80/20 preference point system for acquisition of services, works or goods up to Rand value of R50 million
4) (a)(i) The following formula must be used to calculate the points for price in respect of tenders( including price
quotation) with a rand value equal to, or above R 30 000 and up to Rand value of R 50 000 000 ( all applicable
taxes included):
Where
Ps = Points scored for comparative price of tender or offer under consideration;
Pt = Comparative price of tender or offer under consideration; and
Pmin = Comparative price of lowest acceptable tender or offer.
min
min180
P
PPtPs
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.21
(4)(a)(ii) An employer of state may apply the formula in paragraph (i) for price quotations with a value less than
R30 000, if and when appropriate:
B-BBEE status level of contributor Number of points
1 20
2 18
3 16
4 12
5 8
6 6
7 4
8 2
Non-compliant contributor 0
(4)(c) A maximum of 20 points may be allocated in accordance with subparagraph (4)(b)
(4)(d) The points scored by tender in respect of B-BBEE contribution contemplated in contemplated in
subparagraph (4) (b) must be added to the points scored for price as calculated in accordance with
subparagraph (4)(a).
(4)(e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the highest total
number of points.
The 90/ 10 preference points system for acquisition of services, works or goods with a Rand value
above R 50 million
(5)(a) The following formula must be used to calculate the points for price in respect of tenders with a Rand
value above R50 000 000 (all applicable taxes included):
Where
Where
Ps = Points scored for comparative price of tender or offer under consideration;
Pt = Comparative price of tender or offer under consideration; and
Pmin = Comparative price of lowest acceptable tender or offer.
(5)(b) Subject to subparagraph(5)(c), points must be awarded to a tender for attaining the B- BBEE status level
of contributor in accordance with the table below:
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.22
B-BBEE status level of contributor Number of points
1 10
2 9
3 8
4 5
5 4
6 3
7 2
8 1
Non-compliant contributor 0
(5)(c) A maximum of 10 points may be allocated in accordance with subparagraph (5)(b).
(5)(d) The points scored by tender in respect of B-BBEE contribution contemplated in contemplated in
subparagraph (5) (b) must be added to the points scored for price as calculated in accordance with
subparagraph (5)(a).
(5)(e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the highest total
number of points.
F.3.11.6 Decimal placesScore price, preference and functionality, as relevant, to two decimal places.
F.3.11.7 Scoring PriceScore price of remaining responsive tender offers using the following formula:
NFO = W1 x A
Where: NFO is the number of tender evaluation points awarded for price.
W1 is the maximum possible number of tender evaluation points awarded for price as stated in
the Tender Data.
A is a number calculated using the formula and option described in Table F.1 as stated in the
Tender Data.
Table F.1: Formulae for calculating the value of A
Formula Comparison aimed at achieving Option 1a Option 2 a
1 Highest price or discount A = (1 +( P - Pm))
Pm
A = P / Pm
2 Lowest price or percentage
commission / fee
A = (1 - (P - Pm))
Pm
A = Pm / P
a Pm is the comparative offer of the most favourable comparative offer.
P is the comparative offer of the tender offer under consideration.
F.3.11.8 scoring preferences
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.23
Confirm that tenderers are eligible for the preferences claimed in accordance with the provisions of the tender
data and reject all claims for preferences where tenderers are not eligible for such preferences.
Calculate the total number of tender evaluation points for preferences claimed in accordance with the provisions
of the tender data.
F.3.11.9 scoring functionalityScore each of the criteria and sub criteria for quality in accordance with the provisions of the Tender Data.
Calculate the total number of tender evaluation points for quality using the following formula:
NQ = W2 x SO / MS
Where: SO is the score for quality allocated to the submission under consideration;
MS is the maximum possible score for quality in respect of a submission; and
W2 is the maximum possible number of tender evaluation points awarded for the quality as stated
in the tender data
F.3.12 Insurance provided by the employerIf requested by the proposed successful tenderer, submit for the tenderer's information the policies and / or
certificates of insurance which the conditions of contract identified in the contract data, require the employer to
provide.
F.3.13 Acceptance of tender offerAccept the tender offer, if in the opinion of the employer, it does not present any risk and only if the tenderer:
a) is not under restrictions, or has principals who are under restrictions, preventing participating in the
employer’s procurement,
b) can, as necessary and in relation to the proposed contract, demonstrate that he or she possesses the
professional and technical qualifications, professional and technical competence, financial resources,
equipment and other physical facilities, managerial capability, reliability, experience and reputation,
expertise and the personnel, to perform the contract,
c) has the legal capacity to enter into the contract,
d) is not insolvent, in receivership, under Business Rescue as provided for in chapter 6 of the Companies
Act, 2008, bankrupt or being wound up, has his affairs administered by a court or a judicial officer, has
suspended his business activities, or is subject to legal proceedings in respect of any of the foregoing,
e) complies with the legal requirements, if any, stated in the tender data, and
f) is able, in the opinion of the employer, to perform the contract free of conflicts of interest.
F.3.14 Prepare contract documents
F.3.14.1 If necessary, revise documents that shall form part of the contract and that were issued by the
employer as part of the tender documents to take account of:
a) addenda issued during the tender period,
b) inclusion of some of the returnable documents, and
c) Other revisions agreed between the employer and the successful tenderer.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.24
F.3.14.2 Complete the schedule of deviations attached to the form of offer and acceptance, if any.
F.3.15 Complete adjudicator's contract
Unless alternative arrangements have been agreed or otherwise provided for in the contract, arrange for both
parties to complete formalities for appointing the selected adjudicator at the same time as the main contract is
signed.
F.3.16 Notice to unsuccessful tenderers
F.3.16.1 Notify the successful tenderer of the employer's acceptance of his tender offer by completing and
returning one copy of the form of offer and acceptance before the expiry of the validity period stated in the
tender data, or agreed additional period.
F.3.16.2 After the successful tenderer has been notified of the employer’s acceptance of the tender, notify other
tenderers that their tender offers have not been accepted.
F.3.17 Provide copies of the contractsProvide to the successful tenderer the number of copies stated in the Tender Data of the signed copy of the
contract as soon as possible after completion and signing of the form of offer and acceptance.
F.3.18 Provide written reasons for actions takenProvide upon request written reasons to tenderers for any action that is taken in applying these conditions of
tender, but withhold information which is not in the public interest to be divulged, which is considered to
prejudice the legitimate commercial interests of tenderers or might prejudice fair competition between tenderers.
F3.19 Transparency in the procurement process
F3.19.1 The cidb prescripts require that tenders must be advertised and be registered on the cidb i.Tender
system.
F3.19.2 The employer must adopt a transparency model that incorporates the disclosure and accountability as
transparency requirements in the procurement process.
F3.19.3 The transparency model must identify the criteria for selection of projects, project information template
and the threshold value of the projects to be disclosed in the public domain at various intervals of delivery of
infrastructure projects.
F3.19.4 The client must publish the information on a quarterly basis which contains the following information:
Procurement planning process
Procurement method and evaluation process
Contract type
Contract status
Number of firms tendering
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T1.2.25
Cost estimate
Contract title
Contract firm(s)
Contract price
Contract scope of work
Contract start date and duration
Contract evaluation reports
F3.19.5 The employer must establish a Consultative Forum which will conduct a random audit in the
implementation of the transparency requirements in the procurement process.
F3.19.6 Consultative Forum must be an independent structure from the bid committees.
F3.19.7 The information must be published on the employer’s website.
F 3.19.8 Records of such disclosed information must be retained for audit purposes.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.1.1
SAKHISIZWE LOCAL MUNICIPALITY
PROJECT: R/EC/6367/09/09
CONSTRUCTION OF MANZANA ACCESS ROADS
T2.1 LIST OF RETURNABLE DOCUMENTS
The Tenderer must complete the following returnable documents:
T2.2 Returnable Documents required for Tender evaluation purposes1 Form 2.2.1 General Information of the Tenderer2 Form 2.2.2 Authority for Signatory / Certificate of Authority for Joint Ventures3 Form 2.2.3 Schedule of Previous Experience4 Form 2.2.4 Schedule of Current Projects5 Form 2.2.5 Declaration of good standing regarding tax6 Form 2.2.6 Certificate of Attendance at Site Meeting7 Form 2.2.7 Proposed Key Personnel8 Form 2.2.8 Schedule of Proposed Sub-Contractors9 Form 2.2.9 Financial References10 Form 2.2.10 Declaration of interest11 Form 2.2.11 Schedule of Construction Plant12 Form 2.2.12 Preliminary Programme13 Form 2.2.13 Preliminary Cashflow Projections14 Form 2.2.14 Alterations/Amendments by Bidder15 Form 2.2.15 Preference Points Claim Form in Terms of the Preferential
Procurement Regulations 201716 Form 2.2.16 Declaration of Bidder’s Past Supply Chain Management Practices16 Form 2.2.17 Certificate of Independent Bid Determination
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.1
SAKHISIZWE LOCAL MUNICIPALITY
PROJECT: R/EC/6367/09/09
CONSTRUCTION OF MANZANA ACCESS ROADS
T2.2 RETURNABLE DOCUMENTS
RETURNABLE DOCUMENTS REQUIRED FOR TENDER EVALUATION PURPOSES
Form 2.2.1 General Information of TendererForm 2.2.2 Authority of Signatory / Certificate of Authority for Joint VenturesForm 2.2.3 Schedule of Previous ExperienceForm 2.2.4 Schedule of Current ProjectsForm 2.2.5 Declaration of good standing regarding taxForm 2.2.6 Certificate of Attendance at Site MeetingForm 2.2.7 Proposed Key PersonnelForm 2.2.8 Schedule of Proposed Sub-ContractorsForm 2.2.9 Financial ReferencesForm 2.2.10 Declaration of interest
Form 2.2.11 Schedule of Construction PlantForm 2.2.12 Preliminary ProgrammeForm 2.2.13 Preliminary Cashflow ProjectionsForm 2.2.14 Alterations/Amendments by BidderForm 2.2.15 Preference Points Claim Form in Terms of the Preferential Procurement Regulations
2017Form 2.2.16 Declaration of Bidder’s Past Supply Chain Management PracticesForm 2.2.17 Certificate of Independent Bid Determination
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.2
FORM 2.2.1 GENERAL INFORMATION OF TENDERER
1. Name of Tenderer: ……………………………………………………………………………
2. Contact details
Address: ………………………………………………………………………………
Tel no: ………………………………………………………………………………
Fax no: ………………………………………………………………………………
Cell no: ………………………………………………………………………………
E-mail address: ………………………………………………………………………………
3. Legal entity: Mark with an X.
Sole proprietor
Partnership
Close corporation
Company (Pty) Ltd
Joint venture
In the case of a Joint venture, provide details on joint venture members:
Joint venture member Type of entity (as defined above)
4. Income tax reference number: ……………………………………………………………………………..(in case of a joint venture, provide for all joint venture members)
5. Municipal services area where the enterprise is registered: …………………………………………..(in case of a joint venture, provide for all joint venture members)
6. Company / close corporation Registration Number: …………………………………………………..(in case of a joint venture, provide for all joint venture members)
7. VAT Registration number: …………………………………………………………………………………..(in case of a joint venture, provide for all joint venture members)
8. CIDB registration number: ………………………………………………………………………………….(in case of a joint venture, provide for all joint venture members)
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.3
ATTACH THE FOLLOWING DOCUMENTS HERETO
1. For Closed Corporations
Certified copies of CK1 or CK2 as applicable (Founding Statement)
2. For Companies
Certified copies of Shareholders register
3. ID copies
Certified ID Copies for members
4. CIDB registration
Proof of registration with CIDB
5. For Joint Venture Agreements
Copy of the Joint Venture Agreement between all the parties, as well as the certifieddocuments in (1), and or (2) and (4) and (4) of each Joint Venture member.
6. Copy of the latest municipal service account where enterprise is registered
7. BBBEE
Certified copies of BBBEE certificate
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.4
FORM 2.2.2 AUTHORITY OF SIGNATORY
Details of person responsible for tender process:
Name:
Contact number:
Office address:
Signatories for close corporations and companies shall confirm their authority by attaching to this form a dulysigned and dated original or certified copy of the relevant resolution of their members or their board ofdirectors, as the case may be.
"By resolution of the board of directors passed on (date).....................................................................
Mr .........................................................................................................................................................
Has been duly authorized to sign all documents in connection with the Tender for Contract Number
………………………………………………………and any Contract which may arise there from on behalf of
………………………………………………………………
(BLOCK CAPTIALS)
SIGNED ON BEHALF OF THE COMPANY .................................................................................
IN HIS CAPACITY AS .................................................................................
DATE :................................................................................
FULL NAMES OF SIGNATORY .................................................................................
AS WITNESSES: 1...…………………………………..
2. ……………………………………
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.5
FORM 2.2.2 CERTIFICATE OF AUTHORITY FOR JOINT VENTURES
This Returnable Schedule is to be completed by joint ventures.
We, the undersigned, are submitting this tender offer in Joint Venture and hereby authorise Mr/Ms . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . , authorised signatory of the company . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , acting in the capacity of lead partner, to sign all documents in
connection with the tender offer and any contract resulting from it on our behalf.
NAME OF FIRM ADDRESS DULY AUTHORISEDSIGNATORY
Lead partner
CIDB registration no
………………………….
Signature.................................
Name ……..……………………
Designation………………………
CIDB registration no
………………………….
Signature. ................................
Name ……..……………………
Designation………………………
CIDB registration no
………………………….
Signature. ................................
Name ……..……………………
Designation………………………
CIDB registration no
………………………….
Signature. ................................
Name ……..……………………
Designation………………………
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.6
ATTACH HERETO THE DULY SIGNED AND DATEDORIGINAL OR CERTIFIED COPY OF AUTHORITY OF
SIGNATORY ON COMPANY LETTERHEAD
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.7
FORM 2.2.3 SCHEDULE OF PREVIOUS EXPERIENCE
Provide the following information on relevant previous experience (indicate specifically projects of similar orlarger size and/or which is similar with regard to type of work).
DescriptionValue (R)
VATexcluded
Year(s)work
executed
Reference
Name Organisation Tel no
Name of Tenderer: ……………………………………………… Date: ……………………………
Signature: ……………………………………………...
Full name of signatory: ………………………………………………
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.8
FORM 2.2.4 SCHEDULE OF CURRENT PROJECTS
Provide the following information on current projects. This information is material to the award of theContract.
DescriptionValue (R)
VATexcluded
DateAppointed
Reference
Name Organisation Tel no
Name of Tenderer: ……………………………………………… Date: ……………………………
Signature: ……………………………………………...
Full name of signatory: ………………………………………………
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.9
FORM 2.2.5 DECLARATION OF GOOD STANDING REGARDING TAX
SOUTH AFRICAN REVENUE SERVICES Tender No: …………….………..
Closing Date: ……………………
DECLARATION OF GOOD STANDING REGARDING TAXPARTICULARS
1. Name of Taxpayer/Tenderer: .............................................................................................................
2. Trade Name: .......................................................................................................................................
3. Identification Number: (If applicable)
4. Company / Close Corporation registration number:
5. Income Tax reference number:
6. VAT registration number: (If applicable)
7. PAYE employer’s registration number: (If applicable)
8. Monetary value of Bid:
DECLARATION
I, …………………………………… the undersigned, the above taxpayer/Bidder, hereby declare that my IncomeTax, Pay-As-You-Earn (PAYE) and Value-Added-Tax (VAT) obligations of the above-mentioned taxpayer,which include the rendition of returns and payment of the relevant taxes:
(i) Have been satisfied in terms of the relevant Acts; or
(ii) That suitable arrangements have been made with the Receiver of
Revenue,………………………………………..…………………….. to satisfy them.*
……………… …………………… ……………………………SIGNATURE CAPACITY DATE
PLEASE NOTE:* The declaration (ii) cannot be made unless formal arrangements have been madewith the Receiver of Revenue with regard to any outstanding revenue/outstandingtax returns.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.10
ATTACH ORIGINAL
VALID TAX CLEARANCE CERTIFICATE
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.11
FORM 2.2.6 CERTIFICATE OF ATTENDANCE AT SITE MEETING
This is to certify that I, ……………………………….……………………………………… (Name)
duly authorised representative of ………………………………………………………….(Tenderer)
Address: …………………………………………………………………………
Date: ………………………………..
Visited the site on ……………………………..……(date) in the presence of
………………………………(Engineer)
I have made myself familiar with the site and all the local conditions likely to influence the work and thecost thereof.
I further certify that I am satisfied with the description of the work and explanations given by the said Engineerand that I understand perfectly the work to be done, as specified and implied, in the execution of this contract.
______________________________ ________________________________
REPRESENTATIVE OF EMPLOYER REPRESENTATIVE OF TENDERER
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.12
FORM 2.2.7 PROPOSED KEY PERSONNEL
The Tenderer shall list below the key personne1 (including first nominee and the second-choice alternate),whom he proposes to employ on the project should his Tender be accepted, both at his headquarters and on theSite, to direct and for the execution of the work, together with their qualifications, experience, positions held andtheir nationalities.
No Name Qualification Designation HDIStatus
PRNumber
Name of Tenderer: ………………………………………… Date: ……………………………
Signature: ……………………………………………...
Full name of signatory: ………………………………………………
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.13
FORM 2.2.8 SCHEDULE OF PROPOSED SUB-CONTRACTORS
NAME OF SUB-CONTRACTOR FULL DESCRIPTION OF WORK TO BEPERFORMED BY SUB- CONTRACTORS
Name of Tenderer: ……………………………………………… Date: ……………………………
Signature: ……………………………………………...
Full name of signatory: ………………………………………………
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.14
FORM 2.2.9 FINANCIAL REFERENCES
FINANCIAL STATEMENTS
I/We agree to furnish an audited copy of the latest set of financial statements together with my/our Directors' andAuditors' report for consideration by the Client.
DETAILS OF TENDERERS BANKING INFORMATION
I/We hereby authorise the Client/Engineer to approach all or any of the following banks for the purposes ofobtaining a financial reference:
BANK NAME:
ACCOUNT NAME: (e.g. ABC Civil Construction)
ACCOUNT TYPE: (e.g. Savings, Cheque etc)
ACCOUNT NO:
ADDRESS OF BANK:
CONTACT PERSON:
TEL. NO. OF BANK / CONTACT:
How long has this account been in existence:(Tick which isappropriate)
0-6 months7-12 months13-24 monthsMore than 24months
Name of Tenderer: ……………………………………………… Date: ……………………………
Signature: ……………………………………………...
Full name of signatory: ………………………………………………
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.15
ATTACH AUDITEDFINANCIAL STATEMENTS
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.16
ANNEXURE CMBD 4
FORM 2.2.10 DECLARATION OF INTEREST
1. No bid will be accepted from persons in the service of the state¹.
2. Any person, having a kinship with persons in the service of the state, including a blood relationship, maymake an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism,should the resulting bid, or part thereof, be awarded to persons connected with or related to persons inservice of the state, it is required that the bidder or their authorised representative declare their position inrelation to the evaluating/adjudicating authority.
3 In order to give effect to the above, the following questionnaire must be completed and submittedwith the bid.
3.1 Full Name of bidder or his or her representative: ……………………………………………..
3.2 Identity Number: ………………………………………………………………………………….
3.3 Position occupied in the Company (director, trustee, hareholder²): ………………………..
3.4 Company Registration Number: ……………………………………………………………….
3.5 Tax Reference Number: …………………………………………………………………………
3.6 VAT Registration Number: ……………………………………………………………………
3.7 The names of all directors / trustees / shareholders members, their individual identity numbers andstate employee numbers must be indicated in paragraph 4 below.
3.8 Are you presently in the service of the state? YES / NO
3.8.1 If yes, furnish particulars. ….……………………………………………………………
……………………………………………………………………………………………..
¹MSCM Regulations: “in the service of the state” means to be –(a) a member of –
(i) any municipal council;(ii) any provincial legislature; or(iii) the national Assembly or the national Council of provinces;
(b) a member of the board of directors of any municipal entity;(c) an official of any municipality or municipal entity;(d) an employee of any national or provincial department, national or provincial public entity or constitutional
institution within the meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999);(e) a member of the accounting authority of any national or provincial public entity; or(f) an employee of Parliament or a provincial legislature.
² Shareholder” means a person who owns shares in the company and is actively involved in the managementof the company or business and exercises control over the company.
3.9 Have you been in the service of the state for the past twelve months? ………YES / NO
3.9.1 If yes, furnish particulars.………………………...……………………………………..
…………………………………………………………………………………………….
3.10 Do you have any relationship (family, friend, other) with persons in the service of the state and who maybe involved with the evaluation and or adjudication of this bid? ……………… YES / NO
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.17
3.10.1 If yes, furnish particulars.………………………………………………………………………………
………………………………………………………………………………
3.11 Are you, aware of any relationship (family, friend, other) between any other bidder and any personsin the service of the state who may be involved with the evaluation and or adjudication of this bid?
YES / NO
3.11.1 If yes, furnish particulars…………………………………………………………………………………
……………………………….……............................................................
3.12 Are any of the company’s directors, trustees, managers, principle shareholders or stakeholders inservice of the state?
YES / NO
3.12.1 If yes, furnish particulars.
……………………………………………………………………………….
……………………………………………………………………………….
3.13 Are any spouse, child or parent of the company’s directors, trustees, managers, principleshareholders or stakeholders in service of the state?
YES / NO
3.13.1 If yes, furnish particulars.……………………………………………………………………………….
……………………………………………………………………………….
3.14 Do you or any of the directors, trustees, managers, principle shareholders, or stakeholders of thiscompany have any interest in any other related companies or business whether or not they arebidding for this contract. YES / NO
3.14.1 If yes, furnish particulars:……………………………………………………………………………..
……………………………………………………………………………..
4. Full details of directors / trustees / members / shareholders.
Full Name Identity Number State EmployeeNumber
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.18
………………………………….. ……………………………………..Signature Date
…………………………………. ………………………………………Capacity Name of Bidder
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.19
FORM 2.2.11 SCHEDULE OF CONSTRUCTION PLANT
The Bidder shall state below what construction plant will be available for this Contract. The Bidder shalldifferentiate, if applicable, between construction plant immediately available and construction plant which willbecome available by virtue of outstanding orders and indicate what further construction plant will be acquired orhired for the work should he be awarded the Contract.
CONSTRUCTION PLANT IMMEDIATELY AVAILABLE
DESCRIPTION, SIZE, CAPACITY NUMBER
CONSTRUCTION PLANT ON ORDER
(State details of arrangements made, with delivery dates)
DESCRIPTION, SIZE, CAPACITY NUMBER
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.20
CONSTRUCTION PLANT THAT WILL BE ACQUIRED OR HIRED
(State details of delivery arrangements)
DESCRIPTION, SIZE, CAPACITY NUMBER
Number of sheets appended by the Bidder to this Schedule....................... (If nil, enter NIL).
Name of Tenderer: ……………………………………………… Date: ……………………………
Signature: ……………………………………………...
Full name of signatory: ………………………………………………
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.21
FORM 2.2.12 PRELIMINARY PROGRAMME
The Bidder shall attach a preliminary programme to this schedule.
This programme shall be in the form of a bar chart (Gantt chart) or similar acceptable time/activity formreflecting the proposed sequence and tempo of the various activities and the quantities that will be carried outevery week under each of the elements, comprising the work for this contract. The programme shall alsoindicate the point where the Bidder intends to commence work operations and the direction in which the work willproceed. The working hours shall be indicated.
The Bidder shall also take into account the additional requirements stated in the Project Specifications whendrawing up the programme.
Details of the preliminary programme shall be appended to this Schedule.
Number of sheets appended by the Bidder to this Schedule....................... (If nil, enter NIL).
Name of Tenderer: ……………………………………………… Date: ……………………………
Signature: ……………………………………………...
Full name of signatory: ………………………………………………
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.22
FORM 2.2.13 PRELIMINARY CASHFLOW PROJECTIONS
The Bidder shall state their estimated expenditure indicating the values of each monthly claim, which theyestimate will arise based on his preliminary programme and bided rates, in the table below. The total of themonthly amounts shall be equal to the bid sum.
MONTH VALUE
1.
2.
3.
4.
R
R
R
R
SUBTOTAL
CONTINGENCIES (5%)
R
R
SUBTOTAL
VAT (15%)
R
R
TOTAL R (INCLUDING VAT @ 15%)
Name of Tenderer: ……………………………………………… Date: ……………………………
Signature: ……………………………………………...
Full name of signatory: ………………………………………………
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.23
FORM 2.2.14 ALTERATIONS/AMENDMENTS BY BIDDER
The Bidder should record any deviations or qualifications he may wish to make to the bid documents in thisReturnable Schedule. Alternatively, a Bidder may state such deviations and qualifications in a covering letterattached to his bid and reference such letter in this schedule.
If no deviations or modifications are desired, the schedule hereunder is to be marked NIL and signed by theBidder.
No alternative Bid will be considered unless a Bid free of qualifications and strictly on the basis of the BidDocuments is also submitted.
PAGE/ITEM CLAUSE/DESCRIPTION
Number of sheets appended by the Bidder to this Schedule....................... (If nil, enter NIL).
Name of Tenderer: ……………………………………………… Date: ……………………………
Signature: ……………………………………………...
Full name of signatory: ………………………………………………
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.24
MBD 6.1FORM 2.2.15 PREFERENCE POINTS CLAIM FORM IN TERMS OF THE
PREFERENTIAL PROCUREMENT REGULATIONS 2017
This preference form must form part of all bids invited. It contains general information and serves as a claimform for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level ofContribution
NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS,DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED INTHE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.
1. GENERAL CONDITIONS1.1 The following preference point systems are applicable to all bids:
- the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicabletaxes included); and
- the 90/10 system for requirements with a Rand value above R50 000 000 (all applicabletaxes included).
1.2
a) The value of this bid is estimated not exceed R50 000 000 (all applicable taxes included) andtherefore the 80/20 preference point system shall be applicable; or
b) The 80/20 preference point system will be applicable to this tender
1.3 Points for this bid shall be awarded for:
(a) Price; and
(b) B-BBEE Status Level of Contributor.
1.4 The maximum points for this bid are allocated as follows:
POINTS
PRICE
B-BBEE STATUS LEVEL OF CONTRIBUTOR
Total points for Price and B-BBEE must not exceed 100
1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with thebid, will be interpreted to mean that preference points for B-BBEE status level of contribution are notclaimed.
1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any timesubsequently, to substantiate any claim in regard to preferences, in any manner required by thepurchaser.
2. DEFINITIONS
(a) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;
(b) “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a code ofgood practice on black economic empowerment, issued in terms of section 9(1) of the Broad-BasedBlack Economic Empowerment Act;
(c) “bid” means a written offer in a prescribed or stipulated form in response to an invitation by anorgan of state for the provision of goods or services, through price quotations, advertised
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.25
competitive bidding processes or proposals;
(d) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black EconomicEmpowerment Act, 2003 (Act No. 53 of 2003);
(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on blackeconomic empowerment issued in terms of section 9 (1) of the Broad-Based Black EconomicEmpowerment Act;
(f) “functionality” means the ability of a tenderer to provide goods or services in accordance withspecifications as set out in the tender documents.
(g) “prices” includes all applicable taxes less all unconditional discounts;
(h) “proof of B-BBEE status level of contributor” means:
1) B-BBEE Status levelcertificate issued by an authorized body or person;
2) A sworn affidavit asprescribed by the B-BBEE Codes of Good Practice;
3) Any other requirementprescribed in terms of the B-BBEE Act;
(i) “QSE” means a qualifying small business enterprise in terms of a code of good practice on blackeconomic empowerment issued in terms of section 9 (1) of the Broad-Based Black EconomicEmpowerment Act;
(j) “rand value” means the total estimated value of a contract in Rand, calculated at the time of bidinvitation, and includes all applicable taxes;
3. POINTS AWARDED FOR PRICE
3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMSA maximum of 80 or 90 points is allocated for price on the following basis:
80/20 or 90/10
min
min180
P
PPtPs or
min
min190
P
PPtPs
Where
Ps = Points scored for price of bid under consideration
Pt = Price of bid under consideration
Pmin = Price of lowest acceptable bid
4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR4.1 In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations, preference points
must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with thetable below:
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.26
B-BBEE Status Level ofContributor
Number of points(90/10 system)
Number of points(80/20 system)
1 10 20
2 9 18
3 6 14
4 5 12
5 4 8
6 3 6
7 2 4
8 1 2
Non-compliant contributor 0 0
5. BID DECLARATION5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the
following:
6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 4.16.1 B-BBEE Status Level of Contributor: ______ = _______ (maximum of 10 or 20 points)
(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected inparagraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of contributor.
7. SUB-CONTRACTING7.1 Will any portion of the contract be sub-contracted?
(Tick applicable box)
YES NO
7.1.1 If yes, indicate:
i) What percentage of the contract will be subcontracted............…………….…………%ii) The name of the sub-contractor…………………………………………………………..iii) The B-BBEE status level of the sub-contractor......................................……………..iv) Whether the sub-contractor is an EME or QSE
(Tick applicable box)
YES NO
v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms ofPreferential Procurement Regulations,2017:
Designated Group: An EME or QSE which is at last 51% owned by: EME√
QSE√
Black peopleBlack people who are youthBlack people who are womenBlack people with disabilitiesBlack people living in rural or underdeveloped areas or townshipsCooperative owned by black peopleBlack people who are military veterans
ORAny EMEAny QSE
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.27
8. DECLARATION WITH REGARD TO COMPANY/FIRM8.1 Name of company/firm: ………………………………………………………………………….
8.2 VAT registration number: ……………………………………….…………………………………
8.3 Company registration number: …………….……………………….…………………………….
8.4 TYPE OF COMPANY/ FIRM
Partnership/Joint Venture / ConsortiumOne-person business/sole proprietyClose corporationCompany(Pty) Limited
[TICK APPLICABLE BOX]
8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES
…………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
8.6 COMPANY CLASSIFICATION
ManufacturerSupplierProfessional service providerOther service providers, e.g. transporter, etc.
[TICK APPLICABLE BOX]
8.7 MUNICIPAL INFORMATION
Municipality where business is situated: ….……………………………………………….
Registered Account Number: ………………………….
Stand Number: ……………………………………………….
8.8 Total number of years the company/firm has been in business: ……………………………
8.9 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify thatthe points claimed, based on the B-BBE status level of contributor indicated in paragraphs 1.4 and 6.1of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / weacknowledge that:
i) The information furnished is true and correct;
ii) The preference points claimed are in accordance with the General Conditions as indicated inparagraph 1 of this form;
iii) In the event of a contract being awarded as a result of points claimed as shown in paragraphs 1.4and 6.1, the contractor may be required to furnish documentary proof to the satisfaction of thepurchaser that the claims are correct;
iv) If the B-BBEE status level of contributor has been claimed or obtained on a fraudulent basis orany of the conditions of contract have not been fulfilled, the purchaser may, in addition to anyother remedy it may have –
(a) disqualify the person from the bidding process;
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.28
(b) recover costs, losses or damages it has incurred or suffered as a result of thatperson’s conduct;
(c) cancel the contract and claim any damages which it has suffered as a result ofhaving to make less favourable arrangements due to such cancellation;
(d) recommend that the bidder or contractor, its shareholders and directors, or onlythe shareholders and directors who acted on a fraudulent basis, be restricted bythe National Treasury from obtaining business from any organ of state for aperiod not exceeding 10 years, after the audi alteram partem (hear the otherside) rule has been applied; and
(e) forward the matter for criminal prosecution.
……………………………………….SIGNATURE(S) OF BIDDERS(S)
DATE: …………………………………..
ADDRESS …………………………………..
…………………………………..
…………………………………..
WITNESSES
1. ……………………………………..
2. …………………………………….
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.29
MBD 8FORM 2.2.16 DECLARATION OF BIDDER’S PAST SUPPLY CHAIN
MANAGEMENT PRACTICES
1 This Municipal Bidding Document must form part of all bids invited.
2 It serves as a declaration to be used by municipalities and municipal entities in ensuring that whengoods and services are being procured, all reasonable steps are taken to combat the abuse of thesupply chain management system.
3 The bid of any bidder may be rejected if that bidder, or any of its directors have:
a. abused the municipality’s / municipal entity’s supply chain management system or committedany improper conduct in relation to such system;
b. been convicted for fraud or corruption during the past five years;c. willfully neglected, reneged on or failed to comply with any government, municipal or other
public sector contract during the past five years; ord. been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention and
Combating of Corrupt Activities Act (No 12 of 2004).
4 In order to give effect to the above, the following questionnaire must be completed andsubmitted with the bid.
Item Question Yes No4.1 Is the bidder or any of its directors listed on the National Treasury’s Database
of Restricted Suppliers as companies or persons prohibited from doingbusiness with the public sector?
(Companies or persons who are listed on this Database were informed inwriting of this restriction by the Accounting Officer/Authority of the institutionthat imposed the restriction after the audi alteram partem rule was applied).
The Database of Restricted Suppliers now resides on the NationalTreasury’s website(www.treasury.gov.za) and can be accessed by clickingon its link at the bottom of the home page.
Yes No
4.1.1 If so, furnish particulars:
4.2 Is the bidder or any of its directors listed on the Register for Tender Defaultersin terms of section 29 of the Prevention and Combating of Corrupt ActivitiesAct (No 12 of 2004)?The Register for Tender Defaulters can be accessed on the NationalTreasury’s website (www.treasury.gov.za) by clicking on its link at thebottom of the home page.
Yes No
4.2.1 If so, furnish particulars:
4.3 Was the bidder or any of its directors convicted by a court of law (including acourt of law outside the Republic of South Africa) for fraud or corruption duringthe past five years?
Yes No
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.30
4.3.1 If so, furnish particulars:
Item Question Yes No4.4 Does the bidder or any of its directors owe any municipal rates and taxes or
municipal charges to the municipality / municipal entity, or to any othermunicipality / municipal entity, that is in arrears for more than three months?
Yes No
4.4.1 If so, furnish particulars:
4.5 Was any contract between the bidder and the municipality / municipal entity orany other organ of state terminated during the past five years on account offailure to perform on or comply with the contract?
Yes No
4.7.1 If so, furnish particulars:
CERTIFICATION
I, THE UNDERSIGNED (FULL NAME) …………..……………………………..……CERTIFY THAT THE INFORMATION FURNISHED ON THISDECLARATION FORM TRUE AND CORRECT.
I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKENAGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.
………………………………………... …………………………..Signature Date
………………………………………. …………………………..Position Name of Bidder
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.31
MBD 9FORM 2.2.17 CERTIFICATE OF INDEPENDENT BID DETERMINATION
1 This Municipal Bidding Document (MBD) must form part of all bids¹ invited.
2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement
between, or concerted practice by, firms, or a decision by an association of firms, if it is between
parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding
is a pe se prohibition meaning that it cannot be justified under any grounds.
3 Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must provide measuresfor the combating of abuse of the supply chain management system, and must enable the accountingofficer, among others, to:
a. take all reasonable steps to prevent such abuse;
b. reject the bid of any bidder if that bidder or any of its directors has abused the supply chainmanagement system of the municipality or municipal entity or has committed any improperconduct in relation to such system; and
c. cancel a contract awarded to a person if the person committed any corrupt or fraudulent actduring the bidding process or the execution of the contract.
4 This MBD serves as a certificate of declaration that would be used by institutions to ensure that, when
bids are considered, reasonable steps are taken to prevent any form of bid-rigging.
5 In order to give effect to the above, the attached Certificate of Bid Determination (MBD 9) must be
completed and submitted with the bid:
¹ Includes price quotations, advertised competitive bids, limited bids and proposals.
² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to
compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers
who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an
agreement between competitors not to compete.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.32
MBD 9
CERTIFICATE OF INDEPENDENT BID DETERMINATION
I, the undersigned, in submitting the accompanying bid:
________________________________________________________________________
(Bid Number and Description)
in response to the invitation for the bid made by:
______________________________________________________________________________
(Name of Municipality / Municipal Entity)
do hereby make the following statements that I certify to be true and complete in every respect:
I certify, on behalf of: _______________________________________________________that:
(Name of Bidder)
1. I have read and I understand the contents of this Certificate;
2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and
complete in every respect;
3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of
the bidder;
4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to
determine the terms of, and to sign, the bid, on behalf of the bidder;
5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor”
shall include any individual or organization, other than the bidder, whether or not affiliated with the
bidder, who:
(a) has been requested to submit a bid in response to this bid invitation;
(b) could potentially submit a bid in response to this bid invitation, based on their
qualifications, abilities or experience; and
(c) provides the same goods and services as the bidder and/or is in the same line of
business as the bidder
6. The bidder has arrived at the accompanying bid independently from, and without consultation,
communication, agreement or arrangement with any competitor. However, communication between
partners in a joint venture or consortium³ will not be construed as collusive bidding.
7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation,
communication, agreement or arrangement with any competitor regarding:
(a) prices;
(b) geographical area where product or service will be rendered (market allocation)
(c) methods, factors or formulas used to calculate prices;
(d) the intention or decision to submit or not to submit, a bid;
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.2.33
(e) the submission of a bid which does not meet the specifications and conditions of the
bid; or
(f) bidding with the intention not to win the bid.
8. In addition, there have been no consultations, communications, agreements or arrangements with any
competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the
products or services to which this bid invitation relates.
9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or
indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of
the contract.
³ Joint venture or Consortium means an association of persons for the purpose of combining theirexpertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.
10. I am aware that, in addition and without prejudice to any other remedy provided to combat any
restrictive practices related to bids and contracts, bids that are suspicious will be reported to the
Competition Commission for investigation and possible imposition of administrative penalties in terms
of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National Prosecuting
Authority (NPA) for criminal investigation and or may be restricted from conducting business with the
public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of
Corrupt Activities Act No 12 of 2004 or any other applicable legislation.
………………………………………………… …………………………………
Signature Date
…………………………………………………. …………………………………
Position Name of Bidder
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.3 Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.3.1
SAKHISIZWE LOCAL MUNICIPALITY
PROJECT: R/EC/6367/09/09
CONSTRUCTION OF MANZANA ACCESS ROADS
T2.3 RETURNABLE DOCUMENTS
RETURNABLE DOCUMENTS THAT WILL BE INCORPORATED INTO THE CONTRACT
Form 2.3.1 Record of Addenda to Tender DocumentsForm 2.3.2 Procurement Form
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.3 Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.3.2
FORM 2.3.1 RECORD OF ADDENDA TO TENDER DOCUMENTS
(Addenda received from Engineer for amendments on Tender Documentation)
Date Title or Details
1
2
3
4
5
6
7
8
9
10
Name of Tenderer: ……………………………………………… Date: ……………………………
Signature: ……………………………………………...
Full name of signatory: ………………………………………………
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.3 Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.3.3
FORM 2.3.2 PROCUREMENT FORM
Acceptable Tenders will be evaluated using a system that awards points on the basis of Tender price and themeeting of specific goals.
DEFINITIONS
“Acceptable Tender” means any Tender which, in all respects, complies with the conditions of Tender andspecifications as set out in the Tender document, including conditions as specified in the PreferentialProcurement Policy Framework Act (Act 5 of 2000) and the Supply Chain Management of Council.
“Council” refers to the Sakhisizwe Local Municipality.
“Equity ownership” refers to the percentage ownership and control, exercised by individuals within anenterprise and they are involved in the day to day running of the Company.
“HDI equity ownership” refers to the percentage of an enterprise, which is owned by individuals, or in the caseof a company, the percentage shares that are owned by individuals meeting the requirements of the definition ofa HDI.
“Historically disadvantaged individuals (HDIs)” means all South African citizens –
(i) Who had no franchise in national elections prior to the introduction of the 1983 and 1993 constitutions(Referred to as Previously Disadvantaged Individuals (PDIs) in this document)
(ii) Women(iii) Disabled persons.
“SMME’s” (small, medium and micro enterprises) refers to separate and distinct business entities, including co-operative enterprises and NGOs, managed by one owner or more, as defined in the National Small Business(Act 102 of 1996). Refer to the attached addendum for a definition of SMME’s for different economic sectors.Tenders are adjudicated in terms of NDM Procurement Policy, and the following framework is provided as aguideline in this regard.
1. Technical adjudication and General Criteria
Tenders will be adjudicated in terms of inter alia: Compliance with Tender conditions Technical specifications
If the Tender does not comply with the Tender conditions, the Tender will be rejected. If technicalspecifications are not met, the Tender may also be rejected.
With regard to the above, certain actions or errors are unacceptable, and warrants REJECTION OFTHE TENDER, for example:
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.3 Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.3.4
Certified or scanned copies of Tax Clearance Certificates. (Only valid original tax clearancecertificates must be attached to the Tender document).
Pages to be completed, removed from the Tender document, and have therefore not beensubmitted.
Failure to complete the schedule of quantities as required Scratching out without initialling next to the amended rates or information. Writing over / painting out rates / the use of tippex or any erasable ink, eg. Pencil. Failure to attend compulsory site inspections The Tender has not been properly signed by a party having the authority to do so, according to the
Form 2.2.2 – “Authority for Signatory” No authority for signatory submitted. Form of Offer not completed. Particulars required in respect of the Tender have not been provided – non-compliance of Tender
requirements and/or specifications. The Tenderer’s attempts to influence or has in fact influenced the evaluation and/or awarding of
the contract. The Tender has been submitted after the relevant closing date and time Each page of the Contract portion of this Tender document (Part C1 – C4) must be initialled by the
authorised person in order for the document to constitute a proper Contract between the Employer(GKLM) and the undersigned.
If any municipal rates and taxes or municipal service charges owed by that Tendered or any of itsdirectors to the municipality, or to any other municipality or municipal entity, are in arrears for morethan three months.
If any Tendered who during the last five years has failed to perform satisfactorily on a previouscontract with the municipality or any other organ of state after written notice was given to thatTendered that performance was unsatisfactory.
2. Size of enterprise and current workload
Evaluation of the Tenderer’s position in terms of:
Previous and expected current annual turnover Current contractual obligations Capacity to execute the contract
3. Staffing profile
Evaluation of the Tenderer’s position in terms of:
Staff available for this contract being Tendered for Qualifications and experience of key staff to be utilised on this contract
4. Financial ability to execute the contract:
Evaluation of the Tenderer’s financial ability to execute the contract. Emphasis will be placed on thefollowing:
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.3 Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.3.5
Contact the Tender’s bank manager to assess the Tenderer’s financial ability to execute thecontract and the Tendered hereby grants his consent for this purpose.
5. Good standing with SA Revenue Services
Determine whether an original valid tax clearance certificate has been submitted. The tenderer must affix an original valid Tax Clearance Certificate to page T2.2.9 of the Tender
document.
6. Penalties
The Sakhisizwe Local Municipality will if upon investigation it is found that a preference in terms of theContract has been obtained on a fraudulent basis, or any specified goals are not attained in theperformance of the contract, on discretion of the Municipal Manager, one or more of the followingpenalties will be imposed:
Cancel the contract and recover all losses or damages incurred or sustained from the tenderer. Impose a financial penalty of twice the theoretical financial preference associated with the claim,
which was made in the Tender. Restrict the suppliers, its shareholders and directors on obtaining any business from the Sakhisizwe
Local Municipality for a period of 5 years.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.3 Returnable Documents
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
T2.3.6
DECLARATION
I/We the undersigned, who warrants that he/she is duly authorised to do so on behalf of the firm, certifies thatthe items mentioned in part of the foregoing procurement form and returnable documents qualifies/qualify for thepreference(s) shown and acknowledge(s) that:
The information furnished is true and correct.
The contractor may be required to furnish documentary proof to the satisfaction of the Sakhisizwe LocalMunicipality that the claims are correct.
If the claims are found to be inflated, the Sakhisizwe Local Municipality may, in addition to any other remedy itmay have, recover from the contractor all cost, losses or damages incurred or sustained by the SakhisizweLocal Municipality as a result of the award of the contract and/or cancel the contract and claim any damageswhich the Sakhisizwe Local Municipality may suffer by having to make less favourable arrangements after suchcancellation.
Signature of Tenderer _________________________
Signed at _________________ on _____ day of ____________20_____
_________________________For the tenderer
WITNESSES:
1. _____________________________________
2. _____________________________________
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.1
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
SAKHISIZWE LOCAL MUNICIPALITY
PROJECT: R/EC/6367/09/09
CONSTRUCTION OF MANZANA ACCESS ROADS
C1 AGREEMENTS AND CONTRACT DATA
C1.1 Form of Offer and Acceptance
C1.2 Contract Data
C1.3 Special Condition
C1.4 Occupational Health and Safety Specification
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.2
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
FORM C1.1 FORM OF OFFER AND ACCEPTANCE
OFFER:
The employer, identified in the acceptance signature block, has solicited offers to enter into a contract
in respect of the following works: PROJECT: R/EC/6367/09/09: CONSTRUCTION OF MANZANAACCESS ROADS IN SAKHISIZWE LOCAL MUNICIPALITY
The tenderer, identified in the offer signature block, has examined the documents listed in the tender
data and addenda thereto as listed in the returnable schedules, and by submitting this offer has
accepted the conditions of tender.
By the representative of the tenderer, deemed to be duly authorized, signing this part of this form of
offer and acceptance, the tenderer offers to perform all of the obligations and liabilities of the
contractor under the contract including compliance with all its terms and conditions according to their
true intent and meaning for an amount to be determined in accordance with the conditions of contract
identified in the contract data.
THE OFFERED TOTAL OF THE PRICES INCLUSIVE OF VALUE ADDED TAX IS
……………………………………………………………………………………………………………………....
………………………………………............. Rand (in words); R ….………….......…………… (in figures).This offer may be accepted by the employer by signing the acceptance part of this form of offer and
acceptance and returning one copy of this document to the tenderer before the end of the period of
validity stated in the tender data, whereupon the tenderer becomes the party named as the contractor
in the conditions of contract identified in the contract data.
Signature(s) __________________________ ___________________________
Name(s) ___________________________ __________________________
Capacity __________________________ __________________________
For the tenderer_________________________________________________________________(Name and address of organisation)
Name & SignatureOf Witness ____________________________ ___________________________
Name Date
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.3
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
ACCEPTANCE:
By signing this part of this form of offer and acceptance, the employer identified below accepts thetenderer’s offer. In consideration thereof, the employer shall pay the contractor the amount due inaccordance with the conditions of contract identified in the contract data. Acceptance of the tenderer’soffer shall form an agreement between the employer and the tenderer upon the terms and conditionscontained in this agreement and in the contract that is the subject of this agreement.
The terms of the contract are contained in:Part C1 Agreements and contract data, (which includes this agreement)Part C2 Pricing dataPart C3 Scope of work.Part C4 Site information
And drawings and documents or parts thereof, which may be incorporated by reference into theabove listed Parts.
Deviations from and amendments to the documents listed in the tender data and any addenda theretoas listed in the returnable schedules as well as any changes to the terms of the offer agreed by thetenderer and the employer during this process of offer and acceptance, are contained in the scheduleof deviations attached to and forming part of this form of offer and acceptance. No amendments to ordeviations from said documents are valid unless contained in this schedule.
The tenderer shall within two weeks after receiving a completed copy of this agreement, including theschedule of deviations (if any), contact the employer’s agent (whose details are given in the contractdata) to arrange the delivery of any securities, bonds, guarantees, proof of insurance and any otherdocumentation to be provided in terms of the conditions of contract identified in the contract data.Failure to fulfil any of these obligations in accordance with those terms shall constitute a repudiationof this agreement.
Notwithstanding anything contained herein, this agreement comes into effect on the date when thetenderer receives one fully completed original copy of this document, including the schedule ofdeviations (if any). Unless the tenderer (now contractor) within five working days of the date of suchreceipt notifies the employer in writing of any reason why he cannot accept the contents of thisagreement, this agreement shall constitute a binding contract between the parties.1
Signature(s) __________________________ ___________________________
Name(s) ___________________________ __________________________
Capacity __________________________ __________________________
For the Employer _________________________________________________________________(Name and address of organisation)
Name & SignatureOf Witness ____________________________ ___________________________
Name Date
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.4
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
SCHEDULE OF DEVIATIONS:
Notes:1. The extent of deviations from the tender documents issued by the employer before the tender
closing date is limited to those permitted in terms of the conditions of tender.2. A tenderer’s covering letter shall not be included in the final contract document. Should any
matter in such letter, which constitutes a deviation as aforesaid, become the subject ofagreements reached during the process of offer and acceptance, the outcome of suchagreement shall be recorded here.
3. Any other matter arising from the process of offer and acceptance either as a confirmation,clarification or change to the tender documents and which it is agreed by the Parties becomesan obligation of the contract shall also be recorded here.
4. Any change or addition to the tender documents arising from the above agreements andrecorded here, shall also be incorporated into the final draft of the Contract.
1 Subject ______________________________________________________________
Details _____________________________________________________________________
2 Subject ______________________________________________________________
Details _____________________________________________________________________
3 Subject ______________________________________________________________
Details _____________________________________________________________________
4 Subject ______________________________________________________________
Details _____________________________________________________________________
By the duly authorised representatives signing this agreement, the employer and the tenderer agreeto and accept the foregoing schedule of deviations as the only deviations from and amendments tothe documents listed in the tender data and addenda thereto as listed in the returnable schedules, aswell as any confirmation, clarification or changes to the terms of the offer agreed by the tenderer andthe employer during this process of offer and acceptance.It is expressly agreed that no other matter whether in writing, oral communication or implied during theperiod between the issue of the tender documents and the receipt by the tenderer of a completedsigned copy of this Agreement shall have any meaning or effect in the contract between the partiesarising from this agreement.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.5
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
FOR THE TENDERER:
Signatures (s) ___________________________ ______________________________
Name(s) ________________________________ ______________________________
Capacity________________________________ ______________________________
For the tenderer_____________________________________________________________________
(Name and address of Organisation)
Name & SignatureOf Witness __________________________ Date_____________________________
FOR THE EMPLOYER:
Signatures (s) __________________________ ______________________________
Name(s) ________________________________ ______________________________
Capacity________________________________ ______________________________
For the tenderer_____________________________________________________________________
(Name and address of Organisation)
Name & SignatureOf Witness____________________________ Date _____________________________
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.6
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
FORM C1.2 CONTRACT DATA
PART 1: DATA PROVIDED BY THE EMPLOYER
The contract data of this contract are:
C1.2.1 Conditions of Contract
C1.2.2 Data provided by the Employer
C1.2.1 Conditions of Contract
The following standardized General Conditions of Contract:
The General Conditions of Contract for Construction Works 2nd Edition (2015) Prepared by theSouth African Institution of Civil Engineering (SAICE) shall apply to and form the GeneralConditions of Contract for this contract. Copies of these conditions of contract are obtainablefrom the South African Institution of Civil Engineering (SAICE), Private Bag X200, HalfwayHouse 1685, Tel: (011) 805 5947, Fax: (011) 805 5971, e-mail: [email protected].
The General Conditions of Contract for Construction Works make several references to the Contract
Data for specific data, which together with these conditions collectively describe the risks, liabilities
and obligations of the contracting parties and the procedures for the administration of the Contract.
The Contract Data shall have precedence in the interpretation of any ambiguity or inconsistency
between it and the general conditions of contract.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.7
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C1.2.2 Data provided by the employerEach item of data given below is cross-referenced to the clause in the General Conditions of Contractfor Construction Works to which it mainly applies.
The following contract specific data are applicable to this Contract:
CONTRACT SPECIFIC DATA
The following contract specific data, referring to the General Conditions of Contract for ConstructionWorks, Second Edition, 2015, are applicable to this Contract:
Clause 1.1.1.13:The Defects Liability Period is 12 months.
Clause 1.1.1.14:The time for achieving Practical Completion is 4 Months.
Clause 1.1.1.15:The name of the Employer is Sakhisizwe Local Municipality represented by the Administratorand/or such other person or persons duly authorised thereto by the Employer in writing.
Clause 1.1.1.16:The name of the Engineer is Beacon Consulting Engineers, represented by Masibulele Mafikaand/or such other person or persons duly authorised thereto by the Employer in writing.
Clause 1.2.1.2:The address of the Employer is: P. O. Box 26, Cala 5455.
Physical: ERF 5556, UMthatha Road, Cala.
Tel: [047] 877 5200
Clause 1.2.1.2:The address of the Engineer is: 2 Willow Glen
Kliping StreetEast London, 5247Tel No. 043 726 1216Email address: [email protected]
Clause 1.1.1.26:The Pricing Strategy is a Re-measurement Contract
Clause 3.2.3: Special Approval of the Employer Required
The Engineer is required to obtain the specific approval of the Employer before executing any of thefollowing functions or duties:
1. Providing consent for subcontracting part of the contract in terms of Clause 4.4.2. The issuing of instructions for dealing with fossils and the like in terms of Clause 4.7.3. The reduction of a penalty for delay in terms of Clause 5.13.2.4. The determination of additional or reduced costs arising from changes in legislation in terms of
Clause 6.8.4.5. The agreeing of the adjustment of the sums for general items in terms of Clause 6.11.6. Authorizing the Contractor to repair and make good excepted risks in terms of Clause 8.2.2.2.7. The inclusion of credits in the next payment certificate in terms of Clause 10.1.5.2.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.8
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
Clause 4.3: Legal Provisions
Add the following Clauses after Clause 4.3.2:
Clause 4.3.3:The Employer and the Contractor shall enter into an agreement to complete the work required for theconstruction of the works in terms of the provisions of Section 37(2) of the Occupational Health andSafety Act (No. 85 of 1993) and the Construction Regulations promulgated there under, as well asany further requirements stipulated in this contract document.
Clause 4.3.4:The Contractor shall provide proof to the Employer, within 14 days of the Commencement Date, thathe/she has paid all contributions required in terms of the Compensation for Occupational Injuries andDiseases Act (Act No. 130 of 1993).
Clause 5.3: Commencement of WorksThe Contractor shall commence executing the Works within 28 days from the Commencement Date.Notwithstanding the above, the Contractor will not be permitted to commence executing the Worksbefore the Form of Guarantee and required insurances and other specified items have beensubmitted and approved
Clause 5.3.1:The documentation required before commencement with Works execution are:
Approved Health and Safety Plan (Refer to Clause 4.3)Initial programme (Refer to Clause 5.6)Accepted security (Refer to Clause 6.2)Insurance (Refer to Clause 8.6)
Clause 5.3.2:The time to submit the documentation required before commencement with Works execution is 28days.
Clause 5.4: Access to the SiteAdd the following clause after Clause 5.4.3:
Clause 5.4.4:The Contractor shall bear all costs and charges for special and temporary rights of way required byhim in connection with access to the Site. The Contractor shall also provide at his/her own cost anyadditional facilities outside the Site required by him/her for the purposes of the Works.
Clause 5.5.1: Time for Practical CompletionThe Works shall be completed within the time frame stipulated or tendered (as applicable) on theContract Data, exclusive of the special non-working days and the year-end break and inclusive of the28-day period referred to in Clause 5.3 above.
Clause 5.8.1:
The non-working days are Sundays and SaturdaysThe special non-working days are:
1. Public holidays2. The year-end break commencing on 13/12/2019 and ending on 03/01/2020.
Clause 5.13.1:The penalty for failing to complete the Works is 0.12% of the contract value per day. No claim forbonus payments in respect of early completion will be entertained.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.9
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
The following penalties will be charged;- R 1500.00 for removal of plant/machinery without the Engineer’s written consent.- R 1000.00 per day for late payment of local labour- R 1000.00 per day for delayed Contractor’s reports submission.- R 1500.00 per day for non-compliance on Medium-to-Major OHS risk
Clause 5.16.3:The latent defect period is 7.5 years.
Clause 6.8.2The Contract Price shall not be subject to any contract price adjustment and the rates and pricesTendered in the bill of quantities shall be final and binding throughout the period of the Contract.
Clause 6.10.1.5:The percentage advance on materials not yet built into the Permanent Works is 80%
Clause 6.10.3:The limit of retention money is:
(a) 15 % (fifteen percent) if option (3) security is selected.(b) 10% (ten percent) if option (4) security is selected.(c) 5% (five percent) if option (5) security is selected.
Clause 8.2.1:The contractor shall protect the Works properly and shall so arrange his operations that the minimumdanger and inconvenience to the public and to vehicles and pedestrians’ traffic. All operationsrequired in connection with the execution and completion of the Works shall, as far as the provisionsof the Contract permit, not unnecessarily or in any improper manner encroach upon the use of publicroads or upon access to private property, and the Contractor hereby indemnifies the Employer againstclaims, demand, damage and costs that may arise in this regard.
Compensation for such obligations shall be included in the Contractor’s prices for provisional andgeneral costs, excepts in as far as provisional is made in the specifications for payment in respect ofspecific items pertaining to these obligations
Clause 8.6.1.1.2:The value of Plant and materials supplied by the Employer to be included in the insurance sum is NIL
Clause 8.6.1.1.3:The amount to cover professional fees for repairing damage and loss to be included in the insurancesum is 10% of the value.
Clause 8.6.1.3:The limit of indemnity for liability insurance is R2 000 000 per claim for projects under R5 000 000.00and R5 000 000.00 for projects over R5 000 000.00.
Clause 8.6.1.5:Additional Insurance is required for the following:
a) Insurance of Construction Plant and Equipment (including tools, offices and othertemporary structures and contents) and all other items (except those intended forincorporation into the Works) brought onto the site for a sum sufficient to provide for theirreplacement.
b) Insurance in terms of the provisions of the Compensation for Occupational Injuries andDiseases Act No. 130 of 1993.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.10
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
c) Motor Vehicle Liability Insurance comprising (as a minimum) "Balance of Third Party" Risksincluding Passenger Liability Indemnity.
d) Where the contract involves manufacturing and/or fabrication of the works or part thereof atpremises other than the Site, the Contractor shall satisfy the Employer that all materialsand equipment for incorporation in the works are adequately insured during manufactureand/or fabrication. In the event of the Employer having an insurable interest in such worksduring manufacture or fabrication then such interest shall be noted by endorsement to theContractor's Policies of Insurance.
e) The insurance policy held by the Contractor shall cover “wet risks” because a portion of theworks will be in the confines of an existing river and stormwater channel.
Clause 9.2.1: Termination by the Employer
Add the following Clauses after Clause 9.2.1.3.7:
Clause 9.2.1.3.8:The Contractor fails to provide the required Guarantee and insurances within the prescribedtime.
Clause 9.2.1.3.9:The Contractor committed a corrupt or fraudulent act during the procurement process or theexecution of the contract.
Clause 9.2.1.3.10:An official or other role player committed any corrupt or fraudulent act during the procurementprocess or in the execution of the contract that benefited the Contractor.
Clause 10.4:
Dispute resolution is to be by means of an amicable settlement procedure known as mediation.
Clause 10.5.3The number of Adjudication Board Members to be appointed is Three.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.11
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
PART 2: DATA PROVIDED BY THE CONTRACTOR
C1.2.3: DATA PROVIDED BY THE CONTRACTOR
Clause 1.1.1.9:
The name of the Contractor is ……………………………………………………………………………
Clause 1.2.1.2:
The address of the Contractor is:
Physical Address: Postal Address
………………………………. …………………………………….
………………………………. …………………………………….
………………………………. …………………………………….
………………………………. …………………………………….
Telephone:…………………………………………..…
Fax:……………………………………………………..
Email address:…………………………………………..…
Clause 6.2.1: The security to be provided by the contractor shall be one of the following;
Type of security: Note VAT is included in the contract sum and Value ofworks for calculating percentages
Contractor’s choice.Indicate “Yes” or “no”
( 1 ) Cash deposit of 15% of the Contract Sum
( 2 ) Performance guarantee (note A) of ___% of the Contract Sum Not acceptable
( 3 ) Retention of 15% of the value of the Works
( 4 ) Cash deposit of 5% of the contract sum plus retention of 10% of thevalue of the Works
(5) Performance guarantee (Note A) of 10% of the contract sum plus aretention of 5% of the value of the works.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.12
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
NB. Guarantees submitted must be issued by either an insurance company duly registered in terms ofthe Short-Term Insurance Act, 1998 (Act 35 of 1998) or an Insurance Company listed on theJohannesburg Stock Exchange or owned by such a company, or a recognised governmentsponsored, provincial or national development agency or by a bank duly registered in terms of theBanks Act, 1990 (Act 94 of 1990) on the pro-forma referred to above. No alterations or amendmentsof the wording of the pro-forma will be accepted.
Name of Tenderer: ……………………………………………… Date: ……………………………
Signature: ……………………………………………...
Full name of signatory: ………………………………………………
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.13
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
PERFORMANCE GUARANTEE
GUARANTOR DETAILS AND DEFINITIONS
“Guarantor” means: …………………………………………………………………….
Physical Address: ……………………………………………………………………….
“Employer” means: SAKHISIZWE LOCAL MUNICIPALITY
“Contractor” means: …………………………………………………………………
“Engineer” means: BEACON CONSULTING ENGINEERS
“Works” means: CONSTRUCTION OF ICWILI INTERNAL STREETS“Site” means: the land and other places made available by the Employer, for the purposes of the
Contract, on, under, over, in or through which the Works are to be executed
“Contract” means: The Agreement made in terms of the Form of Offer and Acceptance and such
amendments or additions to the Contract as may be agreed in writing between the
parties
“Contract Sum” means: The Accepted amount inclusive of tax (where applicable) or R………………
Amount in words: …………………………………………………………………………………………….…
“Guarantee Sum” means: The maximum aggregate amount of R ………………………………….…….
Amount in words: ……………………………………………………………………………………………….
“Expiry date” means: ………………………………………………………………………………..…………
CONTRACT DETAILS
The Engineer issues: Interim Payment Certificates, Final Payment Certificate and Certificate of
Completion of the Works as defined in the Contract.
PERFORMANCE GUARANTEE1. The Guarantor’s liability shall be limited to the amount of the Guaranteed Sum.
2. The Guarantor’s period of liability shall be from and including the date of issue of Performance
Guarantee up to and including the Expiry Date or the date of issue by the Engineer of the
Certificate of Completion of the Works or the date of payment in full of the Guaranteed Sum,
whichever occurs first. The Engineer and/or the Employer shall advise the Guarantor in
writing of the date on which the Certificate of Completion of the Works has been issued.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.14
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
3. The Guarantor hereby acknowledges that:
3.1 any reference in this Performance Guarantee to the Contract is made for the purpose
of convenience and shall not be construed as any intention whatsoever to create an
accessory obligation or any intention whatsoever to create a suretyship;
3.2 its obligation under this Performance Guarantee is restricted to the payment of
money.
4. Subject to the Guarantor’s maximum liability referred to in 1, the Guarantor hereby undertakes
to pay the Employer the sum certified upon receipt of the documents identified in 4.1 to 4.3:
4.1 a copy of a first written demand issued by the Employer to the Contractor stating that
payment of a sum certified by the Engineer in an Interim or Final Payment Certificate
has not been made in terms of the Contract, and failing such payment within seven
(7) calendar days, the Employer intends to call upon the Guarantor to make payment
in terms of 4.2;
4.2 a first written demand issued by the Employer to the Guarantor at the Guarantor’s
physical address with a copy to the Contractor stating that a period of seven (7)
calendar days has elapsed since the first written demand in terms of 4.1, and the sum
certified has still not been paid;
4.3 a copy of the aforesaid payment certificate which entitles the Employer to receive
payment in terms of the Contract of the sum certified in 4.
5. Subject to the Guarantor’s maximum liability referred to in 1, the Guarantor undertakes to pay
to the Employer the Guaranteed Sum or the full outstanding balance upon receipt of the first
written demand from the Employer to the Guarantor at the Guarantor’s physical address
calling upon this Performance Guarantee, such demand stating that:
5.1 the Contract has been terminated due to the Contractor’s default and that this
Performance Guarantee is called upon in terms of 5; or
5.2 a provisional of final sequestration or liquidation court order has been granted against
the Contractor and that the Performance Guarantee is called up in terms of 5; and
5.3 the aforesaid written demand is accompanied by a copy of the notice of termination
and/or the provisional/final sequestration and/or the provisional liquidation court
order.
6. It is recorded that the aggregate amount of the payments required to be made by the
Guarantor in terms of 4 and 5 shall not exceed the Guarantor’s maximum liability in terms of
1.
7. Where the Guarantor has made payment in terms of 5, the Employer shall upon the date of
issue of the Final Payment Certificate submit an expense account to the Guarantor showing
how all monies received in terms of this Performance Guarantee have been expended and
shall refund to the Guarantor any resulting surplus. All monies refunded to the Guarantor in
terms of this Performance Guarantee shall bear the interest at the prime overdraft rate of the
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.15
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
Employer’s bank compounded monthly and calculated from the date payment was made by
the Guarantor to the Employer until the date of refund.
8. Payment by the Guarantor in terms of 4 or 5 shall be made within seven (7) calendar days
upon receipt of the first written demand to the Guarantor.
9. Payment by the Guarantor in terms of 5 will only be made against the return of the original
Performance Guarantee by the Employer.
10. The Employer shall have the absolute right to arrange his affairs with the Contractor in any
manner which the Employer may deem fit and the Guarantor shall not have the right to claim
his release from this Performance Guarantee on account of any conduct alleged to be
prejudicial to the Guarantor.
11. The Guarantor chooses the physical address as stated above for the service of all notices for
all purposes in connection herewith.
12. This Performance Guarantee is neither negotiable nor transferable and shall expire in terms
of 2, where after no claims will be considered by the Guarantor. The original of this Guarantee
shall be returned to the Guarantor after it has expired.
13. This Performance Guarantee, with the required demand notices in terms of 4 or 5, shall be
regarded as a liquid document for the purposes of obtaining a court order.
14. Where this Performance Guarantee is issued in the Republic of South Africa, the Guarantor
hereby consents in terms of Section 45 of the Magistrate’s Courts Act No 32 of 1944, as
amended, to the jurisdiction of the Magistrate’s Court of any district having the jurisdiction in
terms of Section 28 of the said Act, notwithstanding that the amount of the claim may exceed
the jurisdiction of the Magistrate’s Court.
Signed at ………………………………………………………………….. Date ………………………………
Guarantor’s representative (1) …………………………………………………………………………………
Guarantor’s signatory (1) ………………………………………………………………………….……………
Capacity ………………………………………………………………………………………………………….
Guarantor’s representative (2) …………………………………………………………………………………
Guarantor’s signatory (2) ………………………………………………………………………..……………..
Capacity ……………………………………………………………………………………………..…………..
Witness name (1) ………………………………………………………………………………..……………..
Witness signatory (1) …………………………………………………………………………………………..
Witness name (2) ………………………………………………………………………………………..……..
Witness signatory (2) …………………………………………………………………………………………..
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.16
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
FORM C1.3 SPECIAL CONDITION
Payment for the labour-intensive component of the works
Payment for works identified in the Scope of Work as being labour-intensive shall only be made inaccordance with the provisions of the Contract if the works are constructed strictly in accordance withthe provisions of the Scope of Work. Any non-payment for such works shall not relieve the Contractorin any way from his obligations either in contract or in delict.
Applicable labour laws
The Ministerial Determination, Special Public Works Programmes, issued in terms of the BasicConditions of Employment Act of 1997by the Minister of Labour in Government Notice N° R63 of 25January 2002, as reproduced below, shall apply to works described in the scope of work as beinglabour intensive and which are undertaken by unskilled or semi-skilled workers.
1 Introduction
1.1 This document contains the standard terms and conditions for workers employed inelementary occupations on a Special Public Works Programme (SPWP). These terms andconditions do NOT apply to persons employed in the supervision and management of aSPWP.
1.2 In this document –
(a) "Department" means any department of the State, implementing agent or contractor;
(b) "Employer" means any department, implementing agency or contractor that hires workersto work in elementary occupations on a SPWP;
(c) "Worker" means any person working in an elementary occupation on a SPWP;
(d) "Elementary occupation" means any occupation involving unskilled or semi-skilled work;
(e) "Management" means any person employed by a department or implementing agency toadminister or execute an SPWP;
(f) "Task" means a fixed quantity of work;
(g) "task-based work" means work in which a worker is paid a fixed rate for performing atask;
(h) "task-rated worker" means a worker paid on the basis of the number of tasks completed;
(i) "time-rated worker" means a worker paid on the basis of the length of time worked.
(j) “Task rate or daily rate” = As per Government Gazette
2 Terms of Work
2.1 Workers on a SPWP are employed on a temporary basis.2.2 A worker may NOT be employed for longer than 24 months in any five-year cycle on
a SPWP.2.3 Employment on a SPWP does not qualify as employment as a contributor for the
purposes of the Unemployment Insurance Act 30 of 1966.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.17
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
3 Normal Hours of Work3.1 An employer may not set tasks or hours of work that require a worker to work–
(a) More than forty hours in any week
(b) On more than five days in any week; and
(c) For more than eight hours on any day.
3.2 An employer and worker may agree that a worker will work four days per week. The worker
may then work up to ten hours per day.
3.3 A task-rated worker may not work more than a total of 55 hours in any week to complete the
tasks allocated (based on a 40-hour week) to that worker.
4 Meal Breaks4.1 A worker may not work for more than five hours without taking a meal break of at least thirty
minutes duration.
4.2 An employer and worker may agree on longer meal breaks.
4.3 A worker may not work during a meal break. However, an employer may require a worker to
perform duties during a meal break if those duties cannot be left unattended and cannot be performed
by another worker. An employer must take reasonable steps to ensure that a worker is relieved of his
or her duties during the meal break.
4.4 A worker is not entitled to payment for the period of a meal break. However, a worker who is
paid on the basis of time worked must be paid if the worker is required to work or to be available for
work during the meal break.
5 Special Conditions for Security Guards5.1 A security guard may work up to 55 hours per week and up to eleven hours per day.
5.2 A security guard who works more than ten hours per day must have a meal break of at least
one hour or two breaks of at least 30 minutes each.
6 Daily Rest PeriodEvery worker is entitled to a daily rest period of at least eight consecutive hours. The daily rest period
is measured from the time the worker ends work on one day until the time the worker starts work on
the next day.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.18
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
7 Weekly Rest PeriodEvery worker must have two days off every week. A worker may only work on their day off to perform
work which must be done without delay and cannot be performed by workers during their ordinary
hours of work ("emergency work").
8 Work on Sundays and Public Holidays8.1 A worker may only work on a Sunday or public holiday to perform emergency or security
work.
8.2 Work on Sundays is paid at the ordinary rate of pay.
8.3 A task-rated worker who works on a public holiday must be paid –
(a) The worker’s daily task rate, if the worker works for less than four hours;
(b) Double the worker’s daily task rate, if the worker works for more than four hours.
8.4 A time-rated worker who works on a public holiday must be paid –
(a) The worker’s daily rate of pay, if the worker works for less than four hours on the public
holiday;
(b) Double the worker’s daily rate of pay, if the worker works for more than four hours on the
public holiday.
9 Sick Leave9.1 Only workers who work four or more days per week have the right to claim sick pay in terms
of this clause.
9.2 A worker who is unable to work on account of illness or injury is entitled to claim one day’s
paid sick leave for every full month that the worker has worked in terms of a contract.
9.3 A worker may accumulate a maximum of twelve days’ sick leave in a year.
9.4 Accumulated sick-leave may not be transferred from one contract to another contract.
9.5 An employer must pay a task-rated worker the worker’s daily task rate for a day’s sick leave.
9.6 An employer must pay a time-rated worker the worker’s daily rate of pay for a day’s sick
leave.
9.7 An employer must pay a worker sick pay on the worker’s usual payday.
9.8 Before paying sick-pay, an employer may require a worker to produce a certificate stating
that the worker was unable to work on account of sickness or injury if the worker is –
(a) Absent from work for more than two consecutive days; or
(b) Absent from work on more than two occasions in any eight-week period.
9.9 A medical certificate must be issued and signed by a medical practitioner, a qualified nurse or
a clinic staff member authorised to issue medical certificates indicating the duration and reason for
incapacity.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.19
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
9.10 A worker is not entitled to paid sick leave for a work-related injury or occupational disease for
which the worker can claim compensation under the Compensation for Occupational Injuries and
Diseases Act.
10 Maternity Leave10.1 A worker may take up to four consecutive months’ unpaid maternity leave.
10.2 A worker is not entitled to any payment or employment-related benefits during maternity
leave.
10.3 A worker must give her employer reasonable notice of when she will start maternity leave
and when she will return to work.
10.4 A worker is not required to take the full period of maternity leave. However, a worker may not
work for four weeks before the expected date of birth of her child or for six weeks after the birth of her
child, unless a medical practitioner, midwife or qualified nurse certifies that she is fit to do so.
10.5 A worker may begin maternity leave –
(a) four weeks before the expected date of birth; or
(b) On an earlier date –
(i) If a medical practitioner, midwife or certified nurse certifies that it is necessary for the health of
the worker or that of her unborn child; or
(ii) if agreed to between employer and worker; or
(c) on a later date, if a medical practitioner, midwife or certified nurse has certified that the worker
is able to continue to work without endangering her health.
10.6 A worker who has a miscarriage during the third trimester of pregnancy or bears a stillborn
child may take maternity leave for up to six weeks after the miscarriage or stillbirth.
10.7 A worker who returns to work after maternity leave, has the right to start a new cycle of
twenty-four months employment, unless the SPWP on which she was employed has ended.
11 Family responsibility leave11.1 Workers, who work for at least four days per week, are entitled to three days paid family
responsibility leave each year in the following circumstances -
(a) When the employee’s child is born;
(b) When the employee’s child is sick;
(c) In the event of a death of –
(i) The employee’s spouse or life partner;
(ii) The employee’s parent, adoptive parent, grandparent, child, adopted child, grandchild or
sibling.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.20
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
12 Statement of Conditions12.1 An employer must give a worker a statement containing the following details at the start of
employment –
(a) The employer’s name and address and the name of the SPWP;
(b) The tasks or job that the worker is to perform; and
(c) the period for which the worker is hired or, if this is not certain, the expected duration of the
contract;
(d) The worker’s rate of pay and how this is to be calculated;
(e) The training that the worker will receive during the SPWP.
12.2 An employer must ensure that these terms are explained in a suitable language to any
employee who is unable to read the statement.
12.3 An employer must supply each worker with a copy of these conditions of employment.
13 Keeping Records13.1 Every employer must keep a written record of at least the following –
(a) The worker’s name and position;
(b) In the case of a task-rated worker, the number of tasks completed by the worker;
(c) In the case of a time-rated worker, the time worked by the worker;
(d) Payments made to each worker.
13.2 The employer must keep this record for a period of at least three years after the completion
of the SPWP.
14 Payment14.1 An employer must pay all wages at least monthly in cash or by cheque or into a bank
account.
14.2 A task-rated worker will only be paid for tasks that have been completed.
14.3 An employer must pay a task-rated worker within five weeks of the work being completed
and the work having been approved by the manager or the contractor having submitted an invoice to
the employer.
14.4 A time-rated worker will be paid at the end of each month.
14.5 Payment must be made in cash, by cheque or by direct deposit into a bank account
designated by the worker.
14.6 Payment in cash or by cheque must take place –
(a) At the workplace or at a place agreed to by the worker;
(b) during the worker’s working hours or within fifteen minutes of the start or finish of work;
(c) In a sealed envelope which becomes the property of the worker.
14.7 An employer must give a worker the following information in writing –
(a) The period for which payment is made;
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.21
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
(b) The numbers of tasks completed, or hours worked;
(c) The worker’s earnings;
(d) Any money deducted from the payment;
(e) The actual amount paid to the worker.
14.8 If the worker is paid in cash or by cheque, this information must be recorded on the envelope
and the worker must acknowledge receipt of payment by signing for it
14.9 If a worker’s employment is terminated, the employer must pay all monies owing to that
worker within one month of the termination of employment.
15 Deductions15.1 An employer may not deduct money from a worker’s payment unless the deduction is
required in terms of a law.
15.2 An employer must deduct and pay to the SA Revenue Services any income tax that the
worker is required to pay.
15.3 An employer who deducts money from a worker’s pay for payment to another person must
pay the money to that person within the time period and other requirements specified in the
agreement law, court order or arbitration award concerned.
15.4 An employer may not require or allow a worker to –
(a) Repay any payment except an overpayment previously made by the employer by mistake;
(b) State that the worker received a greater amount of money than the employer actually paid to
the worker; or
(c) Pay the employer or any other person for having been employed.
16 Health and Safety16.1 Employers must take all reasonable steps to ensure that the working environment is healthy
and safe.
16.2 A worker must –
(a) Work in a way that does not endanger his/her health and safety or that of any other person;
(b) Obey any health and safety instruction;
(c) Obey all health and safety rules of the SPWP;
(d) Use any personal protective equipment or clothing issued by the employer;
(e) Report any accident, near-miss incident or dangerous behaviour by another person to their
employer or manager.
17 Compensation for Injuries and Diseases17.1 It is the responsibility of the employers (other than a contractor) to arrange for all persons
employed on a SPWP to be covered in terms of the Compensation for Occupational Injuries and
Diseases Act, 130 of 1993.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.22
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
17.2 A worker must report any work-related injury or occupational disease to their employer or
manager.
17.3 The employer must report the accident or disease to the Compensation Commissioner.
17.4 An employer must pay a worker who is unable to work because of an injury caused by an
accident at work 75% of their earnings for up to three months. The employer will be refunded this
amount by the Compensation Commissioner. This does NOT apply to injuries caused by accidents
outside the workplace such as road accidents or accidents at home.
18 Termination18.1 The employer may terminate the employment of a worker for good cause after following a fair
procedure.
18.2 A worker will not receive severance pay on termination.
18.3 A worker is not required to give notice to terminate employment. However, a worker who
wishes to resign should advise the employer in advance to allow the employer to find a replacement.
18.4 A worker who is absent for more than three consecutive days without informing the employer
of an intention to return to work will have terminated the contract. However, the worker may be re-
engaged if a position becomes available for the balance of the 24-month period.
18.5 A worker who does not attend required training events, without good reason, will have
terminated the contract. However, the worker may be re-engaged if a position becomes available for
the balance of the 24-month period.
19 Certificate of Service19.1 On termination of employment, a worker is entitled to a certificate stating –
(a) The worker’s full name;
(b) The name and address of the employer;
(c) The SPWP on which the worker worked;
(d) The work performed by the worker;
(e) Any training received by the worker as part of the SPWP;
(f) The period for which the worker worked on the SPWP;
(g) Any other information agreed on by the employer and worker
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.23
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
MONTHLY REPORTING
CONTRACTOR MONTHLY REPORT
Project No: ……………….. Project Name: ………………………………...
Contract No: ………………
Contractor Name: ……………………………………………………………………
Claim No: …………………… For Period Ending: …………………………...
Date of Report: …………………………….
The Contractors Monthly Report comprises an integral part of theContractors Payment Claim and processing of the payment claim isnot permitted without this report also being submitted i.e. “NOREPORT – NO PAYMENT”.
Attachments:
Local Labour Schedule
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.24
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
LOCAL LABOUR AND MATERIAL SCHEDULE
Contract No ……………………… Date of Report: ……………………
Project No ………………………… Project Name: ……………………….
Claim No: ………………………… For Period Ending: …………………..
Contractor Name: ………………………………………………………………………...
1. Summary of Day Tasks worked and Amount Spent on Local Labour this month
Transfer to 2 in table below
2. Summary of Amount Spent on Local Labour to date1. Previous Amount Spent on Local Labour (From previous claim) R
2. Amount Spent on Local Labour this month (From total above) R
3. Total Amount Spent on Local Labour to date (3)=(1+2) R
Weekno.
Week EndingTotal Day Tasks/PersonDays Worked
Total Amount Paid
(Total of (A) From Form 4for each week)
(Total of (B) from Form 4 for eachweek)
1 R2 R3 R4 R5 R6 R7 R8 R
Total R
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.25
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
3. Local Labour ScheduleSummary of Local Labour Employed
Columns refer to Columns in Part 2
No of localworkers whoworked on theproject to date(From part 2)
% of Total
1. Total No. of Individual local workers who have worked on the Project(Column N)
100%
10. How many of the Total No. are local youth (35 yrs and under)(Column B&D)11. How many of the Total No. are Local women (Column A + B)
4. Summary of Amount Spent on Material to Date (Cumulative)Item This month Total to date
1. Material from Local Municipality
2. Material from Local District Municipality
3. Material from Outside the Eastern Cape
4. Material from other areas within the Eastern Cape
Total material
Total material as percentage of contractor expenditure
Total as percentage of contractor budget
5. Training of Local WorkersCategory of training Name of
courseNo. trained Days trained Comments on progress
(a) Technical trainingfor implementation
Bricklaying
Carpentry
Plumbing
Fencing
Plastering
(b) Institutionaltraining for localmanagement beyondconstruction
(c) Technical trainingfor OMM
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.26
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
(d) Institutionaltraining forimplementation
(e) HIV/AIDS etc.
Other – PleaseSpecify
Total
Completed by: ………………… ………..………………. ………..…………….… …..…..………………..
Name Signature Capacity Date
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.27
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
FORM C1.4 HEALTH AND SAFETY SPECIFICATION
THE OCCUPATIONAL HEALTH AND SAFETY ACT 1993
CONSTRUCTION REGULATIONS 2003
SECTION 1
1. INTRODUCTION
This document was construed in order to comply with the provisions of the OCCUPATIONALHEALTH AND SAFETY ACT NO 85 OF 1993.
Definitions of words are those described in the Act and the Construction Regulations of 2003.
This document formulates the specification of the Great Kei Local Municipality in terms of theabove act and forms part of the constitution of the organisation.
This document forms part of the employment contract of all employees and is as suchaccepted in writing by each employee. It also forms part of the agreement between the GreatKei Local Municipality and all service providers.
No clause in this document shall be amended in any contract document construed by agents,designers or anyone else except so ordered or sanctioned by the Great Kei LocalMunicipality in writing.
SCHEDULE1.1 Definitions
1. In these Policy any word or expression to which a meaning has been assigned in the Actshall have the meaning so assigned and, unless the context otherwise indicates
“Agent” means any person who acts as a representative for a client in the managing theoverall construction work.
“angle of repose” means the steepest angle of a surface at which a mass of loose orfragmented material will remain stationary in a pile on a surface, rather than sliding orcrumbling away;
“Batch plant” means machinery, appliances or other similar devices that areassembled in such a manner so as to be able to mix materials in bulk for thepurposes of using the mixed product for construction work;
“Client” means Great Kei Local Municipality;
“competent person” in relation to construction work, means any person having theknowledge, training and experience specific to the work or task being performed: Provided thatwhere appropriate qualifications and training are registered in terms of the provisions of theSouth African Qualifications Authority Act, 1995 (Act No. 58 of 1995), these qualifications andtraining shall be deemed to be the required qualifications and training;
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.28
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
“Construction work” means any work in connection with
(a) The erection, maintenance, alteration, renovation, repair, demolition or dismantling ofor addition to a building or any similar structure;
(b) The installation, erection, dismantling or maintenance of a fixed plant where suchwork includes the risk of a person falling;
(c) the construction, maintenance, demolition or dismantling of any bridge, dam, canal,road, railway, runway, sewer or water reticulation system or any similar civilengineering structure; or
(d) the moving of earth, clearing of land, the making of an excavation, piling, or anysimilar type of work;
“construction vehicle” means a vehicle used for means of conveyance fortransporting persons or material or both such persons and material, as the case maybe, both on and off the construction site for the purposes of performing constructionwork;
“Contractor” means an employer, as defined in section 1 of the Act, who performsconstruction work and includes principal contractors;
“Design” in relation to any structure includes drawings, calculations, design detailsand specifications;
“Designer” means any person who
(a) prepares a design;
(b) checks and approves a design;(c) arranges for any person at work under his control (including an employee of
his, where he is the employer) to prepare a design, as well as;
(d) Architects and engineers contributing to, or having overall responsibility forthe design;
(e) Build services engineers designing details for fixed plant;
(f) Surveyors specifying articles or drawing up specifications;
(g) Contractors carrying out design work as part of a design and build project;
(h) Temporary works engineer designing formwork and false work; and
(i) Interior designers, shop-fitters and landscape architects.
“ergonomics” means the application of scientific information concerning humans to thedesign of objects, systems and the environment for human use in order to optimisehuman well-being and overall system performance;
“Excavation work” means the making of any man-made cavity, trench, pit or depressionformed by cutting, digging or scooping;
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.29
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
“explosive powered tool” means a tool that is activated by an explosive charge and that isused for driving bolts, nails and similar objects for the purpose of providing fixing;
“fall prevention equipment” means equipment used to prevent persons from falling from anelevated position, including personal equipment, body harness, body belts, lanyards, lifelinesor physical equipment, guardrails, screens, barricades, anchorages or similar equipment;
“fall arrest equipment” means equipment used to arrest the person in a fall from an elevatedposition, including personal equipment, body harness, lanyards, deceleration devices, lifelinesor similar equipment, but excludes body belts;
“fall protection plan” means a documented plan, of all risks relating to working from anelevated position, considering the nature of work undertaken, and setting out the proceduresand methods to be applied in order to eliminate the risk;
“Hazard identification” means the identification and documenting of existing or expectedhazards to the health and safety of persons, which are normally associated with the type ofconstruction work being executed or to be executed;
“Health and safety file” means a file, or other record in permanent form, containing theinformation required as contemplated in these regulations;
“Health and safety plan” means a documented plan which addresses hazards identified andincludes safe work procedures to mitigate, reduce or control the hazards identified;
“Health and safety specification” means a documented specification of all health and safetyrequirements pertaining to the associated works on a construction site, so as to ensure thehealth and safety of persons;
“material hoist” means a hoist used to lower or raise material and equipment, andincludes cantilevered platform hoists, mobile hoists, friction drive hoists, scaffoldhoists, rack and pinion hoists and combination hoists;
“Medical certificate of fitness” means a certificate valid for one year issued by anoccupational health practitioner, issued in terms of these regulations, whom shall be registeredwith the Health Professions Council of South Africa;
“Method statement” means a written document detailing the key activities to be performed inorder to reduce as reasonably as practicable the hazards identified in any risk assessment;
“Mobile plant” means machinery, appliances or other similar devices that is able tomove independently, for the purpose of performing construction work on theconstruction site;
“National Building Regulations" means the National Building Regulations made undersection 17(1) of the National Building Regulations and Building Standards Act, 1977 (ActNo.103 of 1977), and published under Government Notice No. R.1081 of 10 June 1988, asamended;
“Person day” means one individual carrying out construction work on a construction site forone normal working shift;
“principal contractor” means an employer, as defined in section 1 of the Act who performsconstruction work and is appointed by the client to be in overall control and management of apart of or the whole of a construction site;
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.30
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
“professional engineer or professional certificated engineer” means any person holdingregistration as either a Professional Engineer or Professional Certificated Engineer under theEngineering Profession Act, 2000 (Act No. 46 of 2000);
“Professional technologist” means any person holding registration as a ProfessionalTechnologist under the Engineering Profession Act, 2000 (Act No. 46 of 2000);
“Provincial director” means the provincial director as defined in regulation 1 of the GeneralAdministrative Regulations under the Act;
“risk assessment” means a programme to determine any risk associated with any hazard at aconstruction site , in order to identify the steps needed to be taken to remove, reduce or controlsuch hazard;
“Roof apex height” means the dimensional height in metres measured from the lowest groundlevel abutting any part of a building to the highest point of the roof;
“SABS 085” means the South African Bureau of Standards’ Code of Practiceentitled “The Design, Erection, Use and Inspection of Access Scaffolding”;
“SABS 0400” means the South African Bureau of Standards, Code of Practice forthe application of the National Building Regulations;
“SABS EN 1808” means the South African Bureau of Standards’ StandardSpecification entitled: “Safety requirements on suspended access equipment –Design calculations, stability criteria, construction-tests”;
“SABS 1903” means the South African Bureau of Standards’ Standard Front-endSpecification entitled: “Safety requirements on suspended access equipment –Design calculations, stability criteria, construction-tests”;
"Scaffold" means any temporary elevated platform and supporting structure used for providingaccess to and supporting workmen or materials or both;
“shoring” means a structure such as a hydraulic, mechanical or timber/steel shoring systemthat supports the sides of an excavation and which is intended to prevent the cave-in or thecollapse of the sides of an excavation, and “shoring system” has a corresponding meaning;
“Structure” means
(a) any building, steel or reinforced concrete structure (not being a building), railway lineor siding, bridge, waterworks, reservoir, pipe or pipeline, cable, sewer, sewage works,fixed vessels, road, drainage works, earthworks, dam, wall, mast, tower, tower crane,batching plants, pylon, surface and underground tanks, earth retaining structure orany structure designed to preserve or alter any natural feature, and any other similarstructure;
(b) any formwork, false work, scaffold or other structure designed or used to providesupport or means of access during construction work; or
(c) any fixed plant in respect of work which includes the installation, commissioning,decommissioning or dismantling and where any such work involves a risk of a person fallingtwo metres or more;
“Suspended platform” means a working platform suspended from supports by means of oneor more separate ropes from each support;
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.31
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
“The Act” means the Occupational Health and Safety Act, 1993 (Act No. 85 of 1993);
“Tunnelling” means the construction of any tunnel beneath the natural surface of the earthfor a purpose other than the searching for or winning of a mineral
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.32
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
SECTION 2: DESIGNERS
1. All wording shall have the meaning as defined by the H&S Regulations 2003.
2. This specification is in terms of the H&S act 1993 and the regulations of 2003.
3. All work performed and procedures followed by designers shall be done according to the H&Sregulations of 2003.
4. The client is aware of the fact that the appointment of a designer does not implicate that thedesigner becomes the agent of the client for the particular project. The appointment of anagent is done separately in writing and should be accepted by the designer as such.
5. The client is ultimately responsible for all safety issues regarding the project for which adesigner is appointed and cannot contract out of his obligations in terms of the law.
6. The client shall not employ a designer should he have reasonable doubts that the designer isnot able to execute work in a safe manner.
7. All designers shall have adequate insurance cover to indemnify the client for their acts andomissions in terms of professional conduct the H&S act in particular to indemnify the clientagainst penalties imposed for acts or omissions. The client is aware of the fact that additionalinsurance over and above PI insurance is necessary to have himself indemnified by thedesigners for acts and omissions in terms of the H&S regulations. The professional indemnityinsurance has a “negligent acts and omissions” wording only and therefore additionalinsurance is necessary to cover the client against penalties imposed in terms of theregulations.
8. Designers shall not accept work from the client if they are not capable of executing such workprofessionally and if such work cannot be executed in a safe manner, according to theprovisions of the H&S regulations.
9. Designers shall execute all designs in terms of the relevant SABS and other acceptablecodes and procedures and shall place great emphasis on safety issues including themaintenance procedures after inaugurations of such systems or projects.
10. Ergonomic parameters shall have high priority in all designs.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.33
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
SECTION 3: PRINCIPAL CONTRACTORS (P C)
1. All work by the P C shall be done in compliance with the provisions of the H&Sregulations.
2. The Employer recognises the right of each employee to work safely in a healthyenvironment under decent human conditions. Each employee has the right to returnhome safely and healthy to his home and family after each day’s work.
3. Work shall not be done at the expense of human safety or health.
4. Work shall be executed under humane conditions, especially with reference to hoursand H&S issues in mind.
5. The P C shall appoint a fulltime H&S Manager should he have more than 50employees on site.
6. The PC shall conduct monthly safety meetings on site. All foremen, gang leadersand other employees shall participate and all incidents with relation to unsafepractices shall be discussed. Minutes of such meetings shall be kept in the H&S file.
7. Foremen and gang leaders shall, under the supervision of the H&S manager, conductmeetings with all staff and people under their direct supervision on a frequent basis.Minutes of such meetings shall be kept in the H&S file.
8. New personnel (temporary or full time employees) shall attend safety inductioncourses under the supervision of the H&S manager.
9. The P C shall install and maintain a box in which proposals for improvement of H&Sprocedures could be placed. All such proposals shall be considered, recorded andplaced in the H&S file.
10. An adequate first aid facility shall be placed maintained on site and shall beadequately indicated by means of signs. All personnel shall be made aware of itsexistence and only trained first aid assistants shall be authorized to treat injuries.
11. The P C shall see that work is only executed by people trained for the particular task.
12. All safety equipment shall be SABS approved and under no circumstance shall anysafety equipment be non-certified homemade equipment. Specifications and orderdetails shall be kept in the H&S file.
13. Workers and personnel shall be attending safety courses on a regular basis and allinformation regarding such training shall be kept in the H&S file.
14. All employees shall be trained in safe working procedures and shall be trained onsafety consciousness in particular. Employees in position of leadership shall betrained through accredited training processes in H&S matters.
15. The contractor shall prepare and maintain a safety plan for the particular project andshall train his personnel to work according to such plan.
16. Personnel and workers will be made aware of any natural hazards existing on site.They will also be made aware of items defined by the designer in his riskassessment.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.34
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
17. No horseplay between employees will be tolerated on site. Neither will aggressive orthreatening behaviour by anybody be allowed.
18. Workers shall wear appropriate protective clothing for the applicable task which shall includespecial safety equipment like protective eyewear, gloves, boots, ear protection, etc. Workersshall be issued with these items and copy of such issuing shall be kept in the H&S file.
19. Workers shall not be allowed to wear loose clothes and footwear.
20. Workers shall have the opportunity and right to prescribed rest, eating and toilet breaks.
21. Workers on nightshift shall be protected against inclement weather and shall have access toadequate food and drinks.
22. In cases where work is executed in remote or in security restricted areas, the P C will makeprovision for food to be supplied to his employees.
23. Potable water shall be made available free of charge to all workers on site.
24. Adequate toilet and washing facilities shall be made available to workers.
25. In the event of chemicals being present or used on site, the P C will allow for adequate showerfacilities on site. All chemicals shall be stored according to specification and shall be clearlyidentified and marked in prescribed containers.
26. Workers under instruction to execute inherently unsafe procedures shall report such incidencesto the H&S manager, designer of client immediately.
27. Unauthorised or unlawful instructions from foremen, gang leaders or colleagues shall bereported by the H&S manager immediately.
28. The P C shall stop his contractors if they work unsafely.
29. All specialist work shall be executed by registered artisans only.
30. Workers shall not be required to lift equipment or material heavier than 25kg or carry a load ofmore than 50 kg for more than 10 metres.
31. Workers shall not be exposed to conditions of heat where the temperature is above 40° Celsiusand the humidity more than 75%. Likewise will personnel not be exposed to temperatures lowerthan –5° Celsius? Should the designer and the P C decide that the work is urgent; workers willbe issued with proper protective clothing.
32. All workers shall have access to a shaded eating and resting place on site.
33. Workers executing tasks in rivers, trenches and other natural or artificial water ways shall bemade aware of the hazard of flash floods and special precautions shall be made by the P C toimplement an effective flood warning system.
34. Workers executing tasks in manholes for sewer or stormwater systems, shall be made aware ofthe existence of hazardous gasses in closed areas and shall be issued with gas masks in anyevent, even after tests conducted by the H&S manager has proven that no gasses are existent.Only specialists shall work in gas filled chambers.
35. Personnel executing work during rainy weather or under other wet conditions shall be equippedwith proper gumboots and proper rain suits.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.35
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
36. No personnel will be allowed to work in water unless gumboots are worn. Should the water bedeeper than 300mm watertight suits shall be worn.
37. All ladders shall be fixed against scaffolding or other permanent structures.
38. Welding on site shall only be done by trained personnel behind adequate eye protecting shieldsand all welders shall wear proper protective gear.
39. Personnel operating grinders, saws or any other hand tools of similar description shall beequipped with the necessary eyewear and ear protection.
40. All personnel working under potentially dusty conditions shall wear nose and mouth filters.
41. Workers operating rock drilling equipment shall wear ear, nose and eye protection.
42. All scaffolding will comply with the H&S regulations.
43. Blasting will be done by specialists under the regulations of the Explosives Act.
44. Workers shall wear protective clothing when exposed to chemicals like cement, lime,detergents, tar, fumes, etc. Should work be executed in the presence of such material,adequate protective clothing and equipment shall be issued after permission is granted by theH&S manager.
45. Workers will not be allowed to make open fires on any part of the site unless it is made indesignated areas approved by the H&S manager.
46. Fuel storage will only be allowed on certified areas on site.
47. Workers and other personnel will be trained for fire procedures and will practise such fire drill ona regular basis.
48. Assembly areas for emergency evacuations will be indicated by adequate signage.
49. The P C will have an attendance register for the purposes of identifying people before, duringand after potential hazardous situations.
50. All transport supplied by the P C shall be on road worthy vehicles only and all transport shall beconducted in terms of the transport act.
51. Drivers of vehicles shall be responsible for the roadworthiness of vehicles and will report anydysfunctional vehicles to the P C.
52. All drivers will be responsible to handle vehicles in such a way to comply with the transport act.
53. Passengers of vehicles shall report any unsafe conduct to the P C immediately. Such reportshall be forwarded to the H&S manager and shall be investigated. Copy of such procedureshall be entered into the H&S file.
54. Only trained personnel shall be permitted and required to operate construction machinery. Allsuch machinery shall be maintained in a safe working condition.
55. All vehicles operating on site shall have audible warning signals if driven backwards.
56. No vehicle shall be kept on site if it is leaking oil or other substances.
57. No vehicle or equipment shall be operated on site if it produces noise above 90 decibelmeasured within a distance of 10,0 m from the unit.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.36
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
58. Equipment producing serious dusty conditions shall only be operated under the supervision ofthe P C and the H&S manager with the necessary protection to workers.
59. All excavations on site shall be adequately protected and not only indicated.
60. Exploratory excavation to reveal services shall be done in a specific way.
All areas to be explored shall first be inspected by the landowner or local authority.Position of services identified shall then be verified by opening by hand, not by machine.Particular care shall be taken not to damage these services.Electrical services are inherently dangerous and shall be opened by skilled people only.These excavations shall not be left open without supervision. If necessary the excavation shallbe backfilled temporarily with approved material until the specified modifications to the servicescan be made.
61. Access to excavations shall only be by means of ladders or stairs with handrails.
62. All refuse, unsafe material, potential hazardous material and rubbish shall be placed indesignated areas to be removed on a regular basis.
63. Rainwater shall be contained in trenches or pipes in such a way that it will not causecontamination of material in these refuse areas.
64. All electrical sources or cables or overhead power lines should be regarded as live at all timesand all workers on site shall be made aware of its existence during H&S meetings and as manytimes as necessary.
65. Adequate signage shall be used on site to indicate Non-smoking areas on site Safety exits / Emergency exits from buildings under construction Stairs (temporary and permanent works) Toilets Firefighting equipment Workmen busy with equipment overhead Fire assembly points Fire escapes Areas where members of the public are not allowed. First aid room
66. All visitors to the site shall be granted permission to the site only upon application through apredetermined procedure and records of these visitors shall be kept in the H&S file. Visitorsshall attend safety induction training before entering the site. Areas out of bounds to all visitorsshall be indicated clearly by means of adequate signs.
67. Work performed in public servitudes like the construction of streets or roads shall be doneaccording to the specifications of the local or national authority and adequate signage shall beimplemented.
68. People complaining about their health or people displaying symptoms of illness or disease, shallbe allowed to go to the first aid facility or to visit a doctor or a clinic. Permission shall not bewithheld unreasonably. In remote areas the P C is required to have reasonable ways oftransporting people to a doctor or clinic whether the person is ill or injured on site.
69. Personnel must be informed about the location of the nearest doctor or clinic for casualtypurposes and the P C shall provide such transport for injured workers and injured membersof the public (within the limits of the site) free of charge.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.37
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
70 A principal contractor who intends to carry out any construction work shall
(a) before carrying out that work, notify the provincial director in writing of theconstruction work if it includes
(i) The demolition of a structure exceeding a height of 3 metres; or
(ii) The use of explosives to perform construction work; or
(iii) The dismantling of fixed plant at a height greater than 3m.
(b) before carrying out that work, notify the provincial director in writing when theconstruction work
(i) Exceeds 30 days or will involve more than 300 person days of constructionwork; and
(ii) Includes excavation work deeper than 1m; or
(iii) Includes working at a height greater than 3 metres above ground or a landing.
(2) The notification to the provincial director must be done on the form similar to Annexure Ato this Policy.
(3)A principal contractor shall ensure that a copy of the completed form is kepton site for inspection by an inspector, client, client’s agent or employee.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.38
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
SECTION 4: CLIENT
(1) A client shall be responsible for the following in order to ensure compliance with the provisions ofthe Act
(a) to prepare a documented health and safety specification for the construction work,and provide any principal contractor who is making a bid or appointed to performconstruction work for the client with the same;
(b) To promptly provide the principal contractor and his or her agent with any informationwhich might affect the health and safety of any person at work carrying outconstruction work;
(c) To appoint each principal contractor in writing for the project or part thereof on aconstruction site;
(d) To take reasonable steps to ensure that each principal contractor’s health and safetyplan is implemented and maintained on the construction site: Provided that the stepstaken, shall include periodic audits at intervals mutually agreed upon between theclient and principal contractor, but at least once every month;
(e) to stop any contractor from executing construction work which is not in accordancewith the principal contractor’s health and safety plan for the site or which poses to bea threat to the health and safety of persons;
(f) to ensure that where changes are brought about, sufficient health and safetyinformation and appropriate resources are made available to the principal contractorto execute the work safely;
(g) to ensure that every principal contractor is registered and in good standing with thecompensation fund or with a licensed compensation insurer prior to work commencingon site; and
(h) To ensure that potential principal contractors submitting tenders, have made provisionfor the cost of health and safety measures during the construction process.
(2) A client shall discuss and negotiate with the principal contractor the contents of the health andsafety plan and thereafter finally approve the health and safety plan for implementation.
(3) A client shall ensure that a copy of the principal contractor’s health and safety plan isavailable on request to an employee, inspector or contractor.
(4) Great Kei Local Municipality shall not appoint a principal contractor to perform constructionwork, unless Great Kei Local Municipality is reasonably satisfied that the principal contractorthat he or she intends to appoint has the necessary competencies andresources to carry out the work safely.
(5) A client may appoint an agent in writing to act as his or her representative and wheresuch an appointment is made, the responsibilities as are imposed by theseregulations upon a client, shall as far as reasonably practicable apply to the person soappointed.
(6) No client shall appoint any person as his agent, unless the client is reasonablysatisfied that the person he or she intends to appoint has the necessarycompetencies and resources to perform the duties imposed on a client by theseregulations.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.39
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
ANNEXURE A
OCCUPATIONAL HEALTH AND SAFETY ACT, 1993Regulation 3 of the Construction Regulations, 2003
NOTIFICATION OF CONSTRUCTION WORK
1.(a) Name and postal address of principal contractor: ___________________________________
(b) Name and tel. no of principal contractor’s contact person: ____________________________
2. Principal contractor’s compensation registration number: ___________________________
3.(a) Name and postal address of client: _____________________________________________
(b) Name and tel no of client’s contact person or agent: ________________________________
4.(a) Name and postal address of designer(s) for the project: ____________________________
(b) Name and tel. no of designer(s) contact person: ___________________________________
5. Name and telephone number of principal contractor’s construction supervisor on site appointed
in terms of regulation 6.(1). __________________________________________________
6. Name/s of principal contractor’s sub-ordinate supervisors on site appointed in terms of regulation
6.(2). ______________________________________________________
7. Exact physical address of the construction site or site office: ___________________________
8. Nature of the construction work:
______________________________________________________________
______________________________________________________________
______________________________________________________________
9. Expected commencement date: _______________________
10. Expected completion date: ___________________________
11. Estimated maximum number of persons on the construction site.
_____________________
12. Planned number of contractors on the construction site accountable to principal contractor:
______________________
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data
C1.40
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
13. Name(s) of contractors already chosen.
________________________________________________________________
________________________________________________________________
________________________________________________________________
______
Principal Contractor Date
______
Client Date
THIS DOCUMENT IS TO BE FORWARDED TO THE OFFICE OF THEDEPARTMENT OF LABOUR PRIOR TO COMMENCEMENT OF WORK ONSITE.
ALL PRINCIPAL CONTRACTORS THAT QUALIFY TO NOTIFY MUST DOSO EVEN IF ANOTHER PRINCIPAL CONTRACTOR ON THE SAME SITEHAD DONE SO PRIOR TO THE COMMENCEMENT OF WORK.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2 Pricing Data
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C2.1
SAKHISIZWE LOCAL MUNICIPALITY
PROJECT: R/EC/6367/09/09
CONSTRUCTION OF MANZANA ACCESS ROADS
C2 PRICING DATA
C2.1 Pricing Instructions
C2.2 Bill of Quantities
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.1 Pricing Instructions
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C2.1.1
SAKHISIZWE LOCAL MUNICIPALITY
PROJECT: R/EC/6367/09/09
CONSTRUCTION OF MANZANA ACCESS ROADS
FORM C2.1 PRICING INSTRUCTIONS
C2.1 Pricing Instructions
1. Measurement and payment shall be in accordance with the relevant provisions of the StandardSpecifications for Road and Bridge Works for State Road Authorities (1998 Edition) issued byCommittee of Land Transport Officials (COLTO), South Africa.
2. For the purposes of this schedule of quantities, the following words shall have the meanings herebyassigned to them:
Unit: The unit of measurement for each item of works as defined in the specifications.
Quantity: The number of units of work for each item.
Rate: The payment per unit of measurement at which the bidder bids to do the work.
Amount: The product of the quantity and the rate bided for an item.
Lump sum: An amount bided for an item, the extent of which is described in the schedule ofquantities, the specifications or elsewhere but the quantity of work of which is not measured inany units.
3. This schedule of quantities forms an integral part of the contract documents.
4. The quantities set out in the schedule of quantities are approximate quantities only. The quantities ofwork finally accepted and certified for payment, and not the quantities given in the schedule ofquantities, shall be used for determining payment to the contractor.
The validity of the contract shall in no way be affected by differences between the quantities in the schedule ofquantities and the quantities finally certified for payment. Works shall be valued at the rates or lump sums bided,subject only to the provisions for the general conditions of contract, paragraphs 11 and 12 of this preamble, andsub-clause 1209(a) of the standard specifications.
5. Rates and lump sums shall be comprehensive in accordance with sub-clause 1209(b) of the standardspecifications. Full compensation for completing and maintaining, during the maintenance period, all thework shown on the drawings and specified in the specifications, and for all the risks, obligations andresponsibilities specified in the general conditions of contract, special conditions of contract andspecifications shall be considered as provided for collectively in the items of payment given in theschedule of quantities, except in so far as the quantities given in the schedule of quantities are onlyapproximate.
6. The bidder shall fill in a rate or a lump sum for each item where provision has been made for it, evenwhere no quantities are given.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.1 Pricing Instructions
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C2.1.2
A bid may be rejected if the bidder has not filled in a rate or a lump sum against each item and if the bidder failsto furnish the rates or lump sums for such items within seven (7) days of having been notified in writing by theemployer to do so.
The bidder shall fill in a rate against all items where the words "rate only" appears in the amount column.
The provisions of sub-clause 1209(f) of the standard specifications shall apply to rate-only items.Bidders shall also note the provisions of paragraph 12 of this preamble.
The bidder may not group a number of items together and bid one lump sum for such group of items.The bidder also may not indicate against any item that full compensation for such item has been included inanother item.The bidded lump sums and rate shall be valid irrespective of any change in the quantities during the execution ofthe contract.
7. The works as executed will be measured for payment in accordance with the methods described in thecontract documents under the various payment items, notwithstanding any custom to the contrary.Attention is directed to the provisions of clause 1220 of the standard specifications regarding themeasurement of quantities for payment. Except where otherwise specified as in clause 1220, the netmeasurement or mass of the finished work in place shall be taken for payment but excluding anyvolume or mass of work in excess of that ordered.
8. The amount of work or the quantities of material stated in the schedule of quantities shall not beconsidered as restricting or extending the amount of work to be done or quantity of material to besupplied by the contractor.
9. The stating of quantities of material or amount of work in the schedule of quantities shall not beregarded as authorization for the contractor to order material or to execute work. The contractor shallobtain the engineer's detailed instructions for all work before ordering any materials for or executingwork or making arrangements in this regard.
10. The short descriptions of the payment items given in the schedule of quantities are only for the purposesof identifying the items and providing specific details. Reference shall be made, inter alia, to thedrawings, standard specifications, project specifications, general conditions of contract and specialconditions of contract for more detailed information regarding the extent of the work entailed under eachitem.
11. Reference shall be made to clause 6.6 of the general conditions of contract regarding provisional sumsand prime cost sums.
12. Subject to the conditions stated in paragraph 12 below, the rates and lump sums filled in by the bidder inthe schedule of quantities shall be final and binding and may not be adjusted should there be anymistakes in the extensions thereof. Should there be any discrepancies between the correctly extendedtotalled schedule of quantities and the bid sum, the rates will be regarded as being correct, and theemployer shall have the right to make such adjustments to the bid sum as he may deem necessary inorder to reconcile the total of the schedule of quantities with the bid sum. In such an event the contractorwill be consulted but failing agreement between the parties, the decision of the employer shall be finaland binding. Such adjustment of the bid sum shall take place only after acceptance of the bid, but priorto the signing of the contract. In their own interest bidders should make double sure of the correctnessof their bidded rates, the extensions and the bid sum.
13. A bid may be rejected if the unit rates or lump sums for some of the items in the schedule of quantitiesare, in the opinion of the employer, unreasonable or out of proportion, and the bidder fails, within aperiod of seven (7) days of having been notified in writing by the employer to adjust the unit rates orlump sums for such items, to make such adjustments.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.1 Pricing Instructions
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C2.1.3
14. The units of measurement indicated in the schedule of quantities are metric units. The followingabbreviations are used in the schedule of quantities:
Mm = millimetre h = hourM = metre kg = kilogramKm = kilometre t = ton (1000 kg)m² = square metre No. = numberm².pass = square metre-pass sum = lump sumHa = hectare MN = meganewtonm³ = cubic metre MN.m = meganewton-metrem³.km = cubic metre-kilometre P C sum = Prime Cost suml = litre Prov sum = Provisional sumKl = kilolitre % = per centMpa = megapascal kW = kilowatt
15. All rates and sums of money quoted in the schedule of quantities shall be in South African Rands andwhole cents. Fractions of a cent shall be discarded.
16. The item numbers appearing in the schedule of quantities refer to the corresponding item numbers inthe standard specifications. Item numbers prefixed by the letter B refer to payment items describedunder part B of the project specifications; those prefixed by C refer to part C, etc for further parts of theproject specifications.
Item numbers in schedule B of the schedule of quantities are in addition, preceded by the schedule number ofeach separate part of schedule B of the schedule of quantities, eg payment item 62.02 described in the standardspecifications (clause 6210), when used in part 3 of the schedule B of the schedule of quantities, would benumbered 3/62.02, and if this payment item had been amended in part B of the project specifications, thepayment item would be indicated as 3/B62.02.
NB: BIDERS MUST COMPLETE THE SCHEDULE OF QUANTITIES IN BLACK INK
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.2 Bill of Quantities
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C2.2.1
SAKHISIZWE LOCAL MUNICIPALITY
PROJECT: R/EC/6367/09/09
CONSTRUCTION OF MANZANA ACCESS ROADS
FORM C2.2 BILL OF QUANTITIES
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.2 Bill of Quantities
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C2.2.1
SAKHISIZWE LOCAL MUNICIPALITY
PROJECT: R/EC/6367/09/09
CONSTRUCTION OF MANZANA ACCESS ROADS
FORM C2.2 BILL OF QUANTITIES
C2.2 BILL OF QUANTIESCONTENTS
Section 1200 : General Requirements and ProvisionsSection 1300 : Contractors Establishment on Site and General ObligationsSection 1500 : Accommodation of TrafficSection 1600 : OverhaulSection 1700 : Clearing and GrubbingSection 2100 : DrainsSection 2200 : Prefabricated CulvertsSection 2300 : Concrete Kerbing, Concrete Channelling, Chutes and Downpipes, and Concrete Linings
for Open GrainsSection 3100 : Borrow MaterialsSection 3200 : Selection, Stockpiling and Break-down the Material from Borrow Pits, Cuttings and
Existing Pavement Layers, and Placing and Compacting the Gravel LayersSection 3300 : Mass EarthworksSection 3400 : Pavement Layers of Gravel MaterialSection 5100 : Pitching, Stonework and Protection against ErosionSection 5200 : GabionsSection 5600 : Road SignsSection 5900 : Finishing the Road and the Road Reserve and Treating Old RoadsSection 8100 : Testing
C2.3 SUMMARY
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.2 Bill of Quantities
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C2.2.1
SQ1 PREAMBLE TO SCHEDULE OF QUANTITIES
SQ1.1 General
SQ1.1.1 The General Conditions of Contract, the Special Conditions of Contract, the Specifications (includingthe Project Specification), and the Drawings are to be read in conjunction with the Schedule ofQuantities.
SQ1.1.2 (a)The Schedule comprises items covering the Contractor’s profit and costsof general liabilities and of the construction of temporary and permanent works.
(b) The Tenderer is at liberty to insert a rate of his own choosing for each item in the Schedule and his attention isdrawn to the fact that the Contractor has the right, under various circumstances, to payment foradditional works carried out and that the Engineer is obliged to base his assessment of the rates tobe paid for such additional work on the rates inserted in the schedules by the Contractor.
(c) Clause 8 of each standardized specification and the measurement and payment clause of each particularspecification, read together with the relevant clauses of the Project Specification, set out whatancillary or associated activities are included in the rates for the operations specified.
SQ1.1.3 Descriptions in the schedule of quantities are abbreviated and the schedule has been drawn upgenerally in accordance with the latest issue of Civil Engineering Quantities*. Should any requirementof the measurement and payment clause of the applicable standardised specifications, or the ProjectSpecification, or the particular specifications, conflict with the terms of the schedule or, whenrelevant, Civil Engineering Quantities*, the requirements of the standard project, or particularspecification, as applicable, shall prevail.
SQ1.1.4 Unless otherwise stated, items are measured net in accordance with the Drawings, and no allowancehas been made for waste.
SQ1.1.5 The prices and rates to be inserted in the Schedule of Quantities are to be the full inclusive prices tothe Employer, excluding VAT, for the work described under the several items. Such prices shallcover all costs and expenses that may be required in and for the construction of the work described,and shall cover the cost of all general risks, liabilities, and obligations set forth or implied in thedocuments on which the tender is based.
SQ1.1.6 A price or rate is to be entered against each item in the Schedule of Quantities, whether the quantitiesare stated or not. An item against which no price is entered will be considered to be covered by theother prices or rates in the schedule.
SQ1.1.7 The Tenderer shall price each item in the Schedule of Quantities in ink (preferably black).
SQ 2 TENDERED SUM
The Tenderer shall base his tendered rates and prices in the Schedule of Quantities on fulfilling andcomplying with all the requirements of the Tender Document. The Tender Sum stated in the Tendershall be computed from these rates and prices.
SQ 3 VALUE-ADDED TAX
All prices shall be quoted in the currency of the Republic of South Africa. The tendered rates shallexclude Value-Added Tax, but shall include all District Council levies and all other taxes and duties.
Provision has been made on the summary page of the Schedule of Quantities for the addition ofVAT.
SQ 4 ACCURACY OF QUANTITIES STATED IN THE SCHEDULE
The numerical quantity stated against each item in the Schedule is approximate and does notnecessarily represent the actual amount of work to be done. The Contractor is not to place his ordersfor material based solely on these quantities.
SECTION 1200
Item Description Unit Quantity Rate Amount
1200 GENERAL REQUIREMENTS AND PROVISIONS
B12.01 Excavation
(a) 0m to 2m
(i) soft material m³ 20
(ii) hard material m³ 4
(b)
(i) soft material m³ 5
(ii) hard material m³ 1
B12.02 Backfilling
(a) Using the excavated material m³ 16
(b) Using imported selected material m³ 4
B12.03(a)
Prov sum 1 1 000,00R 1 000,00R
(b)
% 1 000,00R
B12.04 Provision for a Community Liaison Officer
(a)
Prov sum 1 23 200,00R 23 200,00R
(b) Handling costs and profit in respect of sub-item B12.04 (a) % 23 200,00R
E12.05 Provision for training
(a) Generic skills Prov sum 1 20 000,00R 20 000,00R
(b) Entrepreneurial skills Prov sum 20 000,00R 10,00 200 000,00R
(c)
% 220 000,00R
(d) Training venue (only if required) L. Sum 1 3 000,00R 3 000,00R
E12.06 PROVISSIONAL SUM STATED BY THE ENGINEERS
a) Engineering Technician Prov sum 1 80 000,00R 80 000,00R
b) Health and Safety Agent Prov sum 1 40 000,00R 40 000,00R
c) Enviromental Prov sum 1 40 000,00R 40 000,00R
% 160 000,00R
Manzana Internal Streets
Sakhisizwe Local Municipality
Handling costs and profit in respect of sub-item E12.05(a)
and (b) above
d) Handling costs and profit in respect of sub-item (a),(b)
and (c) above
SECTION 1200 TOTAL CARRIED TO SUMMARY
Excavating material within the following depth ranges
below ground level for the exposing of/or searching for
services:
Extra over item B12.01(a) for excavation by means of
hand tools such as picks, crowbars and pneumatic tools
or mechanical breakers in close vicinity of services where
no machine excavation is permitted:
Allow a provisional sum for existing services to be
relocated and/or protected as ordered by the engineer
Handling costs and profit in respect of sub-item B12.03(a)
above
Provisional sum for the payment of the Community
Liaison Officer and PSC Members
SECTION 1300
Item Unit Quantity Rate Amount
13.00
13,01
(a) Lump Sum 1
(b) Valued-related obligations Lump Sum 1
(c) Time-related obligation Month 4
B.13.02 Occupational Health & Safety
(a) Preparation of Health & Safety Plan Lump Sum 1
(b) Lump Sum 1
(c) Health & safety induction training of employees Lump Sum 1
(d)
B.13.03 Supply and erect one contract nameboard Lump Sum 1
R
The contractor's general obligations
4
Compilation of a Risk Assessment prior to
commencement of Construction.
Compilation and keeping up with date the Health &
Safety file which shall include all documentation
required in terms of the Act. Implementation of the
health and Safety plan over the entire construction
Month
Carried forward to summary of bill of quantities
CONTRACTOR'S ESTABLISHMENT ON SITE AND
GENERAL OBLIGATIONS
Sakhisizwe Local Municipality
Manzana Internal Streets
Fixed obligations
Description
SECTION 1500
Item Unit Quantity Rate Amount
15.00
15,01
15,03 Temporary traffic-control facilities
a) man-days 20
b) No 4
e) No 4
f) No 4
d) No 4
h) No 4
ii) No 4
i) No 4
j) No 20
RCarried forward to summary of bill of quantities
Mounted back-to-back
Amber flicker lights for use by the Engineer
and his staff
Delineators (DTG50J) (600mm high )x 200mm wide:
Moveable barricade/road sign combination (6m wide)
Flagmen
Traffic cones (750mm high)
Road signs and TW- series (600mm)
Portable STOP and GO-RY signs
Sakhisizwe Local Municipality
Manzana Internal Streets
Road signs R- and TR- series (600mm)
Accommodating traffic and maintaning temporary
deviations
Description
ACCOMODATION OF TRAFFIC
SECTION 1600
Item Unit Quantity Rate Amount
16.00
16,01
m³ 4050
16,02
m³-km 12600
R
OVERHAUL
Overhaul on material halued in excess of 1 km
(ordinary overhaul)
Sakhisizwe Local Municipality
Manzana Internal Streets
Overhaul on material hauled in excess of 0.5 km,
for haul of up to or through 1 km (restricted
overhaul)
Description
Carried forward to summary of bill of quantities
SECTION 1700
Item Unit Quantity Rate Amount
17.00
17,01 ha 3,15
17,02
(a) No -
(b) No -
17,04
m² -
17,05
(a)
m³ -
R
Clearing out of hydraulic structures
Carried forward to summary of bill of quantities
Clearing and grubbing
Clearing and grubbing at inlets and outlets of
hydraulic structures
Removal and grubbing of large trees and tree
stumps
Girth exceeding 1 m up to 2 m
Pipes with an internal diameter up to and including
750 mm
Girth exceeding 2 m up to 3 m
Sakhisizwe Local Municipality
Manzana Internal Streets
Description
CLEARING AND GRUBBING
SECTION 2100
Item Unit Quantity Rate Amount
21.00
21,01
(a) Excavating soft material situated within the following
(i) m³ 810
21,02 m³ 0
RCarried forward to summary of bill of quantities
Clearing and shaping of existing open drains
Excavation for open drains:
DRAINS
depth ranges below the surface level:
0 m up to 1.5 m
Sakhisizwe Local Municipality
Manzana Internal Streets
Description
SECTION 2200
Item Unit Quantity Rate Amount
22.00
22,01
(a)
(i) m³ 197,64
(ii) m³ 35,14
(b)
m³ 24,00
22,02
a) m³ 89,60
b) using imported material m³ 14,00
22,03
(a)
i) m 0,00
ii) m 109,80
iii) m 14,64
22,05
(a)
(i) m Rate Only
(b)
(i) m 48,80
22,06
(a) m Rate Only
(b) m Rate Only
22,07
(b)
(i) m³
R
1500 mm x 1500 mm Class 100S
Concrete pipe culverts
Class 40/19
Total Carried forward
Description
Excavating soft material situated within the following
PREFABRICATED CULVERTS
600mm diameter Class 75D
Portal and rectangular culverts:
900mm diameter Class 75D
exceeding 1.5 m and up to 3.0 m
450 mm diameter Class 75D
Portal and rectangular culverts
0 m up to 1.5 m
Excavation
depth ranges below the surface level:
using the excavated material
Concrete pipe culverts
Backfilling
Extra over subitem 22.01(a) for excavation in hard
1500 mm x 1500 mm Class 100S
In floor slabs for portal or rectangular culverts, including and
Class U2 surface finish
Without prefabricated floor slabs
Cast insitu concrete and formwork
Extra-over items 22.03 and 22.04 for the construction of
inclined culverts
Sakhisizwe Local Municipality
Manzana Internal Streets
Complete with prefabricated floor slabs
material, irrespective of depth
On Class C bedding:
SECTION 2200
Item Unit Quantity Rate Amount
22,10
(a) ton 0,04
(b) ton 0,58
(b) ton 0,98
(c) ton 3,07
(b) ton 0,93
(c) m2
121,92
22,11 kg 150,00
22,17
b)
ii) No 20,00
iii) No 4,00
RCarried forward to summary of bill of quantities
Total brought forward
Sakhisizwe Local Municipality
High tensile steel bars Y20
Manholes, catchpits, inlet and outlet structures complete
Catchpits, construction complete
Steel reinforcement
1,5 m to 2,0 m deep
1,0 m to 1,5 m deep
Dowels for old and new concrete
Welded steel fabric (Ref 256)
High tensile steel bars Y12
High tensile steel bars Y16
High tensile steel bars Y10
Mild steel bars R12
Description
Manzana Internal Streets
SECTION 2300
Item Unit Quantity Rate Amount
23.00
23,16
a) m3
24,75
RCarried forward to summary of bill of quantities
Description
Concrete dished drain
CONCRETE KERBING, CONCRETE CHANNELING,
CHUTES AND DOWNPIPES, AND CONCRETE LININGS FOR
OPEN DRAINS
25MPa
Sakhisizwe Local Municipality
Manzana Internal Streets
Manzana Internal Streets SECTION 3100
Item Decription Unit Quantity Rate Amount
31.00 BORROW MATERIALS
31,01 Excess overbudden m3
304
31,03 Finishing-off borrow areas in:
(a) Hard material ha 1
(b) Intermediate material ha 1
(c) Soft material ha 3
RCarried forward to summary of bill of quantities
Sakhisizwe Local Municipality
Manzana Internal Streets SECTION 3200
Item Decription Unit Quantity Rate Amount
32.00 SELECTION, STOCKPILING AND
BREAKING DOWN THE MATERIAL FROM BORROW
PITS, CUTTINGS AND EXISTING PAVEMENT LAYERS,
AND PLACING AND COMPACTING THE GRAVEL LAYERS
32,04 Removal of oversize pavement material m³ 67,50
32,05 Additional normal grid rolling m³ - Rate Only
32,06 Stockpiling of material m³ 318,75
RCarried forward to summary of bill of quantities
Sakhisizwe Local Municipality
Manzana Internal Streets SECTION 3300
Item Description Unit Quantity Rate Amount
33.00 MASS EARTHWORKS
33,01 Cut and borrow to fill, including free-haul up to 0.5 km
a) Material in compacted layers of 200 mm thickness and
less:
i) Compacted to 90% of modified AASHTO density m³ 50
ii) Compacted to 93% of modified AASHTO density m³ 2450
33,03 Extra-over itme 33.01 for excavating and breaking down materials in:
(a) intermediate excavation m³ 1075
(b) hard excavation m³ 25
33,04 Cut to spoil, including free-haul up to 0,5 km. Material
obtained from:
a) soft excavation m³ 5800
b) intermediate excavation m³ 58
c) hard excavation m³ 116
33,07 Removal of unsuitable material (including free-haul of 0.5km):
a) In layer thickness of 150 mm and less:
i) Stable material m³ 49
b) In layer thickness exceeding 150 mm:
i) Stable material m³ 49
33,09 Material bladed to windrow m³ 123
33,10 Roadbed preparation and compaction of material
(b) Compaction to 93% of modified AASHTO density m³ 4050
33,12 In situ treatment of roadbed:
a) In situ treatment by ripping m³ 0
RCarried forward to summary of bill of quantities
Sakhisizwe Local Municipality
Manzana Internal Streets SECTION 3400
Item Description Unit Quantity Rate Amount
34.00 PAVEMENT LAYERS OF GRAVEL
34,01 Pavement layers constructed from gravel taken from cut or
borrow, including free haul up to 1 km
(h) 150 mm thick gravel wearing course compacted to:
(ii) 95% of modified AASHTO density m³ 3375
R - Carried forward to summary of bill of quantities
Sakhisizwe Local Municipality
Manzana Internal Streets SECTION 5100
Item Description Unit Quantity Rate Amount
51.00 PITCHING, STONEWORK AND PROTECTION
AGAINST EROSION
51,01 Stone pitching:
b) Grouted stone pitching m2
1500,00
51,03 Stone mansory walls:
a) Cement-mortared stone walls m2
150
RCarried forward to summary of bill of quantities
Sakhisizwe Local Municipality
Manzana Internal Streets SECTION 5200
Item Description Unit Quantity Rate Amount
52.00 GABIONS
52,01 Foundation trench excavation and backfilling
(a) In solid rock (material requiring blasting) m3
- Rate Only
(b) In all other classes of material m3
300
52,02 Surface preparation for bedding the gabions m2
100
52,03 Gabions (Class A):
(a) Galvanised gabion baskets (2.7 mm dia.)
(i) 2 m wide x 1 m deep x 1m thick m3
150
(b) Galvanised reno mattresses (2.5 mm)
(i) 2 m x 1 m x 0.3 m m3
20
52,05 Filter fabric
(a) Bidim U24 or similar m2
100
RCarried forward to summary of bill of quantities
Sakhisizwe Local Municipality
Manzana Internal Streets SECTION 5600
Item Description Unit Quantity Rate Amount
56.00 ROAD SIGNS
56,01 Road sign boards with painted or coloured semi-matt
background. Symbols, lettering and borders in semi-matt
black or in Class 1 retro-reflective material, where the sign
board is constructed from:
(c) Prepainted galvanized steel plate (chromadek or approved
equivalent)
i) Octagonal "STOP" sign 600mm width (ref. R1) No. 3
ii) 400mm x 400mm single sided "Sharp Curve Chevron" No. 2
hazard marker signs, (ref W405)
iii) 400mm x 400mm single sided "Sharp Curve Chevron" No. 5
hazard marker signs, (ref W409)
iv) 2400mm x 400mm single sided "T Junction Chevron" No. 3
hazard maker signs, (ref W409)
56,03 Road sign supports (overhead road sign structures
excluded):
a) Timber (Tar-treated 150 mm diameter)
(i) 2.1 m long No 13
56,05 Excavation and backfilling for road sign supports m3
0,59
56,06 Extra over item 56.05 for cement-treated soil backfill m3
2
RCarried forward to summary of bill of quantities
Sakhisizwe Local Municipality
Manzana Internal Streets SECTION 5900
Item Description Unit Quantity Rate Amount
59.00 FINISHING THE ROAD AND ROAD RESERVE
AND TREATING OLD ROADS
59,01 Finishing the road and road reserve:
b) Single carriageway road km 4,5
RCarried forward to summary of bill of quantities
Sakhisizwe Local Municipality
Manzana Internal Streets SECTION 8100
Item Description Unit Quantity Rate Amount
81.00 TESTING MATERIALS AND WORKMANSHIP
81,02 Other special tests requested by the engineer Prov Sum 1
RCarried forward to summary of bill of quantities
Sakhisizwe Local Municipality
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.2 Bill of Quantities
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C2.2.1
FORM C2.3 SUMMARYSECTION DESCRIPTION AMOUNT
R c1200 General Requirements and Provisions R
1300 Contractor's Establishment on Site and GeneralObligations
R
1500 Accommodation of Traffic R
1600 Overhaul R
1700 Clearing and Grubbing R
2100 Drains R
2200 Prefabricated Culverts R
2300 Concrete Kerbing, Channelling, Chutes & DownPipes and Concrete Lining for Open Drains
R
3100 Borrow Material R
3200 Selection & Stockpiling R
3300 Mass Earthworks R
3400 Pavement Layers of Gravel Material R
5100 Pitching, Stonework & Protection Against Erosion R
5200 Gabions R
5600 Road Signs R
5900 Finishing R
8100 Testing Material & Workmanship R
NET-TOTAL R
Allow the sum of 5% (five percent) of the above Sub-totalfor Contingencies to be spent as the Engineer may directand to be deducted in whole or in part if not required.
R
TENDER AMOUNT R
VAT @ 15% R
Total Carried to Form of Offer R
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.2 Bill of Quantities
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C2.2.1
DECLARATION (In respect of completeness of Tender)
Sakhisizwe Local Municipality
P. O. Box 26
Cala
5455
Telephone: 047 877 5200
I/We, the undersigned, do hereby declare that these are the properly priced Bills of Quantities forming part C2.2
of this Contract Document containing 18 pages (including summary) in consecutive order upon which my/our
tender for the Bid No: R/EC/6367/09/09, CONSTRUCTION OF MANZANA ACCESS ROADS has been based.
Also, as stated in the Contract Data, the works shall be completed within ……………….. Weeks, exclusive of the
year end break and special non-working days falling outside thereof, and inclusive of the 28-day period referred
to in Contract.
------------------------------------------------------------------------SIGNATURE OF TENDERER/S
-----------------------------------------------------------DATE
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.1
SAKHISIZWE LOCAL MUNICIPALITY
PROJECT: R/EC/6367/09/09
CONSTRUCTION OF MANZANA ACCESS ROADS
FORM C3 SCOPE OF WORK
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.2
SAKHISIZWE LOCAL MUNICIPALITY
PROJECT: R/EC/6367/09/09
CONSTRUCTION OF MANZANA ACCESS ROADS
C3 SCOPE OF WORK
C3.1 DESCRIPTION OF THE WORKS
C3.1.1 Employer's Objectives and Overview of the Works
This project is intended for the construction of 4,5km of gravel for internal streets and related storm waterdrainages to Manzana village within Sakhisizwe Local Municipality.
C3.1.2 Description of Site and Access
The project area is in Manzana village of Sakhisizwe Municipality which falls under the jurisdiction of ChrisHani District Municipality, and the nearest town is Cala. The site can be accessed via R410 from Cala Townto Queenstown, approximately 3 km from Cala CBD towards Queenstown, then take DR08449 to Manzanavillage and the start of the proposed road is 7km from R410 and DR08449 Tee Junction.
C3.1.3 Extent of the Works
The scope of works under this contract includes the following activities but not limited only to: Clearing the site of fencing, rubble, vegetation, vestiges of all past human endeavours, and
other unwanted materials and the disposal thereof; Rehabilitation of open drains for stormwater and construction of stone pitching; Rip and Re-compact of existing road to form Roadbed; Importation of suitable gravel material from borrow pits; Spreading and compaction of gravel wearing course to the required density; Trench excavation for stormwater pipes and other stormwater drainage structures. Laying, bedding, jointing, testing and backfilling of stormwater pipes. Construction of headwalls, and other ancillary structures where required. Road signs.
C3.1.4 Maintenance Works
The Contractor is responsible for the maintenance of the Works during construction and during thespecified 6 months Maintenance Period (defect liability period) commencing from the date of the practicalcompletion of all the Works.
C3.1.5 Other Simultaneous Contracts
There will be no other contracts on the site.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.3
C3.1.6 Site Security
The Contractor shall take every precaution to ensure safety on site and to protect the Works and temporaryworks from theft and vandalism. The Contractor will be responsible for the safety and security of hispersonnel, materials on site and the Works in general at all times.
The Contractor shall therefore acquaint himself with the current situation in the area (liaising with the localPolice and Community Forums if necessary) and shall provide all security measures, including theemployment of security services, as he deems necessary to comply with the requirements of this clause.
C3.1.7 Temporary works
The Contractor shall at all times ensure that his operations do not endanger any member of the public. Alloperations shall be in terms as specified in the Occupational Health and Safety Act as well as per theConstruction Regulations.
C3.1.8 Drawings
The following drawings are issued with this Document and shall be used for tendering purposes only:
DRAWING NO TITLE
BCE /SLM / CMAR / LP1 Locality Plan
BCE /SLM / CMAR / LC00 Road Layout Plan Sheet 1 of 1
BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-section Details Sheet 1 of 5BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-section Details Sheet 2 of 5BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-section Details Sheet 3 of 5BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-section Details Sheet 4 of 5BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-section Details Sheet 5 of 5
BCE /SLM / CMAR / LC02 Secondary Road Layout Plan Longsection & Cross-section Details Sheet 1 of 2BCE /SLM / CMAR / LC02 Secondary Road Layout Plan Longsection & Cross-section Details Sheet 2 of 2
BCE /SLM / CMAR / TD01 Roads Typical Details and Stormwater Details
BCE /SLM / CMAR / L00 Low Level Bridge Details
C3.1.9 Procurement
C3.1.9.1 Employment of a Community Liaison Officer (CLO)
A CLO will be employed in this contract.
C3.1.9.2 Labour Intensive Construction (LIC) Work
General
Contractors are encouraged to promote LIC methods where and when possible by utilising temporary locallabour from the surrounding local communities.
The chief aim of utilising LIC construction methods on this project is to afford an opportunity to the greatestpossible number of members of the local community (and possibly surrounding communities if thecircumstances warrant it and approval is granted by the Employer) to obtain temporary employment andwhere applicable to obtain certified and accredited in-service training, to increase their level of experienceand enhance their ability to secure future employment.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.4
There are specific requirements regarding labour intensive construction (LIC) and the use of affirmativebusiness enterprises (ABE’s) and historically disadvantaged individuals (HDI’s) and with regard to training.
Contractors are encouraged to maximise labour based construction activities (*) and the Works andactivities shall be so programmed and executed that those operations and activities that can reasonably bedone by means of hand labour are so performed.
(*) Although the Contract will be one which requires predominately mechanised constructional plant andequipment, there are certain operations which lend themselves to labour intensive construction methodsand such operations are identified in Clause C3.3.2.4 below.
The Community
The Community shall for the purpose of this Contract be considered to include all residents of differentvillages of Sakhisizwe Municipality residing within a ten kilometre radius of the project site.
Recruitment of Local Labour
Upon receipt of the Letter of Tender Acceptance the Contractor shall expeditiously proceed to arrange forthe recruitment of local labour.
Most of the labour employed on the Contract shall, insofar as such labour is available, be recruited form thelocal Community stated above, unless it shall be agreed between the Employer, the Engineer and theContractor that labour residing in neighbouring communities may be recruited and employed.
LIC Activities
Contractors are encouraged to carry out the following activities with local labour using LIC methods aftersuitable training:
(i) Excavation of shallow trenches up to 1, 0 m depth for stormwater structures.(ii) Backfilling and compaction of all the above-mentioned trenches.(iii) Batching, mixing and transport on site of all concrete for blinding to headwalls, sign posts,
stone pitching where applicable and other structures, kerb bedding etc.
The Contractor is encouraged to add activities to the above list, but he shall ensure that the specifiedstandards of construction will be achieved.
Although it is the intention that the above activities be carried out by labour intensive construction methodsthe Contractor may propose to the Engineer alternative ways in which the work is to be executed. TheEngineer's approval of these alternative methods will not be unreasonably withheld from the Contractor.
C3.1.9.3 Employment of Local Labour
Amount of Labour Offered
The Contractor shall submit detailed daily labour records to the Engineer indicating respectively thenumbers of permanent and temporary local employees employed on the Works and the activities on whichthey were engaged.
Payment and Productivity
In order that the project is economically viable, and the employment of labour is not merely a "hand-out" tothe local community, it is important that payment of the labour force is linked to productivity. Increasedproductivity can be achieved by utilising the "Task Work" principle (see Clause C3.3.5), in terms of which
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.5
the Contractor will be required to reward the labour force on the basis of Tasks completed, subject to theminimum rate of payment per day in terms of Clause C3.3.4
Payment to the local labour force shall be made on a fortnightly basis in respect of Tasks completed duringthe period.
Conditions of Temporary Employment
The Conditions of Temporary Employment stated below, and the Task Work principles given in ClauseC3.3.5 have been based on the Framework Agreement between the Congress of South African TradeUnions (COSATU) and the National Committee for Labour Intensive Construction (NCLIC).
The tendered rates and prices will be held to have been based on the following conditions:
SCHEDULED CONDITIONS FOR TEMPORARY EMPLOYMENTRate of payment for Task Work related activities Statutory minimum daily wageMinimum rate of payment for labour (participating inactivities where no production rate is specified)
Statutory minimum daily wage
Normal working hours per day 9,25 hoursTransport to site NilPayment for all special non-working days (except Sundaysand non-working Saturdays) - Clause 5.8 of GeneralConditions of Contract:
• Where the worker does not work
• Where the worker does work
Statutory minimum daily wage
2 x Task-rate or 2 x statutoryminimum daily wage where noproductivity is specified
Payment during accredited training 50% of statutory min daily wageNotice of termination of temporary employment 7 daysSeverance pay NilWorkmen’s Compensation Act (WCA ) benefits ApplicableUnemployment Insurance Fund Applicable
Any changes to the above scheduled employment conditions after the closing of the Tender which affectsthe Cost of the Works will be dealt with in accordance with Clause 6.8.4 of the General Conditions of theContract. The said employment conditions are not negotiable between the Contractor and any partywhatsoever and shall only be amended on written order by the Engineer.
The rate of payment to local labour will be based on the accepted contractual productivity levels. TheEngineers Representative will monitor productivity to ensure that this principle is carried out. For labourintensive construction (LIC) activities where no production rate is applicable, the minimum rate of paymentper working day specified above shall apply.
The following conditions of work shall complement the conditions of employment described above:
(i) Protective clothing shall be supplied to an employee in accordance with the requirement ofthe Occupational Health and Safety Act.
(ii) Persons under the age of sixteen years shall not be permitted to work on labour intensiveprojects.
(iii) The Contractor shall give to an employee, at the earliest possible opportunity, an inductionto and training in terms of the Occupational Health and Safety Act.
(iv) The Contractor shall give to an employee, at the earliest possible opportunity, notice of thetermination of the project and/or the requirements of that employee's participation in theproject; provided that such notice shall not be less than 7 days. Payment may be madein lieu of such notice.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.6
(v) The employee shall, upon termination of his services, be entitled to a certificate of serviceshowing the full names of the employer and the employee, the type of work done by theemployee, the date of commencement, a record of training received and the date oftermination of the contract and the rate of payment on the date of termination.
(vi) An employee shall not be required or permitted to work for more than five hourscontinuously without a meal interval of not less than half an hour during which intervalsuch employee shall not be required or permitted to perform any work.
(vii) All labour employed on the Site shall be covered by the Workmen's CompensationAct: refer Clause 38. (7) Of the Special Conditions of Contract.
Task Work Related Activities
A Task shall be determined on the basis of what an average person from the local community couldcomplete in a day. A Task shall be defined on the said basis with regard to the prevailing physical conditionse.g. soil density and other regulatory conditions as specified in Clause C3.3.4.
A task is a quantified activity or operation to be performed by a person/labourer in one ordinary working day.The quantification of tasks shall be based on individual employees or a group of employees.
The activities and production rate ranges given in the schedule below have (where indicated) previouslybeen agreed to and sanctioned by the South African Federation of Civil Engineering Contractors (SAFCEC):Western Cape Branch to be realistic and must be used as a guideline by the Bidders/Contractor in thepreparation of his tender in as far as LIC construction methods are concerned.
SCHEDULE OF DAILY TASK PRODUCTION RATE PARAMETERSACTIVITY PRODUCTION RATE
(quantity per task per day)No Description Unit From: To:1.1.11.21.31.422.13.4.
5.
6.6.16.26.37.8.9.10.
Excavation:- Soft (sandy) material: 0 to 1,0 m deep- Ditto: 0 to 1,5 m deep- Clayey material: 0 to 1,0 m deep- Ditto: 0 to 1,5 m deep
Backfilling in:- Soft (sandy) material: 0 to 1,5 m deepTrim and compact roadbedPlace and compact sidewalk material (calcreteor ferricrete): 100 mm thickPlace and compact base course or subbase(excluding mixing): 150 mm thickManufacture (pre-casting):- Kerbs (0,3 to 1,0 m length)- Bricks- BlocksBrickwork to manholes and similar (220 mm thick)Laying block work to toiletsMixing concretePlace and spread sand asphalt
m3
m3
m3
m3
m3
m2
m2
m2
NoNoNom3
m3
m3
t
21,110.7
238
25
15
1580601,52,00,72,5
5,5432,8
575
50
30
252001503,75,035,2
FOLLOWING HAVE NOT YET BEEN SANCTIONED BY SAFCEC
11.11.111.212
Backfilling in:- Soft (sandy) material: 1,5 to 2,5 m deep- Clayey material: 0 to 1,5 m deepWheelbarrow haul
m3
m3
m3.m
1,81,2270
4,53,5700
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.7
C3.2 APPLICABLE STANDARDISED SPECIFICATIONS
C3.2.1 Applicable SANS Standards for Construction Works
The following SANS specifications are also referred to in this document and the Contractor is advised toobtain them from Standards South Africa (a division of SABS) in Pretoria.
SANS 10396: 2003: Implementing Preferential Construction Procurement Policies using TargetedProcurement Procedures
SANS 1914-1 (2002): Targeted Construction Procurement
SANS 1921-1 (2004): Construction and Management Requirements for Works Contracts Part 1: GeneralEngineering and Construction Works
SANS 1921-6 (2004): Construction and Management Requirements for Works Contracts Part 6: HIV/AIDSAwareness
C3.2.2 Applicable National and International Standards
The Standard Specification for Road and Bridge Works for State Authorities 1998, prepared by theCommittee of Land Transport Officials, (COLTO), as amended, shall apply to this Contract.
C3.2.3 Particular / Generic specifications
The following Project Specifications and Particular Specifications apply:
PS 1 GENERAL DESCRIPTION OF CONTRACT
This project is intended for the construction of 4,5km of gravel for internal streets and related storm waterdrainages to Manzana village within Sakhisizwe Municipality.
Labour intensive construction activities are included in the Contract, viz. hand excavation, bedding, pipelaying, blanket fill, backfill, concrete lining to side drains and removal of oversize material.
PS 2 DESCRIPTIONS OF THE SITE AND ACCESS
The project area is in Manzana village of Sakhisizwe Municipality which falls under the jurisdiction of ChrisHani District Municipality, and the nearest town is Cala. The site can be accessed via R410 from Cala Townto Queenstown, approximately 3 km from Cala CBD towards Queenstown, then take DR08449 to Manzanavillage and the start of the proposed road is 7km from R410 and DR08449 Tee Junction.
The operation of construction vehicles on existing roads or streets, or on streets which have beencompleted to the level of sub-base or base, shall be limited to traffic with an axle load not exceeding thatallowed by the Road Traffic Ordinance of the authority concerned, or any amendment thereof. Hauling isstrictly forbidden on sections of streets that have been completed as described above. The Contractor shallmake use of temporary haul roads, or where not practically possible, program his work in such a mannerthat the haulage of materials shall be restricted to that required for the particular section of road. Noadditional payment shall be made for the use of temporary haul roads and all relevant costs shall bedeemed to be covered by the appropriate rates.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.8
The Contractor must note that no payment will be made for the construction of temporary access roads tothe construction site, borrow-areas or to the spoil sites.
If the Contractor does make use of existing roads for the hauling of materials to or from the site, he shall beheld responsible to clear any spillage caused by his activities on or near the roads by whatever meansnecessary, within two (2) days after such spillage has occurred. No additional payment will be made for theclearance of spillage and all relevant costs will be deemed to be covered under the relevant items.
PS 3 CONSTRUCTION PROGRAMME
The time for completion on this Contract is as shown in the Contract Specific Data and includes theallowance for inclement weather. All statutory holidays for the Civil Engineering Industry falling within theauthorised Contract period, will be allowed as extensions to this period, but the Contractor will not be paidadditional Time-Related charges for these days.
The Contractor shall submit a preliminary programme with his Bid indicating the main activities to be carriedout.
Any work carried out prior to approve sureties and proof of insurances being submitted will be at theContractor’s risk. The start and completion dates of the Contract will however not be adjusted due to latesubmission of approved sureties.
The Contractor shall submit to the Engineer within 14 days of receiving the Letter of Acceptance from theEmployer, a detailed programme setting out clearly the sequence of work, and the resources which heintends to use, and a projected Cashflow for the various sections of the work. The programme shall besubmitted in the form of a bar chart. The quantity of work applicable to each bar item as well as the rate, atwhich the work will be completed, shall be shown on each bar.
If the programme is to be revised by reason of the Contractor falling behind his programme, he shallproduce a revised programme showing modifications to the original programme necessary to ensurecompletion of the works or any part thereof within the time of completion as defined or any extended timegranted. Any proposal to increase the tempo of work must be accompanied by positive steps to increaseproduction by providing more labour and plant on site, or by using the available labour and plant in a moreefficient manner.
Failure on the part of the Contractor to submit or work according to the approved programme or revisedprogramme, shall be sufficient reason for the Employer to take steps as provided for in the GeneralConditions of Contract.
The approval by the Engineer of any programme shall have no contractual significance, other than that theEngineer would be satisfied if the work is carried out according to such programme, and that the Contractorundertakes to carry out the work in accordance with the programme. It shall not limit the right of theEngineer to instruct the Contractor to vary the programme should circumstances make this necessary.
PS 4 DETAILS OF THE CONTRACT
PS 4.1 MAIN CONTRACT
Work included in this contract involves the following:
1. Clearing the site of fencing, rubble, vegetation, vestiges of all past human endeavours,and other unwanted materials and the disposal thereof;
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.9
2. Rip and Re-compact existing road layer to form road bed;
3. Provision of side drains;
4. Rehabilitation of existing stormwater facilities on site;
5. Installation of Class 100D Concrete pipes;
6. Importation and processing of gravel material to 150mm thickness for a width varyingfrom 2.5m to 7m;
7. Installation of road signs;
8. Installation of name board.
The Employer reserves the right to reduce the scope of works depending on the availability of funds. Thegravel surfacing layer must comply with the following
a. The material for GWC to be Class E as defined in Table 1 of TRH20
b. Where in-situ material is utilized the material to be broken down to the grading
specification as defined in a modified Table 1 of TRH 20 as follows:
(i) Maximum Target size 37.5mm
(ii) Oversize Index maximum 5%
(iii) Shrinkage Product 100 – 365 (max. 240 preferable)
(iv) Grading coefficient (GC)c: 16 - 34
(v) CBR: = 15 at = 95 per cent Mod AASHO compaction and OMC
c. The imported GWC to be 150mm thick and compacted to 95% Mod AASHTO density
unless specified otherwise by the Engineer in writing.
PS 4.2 LABOUR INTENSIVE CONSTRUCTION METHODS
The portions of the Works to be constructed utilising labour-intensive construction methods only, unlessotherwise instructed by the Engineer and in accordance with the further provisions of the relevant sectionsof the Project Specifications set out in Portion 2, shall be:
excavation of pipe trenches where the ground permits economic production;
mixing, transporting, placing and finishing of all concrete;
excavation (in soft and intermediate materials);
spoiling of all materials within distance not exceeding 20 meters;
transportation of all earthworks for distances not exceeding 20 meters;
removal of all oversize materials;
cleaning and tidying up the Site
Failure to construct these portions of the Works using local labour-intensive construction methods shallrender the Contractor liable to pay to the Employer the penalty that is indicated in the “Contract Part 1 :Contract Data Completed by the Employer”
In respect of those portions of works which are not listed above, the construction methods adopted andplant utilised shall be at the discretion of the Contractor, provided always that the construction methodsadopted and plant utilised by the Contractor are appropriate in respect of the nature of the Works to beexecuted and the standards to be achieved in terms of the Contract.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.10
PS 4.3 RESTRICTION OF THE USE OF PERSONNEL IN THE PERMANENT EMPLOY OF THECONTRACTOR
The Contractor shall limit the utilisation on the Works, of his permanent employed personnel to that of keypersonnel only and shall execute and complete the Works utilising a Temporary Workforce of localresidents, employed directly by the Contractor through the Community Liaison Officer (CLO).
PS 5 SITE FACILITIES AVAILABLE
PS 5.1 SOURCES OF WATER SUPPLY AND POWER SUPPLY
The Contractor shall make his own arrangements for the provision of water for domestic use, site works andthat, which is required for compaction purposes.
The Contractor shall take note that no direct payment will be made for any costs incurred for the provision ofa water supply point, nor for the cost of water drawn. Payment for the aforementioned shall be deemed tobe covered by the rates and price tendered and paid for the various items of work included under theContract.
The Contractor shall make himself thoroughly acquainted with the regulations relating to the use of water inthe area and shall take adequate measures to prevent the wastage of water.The Employer accepts no responsibility for a shortage of water at the allocated supply point due to anycause whatsoever, nor for additional costs incurred by the Contractor as a result of such shortage.
The Contractor shall make his own arrangements regarding the supply of electricity. The Contractor shalltake note that no direct payment will be made for any costs incurred for the provision of a power supplypoint, nor for the cost of electricity drawn. Payment for the aforementioned shall be deemed to be coveredby the rates and price tendered and paid for the various items of work included under the Contract.
PS 5.2 LOCATIONS OF CAMP AND DEPOT
The Contractor shall establish his site camp and materials storage area at a mutually acceptable location asapproved by the Engineer. The Contractor shall confine his camp and storage of materials to the areasdesignated or approved by the Engineer. The camp must be kept clean and tidy and, on completion of theconstruction works, the Contractor shall re-instate the areas to the Engineer’s satisfaction.
PS 5.3 HOUSING FOR CONTRACTOR'S EMPLOYEES
No housing is available for the Contractor's employees, and the Contractor shall make his ownarrangements for housing his employees or transporting them to and from the site. The Contractor is in allrespects responsible for the housing and transporting of his employees, and for the arrangement thereof,and no extension of time due to any delays resulting from this will be granted.
PS 6 SITE FACILITIES REQUIRED
PS 6.1 ENGINEER’S SITE FACILITIES
An office for the Engineer is required. The type of office required for the Engineer is specified in relevantsection of the project specifications. Site Meetings will be held in the Contractor’s site office.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.11
PS 6.2 LABORATORY FACILITIES
Not requiredPS 6.3 SANITARY FACILITIES FOR THE CONTRACTOR’S STAFF
The Contractor shall supply chemical toilets for use by his employees and temporary workers and shall beentirely responsible for maintaining such toilets in a clean and sanitary condition to the satisfaction of theEngineer and the health authorities. The number of toilets shall be based on one toilet per fifteen personnelon site and the Contractor shall make his own arrangements and pay all charges for the removal of sewage.Under no circumstances will the Contractor’s staff be allowed to use public toilet facilities.
PS 6.4 TELEPHONE FACILITIES
The Engineer will use his own cellular and office telephones for this Contract. Accounts for use of the saidtelephones will be submitted to the Contractor for payment up to the maximum of R500.
PS 6.5 ACCOMMODATION FOR EMPLOYEES
The Contractor shall make his own arrangements for the accommodation of his employees.
PS 6.6 SECURITY OF CONTRACTOR’S SITE CAMP
Security of the Contractor’s site camp will be the Contractor’s own responsibility and no additional paymentwill be made if additional security measures need to be taken during the Contract.
PS 7 FEATURES REQUIRING SPECIAL ATTENTION
PS 7.1 SAFETY REGULATIONS
Both the "Factories, Machinery and Building Work Act (Act 22 of 1941) and the "Machinery andOccupational Safety Act (Act 6 of 1983)" must, wherever they appear in the standardised specifications, besubstituted by the "Occupational Health and Safety Act (Act 85 of 1993)".
PS 7.2 SURVEY BEACONS
The Contractor shall be solely responsible for the protection of survey pegs.
PS 7.3 "AS BUILT" DRAWINGS
As the work progresses, the Contractor shall keep full records of all amendments to and deviations from thedrawings as issued to the Contractor at the start of the contract. This information must be submittedmonthly by the Contractor with his payment certificate, to the Engineer. The true positions, invert levels andground levels of all services shall be indicated on the drawings, for which purpose the Contractor shallreceive a separate complete set of drawings from the Engineer, at no cost.
The completion certificate shall only be issued after the Engineer has received a properly completed set of"as-built" drawings from the Contractor. No separate payment shall be made for this service, as all costsrelated thereto shall be deemed to be included in the related items.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.12
PS 7.4 CONTROL OF WATER
The Contractor is in all respects responsible for the handling of possible subsurface water. No separatepayment shall be made for this, as all costs related thereto shall be deemed to be included elsewhere in theBided rates.
PS 7.5 FINISHING AND TIDYING
Progressive and systematic finishing and tidying will form an essential part of this contract. Under nocircumstances shall spoil, rubble, materials, equipment or unfinished operations be allowed to accumulateunnecessarily and in the event of this occurring the Engineer shall have the right to withhold payment for aslong as necessary in respect of the relevant works in the area(s) concerned.
PS 8 OCCUPATIONAL HEALTH AND SAFETY SPECIFICATIONS
PS 8.1 NEW CONSTRUCTION REGULATIONS
In terms of the new Construction Regulations, the Contractor is required to provide and demonstrate to theClient a suitably documented OH&S plan based on the specifications contained under this (PS 10) clause.Contractors are at all times to work in accordance with the Regulations.
PS 8.2 OH&S PLAN AT BID STAGE
Bidders shall submit an OH&S plan with their Bid document. This shall be a preliminary plan that may beexpanded on and finalised after award of the contract.
The OH&S Plan should be based on the following principles:
A proper risk assessment of the construction work.
Pro-active identification of potential hazards and unsafe working conditions.
Informing and/or training of employees in hazards and risk areas.
Provision of a safe-working environment and safety equipment.
Ensure the safety of sub-contractors through their safety plans.
Monitor the health and safety on the construction works on a regular basis.
Use competent safety officers.
The preliminary plan submitted with the Bid document shall include, but not be limited to, the following:
PS 8.2.1 Description of the Project
The project entails construction of 4.5 km long gravel access road with associated storm water controlmeasures. The project duration is six months.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.13
PS 8.2.2 Communications and Management of the Works
Management structure and responsibilities.
Details of the construction supervisor, as well as his appointed assistants.
Details of the construction safety officer (full-time or part-time).
Details of the suitability and competency of the above persons regarding the health andsafety of the construction works.
OH&S goals for the project and arrangements for monitoring and review of OH&Sperformance.
Arrangements for:
- Regular liaison between parties on site, including other Contractors.
- Consultation with the workforce.
- Exchange of design information between Client, Engineers (Designers) andContractors on site.
- Handling design changes during the project.
- Selection and control of Sub-contractors.
- Exchange of OH&S information between Client, Engineer, Contractor and Sub-contractors.
- Security, site induction and on-site training.
- Welfare facilities and first-aid.
- Reporting and investigation of accidents and incidents, including near misses.
- Production and approval of risk assessments and method statements.
PS 8.2.3 Site Rules
Information is to be supplied by Bidder.
PS 8.2.4 Fire and Emergency Procedures
Information is to be supplied by Bidder.
PS 8.2.5 Risk Assessment
The Contractor has to provide details of a proper risk assessment on which his health and safety plan isbased and ways in which all construction employees are to be informed, instructed and trained regardinghazards and the related safe-work procedures.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.14
PS 8.2.5.1 Safety risks
Services, including temporary electrical installations. Preventing falls (personnel and equipment). Work with or near fragile materials. Control of lifting operations. Dealing with services (water, electricity, etc). Maintenance of plant and equipment. Poor ground conditions. Traffic routes and segregation of vehicles and pedestrians. Handling and storage of hazardous materials. Work in confined spaces. Trenching operations deeper than 1,5 m. Work at elevated heights (> 3,0 m). Breaking into / demolition of existing structures. Other significant site risks.
PS 8.2.5.2 Health risks
Dust containing cement, silica and other hazardous substances. Manual handling. Use of hazardous chemical substances, including cement, paint, etc. Reducing noise and vibration. Toilet and ablution facilities. Other significant health risks.
PS 8.2.7 Traffic ControlInformation is to be supplied by Bidder.
PS 8.2.8 Safe Work Procedures
Information is to be supplied by Bidder.
PS 8.3 SPECIAL RISKS
Contractors are to take note of the special risks that may be encountered during the project and to includethese special risks in the OH&S plan.
PS 8.3.1 Earthworks
Trenches deeper than 1, 5 m. Wet ground conditions and seepage in the marshy areas. Hard rock in the form of core-stones and boulders. Trenching close to the river (water seepage, unstable ground conditions).
PS 8.3.2 Support Work and Shuttering Vertical shuttering to walls up to 6, 0 m high. Horizontal shuttering up to 5, 0 m above floor level.
PS 8.3.3 Concrete Work Hazardous chemical substances in cement and additives may give rise to skin irritant
and/or dermatitis.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.15
Noise and dust (silica) during cutting and breaking. Use of potentially hazardous plant (grinders, concrete breakers) during cutting and
breaking.
PS 8.3.4 Pipework
Pipes will have to be laid under wet conditions near the river and in the marshy areas. Use of electricity may be hazardous in the wet conditions. Working space may be limited.
PS 8.3.5 Control of Traffic
Access to the site is from existing roads.
PS 8.4 HEALTH AND SAFETY FILE
The Principal Contractor shall open and maintain an OH&S file for the duration of the contract. Oncompletion of the contract, the Principal Contractor shall hand the OH&S file to the Client.
The OH&S file shall include, amongst others, the following:
A list of Subcontractors, Subcontractor Agreements and details of the type of work beingdone.
All drawings and “as-built” drawings and plans used and produced throughout the contract. Design criteria such as design loadings for structural elements. Potential hazards included in the structure, e.g. pre- or post tensioned beams or slabs, load
bearing brickwork, etc. (Details should be provided). General details of construction methods and materials used. Details of the equipment and maintenance facilities within the structure. Maintenance procedures and requirements for the structure. Manuals produced by suppliers and specialist contractors, which include operating and
maintenance procedures and schedules for plant and equipment. Details of the location and nature of utilities and services, including emergency and fire-
fighting systems.
PS 8.5 NOTICE OF CONSTRUCTION WORK
The Contractor shall complete Annexure A – Notification of Construction Work of Regulation 3 of theConstruction Regulations 2003.
The original shall be forwarded to the office of the Department of Labour closest to the site. A copy of theoriginal must be kept on site at all times.
PS 9 UNAUTHORISED PERSONS
The Contractor shall keep unauthorized persons from the works at all times, under no circumstances mayany person except guards be allowed to sleep on the building site.
PS 10 MANAGEMENT MEETINGS
The Contractor is to allow in his rates to attend the following management meetings 1 Site Meeting per month 2 Community Meetings per month
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.16
2 Technical Meetings with the Engineer 1 Health and Safety audit meeting per month 1 Health and Safety monitoring meeting per month
PS 11 FORMS FOR CONTRACT ANDMINISTRATION
The Contractor will be required to keep, as a minimum, the following records on site for the duration of theContract
Site Diary Site Request book Site Instruction book Occupational Health & Safety file
PS 12 ELECTRONIC PAYMENTS
The Contractor will be paid via electronic means, or by other means deemed appropriate, by, and at thesole discretion of, the Sakhisizwe Local Municipality.
PS 13 DAILY RECORDS
The Contractor will be required to keep, as a minimum, the following daily records on site for the duration ofthe Contract
Plant on site Personnel on site Weather conditions Safety issues Work activities conducted
PS 14 PAYMENT CERTIFICATES
The Contractor is required to submit the following information with payment certificates to expediteverification and certification by employer.
Proof of payment of local labour Proof of payment of suppliers Proof of ownership of materials on site
PS 15 PERMITS
No permits are required to carry out the normal construction activities
PS 16 EPWP LABOUR-INTENSIVE SPECIFICATIONS
This contract is substantially an EPWP project. Provision shall therefore be made for the installation ofEPWP project branding to the satisfaction of the Engineer. All items in the Bill of Quantities (BoQ) that aremarked “LI” must only be done using labour-intensive methods, unless prior approval based is obtainedfrom the Engineer. Items marked “LI” in the BoQ entail the supply and installation of materials. Theinstallation component must only be done by labour-intensive methods, unless the contrary is approved bythe Engineer prior to the execution of such works. No claim/statement will approved by the Engineer wherethe LI and/or LI* items are not executed according the approved procedure. Consequently, no payment willbe effected by the Employer for such works.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.17
PS 16.1 LABOUR INTENSIVE COMPETENCES OF SUPERVISORY AND MANAGEMENT STAFF
The envisaged execution procedure for EPWP components shall be properly set out in the ContractExecution Plan, which shall form part of the bid. It is envisaged that the responsible site personnel for theContractor shall have the necessary EPWP training on Labour-Intensive Construction.
Contractors with a CIDB grading of 5CE and higher shall only engage supervisory and management staff inlabour-intensive works who have either completed, of are registered for training towards, the skillsprogramme set out in Table 16.1 below.
The managing principal of the contractor with a CIDB grade of below 5CE shall have personally completed,or registered for, a skills programme for the NQF level 2. All other site supervisory staff in the employ of theContractor must have completed, or be registered on a skills programme for, NQF level 2 unit standard orNQD level 4 unit standard.
TABLE 16.1: SKILLS PROGRAMME FOR SUPERVISORY AND MANAGEMENT STAFF
Personnel NQFlevel Unit Standard Title Skills Programme
Definition
Team leader 2
Apply Labour-Intensive Construction (LIC)Systems and Techniques to WorkActivities
This unit standardmust be completed,and
Use of LIC methods to construct andmaintain roads and stormwater drainage
any of these 3 unitstandards
Use of LIC methods to construct andmaintain water and sanitation servicesUse of LIC methods to construct, repairand maintain structures
Foreman/Supervisor 4
Implement LIC systems and techniques
This unit standardmust be completed
and
Use of LIC methods to construct andmaintain roads and stormwater drainageUse of LIC methods to construct andmaintain water and sanitation servicesUse of LIC methods to construct, repairand maintain structures
Site Agent 5 Manage LIC processes Skills programmeagainst this singleunit standard
PS 16.2 EMPLOYMENT OF UNSKILLED AND SEMI-SKILLED WORKERS
Unskilled and semi-skilled labour requirements for the execution of all labour-intensive works shall beengaged strictly in accordance with the prevailing legislation and SANS 1914-5: Participation of TargetedLabour. The rate of pay set for the SPWP is as per the gazetted daily rates. Tasks set by the Contractorshall be such that:
(a) The average worker completes 5 tasks per week in 40 hours or less(b) The “weakest” worker completes 5 tasks per week in 55 hours or less.
The Contractor shall, through all available community structures, inform the local community of the labour-intensive works and the employment opportunities presented thereby. Preference shall be given to peoplewith previous practical experience in construction and/or who come from households:
a) Where the head of the household has less than primary school education;b) That have less than one full time person earning an income;c) Where subsistence agriculture is the source of income;d) Those who are not in receipt of any social security/pension income.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.18
The Contractor shall ensure that the expenditure on the employment of temporary labour is in thefollowing proportions:a) 60% women;b) 20% youth;c) 2% on persons with disabilities.
PS 16.3 SPECIFIC PROVISIONS PERTAINING TO SANS 1914-5
a) DefinitionsTargeted labour: Unemployed persons who are employed as local labour on the project.
b) Contract Participation GoalsThere is no specified contract participation goal for this Contract. However, the provisions of the Contract interms of LIC requirements shall be complied with. Contract participation goal shall be measured in theperformance of the Contract to enable the employment generated to targeted labour to be quantified.The wages and allowances used to calculate the contract participation goal shall, with respect to both time-related and task-related workers, comprise all wages paid and any training allowance paid in respect ofagreed training programmes.
c) Terms and conditions for the engagement of targeted labourFurther to the provisions of clause 3.3.2 of SANS 1914-5, written contracts shall be entered into withtargeted labour.
d) Variations to SANS 1914-5
i) The definition for net amount shall be amended as follows:
“Financial value of the Contract upon completion, exclusive of any VAT or sales tax whichthe law requires the Employer to pay to the Contractor”
ii) The schedule referred to in 5.2 shall, in addition, reflect the status of targeted labour aswomen, youth and persons with disabilities, and the number of days of formal trainingprovided to targeted labour.
e) Training of targeted labour
i) The Contractor shall provide all the necessary on-the-job training to targeted labour toenable them to master the basic work techniques as required to undertake the work inaccordance with the Contract, and in a manner that does not compromise the workers’health and safety.
ii) The cost of formal training of the targeted labour will be funded by the Provincial Office ofthe Department of Labour. This training must take place as close as possible to the projectsite. The Contractor must access this training by informing the relevant provincial office ofthe Department of Labour in writing, within 14 days of the award of this Contract. TheContractor shall simultaneously ascertain the number of persons that will be trained andwhen such training is required. The Engineer must be furnished with a copy of this request.Failure to communicate the above with the Department of Labour, and consequently fail tosecure finding for the training, will not absolve the Contractor from training the identifiedworkers, and might result in the Contractor covering the costs of such training.
iii) A copy of the request made by the Contractor to the Department of Labour must also besent, by the Contractor, to the EPWP Training Director in the Department of Public Works(Ms. Cinderella Makunike, Fax No. 012 328 6820 or [email protected], telephone number 083 677 4026)
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.19
iv) The Contractor shall be responsible for scheduling the training of workers and shall take allreasonable steps to ensure that each beneficiary/trainee is provided with a minimum of sixdays of formal training if he/she is employed for 3 months or less and a minimum of tendays if he/she is employed for four months or more.
v) The Contractor shall do nothing to dissuade targeted labour from participating in trainingprogrammes.
vi) An allowance of 100% of the task rate/daily rate (whichever is applicable to that worker)shall be paid by the Contractor to the workers who attend formal training in terms of (iv)above.
Proof of compliance with the requirements of (ii) to (vi) must be provided by the Contractor to theEngineer prior to the submission of the final payment certificate, or upon request by the Engineer.
PS 17 PROJECT REPORTING
The Contractor shall submit monthly reports to the Engineer on the attached prescribed forms. The coststhereof will be deemed to have been covered on the Contractor’s tendered rates.
PS 18 PROOF OF COMPLIANCE WITH THE LAW
Requirements for compliance with CIDB registration and a SARS Certificate of Good Standing are to beprovided with the Bid.
PS 19 APPLICABLE STANDARDISED SPECIFICATIONS
For the purpose of this contract the following STANDARD SPECIFICATIONS FOR ROAD AND BRIDGEWORKS FOR STATE ROAD AUTHORITIES issued by COLTO shall apply:
SECTION 1200: GENERAL REQUIREMENTS AND PROVISIONSSECTION 1300: CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL
OBLIGATIONSSECTION 1400: HOUSING, OFFICES AND LABORATORY FOR ENGINEER'S SITE
PERSONELSECTION 1600: OVERHAULSECTION 1700: CLEARING AND GRUBBINGSECTION 2100: DRAINSSECTION 2200: PREFABRICATED CULVERTSSECTION 2300: CONCRETE KERBING, CONCRETE CHANNELING, CHUTES AND
DOWNPIPES AND CONCRETE LININGS FOR OPEN DRAINSSECTION 3100: BORROW MATERIALSSECTION 3300: MASS EARTHWORKS AND PAVEMENT LAYERS OF GRAVELSECTION 3400: PAVEMENT LAYERS OF GRAVEL MATERIALSECTION 5100: PITCHING, STONE WORKS AND PROTECTION AGAINS EROSSIONSECTION 5200: GABIONSSECTION 5400: GUARD RAILSSECTION 5600: ROAD SIGNSSECTION 7100: CONCRETE PAVEMENTSSECTION 8100: TESTING MATERIALS AND WORKMANSHIP
AS WELL AS THE SOUTH AFRICAN ROAD TRAFFIC SIGNS MANUAL LATEST EDITIONAS ISSUED BY DEPARTMENT OF TRANSPORT.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.20
C3.3: Variations and Additions to theStandardised and Particular Specifications
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.21
VARIATIONS AND ADDITIONS TO REQUIREMENTS OF STANDARDIZED SPECIFICATIONS
The following variations and additions to the Standard Specifications for Road and Bridge Works for StateRoad Authorities issued by COLTO 1998 Edition will be valid for this contract. The prefix "B" indicates anamendment to Standard Specifications for Road and Bridge Works for State Road Authorities issued byCOLTO 1998 Edition. The numbers following these prefixes are the relevant clause numbers in StandardSpecifications for Road and Bridge Works for State Road Authorities issued by COLTO 1998 Edition.Particular specification will have prefix "APS".
NOTE
SECTION 1300: CONTRACTOR’S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS
B1302: GENERAL REQUIREMENTS
(a) Camps, constructional plant and testing facilities
Add the following after the first paragraph:“Before the establishment of the contractor’s camp at an approved site, the area will first befenced off and, if required by the engineer, 150 mm of topsoil and vegetation removed totemporary stockpiles as described in Section 1700.”
(c) Legal and Contractual Requirements and responsibilities to the public
Add the following as a second paragraph(i) “There has been recent legislation promulgated by Government that improves mutual
obligations on the employer and contractor in the performance of their duties tosociety and to the built and natural environment.
APS 1: Name Board
Add the following:
"The Name Board for this contract shall be erected within a month of the commencement date ofthe Contract and shall be placed where ordered by the Engineer. Any damage to this board shall berepaired within fourteen days of a written instruction by the Engineer. Details of the Name Board arebound in this document.”
B1303: MEASUREMENT AND PAYMENT
Item UnitB13.01 The contractor’s general obligations
Add the following pay sub-item:“(d) Health and safety obligation…………………………………………….……..Month”
13/12.01 Community Liaison Officer(s)
(a) Remuneration of Community Liaison Officer(s)………………………….Prov. Sum
(b) Contractor's handling costs, profit and all other charges in respect of sub items 13/12.01 (a)……………………………………………………….......%”
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.22
Delete the 11th paragraph commencing “The tendered rate per month for sub item 13.01(c) ……and replace with:
“The tendered rate per month for sub item 13.01 (c) represents full compensation for that part of thecontractor’s general obligations that are mainly a function of construction time. The tendered sumwill be paid monthly, pro rata for parts of a month, from the Commencement Date (as defined in theSpecial Conditions of Contract ) until the end of the period for completion of the works, plus anyextension thereof as provided in the general conditions of contract.
Payment for time related costs arising from extensions of time granted by the employer, where thecontractor is fairly entitled to such compensation in terms of the General Conditions of Contract, willbe calculated by taking account only of pay items for which the unit of measurement is “month”. Allpay items for which the unit of measurement is "month" are deemed to be based on 23 workingdays per month.”
Insert the following paragraph:"Should the combined total tendered for sub items (a), (b), and (c) exceed 15 % of the tender sum(excluding VAT), the tenderer shall state his reasons in writing for tendering in this manner. Thetenderer's attention is drawn to Form I: Contractor’s Establishment on Site, (bound in this Volume),to be completed by the tenderer. If the tenderer should require additional compensation for hisobligations under section 1300 (over and above the total tendered for item B13.01) by includingsuch additional compensation in the tendered rates and/or lump sum of items in the bill ofquantities, these items and the value of such additional compensation shall also be indicated inwriting in a letter attached to Form I.”
Add the following as a final paragraph at the end of this section on payment“Payment of the rate per month for sub-item (d) shall include full compensation for all thecontractor’s obligations relevant to health and safety legislation.
The tendered rate shall apply in the same manner as pay sub-item B13.01(c) but shall not form partof the calculation of the restrictions imposed on Form to tender CONTRACTOR’SESTABLISHMENT ON SITE.
A contractor who tenders zero for this pay item shall not be relieved of his statutory obligations. A nilrate offered shall be deemed not as an omission but as deliberate notice that costs have beenincluded in the tendered rates for individual items of work or in the other preliminary and generalpay items.”
SECTION 1500: ACCOMMODATION OF TRAFFIC
B1502: GENERAL REQUIREMENTS
Add the following new sub-clauses:“(j) Public traffic
The contractor shall plan and conduct his activities in such a way as to bring about the leastpossible disruption to the travelling public on the roads on which he works.
(k) Non-compliance with the conditions for the accommodation of traffic
Failure or refusal on the part of the contractor to take the necessary steps to ensure the safety andconvenience of the public traffic in accordance with these specifications or as required by statutoryauthorities or ordered by the engineer, the engineer shall have the right to stop any operation where
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.23
the traffic accommodation measures are not to specification or as ordered, until he is satisfied thatthe conditions have been complied with.”
B1503: TEMPORARY TRAFFIC CONTROL FACILITIES
Add the following after the second paragraph:“The Contractor must ensure that the traffic control facilities are clean at all times.
Traffic control facilities will only be paid for once under item 15.03.
The Contractor will obtain approval from the engineer at the outset of the contract regarding thenumber of traffic control devices required before he places any orders in this regard.”
(b) Road signs and barricades
Add the following:“All roads signs and barricades shall be new and shall comply with the requirements of the latestversion of the South African Road Traffic Signs Manual (SARTSM).
(e) Warning devices
Add the following:“All self-propelled vehicles and equipment used on site shall be provided with amber flashing lights(“Britax” or similar). These lights must be switched on when the vehicle or equipment are usedwithin deviations, existing roads and access roads. The lights must be mounted onto the vehicleand must be visible from all sides. Payment for these lights shall be included in the rates coveringthe use of these vehicles.
The contractor shall provide the engineer with reflective safety jackets and amber flashing lights fortheir vehicles. This will become the property of the contractor at the end of the contract period.
SECTION B3200: SELECTION, STOCKPILING AND BREAKING DOWN THE MATERIALS FROMBORROW PITS, CUTTINGS AND EXISTING PAVEMENT LAYERS AND PLACING AND COMPACTINGTHE GRAVEL LAYERS
B3203: STOCKPILING THE MATERIAL
In the third paragraph, replace the second and third sentences with:
“A photographic record shall be kept of all stockpiling areas. Before any stockpiling may be done the areashall be cleared of topsoil to a sufficient depth that will subsequently allow for the complete rehabilitation ofthe site with a cover of topsoil that does not exceed 100mm in depth and is not less than 75mm in depth. Ifthere is insufficient topsoil; the contractor shall acquire whatever balance is needed to rehabilitate the areaat his own cost. No make-up topsoil shall be taken from the road reserve. The topsoil shall be stored in anarea that shall not be affected by construction activities nor impede the natural flow of water. The topsoil sowindrowed or stockpiled and its surrounds shall be kept free of all undesirable vegetation. The contractorshall not commence his stockpiling activities without prior written approval from the engineer that the sitehas been adequately prepared.
After the stockpiled material has been removed, the site shall be reinstated as closely as possible to itsoriginal condition by ripping of the affected areas, re-landscaping if necessary, re-instatement of the topsoiland re-vegetation.”
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.24
SECTION 3300: EARTHWORKS AND PAVEMENT LAYERS OF GRAVEL
B3301: Scope
Add the following at the end:
"The Engineer will give final instructions during construction regarding the use of cut material andthe treatment of roadbed."
SECTION 3400: PAVEMENT LAYERS OF GRAVEL MATERIAL
B3403(c) Delete the entire sub-clause and replace with
"The decision to crush the pavement material will be dependent upon its quality and hardness, andwill be at the sole discretion of the Engineer."
APS 4: PROVIDING ACCESS TO ERVEN AND PROPERTIES
Access to erven and properties affected by construction work must be provided by the Contractor at alltimes. To this end suitable road and trench crossings shall be constructed where required. If as a result ofrestricted road reserve widths and the nature of the works the construction of by-passes is not feasible,construction shall be carried out under traffic in order to provide access to the erven and properties.
The Contractor may, with the approval of the Engineer, arrange with the occupiers of the affected erven andproperties to temporarily close off a portion of a street, road, footpath and or entrance, provided that theContractor shall give due notice of the intended closure and its probable duration to the occupiers and shallas punctually as possible re-open the route at the prescribed time. Where possible the road shall be madesafe and re-opened to traffic overnight.
Any such closure shall be an arrangement between the Contractor and the occupiers and shall not absolvethe Contractor from his obligations under the contract to provide access at all times.
Barricades, traffic signs and drums shall be provided by the Contractor to suit the specific conditions." Nopayment will be made under this Item."
SECTION B5600: ROAD SIGNS
B5601: SCOPE
Replace “South African Road Traffic Signs Manual” in the second paragraph with:
“SADC Road Traffic Signs Manual”
B5603: MANUFACTURING OF ROAD SIGN BOARDS AND SUPPORTS
(a) Road signboards
Add the following:“The contractor shall make every effort to ensure that signboards are correct in all respect and beforedispatching the boards from the manufacturer’s factory shall provide the engineer with a 100mm x 150mmcolour photograph of each sign face for approval of the correctness of the legend. Such approval will notimply final acceptance of the board. If the contractor is in any doubt as to the correctness of the sign detail,the sign designer shall be contacted for verification.”
(a) (ii) Steel profile road signboards
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.25
Add the following:“Chromadek section shall be assembled in accordance with the details of Standard Plans SP-B-12-Sheets4 and 5 and SP-B-4-Sheets 33E and 34E.
Where the letter or legends cross the horizontal joints of the sign panels, the letter shall be cut on the jointand both ends folded around the radius.
Retro-reflective material to adjoining Chromadek panels on a sign shall be practical visual match of thespecified colour.”
B5604: ROAD SIGN FACES AND PAINTING
Add the following subclause:“(e) Application of retro-reflective material
All sign faces shall be faced with retro-reflective material. Painted front sign faces shall not be used.
Where applied to Chromadek sections, retro-reflective material shall be applied as specified for aluminiumsection in Clause 5603(d) of the Standard Specification, and of Clause B5603(a)(ii) of this projectSpecification.”
B5605: STORAGE AND HANDLING
Add the following:“The following shall not be allowed on the sign face:
Drilling of holes, except for the fastening of overlaysApplication of any form of adhesiveCleaning with any chemicals that are not specifically approved by the manufacturer of the retro-reflectivematerialCovering the sign face with an impermeable material that does not allow free circulation of air.”
B5606: ERECTING ROAD SIGNS
(c) Erection
Add the following:
“After erection the signboard shall be thoroughly cleaned with a cleaning agent approved by the retro-reflective material’s manufacturer.
All vegetation obstructing the new or replaced sign board shall be removed and disposed of as instructed bythe engineer.”
SECTION B5900: FINISHING THE ROAD AND ROAD RESERVE AND TREATING OLD ROADS
B5901: SCOPE
In the first line of the second paragraph, insert the following after ‘this section’
“…distinguishes between new construction and renewal construction. When construction is new, as in thecase of new alignments for example, then this section…..”
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.26
B5902: FINISHING THE ROAD AND ROAD RESERVE
Retain the existing paragraphs as new subclause-
“(a) New Construction”
Replace the sixth paragraph with:“All materials resulting from the finishing operations shall be disposed of at approved spoil sites.”
Add the following:“(b) Renewal Construction
After completing construction work within the site, the contractor shall ensure that all construction generatedor related material that may have been swept, windrowed, stockpiled, stored or spread beyond the roadsurface is removed. This shall be done before any other rehabilitation work is undertaken, includingshaping, topsoiling and grassing. Should, during the removal of construction generated or related material,existing vegetation or topsoil be disturbed or destroyed, the contractor shall, at his own cost, re-instate theroad reserve to its original state. This shall include ripping, should the construction material have compactedthe existing surface.
Culvert inlets and outlets, culvert barrels, and open drains shall be cleared of debris, soil, silt and othermaterial generated from the construction activities.
The surfacing shall be cleared of all dirt, mud and foreign objects. Dragging, pushing or scraping materialacross the finished surfacing shall not be permitted.
All junctions, intersections, islands, kerbing and other elements making up the completed works shall beneatly finished off.
The contractor shall ensure that all undesirable plants have been removed from the road reserve andborrow pit areas.
All materials resulting from the finishing operations shall be disposed of at approved spoil sites.”
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.27
C3.4 PARTICULAR SPECIFICATION ENVIRONMENTAL MANAGEMENT PLAN
ENVIRONMENTAL MANAGEMENT PLAN (EMP)
This document forms an integral part of the Contract Specifications and, in particular, shall be apart of the ENVIRONMENTAL MANAGEMENT PLAN FOR CONSTRUCTION WORK. The Contractorshall comply with the requirements of the following specification:
1. Introduction
The following is a generic EMP to mitigate against “generally occurring impacts” associated with theconstruction phase. "Generally occurring impacts" refers to potential impacts typical of water infrastructureactivities and are not restricted to a single or specific site. The findings of this EMP will be implemented atall sites.The management of impacts associated with various categories of concern is discussed as separate topics,as indicated in Table 1(a) below.
TABLE 1(a): Category of Concerns
Paragraphnumber
Category of concern
1.1 Soil1.2 Water1.3 Air1.4 Social and Cultural1.5 Aesthetics1.6 Archaeological and Cultural sites.1.7 Flora1.8 Fauna1.9 Infrastructure
1.10 Safety1.11 Waste1.12 Rehabilitation and Site clearance.
1.1 Soil
a) Topsoil should be temporarily stockpiled, separately from (clay) subsoil and rocky material,when areas are cleared. If mixed with clay sub-soil the usefulness of the topsoil forrehabilitation of the site will be lost.
b) Stockpiled topsoil should not be compacted and should be replaced as the final soil layer. Novehicles are allowed access onto the stockpiles after they have been placed.
c) Stockpiled soil should be protected by erosion-control berms if exposed for a period of greaterthan 14 days during the wet season. The need for such measures will be indicated in the site-specific report.
d) Topsoil stripped from different sites must be stockpiled separately and clearly identified assuch. Topsoil obtained from sites with different soil types must not be mixed.
e) Topsoil stockpiles must not be contaminated with oil, diesel, petrol, waste or any other foreignmatter, which may inhibit the later growth of vegetation and micro-organisms in the soil.
f) Soil must not be stockpiled on drainage lines or near watercourses without prior consent fromthe Project Manager.
g) Soil should be exposed for the minimum time possible once cleared of invasive vegetation,that is the timing of clearing and grubbing should be co-ordinated as much as possible toavoid prolonged exposure of soils to wind and water erosion. Stockpiled topsoil must beeither vegetated with indigenous grasses or covered with a suitable fabric to prevent erosionand invasion by weeds.
h) Limited vehicular access is allowed across rocky outcrops and ridges.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.28
i) All cut and fill surfaces need to be stabilized with appropriate material or measures whenmajor civil works are complete.
j) Erosion and donga crossings must be dealt with as river crossings. Appropriate soil erosionand control procedures must be applied to all embankments that are disturbed anddestabilized.
k) All equipment must be inspected regularly for oil or fuel leaks before it is operated. Leakagesmust be repaired on mobile equipment or containment trays placed underneath immobileequipment until such leakage has been repaired.
l) Soil contaminated with oil must be appropriately treated and disposed of at a permitted landfillsite or the soil can be regenerated using bio-remediation methods.
m) Runoff must be reduced by channelling water into existing surface drainage system.
1.2 Water
a) Adequate sedimentation control measures must be instituted at any river crossings whenexcavations or disturbance of a riverbanks or riverbeds takes place.
b) Adequate sedimentation control measures must be implemented where excavations ordisturbance of drainage lines of a wetland may take place.
c) All fuel, chemical, oil, etc spills must be confined to areas where the drainage of water can becontrolled. Use appropriate structures and methods to confine spillages such as theconstruction of berms and pans, or through the application of surface treatments thatneutralise the toxic effects prior to the entry into a water course.
d) Oil absorbent fibres must be used to contain oil spilt in water.e) During construction through a wetland, the majority of the flow of the wetland should be
allowed to pass downstream.f) Vehicular traffic across wetland areas must be avoided.g) No dumping of foreign material in streams, rivers and/or wetland areas is allowed.h) The wetland area and/or river must not be drained, filled or altered in any way including
alteration of a bed and/or, banks, without prior consent from the DWAF. The necessarylicenses must be obtained in terms of Section 21 and 22 of the National Water Act, 36 of 1998from DWAF.
i) No fires or open flames are allowed in the vicinity of the wetland, especially during the dryseason.
j) No swimming, washing (including vehicles and equipment), fishing or related activity ispermitted in a wetland or river without written permission from the Project Manager.
k) Disturbances to nesting, breeding and roaming sites of animals in or adjacent to wetlandareas must be minimized.
1.3 Air
a) Speed limits must be implemented in all areas, including public roads and private property tolimit the levels of dust pollution.
b) Dust must be suppressed on access roads and construction sites during dry periods by theregular application of water or a biodegradable soil stabilisation agent. Water used for thispurpose must be used in quantities that must not result in the generation of run-off.
c) The site-specific investigation will quantify the impact of dust on nearby wetlands, rivers anddams in terms of sedimentation. Mitigation measures identified during the site specific studymust be implemented.
d) The Contractor must notify the Principal of all schools within 50m of the site of proposedactivities. The Principal must in turn ensure that children with allergies and respiratoryailments take the necessary precautionary measures during the construction period. TheContractor must ensure that construction activities do not disturb school activities e.g. dustclouds may reduce visibility affecting sports activities.
e) Waste must be disposed of, as soon as possible at a municipal transfer station, skip or on apermitted landfill site. Waste must not be allowed to stand on site to decay, resulting inmalodours.
f) Noise control measures must be implemented. All noise levels must be controlled at thesource. All employees must be given the necessary ear protection gear. IAP’s must beinformed of the excessive noise factors.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.29
g) The Contractor must inform all adjacent landowners of any after-hour construction activitiesand any other activity that could cause a nuisance e.g. the application of chemicals to thework surface. Normal working hours must be clearly indicated to adjacent land owners.
h) No loud music is allowed on site and in construction camps.i) No fires are allowed if smoke from such fires will cause a nuisance to IAPs.
1.4 Social and Cultural
a) Access by non-construction people onto any construction sites must be restricted. TheContractors activities and movement of staff must be restricted to designated constructionareas only.
b) The Contractors crew must be easily identifiable due to clothing, identification cards or othermethods.
c) Rapid migration of job seekers could lead to squatting and social conflict with residentcommunities and increase in social pathologies if not properly addressed. The Contractormust ensure that signs indicating the availability of jobs are installed.
d) Criteria for selection and appointment (by the Contractor) of construction labour must beestablished to allow for preferential employment of local communities. The Local Authoritymust be actively involved in the process of appointing temporary labourers.
e) Sub-Contractors and their employees must comply with all the requirements of this documentand supporting documents e.g. the Contract document that applies to the Contractor.Absence of specific reference to the sub-contractor in any specification does not imply that thesub-contractor is not bound by this document.
f) No member of the construction workforce is allowed to wander around private property,except within the immediate surrounding of the site.
g) The Contractor must provide suitable sanitation facilities for site staff. Sanitation providedduring the construction phase should be managed so that it does not cause environmentalhealth problems. The use of the surrounding veld for toilet purposes is not permitted underany circumstance.
h) The Contractor must arrange for all his employees and those of his sub-contractors to beinformed of the findings of the environmental report before the commencement ofconstruction to ensure:
A basic understanding of the key environmental features of the work site andenvironments, and
Familiarity with the requirements of this document and the site-specific report.
i) Supervisory staff of the Contractor or his sub-contractors must not direct any person toundertake any activities which would place such person in contravention of the specificationsof this document, endanger his/her life or cause him/her to damage the environment.
j) The demand for construction materials and supplies will have an effect on the local economy.This impact can be optimised by sourcing and purchasing materials locally and regionally
wherever possible, insofar as the material complies with the design specification.k) The Contractor must maintain a detailed complaints register. This must be forwarded,
together with solutions, to the authorities when requested.
1.5 Aesthetics
a)Scenic Quality
Damage to the natural environment must be minimized.
Trees and tall woody shrubs must be protected from damage to provide a natural visualshield. Excavated material must not be placed on such plants and movement acrossthem must not be allowed, as far as practical.
The clearing of all sites must be kept to a minimum and surrounding vegetation must, asfar as possible, be left intact as a natural shield.
No painting or marking of natural features must be allowed.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.30
b)Above-ground Structures (reservoirs, water hammer tanks, valve chambers, pump stationsetc)
All above ground structures should be located in areas where the visual impact fromroads, houses etc is minimised.
All above ground structures could be treated or painted to blend in with the naturalenvironment.
c) Cut and fill areas, river and stream crossings and other soil stabilisation works must beconstructed to blend in with the natural environment.
d)Natural outcrops, rocky ridges and other natural linear features, must not be bisected.Vegetation on such features must, as far as possible, not be cut unless absolutelynecessary for construction.
e)Excavated material must be flattened (not compacted) or removed from site. No heaps ofspoil material must be left on site once the Contractor has moved to a new constructionsite.
f) Any complaints from interest groups regarding the appearance of the construction site mustbe recorded and addressed promptly by the Contractor.
1.6 Archaeology and Cultural Sites
a) All finds of human remains must be reported to the nearest police station.b) Human remains from the graves of victims of conflict, or any burial ground or part thereof
which contains such graves and any other graves that are deemed to be of culturalsignificance may not be destroyed, damaged, altered, exhumed or removed from their originalpositions without a permit from the South African Heritage and Resource Agency (SAHRA).
c) Work in areas where artefacts are found must cease immediately.d) Under no circumstances must the Contractor, his/her employees, his/her sub-contractors or
his/her sub-contractors’ employees remove, destroy or interfere with archaeological artefacts.Any person who causes intentional damage to archaeological or historical sites and/or
artefacts could be penalised or legally prosecuted in terms of the National Heritage ResourcesAct, 25 of 1999.
e) A fence at least 2m outside the extremities of the site must be erected to protectarchaeological sites.
f) All known and identified archaeological and historical sites must be left untouched.g) Work in the area can only be resumed once the site has been completely investigated. The
Project Manager will inform the Contractor when work can resume.
1.7 Flora
a) All suitable and rare flora and seeds must be rescued and removed from the site. They mustbe suitably stored, for future use in rehabilitation.
b) The felling and/or cutting of trees and clearing of bush must be minimised.c) Bush must only be cleared to provide essential access for construction purposes.d) The spread of alien vegetation must be minimized.e) Any incident of unauthorised removal of plant material, as well as accidental damage to
priority plants, must be documented by the Contractor.f) Woody vegetative matter stripped during construction must either be spread randomly
throughout the surrounding veld so as to provide biomass for other micro-organisms andhabitats for small mammals and birds, or it may be stockpiled for later redistribution over thereinstated top soiled surface. No vegetative matter must be burnt or removed for firewoodother than those removed during the grubbing and clearing phase. Such vegetation can bemade available to the local inhabitants to be used as firewood.
g) No tree outside the footprint of the Works area must be damaged.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.31
1.8 Fauna
a) No species of animal may be poached, snared, hunted, captured or wilfully damaged ordestroyed.
b) Snakes and other reptiles that may be encountered on the construction site must not be killedunless the animal endangers the life of an employee.
c) Anthills and/or termite nests that occur must not be disturbed unless it is unavoidable forconstruction purposes.
d) Disturbances to nesting sites of birds must be minimized.e) The Contractor must ensure that the work site is kept clean and free from rubbish, which
could attract pests.
1.9 Infrastructure
a) The relevant authorities must be notified of any interruptions of services, especially the LocalMunicipality, National Road Agency, Spoornet, TELKOM and ESKOM. In addition, care mustbe taken to avoid damaging major and minor pipelines and other services.
b) The integrity of property fences must be maintained.c) No telephone lines must be dropped during the construction operations, except were prior
agreement by relevant parties is obtained. All crossings must be protected, raised orrelocated as necessary.
d) All complaints and/or problems related to impacts on man-made facilities and activities mustbe promptly addressed by the Contractor and documented.
e) Storage Facilities
Proper storage facilities should be provided for the storage of oils, grease, fuels,chemicals and hazardous materials.
The Contractor must ensure that accidental spillage does not pollute soil and waterresources.
Fuel stock reconciliation must be done on all underground tanks to ensure no loss of oil,which could pollute groundwater resources.
Cement must be stored and mixed on an impermeable substratum.
f) Traffic Control
All reasonable precautions must be taken during construction to avoid severelyinterrupting the traffic flow on existing roads, especially during peak periods.
Before any work can start the Local Traffic Department must be consulted aboutmeasures to be taken regarding pedestrian and vehicular traffic control.
g) Access Roads
The Contractor and the affected landowner must collaborate on the planning andconstruction of new access routes and the repair or upgrading of existing routes.
Access to the site must be controlled such that only vehicles and persons directlyassociated with the work gains access to the site.
Temporary access roads must not be opened until required and must be restored to itsformer state as soon as the road is no longer needed.
h) Batching Plants
Concrete must be mixed only in an area demarcated for this purpose. All concretespilled outside this area, must be promptly removed by the Contractor and taken to apermitted waste disposal site. After all concrete mixing is complete, all waste concrete
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.32
must be removed from the batching area and disposed of at an approved dumpsite.Stormwater must not be allowed to flow through the batching area. Water laden withcement must be collected in a retention area for evaporation and not allowed to escapethe batching area. Operators must wear suitable safety clothing.
i) Chemical toilet facilities should be managed and serviced by a qualified company. Nodisposal or leakage of sewerage should occur on or near the site.
j) Blasting
Blasting must not endanger public or private property.
Noise mufflers and/or soft explosives must be used to minimize the impact on animals.
All the provisions of the Explosives Act, 26 of 1956 and the Minerals Act, 50 of 1991must be complied with.
The Contractor must take measures to limit fly rock.
1.10 Safety
a) Measures must be taken to prevent any interference that could result in flashover of powerlines due to breaching of clearances or the collapse of power lines due to collisions byvehicles and equipment.
b) Measures must be taken during thunderstorms to protect workers and equipment fromlightning strikes.
c) All tall structures must be properly earthed and protected against lightning strikes.d) Fire prevention
The Contractor must take all the necessary precautions to protect the materials on site and toavoid veld fires.
No fires or open flames are allowed on site unless directly used for constructionpurposes, e.g. acetylene blowtorch.
Review all SABS standards relating to fire precautions and fire control namely, SABS0131-3 Section 8 and SABS 089-1 or as amended.
The Contractor must have fire-fighting equipment and a first aid box available on siteand on all vehicles working on site.
All waste bins must be kept away from fuel tank installations.
All fuel tanks must be installed above ground, depending on the volume of stored fuel,for easy detection of fuel leaks.
Any welding or other sources of heating of materials must be done in a controlledenvironment, wherever possible and under appropriate supervision, in such a manner asto minimise the risk of veld fires and/or injury to staff.
Fires lit for comfort (warmth) must be actively discouraged by the Contractor, due to therisk of veld fires and the risk to adjacent properties. Also, no waste material must beburnt.
e) The process of excavation and back filling must be carried out as a sequential processfollowing one another as quickly as possible. Excavations must only remain open for aminimum period of time and during this time they must be clearly demarcated. If excavationsplace the public at risk these sites must be fenced.
f) The residents directly affected by open trenches must be notified of the dangers. This will bedone during the site-specific phase.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.33
1.11 Waste
Solid Wastea) Littering on site and the surrounding areas is prohibited.b) Clearly marked litterbins must be provided on site. The Contractor must monitor the presence
of litter on the work sites as well as the construction campsite.c) All bins must be cleaned of litter regularly.d) All waste removed from site must be disposed at a municipal/permitted waste disposal site.e) Excess concrete, building rubble or other material must be disposed of in areas designated
specifically for this purpose and not indiscriminately over the construction site.f) The entire works area and all construction sites must be swept of all pieces of wire, metal,
wood or other material foreign to the natural environment.g) Contaminated soil must be treated and disposed of at a permitted waste disposal site, or be
removed and the area rehabilitated immediately.h) Waste must be recycled wherever possible.
Liquid Waste
a) The Contractor must install and maintain mobile toilets at work sites.b) The Contractor must provide adequate and approved facilities for the storage and recycling of
used oil and contaminated hydrocarbons. Such facilities must be designed and sited with theintention of preventing pollution of the surrounding area and environment.
c) All vehicles must be regularly serviced in designated area within the Contractors camp suchthat they do not drip oil.
d) All chemical spills must be contained and cleaned up by the supplier or professional pollutioncontrol personnel. Run-off from wash bays must be intercepted.
Hazardous Waste
a) No hazardous materials must be disposed of in the veld or anyplace other than a registeredlandfill for hazardous material. Hazardous waste must be stored in containers with tight lidsthat must be sealed and must be disposed at an appropriately permitted hazardous wastedisposal site. Such containers must not be used for purposes other than those originallydesigned for.
b) The Contractor must maintain a hazardous material register.
2.12 Rehabilitation
a) When all major construction activities are completed, the site must be inspected to determinesite-specific rehabilitation measures. This may be considered as unplanned work e.g. soilrehabilitation due to oil spills.
b) All temporary buildings and foundations, equipment, lumber, refuse, surplus materials, waste,construction rubble fencing and other materials foreign to the area must be removed.
c) If waste products cannot be recycled they must be disposed of at a permitted landfill site.d) All drainage deficiencies including abandoned pit latrines and waste pits must be corrected.e) Cut and fill areas must be restored and re-shaped.f) The area must be restored to its natural vegetation condition using indigenous trees, shrubs
and grasses as directed by a grassland and/or rehabilitation expert.g) Borrow pits must be re-shaped into even slopes and surfaces to blend with the natural terrain
and topsoil must be replaced.h) The grass mix, shrubs and trees used for rehabilitation must be compatible with the species
identified in the site-specific investigation.i) Areas compacted by vehicles during construction must be scarified to allow penetration of
plant roots and the regrowth of natural vegetation.
2. MonitoringThe correct and successful implementation of environmental management measures, to reducenegative impact on environmental conditions, is ensured by proper monitoring based on a firmprogramme.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.34
2.1 Construction PhaseThe Contractor, Resident Engineer and the Independent Environmental Consultant (IEC) mustmonitor the implementation of these management measures.
Monitoring should be focused on on-site conditions during the establishment of the site and for thefull duration of the construction period when the site is operational.
The following Environmental Monitoring Programme is recommended:
ISSUE FREQUENCIES OFMONITORING
RESPONSIBLEPERSON
WATERPrevention of water pollutionPrevention of stagnant water on site.Proper functioning of sanitation facilities
Weekly in rainy seasonWeekly in rainy seasonWeekly
Contractor’sRepresentative (CR)
SOILSurface or gully erosion on siteSoil contamination with oilsIf small, clean up. If large, appoint asuitable contractor for clean up.
Weekly in rainy seasonMonthlyImmediately
CRCRCR
AirControl domestic fires.Heavy vehicle emission control.Dust control of access roads. Wettingwhen required.
WeeklyMonthlyWeekly inspection
CRCRCR
WASTEEfficiency of domestic waste collection.Prevention of burning of solid/liquidwastes on site.Proper collection and containment ofliquid wastes (petroleum, oils, paints,resins & cooking oils)The recycling and/or disposal thereof.The collection and disposal ofconstruction waste (concrete, wood,steel)Collection of hazardous waste.
Bi Weekly
Weekly
Monthly
Bi Weekly
Monthly
Bi Weekly
CR
CR
CR
CR
CR
CRWILDLIFE
Weed ControlControl of illegal hunting or snaring ofgame, birds or other wild animals.
WeeklyWeekly
CRCR
SOCIALInspect overall appearance of site.(paint work, cleanliness & housekeeping)Resolve complaintsMonitor behaviour of labourers
Weekly
DailyDaily
CR
CR and IECCR
SAFETYInspect road signs, pedestrian andvehicle behaviour
At least once a week CR
3. Forms for CompletionThe following page contain a pro-forma for completion by the Contractor to assist with theimplementation of the Environmental Management Plan. The style and content may be easilyamended to suit al other identified environmental affects.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C3.35
IDEN
TIFI
CA
TIO
N O
F EN
VIR
ON
MEN
TAL
AFF
ECTS
SITE
:
CO
NTR
OLL
ED A
ND
UN
CO
NTR
OLL
ED E
MIS
SIO
NS
TO T
HE
ATM
OSP
HER
E
TYPE
OF
EMIS
SIO
N IN
CA
SE O
F IN
CID
ENT,
AC
CID
ENT
OR
PO
TEN
TIA
LEM
ERG
ENC
Y SI
TUA
TIO
NS
Con
trac
tor’s
Rep
rese
ntat
ive
TYPE
OF
EMIS
SIO
NU
ND
ERA
BN
OR
MA
LO
PER
ATI
NG
CO
ND
ITIO
NS
DA
TE:
TYPE
OF
EMIS
SIO
NU
ND
ER N
OR
MA
LO
PER
ATI
NG
CO
ND
ITIO
NS
Proj
ect M
anag
er
LOC
ATI
ON
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC4 Site Information
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C4.1
SAKHISIZWE LOCAL MUNICIPALITY
PROJECT: R/EC/6367/09/09
CONSTRUCTION OF MANZANA ACCESS ROADS
C4 SITE INFORMATION
Bidders are expected to make their own assessment of the site, site access, geotechnical conditions,services etc before submitting Bids. No claims for extension of time or additional compensation ofany kind will be entertained if it is found (in the opinion of the Engineer) that such claims are theresult of a lack of knowledge of the site conditions where such conditions could and would have beenreasonably foreseen by a suitably qualified and competent person carrying out an investigation of thesite.
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC4 Site Information
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C4.2
LOCALITY PLAN
PROJECT AREA
CALA CBD
REV. CHECKEDDATE DRAWN DESCRIPTION
DRAWN:
DRG. FILE NAME:
CHECKED:
APPR'D
SCALE:
DISCIPLINE:
CLIENT:
DESIGNED:
DRG No:
A1
SHEET NO. OF
REV.No.
PROJECT LEADER:
PRIVATE BAG X2
TEL: (043) 831 1028
KOMGA 4950
NO 2 RIDGE ROAD
EAST LONDON 5241
TEL: (043) 748 3382
BEACON BAY
ISSUE FOR TENDER
AS SHOWN
MMF
MMF
CIVIL
SAKHISIZWE LM
MMF
BCE-SLM-CMAR-LP1
CONSTRUCTION OF MANZANA ACCESS ROADS
LOCALITY PLAN
SAKHISIZWE LOCAL MUNICIPALITY
T
11
MMB
10/19T
10/19
10/19
10/19
10/19
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC4 Site Information
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C4.3
SCHEDULE OF CONTRACT DOCUMENTS
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC4 Site Information
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C4.4
SCHEDULE OF CONTRACT DOCUMENTS
The following documents form part of this Contract:
(i) VOLUME 1: The General Conditions of Contract for Construction Works 3nd Edition (2015), whichthe bidder must purchase, which the bidder must purchase at his own cost.
(ii) VOLUME 2: The Standard Specifications for Road and Bridge Works for State Road Authoritiesissued by COLTO 1998 Edition will be valid for this contract.
(iii) VOLUME 3: The Project Document, in which are bound the Bid Notice, Bid Rules, SpecialConditions of Contract, Project Specifications, Particular Specifications, Schedule ofQuantities, Form of Bid, and other documents.
(iv) VOLUME 4: Set of drawings issued with Volume 3 for bid purposes (may be bound in at the back ofVolume 3 or issued as a separate volume).
NOTE:
1. SUBMISSION OF BID – of the above documents, only VOLUMES 3 and 4 are to be submitted.2. Volume 1 is obtainable from the South African Institution of Civil Engineers while Volume 2 is obtainable
from Standards South Africa, a division of South African Bureau of Standards
Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC5 Drawings
Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2
C5.1
SAKHISIZWE LOCAL MUNICIPALITY
PROJECT: R/EC/6367/09/09
CONSTRUCTION OF MANZANA ACCESS ROADS
C5 DRAWINGS
List of DrawingsDRG No TITTLEBCE /SLM / CMAR / LP1 Locality Plan
BCE /SLM / CMAR / LC00 Road Layout Plan Sheet 1 of 1
BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-sectionDetails Sheet 1 of 5
BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-sectionDetails Sheet 2 of 5
BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-sectionDetails Sheet 3 of 5
BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-sectionDetails Sheet 4 of 5
BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-sectionDetails Sheet 5 of 5
BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-sectionDetails Sheet 1 of 5
BCE /SLM / CMAR / LC02 Secondary Road Layout Plan Longsection & Cross-sectionDetails Sheet 1 of 2
BCE /SLM / CMAR / LC02 Secondary Road Layout Plan Longsection & Cross-sectionDetails Sheet 2 of 2
BCE /SLM / CMAR / TD01 Roads Typical Details and Stormwater DetailsBCE /SLM / CMAR / L00 Low Level Bridge Details
TO SUITE
ELEVATION
0.4500.4500.6900.4500.6900.4500.450 0.700
1.3
20
0.3
50
0.2
50
0.2
50
1.9
20
450X250X250 GUIDE BLOCK
Y20-250 DOWELS
1.0
00
250 CONCRETE BASE SLAB
1200X1200 PORTAL CULVERT
MESH REF 888
Y12-250
Y10-250
A
A
0.150
0.300
SCALE 1:50
Y12
0.690
2% 2%
CAMBER
ROAD
1:2
1:2
3.660
0.250
3.360
1.220 1.220 1.220
0.000
250 CONCRETE BASE
WINGWALL
SECTION A-A
0.2
50
0.6
64
2.000
SCALE 1:40
FLOW DIRECTION
ROAD WAY
0
.
2
0
0
2.0
00
2.000TO SUITE2.000
4
5
°
2.0
00
3.6
62
.0
00
PLAN VIEW
SCALE 1:20
0
.
2
0
0
WINGWALL BASE
0
.
6
0
0
0
.
1
0
0
REV. CHECKEDDATE DRAWN DESCRIPTION
DRAWN:
DRG. FILE NAME:
CHECKED:
APPR'D
SCALE:
DISCIPLINE:
CLIENT:
DESIGNED:
DRG No:
Beacon Bay
No. 2 Ridge Road
EAST LONDON
A1
SHEET NO. OF
REV.No.
PROJECT LEADER:
East London, 5241
Tel. (043)748 3382
Fax. (043)748 3382
Sidwadwa View
No. 37 Mtamvuna Road
MTHATHA
Mthatha, 5100
Tel. (047)495 0459
Fax. (047)495 0459
ISSUE FOR TENDER
AS SHOWN
MMF
MMF
CIVIL
SAKHISIZWE LM
MMF
BCE-SLM-CMAR-L00
CONSTRUCTION OF MANZANA ACCESS ROADS
LOW LEVEL BRIDGE DETAILS
SAKHISIZWE LOCAL MUNICIPALITY
T
11
MMB
10/19C
10/19
10/19
10/19
10/19
0
2
0
4
0
6
0
8
0
1
0
0
1
2
0
1
4
0
1
6
0
1
8
0
2
0
0
2
2
0
2
4
0
2
6
0
2
8
0
3
0
0
3
2
0
3
4
0
3
6
0
3
8
0
4
0
0
4
2
0
4
4
0
4
6
0
4
8
0
M
A
N
Z
A
N
A
A
R
-
M
A
I
N
R
D
5
0
0
5
2
0
5
4
0
5
6
0
5
8
0
6
0
0
6
2
0
6
4
0
6
6
0
6
8
0
7
0
0
7
2
0
7
4
0
7
6
0
7
8
0
8
0
0
8
2
0
8
4
0
8
6
0
8
8
0
9
0
0
9
2
0
9
4
0
9
6
0
9
8
0
M
A
N
Z
A
N
A
A
R
-
M
A
I
N
R
D
1
0
0
0
1
0
2
0
1
0
4
0
1
0
6
0
1
0
8
0
1
1
0
0
1
1
2
0
1
1
4
0
1
1
6
0
1
1
8
0
1
2
0
0
1220
1240
1260
1280
1300
1320
1340
1360
1380
1400
1420
1440
1460
1
4
8
0
M
A
N
Z
A
N
A
A
R
- M
A
IN
R
D
1
5
0
0
1
5
2
0
1
5
4
0
1
5
6
0
1
5
8
0
1
6
0
0
1
6
2
0
1
6
4
0
1
6
6
0
1
6
8
0
1700
1720
1740
1760
1780
1800
1
8
2
0
1
8
4
0
1
8
6
0
1880
1900
1920
1940
1960
1980
MANZANA AR - MAIN RD
2000
2020
2040
2060
2080
2100
2120
2140
2160
2180
2200
2220
2240
2260
2280
2300
2320
2340
2360
2380
2400
2420
2440
2
4
6
0
2
4
8
0
M
A
N
Z
A
N
A
A
R
-
M
A
I
N
R
D
2
5
0
0
2
5
2
0
2
5
4
0
2
5
6
0
2
5
8
0
2
6
0
0
2
6
2
0
2640
2660
2
6
8
0
2700
2
7
2
0
2
7
4
0
2760
2780
2800
2820
2840
2
8
6
0
2
8
8
0
2
9
0
0
2
9
2
0
2
9
4
0
2
9
6
0
2
9
8
0
M
A
N
Z
A
N
A
A
R
-
M
A
I
N
R
D
3
0
0
0
3
0
2
0
3
0
4
0
3
0
6
0
3
0
8
0
3
1
0
0
3
1
2
0
3
1
4
0
3
1
6
0
3
1
8
0
3
2
0
0
3
2
2
0
3
2
4
0
3
2
4
8
0
2
0
4
0
6
0
80
100
120
140
160
180
200
220
240
260
280
300
320
340
360
380
400
420
440
460
480
500
520
540
5
6
0
5
8
0
6
0
0
6
2
0
6
4
0
6
6
0
6
8
0
7
0
0
7
2
0
7
4
0
7
6
0
780
8
0
0
8
2
0
8
4
0
8
6
0
8
8
0
900
9
2
0
940
9
6
0
980
1000
1
0
2
0
1040
1
0
6
0
1080
1080
+3494500 X +3494500 X
+3494000 X +3494000 X
+3493500 X +3493500 X
+3495000 X +3495000 X
+3495500 X +3495500 X
REV. CHECKEDDATE DRAWN DESCRIPTION
DRAWN:
DRG. FILE NAME:
CHECKED:
APPR'D
SCALE:
DISCIPLINE:
CLIENT:
DESIGNED:
DRG No:
Beacon Bay
No. 2 Ridge Road
EAST LONDON
A1
SHEET NO. OF
REV.No.
PROJECT LEADER:
East London, 5241
Tel. (043)748 3382
Fax. (043)748 3382
Sidwadwa View
No. 37 Mtamvuna Road
MTHATHA
Mthatha, 5100
Tel. (047)495 0459
Fax. (047)495 0459
ISSUE FOR TENDER
AS SHOWN
MMF
MMF
CIVIL
SAKHISIZWE LM
MMF
BCE-SLM-CMAR-L00
CONSTRUCTION OF MANZANA ACCESS ROADS
MANZANA ACCESS ROAD LAYOUT PLAN
LONGSECTION & CROSS SECTION DRAWING DETAILS
SAKHISIZWE LOCAL MUNICIPALITY
C
11
MMB
10/19C
10/19
10/19
10/19
10/19
0
20
40
60
80
100
120
140
160
180
200
2
2
0
2
4
0
2
6
0
2
8
0
3
0
0
3
2
0
3
4
0
3
6
0
3
8
0
400
420
440
46
0
480
MANZANA AR - MAIN RD
500
520
540
560
58
0
600
62
0
640
66
0
680
700
720
740
760
780
800
820
840
860
880
+
3
4
9
5
3
0
0
X
-
6
1
8
0
0
Y
+
3
4
9
5
3
0
0
X
-
6
1
9
0
0
Y
+
3
4
9
5
3
0
0
X
-
6
2
0
0
0
Y
+
3
4
9
5
3
0
0
X
-
6
2
1
0
0
Y
-
6
2
2
0
0
Y
+
3
4
9
5
3
0
0
X
-
6
1
7
0
0
Y
+
3
4
9
5
2
0
0
X
-
6
1
8
0
0
Y
+
3
4
9
5
2
0
0
X
-
6
1
9
0
0
Y
+
3
4
9
5
2
0
0
X
-
6
2
0
0
0
Y
+
3
4
9
5
2
0
0
X
-
6
2
1
0
0
Y
+
3
4
9
5
2
0
0
X
-
6
2
2
0
0
Y
+
3
4
9
5
2
0
0
X
+
3
4
9
5
1
0
0
X
-
6
2
0
0
0
Y
+
3
4
9
5
1
0
0
X
-
6
2
1
0
0
Y
+
3
4
9
5
1
0
0
X
-
6
2
2
0
0
Y
+
3
4
9
5
0
0
0
X
-
6
2
1
0
0
Y
+
3
4
9
5
4
0
0
X
-
6
1
8
0
0
Y
+
3
4
9
5
4
0
0
X
-
6
1
9
0
0
Y
+
3
4
9
5
4
0
0
X
-
6
2
0
0
0
Y
+
3
4
9
5
4
0
0
X
-
6
1
7
0
0
Y
+
3
4
9
5
4
0
0
X
-
6
1
6
0
0
Y
+
3
4
9
5
4
0
0
X
+
3
4
9
5
5
0
0
X
-
6
1
8
0
0
Y
+
3
4
9
5
5
0
0
X
-
6
1
9
0
0
Y
+
3
4
9
5
5
0
0
X
-
6
1
7
0
0
Y
+
3
4
9
5
5
0
0
X
-
6
1
6
0
0
Y
+
3
4
9
5
5
0
0
X
-
6
1
5
0
0
Y
-
6
1
4
0
0
Y
+
3
4
9
5
6
0
0
X
-
6
1
7
0
0
Y
+
3
4
9
5
6
0
0
X
-
6
1
6
0
0
Y
-
6
1
5
0
0
Y
+
3
4
9
5
7
0
0
X
-
6
1
6
0
0
Y
Plan Scale 1:1000
1180
1181
1182
1183
1184
1185
1186
1187
1188
1189
1190
1191
1192
1193
1194
1195
1196
Datum 1179.0
1170
1171
1172
1173
1174
1175
1176
1177
1178
1179
1180
1181
1182
1183
1184
1185
1186
Datum 1169.0
0
10
20
30
40
50
60
70
80
90
100
105
110
115
120
125
130
135
140
145
150
155
160
165
170
175
180
185
190
195
200
205
210
215
220
225
230
235
240
245
250
255
260
265
270
275
280
285
290
295
300
310
320
330
340
345
350
355
360
365
370
375
380
385
390
395
400
405
410
415
420
430
440
445
450
455
460
465
470
480
490
500
510
520
530
540
550
560
570
580
590
600
610
620
630
640
650
660
670
680
690
700
705
710
715
720
730
740
750
760
1196.99
1196.27
1195.60
1194.93
1194.22
1193.43
1192.77
1192.21
1191.63
1191.05
1190.47
1190.18
1189.90
1189.70
1189.50
1189.26
1189.01
1188.77
1188.51
1188.20
1187.89
1187.59
1187.29
1186.99
1186.69
1186.39
1186.10
1185.93
1185.80
1185.68
1185.55
1185.45
1185.35
1185.25
1185.21
1185.18
1185.15
1185.12
1185.04
1184.95
1184.84
1184.69
1184.54
1184.39
1184.24
1184.09
1183.94
1183.77
1183.61
1183.44
1183.28
1182.98
1182.71
1182.38
1182.00
1181.82
1181.67
1181.54
1181.45
1181.36
1181.28
1181.20
1181.12
1181.05
1180.98
1180.91
1180.91
1180.90
1180.89
1180.87
1180.86
1180.81
1180.84
1180.87
1180.85
1180.86
1180.86
1180.86
1180.87
1180.87
1180.83
1180.75
1180.67
1180.51
1180.39
1180.26
1180.15
1180.06
1179.98
1179.87
1179.74
1179.60
1179.47
1179.36
1179.25
1179.14
1179.04
1178.89
1178.74
1178.61
1178.47
1178.33
1178.30
1178.28
1178.27
1178.26
1178.21
1178.16
1178.10
1178.04
1197.048
1196.363
1195.677
1194.991
1194.306
1193.725
1193.144
1192.563
1191.983
1191.380
1190.778
1190.477
1190.176
1189.874
1189.573
1189.272
1188.971
1188.670
1188.369
1188.067
1187.766
1187.465
1187.164
1186.863
1186.562
1186.411
1186.260
1186.109
1185.959
1185.808
1185.657
1185.585
1185.512
1185.440
1185.367
1185.294
1185.222
1185.149
1185.077
1184.915
1184.754
1184.592
1184.431
1184.270
1184.108
1183.947
1183.786
1183.646
1183.506
1183.366
1183.226
1182.947
1182.667
1182.387
1182.108
1182.032
1181.957
1181.882
1181.807
1181.731
1181.656
1181.581
1181.505
1181.430
1181.355
1181.280
1181.204
1181.196
1181.188
1181.180
1181.172
1181.156
1181.140
1181.114
1181.089
1181.064
1181.039
1181.014
1180.989
1180.938
1180.888
1180.838
1180.692
1180.547
1180.402
1180.257
1180.111
1180.002
1179.892
1179.782
1179.672
1179.562
1179.452
1179.342
1179.232
1179.123
1178.994
1178.865
1178.737
1178.609
1178.480
1178.351
1178.329
1178.307
1178.284
1178.261
1178.217
1178.172
1178.126
1178.082
1196.986
1196.300
1195.615
1194.929
1194.243
1193.662
1193.082
1192.501
1191.920
1191.318
1190.715
1190.414
1190.113
1189.812
1189.511
1189.209
1188.908
1188.607
1188.306
1188.005
1187.704
1187.402
1187.101
1186.800
1186.499
1186.348
1186.198
1186.047
1185.896
1185.746
1185.595
1185.522
1185.450
1185.377
1185.304
1185.232
1185.159
1185.087
1185.014
1184.853
1184.691
1184.530
1184.369
1184.207
1184.046
1183.884
1183.723
1183.583
1183.443
1183.303
1183.164
1182.884
1182.604
1182.325
1182.045
1181.970
1181.895
1181.819
1181.744
1181.669
1181.594
1181.518
1181.443
1181.368
1181.292
1181.217
1181.142
1181.134
1181.126
1181.118
1181.109
1181.093
1181.077
1181.052
1181.027
1181.001
1180.976
1180.951
1180.926
1180.876
1180.825
1180.775
1180.630
1180.485
1180.339
1180.194
1180.049
1179.939
1179.829
1179.719
1179.609
1179.500
1179.390
1179.280
1179.170
1179.060
1178.932
1178.803
1178.675
1178.546
1178.417
1178.289
1178.266
1178.244
1178.222
1178.199
1178.154
1178.109
1178.064
1178.019
1196.923
1196.238
1195.552
1194.866
1194.181
1193.600
1193.019
1192.438
1191.858
1191.255
1190.653
1190.352
1190.051
1189.749
1189.448
1189.147
1188.846
1188.545
1188.244
1187.942
1187.641
1187.340
1187.039
1186.738
1186.437
1186.286
1186.135
1185.984
1185.834
1185.683
1185.532
1185.460
1185.387
1185.315
1185.242
1185.169
1185.097
1185.024
1184.952
1184.790
1184.629
1184.467
1184.306
1184.145
1183.983
1183.822
1183.661
1183.521
1183.381
1183.241
1183.101
1182.822
1182.542
1182.262
1181.983
1181.907
1181.832
1181.757
1181.682
1181.606
1181.531
1181.456
1181.380
1181.305
1181.230
1181.155
1181.079
1181.071
1181.063
1181.055
1181.047
1181.031
1181.015
1180.989
1180.964
1180.939
1180.914
1180.889
1180.864
1180.813
1180.763
1180.713
1180.567
1180.422
1180.277
1180.132
1179.986
1179.877
1179.767
1179.657
1179.547
1179.437
1179.327
1179.217
1179.107
1178.998
1178.869
1178.740
1178.612
1178.484
1178.355
1178.226
1178.204
1178.182
1178.159
1178.136
1178.092
1178.047
1178.001
1177.957
Direction
240.37.08
104.919
BC
C
Curve 1 Left
Radius=360.000
I= 30.35.17
297.109
EC
C
Direction
210.01.51
339.286
BC
C
Curve 2 Right
Radius=180.000
I= 25.02.35
417.961
EC
C
Direction
235.04.26
436.446
BC
C
Curve 3 Left
Radius=1948.055
I= 1.07.20
474.599
EC
C
Direction
233.57.06
704.002
BC
C
Curve 4 Right
Radius=180.000
I= 3.42.32
715.654
EC
C
Direction
237.39.39
B.V
.C
.
40.000
E.V
.C
.
40.000
B.V
.C
.
80.000
E.V
.C
.
80.000
B.V
.C
.
170.000
E.V
.C
.
170.000
B.V
.C
.
200.000
E.V
.C
.
200.000
B.V
.C
.
240.000
E.V
.C
.
240.000
B.V
.C
.
280.000
E.V
.C
.
280.000
B.V
.C
.
340.000
E.V
.C
.
340.000
B.V
.C
.
400.000
E.V
.C
.
400.000
B.V
.C
.
440.000
E.V
.C
.
440.000
B.V
.C
.
500.000
E.V
.C
.
500.000
B.V
.C
.
550.000
E.V
.C
.
550.000
B.V
.C
.
640.000
E.V
.C
.
640.000
B.V
.C
.
700.000
E.V
.C
.
700.000
-6.858 %
40.000 1194.243
-5.807 %
80.000 1191.920
-6.023 %
170.000 1186.499
-3.013 %
200.000 1185.595
-1.453 %
240.000 1185.014
-3.227 %
280.000 1183.723
-2.797 %
340.000 1182.045
-1.505 %
400.000 1181.142
-0.163 %
440.000 1181.077
-0.503 %
500.000 1180.775
-1.452 %
550.000 1180.049
-1.099 %
640.000 1179.060
-1.285 %
700.000 1178.289
-0.450 %
760.0001177.974
2.50000
-2.50000
Chainage 0 to 760
Horizontal Scale 1:1000
Vertical Scale 1:100
Chainage
Centreline Peg Levels
Left Edge
Centre Line
Right Edge
Grades
Vertical Curves
Superelevation
Horizontal Curves
Ve
rtica
l A
lig
nm
en
t
De
sig
n R
oa
d L
eve
ls
Datum 1196.0 Chainage 0
Cut=0.34m2 Fill=0.10m2
Datum 1194.0 Chainage 30
Cut=0.10m2 Fill=0.10m2
Datum 1192.0 Chainage 60
Cut=0.00m2 Fill=2.27m2
Datum 1190.0 Chainage 90
Cut=0.00m2 Fill=1.98m2
Datum 1189.0 Chainage 120
Cut=0.17m2 Fill=0.09m2
Datum 1187.0 Chainage 150
Cut=1.55m2 Fill=0.00m2
Datum 1185.0 Chainage 180
Cut=0.03m2 Fill=0.54m2
Datum 1185.0 Chainage 210
Cut=0.02m2 Fill=0.58m2
Datum 1184.0 Chainage 240
Cut=0.31m2 Fill=0.00m2
Datum 1183.0 Chainage 270
Cut=1.60m2 Fill=0.00m2
Datum 1182.0 Chainage 300
Cut=0.97m2 Fill=0.00m2
Datum 1182.0 Chainage 330
Cut=0.53m2 Fill=0.00m2
Datum 1181.0 Chainage 360
Cut=0.00m2 Fill=2.19m2
Datum 1180.0 Chainage 390
Cut=0.00m2 Fill=2.29m2
Datum 1180.0 Chainage 420
Cut=0.01m2 Fill=1.80m2
Datum 1180.0 Chainage 450
Cut=0.09m2 Fill=1.35m2
Datum 1180.0 Chainage 480
Cut=0.45m2 Fill=0.39m2
Datum 1180.0 Chainage 510
Cut=0.63m2 Fill=0.20m2
Datum 1179.0 Chainage 540
Cut=0.74m2 Fill=0.06m2
Datum 1179.0 Chainage 570
Cut=1.33m2 Fill=0.00m2
Datum 1179.0 Chainage 600
Cut=0.98m2 Fill=0.04m2
Datum 1178.0 Chainage 630
Cut=0.83m2 Fill=0.07m2
Datum 1178.0 Chainage 660
Cut=0.90m2 Fill=0.07m2
Datum 1178.0 Chainage 690
Cut=0.72m2 Fill=0.15m2
Datum 1177.0 Chainage 720
Cut=0.78m2 Fill=0.14m2
Datum 1177.0 Chainage 750
Cut=0.66m2 Fill=0.21m2
Datum 1177.0 Chainage 760
Cut=0.61m2 Fill=0.25m2
Horizontal Scale 1:500
Vertical Scale 1:100
REV. CHECKEDDATE DRAWN DESCRIPTION
DRAWN:
DRG. FILE NAME:
CHECKED:
APPR'D
SCALE:
DISCIPLINE:
CLIENT:
DESIGNED:
DRG No:
Beacon Bay
No. 2 Ridge Road
EAST LONDON
A1
SHEET NO. OF
REV.No.
PROJECT LEADER:
East London, 5241
Tel. (043)748 3382
Fax. (043)748 3382
Sidwadwa View
No. 37 Mtamvuna Road
MTHATHA
Mthatha, 5100
Tel. (047)495 0459
Fax. (047)495 0459
ISSUE FOR TENDER
AS SHOWN
MMF
MMF
CIVIL
SAKHISIZWE LM
MMF
BCE-SLM-CMAR-L01
CONSTRUCTION OF MANZANA ACCESS ROADS
MANZANA MAIN ROAD LAYOUT PLAN
LONGSECTION & CROSS SECTION DRAWING DETAILS
SAKHISIZWE LOCAL MUNICIPALITY
C
51
MMB
10/19C
10/19
10/19
10/19
10/19
7
4
0
7
6
0
7
8
0
8
0
0
8
2
0
8
4
0
8
6
0
8
8
0
9
0
0
920
940
960
980
MA
NZ
AN
A A
R - M
AIN
RD
1000
1
0
2
0
1
0
4
0
1
0
6
0
1
0
8
0
1
1
0
0
1
1
2
0
1
1
4
0
1
1
6
0
1
1
8
0
1200
1
2
2
0
1
2
4
0
1
2
6
0
1
2
8
0
1
3
0
0
1
3
2
0
1
3
4
0
1
3
6
0
1
3
8
0
1
4
0
0
1
4
2
0
1
4
4
0
1
4
6
0
1
4
8
0
M
A
N
Z
A
N
A
A
R
-
M
A
IN
R
D
1
5
0
0
1
5
2
0
1
5
4
0
1
5
6
0
1
5
8
0
1
6
0
0
1
6
2
0
1
6
4
0
1
6
6
0
1
6
8
0
1
7
0
0
1
0
0
0
1
0
2
0
1
0
4
0
1
0
6
0
1
0
8
0
1
0
8
0
+
3
4
9
4
7
0
0
X
-
6
2
3
0
0
Y
+
3
4
9
4
7
0
0
X
-
6
2
4
0
0
Y
+
3
4
9
4
7
0
0
X
-
6
2
5
0
0
Y
-
6
2
2
0
0
Y
+
3
4
9
4
6
0
0
X
-
6
2
3
0
0
Y
+
3
4
9
4
6
0
0
X
-
6
2
4
0
0
Y
+
3
4
9
4
6
0
0
X
-
6
2
5
0
0
Y
+
3
4
9
4
6
0
0
X
-
6
2
6
0
0
Y
+
3
4
9
4
5
0
0
X
-
6
2
4
0
0
Y
+
3
4
9
4
5
0
0
X
-
6
2
5
0
0
Y
+
3
4
9
4
5
0
0
X
-
6
2
6
0
0
Y
+
3
4
9
4
4
0
0
X
-
6
2
4
0
0
Y
+
3
4
9
4
4
0
0
X
-
6
2
5
0
0
Y
+
3
4
9
4
4
0
0
X
+
3
4
9
4
8
0
0
X
-
6
2
3
0
0
Y
+
3
4
9
4
8
0
0
X
-
6
2
4
0
0
Y
+
3
4
9
4
8
0
0
X
-
6
2
5
0
0
Y
+
3
4
9
4
8
0
0
X
-
6
2
2
0
0
Y
+
3
4
9
4
9
0
0
X
-
6
2
3
0
0
Y
+
3
4
9
4
9
0
0
X
-
6
2
4
0
0
Y
+
3
4
9
4
9
0
0
X
-
6
2
2
0
0
Y
+
3
4
9
4
9
0
0
X
-
6
2
1
0
0
Y
+
3
4
9
5
0
0
0
X
-
6
2
3
0
0
Y
+
3
4
9
5
0
0
0
X
-
6
2
4
0
0
Y
+
3
4
9
5
0
0
0
X
-
6
2
2
0
0
Y
+
3
4
9
5
0
0
0
X
-
6
2
1
0
0
Y
+
3
4
9
5
1
0
0
X
-
6
2
3
0
0
Y
+
3
4
9
5
1
0
0
X
-
6
2
2
0
0
Y
+
3
4
9
5
1
0
0
X
-
6
2
1
0
0
Y
+
3
4
9
5
2
0
0
X
-
6
2
2
0
0
Y
Plan Scale 1:1000
1162
1163
1164
1165
1166
1167
1168
1169
1170
1171
1172
1173
1174
1175
1176
1177
1178
Datum 1161.0
750
760
770
780
790
800
810
820
830
840
850
860
865
870
875
880
885
890
895
900
905
910
920
930
940
950
960
970
980
990
1000
1010
1015
1020
1025
1030
1035
1040
1045
1050
1060
1070
1080
1090
1100
1110
1120
1130
1140
1150
1160
1170
1180
1185
1190
1195
1200
1205
1210
1215
1220
1230
1240
1250
1260
1270
1280
1290
1300
1310
1320
1330
1340
1350
1360
1370
1380
1390
1400
1410
1420
1430
1440
1445
1450
1455
1460
1465
1470
1475
1480
1485
1490
1500
1510
1178.10
1178.04
1178.00
1177.95
1177.91
1177.87
1177.84
1177.82
1177.77
1177.66
1177.60
1177.53
1177.49
1177.45
1177.41
1177.36
1177.28
1177.20
1177.11
1177.02
1176.97
1176.92
1176.80
1176.63
1176.48
1176.32
1176.18
1176.08
1176.00
1175.92
1175.84
1175.79
1175.77
1175.76
1175.75
1175.75
1175.75
1175.74
1175.73
1175.71
1175.66
1175.59
1175.53
1175.47
1175.43
1175.44
1175.44
1175.41
1175.36
1175.31
1175.27
1175.20
1174.98
1174.86
1174.76
1174.66
1174.55
1174.42
1174.29
1174.15
1174.00
1173.68
1173.26
1172.84
1172.55
1172.27
1171.94
1171.61
1171.31
1171.09
1170.88
1170.66
1170.43
1170.26
1170.02
1169.73
1169.42
1169.10
1168.76
1168.40
1168.05
1167.70
1167.36
1167.19
1167.02
1166.86
1166.71
1166.56
1166.41
1166.26
1166.12
1165.97
1165.83
1165.56
1165.29
1178.126
1178.082
1178.036
1177.987
1177.937
1177.887
1177.838
1177.788
1177.739
1177.689
1177.639
1177.589
1177.526
1177.464
1177.401
1177.338
1177.275
1177.212
1177.135
1177.059
1176.984
1176.907
1176.755
1176.604
1176.452
1176.300
1176.204
1176.108
1176.013
1175.917
1175.822
1175.804
1175.796
1175.787
1175.779
1175.770
1175.761
1175.753
1175.744
1175.736
1175.719
1175.669
1175.620
1175.571
1175.522
1175.473
1175.457
1175.442
1175.426
1175.411
1175.396
1175.244
1174.871
1174.748
1174.624
1174.500
1174.375
1174.251
1174.127
1173.942
1173.756
1173.385
1173.100
1172.816
1172.531
1172.247
1171.962
1171.678
1171.394
1171.119
1170.845
1170.571
1170.297
1170.105
1169.915
1169.594
1169.275
1168.954
1168.624
1168.294
1167.963
1167.633
1167.302
1167.122
1166.941
1166.760
1166.579
1166.398
1166.218
1166.096
1165.975
1165.854
1165.732
1165.490
1165.247
1178.064
1178.019
1177.974
1177.924
1177.875
1177.825
1177.775
1177.726
1177.676
1177.626
1177.577
1177.527
1177.464
1177.401
1177.338
1177.275
1177.212
1177.149
1177.073
1176.997
1176.921
1176.845
1176.693
1176.541
1176.389
1176.237
1176.141
1176.046
1175.950
1175.855
1175.759
1175.742
1175.733
1175.725
1175.716
1175.708
1175.699
1175.690
1175.682
1175.673
1175.656
1175.607
1175.558
1175.508
1175.459
1175.410
1175.395
1175.379
1175.364
1175.348
1175.333
1175.181
1174.809
1174.685
1174.561
1174.437
1174.313
1174.189
1174.065
1173.879
1173.693
1173.322
1173.038
1172.753
1172.469
1172.184
1171.900
1171.615
1171.331
1171.057
1170.782
1170.508
1170.234
1170.043
1169.852
1169.532
1169.212
1168.892
1168.562
1168.231
1167.901
1167.570
1167.240
1167.059
1166.878
1166.698
1166.517
1166.336
1166.155
1166.034
1165.912
1165.791
1165.670
1165.427
1165.185
1178.001
1177.957
1177.911
1177.862
1177.812
1177.762
1177.713
1177.663
1177.614
1177.564
1177.514
1177.464
1177.401
1177.339
1177.276
1177.213
1177.150
1177.087
1177.010
1176.934
1176.859
1176.782
1176.630
1176.479
1176.327
1176.175
1176.079
1175.983
1175.888
1175.792
1175.697
1175.679
1175.671
1175.662
1175.654
1175.645
1175.636
1175.628
1175.619
1175.611
1175.594
1175.544
1175.495
1175.446
1175.397
1175.348
1175.332
1175.317
1175.301
1175.286
1175.271
1175.119
1174.746
1174.623
1174.499
1174.375
1174.250
1174.126
1174.002
1173.817
1173.631
1173.260
1172.975
1172.691
1172.406
1172.122
1171.837
1171.553
1171.269
1170.994
1170.720
1170.446
1170.172
1169.980
1169.790
1169.469
1169.150
1168.829
1168.499
1168.169
1167.838
1167.508
1167.177
1166.997
1166.816
1166.635
1166.454
1166.273
1166.093
1165.971
1165.850
1165.729
1165.607
1165.365
1165.122
Direction
237.39.39
859.426
BC
C
Curve 5 Left
Radius=120.000
I= 23.20.55
908.327
EC
C
Direction
214.18.44
1011.187
BC
C
Curve 6 Right
Radius=120.000
I= 19.41.28
1052.428
EC
C
Direction
234.00.12
1181.191
BC
C
Curve 7 Left
Radius=42.468
I= 49.28.05
1217.857
EC
C
Direction
184.32.07
1314.285
BC
C
Curve 8 Right
Radius=300.000
I= 0.03.39
1314.604
EC
C
Direction
184.35.46
1437.235
BC
C
Curve 9 Right
Radius=300.000
I= 9.52.12
1488.914
EC
C
Direction
194.27.58
B.V
.C
.
770.000
E.V
.C
.
770.000
B.V
.C
.
860.000
E.V
.C
.
860.000
B.V
.C
.
890.000
E.V
.C
.
890.000
B.V
.C
.
950.000
E.V
.C
.
950.000
B.V
.C
.
1000.000
E.V
.C
.
1000.000
B.V
.C
.
1060.000
E.V
.C
.
1060.000
B.V
.C
.
1110.000
E.V
.C
.
1110.000
B.V
.C
.
1160.000
E.V
.C
.
1160.000
B.V
.C
.
1170.000
E.V
.C
.
1170.000
B.V
.C
.
1180.000
E.V
.C
.
1180.000
B.V
.C
.
1210.000
E.V
.C
.
1210.000
B.V
.C
.
1230.000
E.V
.C
.
1230.000
B.V
.C
.
1300.000
E.V
.C
.
1300.000
B.V
.C
.
1340.000
E.V
.C
.
1340.000
B.V
.C
.
1360.000
E.V
.C
.
1360.000
B.V
.C
.
1390.000
E.V
.C
.
1390.000
B.V
.C
.
1440.000
E.V
.C
.
1440.000
B.V
.C
.
1470.000
E.V
.C
.
1470.000
-0.450 %
770.000 1177.974
-0.497 %
860.000 1177.527
-1.260 %
890.000 1177.149
-1.520 %
950.000 1176.237
-0.956 %
1000.000 1175.759
-0.172 %
1060.000 1175.656
-0.492 %
1110.000 1175.410
-0.154 %
1160.000 1175.333
-1.520 %
1170.000 1175.181
-3.720 %
1180.000 1174.809
-2.480 %
1210.000 1174.065
-3.715 %
1230.000 1173.322
-2.844 %
1300.000 1171.331
-2.742 %
1340.000 1170.234
-1.910 %
1360.000 1169.852
-3.200 %
1390.000 1168.892
-3.304 %
1440.000 1167.240
-3.617 %
1470.000 1166.155
-2.426 %
1510.0001164.942
2.50000
-2.50000
Chainage 750 to 1510
Horizontal Scale 1:1000
Vertical Scale 1:100
Chainage
Centreline Peg Levels
Left Edge
Centre Line
Right Edge
Grades
Vertical Curves
Superelevation
Horizontal Curves
Ve
rtica
l A
lig
nm
en
t
De
sig
n R
oa
d L
eve
ls
Datum 1177.0 Chainage 750
Cut=0.66m2 Fill=0.21m2
Datum 1177.0 Chainage 780
Cut=0.61m2 Fill=0.24m2
Datum 1177.0 Chainage 810
Cut=0.78m2 Fill=0.10m2
Datum 1177.0 Chainage 840
Cut=0.59m2 Fill=0.15m2
Datum 1177.0 Chainage 870
Cut=0.70m2 Fill=0.08m2
Datum 1176.0 Chainage 900
Cut=0.47m2 Fill=0.11m2
Datum 1176.0 Chainage 930
Cut=0.85m2 Fill=0.00m2
Datum 1175.0 Chainage 960
Cut=0.52m2 Fill=0.06m2
Datum 1175.0 Chainage 990
Cut=0.68m2 Fill=0.04m2
Datum 1175.0 Chainage 1020
Cut=0.48m2 Fill=0.07m2
Datum 1175.0 Chainage 1050
Cut=0.50m2 Fill=0.08m2
Datum 1175.0 Chainage 1080
Cut=0.26m2 Fill=0.37m2
Datum 1175.0 Chainage 1110
Cut=0.53m2 Fill=0.15m2
Datum 1175.0 Chainage 1140
Cut=0.44m2 Fill=0.30m2
Datum 1174.0 Chainage 1170
Cut=0.50m2 Fill=0.25m2
Datum 1174.0 Chainage 1200
Cut=1.96m2 Fill=0.00m2
Datum 1173.0 Chainage 1230
Cut=2.91m2 Fill=0.00m2
Datum 1172.0 Chainage 1260
Cut=0.72m2 Fill=0.00m2
Datum 1171.0 Chainage 1290
Cut=0.23m2 Fill=0.12m2
Datum 1170.0 Chainage 1320
Cut=0.89m2 Fill=0.00m2
Datum 1169.0 Chainage 1350
Cut=1.82m2 Fill=0.00m2
Datum 1168.0 Chainage 1380
Cut=1.76m2 Fill=0.00m2
Datum 1168.0 Chainage 1410
Cut=1.46m2 Fill=0.00m2
Datum 1167.0 Chainage 1440
Cut=1.07m2 Fill=0.00m2
Datum 1165.0 Chainage 1470
Cut=2.11m2 Fill=0.00m2
Datum 1165.0 Chainage 1500
Cut=1.14m2 Fill=0.00m2
REV. CHECKEDDATE DRAWN DESCRIPTION
DRAWN:
DRG. FILE NAME:
CHECKED:
APPR'D
SCALE:
DISCIPLINE:
CLIENT:
DESIGNED:
DRG No:
Beacon Bay
No. 2 Ridge Road
EAST LONDON
A1
SHEET NO. OF
REV.No.
PROJECT LEADER:
East London, 5241
Tel. (043)748 3382
Fax. (043)748 3382
Sidwadwa View
No. 37 Mtamvuna Road
MTHATHA
Mthatha, 5100
Tel. (047)495 0459
Fax. (047)495 0459
ISSUE FOR TENDER
AS SHOWN
MMF
MMF
CIVIL
SAKHISIZWE LM
MMF
BCE-SLM-CMAR-L01
CONSTRUCTION OF MANZANA ACCESS ROADS
MANZANA MAIN ROAD LAYOUT PLAN
LONGSECTION & CROSS SECTION DRAWING DETAILS
SAKHISIZWE LOCAL MUNICIPALITY
C
52
MMB
10/19C
10/19
10/19
10/19
10/19
1
4
0
0
1
4
2
0
1
4
4
0
1
4
6
0
1
4
8
0
M
A
N
Z
A
N
A
A
R
-
M
A
I
N
R
D
1
5
0
0
1
5
2
0
1
5
4
0
1
5
6
0
1
5
8
0
1
6
0
0
1
6
2
0
1
6
4
0
1
6
6
0
1
6
8
0
1
7
0
0
1
7
2
0
1
7
4
0
1
7
6
0
1
7
8
0
1
8
0
0
1
8
2
0
1840
1
8
6
0
1
8
8
0
1
9
0
0
1
9
2
0
1
9
4
0
1
9
6
0
1
9
8
0
M
A
N
Z
A
N
A
A
R
-
M
A
I
N
R
D
2
0
0
0
2
0
2
0
2
0
4
0
2
0
6
0
2
0
8
0
2
1
0
0
2
1
2
0
2
1
4
0
2
1
6
0
2
1
8
0
2
2
0
0
2
2
2
0
2
2
4
0
9
2
0
9
4
0
9
6
0
9
8
0
1
0
0
0
1
0
2
0
1
0
4
0
1
0
6
0
1
0
8
0
1
0
8
0
+
3
4
9
4
2
0
0
X
-
6
2
6
0
0
Y
+
3
4
9
4
2
0
0
X
-
6
2
7
0
0
Y
+
3
4
9
4
2
0
0
X
-
6
2
8
0
0
Y
+
3
4
9
4
2
0
0
X
-
6
2
9
0
0
Y
+
3
4
9
4
2
0
0
X
-
6
2
5
0
0
Y
+
3
4
9
4
1
0
0
X
-
6
2
6
0
0
Y
+
3
4
9
4
1
0
0
X
-
6
2
7
0
0
Y
+
3
4
9
4
1
0
0
X
-
6
2
8
0
0
Y
+
3
4
9
4
1
0
0
X
-
6
2
9
0
0
Y
+
3
4
9
4
1
0
0
X
-
6
3
0
0
0
Y
+
3
4
9
4
0
0
0
X
-
6
2
7
0
0
Y
+
3
4
9
4
0
0
0
X
-
6
2
8
0
0
Y
+
3
4
9
4
0
0
0
X
-
6
2
9
0
0
Y
+
3
4
9
4
0
0
0
X
-
6
3
0
0
0
Y
+
3
4
9
4
0
0
0
X
+
3
4
9
3
9
0
0
X
-
6
2
8
0
0
Y
+
3
4
9
3
9
0
0
X
-
6
2
9
0
0
Y
+
3
4
9
3
9
0
0
X
+
3
4
9
3
8
0
0
X
+
3
4
9
4
3
0
0
X
-
6
2
6
0
0
Y
+
3
4
9
4
3
0
0
X
-
6
2
7
0
0
Y
+
3
4
9
4
3
0
0
X
-
6
2
8
0
0
Y
+
3
4
9
4
3
0
0
X
-
6
2
5
0
0
Y
+
3
4
9
4
3
0
0
X
-
6
2
4
0
0
Y
+
3
4
9
4
4
0
0
X
-
6
2
6
0
0
Y
+
3
4
9
4
4
0
0
X
-
6
2
7
0
0
Y
+
3
4
9
4
4
0
0
X
-
6
2
5
0
0
Y
+
3
4
9
4
4
0
0
X
-
6
2
4
0
0
Y
+
3
4
9
4
4
0
0
X
-
6
2
3
0
0
Y
+
3
4
9
4
5
0
0
X
-
6
2
6
0
0
Y
+
3
4
9
4
5
0
0
X
-
6
2
5
0
0
Y
+
3
4
9
4
5
0
0
X
-
6
2
4
0
0
Y
-
6
2
3
0
0
Y
+
3
4
9
4
6
0
0
X
-
6
2
5
0
0
Y
-
6
2
4
0
0
Y
Plan Scale 1:1000
1150
1151
1152
1153
1154
1155
1156
1157
1158
1159
1160
1161
1162
1163
1164
1165
1166
Datum 1149.0
1500
1510
1520
1530
1540
1550
1560
1570
1580
1590
1600
1610
1620
1630
1640
1650
1660
1670
1675
1680
1685
1690
1695
1700
1705
1710
1715
1720
1725
1730
1735
1740
1750
1760
1770
1780
1790
1800
1805
1810
1815
1820
1825
1830
1835
1840
1845
1850
1855
1860
1865
1870
1875
1880
1885
1890
1900
1910
1920
1930
1940
1950
1960
1970
1980
1990
2000
2010
2020
2030
2040
2050
2060
2070
2080
2090
2100
2110
2120
2130
2140
2150
2160
2170
2180
2190
2200
2210
2220
2230
2240
2245
2250
2260
1165.56
1165.29
1165.02
1164.76
1164.50
1164.20
1163.91
1163.62
1163.33
1163.06
1162.79
1162.54
1162.32
1162.08
1161.86
1161.64
1161.42
1161.22
1161.12
1161.02
1160.91
1160.82
1160.72
1160.62
1160.51
1160.41
1160.29
1160.17
1160.05
1159.93
1159.81
1159.65
1159.32
1159.01
1158.65
1158.26
1157.87
1157.49
1157.30
1157.12
1156.97
1156.83
1156.68
1156.54
1156.41
1156.30
1156.21
1156.13
1156.07
1156.03
1155.99
1155.97
1155.97
1155.98
1156.02
1156.08
1156.28
1156.44
1156.60
1156.80
1157.03
1157.22
1157.38
1157.58
1157.71
1157.79
1157.88
1157.96
1158.03
1158.01
1157.96
1157.91
1157.86
1157.83
1157.82
1157.82
1157.82
1157.82
1157.81
1157.77
1157.72
1157.65
1157.57
1157.50
1157.46
1157.43
1157.33
1157.24
1157.15
1157.03
1156.87
1156.78
1156.69
1156.50
1165.490
1165.247
1165.005
1164.709
1164.413
1164.117
1163.821
1163.525
1163.229
1162.998
1162.766
1162.534
1162.302
1162.070
1161.838
1161.606
1161.375
1161.173
1161.072
1160.971
1160.870
1160.769
1160.668
1160.567
1160.466
1160.365
1160.264
1160.163
1160.002
1159.841
1159.680
1159.519
1159.196
1158.874
1158.507
1158.141
1157.774
1157.408
1157.225
1157.042
1156.858
1156.675
1156.492
1156.309
1156.126
1155.943
1156.005
1156.067
1156.129
1156.192
1156.254
1156.316
1156.378
1156.441
1156.503
1156.565
1156.689
1156.811
1156.933
1157.055
1157.177
1157.299
1157.421
1157.396
1157.370
1157.345
1157.321
1157.317
1157.313
1157.309
1157.306
1157.302
1157.298
1157.294
1157.291
1157.287
1157.283
1157.279
1157.276
1157.234
1157.192
1157.150
1157.108
1157.066
1157.024
1156.982
1156.940
1156.898
1156.856
1156.682
1156.507
1156.419
1156.332
1156.157
1165.427
1165.185
1164.942
1164.646
1164.350
1164.054
1163.759
1163.463
1163.167
1162.935
1162.703
1162.471
1162.240
1162.008
1161.776
1161.544
1161.312
1161.110
1161.009
1160.908
1160.807
1160.707
1160.606
1160.505
1160.404
1160.303
1160.202
1160.101
1159.940
1159.778
1159.617
1159.456
1159.134
1158.811
1158.445
1158.078
1157.712
1157.345
1157.162
1156.979
1156.796
1156.613
1156.430
1156.246
1156.063
1155.880
1155.942
1156.005
1156.067
1156.129
1156.191
1156.254
1156.316
1156.378
1156.440
1156.502
1156.627
1156.749
1156.871
1156.993
1157.114
1157.236
1157.358
1157.333
1157.308
1157.283
1157.258
1157.254
1157.250
1157.247
1157.243
1157.239
1157.235
1157.232
1157.228
1157.224
1157.220
1157.217
1157.213
1157.171
1157.129
1157.087
1157.045
1157.004
1156.962
1156.920
1156.878
1156.836
1156.794
1156.619
1156.444
1156.357
1156.270
1156.095
1165.365
1165.122
1164.880
1164.584
1164.288
1163.992
1163.696
1163.400
1163.104
1162.873
1162.641
1162.409
1162.177
1161.945
1161.713
1161.481
1161.250
1161.048
1160.947
1160.846
1160.745
1160.644
1160.543
1160.442
1160.341
1160.240
1160.139
1160.038
1159.877
1159.716
1159.555
1159.394
1159.071
1158.749
1158.382
1158.016
1157.649
1157.283
1157.100
1156.917
1156.733
1156.550
1156.367
1156.184
1156.001
1155.818
1155.880
1155.942
1156.004
1156.067
1156.129
1156.191
1156.253
1156.316
1156.378
1156.440
1156.564
1156.686
1156.808
1156.930
1157.052
1157.174
1157.296
1157.271
1157.245
1157.220
1157.196
1157.192
1157.188
1157.184
1157.181
1157.177
1157.173
1157.169
1157.166
1157.162
1157.158
1157.154
1157.151
1157.109
1157.067
1157.025
1156.983
1156.941
1156.899
1156.857
1156.815
1156.773
1156.731
1156.557
1156.382
1156.294
1156.207
1156.032
Direction
194.27.58
1670.598
BC
C
Curve 10 Left
Radius=300.000
I= 12.39.10
1736.848
EC
C
Direction
181.48.47
1795.758
BC
C
Curve 11 Right
Radius=60.000
I= 91.48.24
1891.898
EC
C
Direction
273.37.12
1967.204
BC
C
Curve 12 Right
Radius=180.000
I= 1.32.03
1972.023
EC
C
Direction
275.09.14
2238.380
BC
C
Curve 13 Left
Radius=2664.940
I= 0.16.00
2250.788
EC
C
Direction
274.53.14
B.V
.C
.
1520.000
E.V
.C
.
1520.000
B.V
.C
.
1580.000
E.V
.C
.
1580.000
B.V
.C
.
1660.000
E.V
.C
.
1660.000
B.V
.C
.
1720.000
E.V
.C
.
1720.000
B.V
.C
.
1760.000
E.V
.C
.
1760.000
B.V
.C
.
1840.000
E.V
.C
.
1840.000
B.V
.C
.
1900.000
E.V
.C
.
1900.000
B.V
.C
.
1960.000
E.V
.C
.
1960.000
B.V
.C
.
2000.000
E.V
.C
.
2000.000
B.V
.C
.
2120.000
E.V
.C
.
2120.000
B.V
.C
.
2220.000
E.V
.C
.
2220.000
-2.426 %
1520.000 1164.942
-2.958 %
1580.000 1163.167
-2.319 %
1660.000 1161.312
-2.018 %
1720.000 1160.101
-3.225 %
1760.000 1158.811
-3.664 %
1840.000 1155.880
1.245 %
1900.000 1156.627
1.218 %
1960.000 1157.358
-0.250 %
2000.000 1157.258
-0.038 %
2120.000 1157.213
-0.419 %
2220.000 1156.794
-1.748 %
2260.0001155.745
2.50000
-2.50000
Chainage 1500 to 2260
Horizontal Scale 1:1000
Vertical Scale 1:100
Chainage
Centreline Peg Levels
Left Edge
Centre Line
Right Edge
Grades
Vertical Curves
Superelevation
Horizontal Curves
Ve
rtica
l A
lig
nm
en
t
De
sig
n R
oa
d L
eve
ls
Datum 1165.0 Chainage 1500
Cut=1.14m2 Fill=0.00m2
Datum 1164.0 Chainage 1530
Cut=1.01m2 Fill=0.00m2
Datum 1163.0 Chainage 1560
Cut=1.31m2 Fill=0.00m2
Datum 1162.0 Chainage 1590
Cut=1.07m2 Fill=0.00m2
Datum 1162.0 Chainage 1620
Cut=0.81m2 Fill=0.03m2
Datum 1161.0 Chainage 1650
Cut=0.90m2 Fill=0.01m2
Datum 1160.0 Chainage 1680
Cut=1.00m2 Fill=0.00m2
Datum 1160.0 Chainage 1710
Cut=0.97m2 Fill=0.01m2
Datum 1159.0 Chainage 1740
Cut=1.61m2 Fill=0.00m2
Datum 1158.0 Chainage 1770
Cut=1.74m2 Fill=0.00m2
Datum 1157.0 Chainage 1800
Cut=1.28m2 Fill=0.00m2
Datum 1156.0 Chainage 1830
Cut=2.48m2 Fill=0.00m2
Datum 1155.0 Chainage 1860
Cut=0.25m2 Fill=0.93m2
Datum 1155.0 Chainage 1890
Cut=0.00m2 Fill=3.35m2
Datum 1156.0 Chainage 1920
Cut=0.04m2 Fill=2.14m2
Datum 1156.0 Chainage 1950
Cut=0.65m2 Fill=0.59m2
Datum 1156.0 Chainage 1980
Cut=3.54m2 Fill=0.00m2
Datum 1157.0 Chainage 2010
Cut=6.53m2 Fill=0.00m2
Datum 1157.0 Chainage 2040
Cut=6.63m2 Fill=0.00m2
Datum 1157.0 Chainage 2070
Cut=5.33m2 Fill=0.00m2
Datum 1157.0 Chainage 2100
Cut=5.31m2 Fill=0.00m2
Datum 1156.0 Chainage 2130
Cut=5.24m2 Fill=0.00m2
Datum 1156.0 Chainage 2160
Cut=4.63m2 Fill=0.00m2
Datum 1156.0 Chainage 2190
Cut=4.39m2 Fill=0.00m2
Datum 1156.0 Chainage 2220
Cut=3.06m2 Fill=0.00m2
Datum 1156.0 Chainage 2250
Cut=3.63m2 Fill=0.00m2
REV. CHECKEDDATE DRAWN DESCRIPTION
DRAWN:
DRG. FILE NAME:
CHECKED:
APPR'D
SCALE:
DISCIPLINE:
CLIENT:
DESIGNED:
DRG No:
Beacon Bay
No. 2 Ridge Road
EAST LONDON
A1
SHEET NO. OF
REV.No.
PROJECT LEADER:
East London, 5241
Tel. (043)748 3382
Fax. (043)748 3382
Sidwadwa View
No. 37 Mtamvuna Road
MTHATHA
Mthatha, 5100
Tel. (047)495 0459
Fax. (047)495 0459
ISSUE FOR TENDER
AS SHOWN
MMF
MMF
CIVIL
SAKHISIZWE LM
MMF
BCE-SLM-CMAR-L01
CONSTRUCTION OF MANZANA ACCESS ROADS
MANZANA MAIN ROAD LAYOUT PLAN
LONGSECTION & CROSS SECTION DRAWING DETAILS
SAKHISIZWE LOCAL MUNICIPALITY
C
53
MMB
10/19C
10/19
10/19
10/19
10/19
2120
2140
2160
2180
2200
2220
2240
2260
2280
2300
2320
2340
2360
2380
2400
2420
2440
2460
2480
M
A
N
Z
A
N
A
A
R
- M
A
IN
R
D
2
5
0
0
2
5
2
0
2
5
4
0
2
5
6
0
2
5
8
0
2600
2620
2640
2660
2680
2700
2720
2740
2760
2780
2
8
0
0
2
8
2
0
2840
2860
2880
2900
2920
2940
2
9
6
0
2
9
8
0
M
A
N
Z
A
N
A
A
R
- M
A
IN
R
D
3
0
0
0
3
0
2
0
+
3
4
9
4
2
0
0
X
-6
3
2
0
0
Y
+
3
4
9
4
2
0
0
X
-6
3
3
0
0
Y
+
3
4
9
4
2
0
0
X
-6
3
4
0
0
Y
+
3
4
9
4
2
0
0
X
-6
3
5
0
0
Y
+
3
4
9
4
2
0
0
X
-6
3
6
0
0
Y
+
3
4
9
4
2
0
0
X
+
3
4
9
4
2
0
0
X
-6
3
1
0
0
Y
+
3
4
9
4
2
0
0
X
-6
3
0
0
0
Y
+
3
4
9
4
2
0
0
X
-6
2
9
0
0
Y
+
3
4
9
4
2
0
0
X
-6
2
8
0
0
Y
+
3
4
9
4
1
0
0
X
-6
3
2
0
0
Y
+
3
4
9
4
1
0
0
X
+
3
4
9
4
1
0
0
X
+
3
4
9
4
1
0
0
X
-6
3
1
0
0
Y
+
3
4
9
4
1
0
0
X
-6
3
0
0
0
Y
+
3
4
9
4
1
0
0
X
-6
2
9
0
0
Y
-6
2
8
0
0
Y
+
3
4
9
4
0
0
0
X
+
3
4
9
4
3
0
0
X
-6
3
2
0
0
Y
+
3
4
9
4
3
0
0
X
-6
3
3
0
0
Y
+
3
4
9
4
3
0
0
X
-6
3
4
0
0
Y
+
3
4
9
4
3
0
0
X
-6
3
5
0
0
Y
+
3
4
9
4
3
0
0
X
-6
3
6
0
0
Y
+
3
4
9
4
3
0
0
X
-6
3
1
0
0
Y
+
3
4
9
4
3
0
0
X
-6
3
0
0
0
Y
+
3
4
9
4
3
0
0
X
-6
2
9
0
0
Y
+
3
4
9
4
3
0
0
X
-6
2
8
0
0
Y
-6
3
2
0
0
Y
+
3
4
9
4
4
0
0
X
-6
3
3
0
0
Y
+
3
4
9
4
4
0
0
X
-6
3
4
0
0
Y
+
3
4
9
4
4
0
0
X
-6
3
5
0
0
Y
+
3
4
9
4
4
0
0
X
-6
3
6
0
0
Y
-6
3
1
0
0
Y
-6
3
6
0
0
Y
Plan Scale 1:1000
1146
1147
1148
1149
1150
1151
1152
1153
1154
1155
1156
1157
1158
1159
1160
1161
1162
Datum 1145.0
2200
2210
2220
2230
2240
2245
2250
2260
2270
2280
2290
2300
2310
2320
2330
2340
2350
2360
2370
2380
2390
2400
2410
2420
2430
2440
2445
2450
2455
2460
2465
2470
2475
2480
2485
2490
2495
2500
2510
2520
2530
2540
2550
2560
2570
2580
2585
2590
2595
2600
2605
2610
2615
2620
2625
2630
2640
2650
2660
2670
2680
2690
2700
2710
2720
2730
2740
2750
2755
2760
2765
2770
2775
2780
2785
2790
2800
2810
2820
2825
2830
2835
2840
2845
2850
2855
2860
2865
2870
2875
2880
2885
2890
2895
2900
2905
2910
2915
2920
2925
2930
2935
2940
2945
2950
2955
2960
1157.33
1157.24
1157.15
1157.03
1156.87
1156.78
1156.69
1156.50
1156.30
1156.14
1155.97
1155.81
1155.66
1155.51
1155.36
1155.20
1155.04
1154.88
1154.72
1154.57
1154.41
1154.26
1154.10
1153.95
1153.79
1153.63
1153.55
1153.48
1153.42
1153.36
1153.30
1153.25
1153.20
1153.16
1153.13
1153.10
1153.07
1153.06
1153.02
1153.00
1152.97
1152.95
1152.93
1152.88
1152.80
1152.73
1152.71
1152.68
1152.64
1152.60
1152.56
1152.51
1152.47
1152.42
1152.36
1152.29
1152.17
1152.09
1152.02
1152.00
1151.97
1151.98
1152.04
1152.10
1152.23
1152.36
1152.50
1152.62
1152.68
1152.73
1152.79
1152.85
1152.90
1152.95
1153.01
1153.06
1153.15
1153.22
1153.24
1153.26
1153.27
1153.30
1153.34
1153.38
1153.42
1153.47
1153.52
1153.53
1153.55
1153.57
1153.59
1153.61
1153.62
1153.64
1153.66
1153.69
1153.72
1153.73
1153.74
1153.76
1153.78
1153.84
1153.91
1154.00
1154.08
1154.15
1154.22
1156.940
1156.898
1156.856
1156.682
1156.507
1156.419
1156.332
1156.157
1155.982
1155.807
1155.680
1155.553
1155.426
1155.299
1155.172
1155.045
1154.906
1154.767
1154.628
1154.489
1154.350
1154.212
1154.079
1153.947
1153.814
1153.682
1153.647
1153.613
1153.578
1153.543
1153.509
1153.474
1153.448
1153.422
1153.396
1153.369
1153.343
1153.316
1153.264
1153.211
1153.158
1153.106
1153.053
1153.000
1152.948
1152.862
1152.819
1152.776
1152.733
1152.691
1152.679
1152.667
1152.575
1152.484
1152.433
1152.382
1152.281
1152.156
1152.030
1152.019
1152.009
1151.998
1151.988
1152.098
1152.208
1152.318
1152.428
1152.538
1152.593
1152.649
1152.704
1152.759
1152.814
1152.869
1152.924
1152.979
1153.089
1153.199
1153.309
1153.335
1153.361
1153.387
1153.413
1153.438
1153.464
1153.490
1153.516
1153.542
1153.568
1153.568
1153.568
1153.568
1153.568
1153.568
1153.568
1153.636
1153.704
1153.773
1153.842
1153.910
1153.979
1154.047
1154.115
1154.184
1154.252
1154.321
1154.390
1156.878
1156.836
1156.794
1156.619
1156.444
1156.357
1156.270
1156.095
1155.920
1155.745
1155.618
1155.491
1155.364
1155.236
1155.109
1154.982
1154.843
1154.704
1154.566
1154.427
1154.288
1154.149
1154.016
1153.884
1153.751
1153.619
1153.584
1153.550
1153.516
1153.481
1153.447
1153.412
1153.386
1153.359
1153.333
1153.307
1153.280
1153.254
1153.201
1153.149
1153.096
1153.043
1152.990
1152.938
1152.885
1152.799
1152.756
1152.714
1152.671
1152.628
1152.616
1152.605
1152.513
1152.421
1152.370
1152.320
1152.219
1152.093
1151.967
1151.957
1151.946
1151.936
1151.925
1152.035
1152.145
1152.255
1152.366
1152.476
1152.531
1152.586
1152.641
1152.696
1152.751
1152.806
1152.861
1152.917
1153.027
1153.137
1153.247
1153.273
1153.299
1153.324
1153.350
1153.376
1153.402
1153.428
1153.453
1153.479
1153.505
1153.505
1153.505
1153.505
1153.505
1153.505
1153.505
1153.573
1153.642
1153.710
1153.779
1153.848
1153.916
1153.984
1154.053
1154.121
1154.190
1154.259
1154.327
1156.815
1156.773
1156.731
1156.557
1156.382
1156.294
1156.207
1156.032
1155.857
1155.682
1155.555
1155.428
1155.301
1155.174
1155.047
1154.920
1154.781
1154.642
1154.503
1154.364
1154.225
1154.087
1153.954
1153.822
1153.689
1153.557
1153.522
1153.488
1153.453
1153.418
1153.384
1153.349
1153.323
1153.297
1153.271
1153.244
1153.218
1153.191
1153.139
1153.086
1153.033
1152.981
1152.928
1152.875
1152.823
1152.737
1152.694
1152.651
1152.608
1152.566
1152.554
1152.542
1152.450
1152.359
1152.308
1152.257
1152.156
1152.031
1151.905
1151.894
1151.884
1151.873
1151.863
1151.973
1152.083
1152.193
1152.303
1152.413
1152.468
1152.524
1152.579
1152.634
1152.689
1152.744
1152.799
1152.854
1152.964
1153.074
1153.184
1153.210
1153.236
1153.262
1153.288
1153.313
1153.339
1153.365
1153.391
1153.417
1153.443
1153.443
1153.443
1153.443
1153.443
1153.443
1153.443
1153.511
1153.579
1153.648
1153.717
1153.785
1153.854
1153.922
1153.990
1154.059
1154.127
1154.196
1154.265
Direction
275.09.14
2238.380
BC
C
Curve 13 Left
Radius=2664.940
I= 0.16.00
2250.788
EC
C
Direction
274.53.14
2442.097
BC
C
Curve 14 Right
Radius=180.000
I= 19.18.26
2502.753
EC
C
Direction
294.11.40
2580.766
BC
C
Curve 15 Left
Radius=180.000
I= 15.34.30
2629.696
EC
C
Direction
278.37.10
2745.776
BC
C
Curve 16 Left
Radius=408.753
I= 5.44.25
2786.728
EC
C
Direction
272.52.45
2821.566
BC
C
Curve 17 Right
Radius=409.514
I= 19.00.11
2957.388
EC
C
Direction
291.52.56
B.V
.C
.
2220.000
E.V
.C
.
2220.000
B.V
.C
.
2280.000
E.V
.C
.
2280.000
B.V
.C
.
2340.000
E.V
.C
.
2340.000
B.V
.C
.
2400.000
E.V
.C
.
2400.000
B.V
.C
.
2440.000
E.V
.C
.
2440.000
B.V
.C
.
2470.000
E.V
.C
.
2470.000
B.V
.C
.
2570.000
E.V
.C
.
2570.000
B.V
.C
.
2600.000
E.V
.C
.
2600.000
B.V
.C
.
2610.000
0.000m VC
K = 0.000
E.V
.C
.
2610.000
B.V
.C
.
2620.000
E.V
.C
.
2620.000
B.V
.C
.
2640.000
E.V
.C
.
2640.000
B.V
.C
.
2660.000
E.V
.C
.
2660.000
B.V
.C
.
2700.000
E.V
.C
.
2700.000
B.V
.C
.
2820.000
E.V
.C
.
2820.000
B.V
.C
.
2870.000
E.V
.C
.
2870.000
B.V
.C
.
2900.000
E.V
.C
.
2900.000
-0.419 %
2220.000 1156.794
-1.748 %
2280.000 1155.745
-1.272 %
2340.000 1154.982
-1.388 %
2400.000 1154.149
-1.325 %
2440.000 1153.619
-0.690 %
2470.000 1153.412
-0.527 %
2570.000 1152.885
-0.857 %
2600.000 1152.628
-0.230 %
2610.000 1152.605
-1.840 %
2620.000 1152.421
-1.010 %
2640.000 1152.219
-1.260 %
2660.000 1151.967
-0.105 %
2700.000 1151.925
1.102 %
2820.000 1153.247
0.516 %
2870.000 1153.505
0.000 %
2900.000 1153.505
1.370 %
2960.0001154.327
2.50000
-2.50000
Chainage 2200 to 2960
Horizontal Scale 1:1000
Vertical Scale 1:100
Chainage
Centreline Peg Levels
Left Edge
Centre Line
Right Edge
Grades
Vertical Curves
Superelevation
Horizontal Curves
Ve
rtica
l A
lig
nm
en
t
De
sig
n R
oa
d L
eve
ls
Datum 1156.0 Chainage 2200
Cut=3.93m2 Fill=0.00m2
Datum 1156.0 Chainage 2220
Cut=3.06m2 Fill=0.00m2
Datum 1156.0 Chainage 2250
Cut=3.63m2 Fill=0.00m2
Datum 1155.0 Chainage 2280
Cut=3.36m2 Fill=0.00m2
Datum 1155.0 Chainage 2310
Cut=2.52m2 Fill=0.00m2
Datum 1154.0 Chainage 2340
Cut=1.87m2 Fill=0.00m2
Datum 1154.0 Chainage 2370
Cut=1.42m2 Fill=0.01m2
Datum 1153.0 Chainage 2400
Cut=1.05m2 Fill=0.05m2
Datum 1153.0 Chainage 2430
Cut=0.66m2 Fill=0.20m2
Datum 1152.0 Chainage 2460
Cut=0.16m2 Fill=1.00m2
Datum 1152.0 Chainage 2490
Cut=0.06m2 Fill=1.59m2
Datum 1152.0 Chainage 2520
Cut=0.13m2 Fill=1.18m2
Datum 1152.0 Chainage 2550
Cut=0.33m2 Fill=0.65m2
Datum 1152.0 Chainage 2580
Cut=0.33m2 Fill=0.71m2
Datum 1152.0 Chainage 2610
Cut=0.25m2 Fill=0.84m2
Datum 1151.0 Chainage 2640
Cut=0.37m2 Fill=0.62m2
Datum 1151.0 Chainage 2670
Cut=0.74m2 Fill=0.26m2
Datum 1151.0 Chainage 2700
Cut=1.20m2 Fill=0.10m2
Datum 1151.0 Chainage 2730
Cut=1.16m2 Fill=0.13m2
Datum 1152.0 Chainage 2760
Cut=1.43m2 Fill=0.06m2
Datum 1152.0 Chainage 2790
Cut=1.40m2 Fill=0.08m2
Datum 1152.0 Chainage 2820
Cut=0.67m2 Fill=0.55m2
Datum 1152.0 Chainage 2850
Cut=0.79m2 Fill=0.45m2
Datum 1152.0 Chainage 2880
Cut=1.10m2 Fill=0.25m2
Datum 1153.0 Chainage 2910
Cut=1.09m2 Fill=0.30m2
Datum 1153.0 Chainage 2940
Cut=0.31m2 Fill=1.34m2
REV. CHECKEDDATE DRAWN DESCRIPTION
DRAWN:
DRG. FILE NAME:
CHECKED:
APPR'D
SCALE:
DISCIPLINE:
CLIENT:
DESIGNED:
DRG No:
Beacon Bay
No. 2 Ridge Road
EAST LONDON
A1
SHEET NO. OF
REV.No.
PROJECT LEADER:
East London, 5241
Tel. (043)748 3382
Fax. (043)748 3382
Sidwadwa View
No. 37 Mtamvuna Road
MTHATHA
Mthatha, 5100
Tel. (047)495 0459
Fax. (047)495 0459
ISSUE FOR TENDER
AS SHOWN
MMF
MMF
CIVIL
SAKHISIZWE LM
MMF
BCE-SLM-CMAR-L01
CONSTRUCTION OF MANZANA ACCESS ROADS
MANZANA MAIN ROAD LAYOUT PLAN
LONGSECTION & CROSS SECTION DRAWING DETAILS
SAKHISIZWE LOCAL MUNICIPALITY
C
54
MMB
10/19C
10/19
10/19
10/19
10/19
2
6
4
0
2
6
6
0
2
6
8
0
2
7
0
0
2
7
2
0
2
7
4
0
2
7
6
0
2
7
8
0
2
8
0
0
2
8
2
0
2
8
4
0
2
8
6
0
2
8
8
0
2
9
0
0
2
9
2
0
2940
2960
2980
MANZANA AR - MAIN RD
3000
3020
3
0
4
0
3
0
6
0
3
0
8
0
3
1
0
0
3
1
2
0
3
1
4
0
3160
3180
3200
3220
3240
3248
+
3
4
9
4
4
0
0
X
-
6
3
7
0
0
Y
+
3
4
9
4
4
0
0
X
-
6
3
8
0
0
Y
+
3
4
9
4
4
0
0
X
-
6
3
9
0
0
Y
+
3
4
9
4
4
0
0
X
+
3
4
9
4
4
0
0
X
-
6
3
6
0
0
Y
+
3
4
9
4
4
0
0
X
-
6
3
5
0
0
Y
+
3
4
9
4
4
0
0
X
-
6
3
4
0
0
Y
-
6
3
3
0
0
Y
+
3
4
9
4
3
0
0
X
-
6
3
7
0
0
Y
+
3
4
9
4
3
0
0
X
+
3
4
9
4
3
0
0
X
-
6
3
6
0
0
Y
+
3
4
9
4
3
0
0
X
-
6
3
5
0
0
Y
+
3
4
9
4
3
0
0
X
-
6
3
4
0
0
Y
+
3
4
9
4
3
0
0
X
-
6
3
3
0
0
Y
+
3
4
9
4
2
0
0
X
+
3
4
9
4
2
0
0
X
-
6
3
5
0
0
Y
+
3
4
9
4
2
0
0
X
-
6
3
4
0
0
Y
+
3
4
9
4
1
0
0
X
+
3
4
9
4
5
0
0
X
-
6
3
7
0
0
Y
+
3
4
9
4
5
0
0
X
-
6
3
8
0
0
Y
+
3
4
9
4
5
0
0
X
-
6
3
9
0
0
Y
+
3
4
9
4
5
0
0
X
-
6
4
0
0
0
Y
+
3
4
9
4
5
0
0
X
-
6
4
1
0
0
Y
+
3
4
9
4
5
0
0
X
+
3
4
9
4
5
0
0
X
-
6
3
6
0
0
Y
-
6
3
5
0
0
Y
-
6
3
7
0
0
Y
+
3
4
9
4
6
0
0
X
-
6
3
8
0
0
Y
+
3
4
9
4
6
0
0
X
-
6
3
9
0
0
Y
+
3
4
9
4
6
0
0
X
-
6
4
0
0
0
Y
+
3
4
9
4
6
0
0
X
-
6
4
1
0
0
Y
-
6
3
9
0
0
Y
+
3
4
9
4
7
0
0
X
-
6
4
0
0
0
Y
+
3
4
9
4
7
0
0
X
Plan Scale 1:1000
1147
1148
1149
1150
1151
1152
1153
1154
1155
1156
1157
1158
1159
1160
1161
1162
1163
Datum 1146.0
2900
2905
2910
2915
2920
2925
2930
2935
2940
2945
2950
2955
2960
2970
2980
2985
2990
2995
3000
3005
3010
3015
3020
3025
3030
3035
3040
3050
3060
3070
3075
3080
3085
3090
3095
3100
3105
3110
3115
3120
3130
3135
3140
3145
3150
3160
3170
3180
3190
3200
3210
3220
3230
3240
3247.80
1153.66
1153.69
1153.72
1153.73
1153.74
1153.76
1153.78
1153.84
1153.91
1154.00
1154.08
1154.15
1154.22
1154.43
1154.66
1154.78
1154.91
1155.05
1155.19
1155.34
1155.46
1155.57
1155.70
1155.87
1156.05
1156.24
1156.46
1156.89
1157.12
1157.37
1157.51
1157.59
1157.61
1157.64
1157.68
1157.74
1157.82
1157.85
1157.82
1157.81
1157.80
1157.76
1157.61
1157.42
1157.21
1156.76
1156.33
1155.96
1155.58
1155.26
1154.91
1154.49
1154.13
1153.75
1153.44
1153.568
1153.636
1153.704
1153.773
1153.842
1153.910
1153.979
1154.047
1154.115
1154.184
1154.252
1154.321
1154.390
1154.512
1154.635
1154.696
1154.757
1154.818
1154.880
1155.120
1155.361
1155.603
1155.844
1156.084
1156.325
1156.477
1156.628
1156.931
1157.234
1157.468
1157.584
1157.702
1157.702
1157.702
1157.681
1157.660
1157.702
1157.744
1157.786
1157.807
1157.777
1157.762
1157.748
1157.666
1157.584
1156.697
1156.353
1156.010
1155.636
1155.264
1154.891
1154.518
1154.145
1153.772
1153.480
1153.505
1153.573
1153.642
1153.710
1153.779
1153.848
1153.916
1153.984
1154.053
1154.121
1154.190
1154.259
1154.327
1154.449
1154.572
1154.633
1154.694
1154.756
1154.817
1155.058
1155.299
1155.540
1155.781
1156.022
1156.263
1156.414
1156.566
1156.868
1157.171
1157.405
1157.522
1157.639
1157.639
1157.639
1157.618
1157.597
1157.639
1157.682
1157.724
1157.745
1157.715
1157.700
1157.685
1157.604
1157.522
1156.634
1156.291
1155.947
1155.574
1155.201
1154.828
1154.455
1154.082
1153.709
1153.418
1153.443
1153.511
1153.579
1153.648
1153.717
1153.785
1153.854
1153.922
1153.990
1154.059
1154.127
1154.196
1154.265
1154.387
1154.510
1154.571
1154.632
1154.693
1154.755
1154.995
1155.236
1155.478
1155.719
1155.959
1156.200
1156.352
1156.503
1156.806
1157.109
1157.343
1157.459
1157.577
1157.577
1157.577
1157.556
1157.535
1157.577
1157.619
1157.661
1157.682
1157.652
1157.637
1157.623
1157.541
1157.459
1156.572
1156.228
1155.885
1155.511
1155.139
1154.766
1154.393
1154.020
1153.647
1153.355
Curve 17 Right
Radius=409.514
I= 19.00.11
2957.388
EC
C
Direction
291.52.56
2976.353
BC
C
Curve 18 Right
Radius=263.547
I= 14.13.24
3041.777
EC
C
Direction
306.06.20
3065.158
BC
C
Curve 19 Right
Radius=98.970
I= 31.09.04
3118.967
EC
C
Direction
337.15.24
3127.686
BC
C
Curve 20 Left
Radius=34.998
I= 39.02.39
3151.535
EC
C
Direction
298.12.45
B.V
.C
.
2960.000
E.V
.C
.
2960.000
B.V
.C
.
3000.000
E.V
.C
.
3000.000
B.V
.C
.
3030.000
E.V
.C
.
3030.000
B.V
.C
.
3060.000
E.V
.C
.
3060.000
B.V
.C
.
3080.000
E.V
.C
.
3080.000
B.V
.C
.
3090.000
K = 0.000
E.V
.C
.
3090.000
B.V
.C
.
3100.000
E.V
.C
.
3100.000
B.V
.C
.
3120.000
K = 0.000
E.V
.C
.
3120.000
B.V
.C
.
3120.000
E.V
.C
.
3120.000
B.V
.C
.
3140.000
E.V
.C
.
3140.000
B.V
.C
.
3150.000
E.V
.C
.
3150.000
B.V
.C
.
3160.000
E.V
.C
.
3160.000
B.V
.C
.
3180.000
E.V
.C
.
3180.000
2900.0001153.505
1.370 %
2960.000 1154.327
1.225 %
3000.000 1154.817
4.820 %
3030.000 1156.263
3.027 %
3060.000 1157.171
2.340 %
3080.000 1157.639
0.000 %
3090.000 1157.639
-0.420 %
3100.000 1157.597
0.845 %
3120.000 1157.766
0.000 %
3120.000 1157.745
-0.300 %
3140.000 1157.685
-1.630 %
3150.000 1157.522
-8.880 %
3160.000 1156.634
-3.435 %
3180.000 1155.947
-3.730 %
2.50000
-2.50000
Chainage 2900 to 3247
Horizontal Scale 1:1000
Vertical Scale 1:100
Chainage
Centreline Peg Levels
Left Edge
Centre Line
Right Edge
Grades
Vertical Curves
Superelevation
Horizontal Curves
Ve
rtica
l A
lig
nm
en
t
De
sig
n R
oa
d L
eve
ls
Datum 1153.0 Chainage 2900
Cut=1.54m2 Fill=0.10m2
Datum 1153.0 Chainage 2910
Cut=1.09m2 Fill=0.30m2
Datum 1153.0 Chainage 2940
Cut=0.31m2 Fill=1.34m2
Datum 1153.0 Chainage 2970
Cut=0.74m2 Fill=0.78m2
Datum 1154.0 Chainage 3000
Cut=3.40m2 Fill=0.00m2
Datum 1155.0 Chainage 3030
Cut=0.12m2 Fill=1.78m2
Datum 1156.0 Chainage 3060
Cut=0.71m2 Fill=0.99m2
Datum 1157.0 Chainage 3090
Cut=0.82m2 Fill=0.69m2
Datum 1157.0 Chainage 3120
Cut=1.00m2 Fill=0.27m2
Datum 1156.0 Chainage 3150
Cut=0.00m2 Fill=2.30m2
Datum 1155.0 Chainage 3180
Cut=0.44m2 Fill=0.23m2
Datum 1154.0 Chainage 3210
Cut=0.80m2 Fill=0.02m2
Datum 1153.0 Chainage 3240
Cut=0.49m2 Fill=0.03m2
Horizontal Scale 1:500
REV. CHECKEDDATE DRAWN DESCRIPTION
DRAWN:
DRG. FILE NAME:
CHECKED:
APPR'D
SCALE:
DISCIPLINE:
CLIENT:
DESIGNED:
DRG No:
Beacon Bay
No. 2 Ridge Road
EAST LONDON
A1
SHEET NO. OF
REV.No.
PROJECT LEADER:
East London, 5241
Tel. (043)748 3382
Fax. (043)748 3382
Sidwadwa View
No. 37 Mtamvuna Road
MTHATHA
Mthatha, 5100
Tel. (047)495 0459
Fax. (047)495 0459
ISSUE FOR TENDER
AS SHOWN
MMF
MMF
CIVIL
SAKHISIZWE LM
MMF
BCE-SLM-CMAR-L01
CONSTRUCTION OF MANZANA ACCESS ROADS
MANZANA MAIN ROAD LAYOUT PLAN
LONGSECTION & CROSS SECTION DRAWING DETAILS
SAKHISIZWE LOCAL MUNICIPALITY
C
55
MMB
10/19C
10/19
10/19
10/19
10/19
0
2
0
4
0
6
0
80
100
120
140
160
180
200
220
24
0
260
280
300
320
340
360
380
40
0
420
440
460
480
500
520
540
560
580
600
6
2
0
6
4
0
6
6
0
6
8
0
7
0
0
7
2
0
7
4
0
7
6
0
780
8
2
0
8
4
0
8
6
0
8
8
0
900
920
940
960
980
1000
+3493800 X
-62200 Y
+3493800 X
-62300 Y
+3493800 X
-62400 Y
+3493700 X
-62200 Y
+3493700 X
-62300 Y
+3493700 X
-62400 Y
+3493600 X
-62200 Y
+3493600 X
-62300 Y
+3493600 X
-62400 Y
+3493500 X
-62200 Y
+3493500 X
-62300 Y
+3493500 X
-62400 Y
+3493500 X
+3493400 X
+3493900 X
-62200 Y
+3493900 X
-62300 Y
+3493900 X
-62400 Y
+3494000 X
-62200 Y
+3494000 X
-62300 Y
+3494000 X
-62400 Y
-62100 Y
+3494100 X
-62200 Y
+3494100 X
-62300 Y
+3494100 X
-62400 Y
-62100 Y
+3494200 X
-62200 Y
+3494200 X
-62300 Y
+3494200 X
-62400 Y
-62100 Y
+3494300 X
-62200 Y
+3494300 X
-62300 Y
+3494300 X
-62400 Y
-62100 Y
Plan Scale 1:1000
1146
1147
1148
1149
1150
1151
1152
1153
1154
1155
1156
1157
1158
1159
1160
1161
1162
Datum 1145.0
0
10
20
30
35
40
45
50
55
60
65
70
75
80
90
100
110
120
130
135
140
145
150
155
160
165
170
175
180
185
190
195
200
205
210
215
220
225
230
235
240
245
250
255
260
270
280
290
300
310
320
330
340
350
360
370
375
380
385
390
395
400
405
410
415
420
425
430
435
440
450
460
465
470
475
480
485
490
495
500
505
510
515
520
525
530
535
540
545
550
555
560
565
570
575
580
585
590
595
600
605
610
615
620
630
640
650
660
670
680
685
690
695
700
710
720
730
740
750
760
1153.40
1153.40
1153.34
1153.42
1153.43
1153.45
1153.48
1153.51
1153.54
1153.59
1153.65
1153.71
1153.81
1153.92
1154.14
1154.32
1154.50
1154.68
1154.84
1154.91
1154.99
1155.06
1155.12
1155.16
1155.22
1155.28
1155.33
1155.37
1155.40
1155.42
1155.44
1155.46
1155.46
1155.46
1155.45
1155.45
1155.43
1155.42
1155.40
1155.38
1155.36
1155.34
1155.33
1155.32
1155.31
1155.26
1155.18
1155.14
1155.10
1155.11
1155.21
1155.20
1155.16
1155.06
1154.99
1154.93
1154.90
1154.88
1154.86
1154.84
1154.82
1154.81
1154.78
1154.74
1154.71
1154.68
1154.66
1154.67
1154.67
1154.67
1154.67
1154.64
1154.62
1154.61
1154.59
1154.56
1154.54
1154.53
1154.52
1154.52
1154.54
1154.57
1154.59
1154.60
1154.62
1154.65
1154.68
1154.71
1154.73
1154.77
1154.84
1154.90
1154.93
1154.97
1155.01
1155.09
1155.14
1155.20
1155.25
1155.31
1155.36
1155.41
1155.47
1155.53
1155.64
1155.71
1155.77
1155.85
1155.96
1156.05
1156.07
1156.10
1156.13
1156.17
1156.16
1156.12
1156.08
1155.87
1155.65
1155.46
1153.459
1153.456
1153.433
1153.505
1153.541
1153.540
1153.539
1153.538
1153.578
1153.619
1153.706
1153.793
1153.881
1153.969
1154.171
1154.373
1154.559
1154.727
1154.895
1154.979
1155.037
1155.095
1155.153
1155.211
1155.269
1155.302
1155.336
1155.370
1155.403
1155.415
1155.427
1155.438
1155.450
1155.461
1155.473
1155.484
1155.472
1155.460
1155.448
1155.436
1155.424
1155.412
1155.400
1155.374
1155.349
1155.299
1155.249
1155.198
1155.148
1155.098
1155.048
1154.998
1154.947
1154.897
1154.847
1154.797
1154.785
1154.773
1154.761
1154.750
1154.738
1154.726
1154.715
1154.703
1154.691
1154.680
1154.668
1154.656
1154.645
1154.633
1154.610
1154.586
1154.575
1154.563
1154.551
1154.540
1154.540
1154.540
1154.540
1154.540
1154.540
1154.540
1154.540
1154.540
1154.540
1154.540
1154.540
1154.540
1154.598
1154.656
1154.715
1154.773
1154.832
1154.890
1154.949
1155.007
1155.066
1155.124
1155.183
1155.241
1155.300
1155.358
1155.417
1155.475
1155.592
1155.709
1155.826
1155.943
1156.060
1156.177
1156.235
1156.294
1156.353
1156.307
1156.217
1156.127
1156.036
1155.946
1155.856
1155.766
1153.397
1153.394
1153.371
1153.442
1153.478
1153.477
1153.477
1153.476
1153.516
1153.556
1153.644
1153.731
1153.818
1153.906
1154.108
1154.311
1154.496
1154.665
1154.833
1154.917
1154.975
1155.033
1155.090
1155.148
1155.206
1155.240
1155.274
1155.307
1155.341
1155.353
1155.364
1155.376
1155.387
1155.399
1155.410
1155.422
1155.410
1155.398
1155.386
1155.373
1155.361
1155.349
1155.337
1155.312
1155.287
1155.236
1155.186
1155.136
1155.086
1155.036
1154.985
1154.935
1154.885
1154.834
1154.784
1154.734
1154.722
1154.711
1154.699
1154.687
1154.676
1154.664
1154.652
1154.641
1154.629
1154.617
1154.605
1154.594
1154.582
1154.570
1154.547
1154.524
1154.512
1154.500
1154.489
1154.477
1154.477
1154.477
1154.477
1154.477
1154.477
1154.477
1154.477
1154.477
1154.477
1154.477
1154.477
1154.477
1154.536
1154.594
1154.652
1154.711
1154.769
1154.828
1154.886
1154.945
1155.003
1155.062
1155.120
1155.179
1155.237
1155.296
1155.354
1155.413
1155.530
1155.647
1155.764
1155.881
1155.998
1156.115
1156.173
1156.232
1156.290
1156.245
1156.155
1156.064
1155.974
1155.884
1155.793
1155.703
1153.334
1153.331
1153.308
1153.380
1153.416
1153.415
1153.414
1153.413
1153.453
1153.494
1153.581
1153.668
1153.756
1153.844
1154.046
1154.248
1154.434
1154.602
1154.770
1154.854
1154.912
1154.970
1155.028
1155.086
1155.144
1155.177
1155.211
1155.245
1155.278
1155.290
1155.302
1155.313
1155.325
1155.336
1155.348
1155.359
1155.347
1155.335
1155.323
1155.311
1155.299
1155.287
1155.275
1155.249
1155.224
1155.174
1155.124
1155.073
1155.023
1154.973
1154.923
1154.873
1154.822
1154.772
1154.722
1154.672
1154.660
1154.648
1154.636
1154.625
1154.613
1154.601
1154.590
1154.578
1154.566
1154.555
1154.543
1154.531
1154.520
1154.508
1154.485
1154.461
1154.450
1154.438
1154.426
1154.415
1154.415
1154.415
1154.415
1154.415
1154.415
1154.415
1154.415
1154.415
1154.415
1154.415
1154.415
1154.415
1154.473
1154.531
1154.590
1154.648
1154.707
1154.765
1154.824
1154.882
1154.941
1154.999
1155.058
1155.116
1155.175
1155.233
1155.292
1155.350
1155.467
1155.584
1155.701
1155.818
1155.935
1156.052
1156.110
1156.169
1156.228
1156.182
1156.092
1156.002
1155.911
1155.821
1155.731
1155.641
Direction
315.15.22
29.949
BC
C
Curve 1 Right
Radius=60.000
I= 43.46.45
75.794
EC
C
Direction
359.02.07
125.267
BC
C
Curve 2 Right
Radius=1080.000
I= 7.06.20
259.202
EC
C
Direction
6.08.26
366.636
BC
C
Curve 3 Left
Radius=1080.000
I= 4.05.06
443.637
EC
C
Direction
2.03.20
458.553
BC
C
Curve 4 Right
Radius=720.000
I= 12.57.20
621.358
EC
C
Direction
15.00.40
681.219
BC
C
Curve 5 Right
Radius=180.000
I= 7.09.46
703.722
EC
C
Direction
22.10.27
B.V
.C
.
15.000
E.V
.C
.
15.000
B.V
.C
.
20.000
E.V
.C
.
20.000
B.V
.C
.
35.000
E.V
.C
.
35.000
B.V
.C
.
50.000
E.V
.C
.
50.000
B.V
.C
.
60.000
E.V
.C
.
60.000
B.V
.C
.
80.000
E.V
.C
.
80.000
B.V
.C
.
105.000
E.V
.C
.
105.000
B.V
.C
.
135.000
E.V
.C
.
135.000
B.V
.C
.
160.000
E.V
.C
.
160.000
B.V
.C
.
180.000
E.V
.C
.
180.000
B.V
.C
.
215.000
K = 0.000
215.000
B.V
.C
.
250.000
E.V
.C
.
250.000
B.V
.C
.
370.000
E.V
.C
.
370.000
B.V
.C
.
480.000
E.V
.C
.
480.000
B.V
.C
.
540.000
E.V
.C
.
540.000
B.V
.C
.
695.000
E.V
.C
.
695.000
-0.033 %
15.000 1153.392
-0.420 %
20.000 1153.371
0.713 %
35.000 1153.478
-0.013 %
50.000 1153.476
0.800 %
60.000 1153.556
1.750 %
80.000 1153.906
2.024 %
105.000 1154.412
1.683 %
135.000 1154.917
1.156 %
160.000 1155.206
0.675 %
180.000 1155.341
0.231 %
215.000 1155.422
-0.243 %
250.000 1155.337
-0.503 %
370.000 1154.734
-0.234 %
480.000 1154.477
0.000 %
540.000 1154.477
1.170 %
695.000 1156.290
-0.903 %
760.0001155.658
2.50000
-2.50000
Chainage 0 to 760
Horizontal Scale 1:1000
Vertical Scale 1:100
Chainage
Centreline Peg Levels
Left Edge
Centre Line
Right Edge
Grades
Vertical Curves
Superelevation
Horizontal Curves
Ve
rtica
l A
lig
nm
en
t
De
sig
n R
oa
d L
eve
ls
Datum 1153.0 Chainage 0
Cut=0.42m2 Fill=0.27m2
Datum 1153.0 Chainage 30
Cut=0.28m2 Fill=0.39m2
Datum 1153.0 Chainage 60
Cut=0.53m2 Fill=0.12m2
Datum 1153.0 Chainage 90
Cut=0.47m2 Fill=0.12m2
Datum 1154.0 Chainage 120
Cut=0.41m2 Fill=0.11m2
Datum 1154.0 Chainage 150
Cut=0.45m2 Fill=0.08m2
Datum 1155.0 Chainage 180
Cut=0.58m2 Fill=0.02m2
Datum 1155.0 Chainage 210
Cut=0.49m2 Fill=0.03m2
Datum 1155.0 Chainage 240
Cut=0.27m2 Fill=0.14m2
Datum 1155.0 Chainage 270
Cut=0.36m2 Fill=0.06m2
Datum 1154.0 Chainage 300
Cut=0.34m2 Fill=0.10m2
Datum 1154.0 Chainage 330
Cut=2.25m2 Fill=0.00m2
Datum 1154.0 Chainage 360
Cut=1.80m2 Fill=0.00m2
Datum 1154.0 Chainage 390
Cut=1.34m2 Fill=0.02m2
Datum 1154.0 Chainage 420
Cut=0.84m2 Fill=0.20m2
Datum 1154.0 Chainage 450
Cut=1.21m2 Fill=0.06m2
Datum 1154.0 Chainage 480
Cut=1.03m2 Fill=0.16m2
Datum 1154.0 Chainage 510
Cut=1.05m2 Fill=0.16m2
Datum 1154.0 Chainage 540
Cut=2.04m2 Fill=0.00m2
Datum 1154.0 Chainage 570
Cut=1.28m2 Fill=0.02m2
Datum 1154.0 Chainage 600
Cut=1.18m2 Fill=0.01m2
Datum 1155.0 Chainage 630
Cut=1.06m2 Fill=0.05m2
Datum 1155.0 Chainage 660
Cut=0.43m2 Fill=0.50m2
Datum 1155.0 Chainage 690
Cut=0.17m2 Fill=1.09m2
Datum 1155.0 Chainage 720
Cut=0.80m2 Fill=0.19m2
Datum 1155.0 Chainage 750
Cut=0.17m2 Fill=1.17m2
Datum 1155.0 Chainage 760
Cut=0.04m2 Fill=1.79m2
Horizontal Scale 1:500
Vertical Scale 1:100
REV. CHECKEDDATE DRAWN DESCRIPTION
DRAWN:
DRG. FILE NAME:
CHECKED:
APPR'D
SCALE:
DISCIPLINE:
CLIENT:
DESIGNED:
DRG No:
Beacon Bay
No. 2 Ridge Road
EAST LONDON
A1
SHEET NO. OF
REV.No.
PROJECT LEADER:
East London, 5241
Tel. (043)748 3382
Fax. (043)748 3382
Sidwadwa View
No. 37 Mtamvuna Road
MTHATHA
Mthatha, 5100
Tel. (047)495 0459
Fax. (047)495 0459
ISSUE FOR TENDER
AS SHOWN
MMF
MMF
CIVIL
SAKHISIZWE LM
MMF
BCE-SLM-CMAR-L02
CONSTRUCTION OF MANZANA ACCESS ROADS
MANZANA SECONDARY ROAD LAYOUT PLAN
LONGSECTION & CROSS SECTION DRAWING DETAILS
SAKHISIZWE LOCAL MUNICIPALITY
C
21
MMB
10/19C
10/19
10/19
10/19
10/19
M
A
N
Z
A
N
A
A
R
- M
A
IN
R
D
1
5
4
0
1
5
6
0
1
5
8
0
1
6
0
0
1
6
2
0
1
6
4
0
1
6
6
0
1
6
8
0
1
7
0
0
1720
1740
1760
1780
1800
1
8
2
0
1
8
4
0
1
8
6
0
1880
1900
1920
1940
1960
1980
MA
NZ
AN
A A
R - M
AIN
RD
2000
2020
2040
2060
2080
2100
2120
2140
2160
2180
2200
6
2
0
6
4
0
6
6
0
6
8
0
7
0
0
7
2
0
7
4
0
7
6
0
780
8
0
0
8
2
0
8
4
0
8
6
0
8
8
0
900
9
2
0
9
4
0
9
6
0
9
8
0
1
0
0
0
1
0
2
0
1
0
4
0
1
0
6
0
1
0
8
0
1
0
8
0
+3494300 X
-62400 Y
+3494300 X
-62500 Y
+3494300 X
-62600 Y
+3494300 X
-62700 Y
+3494300 X
-62800 Y
+3494300 X
-62300 Y
+3494300 X
-62200 Y
+3494300 X
-62100 Y
+3494300 X
-62000 Y
+3494200 X
-62400 Y
+3494200 X
-62500 Y
+3494200 X
-62600 Y
+3494200 X
-62700 Y
+3494200 X
-62800 Y
+3494200 X
-62300 Y
+3494200 X
-62200 Y
+3494200 X
-62100 Y
+3494200 X
-62000 Y
+3494400 X
-62400 Y
+3494400 X
-62500 Y
+3494400 X
-62600 Y
+3494400 X
-62700 Y
+3494400 X
-62800 Y
+3494400 X
-62300 Y
+3494400 X
-62200 Y
+3494400 X
-62100 Y
+3494400 X
-62000 Y
-62400 Y
-62500 Y
-62600 Y
-62700 Y
-62800 Y
-62300 Y
-62200 Y
-62100 Y
-62000 Y
Plan Scale 1:1000
1149
1150
1151
1152
1153
1154
1155
1156
1157
1158
1159
1160
1161
1162
1163
1164
1165
Datum 1148.0
750
760
770
775
780
785
790
795
800
805
810
820
830
840
850
860
870
880
885
890
895
900
905
910
920
930
940
950
960
970
980
990
1000
1010
1020
1030
1040
1050
1060
1070
1080
1080.23
1155.65
1155.46
1155.35
1155.32
1155.22
1155.18
1155.32
1155.64
1156.03
1156.33
1156.45
1156.48
1156.38
1156.21
1156.10
1156.11
1156.10
1155.98
1156.03
1156.11
1156.20
1156.31
1156.43
1156.56
1156.85
1157.09
1157.31
1157.50
1157.72
1157.93
1158.13
1158.30
1158.49
1158.76
1159.06
1159.34
1159.57
1159.80
1160.04
1160.28
1160.51
1160.51
1155.856
1155.766
1155.776
1155.833
1155.889
1155.944
1156.000
1156.057
1156.113
1156.168
1156.224
1156.337
1156.289
1156.241
1156.194
1156.146
1156.099
1156.052
1156.165
1156.278
1156.391
1156.504
1156.617
1156.730
1156.956
1157.182
1157.408
1157.634
1157.860
1158.086
1158.312
1158.538
1158.764
1158.990
1159.216
1159.442
1159.668
1159.894
1160.120
1160.346
1160.572
1160.578
1155.793
1155.703
1155.714
1155.770
1155.826
1155.882
1155.938
1155.994
1156.050
1156.106
1156.162
1156.274
1156.226
1156.179
1156.131
1156.084
1156.036
1155.989
1156.102
1156.215
1156.328
1156.441
1156.554
1156.667
1156.893
1157.119
1157.345
1157.571
1157.797
1158.023
1158.249
1158.475
1158.702
1158.927
1159.154
1159.380
1159.606
1159.832
1160.058
1160.284
1160.510
1160.515
1155.731
1155.641
1155.651
1155.708
1155.764
1155.819
1155.875
1155.932
1155.988
1156.043
1156.099
1156.212
1156.164
1156.116
1156.069
1156.021
1155.974
1155.927
1156.040
1156.153
1156.266
1156.379
1156.492
1156.605
1156.831
1157.057
1157.283
1157.509
1157.735
1157.961
1158.187
1158.413
1158.639
1158.865
1159.091
1159.317
1159.543
1159.769
1159.995
1160.221
1160.447
1160.453
Direction
22.10.27
773.868
BC
C
Curve 6 Left
Radius=15.000
I=135.02.18
809.221
EC
C
Direction
247.08.09
879.553
BC
C
Curve 7 Right
Radius=60.000
I= 32.06.17
913.173
EC
C
Direction
279.14.26
B.V
.C
.
765.000
E.V
.C
.
765.000
B.V
.C
.
820.000
E.V
.C
.
820.000
B.V
.C
.
880.000
E.V
.C
.
880.000
-0.903 %
765.000 1155.658
1.120 %
820.000 1156.274
-0.475 %
880.000 1155.989
2.260 %
2.50000
-2.50000
Chainage 750 to 1080
Horizontal Scale 1:1000
Vertical Scale 1:100
Chainage
Centreline Peg Levels
Left Edge
Centre Line
Right Edge
Grades
Vertical Curves
Superelevation
Horizontal Curves
Ve
rtica
l A
lig
nm
en
t
De
sig
n R
oa
d L
eve
ls
Datum 1155.0 Chainage 750
Cut=0.17m2 Fill=1.17m2
Datum 1154.0 Chainage 780
Cut=0.00m2 Fill=4.92m2
Datum 1155.0 Chainage 810
Cut=2.31m2 Fill=0.00m2
Datum 1155.0 Chainage 840
Cut=0.76m2 Fill=0.35m2
Datum 1155.0 Chainage 870
Cut=0.99m2 Fill=0.33m2
Datum 1155.0 Chainage 900
Cut=0.16m2 Fill=1.01m2
Datum 1156.0 Chainage 930
Cut=0.39m2 Fill=0.44m2
Datum 1157.0 Chainage 960
Cut=0.21m2 Fill=0.66m2
Datum 1158.0 Chainage 990
Cut=0.06m2 Fill=1.26m2
Datum 1158.0 Chainage 1020
Cut=0.16m2 Fill=0.75m2
Datum 1159.0 Chainage 1050
Cut=0.29m2 Fill=0.40m2
Datum 1160.0 Chainage 1080
Cut=0.37m2 Fill=0.22m2
Datum 1160.0 Chainage 1080
Cut=0.37m2 Fill=0.22m2
Horizontal Scale 1:500
Vertical Scale 1:100
REV. CHECKEDDATE DRAWN DESCRIPTION
DRAWN:
DRG. FILE NAME:
CHECKED:
APPR'D
SCALE:
DISCIPLINE:
CLIENT:
DESIGNED:
DRG No:
Beacon Bay
No. 2 Ridge Road
EAST LONDON
A1
SHEET NO. OF
REV.No.
PROJECT LEADER:
East London, 5241
Tel. (043)748 3382
Fax. (043)748 3382
Sidwadwa View
No. 37 Mtamvuna Road
MTHATHA
Mthatha, 5100
Tel. (047)495 0459
Fax. (047)495 0459
ISSUE FOR TENDER
AS SHOWN
MMF
MMF
CIVIL
SAKHISIZWE LM
MMF
BCE-SLM-CMAR-L02
CONSTRUCTION OF MANZANA ACCESS ROADS
MANZANA SECONDARY ROAD LAYOUT PLAN
LONGSECTION & CROSS SECTION DRAWING DETAILS
SAKHISIZWE LOCAL MUNICIPALITY
C
22
MMB
10/19C
10/19
10/19
10/19
10/19
TYPICAL CROSS SECTION OF CROSS FALL ROADS
Fill compacted to 90%MOD AASHTO
NGL
NGL
2500 to 8000m Road width
150mm Wearing course - Importedmaterial as directed by Engineercompacted to 95% ofMOD AASHTO
200mm Subbase - Insitu materialcompacted to 93% ofMOD AASHTO. Cutto line and level
2.5 %1 000
20
0
TYPICAL CROSS SECTION OF CAMBERED ROADS
Fill compactedto 90%MOD AASHTO
NGL
NGL
2500 to 8000m Road Width
150mm Wearing course - Importedmaterial as directed by Engineercompacted to 95% ofMOD AASHTO
200mm Subbase - Insitu materialcompacted to 93% ofMOD AASHTO. Cutto line and level
1 : 1,5
4 %4 %
REV. CHECKEDDATE DRAWN DESCRIPTION
DRAWN:
DRG. FILE NAME:
CHECKED:
APPR'D
SCALE:
DISCIPLINE:
CLIENT:
DESIGNED:
DRG No:
A1
SHEET NO. OF
REV.No.
PROJECT LEADER:
PRIVATE BAG X2
TEL: (043) 831 1028
KOMGA 4950
NO 2 RIDGE ROAD
EAST LONDON 5241
TEL: (043) 748 3382
BEACON BAY
ISSUE FOR TENDER
AS SHOWN
MMF
MMF
CIVIL
SAKHISIZWE LM
MMF
BCE-SLM-CMAR-TD01
CONSTRUCTION OF MANZANA ACCESS ROADS
ROADS TYPICAL DETAILS AND STORMWATER DETAILS
SAKHISIZWE LOCAL MUNICIPALITY
T
11
MMB
10/19T
10/19
10/19
10/19
10/19